UAA-05 VOL 1track Acc

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 85

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

NOTICE OF INVITATION TO TENDER

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

NOTICE OF INVITATION TO TENDER

APRIL 2010

CHENNAI METRO RAIL LIMITED


11 / 6, SEETHAMMAL ROAD,
ALWARPET, CHENNAI 600018,
INDIA.
Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Notice of Invitation to Tender

Chennai Metro Rail Limited


Our Ref: Date: xx xxxx 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.

NOTICE OF INVITATION TO TENDER


1.0 Consequent upon your selection as a pre-qualified Tenderer to submit a Tender for
this Contract, and having deposited the cost of the Tender Documents, the Tender
Documents describing the Scope of Work and the Terms and Conditions for the
Contract are enclosed with this Notice of Invitation to Tender.
2.1 Chennai Metro Rail Limited (CMRL) has received an ODA Loan from Japan
International Cooperation Agency, hereinafter referred to as JICA, in the amount of
JPY 21,751,000,000 on November 21, 2008 toward the part cost of Chennai Metro
Rail Project, Phase 1, in Chennai; this loan arrangement is the first tranche of JICA
ODA loan, which is about 60% of the total estimated cost of JPY 220 Billion, in
financing Chennai Metro Rail Project Phase I. CMRL intends to apply a portion of the
proceeds of the total loan to payments under the Contract for which this Notice of
Invitation to Tender is issued.
2.2 Disbursement of the ODA Loan by JICA will be subject, in all respects, to the terms
and conditions of the Loan Agreement, including the disbursement procedures and
the Guidelines for Procurement under JBIC ODA Loans except that “JAPAN BANK
FOR INTERNATIONAL COOPERATION”, “JBIC”, the “BANK”, “the Section (1), Sub-
Clause 2, Article 23 of THE JAPAN BANK FOR INTERNATIONAL COOPERATION
LAW” as referred in the Guideline shall be substituted by “THE INCORPORATED
ADMINISTRATIVE AGENCY-JAPAN INTERNATIONAL COOPERATION AGENCY”,
“JICA”, “JICA” and “Sub-Clause (a), Item (ii), Sub-Clause 1, Article 13 of the ACT OF
THE INCORPORATED ADMINISTRATIVE AGENCY-JAPAN INTERNATIONAL
COOPERATION AGENCY”, respectively.
2.3 No party other than CMRL shall derive any rights from the Loan Agreement or have
any claim to Loan proceeds. The above Loan Agreement will cover only a part of the
project cost. As for the remaining portion, CMRL will take appropriate measures for
finance.
2.4 Chennai Metro Rail Project is expected to reduce carbon emissions and the project
requires carbon credits for its viability. CMRL intends to apply for and make use of
carbon credits under the CDM.
3.0 JICA requires that Tenderers and Contractors, as well as the 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 ;

Volume 1 - NIT 1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Notice of Invitation to Tender

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;

Volume 1 - NIT 2 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Notice of Invitation to Tender

Chennai Metro Rail Limited,


11/6, Seethammal Road Alwarpet,
Chennai, 600 018, India.
10 Authority and Place for Purchase Chief General Manager (Technical).
of Tender Documents, seeking CHENNAI METRO RAIL LIMITED.
Clarifications and Submission of
11/6, Seethammal Road, Alwarpet,
Completed Tender Documents
Chennai, 600018. India.
Phone 044 2435 2339 / 2435 2341
Fax 044 2431 2320 / 2436 0989

4.2 Tender Documents for package No. UAA-05.


One set of Tender documents (Non-transferable) can be obtained from the address
mentioned in Item 10 of Sub-Clause 4.1 above.
5.0 The Tender Documents.
5.1 The Tender Documents comprise eight (8) Volumes for the Contractual, Technical and
Financial matters and related information, as follows;
Volume 1
Notice of Invitation to Tender
Instructions to Tenderers, including Annexures.
Form of Tender, including Appendices.
Volume 2
Conditions of Contract comprising:
Part I General Conditions shall be FIDIC Conditions of Contract Design-Build and
Turnkey, 1995; and
Part II Conditions of Particular Application
Volume 3
Employer’s Requirements – General,
Employer’s Requirements – Functional,
Employer’s Requirements – Design,
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 Document,
Volume 8
Reference Documents - Geotechnical Report.
- Environmental Impact Assessment (EIA) Report.
- Occupational Health and Safety and Environmental
Report Volumes 2, 3 and 4.
- Space Matrix.

Volume 1 - NIT 3 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Notice of Invitation to Tender

- Soft copy of Tender Documents.


5.2 The Tenderers, whilst compiling their rates, must carefully consider all the
requirements of the documents listed in Clause 5.1 above, as they will also form an
integral part of the Contract Agreement.
5.3 a) One set of Tender documents, including the Tender drawings, shall be issued by
the Employer, stamped with CMRLs seal, shall all be duly signed and stamped on the
cover page and last page by the Tenderer, and returned with the Tender submittal.
b) The Form of Tender and its attachments must all be duly signed and stamped on
each page by the Tenderer, unless otherwise directed by the Tender documents, and
returned with the Tender submittal.

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-

Volume 1 - NIT 4 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Notice of Invitation to Tender

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.

Chief General Manager (Technical).


CMRL, Chennai.

Volume 1 - NIT 5 22/04/2010


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

INSTRUCTIONS TO TENDERERS

APRIL 2010

CHENNAI METRO RAIL LIMITED


11 / 6, SEETHAMMAL ROAD,
ALWARPET, CHENNAI 600018,
INDIA.
Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 – ITT Table of Contents i 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

C24. Alternative Proposals by Tenderers ............................................................................................ 16


C25 Pre-Tender Meeting .................................................................................................................... 16
C26. Format and Signing of Tender .................................................................................................... 16
D. SUBMISSION OF TENDERS ..................................................................................................... 17
D1 Sealing and Marking of Tender ................................................................................................... 17
D2 Late or Delayed Tenders ............................................................................................................ 19
D3 Modification, Substitution and Withdrawal of Tenders................................................................ 19
E. TENDER OPENING AND EVALUATION ................................................................................... 20
E1 Tender Opening .......................................................................................................................... 20
E2. Confidentiality of Tender Information and Copyright .................................................................. 21
E3 Clarification of Tenders ............................................................................................................... 21
E4 Evaluation of Tenders ................................................................................................................. 22
E5. Evaluation of Financial Proposals ............................................................................................... 23
E6 Indigenisation .............................................................................................................................. 24
F. AWARD OF CONTRACT............................................................................................................ 26
F1 Award .......................................................................................................................................... 26
F2 Employer's Right to Accept any Tender and to Reject any or all Tenders ................................. 26
F3 Notification of Award ................................................................................................................... 26
F4 Signing of Agreement ................................................................................................................. 26
F5 Performance Security ................................................................................................................. 26
F6 Fraud and Corruption .................................................................................................................. 27

Volume 1 – ITT Table of Contents ii 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 - ITT 1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

escalators, and associated systems.


