DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

Similar documents
DELHI METRO RAIL CORPORATION LIMITED

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1.

CONTRACT NO: LKDD- 02

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: LKCC- 02 (R)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING TENDER (e-tender)

NOTICE INVITING TENDER (NIT) (e-tender)

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015

Notice Inviting Tender (NIT)

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

NOTICE INVITING e-tender (NIT)

NOTICE INVITING TENDER (NIT)

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

Construction and development of Parking at stations and miscellaneous works at Noida-Greater Noida Metro Corridor and Depot CONTRACT NO: NC-10

NOTICE INVITING TENDER (NIT) (e-tender)

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: CC-131

NOTICE INVITING TENDER (NIT)

TENDER NOTIFICATION NO. MEGA/GEOTECH/ELEV-VDCT, STNS & DEPOT/N-S/PH-2/2018

NOTICE INVITING TENDER (NIT) INR Crore

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4

Maintenance Contract for providing and replacement of damaged toughened glasses at NDRU, SJSU, DKV, DACY & APOT stations of Airport Line.

Setting up & Operation of 24x7 IVRS Helpline for Delhi Metro Rail Corporation Ltd.

CONTRACT NO: OCW-148. Supply, Erection and Fixing of view cutter over viaduct between Mandi House and Pragati Maidan Metro Station.

Installation of Anti Bird Nesting PVC net in depot & main line OHE Masts and Portals.

NO. DOCUMENT IN PLACE OF PLEASE READ AS

INVITATION OF GLOBAL/OPEN BIDS

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15

DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING TENDER (NIT) e-tender

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement (Volume-3).

CONTRACT NO: OCH-158. Maintenance of horticulture works at Depot, Staff Quarters and RSS at Sarita Vihar. Notice Inviting Tender (NIT)

CONTRACT NO: OCW-61. Notice Inviting Tender (NIT) DELHI METRO RAIL CORPORATION LTD.

DELHI METRO RAIL CORPORATION LIMITED (A Joint Venture of Govt. of INDIA & GNCTD) Tender Document

CONTRACT NO: DMRC/ENV/ISO/50001/275/2017/01

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media

TENDER PACKAGE NO. MEGA/CONS/VDCT+STNS/R2/E-W/2016 VOLUME I NOTICE INVITING TENDER

FACILITY MANAGEMENT SERVICE For PD area at Huda City Centre Metro Station CONTRACT NO: CPD-49 NOTICE INVITING TENDER (NIT)

Delhi Metro Rail Corporation Limited. (A joint venture of Government of India & Government of Delhi)

Bid Document Procurement of Track Machines

NOTICE INVITING TENDER

BIDDING DOCUMENTS MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ)

CONTRACT:CC-18 J TENDER DOCUMENTS

EVALUATION CRITERIA. A. Financial Capability

MEGA/GD & AD/MP-L2/ 2016

TENDER NOTIFICATION NO. MEGA/GD & AD/MP-L5R/2018

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

NOTICE INVITING TENDER CONTENTS CLAUSE DESCRIPTION PAGE 1.1 GENERAL ELIGIBLITY CRITERIA CLEANING OF ROLLING STOCK (METRO TRAIN COACHES) 7

TENDER NOTIFICATION NO. MEGA/GD & AD/MP-L3/2016

MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT NO: -MM3-CBS-REL-PYL BIDDING PROCEDURE SECTION-I NOTICE INVITING TENDER MARCH 2017

Our Ref: DMRC/Kochi/ 02/204/KEDD-01 Date: 10 th April 2013

Delhi Metro Rail Corporation Limited. (A joint venture of Government of India & Government of Delhi)

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

The complete tender document is available at below mentioned websites:

DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING TENDER (NIT) E Tender No. NMRC/Stn./Housekeeping/22/2018/HK-C1. Description

CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (second call)

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017

Telecommunications Consultants India Ltd. (A Government of India Enterprise) No. TCIL/13/ /S&TC/CCTV_Delhi

(Pre-qualification of construction agency) Page 1/11

Brief Scopes of works under this tender comprises of. The detailed scope of work is given in the Bidding Document.

