Professional Documents
Culture Documents
UAA-05 VOL 1track Acc
UAA-05 VOL 1track Acc
UAA-05 VOL 1track Acc
CONTRACT UAA-05
DESIGN AND CONSTRUCTION OF
UNDERGROUND STATIONS AT SHENOY NAGAR,
ANNA NAGAR EAST, ANNA NAGAR TOWER AND
THIRUMANGALAM AND ASSOCIATED TUNNELS
TENDER DOCUMENTS
VOLUME 1
INSTRUCTIONS TO TENDERERS
APRIL 2010
CHENNAI METRO RAIL LIMITED
11 / 6, SEETHAMMAL ROAD,
ALWARPET, CHENNAI 600 018.
INDIA
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE I
CONTRACT UAA-05
DESIGN AND CONSTRUCTION OF
UNDERGROUND STATIONS AT SHENOY NAGAR,
ANNA NAGAR EAST, ANNA NAGAR TOWER AND
THIRUMANGALAM AND ASSOCIATED TUNNELS
TENDER DOCUMENTS
Notice of Invitation to Tender
Volume 1
Instructions to Tenderers including Form of Tender and Appendices
Conditions of Contract;
Volume 2 Part I - General Conditions
Part II - Conditions of Particular Application
Employer’s Requirements – General,
Employer’s Requirements – Functional,
Employer’s Requirements – Design,
Volume 3
Employer’s Requirements – Construction,
Employer’s Requirements - Manufacture, Installation and Testing
Employer’s Requirements – Appendices
Volume 4 Outline Design Specifications.
Volume 5 Outline Construction Specifications
Volume 6 Tender Drawings
Volume 7 Pricing Documents
Volume 8 Reference Documents
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE I
CONTRACT UAA-05
DESIGN AND CONSTRUCTION OF
UNDERGROUND STATIONS AT SHENOY NAGAR,
ANNA NAGAR EAST, ANNA NAGAR TOWER AND
THIRUMANGALAM AND ASSOCIATED TUNNELS
TENDER DOCUMENTS
VOLUME 1
APRIL 2010
TO, FROM,
Chief General Manager (Technical)
Chennai Metro Rail Limited,
11/6, Seethammal Road, Alwarpet,
Chennai – 600 018
India.
Contract UAA-05.
Design and Construction of Underground Stations at Shenoy Nagar, Anna
Nagar East, Anna Nagar Tower and Thirumangalam and Associated Tunnels.
a) reject a Tender for award if it determines that the Tenderer recommended for
award has engaged in corrupt or fraudulent practices in competing for the
Contract in question;
b) recognize a Contractor as ineligible, for a period determined by JICA, to be
awarded a contract funded with JICA ODA Loans, if it at any time it determines
that the Contractor has engaged in corrupt or fraudulent practices in competing
for, or in executing, another contract funded with JICA ODA Loans or other
Japanese ODA.
4.0 Tenders for this Contract are being called by the Chennai Metro Rail Limited (CMRL).
4.1 Key Details are as follows :-
1 Tender Security Amount Rs. 13,50,00,000 (Rupees Thirteen Crores
(For Package Nos. UAA-01 to and Fifty Lakhs only) (US$3,000,000) for
UAA-05) one Contract, and
Rs. 27,00,00,000 (Rupees Twenty Seven
Crores only) (US$6,000,000) for two
Contracts.
The submission of one Tender Security of
the above amount will make Tenderers
eligible for bidding for all 5 Contracts, but
being awarded only one. The withdrawal, or
other forfeiture under Clause C18.6 of the
Instructions to Tenderers of this Volume 1
for one Tender, shall lead to the forfeiture of
the entire Tender Security.
2 Cost of Tender A hardcopy of the complete Tender
(Non-Refundable) Documents, comprising Volumes 1 to 8, is
available on payment of a non-refundable fee
of Rs. 52,000 (US$1,140) for each Package,
from CMRLs office.
3 Completion Date of the Contract 1430 days from the Commencement Date to
achieve issuance of Taking Over Certificate
and 2160 days from the Commencement
Date to achieve issuance of Performance
Certificate.
4 Tender Documents on Sale 22nd April 2010
5 Last date for Seeking Clarification 28 days prior to Tender Submission Date.
6 Pre-Tender Meeting CMRL Conference Room, at;
Chennai Metro Rail Limited,
11/6, Seethammal Road Alwarpet,
Chennai – 600 018.
on 11th May 2010 at 1100 Hrs.
7 Last date of Issuing Tenders 29th July 2010
8 Date & Time of Submission of 5th August 2010 (up to 13:00 Hrs)
Tender
9 Date & Time of Opening of Tender 5th August 2010, at 14:00 hrs in the CMRL
Conference Room.
Address;
5.4 Tenders shall be valid for the period as specified in the Appendix to Tender and shall
be accompanied by a Bank Guarantee for the Tender Security for the amount as
specified in Item 1 of Sub-Clause 4.1 above, and as described in Sub-Clause C18 of
the Instructions to Tenderers of this Volume 1.
5.5 Tenderers who fail to qualify for the minimum eligibility criteria stipulated in Sub-Clause
A3 of the Instructions to Tenderers of this Volume 1, shall not have their Tender
submissions considered for further evaluation and therefore will be rejected.
6.0 Contract Documents
6.1 The Conditions of Contract shall consist of:
i) Part I – General Conditions shall be FIDIC Conditions of Contract for Design–Build
and Turnkey, (First Edition, 1995), as modified and supplemented by;
ii) Part II – Conditions of Particular Application as included in Volume 2 of the Tender
Documents.
6.2 The Contract shall be governed by the documents listed in Sub-Clause 5.1 above and
this Clause 6. Technical Specifications shall include Structural Specification, Design
Basis Report, TNPWD specifications, MORTH specifications for Roads and Bridges
and along with concerned utility departments specifications (TNEB, CMWSSB), as well
as the Outline Specifications for Design and Construction included in Volumes 4 and 5.
6.3 All Tenderers shall ensure that they have access to the latest available standard
documents published by other organizations including, but not limited to, 1995 FIDIC
Conditions of Contract for Design–
Build and Turnkey Part I – General Conditions, TNPWD specifications, MORTH
specifications for Roads and Bridges, along with concerned utility departments
specifications (TNEB, CMWSSB, etc..).
7.0 Tender Submissions
7.1 Volumes 1 to 8 comprising the Tender documents for package UAA-05 are available
on payment of a non-refundable fee of Rs. 52,000 (US$1,140) in the form of a crossed
Demand draft issued from an Indian Schedule bank (excluding Co-operative Banks) or
from a schedule Foreign Bank as defined in Section 2(e) of RBI Act 1934 read with
Second Schedule, drawn in favour of 'Chennai Metro Rail Limited' payable at Chennai,
from CMRLs office, address as Item 10 of Sub-Clause 4.1 above.
7.2 Tenders shall be submitted at the time, date and at the address given in Sub-Clause
4.1 above.
7.3 All Tenderers are hereby cautioned that Tenders containing any material deviations or
reservations or conditions as described in Sub-Clause E5.3 of Instructions to
Tenderers in this Volume 1, and/or any minor deviations, without quoting the cost of
withdrawal as contained in Annexure 10B of this Instructions to Tenderers in this
Volume 1, and submitted as part of the Financial Package, shall be considered as non-
compliant, and the Employer reserves the right to disqualify the Tender.
7.4 Tenderers should not have been blacklisted or deregistered by any Indian Government
agencies, Tamil Nadu State Government, Tamil Nadu State PSU, including any Metro
Rail organisation or public sector undertaking within India during the last 10 years.
Also, the Tenderer must not have failed to take possession of or to have commenced
any contract, after the award of contract.
7.5 The Tenderers prices are to be inclusive of all taxes, duties, cess, insurance etc.
except Tamil Nadu VAT, which shall be reimbursed separately by CMRL on actual
production of documentary evidence of the payment of the same including tax invoice.
Basic Customs Duty will also be reimbursed separately by CMRL on actual production
of documentary evidence of the payment of the same including invoices.
7.6 Tenders shall be valid for a period of 180 days from the date of submission of Tenders
and shall be accompanied with a Tender Security of the requisite amount as noted in
Item 1 of Sub-Clause 4.1 above, and as per Clause C18 and Annexure 4 - Bank
Guarantee for Tender Security, attached to the Instructions to Tenderers in this
Volume 1.
7.7 The Tenderer should note that multiple Tenders, namely Contract Nos. UAA-01 and
UAA-04, are also being invited along with this Tender. Tenderers are allowed to
Tender for all contracts if they wish. Tenderers prequalified for two Contracts may
give combined discounts for any combination of two contract packages. Tenders will
be awarded based on the total least cost to the Employer for the award of all
contracts. Tenderers should note that only one Tender Security is required for
Tendering for all five of the 5 Contracts UAA-01 to UAA-05, but Tenderers will be
limited to the award of only one Contract. Tenderers wishing to be eligible for the
award of two Contracts must submit a Bid Security of Twenty Seven Crores
(US$6,000,000). Tenderers should note that parts of the Technical submissions can
be made common for all tenders, refer to Clause C3 of this ITT.
7.8 CMRL reserves the right to reject any or all proposals without assigning any reason.
No Tenderer shall have any cause of action or claim against CMRL for rejection of his
proposal.
7.9 Please carefully note the requirements for submitting Tenders and the date and time
for submittal. The Tenders must be received in the office of the Chief General
Manager (Technical) at the address specified in Item 10 of 4.1 of this NIT, not later
than the date and time noted in Item 8 of 4.1 of this NIT. A receipt for submission will
be issued free of charge.
7.10 Late or delayed Tenders will not be considered for evaluation and shall either not be
received or will be returned unopened.