(i) Design, manufacture, supply, installation, testing and commissioning of
Ventilation and Air Conditioning systems.
(j) Procurement of Rolling Stocks including design, manufacture, supply, testing and
commissioning of Electric Multiple Units (EMUs) and training of personnel for
Chennai Metro Rail Phase 1.
A2. Source of Funds
A2.1 Contract UAA-05 shall be financed through equity participation by the Government of
India, the Government of Tamil Nadu and the Japan International Cooperation Agency
(JICA).
A2.2 No party other than CMRL shall derive any rights from the Loan Agreement or have
any claim to Loan proceeds. The above Loan Agreement will cover only a part of the
project cost. As for the remaining portion, CMRL will take appropriate measures for
finance.
A3. Eligible Tenderers
A3.1 Unless otherwise approved by the Employer, the Tenders for this Contract will only be
considered from those companies, corporation, partnerships, Consortia and Joint
Ventures which have been qualified and invited to Tender following the assessment of
information supplied during the Pre-Qualification process. Tenderers shall submit a
signed certificate as contained in Annexure 2 of this ITT with their Tender, which
confirms that the information submitted at the prequalification stage remains valid and
that the Tenderer continues to meet the prequalification requirements.
In addition Tenderers are required to submit the following with their Tender;
(i) Information to fulfill the conditional prequalification requirements as stated in the
Tenderers Prequalification Letter from the Employer, and
(ii) A Tenderer (including all members of a Joint Venture) shall be from an eligible
source country as listed in Annexure 11.
A3.2 For any avoidance of doubt, a Tenderer (including all members of a Joint Venture)
shall not be one of the following:
(i) A firm or an organization which has been engaged by the Employer to provide
consulting services for the preparation related to procurement for or
implementation of this project; or
(ii) Any association/ affiliates (inclusive of parent firm) of a firm or an organization
mentioned in Sub-Clause A3.2(i) above; or
(iii) A firm or an organization who lends, or temporarily seconds its personnel to firms
or organizations which are engaged in consulting services for the preparation
related to procurement for or implementation of the project, if the personnel would
be involved in any capacity on the same project.
The Tenderer shall provide such evidence of their eligibility to the Employer, if the
Employer shall reasonably request.
A3.3 The Employer may request Tenderers to clarify, amplify or develop the information
submitted as part of their Tender, during the course of the Tender evaluation process.
A3.4 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 in 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.
A4. Qualifications of the Tenderer
A4.1 The Tenderer, to qualify for award of Contract, shall submit notarised Powers of
Attorney authorising the signatories of the Tender to commit the Tenderer.

Volume 1 - ITT 2 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

A5 One Tender per Tenderer


Each Tenderer shall submit only one Tender for each Contract either by himself, or as
a partner of a Joint Venture, or as a member of a Consortium, but each Tenderer is
allowed to submit a Tender for each individual contract package.
No firm can be a subcontractor while submitting a tender individually or as a partner of
a joint venture in the same tender package. A firm, if acting in the capacity of
subcontractor in any tender, may participate in more than one tender, but only in that
capacity. A tenderer who submits or participates in more than one tender in the same
tender package will cause all of the proposals in which the tenderer has participated to
be disqualified.
A6 Cost of Tendering
The Tenderer shall bear all costs associated with the preparation and submission of
his Tender and the Employer will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the Tendering process.
A7 Site Visits
A7.1 The Tenderer is advised to visit and examine the Site of Works and its surroundings

Volume 1 - ITT 3 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

Volume 1 - ITT 4 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 - ITT 5 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

Volume 1 - ITT 6 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 - ITT 7 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

Deviations, with costs included, (refer Sub-Clause E5.3 of this ITT).


3. Part 3 - Technical Package;
(a) Appendix FT-3 to the Form of Tender: Outline Quality Assurance and Quality
Plan (refer Sub-Clause C4 of this ITT);
(b) Appendix FT-4 to the Form of Tender: Outline Safety, Health & Environmental
Plan (refer Sub-Clause C5 of this ITT):
(c) Appendix FT-5 to the Form of Tender: The Tenderer's Technical Proposals
(refer Sub-Clause C6 of this ITT);
(d) Appendix FT-7 to the Form of Tender: Tender Index (Refer Sub-Clause C23 of
this ITT);
(e) Any further documents which have been requested in accordance with Sub-
Clause B4.2 of this ITT.
(f) Annexure 5 to the Instructions to the Tenderers - Undertaking on Copyright
(refer Sub-Clause E2 of this ITT).
(g) Annexure 10A to the Instructions to Tenderers – Statement of Minor Deviations,
but without costs, (refer Sub-Clause E1.3 of this ITT).
(h) Any other compliance documents which are requested in writing by the
Employer before submission of the Tender which may form part of the Contract.
C2.3 The Tenderer shall include as part of Part 3 Technical Package the documents that are
identified in Sub-Clauses C2.3(a) to C2.3(f) inclusive of this ITT. Such documents may
be used for the purposes of evaluating and analysing the Tender but will not form part
of the Contract unless the same shall have been expressly incorporated into the
Contract in accordance with Sub-Clauses B4.1 or B4.2 of this ITT.
(a) Project Management Plan ( Refer to Sub-Clause C7 of this ITT).);
(b) Separate Tender Programme and proposed Design Submission Programme
(refer Sub-Clause C8 of this ITT);
(c) Details of works including specialist work proposed to be sub-contracted (refer
Sub-Clause C11 of this ITT);
(d) Details of providers of performance guarantees (refer Sub-Clause C19 of this
ITT);
(e) Proposals for use and reinstatement of Works Areas (refer Sub-Clause C14 of
this ITT);
(f) Any further documents which are requested in writing by Employer before
submission of the Tender by way of evaluation documents but which are not to
form part of the Contract;
C2.4 There is no exemption of Custom/Excise duties, taxes or other levies for this Project,
except as stated in the Conditions of Particular Application of Volume 2. CMRL plans
to register the project with the Ministry of Urban Development. Hence, the discounted
customs duties and rates for metro rail projects will be applied.
C2.5 The Tenderer shall quote all prices, rates and costs inclusive of all taxes, duties etc.,
including taxes to be deducted at source but excluding Tamil Nadu VAT which shall be
reimbursed, subject to the ceiling as marked by the Tenderer in Volume 7 Pricing
Documents, based on actual documentary proof to be submitted by the Contractor.
These all inclusive prices including the ceiling for reimbursement of Tamil Nadu VAT
will be considered for the purpose of comparative evaluation of Tenders , but excluding
Basic Customs Duty..
C2.6 The Form of Tender, which shall be completed by the Tenderer by completing/filling in

Volume 1 - ITT 8 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

(ii) The tender shall be signed so as to be legally binding on all partners.

(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.

C3 Technical Submissions Common to all Underground Contracts.


Multiple underground station and tunnel contracts, are being tendered at the same
time and it may be that some parts of the Technical package will be common for all
Tenders. In such circumstances it is not necessary to submit the common information
for all tenders, but rather the common information should be submitted with one
Tender, preferably UAA-01, and an explanatory cross reference note inserted into
Appendix FT-7 Tender Index of the Form of Tender, for the other Tenders submitted.

It is envisaged that common information could include;

Volume 1 - ITT 9 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

No. ITT Sub-Clause Information


i C2.2 3(a) Outline Quality Assurance and Quality Plan.
ii C2.2 3(b) Outline safety, Health and Environmental Plan
C2.2 3(c) Technical Proposals
Clauses in Annexure 3
of this ITT;
4.2 Outline Specifications.
iii 4.3 Statement of Compliance.
4.4 Statement of Maintainability
5.1 Technical notes.
5.2 Codes and Standards
iv C2.3 (a) Project Management Plan
v C2.3 (d) Details of Providers of Performance Guarantees.

