( (

CORRIGENDUM.I!

Name of work: RFP for Empanelment as General Consultant (GCl for various Projects of Maha-Metro

Tender no ( Ma ha-Metro) : Ml/Consul -O3l 2OL9

S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

1. Page 6 - Copy of client certificate in support of the details It is very difficult to get this information from The client certificate supporting the project Letter of like consultancy cost and scope of work, nature of the client in such a short notice specially for wise consultancy fees received can be lnvitation work for the above consultancy contract should clients located overseas. Hence, we request submitted by the bidder post award of Point 5.2 also be given for all such eligible project separately (c) MAHA-Metro to accept a copy of the JV contract, if not available at the time of agreement between the consortium submission of RFP. However, if the credentials members used by the bidder are found to be false then the contract, if awarded, will be terminated and Performance Bank Guarantee amount will be forfeited by Maha-Metro. Maha-Metro also reserves the right to proceed with the tender process further duly ignoring defaulting Consu lta nt.

2. Page 6 - The applicant/consortium has to explain the As per company policy we are unable to The clause stands modified as Letter of capability of in-house experts for all the four disclose the actual salary drawn by the lnvitation " The applicant/consortium has to explain the services namely civil, traction, rolling stock and experts. Please modify this clause Point 5.2 capability of in-house experts for all the four systems for a considerable period in their company. accordingly (d) services namely civil, traction, rolling stock and Also, the statutory auditor and CS has to certify systems for a considerable period in their duration of the employment and their name must company. Also, the statutory auditor and CS be mentioned in the last roll list along with the has to certify duration of the employment and details of salary with drawn by them their name must be mentioned in the last roll list"

J\h.- 1. S. No Clause No. As given in Empanelment Document Suggestions/Cla rif ications Reply

3 Page 8 - The bid guarantee in the form of bank guarantee, This may kindly be reduced to INR 5 Million RFP condition prevails Letter of as per the procedure given in e-tender portal of lnvitation MAHA-METRO under section recent online tenders Point 7.2 - for INR 15 million pout of which INR 12 million in Bid the form of unconditional and irrevocable bank Guarantee guarantee issued by the a scheduled commercial bank in lndia, on behalf of the bidder and remaining INR 3 million to be paid online in the e-tender portal of MAHA-METRO

4. Page 8 - The key staff for the assignment will be evaluated Bidders are required to submit RFP condition prevails. Letter of with respect to CVs for all positions K1 to K5 and approximately 400 CVs which is impossible lnvitation bidders are required to submit all CVs in such a short notice. We request CVs for K1 Point 8.1.1 and K2 only to be submitted. (A) Technical Proposal 5 Page 10 - t. Position No.10 Senior Environmental expert 1,. ln their qualification - please allow non- RFP condition prevails. Letter of 2. Position No.26 Sr Quality Assurance Expert engineering graduates also lnvitation (Systems) 2. This position should be at K1 level. Point 8.4 Expert of this experience are very few in (A) the market and also expensive

6 Page 9 - Criterion/Marks Table This clause is set with relative marking and RFP condition prevails Letter of hence only one consultant/consortium can Sr, No. lll General Consultancy Metro Turn over lnvitation - score full marks. We request specific for last 5 years Point 8.1.2 turnover amount to be provided so that any Technical consultant scoring above this may score full -eO net Proposal marks Table

2 JW ) ) ( (

S. No Clause No. As given in Empanelment Document Su ggestions/Cla rifications Reply

7 Page 10 - Qualification and experience of key experts (K1 and ln there is an underground section. In We confirm "POOL OF EXPERTS" is not the part Letter of K2) and POOL OF EXPERTS the list of Key Experts, Tunnel expert is of this RFP document. lnvitation missing. We feelthis is important and should be added. Point 8.4 A)

8. Page 10 - Qualification and experience of key experts (K1 and We request MAHA-Metro to bifurcate the We confirm "POOL OF EXPERTS" is not the part Letter of K2) and POOL OF EXPERTS staff requirement based on Projects i.e. of this RFP document. lnvitation separate for Pune and Nagpur.

