NIT 3 Sh9eb8s
NIT 3 Sh9eb8s
VOLUME-1
Page 1 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
INDEX
Page 2 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
1.1.1 The brief scope of the work is provided in Clause A1 of ITT and Employer’s Requirement.
1.1.2 KEY DETAILS:
a. Approximate Cost of work Rs. 102.06 Crores (inclusive of all Taxes)
b. Tender Security Amount of Tender Security: - ₹17.01 Lakh
(Earnest Money Deposit)
Validity of Tender Security in case of BG: 05.05.2024
Page 3 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
Page 4 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
120 days from the last date of submission of tender (as per
o. Tender Validity clause C17 of ITT)
10% of the Contract value
Security Deposit/ Performance
p.
Security As per Clause no. F5 of ITT
Validity of Performance Bank 6 (six) months beyond the Defect Liability Period
Guarantee/Security As per Clause no. F5 of ITT
q.
r. To facilitate payment of Tender Fee and Tender Security through RTGS, NEFT & IMPS, the details of
bank account of DMRC is mentioned below:
Name of Account
Bank’s Address Account Name & No. IFSC code
Bank Type
i. The tenders for this contract will be considered only from those tenderers (proprietorship firms,
partnerships firms, companies, corporations, consortia or joint ventures) who meet requisite
eligibility criteria prescribed in the sub-clauses of Clause 1.1.3 of NIT. In the case of a JV or
Consortium, all members of the Group shall be jointly and severally liable for the performance of
whole contract. Also, each member shall be individually responsible for its duties as specified in
the MOU/JV agreement submitted by the bidder in terms of clause 1.1.3.1 vii d.
Performance of each JV/Consortium partner shall also be judged on quarterly basis. In case, the
performance of the partner(s) is not found satisfactory, actions as deemed appropriate by the
Employer may be taken including termination of contract or termination of any of JV/ Consortium
member(s) from the contract i.e. Part Termination of the contract. In case of part termination of
contract, the Performance Security(ies) submitted by the member(s) for their portion of work in
contract as per their share in JV/Consortium shall be forfeited and the scope of the work/duties
assigned to the defaulting JV/Consortium member(s) as per the MOU/ agreement submitted, may
be terminated, however, same may be done by the Employer only if other member(s) of
JV/Consortium are ready to complete the entire scope of work. In such a case, remaining works
pertaining to the scope of defaulting member of JV, may be completed by other member(s) of
JV in the following manner:
(i) At their own, if they have adequate technical competence to the satisfaction of
employer.
(iii) By induction of new member having adequate technical competence and meeting the
original tender eligibility conditions, acceptable to the Employer in JV/Consortium
replacing the defaulting member(s) & without any financial implication to the Employer.
The new member(s) shall be jointly & severally liable for the performance of the whole
contract and also shall submit the Performance Security from their bank account for an
Page 5 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
In case of (i) & (ii) above, forfeited amount of Performance Security(ies) of the defaulting
member(s) shall be submitted by other member(s) of the JV/Consortium.
Further, the performance of each of JV/Consortium member may also be specifically stated in
the Work experience Certificate / performance Certificates which may be issued to the bidder
during or after execution of Work for their Business Development purposes.
ii.(a) A non-Indian bidder (not restricted as defined in Clause 1.1.3.1 x below) is permitted to tender
only in a joint venture or consortium arrangement with Indian Contractor(s) or their wholly
owned Indian subsidiary registered in India under Companies Act-2013. In such
JV/Consortium, Indian contractor or Indian subsidiary (owned by foreign bidder) shall have
minimum 74% participation and non-Indian bidder shall have maximum 26% participation.
Indian Contractor/Indian Subsidiary to be lead member of JV/Consortium.