Volume 1 - ITT 10 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

C4 Quality Assurance and Quality Plan


C4.1 The Contractor shall establish and maintain a Quality Assurance System in
accordance with Appendix 6 of Volume 3 Employer's Requirements for design,
construction procedures and the interfaces between them and Interfacing Contractors.
This Quality Assurance system shall be applied without prejudice to, or without in any
way limiting, any Quality Assurance Systems which the Tenderer already maintains.
C4.2 The Tenderer shall submit Appendix FT-3 of the Form of Tender as part of his Tender
Outline Quality Assurance and Quality Plans illustrating the intended means of
compliance with Appendix 6 of Volume 3 Employer's Requirements and setting out in
summary form an adequate basis for the development of the more detailed documents
required under CPA Clause 11 of Part II Conditions of Particular Application. The
Outline Quality Assurance and Quality Plan shall contain sufficient information to
clearly demonstrate the proposed method of achieving the Tenderer's quality
objectives with regard to the requirements of the Contract.
C5 Outline Occupational Health, Safety and Environmental Plan
C5.1 The Tenderer shall submit Appendix FT-4 of the Form of Tender as part of its Tender
an Outline Occupational Health, Safety and Environmental Plan which shall contain
sufficient information to demonstrate clearly the Tenderer's proposals for achieving
effective and efficient health, safety & environment procedures. The Outline
Occupational Health, Safety and Environment Plan should include an outline of the
safety procedures and regulations to be developed and the mechanism by which they
will be implemented for ensuring safety as required by Appendix 20 of Volume 3
Employer's Requirements, Occupational Health, Safety and Environment Plan and
CPA Clause 24 of the Part II Conditions of Particular Application.
C5.2 The Outline Occupational Health, Safety and Environmental Plan shall be headed with
a formal statement of policy in relation to health, safety & environment and shall be
sufficiently informative to define the Tenderer's safety plans and set out in summary an
adequate basis for the development of the Site Occupational Health, Safety and
Environment Plan to be submitted in accordance with CPA Clause 24 of the Part II
Conditions of Particular Application.
C5.3 The Tenderer may be requested to amplify, explain or develop his Outline
Occupational Health, Safety and Environmental Plan and to provide more details with
a view to reaching provisional acceptance of such a plan during the Tender Evaluation
process.
C6 Tenderer's Technical Proposals
C6.1 The Tenderer shall submit as part of his Tender, the Tenderer's Technical Proposals
as described in Clause C2, Sub-Clause C6.3 and Annexure 3 of this ITT.
C6.2 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 be
incorporated into the Contract.
C6.3 The Tenderer shall submit as part of his Technical Proposal a completed and signed
Annexure 10A of this ITT, identifying any minor deviations, without any costs allocated
to the deviations. If no minor deviations are to be reported, Annexure 10A must still be
completed and signed by the Tenderer confirming that no minor deviations exist.
C7. Project Management Plan
C7.1 In order to ensure satisfactory execution, achievement of Key Dates and timely
completion of the Works, the Tenderer shall submit an outline Project Management
Plan as part of his Tender. This Plan, in co-ordination with the Tender Programme,
shall clearly demonstrate the Tenderer’s proposed management system, methods,

Volume 1 - ITT 11 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

procedures, processes, organization, sequences of activities etc., required to meet the


Key Dates and the Completion Date. A narrative shall describe the sequence, nature
and inter-relationship of the main activities including timing for exchange of
information.
C7.2 Within 30 days of the Effective Date of the Contract, the Contractor shall submit a
detailed Project Management Plan, based on his outline Project Management Plan
submitted as part of his Tender, which shall be subject to a Notice of No Objection
from the Employer’s Representative. The Employer’s Representative has the right to
require necessary amendments to ensure that Key Dates will be met and that the
requirements for the activities of the Interfacing Contractors have been catered for.
C8. Outline Tender Programme and Proposed Design Submission Programme
C8.1 The Tenderer shall submit with his Tender, an Outline Tender Programme, including a
narrative, which shall indicate how the Tenderer intends to organise and carry out the
Works and achieve Stages and complete the whole of the Works by the appropriate
Key Dates. Detailed requirements for the Outline Tender Programme are set out in
Annexure 1 to these Instructions to Tenderers and Appendix 4 of Volume 3 Employer’s
Requirements.
C8.2 The Outline Tender Programme shall be prepared in terms of weeks from the Date for
Commencement of the Works.
C8.3 The Outline Tender Programme shall not in any event be construed as a submission of
the Works Programme under GC Clause 4.14 or CPA Clause 15 of the Conditions of
Particular Application.
C8.4 The Tenderer shall submit with his Tender his proposed Outline Design Submission
Programme, including a narrative, to cover the Design Phase. Such proposed
programme shall:
(a) be consistent with the Tender Programme and accord with Appendix 4 of Volume
3 Employer's Requirements;
(b) make adequate allowance for periods of time for review by authorities whose
approval is necessary;
(c) include a schedule identifying, describing, cross-referencing and explaining the
Design Packages and Submissions which the Tenderer intends to submit;
(d) take due account of the design co-ordination interface periods during which the
Contractor shall be required to undertake and complete all aspects of design co-
ordination with Interfacing Contractors engaged in the design of the Project such
that each contractor can complete his co-ordinated design/construction in the
knowledge that such design will be compatible and co-ordinated with others and
allowing adequate time for the Employer’s Representatives issuance of a Notice
of No Objection.
The proposed Outline Design Submission Programme submitted at the time of Tender
shall be modified and developed as necessary to incorporate the Employer's
programme requirements in respect of evaluation by the Employer and the Employer’s
Representative.
C8.5 The Tenderer's attention is drawn to the requirements of CPA Clause 15 of Part II
Conditions of Particular Application and Sub-Clauses A7, A8, C5 to C10 inclusive of
Volume 3 Employer's Requirements and the requirements that the proposed Initial
Works Programme and Design Submission Programme shall be submitted within 28
and 30 days of date of issue the Commencement Date respectively. However, the
Tenderer should note that he may be required to amplify, explain and develop his
Outline Tender Programme and the proposed Outline Design Submission Programme
prior to any award of Contract.
C9. Manufacture, Installation and Construction Methods

Volume 1 - ITT 12 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

Volume 1 - ITT 13 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 - ITT 14 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

subsequently requested by the Employer.


C18.3 Any Tender not accompanied by an acceptable Tender Security shall be considered
as non-complaint by the Employer and rejected. The Technical package and Financial
package shall be returned to the Tenderer unopened.
C18.4 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 Part I General Conditions.
C18.5 The Tender Security of the unsuccessful Tenderers shall be released when the
Contract has been signed with the successful Tenderer, but within 30 days of the
Tender award.
C18.6 The Tender Security shall be forfeited:
(i) if the Tenderer withdraws his Tender during the period of Tender validity
specified in the Form of Tender, refer to Sub-Clause D3.4, or
(ii) if the Tenderer refuses to accept the correction of errors in his Tender, refer to
Sub-Clause E5.2, or
(iii) if the Tenderer having been notified of the acceptance of his Tender by the
Employer during the period of Tender validity, refer to Sub-Clause F2.2:
a. fails or refuses to furnish the Performance Security and/or
b. fails or refuses to enter into a Contract within the time limit specified in Sub-
Clause F4 of this Instructions to Tenderers.
C19. Performance Guarantee, Undertaking and Warranties.
C19.1 The Tenderer shall submit full details of the identity of the proposed parties who shall
provide or issue the Performance Guarantee in accordance with Sub-Clause 4.2 of
Part I General Conditions;
C19.2 If the Tenderer comprises a partnership, Consortium or Joint Venture, the parent
company of each member or participant will be required to execute the Guarantees,
Undertakings and Warranties.
C19.3 The Tenderer should note that in the event of award, all Guarantees are required to be
executed prior to the signing of the Contract.
C20. Labour
The Tenderer's attention is especially drawn to Sub-Clause 6 of Part 1 General
Conditions in relation to the responsibility of the Contractor for obtaining an adequate
supply of labour and complying with the statutory Employment 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 Interfacing Contractors carrying
out works on, or in the vicinity of the Site including, without limitation, works relating to
the Project Contractors, Utility Undertakers or Government Authorities or other
statutory bodies.
C22. Insurance
The Tenderer's attention is drawn to the provisions contained in Clause 18 of Part I
General Conditions.
C23. Tender Index

Volume 1 - ITT 15 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

Volume 1 - ITT 16 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 - ITT 17 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

enable the Tender to be returned unopened as per Sub-Clause Nos. D2 and


E1 of this ITT.
D1.5 If the outer envelope of Financial Package is not sealed and marked as above, the
Employer will assume no responsibility for the misplacement or premature opening of
the same.