Point 8.4 A)

9. Page 15 - Table for K3, K4 and K5 positions Clarity is needed on the number of K3 staff We confirm that the total number of K3 staffs Letter of needed. Table on page 15 states 60 staff is 57. lnvitation whereas the table above with K1 and K2 requirement consist of 7 Nos of K3 staff. Point 8.4 A) Please clarify if the total requirement of K3 is 50 or 67?

10. Page 16 - Qualification for K5 position is Engineering Please allow diploma holders for K5 position RFP condition prevails. Letter of Graduate lnvitation

Point 8.4 A)

1.1.. Page 16 No altering of CVs proposed in RFP for a particular 20 CVs for which level (K1, K2, etc) may We clarify that change of 20 CV's for K1 to K4 Notes position will be allowed during the deployment please be clarified. and 20 CV's for K5 position is allowed with total stage. Change of 20 CVs initially proposed in RFP penalty limited toO.t% of agreement value. For Point 4 will lead to a penalty of O.L% of agreement value. change beyond 25 CV's of K1 to K4 & 25 CV's

F=d ac) /\u.^ 3 ilIAGPUR }JiETRO S. No Clause No. As given in Empanelment Document Su ggestions/Cla rif ications Reply

For change more than 25 CVs will lead the GC for K5 position, Maha-Metro may terminate contract liable for termination of contact the GC contract.

1.2. Page 16 More weightage of marks in CVs will be given if the The staff requirement for this assignment RFP condition prevails Notes proposed experts has been working in the requires us to recruit experts from outside organisation for more than 5 years and for metro the company since there are more than 200 Point 7 reievant experience positions. This clause will restrict us from scoring full marks and hence we request you to please delete this clause

13. Page 22 - There will be relative grading for all the above We request relative marking to be changed RFP condition prevails Letter of technical criteria mentioned above wherein to absolute grading system for healthy lnvitation: maximum marks will be given to the highest scorer competition. Moreover, Pre-qualification Note to and the other bidders will be given marks in was already done during the Empanelment bidders proportion to their scores stage and now all the consultants are at par point (iv) as per their respectively categories. We ... ? request technical evaluation should be done as per CVs and A&M only and not on compa nies' experience.

74 Page 17 The performance guarantee will be 10 % of the One page 151 of GCC Point 3.11.1. States the We confirm that the performance guarantee contract value for the GC performance guarantee will be 5% of the will be t0 % of the contract value for the GC. Point 11. contract value - Please clarify Performanc e

G uara ntee

15. Page L7 The duration of this project shall be 3 years Page 124 Technical proposal clause 16.15.1 We confirm that the duration of this project Work schedule - GC services are required to shall be 3 years. Point 15

4 ) ) ( (

S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

Time of be rendered for a period of at least 4 years - completion Please confirm the exact duration

16. Page 19 Its shall be the responsibility of the bidder to ensure On page 4 the submission date mentioned is We confirm that the bid submission date shall that his technical and financial proposal along with 17101.12020. Please clarify the submission be 27 /otl2O2o. Point 22 the bid guarantee are submitted on the main portal date on or before 24/07/2020

L7 General Su bm ission dare: L7 I lLl 2020 We request the client to extend the Refer reply at Sr. No 16 above submission date by at least 3 weeks form the date of response to the queries

1_8. Cl. No. 1.2 Last date of submission of RFP online on the e It is Request to Confirm the Bid Submission Refer reply at Sr. No LG above and 22, Pg. tender portal of Maha-Metro is 16.00 hours (lST) on date. Considering the various No. 4 and l7lOt/2020 as per Clause !.2, whereas it is documentation required as per RFP, we 19 of LOI 2410L/2020 as per clause 22 would request to extend the bid submission date by 30 days effective from the date of receipt of reply to Prebid queries.