CONTRACT UAA-05
DESIGN AND CONSTRUCTION OF
UNDERGROUND STATIONS AT SHENOY NAGAR,
ANNA NAGAR EAST, ANNA NAGAR TOWER AND
THIRUMANGALAM AND ASSOCIATED TUNNELS
TENDER DOCUMENTS
VOLUME 1
INSTRUCTIONS TO TENDERERS
APRIL 2010
TABLE OF SUB-CLAUSES
A. GENERAL ..................................................................................................................................... 1
A1. General Description of the Works ................................................................................................. 1
A2. Source of Funds ............................................................................................................................ 2
A3. Eligible Tenderers ......................................................................................................................... 2
A4. Qualifications of the Tenderer ....................................................................................................... 2
A5 One Tender per Tenderer ............................................................................................................. 3
A6 Cost of Tendering ......................................................................................................................... 3
A7 Site Visits ...................................................................................................................................... 3
A8. SITE INFORMATION .................................................................................................................... 4
B. TENDER DOCUMENTS ............................................................................................................... 5
B1 Content of Tender Documents ...................................................................................................... 5
B2 Content of Supporting Documents................................................................................................ 5
B3 Clarification of Tender Documents ............................................................................................... 5
B4. Amendment to Tender Documents ............................................................................................... 6
C. PREPARATION OF TENDERS .................................................................................................... 7
C1 Language ...................................................................................................................................... 7
C2. Documents Comprising the Tender .............................................................................................. 7
C3 Technical Submissions Common to all Underground Contracts. ................................................. 9
C4 Quality Assurance and Quality Plan ........................................................................................... 11
C5 Outline Occupational Health, Safety and Environmental Plan ................................................... 11
C6 Tenderer's Technical Proposals ................................................................................................. 11
C7. Project Management Plan .......................................................................................................... 11
C8. Outline Tender Programme and Proposed Design Submission Programme ............................. 12
C9. Manufacture, Installation and Construction Methods ................................................................. 12
C10. Maintenance ............................................................................................................................... 13
C11. Sub-Contracts ............................................................................................................................. 13
C12. Not Used. .................................................................................................................................... 13
C13. Not Used. .................................................................................................................................... 13
C14. Proposals for Use and Reinstatement of Work Areas. ............................................................... 13
C15. Financial ...................................................................................................................................... 13
C16. Currencies of Tender .................................................................................................................. 14
C17. Tender Validity ............................................................................................................................ 14
C18. Tender Security........................................................................................................................... 14
C19. Performance Guarantee, Undertaking and Warranties. ............................................................. 15
C20. Labour ......................................................................................................................................... 15
C21. Other Contractors ....................................................................................................................... 15
C22. Insurance .................................................................................................................................... 15
C23. Tender Index ............................................................................................................................... 15
INSTRUCTIONS TO TENDERERS
A. GENERAL
A1. General Description of the Works
A1.1 Key Relevant information and address for purchase of documents, correspondence
and submission of Tenders are provided in the Notice of Invitation to Tender.
More details are as follows:
(a) Period for which the Tender is to be kept valid and open, refer to Sub-Clause
C17 of this ITT, is 180 days from the date of submission of Tender.
(b) Time for notice to commence the works, refer to Item 4 of Appendix FT-1 to
Form of Tender, is 15 days from the issue of the Employer’s Representative’s
order to commence, Sub-Clause 8.1 of Part I – General Conditions refers.
(c) Time for Completion of the Works, refer to Item 5 of Appendix FT-1 to Form of
Tender is 2160 days from the Commencement Date..
A1.2 The Permanent and Temporary Works shall comprise the Design and Construction of
all Works and services necessary to complete the stations and underground sections,
including waterproofing, complete as per the Contract Outline Design and Construction
Specifications, all as specified in Clause B2(1) of Volume 3.
A1.3 The following are examples of works which are to be designed, supplied, installed, and
commissioned by Interfacing Contractors, with whom the Contractor shall co-ordinate
all interface requirements at the design stage, during his construction and integrated
testing activities. However, making provisions for all their requirements, including, but
not limited to, fixing points, openings/cut outs, etc.., shall be in the scope of this
Contract UAA-05.
(a) Design and Construction of Underground Stations and Tunnels on Corridor 2
from the west end of Egmore station to the south end of Shenoy Nagar station
including the tunnel sections at the south end of Shenoy Nagar station. The
Tunnel Boring Machines for this section of tunnel may be retrieved through
Shenoy Nagar Station; and
(b) Design and Construction of Elevated Stations and Viaducts on Corridor 2 from
CH9,500.00 north of Koyambedu station to CH15,738 south of Vadapalani
station; and
(c) Design and construction of track works for both elevated and underground
sections as well as those in depot including plinth, ballast, sleepers, rails, etc
(d) Railway Electrification and HV power supplies, Traction Power including OHE
fixtures and auxiliary substations
(e) Design and construction of power supply facilities including for high voltage,
medium voltage, auxiliary power supply distribution, Supervisory Control and
Data Acquisition (SCADA), OHE and UPC & DG Set at each Station and civil
works for the two power plant (132Kv/ 33Kv)
(f) Design and construction of the control and signalling system, telecommunication
and low current systems including signalling, continuous automatic train control
(CATC), passenger information (PI), variable message display (VMD), monitoring
system for all systems, backbone transmission (BT), radio communications and
tetra and GSM leaking cable, closed circuit television (CCTV), internal telephone
(IT), public address (PA), access control system and monitoring system for all
systems
(g) Design, manufacture, supply, install, testing and commissioning of automatic fare
collections system.
(h) Design, manufacture, supply, installation, testing and commissioning of lifts and
A4.2 The Tenderer shall submit a signed certificate, as contained in Annexure 2 of this ITT,
that the information submitted at the Prequalification stage remains valid, as Clause
A3.1 of this ITT, or if it has been changed or altered, submit the form, noting the
revised details, with appropriate copies attached, and confirm that the Tenderer
continues to meet all of the Prequalification Criteria.
A4.3 Each Tenderer (each member in the case of a partnership, Joint Venture or
Consortium) is required to confirm and declare, as stated in the Form of Tender, that
no agent, middleman or any intermediary has been, or will be, engaged to provide any
services, or any other item or work related to the award and performance of this
Contract. The Tenderer will have to further confirm and declare, as stated in the Form
of Tender, that no agency commission or any payment which may be construed as an
agency commission has been, or will be, paid and that the financial statements will not
include any such amount. If the Employer subsequently finds to the contrary, the
Employer reserves the right to declare the Tenderer as non-compliant, and declare
any Contract, if already awarded to the Tenderer, to be null and void.
A4.4 Canvassing or offer of an advantage or any other inducement by any person with a
view to influencing acceptance of a Tender is an offence under the laws of India and
any such action will result in the rejection of the Tender, in addition to other punitive
measures.
A4.5 JICA requires that Tenderers and Contractors, as well as Chennai Metro Rail Limited
(CMRL), under contracts funded with JICA ODA Loans and other Japanese ODA,
observe the highest standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, JICA will ;
a) reject a Tender for award if it determines that the Tenderer recommended for
award has engaged in corrupt or fraudulent practices in competing for the
Contract in question;
b) recognize a Contractor as ineligible, for a period determined by JICA, to be
awarded a contract funded with JICA ODA Loans, if it at any time it determines
that the Tenderer or Contractor has engaged in corrupt or fraudulent practices in
competing for, or in executing, another contract funded with JICA ODA Loans or
other Japanese ODA.
A4.6 Furthermore, Tenderers shall be aware of the provision stated in Sub-Clause 15.5 of
Part I of the General Conditions.
and obtain for himself on his own responsibility all information that may be necessary
for preparing the Tender and entering into a contract for the proposed Works. The
costs of visiting the Site shall be borne by the Tenderer. It shall be deemed that the
Tenderer has undertaken a visit to the Site of Works and is aware of the site conditions
and all other relevant matters, prior to the submission of his Tender.
A7.2 The Tenderer and any of his personnel will be granted permission by the Employer to
enter upon his premises and lands for the purpose of such inspection, but only upon
the express condition that the Tenderer, and his personnel, will release and indemnify
the Employer and his personnel from and against all liability in respect thereof and will
be responsible for death or personal injury, loss of or damage to property and any
other loss, damage, costs and expenses incurred as a result of the inspection.
A7.3 The Employer may arrange a Site visit concurrently with the Pre-Tender meeting
referred to in Sub-Clause C25 of this ITT.
A7.4. The Tenderer shall take note of Part I General Conditions Sub-Clause 4.9 and Part II
Conditions of Particular Application CPA Clause 12 in which it is deemed that the
Tenderer has taken into account all the factors that may affect his Tender in preparing
his offer.
A8. SITE INFORMATION
A8.1 WORK SITE
A8.1.1 The project site is located in Chennai, the Capital of Tamil Nadu. The location of the
work and the general site particulars are shown in the General Arrangement Drawings
enclosed in the Tender Documents.
A8.1.2 The proposed Works are in the centre of Chennai city from Shenoy Nagar to
Thirumangalam for Corridor 2, with four underground stations at Shenoy Nagar, Anna
Nagar East, Anna Nagar Tower and Thirumangalam.
A8.1.3 The Contractor shall plan his works taking into account any restrictions of approach
and availability of space and time.
A8.2 GENERAL CLIMATIC CONDITIONS
A8.2.1 The area in which the work lies is plain terrain falling within latitude 130 4’ North and
longitude 80015’ East.
A8.2.2 The recorded highest and lowest temperatures in the past 10 years are 44 degree
Celsius and 20 degree Celsius, respectively.
A8.2.3 Summer season is from March to June, the north-east monsoon from October to mid-
December and the winter season is from December to February.
A8.2.4 Mean average annual rainfall in the area over a five-year period is of the order of 1500
mm, when about 75% of the annual rainfall occurs during October to December. The
heaviest rainfall recorded in a span of 24 hours is 191 mm.
A8.3 SEISMIC ZONE
Chennai falls in Seismic Zone III.
B. TENDER DOCUMENTS
B1 Content of Tender Documents
B1.1 The Tender Documents, as listed in Clause 5 of the Notice of Invitation to Tender,
have been prepared for the purpose of inviting Tenders for Contract UAA-05, as more
particularly described in these Tender Documents.
B1.2 The Tenderer is expected to examine carefully the contents of each document in the
Tender Documents. Failure to comply with the requirements of the Tender Documents
will be at the Tenderer’s own risk.
B1.3 The Tenderer shall not make or cause to be made any alteration, erasure or
obliteration to the text of the Tender Documents.
B2 Content of Supporting Documents
B2.1 The Geotechnical Reports, containing site investigation information, as well as
Environmental and Safety reports and other Reference Documentation, are included in
Volume 8 of the Tender Documents. The contents of these reports are for general
information only and any interpretation of the results shall be construed as opinions
only and not as representations or warranties as to the actual site or sub-soil
conditions. The Tenderer’s attention is specifically drawn to Sub-Clause B2.3 of this
ITT.