Volume 1 - ITT 18 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

D2 Late or Delayed Tenders


D2.1 Tenders must be received by the Employer at the address, date and time specified in
Clause 4.1 of the Notice of Invitation to Tender. The Employer may, at his discretion,
extend the deadline for submission of Tenders by issuing an amendment in
accordance with Sub-Clause B4 of this ITT, in which case all rights and obligations of
the Employer and the Tenderer previously subject to the original deadline will
thereafter be subject to the deadline as extended.
D2.2 Any Tender received by the Employer after the deadline for the submission of the
Tenders as stipulated in Clause 4.1 of the Notice of Invitation to Tender of this Volume
1, will be returned unopened to the Tenderer.
D3 Modification, Substitution and Withdrawal of Tenders
D3.1 Except where expressly permitted by these Instructions, the Tenderer shall not make
or cause to be made any alteration, erasure or obliteration to the text of the documents
prepared by the Employer and submitted by the Tenderer with or as part of his Tender.
D3.2 The Tenderer’s modification or withdrawal notice shall be prepared, sealed, marked
and submitted before the deadline for submission. Such envelope should be
additionally marked "MODIFICATION" or “SUBSTITUTION” or "WITHDRAWAL”, as
appropriate.
D3.3 No Tender shall be allowed to be modified by the Tenderer after the deadline for
submission of Tenders.
D3.4 Withdrawal of a Tender during the interval between the deadline for submission of
Tenders and the expiration of the period of Tender validity specified in the Form of
Tender shall result in the forfeiture of the Tender Security.

Volume 1 - ITT 19 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

E. TENDER OPENING AND EVALUATION


E1 Tender Opening
E1.1 The Employer shall open the Tenders in the presence of Tenderers representatives
who choose to attend, and at the address, date and time specified in Clause 4.1 of the
Notice of Invitation to Tender of this Volume 1.
E1.2 Tenders which are not accompanied by a valid Tender Security, or are accompanied
by an unacceptable or fraudulent Tender Security shall be considered as non-
compliant and rejected.
E1.3 Technical Package; The Tenderer is advised that the Employer's policy in respect of
comparison of Tenders is that the Technical Packages will be opened and assessed to
determine their acceptability and responsiveness to the Employer's Requirements,
Outline Specifications and Tender Drawings. Unacceptable and unresponsive Tenders
will be rejected and the corresponding Financial Package shall be returned unopened.
Only after the technical evaluation has been completed will the Financial packages be
opened for those technical packages found to be acceptable.
For the purpose of this Clause, a responsive Tender is one, which conforms to all the
terms, conditions and specifications of the Tender Documents without material
deviation or reservations, which includes conditions, exceptions, exclusions and
qualifications.
A material deviation or reservation is one which affects in any substantial way the
scope, quality, performance or administration of the works to be undertaken by the
Tenderer under the Contract, or which limits in any substantial way, the Employer's
rights or the Tenderers obligations under the Contract as provided for in the Tender
Documents and/or is of an essential condition, the rectification of which would affect
unfairly the competitive position of other Tenderers presenting responsive tenders at a
reasonable price. Minor deviations shall be notified in Annexure 10A of this ITT and
submitted as part of the Technical Package.

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

Volume 1 - ITT 20 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

corresponding modification notice contains a valid authorization to request the


modification and is read out at Tender opening.
Only Tenders that are opened and read out at Tender opening shall be considered
further.
E1.6 First Tender Opening; The Tender Security and Eligibility envelopes shall be opened
reading out the name of the Tenderer and whether a Tender Security Bank Guarantee
has been submitted, but not the details of such. The Technical envelopes shall then
be opened, reading out the name of the Tenderer, whether there are any
modifications, and any other details as the Employer may consider appropriate.
No Tender shall be rejected at the first Tender opening except for late Tenders, in
accordance with Sub-Clause D2 of this ITT, and any Tender submitted without a
Tender Security, in accordance with Sub-Clause C18 of this ITT.
E1.7 Second Tender Opening; At the Second Tender opening, all Financial envelopes
shall be opened one at a time, reading out the name of the Tenderer, whether there
are any modifications, the Tender Price, any discounts, and any other details as the
Employer may consider appropriate. Only discounts read out at this Tender opening
shall be considered for evaluation.
E1.8 Tender Opening Records; The Employer shall prepare a record of both Tender
openings that shall include, as a minimum, the name of the Tenderer, whether there
are any withdrawals, substitutions, or modifications, the presence or absence of a
Tender Security, the Tender Price, any discounts, etc.. as appropriate. The Tenderers’
representatives who are present shall be requested to sign the meeting record. The
omission of a Tenderers signature on the record shall not invalidate the contents and
effect of the record. A copy of the records shall be distributed to all Tenderers.
E2. Confidentiality of Tender Information and Copyright
E2.1 The Tender Documents, as listed in Sub-Clause 5 of the Notice of Invitation to Tender
of this Volume 1, and any addenda thereto, together with any further communications,
are issued for the purpose of inviting Tenders only. The Tenderer shall not disclose
any information, contained in the documents or otherwise supplied in connection with
this Invitation to Tender, to any third party except for the purpose of preparing its
Tender. The Tenderer shall maintain complete confidentiality until the Contract is
awarded. In the event that such confidentiality is breached, the Employer may, at his
sole discretion, reject his Tender. The Tender Drawings and documentation prepared
by the Employer shall be used solely for the design of the works. They shall not be
used in part, whole or altered form for any other purpose without the express
permission in writing of the Employer. A Letter of Undertaking is attached in Annexure
5 of this ITT, and shall be completed by the Tenderer and submitted with the Technical
Package, refer to Clause C2.2 of this ITT.
E2.2 Information relating to the evaluation of Tenders and recommendation of Contract
Award shall not be disclosed to Tenderers or any other persons not officially
concerned with such process until such information on Contract award is
communicated to all Tenderers.
E2.3 Any attempt by a Tenderer to influence the Employer or any of his consultants in the
evaluation of the Tenders or Contract Award decisions may result in the rejection of his
Tender.
E3 Clarification of Tenders
E3.1 To assist in the examination, evaluation and comparison of Tenders, the Employer
may, at his discretion, ask any Tenderer for clarification of his Tender. The request for
clarification and the response shall be in writing or by facsimile, but no change in the
substance of the Tender shall be sought, offered or permitted, except as required to
confirm the correction of arithmetical errors discovered by the Employer in the

Volume 1 - ITT 21 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 - ITT 22 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

be incorporated into the Contract.


E4.3 Technical Proposals considered to be non-conforming, not substantially compliant and
not fulfilling the requirements of the Tender Documents, evaluated as per Sub-Clause
E4.1 and E4.2 of this ITT shall be rejected by the Employer and the Tenderer shall not
subsequently be permitted to make any changes or corrections to, or withdrawals of
the non-conforming deviation or reservation.
E4.4 If any Technical Proposal is rejected, pursuant to Sub-Clause E4.3 of this ITT, the
Financial Package of such Tender shall be returned to the Tenderer unopened.
E5. Evaluation of Financial Proposals
E5.1 Tenders Technically Acceptable.
Only those Tenders which comply with the requirements of the Employer and are
technically acceptable, in accordance with Sub-Clause E4 of this ITT, will have the
Financial proposals opened and evaluated. The Employer shall notify all technically
qualified Tenderers to attend the opening of the Financial proposals. The Financial
proposals will then be opened in front of attending Tenderers, as per Sub-Clause E1
of this ITT.
E5.2 Correction of Errors
E5.2.1 Tenders determined to be technically acceptable after the technical evaluation will be
checked by the Employer for any arithmetical errors in computation and summation
during the Financial evaluation.
Errors will be corrected by the Employer as follows:
a. Where there is a discrepancy between amounts in figures and in words, the amount
in words will govern; and
b. Where there is a discrepancy between the unit price and the total amount derived
from the multiplication of the unit price and the quantity, the unit price as quoted will
normally govern, unless in the opinion of the Employer there is an obvious gross
misplacement of the decimal point in the unit price, in which event, the total amount
as quoted will govern.
E5.2.2 If a Tenderer does not accept the correction of errors as outlined above, his Tender
will be rejected and the Tender Security forfeited.
E5.3 Qualifications, Conditions Or Remarks
The Financial Proposal shall contain no qualifications, conditions or remarks, which
have not been priced, as these shall not be considered as part of the Financial
proposal. If the Tenderer inserts any qualifications, conditions or remarks these must
be priced to enable unconditional withdrawal, such costs shall be detailed in the form
contained in Annexure 10B of this ITT and submitted as part of the Financial
Package. The Financial proposal shall not contain any other factors of administrative
nature that the Employer may consider to have a significant impact on Contract
execution, price and payments, including the effect of items or unit rates that are
unbalanced or unrealistically priced.
E5.4 Duties and Taxes.
E5.4.1 The evaluation shall include all other duties and taxes, but excluding Basic Customs
Duty, as part of the Equivalent Tender Total, as detailed below;
i) In evaluating the price of an imported item, the price has to be determined inclusive
of customs duty and levies.
ii) In evaluating the price of articles which are subject to excise duty, the price has to be
determined inclusive of such excise duty.
iii) The VAT paid under TN VAT Act 2005 shall be reimbursed separately at actual cost
and shall be included in the Contract Total. This is applicable whenever there is no

Volume 1 - ITT 23 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 - ITT 24 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

Volume 3 Employer’s Requirements.