19. LOt: Maximum of two shortlisted entities (Single We request for an amendment in the The clause stands amended as C|.2.1(Pe.s) EntitylV) from the empaneled consultants are referred clause as "Maximum of two "Maximum of two shortlisted entities (Single permitted to form a new consortium. However, the shortlisted entities (Single EntitylV) from total number of individual consultants in the the empaneled consultants are permitted to Entity/JV) from the empaneled consultants are permitted JV/Consortium so formed should not be more than form a new consortium. However, the total to form a new consortium. However, four. number of individual consultants in the the total number of individual consultants in JV/Consortium so formed should not be the JV/Consortium so formed should not be more than six." more than four. However, Maha-Metro reserves right to permit, post award of consultancy contract, an additional member tL 6u- 5 S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

subjected to having credentials of GC in Metro in lndia"

20. Cl. No. 5.2 The Applicant/Consortium has to explain the ln general, submitting of the salary details Refer reply at Sr. No 2 above. (d), capability of in-house experts for all the four and proofs ofthe proposed personnel in the services namely Civil, Traction, Rolling stock and bidding stage is neither in practice nor the Pg. No. 5 of Systems for a considerable period in their company. clients insist. Whereas ln specific cases the LOI Also, the statutory auditor and CS has to certify salary details will be provided only by the duration of employment and their name must be successful bidder as per clients request mentioned in the last roll list along with the details during signing of Contract. Hence lt is of salary withdrawn by them. requested to modify this clause accordingly.

21. Cl. No. 6 Cl. No. 6: Financial Proposal (Para 3) It is understood that Payments will be made We confirm that the payment will be made and 6.3, Pg in both Foreign Currency stated and lNR. strictly in lndian Rupees only. All costs of ...... expenses clearly. No. 7 and Kindly Confirm The contract price will be payable in lndian Rupees. 156 of LOI and GCC Cl. No. 6.3: Currencv of Pavment

a) Foreign currency payments shall be made in U.S. Dollars/UK Pounds/ Euros/ Japanese Yen only and local currency payments shall be made in lndian Rupee. b) The SCC shall specify which items of remuneration and reimbursable expenditure shall be paid, respectively, in foreign and in local currency.

22. Cl. No. 7.2, The bid guarantee in the form of Bank Guarantee, The bid guarantee amount INR 15 million RFP condition prevails. as per the procedure given in e-tender portal of appears to be on higher side considering the Pg. No. 8 of MAHA-M ETRO https//:mahametrorail.etenders.in similar kind of projects in lndia. Hence, we LOt under section recent online Tenders for INR 15

C .) J@- 6 ) ) ( (

S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

million (Rs. Fifteen million) out of which INR 12 request Maha Metro to examine and arrive million in the form of unconditional and irrevocable a reasonable Bid guarantee Amount. Bank Guarantee issued by a Scheduled Commercial Bank in lndia or a foreign Commercial bank with a Also, it is requested to accept the entire bid branch in lndia, on behalf of the bidder and guarantee amount in the form of Bank remaining INR 3 million to be paid online by Debit guarantee. Card/Credit Card/NEFT/RTGS in the e-tender portal of Maha-Metro.

23. LOt: Overall Maximu We believe that all the financial documents RFP condition prevails. Sr. c|.8.1.2 Criterion Weight m Marks have been reviewed in evaluation for No (Pe.s) aee(%l empanelment. ln this regard, we request to I Work plan and 7s% L500 attribute more weightage for Qualification Methodology and Experience of proposed personnel and adopted/to be adopted Financial proposal instead of Firm/V il Qualifications, 30% 3000 turnover as indicated in Sr.no. lll in referred experience and clause for fair competition among the competence of the Key bidders. Staff to be deployed for

the Assignment OR III General Consultancy Metro turnover for It is requested to give combined weightage last 5 yrs uptill without bifurcation based on the Turnover

31./03/zOLe received from I ndi a n/l nte rnationa I Projects. lll(i) Turnover from 2A% 2000 Keeping in view to have a fair competition General Consultancy among the empanelled consultants. Contract of Metro rail Splitting weightage will result in undue project for last 5 yrs advantage to 1 to 2 firms among the uptill 3L/03/2o19 empanelled consultants. performed in lndia. ln case of JV, weighted o a-1'r- a e ,L- 7 S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

average will be Also Please provide the ceiling amount of considered. Turnover to score full marks.

lll(ii) Turnover from 5% 500 General Consultancy Contract of Metro rail project for last 5 yrs uptill 31.10312019 performed globally outside lndia. ln case of JV, weighted average will be considered.