B2.2 The Tenderer shall note the existence of overground, at grade and underground
structures, utilities and infrastructure in the near vicinity of the Works to be constructed.
B2.3 The accuracy or reliability of the documents and reports referred to in this Sub-Clause
B2 of this ITT and of any other information supplied, prepared or commissioned at any
time by the Employer or others in connection with the Contract, is not warranted. The
Tenderer's attention is drawn to Sub-Clauses 4.9 and 4.10 of Part I General Conditions
and CPA Clause 12 of Part II Conditions of Particular Application in this regard. The
Tenderer should visit, examine and assess the Site including working conditions and
will be deemed to have satisfied himself of the risks and obligations under the
Contract.
B3 Clarification of Tender Documents
B3.1 The Tenderer shall check the pages of all documents against page numbers given in
the Index to each Volume, and in the event of discovery of any discrepancy, the
Tenderer shall inform the Employer forthwith.
B3.2 Should the Tenderer for any reason whatsoever, be in doubt about the meaning of
anything contained in the Invitation to Tender, Tender Documents or the extent of
detail in the Employer's Requirements, Outline Specifications and Tender Drawings,
the Tenderer shall seek clarification from the Employer, not later than the last date of
seeking clarification given in Clause 4.1 Key Details of the Notice of Invitation to
Tender. Any such clarification, together with all details on which clarification had been
sought, will be copied to all Tenderers without disclosing the identity of the Tenderer
seeking clarification. All communications between the Tenderer and the Employer
shall be conducted in writing.
B3.3 Except for any such written clarification by the Employer, which is expressly stated to
be by way of an addendum to the documents referred to in Sub-Clause B1.1 of this
ITT, and/or for any other document issued by the Employer, which is similarly
described, no written or verbal communication, representation or explanation by any
employee of the Employer shall be taken to bind or fetter the Employer under the
Contract.
B3.4 The Tenderer may be required to amplify, explain and develop the Tenderer's
Technical Proposals in substantially greater detail during the Tender evaluation period
such that they may be confirmed as complying clearly with all aspects of Volume 3
Employer's Requirements and in accordance with Sub-Clause B4.2 of this ITT, and
can be incorporated into the Contract.
B4. Amendment to Tender Documents
B4.1 The Tenderer is advised that further instructions to Tenderers, corrigenda and
addenda may be issued during the Tender Period by Amendments to the Tender
documents. Without prejudice to the general order of precedence prescribed by Sub-
Clause 1.6 of the Part I General Conditions, as amended by CPA Clause 3 of the Part
II Conditions of Particular Application, the provisions in any such addenda shall take
priority over the Invitation to Tender and Tender Documents previously issued. The
Tenderer shall confirm receipt of such documents and list them in the Tender
Submittal.
B4.2 The Tenderer should note that there might be aspects of his Tender and/or the
evaluation documents submitted with the Tender that will necessitate further
discussion and clarification. It is intended that any aspect of the said evaluation
documents and any amendments or clarification, which may have a contractual effect,
will be incorporated into the Contract either:
(a) by way of Part II Conditions of Particular Application to be prepared by the
Employer and agreed in writing by the Tenderer prior to and conditional upon
acceptance of the Tender; or
(b) by the Tenderer submitting, at the written request of the Employer, documents
which are expressly stated to form part of the Tender, whether requested before
or after submission of the documents forming part of the Tender and whether as
supplements to, or amended versions of such documents.
Save as aforesaid, all such amendments or clarifications shall have no contractual
effect.
C. PREPARATION OF TENDERS
C1 Language
Tenders and all accompanying documents shall be in English. In case any
accompanying printed literature is in another language, it shall be accompanied by an
English translation. The English version shall prevail in matters of interpretation.
C2. Documents Comprising the Tender
C2.1 The Tenderer shall, on the date and time given in the Notice of Invitation to Tender,
submit his Tender in three separate sealed packages clearly marked with the name of
the Tenderer and the information and identifications in accordance with Clause D1 of
this ITT.
Part 1. Tender Security and Eligibility Package for Contracts UAA-01 to 05; and
Part 2. Financial Package of Contract UAA-05 ; and
Part 3. Technical Package of Contract UAA-05,
These shall be addressed to the Chief General Manager (Technical) and submitted to
CMRLs office at the address given in item No. 10 of Sub-Clause 4.1 of the Notice of
Invitation to Tender. The Tenderer shall ensure that a receipt is obtained for the
submission of his Tender, such receipt being issued free of charge.
Part 1 Tender Security and Eligibility package shall consist of the Tender Security as
per Sub-Clause C18 and the Eligibility submissions as per Sub-Clause A3 of this ITT
and can be submitted commonly for multiple tender submissions.
Part 2 Financial Package of this submission shall contain the documents referred to in
Sub-Clauses C2.2 2.(a), (b) and (c) of this ITT.
Part 3 Technical Package of this submission shall contain the documents referred to in
the subsequent Sub-Clauses C2.2 3(a) to (g) inclusive, and C2.3(a) to (e) inclusive, of
this ITT.
Should any further documents be required pursuant to Sub-Clauses C2.2 3.(h) and
C2.3(f) below, the Tenderer will be instructed by the Employer which Package of the
Tenderer’s submission is to contain such documents.
C2.2 Tenderer shall submit as his Tender the following documents, duly completed
which, in the event of acceptance of the Tender, shall form part of the Contract:
1. Part 1 - Tender Security and Eligibility Package;. as per Clause A3 of this
ITT;
(a) Tender Security; as per Clause C18 of this ITT
(b) Statement of continued validity of prequalification eligibility;
(c) Powers of Attorney, JV Agreement, Letter of Intent, etc..
(d) Confirmation of receipt of any instructions to Tenderers, corrigenda and
addenda issued by the Employer.
2. Part 2 - Financial Package;
(a) Form of Tender (Without appendices);
(b) Appendix FT-1 to the Form of Tender; Contract Conditions;
(c) Appendix FT-2 to the Form of Tender: Completed Financial information (refer
Sub-Clause C15 of this ITT) including any discounts offered in table FT2A,
(refer Sub-Clause E5.5 of this ITT);
(d) Annexure 10B to the Instructions to the Tenderers – Statement of Minor
the blanks, shall be signed by a duly authorised and empowered representative of the
Tenderer. If the Tenderer comprises a partnership, Consortium or a Joint Venture the
Form of Tender shall be signed by a duly authorised representative of each member or
participant thereof. Signatures on the Form of Tender shall be witnessed and dated.
Copies of relevant notarised Powers of Attorney and a copy of the notarised
agreement entered into by the Joint Venture members shall be attached.
C2.7 Tenders submitted by a Joint Venture of two or more firms as partners shall comply
with the following requirements:
(i) The tender shall confirm that all the information submitted as part of their Pre-
Qualification application is still relevant for each Joint Venture partner and that no
changes or revisions have occurred, refer to the form to be completed in
Annexure 2.
(iii) One of the partners responsible for performing a key component of the contract
shall be designated as the leader, this authorization shall be evidenced by
submitting with the tender a Power of Attorney signed by all the legally authorized
signatures.
(iv) The leader shall be authorized to incur liabilities and receive instructions for and
on behalf of any and all partners of the Joint Venture, and the entire execution of
the contract, including payment, shall be done exclusively with the leader.
(v) All partners of the Joint Venture shall be liable jointly and severally for the
execution of the contract in accordance with the contract terms.
(vi) A notarised copy of the Agreement entered into by the Joint Venture partners
shall be submitted with the tender or the letter of intent to enter into an agreement
if the tender is successfully accepted by the Employer.
In order for a Joint Venture to qualify, each of its partners or combination of partners
must meet the minimum criteria listed in this ITT for an individual tenderer for the
component of the contract they are designated to perform. Failure to comply with this
requirement will result in rejection of the Joint Venture’s tender.
C9.1 The Tenderer shall submit with his Tender, the methods by which the Tenderer intends
to construct the Works, whether on the Site, off-site but in India, or offshore which shall
be included as part of the Project Management Plan, refer to Clause C7 of this ITT.
The construction methods to be employed will be analysed during the Tender
evaluation and their descriptions shall be given in sufficient detail to allow a full
appreciation of the Tenderer's proposals in relation to all aspects of the Works. Details
shall be given of the locations and arrangements for offshore work, the facilities
available and any undertaking from subcontractors or suppliers which the Tenderer
has in such matters.
C10. Maintenance
C10.1 The Contractor shall be responsible for maintaining the Works until final hand over to
the Employer and for the provision of relevant maintenance manuals and drawings.
C10.2 The Contractor shall be responsible for making good any and all defects of materials
and workmanship, in the Works for the period stated in the General Conditions.
C10.3 The Contractor shall be responsible for the security of the Site during the construction
phase of the Contract, until the issuance of the Taking-Over Certificate.
C11. Sub-Contracts
C11.1 The terms and conditions of sub-contracts and/or suppliers and the payments due to
them shall be the sole responsibility of the Contractor.
C11.2 The Contractor shall ensure that any warranties or guarantees from subcontractors
and/or suppliers, still in force at the expiry of the Contract Period or termination of the
Contract, are capable of being assigned to the Employer.
C11.3 The Terms and Conditions of the sub-contract are the sole prerogative of the
Contractor and are deemed to be included in the Lump Sum Price.
C12. Not Used.
C13. Not Used.
C14. Proposals for Use and Reinstatement of Work Areas.
C14.1 The Tenderer shall note the requirements of the Land Acquisition Act, 1894.
C14.2 The Tenderer shall note the provisions contained in Volume 3 Employer’s
Requirements – Construction relating to Works Areas.
C14.3 The Tenderer shall show, in outline, his proposed site layouts for:
(a) accommodation and other facilities.
(b) fabrication and storage areas.
(c) concrete batching plants.
The Tenderer shall indicate his proposals for the provision of utility services to the
Site(s). The Tenderer is to note that the Contractor will be fully responsible for the
provision of all utility services necessary for the construction and completion of the
Works as described in Appendix 8 of Volume 3 Employer's Requirements.
C15. Financial
C15.1 The Financial Pricing Document is included in Volume 7. The Tenderer shall complete
the Document in accordance with the instructions given therein and elsewhere in these
Tender Documents. The completed Document shall be submitted as Appendix FT-2 to
the Form of Tender of this ITT.