Volume 1 - ITT 25 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

Volume 1 - ITT 26 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

Volume 1 - ITT 27 22/04/2010


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

NOTICE OF INVITATION TO TENDER

ANNEXURES 1 TO 11 AND

FORM OF TENDER

APRIL 2010

CHENNAI METRO RAIL LIMITED


11 / 6, SEETHAMMAL ROAD,
ALWARPET, CHENNAI 600018,
INDIA.
Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

TABLE OF ANNEXURES

ANNEXURE 1 Outline Tender Programme ........................................................................ 1-1


ANNEXURE 2 Prequalification Criteria Undertaking ...........................................................2-1
ANNEXURE 3 Tenderer’s Technical Proposals ................................................................ 3-1
ANNEXURE 4 Form of Bank Guarentee for Tender Security ............................................ 4-1
ANNEXURE 5 Copyright Undertaking ............................................................................... 5-1
ANNEXURE 6 Form of Performance Security ................................................................... 6-1
ANNEXURE 7 Form of Contract Agreement ..................................................................... 7-1
ANNEXURE 8 Work in Hand 8-1
ANNEXURE 9 Tender Check List 9-1
ANNEXURE 10 Statement of Minor Deviations 10-1
ANNEXURE 11 Eligible Source Countries 11-1

Form of Tender and Appendices ..................................................................................... 1-1

Volume 1 – ITT Annexures i 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

Volume 1 – ITT - Annexure-1 1-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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……

For and on behalf of


(name of Tenderer)
[with Company Seal]

Volume 1 – ITT - Annexure-2 2-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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:

Volume 1 – ITT- Annexure-3 3-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 – ITT- Annexure-3 3-2 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

justification, in accordance with Sub-Clause 1 of the Outline Design Specification of


Volume 4 of this Tender Document, for any codes or standards it proposes in its list as
alternatives or in addition to those specified in the Employer’s Requirements, Outline
Design Specification and Outline Construction Specification. The Tenderer will be
required, during the Tender process, to provide a certified English translation of any
codes or standards it proposes to use and which are not normally available in English.
6 Common Technical Submissions.
Tenders are being called simultaneously for multiple packages, and there may be parts
of the Technical submission that are common to all Tenders. This information need
only be submitted once, preferably with UAA-01, and shall be referred to in the Tender
Index of the other Tenders, refer to Clause C3 of this ITT and Appendix FT-7 of the
Form of Tender of this ITT.

Volume 1 – ITT- Annexure-3 3-3 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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)

KNOW ALL MEN by these presents that we ____________________________(Name of


Bank) of India, having our registered office at
___________________________________________________ (hereinafter called "the
Bank") are bound unto CHENNAI METRO RAIL LIMITED (hereinafter called "the
Employer") in sum of ________________________________________________ (Specify
currency and amount in figures and words) for which payment will and truly to be made to
the said Employer, the Bank binds himself, his successors and assigns by these presents.

WHEREAS _____________________ (Name of Tenderer) (hereinafter called "the


Tenderer" ) has submitted his Tender dated __________ for Contract UAA-05 (hereinafter
called "the Tender".
WHEREAS the Tenderer is required to furnish a Bank Guarantee for the sum of
________________________________________________ (Specify currency and amount
in figures and words) Tender Security against the Tenderer's offer as aforesaid.

AND WHEREAS ________________________ (Name of Bank) have, at the request of the


Tenderer, agreed to give this guarantee as hereinafter contained.
We further agree as follows:
(1) That the Employer may without affecting this guarantee grant time or other
indulgence to or negotiate further with the Tenderer in regard to the conditions
contained in the said Tender and thereby modify these conditions or add thereto any
further conditions as may be mutually agreed upon between the Employer and the
Tenderer.
(2) That the guarantee herein before contained shall not be affected by any change in
constitution of our Bank or in the constitution of the Tenderer.
(3) That this guarantee commences from the date hereof and shall remain in force until:
a) The Tenderer, in case his Tender is accepted by the Employer, executes a
formal agreement after furnishing the Performance Security from a Scheduled
Bank (including Scheduled Commercial Foreign Banks) or
b) Twenty eight days after the date of validity or the extended date of validity of the
Tender, as the case maybe, whichever is earlier.
(4) That the expression "the Tenderer" and "the Bank" herein used shall, unless such an
interpretation is repugnant to the subject or context, include their respective
successors and assigns.

Volume 1 – ITT- Annexure-4 4-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

THE CONDITIONS of this obligation are:


(i) if the Tenderer withdraws his Tender during the period of Tender validity specified
in the Form of Tender, or
(ii) if the Tenderer refuses to accept the corrections of errors in his Tender Price as
required under Sub-Clause E5.2 of these "Instructions to Tenderers" or
(iii) if the Tenderer having been notified of the acceptance of his Tender by the
Employer during the period of Tender validity:
a) fails or refuses to furnish the Performance Security as required by Sub-Clause
F5 of these "Instructions to Tenderers" and/or
b) fails or refuses to enter into a Contract within the time limit specified in Sub-
Clause F4 of these "Instructions to Tenderers"
We undertake to pay to the Employer up to 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 (i), (ii), (iii)a) or (iii)b) mentioned above,
specifying the occurred condition or conditions.

Signature of
Authorised Official
Of the Bank: _________________________

SIGNATURE OF WITNESS Name of Official:


__________________________
__________________________ Designation
__________________________
NAME OF WITNESS STAMP/SEAL OF BANK
_______________________
Address of witness
________________________

Volume 1 – ITT- Annexure-4 4-2 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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……

For and on behalf of


(name of Tenderer / Joint Venture)
[with Company Seal]

Volume 1 – ITT- Annexure-5 5-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 6
PAGE 1 OF 2

FORM OF PERFORMANCE SECURITY (GUARANTEE) BY BANK


(Refer Sub-Clause F5 of “Instructions to Tenderers”)
1. This deed of Guarantee made this day of_________ between Bank
of_______________ (hereinafter called the “Bank”) of the one part, and Chennai
Metro Rail Limited (hereinafter called “the Employer”) of the other part.
2. Whereas Chennai Metro Rail Limited, has awarded the contract for ______ (Name of
work as per the title page of the NIT) (hereinafter called the Contract) to
______________ (Name of the Contractor) hereinafter called the Contractor.
3. AND WHEREAS the Contractor is bound by the said Contract to submit to the
Employer a Performance Security for a total amount of
__________________________________________________________ (Specify all
currencies and their amounts in figures and words)
4. Now we the Undersigned __________________________________________ (Full
Name of the Bank) being fully authorized to sign and to incur obligations for and on
behalf of and in the name of_______________________________(Full name of
Bank), hereby declare that the said Bank will guarantee the Employer the full amount
of __________________________________________________________ (Specify
all currencies and their amounts in figures and words) as stated above.
5. After the Contractor has signed the aforementioned Contract with the Employer, the
Bank is engaged to pay the Employer, any amount up to and inclusive of the
aforementioned full amount upon written order from the Employer to indemnify the
Employer for any liability of damage resulting from any defects or shortcomings of the
Contractor or the debts he may have incurred to any parties involved in the Works
under the Contract mentioned above, whether these defects or shortcomings or debts
are actual or estimated or expected. The Bank will deliver the money required by the
Employer immediately on demand without delay and demur and without reference to
the Contractor and without the necessity of a previous notice or of judicial or
administrative procedures and without it being necessary to prove to the Bank the
liability or damages resulting from any defects or shortcomings or debts of the
Contractor. The Bank shall pay to the Employer any money so demanded
notwithstanding any dispute/disputes raised by the Contractor in any suit or
proceedings pending before any Court, Tribunal or Arbitrator/s relating thereto and the
liability under this guarantee shall be absolute and unequivocal.
6. a) This Guarantee is valid until ………………….. (The initial period for which this
Guarantee will be valid must be for at least twenty eight (28) days longer than the
anticipated date of issue of the Taking-Over Certificate as stated in Sub-Clause 10.1 of
the “Conditions of Contract Part I”.)
b) In accordance with CPA Clause 7 of Volume 2, a new Guarantee maybe issued for
2.5% of the Contract Price after issuance of the Taking-Over Certificate, and this
Guarantee shall be valid at least twenty eight (28) days longer than the anticipated
date of issue of the Performance Certificate, unless the Tenderer decides to extend
the Guarantee required under Item 6 a) above, for the same period.