(b) A tenderer shall submit only one bid in the particular tendering process, either individually as
a tenderer or as a partner of a JV/Consortium. A tenderer who submits or participates in,
more than one bid will cause all of the proposals in which the tenderer has participated to
be disqualified. No tenderer can be a sub-contractor while submitting a bid individually or
as a partner of a JV/ Consortium in the same bidding process. A tenderer, if acting in the
capacity of subcontractor in any bid, may participate in more than one bid, but only in that
capacity.
iii. Tenderers shall not have a conflict of interest. All Tenderers found to have a conflict of interest
shall be disqualified. Tenderers shall be considered to have a conflict of interest with one or
more parties in this bidding process, if:
(a) A tenderer has been engaged by the Employer to provide consulting services for the
preparation related to procurement for implementation of the project;
(c) A tenderer lends, or temporarily seconds its personnel to firms or organizations which are
engaged in consulting services for the preparation related to procurement for an
implementation of the project, if the personnel would be involved in any capacity on
the same project.
iv. The payment of the tender cost is acceptable from any account. However, tenderer shall
submit such transaction details along with their tender submission on e-portal. If the same
transaction reference number has been submitted for more than one bids, all such bids shall
be considered ineligible and summarily rejected.
v(a). DMRC/ any other Metro Organization (100% owned by Govt.) / Ministry of Housing & Urban
Affairs / Order of Ministry of Commerce, applicable for all Ministries must not have banned
business with the tenderer (including any member in case of JV/consortium) as on the date
of tender submission. The tenderer should submit undertaking to this effect in Appendix-19 of
Form of Tender.
v(b). Also no contract of the tenderer of the value more than 10% of NIT cost of work, executed
either individually or in a JV/Consortium, should have been rescinded / terminated by DMRC
Page 6 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
/ any other Metro Organization (100% owned by Govt.) after award during last 03 years (from
the last day of the previous month of tender submission) due to non-performance of the
tenderer or any of JV/Consortium members. The tenderer should submit undertaking to this
effect in Appendix-19 of Form of Tender.
v(c). The overall performance of the tenderer (all members in case of JV/Consortium separately)
shall be examined for all the ongoing Rolling Stocks work awarded by DMRC/ any other
Metro Organization (100% owned by Govt.) of value more than 40% of NIT cost of work and
also for all the completed Rolling Stock works awarded by DMRC/ any other Metro
Organization (100% owned by Govt.) within last one year (from the last day of the previous
month of tender submission), of value more than 40% of NIT cost of work executed either
individually or in a JV/Consortium. The tenderer shall provide list of all such works in the
prescribed Performa given in Appendix-19A of the Form of Tender. The tenderer (all members
in case of JV/Consortium separately) may either submit satisfactory performance certificate
issued by the Client / Employer for the works or give an undertaking regarding satisfactory
performance of the work with respect to completion of work/ execution of work (ongoing
works) failing which their tender submission shall not be evaluated and the tenderer shall be
considered non-responsive and non-compliant to the tender conditions. In case of non-
submission of either satisfactory performance certificate from client / employer or
undertaking of satisfactory performance of any of the above work, the performance of such
work shall be treated as unsatisfactory while evaluating the overall performance of tenderer
in terms of Note (b) of Appendix - 19A. In case of performance certificate issued by the client,
same should not be older than three months (from the last day of the previous month of
tender submission) for the ongoing works. In case the tenderer does not have any work in
above criteria, his performance will not be judged unsatisfactory.
v(d). Tenderer (including any member in case of JV/consortium) for the works awarded by DMRC/
any other Metro Organization (100% owned by Govt.) must have been neither penalized
with liquidated damages of 10% (or more) of the contract value due to delay nor imposed
with penalty of 10% (or more) of the contract value due to any other reason in any works of
value more than 10% of NIT cost of work, during last three years (from the last day of the
previous month of tender submission). The tenderer should submit undertaking to this effect
in Appendix-20 of Form of Tender.
v(e). Tenderer (any member in case of JV/consortium) must not have suffered bankruptcy/
insolvency during the last 5 years (from the last day of the previous month of tender
submission). The tenderer should submit undertaking to this effect in Appendix-21 of Form of
Tender.
v(f). The tenderer (each individual member separately in case of JV/Consortium) shall not have
total amount of dispute in their pending litigation more than Fifty percent (50%) of the
tenderer’s net worth (each individual member separately in case of JV/Consortium).
The tenderer (each individual member separately in case of JV/Consortium) shall be
examined for all pending litigation from all contracts completed or all ongoing contracts.
The tenderer (each individual member separately in case of JV/Consortium) shall provide
detailed information of all such pending litigations in the prescribed proforma given in
Appendix-27 of Form of Tender.