I Explanation of GC as a 10% t whole with experts in 0 all four services namely 0 Civil, Traction, Rolling 0 Stock and Systems supported by TOTAI 80% 8 0 0 0

24. LOI:C|.8.4 Qualification and Experience of Key Experts whose a. We understand that K1, K2 and K3 are RFP condition prevails (A) (Pg. 10) CV's are evaluated for bidding tabled in Cl. 8.4 (A). May please confirm the category of positions in Sl. No. 4 & 7 in the table. b. May please confirm the qualification of Chief Safety Expert (Sl. No. 9). c. We believe that Sl. No. 21, 24,25,26 are inclusive of Cl. 8.a(A) are inclusive of 60 ,="4*eb

-t 8 J.L- "14, ) ) ( (

S. No Clause No. As given in Empanelment Document Suggestions/CIarif ications Reply

staff in K3 staff category (Pe.L5). May please confirm. d. Also, it is understood that for all the positions, graduation is required. May please confirm whether a person with a Post-graduation/M.Tech be considered an additional 2 years of work experience. e. Total of maximum mark in the referred clause is more than 3000 as mentioned in Cl. 8.12 (Sr. No. ll).

25. LOI:C|.8.4 Qualification and Experience The stipulated Qualification and Experience RFP condition prevails. (A) (Pe. 10) criteria for the proposed team may please 1,. Project Director (K1) - 20+ years in railway or be modified as follows. railway related industry, out of which minimum L0 years in Metro/MRTS. Shall have worked in t. Project Director (K1) - lQ+ years in atleast 1 metro project. railway or railway related industry, out years in 2. Deputy Project Director (K1) - L5+ years in of which minimum 5 railway or railway related industries, out of Metro/MRTS. Shall have worked in project. which minimum 5 years in Metro/MRTS. Shall atleast 1 metro have worked in atleast L metro project. 2. Deputy Project Director (K1) - 15+ years 3. Chief Contracts Expert (K1) - 18+ years in in railway or railway related industries, Contract management. Out of which minimum out of which minimum 3 years in L0 years must be in railway or railway related Metro/MRTS. Shall have worked in project. industry. atleast l- metro (K1) - years 4. Chief Financial Advisor (K1) - L8+ years in 3. Chief Contracts Expert 15+ railway or railway related industry or PSU or in Contract management. Out of which years large infra project with turn over 500Cr minimum 5 must be in railway or (Preference to Metro or Railway experience). railway related industry. 5. Project Manager/System (System lntegration) - ffi"\

9

J,L ,IAGP ETRO S. No Clause No As given in Empanelment Document Suggestions/Cla rif ications Reply

20+ years in railway industry. Shall have 4. Chief Financial Advisor (K1) - 15+ years experience of system integration in atleast one in railway or railway related industry or metro project. PSU or large infra projects (Preference to Metro or Railway experience). 5. Project Manager/System (System 6. Chief Structures expert - Elevated (K1)- 15+ lntegration) - 15+ years railway years in design field, Shall have experience of in industry. Shall have experience of design of railway/ Metro Viaduct with atleast system integration atleast one in metro project in one metro project. 7. Chief Track Expert (K1)- L8+ years in railway industry. Shall have experience of design and execution of track works in atleast one metro 6. Chief Structures expert - Elevated (K1)- project. 15+ years in design field. Shall have experience of design of railway/ Metro 8. Chief Traction distribution, SCADA and MIMIC Viaduct with atleast one metro Panel lntegration Expert - 18+ years in railway in project or railway industry. Shall have experience of design of AC traction system in atleast one 7. Chief Track Expert (K1)- 15+ years in metro project. railway industry. Shall have experience of design and execution of track works 9. Chief Quality Assurance Expert (K1) - Minimum in atleast one metro project. experience of 20+ years in project of similar nature in government IPSUI Corporation or 8. Chief Traction distribution, SCADA and major infrastructure works in Quality Assurance MIMIC Panel lntegration Expert - 15+ years in railway or railway industry. 10. Chief Safety Expert (K1) - Minimum experience Shall have experience of design of AC of 20+ years in projects of similar nature in traction system in atleast one metro government/PSU/Corporation or major project. infrastructure project including safety monitoring, in atleast one metro project. 9. Chief Quality Assurance Expert (K1) - Minimum experience of 15+ years in 11. Senior Environmental Expert (K2) - 15+ years in project of similar nature in projects of similar nature field in government IPSU I Corporation or major government /PSU/ Corporation or major ;ffi