Tender No. AAI/CC/205/88/ / Date:

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding)

SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

Sd /- Managing Trustee

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

DELHI METRO RAIL CORPORATION LTD. NOTICE INVITING TENDER

CHARTERED ACCOUNTANT /COST ACCOUNTANT FIRMS

at 13:30 hrs

(SUMMARY SHEET) Deletion of part B (i.e Ground 12. mounted sites) & Addition of Page 154 Page 154R Section-VII

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

at Bandra Kurla Complex, Mumbai. The work is estimated to cost Rs lakh and is to be completed within 3 months.

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

BIDDING DOCUMENTS FOR DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND TRAINING OF 378 NOS. OF STANDARD GAUGE CARS FOR MUMBAI METRO PROJECT

CONSTRUCTION OF 220/132 KV GIS SUBSTATION AT EGRA, DISTRICT-PURBA MEDINIPUR (Package-25)

TCIL/TG-MK/006/2017/MSI-Chattisgarh Dated:

(INTERNATIONAL COMPETITIVE BIDDING)

Invitation for Pre-Qualification of Bidders for 1X600 MT Mounded Pressurized Storage Vessel at Lucknow LPG Plant.

CONTRACT NO: CCM-57/2016 VOL-I DELHI METRO RAIL CORPORATION LTD.

Transcription:

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05 Contract NC-05: Design, Fabrication, Supply and Erection of Pre-Engineered Stell Building for Greater Noida Depot of Noida- SUMMARY SHEET (ADDENDUM NO.-3) Sr. No Tender Document Clause No/ Item No. Page No. Addendum/Corrig endum Remarks 1. Volume-1 NIT Clause 1.1.2 Key details Page 1R Approximate cost of work, Amount of Tender Security, Sale period, Date of issuing addendum, Date of submission of tender cost & EMD, Date of tender submission and Date of tender opening are revised. Page 1Ris replaced with page 1RR 2. Volume-1 NIT Clause 1.1.3.2 A & B Minimum Eligibility Criteria of Work Experience and Financial Standing Page 3R, 4R& 5 Minimum Eligibility Criteria of Work Experience and Financial Standing are revised. Pages 3R, 4R& 5 are replaced with pages 3RR, 4RR& 5R respectively. 3. Volume-1 NIT Clause 1.1.3.3 Bid Capacity Criteria Page 5 & 6 Dates mentioned in the Clause are revised. Pages 5 & 6 are replaced with pages 5R & 6R respectively. 4. Volume-1 ITT Clause C18.1 Page 19 Validity of Tender security modified Page 19 is replaced with page 19R 5. ITT Volume-1 Form of Tender security Page 36 New clause no. 5 is incorporated Page 36 is replaced with page 36R

6. FOT Volume-1 Appendix-15 - Notes Page 61 Date is revised under Point no. 5 of Notes Page 61 is replaced with Page 61R 7. FOT Volume-1 Appendix-16 Page 62 Dates stipulated in the table of Appendix-16 are revised Page 62 is replaced with Page 62R 8. FOT Volume-1 Appendix-17 Page 63 Dates stipulated in the table of Appendix-17 are revised Page 63 is replaced with Page 63R 9. FOT Volume-1 Appendix-17A Page 64 Date stipulated in the table of Appendix-17A is revised Page 64 is replaced with Page 64R 10. Tender Document Volume-5 Site Layout Plan.. Site layout plan revised Revision 2 is replaced with revision 3 11. Bill of Quantity Volume-6 Summary Sheet of BOQ Page 2 Summary of BOQ revised Page 2 is replaced with Page 2R 12. Bill of Quantity Volume-6 Schedule A of BOQ Page 3 to 7 Quantities of item nos. 1.1, 1.2, 1.3, 1.4, 2.1 and 3.1 of Schedule A of BOQ are revised Pages 3 to 7 are replaced with Pages 3R to 7R respectively.