The details of all pending litigation shall comprise of all pending arbitration cases and also
all pending court cases irrespective of whether these litigations have been initiated by the
tenderer against their employer/client or by the client/employer against the tenderer. The
amount of disputes shall also comprise of all the claim amount and also all counter-claim
amount in such arbitration/court cases.
V (g). If the Tenderer or any of the constituent JV/Consortium member(s) does not meet the
criteria stated in the Appendix 19 or Appendix 19 A or Appendix-20 or Appendix-21 or
pending litigation criteria as per Clause 1.1.3.1 v(f), the tenderer including the constituent
JV/Consortium member(s) shall be considered ineligible for participation in tender process
and they shall be considered ineligible applicants in terms of Clause 1.1.3.1 of NIT.
Page 7 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
a. Lead partner must be a substantial partner in the JV/Consortium i.e. it should have a minimum
of 26% participation in JV/Consortium. Each substantial partner in case of JV/Consortium
shall have experience of executing at least one “similar work” of minimum 40% of NIT value
in last 07 years. The tenderer shall submit details of above work in the Performa of Appendix-
17 & 17A of FOT as per Notes to clause 1.1.3.2.A of NIT.
Note: - The MOU may stipulate mandatory information to be provided. However, bidder
can include additional details/arrangements finalized between the members in this MOU
provided these additional details/arrangements should not be in contravention of
Employer's interest as per terms and conditions of Contract. Bidder may further note that no
separate MOU/JV agreement should be executed for the sake of working arrangement
amongst the partners other than the MOU/JV agreement accepted by the Employer.
In case, it comes to notice of DMRC either during or even after completion of Work that JV/
Consortium members have either altered / modified the MOU / JV agreement w.r.t to the
MOU submitted at tendering stage or entered a separate MOU/agreement or made any
other arrangement akin to a contract without the specific approval of Employer in writing,
it shall be treated as a fraudulent practice under GCC clause 4.33.1(a) (ii) of this tender for
which every constituent of the JV/Consortia is liable to be debarred for a period up to three
years along with such other legal actions as may be permissible under the law.
The JV/Consortium members shall submit undertaking to this effect in Appendix-6A of Form
of Tender.
e. The Employer in such cases, may in its sole discretion take action under clause 4.33.1 (b) of
GCC against any member(s) for failure in tenderer’s obligation and declare that member(s)
Page 8 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
of JV/Consortium ineligible for award of any tender in DMRC or take action to terminate the
contract in part or whole under clause 13 of GCC as the situation may demand and recover
the cost/damages as provided in contract.
viii. Participation by Subsidiary Company / Parent Company with credential of other Company
a. Applicant in the capacity of a Subsidiary Company as a single entity is not permitted to use
the credential of its Parent Company and/or its Sister Subsidiary Company/ Companies
unless the Applicant participates in tender as JV/Consortium with its Parent Company
and/or its Sister Subsidiary Company/ Companies as a member(s) in JV with minimum 26%
participation each (as substantial member) for such member(s).
b. Applicant in the capacity of a Parent Company as a single entity is not permitted to use the
credential of its Subsidiary Company/ Companies unless the Applicant participates in tender
as JV/Consortium with its Subsidiary Company/ Companies as a member(s) in JV with
minimum 26% participation each (as substantial member) for such member(s).
Only Class-I local supplier and Class-II local supplier are eligible to participate/bid in this
tender
a) Definitions:
i. ‘Local content’ means the amount of value added in India which shall, unless otherwise
prescribed by the Nodal Ministry, be the total value of the item procured (excluding net
domestic indirect taxes) minus the value of imported content in the item (including all
custom duties) as a proportion of the total value, in percent.
ii. ‘Class-I local supplier’ means a supplier or service provider, whose goods, services
or works offered for procurement, has local content equal to or more than 60%, as
defined under the Order No. P-45021/2/2017-PP(BE-II) dated 04.06.2020 issued by
Department for Promotion of Industry and Internal Trade (DPIIT). Minimum local
content for ‘Class-I local supplier’ shall be 60% for the subject tender.