Volume 1 – ITT- Annexure-6 6-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

Volume 1 – ITT- Annexure-6 6-2 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

For and on behalf of


The………………………….Bank.
Signature of Authorized Bank official
Name: …………………………….. ……………………………..

Designation : ……………………… ……………………………..

Stamp/Seal of the Bank : ………..


Signed, sealed and delivered
for and on behalf of the
Bank by the above

Named _____________________in the presence of :

Witness 1 Witness 2.

Signature ………………..……………. Signature ………………..…………….

Name ………………..……………. Name ………………..…………….

Address ………………..……………. Address ………………..…………….

Volume 1 – ITT- Annexure-6 6-3 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 7
PAGE 1 OF 3
FORM OF CONTRACT AGREEMENT
(Refer Sub-Clause F4 of “Instructions to Tenderers”)

This Agreement is made at Chennai on the ___________ day of _____________ 2010


Between Chennai Metro Rail Limited, 11/6 Seethammal Road, Alwarpet, Chennai, 600018
hereinafter called “the Employer” of the one part and _________________ (Name of
Contractor*) (Address of Contractor*) ______________________________________
____________________ of ____________ hereinafter called “the Contractor” of the other
part.
Whereas the Employer is desirous that (*** certain Goods and Services should be provided
and) the Works should be executed, viz. ---------- (Name of work as mentioned in the title of
the NIT) hereinafter called “the Works” and has accepted a Tender by the Contractor for
the execution and completion of such works (*** as well as a Guarantee of such works) and
the remedying of defects therein. NOW THIS AGREEMENT WITNESSED as follows:
1. In this Agreement words and expression shall have the same meanings as are
respectively assigned to them in the Conditions of Contract Parts I and II hereinafter
referred to.
2. The following documents shall be deemed to form and be read and construed as part
of this Agreement, viz:
(a) Contract Agreement
(b) Letter of Acceptance (LoA)
(c) Letters of clarification on the submitted Tender. (LoC)Addenda to the Tender
document, if any
(d) Contract Documents
(i) Notice of Invitation to Tender (NIT)
(ii) Instructions to Tenderers (ITT)(Including Annexure)
(iii) Conditions of Contract for Design–Build and Turnkey Part II –Conditions
of Particular Application
(iv) Conditions of Contract for Design–Build and Turnkey Part I – General
Conditions
(v) Employer’s Requirements
(vi) Outline Design Specifications
(vii) Outline Construction Specifications
(viii) Safety, Health & Environmental Management Requirements
(ix) Quality Assurance Requirements
(x) Tender Drawings

Volume 1 – ITT- Annexure-7 7-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

PAGE 2 OF 3

(xi) Pricing Document


(xii) Reference Document - Geotechnical Report
(xiii) Environmental Impact Assessment (EIA) Report
(xiv) Alternative Design (if applicable)
(xv) Statement of deviations (if applicable)
(xvi) Guarantee for the system offered (if applicable)
(xvii) Contractor’s Proposal
(xviii) Any other items as applicable
3. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to
execute and complete the works by **________ and remedy any defects therein in
conformity in all respects with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the
execution and completion of the works and the remedying of defects therein, the
Total Contract Price of ** of ____________________________________
______________________ (Specify all currencies and their amounts in figures and
words) being the sum stated in the letter of acceptance subject to such additions
thereto or deductions there from as may be made under the provisions of the
Contract at the times and in the manner prescribed by the Contract.
5. OBLIGATION OF THE CONTRACTOR
The Contractor shall ensure full compliance with tax laws of India with regard to this
Contract and shall be solely responsible for the same. The Contractor shall submit
copies of acknowledgements evidencing filing of returns every year and shall keep
the Employer fully indemnified against liability of tax, interest, penalty etc. of the
Contractor in respect thereof, which may arise.
6. JURISDICTION OF COURT
For settlement of disputes, the Courts at Chennai shall have the jurisdiction to try all
disputes arising out of this agreement between the parties, as noted in CPA Clause
42 – Claims, Disputes and Arbitration.

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.

Volume 1 – ITT- Annexure-7 7-2 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

PAGE 3 OF 3

For and on behalf of the Contractor For and on behalf of the Employer

Signature of the authorized official Signature of the authorized official


Name of the official Name of the official

Stamp/Seal of the Contractor Stamp/Seal of the Employer

SIGNED, SEALED AND DELIVERED


By the said
________________________ Name ___________________
on behalf of the Contractor in the presence of:
Witness _____________________
Name _______________________
Address_______________________________
_____________________________________

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

Volume 1 – ITT- Annexure-7 7-3 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

PAGE 1 OF 1

CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 8

Form T8 - DATA REGARDING WORK IN HAND

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.

Signature of Company Auditor/Chartered Accountant for the Contractor.

Authorised Signatory for the Contractor with Company Seal.


Tenderers (each member of the JV or group) should provide information on their current
commitments or all Contracts that have been awarded or for which a Letter of Intent or Acceptance
has been received or for Contracts approaching completion but for which a Completion Certificate is
yet to be issued.
This form should be certified by the Company Auditor/ Chartered Accountant along with his
signature and seal.
** This figure should also include the year-wise break-up of part value of works to be executed in
the 4 year period, even if completion of such works extends beyond this period.

Volume 1 – ITT- Annexure-8 8-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 9

TENDER SUBMISSION CHECKLIST

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

Volume 1 – ITT- Annexure-9 9-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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.

Volume 1 – ITT- Annexure-9 9-2 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 10

STATEMENT OF MINOR DEVIATIONS.

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.

Authorised Signature of Tenderer and Company Seal.

Volume 1 – ITT - Annexure-10 10-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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” :

Volume Remarks. Cost allocated by


Sl. No. and Clause Deviation. (including Contractor for
No. justification). deviation.

Authorised Signature of Tenderer and Company Seal.


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. The Tenderer shall indicate a cost allocation against each deviation, which would be added to
the Tender Price for withdrawing such deviations, if the same are unacceptable to the
Employer.

Volume 1 – ITT - Annexure-10 10-2 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

CONTRACT UAA-05
INSTRUCTIONS TO TENDERERS
ANNEXURE 11

ELIGIBLE SOURCE COUNTRIES

All countries are eligible.

Volume 1 – ITT - Annexure-11 11-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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: …………………….

To : Chief General Manager (Technical)


Chennai Metro Rail Limited,
11/6 Seethammal Road, Alwarpet,
Chennai – 600 018,
India.