Contract NC- 05 :Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- 1.1 GENERAL 1.1.1 Name of Work: NOTICE INVITING TENDER (NIT) (e-tender) Delhi Metro Rail Corporation (DMRC) Ltd. invites online open e-tenders from eligible applicants, who fulfil qualification criteria as stipulated in Clause 1.1.3 of NIT, for the work Contract NC-05: Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- The brief scope of the work and site information is provided in ITT Clause A1 (Volume-1) and Employer s Requirements (Volume 3). 1.1.2 Key details : Approximate cost of work INR 24.6030.00Crores INR 24.6030.00 Lakhs Tender Security amount Completion period of the Work Tender Security as per Clause C18 of ITT, in original, shall be accepted only upto 1500 hrs 05.10.2015 in the office of Executive Director/Contracts at the address mentioned hereinafter. 18 (Eighteen) months From27.07.2015 to 04.09.2015,14.09.201505.10.2015(up to 1100 hrs) on e- tendering website www.tenderwizard.com/dmrc. Tender documents on sale Tender document can only be obtained online after registration of tenderer on the website www.tenderwizard.com/dmrc. For further information in this regard bidders are advised to contact on 011-49424307, 011-49424365 or 011-23417910. Cost of Tender documents 21,000/- (inclusive of 5% DVAT) Non-Refundable. (Demand Draft /Banker s cheque drawn on a Scheduled Commercial Bank based in India and should be in favour of Delhi Metro Rail Corporation Ltd payable at New Delhi). Cost of tender documents i.e, D.D. / Banker s cheque, in original, shall be accepted only upto1500 hrs on04.09.2015,14.09.201505.10.2015 in the office of Executive Director/Contracts at the address mentioned hereinafter. Last date of Seeking Clarification 10.08.2015 Pre-bid Meeting 06.08.2015 at 1100 hrs Last date of issuing addendum 18.08.2015,24.08.2015, 10.09.2015 Date &time of Submission of Tender Date & time of opening of Tender Authority and place for purchase of tender documents, seeking clarifications and submission of completed tender documents 04.09.2015, 14.09.201505.10.2015upto 1500 hrs. 04.09.2015, 14.09.201505.10.2015@ 1505 hrs. Executive Director/Contracts, Delhi Metro Rail Corporation, 5 th floor, A-Wing, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi 110 001 DMRC/NC-05/Vol-1/NIT Page 1RR

Contract NC- 05 : Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- b. Partners having less than 26% participation will be termed as non-substantial partner and will not be considered for evaluation which means that their financial soundness and work experience shall not be considered for evaluation of JV/Consortium. c. In case of JV/Consortium, change in constitution or percentage participation shall not be permitted at any stage after their submission of application otherwise the applicant shall be treated as non-responsive. d. The tenderer, in case of JV/Consortium, shall clearly and unambiguously define the role and responsibilities for each substantial/non-substantial partner in the JV agreement / MOU submitted vide foot note (d) of Appendix 6 of Form of Tender, providing clearly that any abrogation/subsequent re-assignment of any responsibility by any substantive/nonsubstantive partner of JV/Consortium in favour of other JV/Consortium partner or any change in constitution of partners of JV/Consortium (without written approval of Employer) from the one given in JV agreement / MOU at tender stage, will be treated, as breach of contract condition and/or concealment of facts (as the case may be), vide GCC clause 4.33.1 [a (ii) and (iii)] and acted accordingly. The Employer in such cases, may in its sole discretion take action under clause 4.33.1 (b) and/or under clause 4.33.1(c) of GCC against any member(s) for failure in tenderer s obligation and declare that member(s) of JV/Consortium ineligible for award of any tender in DMRC or take action to terminate the contract in part or whole under clause 13 of GCC as the situation may demand and recover the cost/damages as provided in contract. 1.1.3.2 Minimum Eligibility Criteria: A. Work Experience: The tenderers will be qualified only if they have completed work(s) during last seven years ending 31.08.2015 30.09.2015 as given below: (i) At least one work of design, fabrication, supply and erection of pre-engineered steel buildings of value of Rs. 19.68 crores Rs.24.00 crores or more. If the above work of Rs. 19.68 crores Rs.24.00 crores has been done by the foreign partner of JV and the work was done in the country of the foreign partner then in addition to this, the foreign partner must have done works equal to Rs. 9.84 crores Rs.12.00 crores outside the country of the foreign partner. OR (ii) Two works of design, fabrication, supply and erection of pre-engineered steel buildings each of value of Rs. 12.30 crores Rs.15.00 crores or more. If the above work of Rs. 12.30 crores Rs.15.00 crores has been done by the foreign partner of JV and the work was done in the country of the foreign partner then in addition to this, the foreign partner must have done works equal to Rs. 9.84 crores Rs. 12.00 Crores outside the country of the foreign partner. OR (iii) Notes: Three works of design, fabrication, supply and erection of pre-engineered steel buildings each of value of Rs. 9.84 crores Rs.12.00 crores or more. If the above work of Rs. 9.84 crores Rs. 12.00 Crores has been done by the foreign partner of JV and the work was done in the country of the foreign partner then in addition to this, the foreign partner must have done works equal to Rs. 9.84 crores Rs. 12.00 Crores outside the country of the foreign partner. The tenderer shall submit details of works executed by them in the Performa of Appendix-17 of FOT for the works to be considered for qualification of work experience criteria. Documentary proof such as completion certificates from client clearly indicating the nature/scope of work, actual completion cost and actual date of completion for such DMRC/NC-05/Vol-1/NIT Page 3RR