iii. ‘Class-II local supplier’ means a supplier or service provider, whose goods, services
or works offered for procurement, has local content more than 20% but less than
60%, as defined under the Order No. P-45021/2/2017-PP(BE-II) dated 04.06.2020
issued by Department for Promotion of Industry and Internal Trade (DPIIT).
iv. ‘Non-local supplier’ means a supplier or service provider, whose goods, services or
works offered for procurement, has local content less than or equal to 20%, as
defined under the Order No. P-45021/2/2017-PP(BE-II) dated 04.06.2020 issued by
DPIIT.
v. ‘L1’ means the lowest tender or lowest bid or the lowest quotation received in a
tender, bidding process or other procurement solicitation as adjudged in the
evaluation process as per the tender or other procurement solicitation.
vi. ‘Margin of purchase preference’ means the maximum extent to which the price
quoted by a “Class-I local supplier” may be above the L1 for the purpose of
purchase preference. Margin of purchase preference shall be 20% for the subject
tender.
b) Procedure for Purchase Preference to ‘Class-I local supplier’ in procurement of goods or
works which are divisible in nature: NOT APPLICABLE FOR THE SUBJECT TENDER
Page 9 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I local supplier’,
the contract for full quantity will be awarded to L1.
ii. If L1 bid is not a ‘Class-I local supplier’, 50% of the order quantity shall be awarded to L1.
Thereafter, the lowest bidder among the ‘Class-I local supplier’, will be invited to match
the L1 price for the remaining 50% quantity subject to the Class-I local supplier’s quoted
price falling within the margin of purchase preference, and contract for that quantity
shall be awarded to such ‘Class-I local supplier’ subject to matching the L1 price.
iii. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1 price or accepts
less than the offered quantity, the next higher ‘Class-I local supplier’ within the margin of
purchase preference shall be invited to match the L1 price for remaining quantity and
so on, and contract shall be awarded accordingly.
iv. In case some quantity is still left uncovered on Class-I local suppliers, then such balance
quantity may also be ordered on the L1 bidder.
i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I local supplier’,
the contract will be awarded to L1.
ii. If L1 is not ‘Class-I local supplier’, the lowest bidder among the ‘Class-I local supplier’, will
be invited to match the L1 price subject to Class-I local supplier’s quoted price falling within
the margin of purchase preference, and the contract shall be awarded to such ‘Class-I
local supplier’ subject to matching the L1 price.
iii. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1 price, the ‘Class-I
local supplier’ with the next higher bid within the margin of purchase preference shall be
invited to match the L1 price and so on and contract shall be awarded accordingly.
iv. In case none of the ‘Class-I local supplier’ within the margin of purchase preference
matches the L1 price, the contract may be awarded to the L1 bidder.”
i. The ‘Class-I local supplier’ / ‘Class-II local supplier’ at the time of tender, bidding or
solicitation shall be required to indicate percentage of minimum local content and provide
self-certification that the item offered meets the minimum local content requirement for
‘Class-I local supplier’ / ‘Class-II local supplier’, as the case may be. They shall also give
details of the location(s) at which the local value addition is made.
ii. In case of procurement for a value in excess of Rs. 10 crores, the ‘Class-I local supplier’ /
‘Class-II local supplier’ shall be required to provide a certificate from the statutory auditor
or cost auditor of the company (in case of companies) or from a practicing cost
accountant or practicing chartered accountant (in respect of suppliers other than
companies) giving the percentage of local content after completion of works to the
Engineer.
iii. If any false declaration regarding local content is found, the company shall be debarred
for a period of three years from participating in tenders of all metro rail companies.
iv. Supplier/bidder shall give the details of the local content in a format attached as
Appendix-28 and Appendix-29 of FOT duly filled to be uploaded along with the technical
bid. In case, bidder do not upload Appendix-28 and Appendix-29 of FOT duly filled along
with their technical bid, supplier/bidder shall be considered as ‘Non-local supplier’ and will
not be eligible to participate for estimated value of purchases up to Rs. 200 crores except
Page 10 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
Global tender enquiries in terms of Clause 3(b) of Order No. P-45021/2/2017-PP(BE-II) dated
04.06.2020 issued by Department for Promotion of Industry and Internal Trade (DPIIT)
e) Complaints relating to implementation of Purchase Preference
Fees for such complaints shall be Rs. 2 Lakh or 1% of the value of the local item being
procured (subject to maximum of Rs. 5 Lakh), whichever is higher. In case the complaint is
found to be incorrect, the complaint fee shall be forfeited. In case, the complaint is upheld
and found to be substantially correct, deposited fee of the complainant would be
refunded without any interest.