CONTRACT PACKAGE UAA-05 (The Contract)

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

Volume 1 – ITT - FOT 1-1 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

(c) to hold in confidence all documents and information whether technical or


commercial supplied to us at any time by or on behalf of the Employer in
connection with this Tender or
(d) with the above-mentioned Works and, without your written authority or as
otherwise required by law, not to publish or otherwise disclose the same.
4. We submit with this Tender a duly executed Tender Security Guarantee in respect of
our obligations under this Tender.
5. If our Tender is accepted, we will furnish a Bank Guarantee for the Performance
Security for the due performance of the Contract. The amount and form of such
Guarantee or Bond will be in accordance with Clause 4.2 of the Conditions of the
Contract Part I and as indicated in Appendix FT-1 of the Form of Tender.
6. Unless and until a formal agreement is prepared and executed, this Tender together
with your written acceptance thereof, shall constitute a binding contract between us.
7. Whether or not this Tender is accepted, to hold in confidence all documents and
information whether technical or commercial supplied to us at any time by or on
behalf of the CMRL in connection with this Tender or with the above-mentioned
Works and, without your written authority or as otherwise required by law, not to
publish or otherwise disclose the same.
8. We have independently considered Clause 8.6 of the FIDIC Conditions of Contract
for Design–Build and Turnkey, 1995, Part I and CPA Clause 29 of Conditions of
Contract Part II and the amounts shown in the Appendix FT-1 Item 16, as Liquidated
Damages and agree that it represents the damages likely to be suffered by the
Employer in the event of the work not being completed in time.
9. We understand that you are not bound to accept the lowest or any Tender you may
receive.
10. We declare that the submission of this Tender confirms that no agent, middleman or
any intermediary has been, or will be engaged to provide any services, or any other
item of work related to the award and performance of this Contract. We further
confirm and declare that no agency commission or any payment which may be
construed as an agency commission has been, or will be, paid and that the Tender
price does not include any such amount. We acknowledge the right of the Employer,
if he finds to the contrary, to declare our Tender to be non-compliant and if the
Contract has been awarded to declare the Contract null and void.
11. If our Tender is accepted we understand that we are to be held solely responsible for
the due performance of the Contract.
12. We further understand that all costs and expenses incurred by us in preparing this
Tender and participating in this Tender will be borne solely by us.
13. This Tender shall be governed by and construed in all respects according to the laws
for the time being in force in the Republic of India. For settlement of disputes, the
courts at Chennai will have jurisdiction in the matter as noted in CPA Clause 42 –
Claims, Disputes and Arbitration.

Volume 1 – ITT - FOT 1-2 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

We are, Gentlemen,
Yours faithfully,

Signature______________________________ Signature______________________________

Name_________________________________ Name_________________________________

For and on behalf of _____________________ For and on behalf of _____________________


_____________________________________ _____________________________________

Address______________________________ Address______________________________
_____________________________________ _____________________________________
Date:________________________________ Date:_________________________________

Before (signature of witness) Before (signature of witness)

______________________________________ ______________________________________
Name of witness ________________________ Name of witness _________________________
Date:_________________________________ Date:__________________________________

[ with Company Seal(s) ]

* 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.

Volume 1 – ITT - FOT 1-3 22/04/2010


APPENDICES TO THE FORM OF TENDER
(To be prepared by and appended to the Form of Tender by the Tenderer)

Appendix FT-1: Contract Conditions 1-4


Appendix FT-2: Financial Document / Pricing Document 1-11
Appendix FT-3: Quality Assurance System and Outline Quality Plan 1-19
Appendix FT-4: Outline Safety, Health & Environment Plan 1-20
Appendix FT-5: Tenderer’s Technical Proposals 1-21
Appendix FT-6: Evidence of Professional Indemnity Insurance 1-22
Appendix FT-7: Tender Index 1-23
Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

FORM OF TENDER - APPENDIX FT-1


CONTRACT CONDITIONS
Sl.
Item CoC Sub-Clause Description
No.

Chennai Metro Rail Limited


11/6, Seethammal Road, Alwarpet,
1.1.2.1 Chennai – 600 018, India
Employer’s name
1. Part I & Telephone No. +91 44 2435 2339
and address
1.8 Or + 91 44 2435 2341
Telefax No. +91 44 2431 2320
Or + 91 44 2436 0989

Contractor’s name 1.1.2.2 &


2. Part I
and address 1.8
The Project Director,
EMBYE Consortium
Name and address 1.1.2.3 4th Floor, Apex Tower
3. of The Employer’s Part I & 42/54, 2nd Main Road, R.A. Puram
Representative 1.8 Chennai – 600 028, India
Telephone No. +91 44 43973973
Telefax No. +91 44 43973999
Time for notice to
4. Part I 8.1 15 days
commence
1430 days from the Commencement
Date to achieve issuance of Taking-
Time for Completion
5. Part I 1.1.3.4 Over Certificate and 2160 days from
of the Works
the Commencement Date to achieve
issuance of Performance Certificate.

Foreign currencies shall be Japanese


Foreign
6. Part I 1.1.5.3 Yen and/or two other specified
Currency/Currencies
currencies from an OECD country.

7. Law of the Contract Part I 1.4 Laws for the time being in force in India

8. Ruling language Part I 1.4 English

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

Volume 1–ITT - FOT 1-4 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

contract and also not required by the


Tender documents or Contract
documents

Time for access to


12. Part I 2.2 Refer to Volume 3 Appendix 2A.
the Site

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

Liquidated damages Whole of the Works : Rs. 30 Lakhs per


18. for failing Tests after Part I 11.4 day .
Completion
Total amount of
19.
advance payments
a) Mobilisation
Part II CPA 34 7.5% of the Contract Price
Advance
b) Advance against
plant & Part II CPA 34 2.5% of the Contract Price
machinery
Number and timing
20.
of instalments
In two equal instalments.
a) Mobilisation First instalment paid after mobilization
Part II CPA 34 has started and second instalment paid
Advance
after satisfactory utilization of the first
advance.
b) Advance against
Shall be paid against hypothecation of
plant & Part II CPA 34
plant and machinery to the Employer.
machinery

Start repayment of When 20% of the original Contract


21. Part II CPA 34 Value of the work has been paid or ten
advance payment
months after Commencement Date,

Volume 1–ITT - FOT 1-5 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

whichever is the earlier.

In equal instalments from when 20% of


Repayment the original Contract Value of the work
22. amortization of Part II CPA 34 has been paid, up to projected 85%
advance payment paid or original Date of Completion,
whichever is earlier.
Percentage of
23. Part I 13.3 2.5%
retention
Limit of Retention
24. Part I 13.3 Not Applicable
Money
Limited to 80% of the actual value or
assessed value of these materials and
the total advance on account of
If Sub-Clause 13.5 construction materials at a time shall be
applies : limited to 3% percent of original
Contract Price or likely average
25. Payment for Part II 13.5
consumption of such materials for three
Materials when months, whichever is less and at any
delivered to the Site time the total outstanding advance
against material at Site shall not
exceed 4% percent of the original
Contract Price.
Minimum amount of
26. Interim Payment Part II CPA 35 1% of the Contract Price
Certificates
If Sub-Clause 13.15
applies : In Indian Rupees, Japanese Yen and/or
Part I 1.1.5.3 and
27. Payments in Local two other specified currencies from an
Part I 13.6
and Foreign OECD country.
Currencies
If there are
Provisional Sums:
28. Percentage for Part I 14.5(b) Not Applicable
adjustment of
Provisional Sums
3% of the Contract value against Price
Amount of insurance
29. Part I 18.1 Centers “B” to “K” of the Pricing
for design
Document of Volume 7
Amount of third Rs. 0.50 Million for any one incident,
30. Part I 18.3
party insurance with number of incidents unlimited.

Periods for
submission of
insurance
31. Part I 18.5 (a) 21 days
(a) evidence of
insurance (b) 60 days
(b) relevant policies

Volume 1–ITT - FOT 1-6 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

37 Place of arbitration Part I 20.6 Chennai, India

Price Variation Part I 13.1


38 Refer Tables 2, 3 and 4 below.
Formula Part II CPA 32

Liquidated Part I 8.6


39 Damages for Station Refer Table 1 below.
Key Dates Part II CPA 29

Volume 1–ITT - FOT 1-7 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

Table 1. (Refer Item 39)

Key Dates Liquidated Liquidated Damages


Liquidated Damages
(Refer Part II CPA Damages for first 28 between Day 29 and
from Day 57.
Clause 27) days. Day 56.