Contract NC- 05 : Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- work should be submitted. The offers submitted without this documentary proof shall not be evaluated. In case the work is executed for private client, copy of work order, bill of quantities, bill wise details of payment received certified by C.A., T.D.S certificates for all payments received and copy of final/last bill paid by client shall also be submitted. Value of successfully completed portion of any ongoing work up to 30.09.2015 will also be considered for qualification of work experience criteria. For completed works, value of work done shall be updated to 30.09.2015 price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year. The exchange rate of foreign currency shall be applicable 28 days before the submission date of tender. In case of joint venture / Consortium, full value of the work, if done by the same joint venture shall be considered. However, if the qualifying work(s) were done by them in JV/Consortium having different constituents, then the value of work as per their percentage participation in such JV/Consortium shall be considered. If the work of design, fabrication, supply and erection of pre-engineered steel buildings includes other miscellaneous works, then the client s certificate clearly indicating the amount for the design, fabrication, supply and erection of pre-engineered steel buildings shall be furnished by the tenderer along with their submissions. B. Financial Standing: The tenderers will be qualified only if they have minimum financial capabilities as below: (i) T1 Liquidity: It is necessary that the firm can withstand cash flow that the contract will require until payments received from the Employer. Liquidity therefore becomes an important consideration. This shall be seen from the balance sheets and/or from the banking reference. Net current assets and/or documents including banking reference (as per proforma given in Annexure-8 of ITT), should show that the applicant has access to or has available liquid assets, lines of credit and other financial means to meet cash flow of Rs. 2.34 crores INR 2.86 crores for this contract, net of applicant s commitments for other Contracts. Banking reference should contain in clear terms the amount that bank will be in a position to lend for this work to the applicant/member of the Joint Venture/Consortium. In case the Net Current Assets (as seen from the Balance Sheets) are negative, only the Banking references will be considered. Otherwise the aggregate of the Net Current Assets and submitted Banking references will be considered for working out the Liquidity. The banking reference should be from a Scheduled Bank in India or (in case of foreign parties) from an international bank of repute acceptable to DMRC and it should not be more than 3 months old as on date of submission of bids. In Case of JV- Requirement of liquidity is to be distributed between members as per their percentage participation and every member should satisfy the minimum requirement. Example: Let member-1 has percentage participation = M and member-2 has percentage participation = N. If minimum liquidity required is W then liquidity of member-1 W M 100 and liquidity of member-2 W N. 100 (ii) T2 - Profitability: Profit before Tax should be Positive in at least 2 (two) years, out of the last five audited financial years. In Case of JV: The profitability of only lead member shall be evaluated. DMRC/NC-05/Vol-1/NIT Page 4RR