C15.2 The Tenderer shall submit as part of the ‘Tender Security and Eligibility Package’, a
signed certificate, as contained in Annexure 2 of this ITT, that the information
submitted at the Prequalification stage remains valid, as Clause A3.1 of this ITT, or if it
has been changed or altered, submit the revised details, and confirm that the Tenderer
continues to meet all of the Prequalification Criteria.
C15.3 The Tenderer is to note the Key Dates given in Appendix 2B of Volume 3 Employer’s
Requirements. These are to be adhered to strictly, failing which Liquidated Damages
as per item 39 of Appendix FT-1 to the Form of Tender of this ITT shall be applied.
C16. Currencies of Tender
C16.1 The Tenderer shall quote the price for inputs to the Works, which are expected to be
supplied from within lndia, including taxes, royalties, duties, cess, octroi/ Entry Tax,
and other levies payable to various authorities in India, in Indian Rupees.
C16.2 The currencies of payment for inputs to the Works to be supplied from abroad shall be
Japanese Yen and/or two other specified currencies from an OECD country.
C16.3 Interim payments will be certified and paid in accordance with the provisions of Sub-
Clause 13 of Part I General Conditions and the provisions of CPA Clause Nos. 35 and
36 of the Conditions of Particular Application in the currency(ies) shown in the Pricing
Document.
C16.4 For the purpose of comparative evaluation of the offers, all Tender prices will be
converted to Rupees as described in Sub-Clause E5.4 of Instructions to Tenderers.
C17. Tender Validity
The Tender shall be valid for a period of 180 days from the Date of Submission of the
Tenders. In exceptional circumstances, prior to expiry of the original Tender validity
period, the Employer may request that the Tenderers extend the period of validity for a
specified additional period. The request and the responses thereto shall be made in
writing or by facsimile. A Tenderer may refuse the request without forfeiting his Tender
Security. A Tenderer agreeing to the request will not be required or permitted to modify
his Tender, but will be required to extend the validity of his Tender Security for the
period of the extension, at no additional cost to the Employer.
C18. Tender Security
C18.1 The Tenderer shall submit with his Tender, one Tender Security, as per the sums
stated in Item 1 of Sub-Clause 4.1 of the NIT, to cover all of the Tenders UAA-01,
UAA-02, UAA-03, UAA-04 and UAA-05. The original Tender security shall be
submitted with one Tender, preferable UAA-01, and a copy with an explanatory note
included in the other Tenders, if the Tenderer submits further Tenders.
C18.2 i) The Tender Security shall, at the Tenderer’s option, be in the form of either a
certified cheque, a letter of credit or an irrevocable bank guarantee from a
Scheduled Bank in India (meaning a bank which has been included in the
Second Schedule of Reserve Bank of India Act, 1934) (including Scheduled
Commercial Foreign Banks) of the Tenderer’s choice.
ii) The Tender Security shall be in the amount stipulated in item 1 of Clause 4.1 of
the NIT, in either Indian Rupees or the equivalent amount in Japanese Yen or
one of the two other currencies in which the Contract has been priced.
iii) The bank guarantee shall be in the form given in Annexure 4 to these
Instruction to Tenderers, other formats may be permitted, subject to the prior
approval of the Employer.
iv) The bank guarantee should be in the name of the Applicant, Joint Venture or
Consortium. In the case where the Tenderer is a Joint Venture or Consortium,
the Bank Guarantee for the Tender Security shall be from the Joint Venture or
Consortium and not from individual members.
v) The Tender Security shall be submitted in a sealed envelope clearly marked on
the front “Tender Security for the Chennai Metro Rail Project - Contract UAA-01
to 05.” or as applicable.
vi) The Tender Security shall remain valid for a period of twenty-eight (28) days
beyond the original validity period for the Tender, or any extension
The Tenderer shall include with his Tender, as part of Appendix FT-7 of the Form of
Tender, an index which cross references all of the Employer’s Tender Requirements
elaborated in these documents to all the individual sections that require submissions to
be included within the Technical Package and the Financial Package. The Tenderer
shall ensure that his Tender responds to each and every one of those requirements.
C24. Alternative Proposals by Tenderers
No alternative proposals shall be submitted or will be allowed.
C25 Pre-Tender Meeting
C25.1 A Pre-Tender meeting shall be held on the date and location given in item 6 of Sub-
Clause 4.1 Key Details of the Notice of Invitation to Tender of this Volume 1.
C25.2 The purpose of the meeting will be to clarify issues and to answer questions on any
matter that may be raised at that stage.
C25.3 The Tenderer is requested to submit any questions in writing by letter or facsimile, to
reach the Employer not later than the last date of seeking clarifications as mentioned
in the table contained in Sub-Clause 4.1 Key Details of the Notice of Invitation to
Tender of this Volume 1.
C25.4 The questions raised by all the Tenderers and the responses given, will be transmitted
to all purchasers of the Tender Documents. Any modification of the Tender
Documents listed in Sub-Clause B4 of this ITT which may become necessary as a
result of these questions and/or the Pre-Tender meeting shall be made by the
Employer exclusively through the issue of an Addendum pursuant to Sub-Clause B4 of
this ITT.
C25.4 Non-attendance at the Pre-Tender meeting will not be a cause for disqualification of a
Tenderer.
C26. Format and Signing of Tender
C26.1 The Tenderer shall prepare and submit one (1) original of Part 1 Tender Security and
Eligibility Package, one (1) original and three (3) copies of the documents comprising
Part 3 Technical Package of the Tender, and one (1) original and one (1) copy of Part
2 Financial Package, as described in Sub-Clause C2 of these Instructions to
Tenderers, all packages clearly marked "ORIGINAL" and “COPY 1 or 2 or 3” as
appropriate. In the event of any discrepancy between them, the original shall prevail.
C26.2 The original and all copies of the Tender shall be typed or written in indelible ink (in the
case of copies, photocopies are also acceptable) and all the pages of the original and
all copies shall be signed on the cover and last page of each Volume, unless
designated otherwise within the Tender documents, by a person or persons duly
authorised to sign on behalf of the Tenderer, with company seal, pursuant to Clause
A4 of this ITT, as the case may be.
C26.3 The Tender shall contain no alterations, omissions or additions, except those to
comply with any instructions issued by the Employer, or as necessary to correct errors
made by the Tenderer, in which case such corrections shall be initialled and dated by
the person or persons signing the Tender, with company seal.
D. SUBMISSION OF TENDERS
D1 Sealing and Marking of Tender
D1.1 The Tenderer shall seal the ‘Tender Security and Eligibility Package’ which shall
contain in separate envelopes both (1) the Tender Security marked “Tender Security
for Contracts UAA-01 to UAA-05.” and (2) the Eligibility Package.
D1.2 The Tenderer shall seal the original and copies of the Technical Package in separate
envelopes, duly marking them as "Original", and "Copy 1, Copy 2, Copy 3" as
appropriate. All the envelopes of the Technical Package shall then be sealed in an
outer envelope.
D1.3 Likewise, the Tenderer shall seal the Original and Copy of the Financial Package in
separate envelopes duly marking the envelopes as "Original" and "Copy 1". Both
envelopes of the Financial Package shall be sealed in an outer envelope. Thus, there
shall be one envelope containing only the Tender Security and Eligibility Package, a
second envelope containing the original and three (3) copies of Technical Package
and third envelope containing both original and one (1) copy of the Financial Package.
All the three envelopes shall then be put in an outer envelope, which shall bear the
identification of i) the Tender reference number and ii) CMRLs address as specified in
D1.4, and then sealed.
D1.4 All the inner and outer envelopes shall be addressed to the Employer at the following
address:
To,
Chief General Manager (Technical),
Chennai Metro Rail Limited,
11/6, Seethammal Road,
Alwarpet,
Chennai-600 018,
India;
and shall include the following identification;
(a) bear the following identification for Tender Security and Eligibility Package
PART 1 - TENDER SECURITY and ELIGIBILITY
Tender Reference Number : UAA-05
DO NOT OPEN BEFORE [date and time]. [To be completed with the time and date
specified in Clause 4 of the Notice of Invitation to Tender.]
(b) bear the following identification for Technical Proposals:
PART 3 - TECHNICAL PACKAGE
Tender Reference Number: UAA-05
DO NOT OPEN BEFORE [date and time]. [To be completed with the time and date
specified in Clause 4 of the Notice of Invitation to Tender.]
Name and address of the Tenderer to enable the Tender to be returned
unopened in case it is declared late pursuant to Sub-Clause D2 of this ITT, or
not accompanied with valid Tender Security
(c) bear the following identification for Financial Package:
PART 2 - FINANCIAL PACKAGE
Tender Reference Number: UAA-05
ONLY TO BE OPENED IF TECHNICAL PROPOSAL IS SATISFACTORY
(d) All envelopes shall clearly state the name and address of the Tenderer, to
The decision of the Employer as to which of the Tenders are not substantially
responsive shall be final and binding.
E1.4 Financial Package; The date, time and place of opening of Financial Packages will be
advised to the Tenderers whose Technical Packages have been found acceptable, so
that they can be present at the time of opening of the Financial Packages. The
Tenderer is to note that the Financial Package of the Tender submissions for which the
Technical Package has satisfied the evaluation in sub-paragraph E1.3, will be opened,
but the information relating to the Tenderer’s financial Lenders and bankers, shall
remain confidential.
E1.5 Opening of Tenders; At the opening of the Technical Packages, the envelopes
marked “Withdrawal” shall be opened and read out and the envelope with the
corresponding Tender shall not be opened, but returned to the Tenderer. No Tender
withdrawal shall be permitted unless the corresponding withdrawal notice contains a
valid authorization to request the withdrawal pursuant to Sub-Clause D3 of this ITT
and is read out at Tender opening.
Second, envelopes marked “Substitution” shall be opened and read out and
exchanged with the corresponding Tender being substituted, and the substituted
Tender shall not be opened, but returned to the Tenderer. No Tender substitution shall
be permitted unless the corresponding substitution notice contains a valid
authorization to request the substitution and is read out at Tender opening.
Thirdly, envelopes marked “Modification” shall be opened and read out with the
corresponding Tender. No Tender modification shall be permitted unless the
evaluation of the Pricing Document in accordance with Sub-Clause E5.2 of this ITT.
E4 Evaluation of Tenders
E4.1 General Evaluation - The Employer will determine whether each Technical submission:
(i) provides all the Technical documentation and in the format required,
(ii) is the only one submitted by the Tenderer in accordance with Sub-Clause A5
of this ITT,
(iii) has been properly signed,
(iv) has not been subjected to any omissions or changes to the text as issued by
the Employer.