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

Rs. 14,000,000 per


Key Date KD17 Rs. 140,000 per day Rs. 700,000 per day
day

Key Date KD18 Rs. 30,000 per day Rs. 150,000 per day Rs. 3,000,000 per day

Volume 1–ITT - FOT 1-8 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

Table 2. (Refer Item 38)


% Range of Weighting (Total
Factor and Description for all currencies put
together)

(a) Fixed 0.15

(b) Labour 0.10 to 0.45

(c) Steel 0.05 to 0.35

(d) Cement 0.05 to 0.30

(e) Fuel 0.10 to 0.30

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.

Labour Indian Rupees Indian Rupees WPI all commodities (RBI) *

Steel Indian Rupees Indian Rupees WPI iron & steel (RBI) *

Cement Indian Rupees Indian Rupees WPI Cement (RBI) *

Fuel Indian Rupees Indian Rupees WPI Mineral Oils (RBI) *

Labour Japanese Yen * * *

Steel Japanese Yen US Dollars CRUspi Asia *

Cement Japanese Yen * * *

Fuel Japanese Yen US Dollars London Brent Crude (ICE) *

Labour Foreign Currency 1* * * *

Steel Foreign Currency 1* US Dollars CRUspi ** *

Cement Foreign Currency 1* * * *

Fuel Foreign Currency 1* US Dollars London Brent Crude (ICE) *

Labour Foreign Currency 2* * * *

Steel Foreign Currency 2* US Dollars CRUspi ** *

Cement Foreign Currency 2* * * *

Fuel Foreign Currency 2* US Dollars London Brent Crude (ICE) *

Volume 1–ITT - FOT 1-9 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

* 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

Indian Rupees 0.15 1.00

Japanese Yen 0.15 1.00

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

Volume 1–ITT - FOT 1-10 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

ii) the total of the coefficients for each currency is 1.00.


3) If the proportion of the total weighting attributable to any factor [Obtained by multiplying
the coefficients applicable to that factor for each currency, converting to rupees and
totalling the same, and then dividing by the contract price in rupees] falls outside the
specified range or the total of the coefficients for any currency does not equal 1.00, the
Employer will, at its sole discretion, make such corrections to the coefficients for any or
all factor(s)/ currency(ies) as may be necessary so that the weighting for each factor
conforms to the range and the coefficients add up to 1.00 for each currency. Such
corrections made by the Employer, which shall be included into the Contract, shall be
final and binding.

Authorised Signatory for the Tenderer with Company Seal.

Date ………………………….……… Name ………………..…………….

Address …………………..………………………..………………………..……….

Volume 1–ITT - FOT 1-11 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

FORM OF TENDER - APPENDIX FT-2


FINANCIAL DOCUMENT / PRICING DOCUMENT

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.

Volume 1 – ITT - FOT 1-12 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

FORM OF TENDER - APPENDIX FT-2


FINANCIAL DOCUMENT / PRICING DOCUMENT.

Possible Combinations for Discounts for All Five Packages.


There are five underground packages and the Tenderer may give a discount to
individual packages or a discount for any combination of two packages.
The Tenderer is to indicate the discounts he will offer, if any, if he is awarded any
combination of one or two Contracts, as per the following combinations:
Table FT2A.
Percentage Discount
Contract Package Nos.
Offered, if any.
UAA-01

UAA-02

UAA-03

UAA-04

UAA-05

UAA-01 & UAA-02

UAA-01 & UAA-03

UAA-01 & UAA-04

UAA-01 & UAA-05

UAA-02 & UAA-03

UAA-02 & UAA-04

UAA-02 & UAA-05

UAA-03 & UAA-04

UAA-03 & UAA-05

UAA-04 & UAA-05

Authorised Signatory for the Contractor with Company Seal.

Volume 1 – ITT - FOT 1-13 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

FORM OF TENDER - APPENDIX FT-2


FINANCIAL DOCUMENT / PRICING DOCUMENT

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.)

No. of combinations for five individual packages.


Table FT2B.
Note; Sl No 1- 1 2 3 4 5 means the combinations will be decided by finalising package UAA-01,
followed by finalising UAA-02, followed by UAA-03, followed by UAA-04 & followed by UAA-05.
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

Volume 1 – ITT - FOT 1-14 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 – ITT - FOT 1-15 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 – ITT - FOT 1-16 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 – ITT - FOT 1-17 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 – ITT - FOT 1-18 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

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

Volume 1 – ITT - FOT 1-19 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

FORM OF TENDER - APPENDIX FT-3


QUALITY ASSURANCE SYSTEM and OUTLINE QUALITY PLAN
The Contractor shall establish and maintain a Quality Assurance System in accordance with
Appendix 6 of Volume 3 Employer's Requirements, for design and construction procedures
and the interfaces between them and other Interface Contractors. This Quality Assurance
system shall be applied without prejudice to, or without in any way limiting, any Quality
Assurance Systems that the Tenderer already maintains.
The Tenderer shall submit as part of his Tender an Outline Quality Plan which shall contain
sufficient information to demonstrate clearly the Tenderer's proposals for achieving effective
and efficient Quality Assurance System. The Outline Quality Plan should include an outline
of the procedures and regulations to be developed and the mechanism by which they will be
implemented for ensuring Quality as required by Appendix 6 of the Employer's
Requirements – Design.
The Tenderer may be requested to amplify, explain or develop its Outline Quality Plan prior
to the date of acceptance of the Tender and to provide more details with a view to reaching
provisional acceptance of such a Plan.

Volume 1 – ITT - FOT 1-20 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

FORM OF TENDER - APPENDIX FT-4


OUTLINE OCCUPATIONAL HEALTH, SAFETY & ENVIRONMENT
PLAN
The Tenderer shall submit as part of his Tender an Outline Occupational Health, Safety &
Environment Plan which shall contain sufficient information to demonstrate clearly the
Tenderer's proposals for achieving effective and efficient compliance to the requirements of
the Tender on Occupational Health, Safety and Environment (OHS&E). The Outline
Occupational Health, Safety and Environment Plan should include an outline of the
procedures and regulations to be developed and the mechanism by which they will be
implemented for ensuring Safety as required by Sub-Clause Nos. B16, D5, D6 and Appendix
20 of Volume 3 of the Employer's Requirements, Sub-Clause 6.7 of Part I General
Conditions and CPA Clause 24 of Part II Conditions of Particular Application.
The Outline Occupational Health, Safety and Environment Plan shall be headed with the
firms/Joint Venture’s formal statement of policy in relation to Occupational Health, Safety
and Environment protection. The Occupational Health, Safety and Environment Plan shall
be sufficiently informative to define the Tenderer's plans and set out in summary an
adequate basis for the development of the Site Occupational Health, Safety & Environment
Plan to be submitted in accordance with Sub-Clause Nos. B16, D5, D6 and Appendix 20 of
Volume 3 of the Employer's Requirements, Sub-Clause 6.7 of Part I General Conditions and
CPA Clause 24 of Part II Conditions of Particular Application.
The Tenderer may be requested to amplify, explain or develop his Outline Occupational
Health, Safety & Environment Plan prior to the date of acceptance of the Tender and to
provide more details with a view to reaching provisional acceptance of such a plan.

Volume 1 – ITT - FOT 1-21 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

FORM OF TENDER - APPENDIX FT-5


TENDERER’S TECHNICAL PROPOSALS

The Tenderer shall prepare his Technical Proposals based on the contents of Annexure 3 to
the Instructions to Tenderers.

Volume 1 – ITT - FOT 1-22 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

FORM OF TENDER - APPENDIX FT-6


EVIDENCE OF PROFESSIONAL INDEMNITY INSURANCE
The Tenderer is not required to provide evidence of his possession of Professional
Indemnity Insurance in the Tender submission, but will have to provide the Professional
Indemnity Insurance policy, to the amount described in Appendix FT-1 to the Form of
Tender, if awarded the Contract.

Volume 1 – ITT- FOT 1-23 22/04/2010


Chennai Metro Rail Project Phase – 1 Contract No. UAA-05 Instructions to Tenderers

FORM OF TENDER - APPENDIX FT-7


TENDER INDEX

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.

Volume 1 – ITT - FOT 1-24 22/04/2010

You might also like