Contract NC- 05 :Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- (iii) T3 - Net Worth: Net Worth of tenderer during last audited financial year should be >Rs. 3.28croresINR 4.00 Crore In Case of JV- Net worth will be based on the percentage participation of each Member. Example: Let Member-1 has percentage participation = M and Member-2 has = N. Let the Net worth of Member-1 is A and that of Member-2 is B, then the Net worth of JV will be (iv) = AM+BN 100 T4 - Annual Turnover: The average annual turnover from construction of last five financial years should be >Rs. 13.12croresINR 16.00 Crores. Notes: The average annual turnover of JV will be based on percentage participation of each member. Example: Let Member-1 has percentage participation = M and Member - 2 has =N. Let the average annual turnover of Member-1 is A and that of Member-2 is B, then the average annual turnover of JV will be =AM+BN 100 Financial data for latest last five audited financial years has to be submitted by the tenderer in Appendix-18 of FOT along with audited balance sheets. The financial data in the prescribed format shall be certified by Chartered Accountant with his stamp and signature in original with membership number. In case audited balance sheet of the last financial year is not made available by the bidder, he has to submit an affidavit certifying that the balance sheet has actually not been audited so far. In such a case the financial data of previous 4 audited financial years will be taken into consideration for evaluation. If audited balance sheet of any year other than the last year is not submitted, the tender may be considered as non-responsive. Where a work is undertaken by a group, only that portion of the contract which is undertaken by the concerned applicant/member should be indicated and the remaining done by the other members of the group be excluded. This is to be substantiated with documentary evidence. 1.1.3.3 Bid Capacity Criteria : Bid Capacity: The tenderers will be qualified only if their available bid capacity is more than the approximate cost of work as per NIT. Available bid capacity will be calculated based on the following formula: Available Bid Capacity = 2*A*N B Where, A = Maximum of the value of PEB works executed in any one year during the last five financial years (updated to31.08.201430.09.2015price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year). N = No. of years prescribed for completion of the work B = Value of existing commitments (as on 31.08.201530.09.2015) for on-going works during period of 18 months w.e.f.01.09.201501.10.2015. DMRC/NC-05/Vol-1/NIT Page 5R

Contract NC- 05 :Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- Notes: Financial data for latest last five financial years has to be submitted by the tenderer in Appendix-15 of FOTalong with audited financial statements. The financial data in the prescribed format shall be certified by the Chartered Accountant with his stamp and signature in original with membership number. Value of existing commitments for on-going works during period of 18 months w.e.f. 01.09.201501.10.2015has to be submitted by the tenderer in Appendix-16 of FOT. These data shall be certified by the Chartered Accountant with his stamp and signature in original with membership number. In the case of a group, the above formula will be applied to each member to the extent of his proposed participation in the execution of the work. If the proposed % participation is not mentioned then equal participation will be assumed. Example for calculation of bid capacity in case of JV / Group Suppose there are P and Q members of the JV / group with their participation in the JV / group as 70% and 30% respectively and available bid capacity of these members as per above formula individually works out X and Y respectively, then Bid Capacity of JV / group shall be as under: Bid Capacity of the JV / group = 0.7X + 0.3Y 1.1.3.4 The tender submission of tenderers, who do not qualify the minimum eligibilitycriteria & bid capacity criteria stipulated in the clauses 1.1.3.2 to 1.1.3.3 above, shall not be considered for further evaluation and therefore rejected. The mere fact that the tenderer is qualified as mentioned in sub clause 1.1.3.2 to 1.1.3.3 shall not imply that his bid shall automatically be accepted. The same should contain all technical data as required for consideration of tender prescribed in the ITT. 1.1.4 The Tender documents consist of : Volume 1 Volume 2 Volume 3 Notice Inviting Tender Instructions to Tenderers (including Annexures) Form of Tender (including Appendices) General Conditions of Contracts Special Conditions of Contract (including Schedules) Condition of Contract on Safety, Health & Environment (SHE) Ver. 1.2 Employer s Requirements General Employer s Requirements Functional Employer s Requirements Design Employer s Requirements Construction Employer s Requirements Appendices Volume 4 Technical Specifications& Design Basis Report Volume 5 Tender Drawings Volume 6 Bill of Quantities DMRC/NC-05/Vol-1/NIT Page 6R