Any bidder from a country which shares a land border with India will be eligible to bid only
in JV/ Consortium if the bidder is registered with the Competent Authority. The Competent
Authority for registration will be the Registration Committee constituted by the Department
for Promotion of Industry and Internal trade (DPIIT). Political & Security clearance from the
Ministries of External and Home Affairs respectively will be mandatory. However above
condition shall not apply to bidders from those countries (even if sharing a land border with
India) to which the Government of India has extended lines of credit or in which the
Government of India is engaged in development projects. Updated lists of countries to
which lines of credit have been extended or in which development projects are
undertaken are given in the website of the Ministry of External Affairs.
“The successful bidder shall not be allowed to sub-contract works to any contractor from
a country which shares a land border with India unless such contractor is registered with
the Competent Authority”.
Certificate of Compliance
An undertaking shall be taken from bidders as per Appendix-30 of FOT, certifying
that the bidders fulfil all the requirements contained in the aforesaid clause.
Definitions pertaining to “Restriction of Bidders from Countries sharing Land Borders with India”
Clause
"Bidder" (including the term 'tenderer', 'consultant' 'vendor' or 'service provider' in certain contexts)
means any person or firm or company, including any member of a consortium or joint venture
(that is an association of several persons, or firms or companies), every artificial juridical person not
falling in any of the descriptions of bidders stated herein before, including any agency, branch or
office controlled by such person, participating in a procurement process.
"Bidder from a country which shares a land border with India" means:
(i) In case of a company or Limited Liability Partnership, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical person(s),
has a controlling ownership interest or who exercises control through other means.
Page 11 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
Explanation -
a. "Controlling ownership interest “means ownership of, or entitlement to, more than twenty-five
per cent of shares or capital or profits of the company.
b. "Control “shall include the right to appoint the majority of the directors or to control the
management or policy decisions, including by virtue of their shareholding or management
rights or shareholders agreements or voting agreements;
(ii) In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting
alone or together, or through one or more juridical person, has ownership of entitlement to
more than fifteen percent of capital or profits of the partnership;
(iii) In case of an unincorporated association or body of individuals, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more juridical
person, has ownership of or entitlement to more than fifteen percent of the property or capital
or profits of such association or body of individuals;
(iv) Where no natural person is identified under (i) or (ii) or (iii) above, the beneficial owner is the
relevant natural person who holds the position of senior managing official;
(v) In case of a trust, the identification of beneficial owner(s) shall include identification of the
author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the
trust and any other natural person exercising ultimate effective control over the trust through
a chain of control or ownership.
"Agent “is a person employed to do any act for another, or to represent another in dealings with
third persons.
(i) At least one “similar work” * of value of Rs. 27.22 crores or more.
OR
(ii) Two “similar works” *each of value of Rs. 17.01 crores or more.
OR
(iii) Three “similar works” *each of value of Rs.13.61 crores or more.
or
Page 12 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
e) Supply and Installation of Jumper cables and connectors for providing the
train lines across the train.
f) Supply and installation of Mobile charging facility.
Or
If the tenderer is a JV/Consortium having foreign partner(s) and above work(s) have
been executed by the foreign partner of JV and the work(s) were done in the country
of the foreign partner, then in addition to this the foreign partner must have executed
works (which need not be similar in nature) of total put together of value INR 13.61
Crore or more outside the country of the foreign partner.
Notes:
a) Work experience of only substantial partner (partner with share of 26% or more in the JV/
Consortium) shall be considered for evaluating of JV/ Consortium.
b) Substantial completion shall be 80% (value wise) or more works completed under the
contract based on original scope of work/ revised scope of work, whichever is less.
c) The tenderer shall submit details of works executed by them in the Proforma of Appendix-
17 & 17A of FOT for the works to be considered for qualification of work experience criteria.