10 v-/ Jq^ ) ) ( (

S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

infrastructure projects. infrastructure works in Quality I Assurance 12. Chief Signalling Expert (K1) - r5+ years inl railway industry. Shall have experience of 10. Chief Safety Expert (Kl) - Minimum writing Signaling procurement specifications experience of 15+ years in projects of and managing /reviewing detailed design of similar nature in CBTC Signaling in atleast one metro railway government/PSU/Corporation or major project. infrastructure project including safety monitoring, in atleast one metro 13. Chief Telecom Expert (K1) - L5+ years in railway project. industry. Shall have experience of writing Telecom system (including subsystems such as 11. Senior Environmental Expert (K2)- 10+ FOTS, PlS, PIDS, CCTV Telephone etc.) years in projects of similar nature field procurement specifications and in government IPSU/ Corporation or managing/reviewing detailed design of Telecom major infrastructure projects. System in atleast one metro railway project. 12. Chief Signalling Expert (Kl) - 15+ years 14. Senior Automatic Fare Collection Expert (K2) - in railway industry. Shall have 10+ years in railway industry. Shall have experience of writing Signaling experience of writing AFC/PSG procurement procurement specifications and specifications and managing/reviewing detailed managing /reviewing detailed design of design of AFC/PSG. CBTC Signaling in atleast one metro railway project. 15. Chief Lifts, Escalators etc. expert (K1) - LS+ years in railway industry. Shall have experience 13. Chief Telecom Expert (K1) - 15+ years in of writing lifts/ escalator procurement railway industry. Shall have experience specifications and ma naging /reviewi ng detai led of writing Telecom system (including design of lifts/ escalator in atleast one metro subsystems such as FOTS, PlS, PIDS, railway project. CCIV Telephone etc.) procurement specifications and managing/reviewing 16. Chief Depot facility Expert (M&P) (K1) - 15+ detailed design of Telecom System in years in railway industry. Shall have experience atleast one metro railway project. of detailed design of metro depots in atleast one metro railway project 14. Senior Automatic Fare Collection Expert (K2) - L0+ years in railway #HT CE K 1.1 Je- ETRi) S. No Clause No. As given in Empanelment Document Suggestions/Cla rif icatio ns Reply

17. Chief Rolling Stock Expert (K1) - 20+ years in industry. Shall have experience of railway industry. Shall have experience of writing AFC/PSG procurement writing RS procurement specifications and specifications and managing/reviewing managing/reviewing detailed design of RS in detailed design of AFC/PSG. atleast one metro railway project 15. Chief Lifts, Escalators etc. expert (Kl) - 18. Chief Operations and Maintenance Expert L5+ years in railway industry. Shall have - 20+ years in railway industry. Shall have experience of writing lifts/ escalator experience of planning of operation and procurement specifications and maintenance either in railway or metro. managing /reviewing detailed design of lifts/ escalator in atleast one metro 19. Chief Property Development Planner (K2) - railway project. 15+year experience in the relevant field. Shall have worked in the field of property 15. Chief Depot facility Expert (M&P) (K1) - development, marketing, financing of real 15+ years in railway industry. Shall have estate in MNC or large private sector. experience of detailed design of metro depots in atleast one metro railway 20. Senior BIM Expert (K1) - 1-5+ year experience in project the relevant field and should have carried out similar software programming for a major 17. Chief Rolling Stock Expert (Kl) - 15+ infrastructure work. years in railway industry. Shall have experience of writing RS procurement 21. BIM Manager (K1) - 15+ year experience in the specifications and managing/reviewing relevant field and should have carried out detailed design of RS in atleast one similar software programming for a major metro railway project infrastructure work. 18. Chief Operations and Maintenance 22. Senior Contract Expert (K3) - 15+ years in Expert (K1) - 15+ years in railway Contract management. Out of which minimum industry. Shall have experience of 10 years must be in railway or railway related planning of operation and maintenance i nd ustry. either in railway or metro. 19. Chief Property Development Planner 23. Senior Project Expert/System (System (K2) - 10+ years experience in the lntegration) (K2) - 15+ years in railway industry. relevant field. Shall have worked in the #h 12 Je- ) i/ ) ( \ (