Contract NC- 05 :Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- In case of joint venture/consortia, Bank Guarantee or FDR for tender security shall be in the name of joint venture/consortia and not in name of individual members. The Tender Security shall remain valid up to 30.04.201631.05.2016.The tender security shall be submitted in a sealed envelope clearly marked on top Tender Security for NC-05. C18.2 Any Tender not accompanied by an acceptable Tender Security shall be rejected by the Employer considering it as non-responsive and their Technical package shall not be opened and if opened then it will NOT be evaluated. C18.3 The Tender Security of the successful Tenderer shall be returned upon the execution of the Contract and the receipt by the Employer of the Performance Security in accordance with Sub-Clause 4.2 of the GCC. C18.4 The Tender Security of the unsuccessful Tenderers shall be released after unconditional acceptance of the Letter of Acceptance (LOA) by the successful tenderer. C18.5 The Tender Security shall be forfeited: (a) (b) (c) if the Tenderer withdraws his Tender during the period of Tender validity; or if the Tenderer does not accept the correction of his Tender price, pursuant to Subparagraph E 5.2 below; if the successful Tenderer refuses or neglects to execute the Contract or fails to furnish the required Performance Security within the time specified by the Employer. C19. Performance Guarantee, Undertaking and Warranties Please refer clause 3 of S.C.C. C20. Labour The Tenderer's attention is especially drawn to Clause 6 of the GCC in relation to the responsibility of the Contractor for obtaining an adequate supply of labour, their Rates, Wages and Conditions. C21. Other Contractors The Tenderer's attention is drawn to the requirement that access to the Site or parts of the Site will, from time to time, have to be shared with other contractors carrying out works on, or in the vicinity of the Site including, without limitation, works relating to: Design and Construction of Civil works on adjacent Sections Design, Manufacture and Installation of Signalling and Train Control Design, Manufacture and Installation of telecommunications Design, Manufacture and Installation of Power Supply, Traction Power, Power Distribution, Lifts and Escalators; Design, Manufacture and Installation of Trackwork; Design, Manufacture and Installation of Automatic Fare Collection Rolling Stock C22. Insurance The Tenderer's attention is drawn to the provisions contained in Clause 15of the General Conditions of Contract. C23. Tender Index DMRC/NC-05/Vol-1/ITT Page 19R

Contract NC- 05 :Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- i. fails or refuses to furnish the Performance Security in accordance with Clause F5.1 of the Instructions to Tenderers and/or ii. fails or refuses to enter into a Contract within the time limit specified in Clause F4 of the Instructions to Tenderers. We undertake to pay to the Employer mere on demand without demur upto the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of any one or more of the conditions (a), (b), (c) mentioned above, specifying the occurred condition or conditions. 5. Notwithstanding anything contained herein: a) Our liability under this Bank Guarantee shall not exceed Rs. (Rupees ) b) This Bank Guarantee shall be valid up to. c) We are liable to pay the guarantee amount or part thereof under this Bank Guarantee only & only if you serve upon us a written claim or demand on or before. Signature of Authorized Official of the Bank Signature of Witness Name:... Address:. Name of Official.. Designation.. Stamp/Seal of the Bank Notes: 1. The stamp papers of appropriate value shall be purchased in the name of the Bank, who issues the Bank Guarantee. 2. The Bank Guarantee shall be from the Scheduled Commercial Bank based in India, acceptable to Employer. DMRC/NC-05/Vol-1/ITT Page 36R