Documentary proof such as completion certificate/substantial completion certificate from
client clearly indicating the nature/scope of work, actual completion cost/ value of
actually executed works and actual date of completion (in case of completed works) for
such work should be submitted. The offers submitted without this documentary proof shall
not be evaluated. In case the work is executed for private client, copy of work order, bill
of quantities, bill wise details of payment received certified by C.A., T.D.S certificates for all
payments received and copy of final/last bill paid by client shall be submitted.
Any certification or document required to be provided by CA, must contain UDIN thereon
and the particulars of certifications must be same as mentioned on
document/certification and submitted to ICAI on its website which can be verified online.
d) In case of any composite work (work involving other than similar work also), value of
successfully completed or substantially completed portion of similar work up to last day of
the month previous to the month of tender submission shall be considered for qualification
of work experience Criteria.
e) For completed works, value of work done shall be updated to the last day of the month
previous to the month of tender submission price level assuming 5% inflation for Indian
Rupees every year and 2% for foreign currency portions per year. The exchange rate of
foreign currency shall be applicable 28 days before the submission date of tender.
f) In case of joint venture/ Consortium, full value of the work, if done by the same joint venture
shall be considered. However, if the qualifying work(s) were done by them in
JV/Consortium having different constituents, then the value of work as per their
percentage participation in such JV/Consortium shall be considered.
g) If the above work(s) comprise of works other than “similar work” also, then client’s
certificate clearly indicating the amount of “similar work” shall be furnished by the
tenderer.
h) Only work experience certificate having stamp of Name and Designation of officer along
with the name of client shall be considered for evaluation. However, if any work
experience certificate has been issued prior to 01.07.2019, same shall be considered for
evaluation even if it is not stamped.
Page 13 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
i) After opening of financial bids, the work experience credentials (work experience
certificate along with other documents if any) of L-1 bidder shall be sent for verification
and certification to the concerned clients(s). In case of any concealment or
misrepresentation of facts, appropriate action(s) in accordance with tender conditions
and “Suspension/Banning Policy, August 2019” of DMRC shall be taken. The copy of
“Suspension/Banning Policy, August 2019” of DMRC can be downloaded from tender
section of DMRC website i.e. www.delhimetrorail.com.
B Financial Standing: The tenderers will be qualified only if they have minimum financial
capabilities as below :-
(i) T1-Liquidity: It is necessary that the firm can withstand cash flow that the contract will
require until payments received from the Employer. Liquidity therefore becomes an
important consideration.
This shall be seen from the last audited balance sheets and/or from the banking reference.
Net current assets and/or documents including banking reference (as per proforma given
in Appendix-23 of Form of Tender), should show that the applicant has access to or has
available liquid assets, lines of credit and other financial means to meet cash flow Rs.4.86
Crore for this contract, net of applicant’s commitments for other contracts. Banking
reference should contain in clear terms the amount that bank will be in a position to lend
for this work to the applicant/member of the Joint Venture/Consortium. In case the Net
Current Assets (as seen from the Balance Sheets) are negative, only the Banking references
will be considered. Otherwise the aggregate of the Net Current Assets and submitted
Banking references will be considered for working out the Liquidity.
The banking reference should be from a Scheduled Bank in India and it should not be more
than 3 months old as on date of submission of bids.
Banking reference should be on the letter head of the bank.
In Case of JV- Requirement of liquidity is to be distributed between members as per their
percentage participation and every member should satisfy the minimum requirement.
Example: Let member-1 has percentage participation =M and member-2 has percentage
participation = N.
If minimum liquidity required is ‘W’ then liquidity of member-1≥ WM/100 and liquidity of
member-2 ≥ WN/100
(iv) T3-Net Worth: Net Worth of tenderer during last audited financial year should be ≥Rs. 6.80
Crore.
In case of JV- Net worth will be based on the percentage participation of each Member.
Example: Let Member-1 has percentage participation = M and Member-2 has = N. Let the
Net worth of Member-1 is ‘A’ and that of Member-2 is ‘B’, then the Net worth of JV will be
= (AM+BN)/100.
(v) T4- Annual Turnover: The average annual turnover of the tenderer during last five audited
financial years should be ≥Rs. 27.22 Crore.
The averages annual turnover of JV/consortium will be based on percentage participation
of each member.