(v) Meets the eligibility requirements of Clause A3 of this ITT.
A ‘NO’ answer to any of the above items may disqualify the Tender at the Employer’s
discretion.
E4.2 Evaluation of Technical Proposal
The Technical Proposal shall be subjected to detailed evaluation under the following
heads:
a) Conformity
The Employer will determine whether the Technical Proposal conforms substantially
to the requirements of the Tender Document Volumes 2 to 6.
b) Material Deviation or Reservation
A material deviation or reservation is one:
• which affects in any substantial way the scope, quality or performance of
the Contract; or
• which limits in any substantial way, the Employer's rights or the Tenderer's
obligations under the Contract; or
• whose rectification would affect unfairly the competitive position of other
Tenderers presenting conforming Tenders.
c) Qualifying Conditions
A Technical Proposal will be deemed unacceptable if it contains any qualification
which:
• seeks to shift to the Employer, another Government Agency or another
contractor all or part of the risk and/or liability allocated to the Contractor
save as specifically permitted in the Tender Documents; or
• includes a deviation from the Tender Documents which would render the
Works, or any part thereof, unfit for their intended purpose; or
• fails to submit a Project Management Plan and/or Outline Tender
Programme; or
• fails to commit to the Key Dates as specified in Volume 3,
d) The Employer will evaluate the technical suitability and acceptability of the Tender
proposals as per the Employer’s Requirements.
e) The Tenderer shall be required to amplify, explain and develop the Tenderer's
Technical Proposals in substantially greater detail during the Tender evaluation
period such that they may be confirmed as complying clearly with Volume 3
Employer's Requirements and in accordance with Sub-Clause B4.2 of this ITT, can
change in the rates of TN VAT between the period of 14 days prior to the submission
of bid and completion of contract period. Within 5 weeks of payment by the
Contractor to the Government of TN VAT payment, the Contractor shall submit a
certificate to this effect to the Employer for reimbursement in a format acceptable to
the Employer. The successful Tenderer is expected to give the calculations for
arriving at the value of TN VAT quoted by him, in the Tender. The Tenderer will be
compensated for any increased rate of TN VAT in the future based on the actual
increase from the rates applicable 14 days prior to the date of submission of bid, as
per the conditions noted in CPA Clauses 33 and 37 of Volume 2. The Contractor will
be expected to provide proof of the increase, if any. TN VAT on any Variations
instructed by the Employer’s Representative shall also be payable, at actual cost,
based on proof of payment.
iv) TN VAT input credits are to the Contractor’s account.
E5.4.2 Offers, deviations and other factors which are in excess of the requirements of the
Tender documents or otherwise which result in the accrual of unsolicited benefits to
the Employer, shall not be taken into account in the Tender evaluation.
E5.4.3 Price adjustment provisions applicable during the period of execution of the Contract
shall not be taken into account in the Tender evaluation.
E5.4.4 The evaluation of the Financial proposal will be based on lump sum items and/or
quantities in the Pricing Document. Any alteration to the Pricing Document will not be
given any cognizance. The closing selling rate of any specified foreign currency as
quoted by the Reserve Bank of India, twenty eight days prior to the date of the
submission of the Tender, the Base Date, will be taken for evaluation of tenders.
E5.5 Combined Evaluation with Other Tenders
Tenders for multiple Underground stations and tunnel Contracts are being invited
simultaneously and will be evaluated at the same time, based on the least overall cost
to the Employer, refer to Sub-Clause 7.7 of the Notice of Invitation to Tender of this
Volume 1.
The maximum number of contracts to be awarded to a single firm or Joint Venture
shall be two (2).
There are five underground packages and the Tenderer may offer a discount to
individual packages or for Tenderers who are prequalified for two Contracts, they may
offer a discount for any combination of two packages. Discounts will be calculated
against the combined Tender packages as given by the Tenderer in table FT2A in
Appendix FT2, which should be completed and signed and submitted with a covering
letter offering the discount(s), and the letter and table included as part of the Financial
package, in accordance with Clause C2.2 of this ITT.
When evaluating the five Contract Awards, the Employer will take into account all
possible permutations of the possible awards and discounts that will provide the
Employer with the least overall Project cost, and such combinations are included in
table FT2B in Appendix FT2.
The Tenderers should note that if the Employer decides not to award one or more
packages, for some reason, then the remaining packages will be awarded based on
the least cost combination of the packages to the Employer, without any liability to the
Tenderers.
The Employer reserves the right to accept or reject any or all proposals without
assigning any reasons. No Tenderer shall have any cause of action or claim against
the Employer for rejection of his proposal.
E6 Indigenisation
E6.1 Tenderers are encouraged to involve domestic firms in the Contract organisation and
procurement processes. The requirements for technology transfer shall be as given in
F. AWARD OF CONTRACT
F1 Award
F1.1 Subject to Sub-Clause F2 of this ITT, the Employer may award the Contract to the
Tenderer whose Tender has been determined to be substantially responsive and
compliant to the requirements contained in the Tender Documents as per Sub-Clause
E4 of this ITT and who has offered the lowest evaluated Tender price as per Sub-
Clause E5.5 of this ITT.
F2 Employer's Right to Accept any Tender and to Reject any or all Tenders
F2.1 The Employer is not bound to accept the lowest or any Tender and may at any time,
by notice in writing to the Tenderers, terminate the Tendering process.
F2.2 The Tenderer should note in particular that without prejudice to the Employer’s other
rights under the Contract and the Tender Security in the event that the Tender is
accepted but the Tenderer fails to supply the Performance Security required under
Sub-Clause F5 below, and Sub-Clause 4.2 of Part I - General Conditions or other
specified documents or fails to execute the Contract Agreement as per Sub-Clause F4
of this ITT, the Employer may terminate the Contract and the Tender Security shall be
forfeited.
F2.3 The Employer will reject any Tender it determines not to be in accordance with Sub-
Clause F6.1 of this ITT.
F3 Notification of Award
F3.1 Prior to the expiration of the period of Tender validity prescribed in Sub-Clause 7.6 of
the NIT, and Sub-Clause Nos. A1.1 and C17 of this ITT or any extended period
pursuant to Sub-Clause C17 of this ITT, the Employer will notify the successful
Tenderer by facsimile confirmed by letter, transmitted by courier, that his Tender has
been accepted. This letter (hereinafter and in Part 1 of the General Conditions called
the “Letter of Acceptance") shall name the amount which the Employer will pay the
Contractor in consideration of the execution, completion, and remedying of any defects
in the Works by the Contractor as prescribed by the Contract.
F3.2 In the event of Award of the Contract, the Employer’s Representative will issue a letter
to commence work in accordance with GC Sub-Clause 8.1 and the date of receipt of
this letter will be treated as the Commencement Date for the purpose of this Contract.
F4 Signing of Agreement
The Employer shall prepare the Contract Agreement as per the proforma in Annexure
7, duly incorporating all the terms of the agreement between the two parties. The
Tenderer should note that in the event of acceptance of his Tender, the Tenderer will
be contacted with such modifications as may be considered necessary at the time of
finalisation of the Contract within a period of 30 days from the date of issue of the
Letter of Acceptance, the Effective Date. Within 14 days of receipt of the documents as
mentioned in Sub-Clause F5 of this ITT, the successful Tenderer will be required to
execute the Contract Agreement.
F5 Performance Security
F5.1 The Performance Security required in accordance with Sub-Clause 4.2 of Part I
General Conditions shall be for 7.5% of the Contract Price, issued in the number of
currencies and in the proportion of the currencies specified in the Form of Tender.
The Performance Security(s) shall be issued from a Scheduled Bank in India (meaning
a bank which has been included in the Second Schedule of Reserve Bank of India Act,
1934) (including Scheduled Commercial Foreign Banks) in the currencies specified in
the Form of Tender.. The Performance Security shall be furnished to the Employer
within twenty eight (28) days of receipt of the Letter of Acceptance. The Form for
Performance Security is attached to Annexure 6 of this ITT.
F5.2 The Tenderer shall furnish all other Guarantees, Undertakings, and Warranties, in
accordance with the provisions of the Part I General Conditions and Part II Conditions
of Particular Application. The Form for Copyright Undertaking is attached in Annexure
5 of this ITT.
F5.3 Failure of the successful Tenderer to comply with the requirements of Sub-Clauses F4
and F5 of this ITT within the time constraints as noted in these Sub-Clauses F4 and F5
of this ITT, shall constitute sufficient grounds for the annulment of the award and
forfeiture of the Tender Security.
F6 Fraud and Corruption
F6.1 The Employer will reject a Tender during the evaluation process and Contract Award if
he determines that the Tenderer has engaged in corrupt or fraudulent practices during
the compilation of their Tender, the evaluation period of the Tender, or in competing for
the Contract.
CONTRACT UAA-05
DESIGN AND CONSTRUCTION OF
UNDERGROUND STATIONS AT SHENOY NAGAR,
ANNA NAGAR EAST, ANNA NAGAR TOWER AND
THIRUMANGALAM AND ASSOCIATED TUNNELS
TENDER DOCUMENTS
VOLUME 1
ANNEXURES 1 TO 11 AND
FORM OF TENDER
APRIL 2010
TABLE OF ANNEXURES
CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 1
Requirements for Outline Tender Programme
(1) The Outline Tender Programme shall show how the Tenderer proposes to organise
and carry out the Design and Construction Works and to achieve Stages and complete
the whole of the Works by the given Key Dates.
(2) The Outline Tender Programme or Programmes shall be developed as a critical path
network using suitable software. The network must be fully resourced and show co-
ordination with all Interfacing Contractors. The Outline Tender Programme shall show
achievement of all Key Dates and Works Area Access Dates.
(3) The Outline Tender Programme shall take account of the Tenderer's proposed Design
Submission Programme and should indicate, as far as possible, dates and periods
relating to interfaces with and between Interfacing Contractors including dates for
submission of further documents as required by the Contract and periods for their
acceptance.
(4) The Outline Tender Programme shall contain sufficient detail to assure the Employer
of the feasibility of the plan and approach proposed by the Tenderer.