Contract NC- 05: Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- FORM OF TENDER - APPENDIX 15 [As per clause E4.2 of ITT]. FINANCIAL DATA (PEB WORK DONE DURING THE LATEST LAST FIVE FINANCIAL YEARS) NAME OF THE TENDERER: (All amounts in Rupees in Crores) S. Financial Data for Last 5 Audited Financial Years DESCRIPTION Year Year Year Year Year 2010-2011 2011-2012 2012-2013 2013-2014 2014-2015 1 2 3 4 5 6 7 Total value of PEB works done as per audited financial statements NOTE: 1. Separate Performa shall be used for each member in case of JV/Consortium. 2. All such documents reflect the financial data of the tenderer or member in case of JV/Consortium, and not that of sister or parent company. 3. The financial data in above prescribed format shall be certified by Chartered Accountant / Company Auditor under his signature & stamp and membership number. 4. Foreign applicants, in whose country calendar year is also the financial year, may submit all relevant data for the last 5 years i.e. 2010, 2011, 2012, 2013 and 2014. 5. The above financial data will be updated to 31.08.2015 30.09.2015 price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year. The exchange rate of foreign currency shall be applicable 28 days before the submission date of tender. DMRC/NC-05/Vol-1/FOT Page 61R

Contract NC- 05: Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- FORM OF TENDER - APPENDIX 16 [As per clause E4.2 of ITT] PEB WORKS IN HAND As on first day of the month of tender submission Applicant s legal name... Date. Page.. of.. pages Name and brief particulars of contract (Clearly indicate the part of the work assigned to the applicant(s)) Name of client with telephone number and fax number Contract Value In Rupees Equivalent (Give only the value of work assigned to the applicant(s) (Assume inflation as given in Appendix15) Value of balance work yet to be done in Rupee equivalent as on 31.08.2015 30.09.2015 Date of Completion as per Contract Agreement Expected Completion Date Delay if any, with reason Value of work to be done in 2015-16 (1 st Sep 2015 01 st Oct 2015 to 31 st Mar. 2016) Value of work to be done in 2016-17 (1 st April 2016 to 28 th Feb 2017 31 st March 2017) Total Note: 1. The financial data in above prescribed format shall be certified by Chartered Accountant / Company Auditor in original under his signature & stamp. DMRC/NC-05/Vol-1/FOT Page 62R

Contract NC- 05: Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- Appendix- 17 WORK EXPERIENCE Applicant s legal name Group Member s legal name Date. Page.. Of.. Pages For works of construction of pre-engineered steel buildings including design, fabrication, supply & erection works as per clause no. 1.1.3.2 (A) (considering escalation as per Clause 1.1.3.2 of Notes Bullet no.3) Specific Construction Experience Similar Contract Number of required Information Contract Identification Award date Completion date Employer s Name Employer s Address: Telephone / Fax number: E Mail Role in Contract (Individual/JV-Consortium member) Individual JV Member Completion Cost If JV member specify percentage participation in contract & amount (Please refer Note-1) Currency (as stated in Clients Certificate) In equivalent INR at 31.08.2015, 30.09.2015 price level % participation In equivalent INR 31.08.2015, 30.09.2015 price level NOTE: 1. Only the value of contract as executed by the applicant/member in his own name should be indicated. Where a work is undertaken by a group, only that portion of the contract which is undertaken by the concerned applicant/member should be indicated and the remaining done by the other members of the group be excluded. 2. Separate sheet for each work along with Clients Certificate to be submitted. DMRC/NC-05/Vol-1/FOT Page 63R

Contract NC- 05: Design, Fabrication, Supply and Erection of Pre Engineered Steel Buildings for Greater Noida Depot of Noida- APPENDIX -17A : SUMMARY OF INFORMATION PROVIDED IN APPENDIX 17 Applicant s legal name... Group Member s legal name Date. Page.. of.. pages Name of Applicant (each member in case of group) Total Number of works As per clause no. 1.1.3.2 A at the price level of 31.08.2015, 30.09.2015 No. of contracts delayed, i.e., completed beyond the original date of completion NOTE:- 1. In case the work was done as JV/Consortium, only the value of work done by the applicant as per his Percentage participation must be given. 2. Reasons of delay whether on contractors account or on account of Employer in each applicable case need to be enclosed separately? DMRC/NC-05/Vol-1/FOT Page 64R