Example: Let member1 has percentage participation = M and Member 2 has percentage
= N, Let the averages annual turnover of member 1 is A and that of member 2 is B, then
average annual turnover of JV will be = AM+BN
100
Notes:
Page 14 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
(i) Financial data for last five audited financial years has to be submitted by the tenderer in
Appendix-18 of FOT along with audited balance sheets. The financial data in the
prescribed format shall be certified by Chartered Accountant with his stamp and signature
in original with membership number and firm registration number. In case audited balance
sheet of the last financial year is not made available by the bidder, he has to submit an
affidavit (As per format provided in Appendix-18A to Form of Tender {FOT}) certified by
Charted Accountant that ‘the balance sheet has actually not been audited so far’. In such
a case the financial data of previous ‘4’ audited financial years will be taken into
consideration for evaluation. If audited balance sheet of any year other than the last year
is not submitted, the tender may be considered as non-responsive.
However, the tenderer including all substantial members of JV / Consortium should have
been incorporated more than three years earlier from the last day of the previous month
of tender submission. In this case, for such tenderer, the average annual turnover shall be
arrived considering ‘nil' turnover for the financial year(s) for which tenderer was not able to
submit audited balance sheet on account of non- incorporation of tenderer. Such data
shall be divided by 5 to work out the average annual turnover. In case balance sheet of
the last year has not been audited so far, then data shall be divided by 4 to work out the
average annual turnover.
(ii) Any certification or document required to be provided by CA, must contain UDIN thereon
and the particulars of certifications must be same as mentioned on document/certification
and submitted to ICAI on its website which can be verified online.
(iii) Where a work is undertaken by a group, only that portion of the contract which is
undertaken by the concerned applicant/member should be indicated and the remaining
done by the other members of the group be excluded. This is to be substantiated with
documentary evidence
Bid Capacity: The tenderers will be qualified only if their available bid capacity is more
than the approximate cost of work as per NIT. Available bid capacity will be calculated
based on the following formula:
Page 15 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
Value of existing commitments for on-going works during period of 36 months w.e.f. from
the first day of the month of tender submission has to be uploaded by the tenderer in
Appendix- 16 of Form of Tender. These data shall be certified by the Chartered
Accountant with his stamp and signature in original with membership number. All the
documents or certifications which are provided by CA after 1st July, 2019, must contain
UDIN thereon and the particulars of certifications must be same as mentioned on
document/certification and submitted to ICAI on its website which can be verified online
on https://udin.org/search-udin
In the case of a group, the above formula will be applied to each member to the extent
of his proposed participation in the execution of the work. If the proposed % is not
provided, equal participation will be assumed.
Example for calculation of bid capacity in case of JV / Group Suppose there are ‘P’ and
‘Q’ members of the JV / group with their participation in the JV/ group as 70% and 30%
respectively and available bid capacity of these members as per above formula
individually works out ‘X’ and ‘Y’ respectively, then Bid Capacity of JV / group shall be as
under:
Bid Capacity of the JV / group = 0.7X + 0.3Y
1.1.3.4 The tender submission of Tenderers, who do not qualify the minimum eligibility criteria & bid
capacity criteria stipulated in the clauses 1.1.3.2 to 1.1.3.3 above, shall not be considered
for further evaluation and therefore rejected. The mere fact that the tenderer is qualified
as mentioned in sub clause 1.1.3.2 to 1.1.3.3 shall not imply that his bid shall automatically
be accepted. The same should contain all technical data as required for consideration of
tender prescribed in the ITT.
1.1.5 Deleted
1.1.6 The Tenderers may obtain further information/ clarification, if any, in respect of these
tender documents from the office of Sr.GM/Contracts, Delhi Metro Rail Corporation,
5thFloor, A-Wing, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi –
110001.
1.1.7 All Tenderers are hereby cautioned that tenders containing any material deviation or
reservations as described in Clause E 4.4 of “Instructions to Tenderers” and/or minor
deviation without quoting the cost of withdrawal shall be considered as non-responsive
and is liable to be rejected.
Page 16 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
portal shall be required to get registered beforehand. After registration, the tenderer
will get user id and password. On login, tenderer can participate in tendering process
and can witness various activities of the process.