(5) The Tenderer should have regard to the possibility, as referred to in Sub-Clause C8 of
this Instructions to Tenderers, that during the Tender Evaluation Period, the Tenderer
may be required to use the Outline Tender Programme and develop it into a
Programme which, in the event of award, would be the initial submission of the Works
Programme. To facilitate this process, the Tenderer shall, in the preparation of the
Tender Programme, take due account of the provisions of Appendix 4 of Volume 3
Employer's Requirements, in so far as they concern the Works Programme.
(6) The Outline Tender Programme shall be accompanied by a narrative statement that
shall describe Programme activities, assumptions and logic, and highlight the
Tenderer's perception of the major constraints and critical areas of concern in the
organisation, construction and completion of the Works. This narrative statement shall
also indicate which elements of the Works the Tenderer intends to carry out off-Site
and/or outside India with details of the proposed locations of where any such work is to
be carried out, and the facilities available.
(7) The Tenderer shall prepare logic diagrams providing the philosophy for shared access,
shared areas with co-incident and adjacent work areas and submit as part of his
Tender. These logic diagrams shall be developed and submitted along with the Works
Programmes as submitted during the course of the Contract.
(8) All programmes shall include design, procurement periods, major material, offsite
production / prefabrication, temporary construction, interface and periods for all
Interfacing Contractors, whether system wide, utility or statutory contractors etc.
CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 2
PREQUALIFICATION CRITERIA UNDERTAKING
Date ………………..
To:
Chief General Manager (Technical)
11/6, Seethammal Road,,
Alwarpet,
Chennai-600 018,
India
LETTER OF UNDERTAKING
We, (name of Tenderer / Joint Venture) hereby confirm that the information submitted at the
Prequalification Stage remains valid and up to date, and that we continue to meet all of the
prequalification requirements, and that no changes have occurred to any of the items as
listed below;
1) Work experience of the firm(s).
2) Tenderer complies with criteria for eligible source country.
3) Compliance with the “Fraud and Corruption” policy of JICA.
4) Annual turnover remains sufficient.
5) The proposed candidates are still available to work on this project.
6) The proposed equipment is still available for this project.
7) Cash Flow Capacity is above the minimum amount.
8) Tenderers financial position for the last 5 years has not changed.
9) Information provided on the past 5 years litigation history.
If the Employer subsequently finds that any of the prequalification criteria have changed,
contrary to the Tenderers confirmation, the Employer reserves the right to declare the
Tenderer as non-compliant, and to declare any Contract, if already awarded to the Tenderer,
to be null and void.
Signed……
CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 3
Requirements for Tenderer's Technical Proposals
1. The Tenderer's attention is drawn to Sub-Clause A2 of the Volume 3 Employer's
Requirements – Section A General and to Sub-Clause 1 of the General Conditions in
which terms are defined.
2. The Tenderer's Technical Proposals shall comply or, subject to reasonable
development, be capable of complying with the Employer's Requirements in all
respects. The Tenderer's Technical Proposals shall establish firmly the intended
design and methodology, and, in accordance with Sub-Clause 4.2 of this Annexure 3
of this ITT, the Specifications for the Permanent Works.
3. The Tenderer's Technical Proposals shall cover the following:
A) Underground stations
(i) structural form, materials and structural principles, method of carrying or
accommodating loads or actions, and choice and grades of structural
materials;
(ii) construction and erection methods for station boxes, entrances and cut
and cover tunnels, including proposals for ensuring that disruption to road
and pedestrian traffic is minimized, temporary support of excavations,
walling methods, equipment required, spoil removal and disposal,
dewatering methods and precautionary/monitoring measures.
(iii) methods of forming station boxes and cut and cover tunnels through rock,
and
(iv) details of diaphragm wall equipment, or other equipment proposed to be
used to form the external walls for stations and cut and cover tunnels,
including;
a) Size and number of cranes with details of ownership, lease
agreement, MOU to assure availability, and
b) Sizes and numbers of grabs, chisels etc for excavating wall panels.
B) Underground tunnels.
(i) details and number off tunnel boring machines and back up equipment
proposed to be used for the work with details of ownership, lease
agreement, MOU to assure availability,
(ii) sequence, direction and outline programme for procurement of TBMs,
launching of TBMs and construction of each bored tunnel drives.
(iii) proposals for TBM launch shaft and back-up facilities including tentative
site layout.
(iv) size, location and layout of bored tunnel segment casting and storage yard.
(v) provisions for delivery of segments to site and removal of spoil from site.
(vi) proposed method for forming cross passages.
(vii) approach for existing building structures protection / demolition works;
(viii) approach for existing water well protection / replacement works;
(ix) Construction method and precautionary measures for the sections of
tunnels underneath the Kuvum River.
4. The Tenderer's Technical Proposal shall also include the following documents:
4.1 Drawings
Drawings shall illustrate, where appropriate, aspects of the Construction Works
identified in Sub-Clause 3 of this Annexure 3 of this ITT, including layouts,
appearance, main structural features, general arrangements, plans, elevations,
principal sections and typical details of critical areas. In particular the drawings shall
indicate the proposed arrangements with the Interfacing Contractors.
4.2 Outline Specifications
4.2.1 The Outline Specifications to be submitted by the Tenderer shall comprise two parts, i)
the Outline Design Specifications and ii) the Outline Construction Specifications. Each
part shall consist of the Outline Specification, which shall be identical to those
contained in the Tender Documents, and a Particular Specification which is to be
compiled by the Tenderer. The Particular Specification shall draw attention to any part
or parts of the Outline Specification which the Tenderer intends to amend or omit and
shall contain further material such that the design of the Permanent Works is fully
specified and the construction of the Permanent Works is specified at least in outline at
this stage.
4.2.2 In producing the Particular Specifications, the Tenderer shall ensure that Clauses,
Sub-Clauses and any appendices therein are identified by their numbering as uniquely
belonging to the Particular Specifications, and shall not in any event amend or change
the numbering in the Outline Specifications.
4.2.3 The Tenderer should note that the Specifications submitted with the Tender as part of
the Tenderer's Technical Proposals will, prior to acceptance of the Tender, be merged
and consolidated into a single document for incorporation into the Contract.
4.2.4 The Tenderer should note that the Particular Specifications form a crucial part of the
Tenderer’s Technical Proposals, and shall be prepared in sufficient detail to
demonstrate full compliance with the Employer’s Requirements. The quality of the
Particular Specifications will be paramount in evaluating the technical compliance of
Tenders.
4.3 Statement of Compliance
A joint statement from the Tenderer and the proposed Lead Detailed Designer is
required to be furnished to the effect that the Tenderer's Technical Proposals comply
with the Employer's Requirements and can be developed to become the Definitive
Design of the Permanent Works without significant change other than amplification.
4.4 Statement of Maintainability
The Tenderer shall state the maintenance objectives and the anticipated operational
life associated with the principal elements and components of the Permanent Works
and in particular how these apply in the selection and use of proposed materials. The
Tenderer shall demonstrate the effect of its proposals on the lifetime costs of the
Permanent Works. The Tenderer shall include in this statement a schedule of the
main maintenance operations, for each major component of the Tunnels and Stations
etc. including intervals between such operations, for all aspects of the required
construction and of main spares and stores required and their rates of use.
5. The Tender shall be accompanied by documents in amplification of the Tenderer's
Technical Proposals, which shall include:
5.1 Technical Notes
Such technical notes or notes on calculations necessary for understanding and
explaining the Tenderer's Technical Proposals.
5.2 Codes and Standards
A list of all codes of practice and standards to be used in the design shall be provided.
Except for those codes and standards available in Hindi, all other codes and standards
shall be available in certified English translation. The Tenderer shall provide
CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 4
FORM OF BANK GUARANTEE FOR TENDER SECURITY
(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank)
Signature of
Authorised Official
Of the Bank: _________________________
CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 5
COPYRIGHT UNDERTAKING
Date ………………..
To:
Chief General Manager (Technical)
11/6, Seethammal Road,,
Alwarpet,
Chennai-600 018,
India
LETTER OF UNDERTAKING
We, (name of Tenderer / Joint Venture) hereby undertake that the Tender Drawings, both in
hard copy and digitised format, and the Tender Documents purchased as a necessary part
of our preparation of this Tender shall be used solely for the preparation of the Tender and
that if the Tender is successful, shall be used solely for the design of the temporary and
permanent Works.
We further undertake that the aforesaid Tender Drawings and Documents prepared by
Chennai Metro Rail Limited shall not be used in whole, in part or in any altered form on any
other project, scheme, design or proposal that the firm, partnership, Joint Venture, the Joint
Venture parent companies or sub contractors of the Joint Venture are, or will be involved
with either in India or any other country.
Signed……
CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 6
PAGE 1 OF 2
7. At any time during the period in which this Guarantee is still valid, if the Employer
agrees to grant a time extension to the Contractor or if the Contractor fails to complete
the Works within the time of completion as stated in the Contract, or fails to discharge
himself of the liability or damages or debts as stated under Sub-Clause 5 above, it is
understood that the Bank will extend this Guarantee under the same conditions for the
required time on demand by the Employer and at the cost of the Contractor.
PAGE 2 OF 2
8. The Guarantee hereinbefore contained shall not be affected by any change in the
Constitution of the Bank or of the Contractor.
9. The neglect or forbearance of the Employer in enforcement of payment of any
moneys, the payment whereof is intended to be hereby secured or the giving of time
by the Employer for the payment hereof shall in no way relieve the bank of their liability
under this deed.
10. The expressions “the Employer”, “the Bank” and “the Contractor” hereinbefore used
shall include their respective successors and assigns.
11. Notwithstanding anything contained herein:
a) Our liability under this Bank Guarantee shall not exceed
__________________________________________________________ (Specify
all currencies and their amounts in figures and words), and
b) This Bank Guarantee shall be valid up to ……………………………….……., and
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………………………………….
In witness whereof I/We of the bank have signed and sealed this Guarantee on
the_____________ (day) of __________ (Month) 2010 being herewith duly
authorized.
Witness 1 Witness 2.
CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 7
PAGE 1 OF 3
FORM OF CONTRACT AGREEMENT
(Refer Sub-Clause F4 of “Instructions to Tenderers”)
PAGE 2 OF 3
IN WITNESS WHEREOF the parties hereto have caused their respective Common
Seals to be hereunto affixed / (or have hereunto set their respective hands and seals)
the day and year first above written.
PAGE 3 OF 3
For and on behalf of the Contractor For and on behalf of the Employer
By the said
_________________________ Name ____________________
on behalf of the Employer in the presence of:
Witness ______________________
Name ________________________
Address__________________________________
________________________________________
Notes :
* To be made out by the Employer at the time of finalisation of the Form of Contract
Agreement.
** Blanks to be completed by the Employer at the time of finalisation of the Form of
Contract Agreement.
*** TO BE DELETED IF NOT APPLICABLE
PAGE 1 OF 1
CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 8
List of all Ongoing Contracts (For each member separately in case of Group/JV/Consortium)
No. of Contracts in
Name of the
which the date of ** Total value of balance of works
Tenderer Total number
completion given in
(constituent of works in yet to be done in Rupee equivalent
the original
member in case of hand as of 31-03-2010.
Contract has
JV or group)
already elapsed.
CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 9
Description Reference
1 Tender Security and Eligibility Package
1A Tender Security ITT C2.2 1(a) and C18
1B Statement of continued validity of ITT A3.1, C2.2 1(b) and C15.2
prequalification eligibility. and Annexure 2
1C Information to fulfil conditional ITT A3.1 and C2.2 1(b)
prequalification requirements.
1D Form T8 – Data regarding work in hand” ITT A3.1, C2.2 1(b) and
Annexure 8.
1E Powers of Attorney, JV Agreement, Letter ITT A4.1 C2.2 1(c) and C2.6
of Intent, etc...
1F Confirmation of receipt of any instructions ITT B4.1 and C2.2 1(d)
to Tenderers, corrigenda and addenda
issued by the Employer.
2 Financial Package
2A Form of Tender ITT C2.2 2.(a)
2B Appendix FT-1 to the Form of Tender – ITT C2.2 2.(b)
Contract Conditions.
2C Appendix FT-2 to the Form of Tender – ITT C2.2 2.(c), C15 and E5.5,
Financial Information, including any with Table FT2A.
discounts offered in table FT2A.
2D Statement of Minor Deviations with costs ITT C2.2 2(d), E5.3 and
included. Annexure 10B
3 Technical Package
3A Form of Tender Appendix FT-3 – Outline ITT C2.2 3.(a) and C4
Quality assurance and Quality Plan.
3B Form of Tender Appendix FT-4 –OHS&E ITT C2.2 3.(b) and C5
Plan
3C Form of Tender Appendix FT-5 - ITT C2.2 3.(c), C6, and E1.3,
Technical Proposals and Annexure 3.
3D Form of Tender Appendix FT-7 – Tender ITT C2.2 3.(d), C23 and
Index Annexure 9.
3E Undertaking on Copyright. ITT C2.2 3.(f), E2 and
Annexure 5.
3F Project Management Plan ITT C2.3(a), C7, C9 and C14.
3G Tender Programme and Design ITT C2.3(b), C8 and Annexure
Submission Programme. 1.
3H Details of Works to be Subcontracted. ITT C2.3(c) and C11
3I Details of Providers of Performance ITT C2.3(d) and C19.
Guarantees.
3J Proposals for use and reinstatement of ITT C2.3(e) and C14.
works areas.
3K Statement of Minor Deviations, without NIT 7.3, ITT C2.2 3(g), E1.3
costs. and Annexure 10A
Notes:
i) Refer to Clause C3 of this ITT for information that can be submitted commonly for all
Tenders UAA-01 to UAA-05.
ii) The Tenderer shall ensure that all the required documents and submissions have
been included in his Tender submission, whether or not included in the above list, as
required by the Tender Documents.
CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 10
Annexure 10A
Section 1) The following are the particulars of deviations from the requirements of the
Employer’s Requirements, Drawings and the Specifications :
Volume Remarks.
Sl. No. and Deviation.
Clause No. (including justification).
Section 2) The following are the particulars of deviations from the requirements of the
“Instructions to Tenderers” and “Conditions of Contract Parts I and II” :
Volume Remarks.
Sl. No. and Clause Deviation.
No. (including justification).
Undertaking:
1) Where there is no deviation, the statement should be returned duly signed by the Tenderer
with an endorsement indicating ‘No Deviations’ in Sections 1 and 2.
2) We hereby confirm that the pricing for unconditional withdrawal of the above deviations has
been given in the financial package in Annexure 10B.
3) We hereby confirm that all implicit and explicit deviations, comments and remarks mentioned
elsewhere in our proposal shall be treated as NULL and VOID and stand withdrawn.
4) We hereby confirm, that but for the deviations noted in this Annexure 10A, our Tender
proposal is fully and truly compliant.
5) We hereby confirm that all implicit and explicit deviations, comments and remarks mentioned
in this Annexure 10A, but which have not been priced in Annexure 10B for its unqualified
withdrawal, shall be treated as NULL and VOID and stand withdrawn.
Annexure 10B
Section 1) The following are the particulars of deviations from the requirements of the
Employer’s Requirements, Drawings and the Specifications :
Volume Remarks. Cost allocated by
Sl. No. and Deviation. Contractor for
Clause No. (including justification). deviation.
Section 2) The following are the particulars of deviations from the requirements of the
“Instructions to Tenderers” and “Conditions of Contract Parts I and II” :
CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 11
CONTRACT UAA-05
FORM OF TENDER
Name of Work : Design and Construction of Underground Stations at Shenoy
Nagar, Anna Nagar East, Anna Nagar Tower and
Thirumangalam and Associated Tunnels.
Date: …………………….
Dear Sirs,
1. Having inspected the Site, examined and taken account of, Volumes One to Eight
(inclusive) and addenda and all other information thereto (if any) issued by CMRL for
the design and construction of the above-mentioned Works, and the matters set out
in Appendix FT-1 hereto, and having prepared, completed and signed, with
accompanying Company Seal, Appendices FT-1, FT-2, FT-3, FT-4, FT-5, FT-6 and
FT-7 hereto, we hereby (jointly and severally)* offer to design, construct and
complete the whole of the said Works and Commissioning and remedying any
defects therein, in conformity with the Contract, the Appendix to Tender and the
Addenda within the completion period of 1521 days (from the Commencement Date)
for the lump sum price of; ___________________________________________
______________________ (Specify all currencies and their amounts in figures and
words) for Contract UAA-05 - Design & Construction of Underground Section on
Corridor 2 including four Underground Stations at Shenoy Nagar, Anna Nagar East,
Anna Nagar Tower and Thirumangalam, and Associated Bored Tunnels which may
be ascertained in accordance with the said conditions.
2. We acknowledge that the Appendices to the Form of Tender will form an integral part
of the Tender.
3. We undertake (jointly and severally)*:
(a) to keep this Tender open for acceptance for a minimum period of 180 days
from the date fixed for receiving the same without unilaterally varying or
amending its terms [and without any member withdrawing or any other change
being made in the composition of the Partnership/Joint Venture/Consortium on
whose behalf this Tender is submitted, which shall constitute a breach of this
undertaking*] and it shall remain binding upon us and may be accepted at any
time before the expiry of that period or any extended period mutually agreed to;
and
(b) if our Tender is accepted, to provide Guarantees, Undertakings & Warranties
for the due performance of the Contract as stipulated in this ITT, Volume 2
Conditions of Particular Application and Appendix FT-1 hereto; and
We are, Gentlemen,
Yours faithfully,
Signature______________________________ Signature______________________________
Name_________________________________ Name_________________________________
Address______________________________ Address______________________________
_____________________________________ _____________________________________
Date:________________________________ Date:_________________________________
______________________________________ ______________________________________
Name of witness ________________________ Name of witness _________________________
Date:_________________________________ Date:__________________________________
* Notes:
If the Tenderer comprises a Partnership, Joint Venture or Consortium:
(a) The provisions marked with an asterisk are to be retained subject to deletion of the
brackets and inapplicable descriptions (i.e. Partnership, Joint Venture or
Consortium)
(b) The liability of each member under the Tender, and under any Contract formed
upon its acceptance, will be joint and several.
(c) An authorised representative of each member must sign the Tender, with Company
Seal.
(d) Signatures on the Form of Tender shall be witnessed and dated.
(e) Copies of the relevant Power of Attorney shall be attached.
7. Law of the Contract Part I 1.4 Laws for the time being in force in India
Language for
9. Part I 1.4 English
communications
By Fax/ Electronic mail followed by
Electronic
hand delivery/ airmail/ courier/ speed
10. transmission Part I 1.8
post, unless agreed otherwise by the
systems
Employer.
11. Confidential details Part I 1.12 Details which are not related to the
Amount of
13. Performance Part I 4.2 7.5% % of the Contract Price
Security
Time for submission
14. Part I 4.14
of programme 28 days after the Effective Date
Part II CPA 15
Normal working
15. Part I 6.5
hours
Day or night ( 24 hours)
Part II CPA 23
Whole of the Works : Rs. 140 Lakhs
Liquidated damages per day
16. Part I 8.6
for the Works Each Section : Refer to ltem No. 39 of
this Appendix FT-1.
Limit of liquidated
17. Part I 8.6 10 % of the Contract Price
damages for delay
Periods for
submission of
insurance
31. Part I 18.5 (a) 21 days
(a) evidence of
insurance (b) 60 days
(b) relevant policies
Number of members
32 of Dispute Part I 20.3 One
Adjudication Board
The sole member of the Dispute
Adjudication Board shall be nominated
by the Managing Director of CMRL on
the recommendation of the Indian
Member of Dispute Council of Arbitration and he shall be a
33 Part I 20.3
Adjudication Board Chartered Engineer/Professional
Engineer, in the relevant field.
Fees shall be Rps. 5,000 per day, or
part thereof, shared equally by both
parties.
Indian Arbitration and Conciliation Act,
34 Arbitration rules Part I 20.6
1996, as amended from time to time
Three arbitrators shall be nominated as
follows;
One arbitrator shall be nominated by
Part I 20.6 the party issuing the notice of dispute in
Number of accordance with Clause 20.4. The
35 and
arbitrators other party shall then nominate the
Part II CPA 42 second arbitrator.
These two arbitrators shall then
nominate a third arbitrator, who shall be
the Chairmen.