1.1.9 The authorized signatory of intending tenderer, as per Power of Attorney (POA), must have
valid class-II or class-III digital signature. The tender document can only be downloaded
from e-tendering portal using class-II or class-III digital signature. However, the tenderer
shall upload their tender on https://eprocure.gov.in/eprocure/app using class-II or class-III
digital signature of the authorized signatory only.
1.1.11 Submission of Tenders shall be closed on e-tendering website of DMRC at the date & time
of submission prescribed in NIT after which no tender can be uploaded.
It shall be the responsibility of the bidder / tenderer to ensure that his tender is uploaded
online on e-tendering website https://eprocure.gov.in/eprocure/app before the deadline
of submission. DMRC will not be responsible for non-receipt of tender documents due to
any delay and/or loss etc.
1.1.12 Tenders shall be valid for a period of 120 days (both days inclusive i.e. the date of
submission of tenders and the last date of period of validity of the tender) from the latest
Date of Submission of Tender and shall be accompanied with a tender security of the
requisite amount as per clause C18 of ITT.
1.1.13 DMRC 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 DMRC for
rejection of his proposal.
1.1.15 The Letter of Acceptance to the successful bidder shall be uploaded on procurement
portal which can be downloaded by the successful bidder.
1.1.16 For any complaint tenderer may contact CVO, DMRC at 1 st floor A-wing, Metro Bhawan,
Fire Brigade Lane, Barakhamba Road, New Delhi -110001, Tel: 011-23418406,
Email: [email protected].
Page 17 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, Organization
Name, Location, Date, Value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as Organization
Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender
published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective ‘My
Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-
mail in case there is any corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document
before submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be uploaded as indicated in
the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG
formats. Bid documents may be scanned with 100 dpi with black and white option which
helps in reducing size of the scanned document.
Page 18 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
4) To avoid the time and effort required in uploading the same set of standard documents
which are required to be uploaded as a part of every bid, a provision of uploading such
standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has
been provided to the bidders. Bidders can use “My Space” or ‘’Other Important
Documents’’ area available to them to upload such documents. These documents may be
directly submitted from the “My Space” area while submitting a bid, and need not be
uploaded again and again. This will lead to a reduction in the time required for bid
submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Tender fee / Tender document cost: Bidder has to select the instrument type & enter the details
of transaction of payment of tender fee / tender document cost done by RTGS / NEFT / IMPS
as applicable and upload copy of transaction receipt (indicating UTR No.) as documentary
proof for payment for further details tenderer may refer clause C18.1 of ITT
4) Tender Security / Earnest Money Deposit (EMD): Bidder should submit the EMD/Tender Security
as per the instructions specified in C18.3 of ITT in the tender document.
5) Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. If the price bid has been given as a
standard BOQ format with the tender document, then the same is to be downloaded and to
be filled by all the bidders. Bidders are required to download the BOQ file, open it and
complete the blue coloured (unprotected) cells with their respective financial quotes and
other details (such as name of the bidder). No other cells should be changed. Once the
details have been completed, the bidder should save it and submit it online, without
changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be
rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening
of bids etc. The bidders should follow this time during bid submission.
7) All the documents being uploaded by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done. Any bid document that is uploaded to the server is
subjected to symmetric encryption using a system generated symmetric key. Further this key
is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the
uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission”
in the portal), the portal will give a successful bid submission message & a bid summary will
be displayed with the bid no. and the date & time of submission of the bid with all other
relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
Page 19 of 19
CONTRACT NO: DMRC/RSW/NJFD/143: Retrofit Work in RS-1 Trains of DMRC.
NOTICE INVITING TENDER
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the relevant
contact person indicated in the tender.
Any queries relating to the process of online bid submission or queries relating to CPP
Portal in general may be directed to the 24x7 CPP Portal Helpdesk.
For any Technical queries related to Operation of the Central Public Procurement Portal
Contact at:
Mobile Numbers: 91 7878007972, 91 7878007973, 91 7574889871, 91 7574889874, 91
8826246593 Tel: The 24 x 7 Toll Free Telephonic Help Desk Number 1800 3070 2232. Other
Tel: 0120-42001062, 0120-4001002, 0120-4001005. 0120-6277787 E-Mail: [email protected]
Page 20 of 19