Language of
36 Part I 20.6 English
arbitration
Key Date KD1 Rs. 50,000 per day Rs. 250,000 per day Rs. 5,000,000 per day
Key Date KD2 Rs. 50,000 per day Rs. 250,000 per day Rs. 5,000,000 per day
Key Date KD3 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD4 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD5 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD6 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD7 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD8 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD9 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD10 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD11 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD12 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD13 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD14 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD15 Rs. 10,000 per day Rs. 50,000 per day Rs. 1,000,000 per day
Key Date KD16 Rs. 70,000 per day Rs. 350,000 per day Rs. 7,000,000 per day
Key Date KD18 Rs. 30,000 per day Rs. 150,000 per day Rs. 3,000,000 per day
Table 3. Indices for Each Factor for Each Currency of Payment. (Refer Item 38 of the
FoT Appendix FT-1)
Index for: Currency of Name / Published Source Base Value on
Currency of Index
(factor) payment of Index Base Date.
Steel Indian Rupees Indian Rupees WPI iron & steel (RBI) *
* To be completed by Tenderer.
** Appropriate CRUspi – North America/Europe/Asia/Global to be indicated by Tenderer. If
nothing is indicated the Employer will decide the most appropriate Index Source to be
used for that currency at its sole discretion.
Table 3 Notes;
1. The Tenderer must complete Table 3 by specifying indices applicable to the
appropriate industry in the country of origin on the Base Date and the date for
adjustment, respectively ( published by a credible Government source or other
labour/price index published by an international funding/financing agency relevant to
the country/continent, independent of the Tenderer.), excepting for the indices for
Indian Rupees. Indices need not be specified if the coefficient for that item/ currency
in Table 4 is Nil. Table 3 can include up to four indices for each currency.
2. If the currency of index is different from the currency of payment, a correction factor
will be applied as specified in CPA Clause 32; Sub-Clause 13.1 (b) i).
3. Completion of the Base Value on the base date is desirable but not mandatory.
Table 4. Coefficients for Each Factor for Each Currency of Payment. (Refer Item 38)
Coefficient Weighting
Constant Labour Steel Cement Fuel
Currency Total
Foreign
0.15 1.00
Currency No. 1
Foreign
0.15 1.00
Currency No. 2
Table 4 Notes;
1) The Tenderer must complete Table 4 inserting coefficients for each factor as he
desires, to allow for adjustment of the prices for each specified currency. The
Tenderer should insert “0” or “Nil” if he does not wish to include a value against a
certain factor/ currency.
2) Bidders shall ensure that ;
i) the total weighting for each factor (i.e. labour, steel, cement, fuel) is within the range
specified in Table 2, and
Address …………………..………………………..………………………..……….
The Pricing Document Volume 7 of the Tender documents, duly completed in all
respects is to be submitted as Appendix FT-2, and only included in the Financial
Package.
Tenderers who are prequalified for two Contracts may offer Tender discounts for being
awarded two Contracts. Discounts will be calculated against the combined Tender
amounts as per the discounts offered by the Tenderers in table FT2A below, which
should be completed and signed and submitted with a covering letter offering the
discount(s), and the letter and table included as part of the Financial package.
Additionally, Tender discounts maybe offered by Tenderers bidding for a single Contract
only.
UAA-02
UAA-03
UAA-04
UAA-05
When evaluating the five Contract Awards, the Employer will take into account all
permutations of the possible awards and discounts that will provide the Employer with
the least overall Project cost.
The possible combinations to be considered will be as tables FT2B, FT2C and FT2D
below;
(These forms do not have to be completed by the Tenderer.)
7 1 3 2 4 5
8 1 3 2 5 4
9 1 3 4 2 5
10 1 3 4 5 2
11 1 3 5 2 4
12 1 3 5 4 2
13 1 4 2 3 5
14 1 4 2 5 3
15 1 4 3 2 5
16 1 4 3 5 2
17 1 4 5 2 3
18 1 4 5 3 2
19 1 5 2 3 4
20 1 5 2 4 3
21 1 5 3 4 2
22 1 5 3 2 4
23 1 5 4 2 3
24 1 5 4 3 2
25 2 1 3 4 5
26 2 1 3 5 4
27 2 1 4 3 5
28 2 1 4 5 3
29 2 1 5 3 4
30 2 1 5 4 3
31 2 3 1 4 5
32 2 3 1 5 4
33 2 3 4 1 5
34 2 3 4 5 1
35 2 3 5 1 4
36 2 3 5 4 1
37 2 4 1 3 5
38 2 4 1 5 3
39 2 4 3 1 5
40 2 4 3 5 1
41 2 4 5 1 3
42 2 4 5 3 1
43 2 5 1 3 4
44 2 5 1 4 3
45 2 5 3 4 1
46 2 5 3 1 4
47 2 5 4 1 3
48 2 5 4 3 1
49 3 1 2 4 5
50 3 1 2 5 4
51 3 1 4 2 5
52 3 1 4 5 2
53 3 1 5 2 4
54 3 1 5 4 2
55 3 2 1 4 5
56 3 2 1 5 4
57 3 2 4 1 5
58 3 2 4 5 1
59 3 2 5 1 4
60 3 2 5 4 1
61 3 4 1 2 5
62 3 4 1 5 2
63 3 4 2 1 5
64 3 4 2 5 1
65 3 4 5 2 1
66 3 4 5 1 2
67 3 5 1 4 2
68 3 5 1 2 4
69 3 5 2 1 4
70 3 5 2 4 1
71 3 5 4 2 1
72 3 5 4 1 2
73 4 1 2 3 5
74 4 1 2 5 3
75 4 1 3 2 5
76 4 1 3 5 2
77 4 1 5 3 2
78 4 1 5 2 3
79 4 2 1 3 5
80 4 2 1 5 3
81 4 2 3 1 5
82 4 2 3 5 1
83 4 2 5 1 3
84 4 2 5 3 1
85 4 3 1 2 5
86 4 3 1 5 2
87 4 3 2 1 5
88 4 3 2 5 1
89 4 3 5 2 1
90 4 3 5 1 2
91 4 5 1 2 3
92 4 5 1 3 2
93 4 5 2 3 1
94 4 5 2 1 3
95 4 5 3 1 2
96 4 5 3 2 1
97 5 1 2 3 4
98 5 1 2 4 3
99 5 1 3 4 2
100 5 1 3 2 4
101 5 1 4 3 2
102 5 1 4 2 3
103 5 2 1 3 4
104 5 2 1 4 3
105 5 2 3 1 4
106 5 2 3 4 1
107 5 2 4 1 3
108 5 2 4 3 1
109 5 3 1 2 4
110 5 3 1 4 2
111 5 3 2 4 1
112 5 3 2 1 4
113 5 3 4 2 1
114 5 3 4 1 2
115 5 4 1 2 3
116 5 4 1 3 2
117 5 4 2 3 1
118 5 4 2 1 3
119 5 4 3 1 2
120 5 4 3 2 1
No. of combinations for one combined (two packages) and three individual packages.
Table FT2C.
Sl. No. Possible Combinations (Order of Award)
1 1&2 3 4 5
2 1&2 3 5 4
3 1&2 4 3 5
4 1&2 4 5 3
5 1&2 5 3 4
6 1&2 5 4 3
7 1&3 2 4 5
8 1&3 2 5 4
9 1&3 4 2 5
10 1&3 4 5 2
11 1&3 5 2 4
12 1&3 5 4 2
13 1&4 2 3 5
14 1&4 2 5 3
15 1&4 3 2 5
16 1&4 3 5 2
17 1&4 5 2 3
18 1&4 5 3 2
19 1&5 2 3 4
20 1&5 2 4 3
21 1&5 3 4 2
22 1&5 3 2 4
23 1&5 4 2 3
24 1&5 4 3 2
25 2&3 1 4 5
26 2&3 1 5 4
27 2&3 4 1 5
28 2&3 4 5 1
29 2&3 5 1 4
30 2&3 5 4 1
31 2&4 1 3 5
32 2&4 1 5 3
33 2&4 3 1 5
34 2&4 3 5 1
35 2&4 5 1 3
36 2&4 5 3 1
37 2&5 1 3 4
38 2&5 1 4 3
39 2&5 3 4 1
40 2&5 3 1 4
41 2&5 4 1 3
42 2&5 4 3 1
43 3&4 1 2 5
44 3&4 1 5 2
45 3&4 2 1 5
46 3&4 2 5 1
47 3&4 5 2 1
48 3&4 5 1 2
49 3&5 1 4 2
50 3&5 1 2 4
51 3&5 2 1 4
52 3&5 2 4 1
53 3&5 4 2 1
54 3&5 4 1 2
55 4&5 1 2 3
56 4&5 1 3 2
57 4&5 2 3 1
58 4&5 2 1 3
59 4&5 3 1 2
60 4&5 3 2 1
No. of combinations for two combined (two packages) and one individual package.
Table FT2D.
Possible Combinations
Sl. No.
(Order of Award)
1 1&2 3&4 5
2 1&2 3&5 4
3 1&2 4&5 3
4 1&3 2&4 5
5 1&3 2&5 4
6 1&3 4&5 2
7 1&4 2&3 5
8 1&4 2&5 3
9 1&4 3&5 2
10 1&5 2&3 4
11 1&5 2&4 3
12 1&5 3&4 2
13 2&3 1&4 5
14 2&3 1&5 4
15 2&3 4&5 1
16 2&4 1&3 5
17 2&4 1&5 3
18 2&4 3&5 1
19 2&5 1&3 4
20 2&5 1&4 3
21 2&5 3&4 1
22 3&4 1&2 5
23 3&4 1&5 2
24 3&4 2&5 1
25 3&5 1&2 4
26 3&5 1&4 2
27 3&5 2&5 1
28 4&5 1&2 3
29 4&5 1&3 2
30 4&5 2&3 1
The Tenderer shall prepare his Technical Proposals based on the contents of Annexure 3 to
the Instructions to Tenderers.
a) The Tenderer shall include with his Tender three separate Indexes which cross
references all of the Employer’s Tender Requirements, as elaborated in these
documents, as required by all the individual Volumes and Sections within the Tender
Documents.
b) The Tenderer shall submit three separate Indexes, based on Annexure 9 but
expanded upon by the Tenderer as a result of his review and understanding of the
requirements of the Tender, as follows;
i) Tender Package 1 : Tender Security and Eligibility Package,
ii) Tender Package 2 : Technical Package, and
iii) Tender Package 3 : Financial Package,
which the Tenderer intends to be the responses to each and every one of these
requirements.
c) The Tender Packages submitted must be clearly presented, all pages numbered and
laid out in a logical sequence with main headings and subheadings to facilitate
evaluation as per the requirements of Clause Nos. C2 to C23 of this ITT.