S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

Shall have experience of system integration in field of property development, atleast one metro project. marketing, financing of real estate in MNC or large private sector. 24. Chief Resident Engineer - Elevated (K1) - 20+ years in Construction field of Railway or Railway 20. Senior BIM Expert (K1) - 15+ years of related projects. Shall have minimum 5 years of work experience and should have experience in execution of Metro carried out similar software Viad uct/Station. programming for a major infrastructure work. 25. Senior Traction, SCADA, Power Expert (K3) - 10+ years in railway industry. Shall have 21. BIM Manager (K1) - 15+ years of work experience of design of AC traction system and experience and should have carried out atleast one metro railway project or metro similar software programming for a related industry. major infrastructure work.

26. Senior lntegration Expert (K3) - 10+ years in 22. Senior Contract Expert (K3) - 7+years in railway industry. Shall have experience of design Contract management. Out of which of AC traction system in atleast one metro minimum 3 years must be in railway or railway project. railway related industry.

27. Senior Quality Assurance Expert (Systems) (K3) - Minimum experience of 20 years. Must have 23. Senior Project Expert/System (System adequate experience in inspection, quality in lntegration) (K2) - 10+ years in railway railway railway related industry or in a large or industry. Shall have experience of company. system integration in atleast one metro 28. Senior IIIumination, Lifts, Escalators etc. expert project. (K2) - 10+ years in railway industry. Shall have 24. Chief Resident Engineer - Elevated (Kl) experience of writing lifts/ escalator - 15+ years in Construction field of procurement specifications managing and Railway or Railway related projects. design lifts/ escalator. /reviewing detailed of Shall have minimum 5 years of 29. Senior Electrical Design Expert (Depot) (K2) - experience in execution of Metro 15+ years in similar railway industry. Shall have Viad uct/Station. experience in designing and execution of metro ffi C 13 * "0- hIAGf S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

depots. 25. Senior Traction, SCADA, Power Expert (K3) - 7+ years in railway industry. Shall 30. Asset lnformation and BMS Manager (K2) - 15+ have experience of design of AC traction year experience in the relevant field and should system have carried out similar software programming and atleast one metro railway project or metro related industry. for a major infrastructure work. 26. Senior lntegration Expert (K3) - years 31. K3 - 15+ years in rail related/major 7+ railway industry. have infrastructure project with minimum 6 years in Shall experience experience in relevant field. of design of AC traction system in atleast one metro railway project. 32.K4 - 10+ years in rail related/major 27. Senior Quality Assurance Expert infrastructure project with minimum 4 years (Systems) (K3) - Minimum experience experience in relevant field. of 7 years. Must have adequate K5 - 5+ years in rail related/major infrastructure experience in inspection, quality in project. railway or railway related industry or in a large company

28. Senior lllumination, Lifts, Escalators etc. expert (K2) - 1-O+ years in railway industry. Shall have experience of writing lifts/ escalator procurement specifications and managing /reviewing detailed design of lifts/ escalator. 29. Senior Electrical Design Expert (Depot) (K2) - 10+ years in similar railway industry. Shall have experience in designing and execution of metro depots. 30. Asset lnformation and BMS Manager (K2) 10+ year experience in the relevant field and should have carried ffiq, Ju"- ) fu*, ) rR( ( ( I I

S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

out similar I software programming for a major infrastructure work. 31. K3 - 7+ years in rail related/major infrastructure project with minimum 3 years experience in relevant field.

32. K4 - 5+ years in rait related/major infrastructure project with minimum 1 year experience in relevant field. K5 - 3+ years in rail related/major infrastructure project. 26 Note L (pg. CV' are to be su bm itted as pe r the position given We 16) above. The understand that CV are to be submitted deta il:s of CV' s of K3, K4 RFP condition prevails. and K5 positi on s for positions a re attached. the mentioned in categories However, there ts no ma rking for K5 K1, K2, K3, K4, position s. K5 where K5 positions are not assigned with any marks. Generally, for GC projects of this scale only key CVs shall be submitted for evaluation during the proposal stage with a summary of all the personnel proposed for the assignment. CVs for K3, K4, K5 positions shall be submitted to Client at the time of deployment for consent. May please consider for an amendment of such for this assignment. 27 Cl. No.8.4 No altering of CV,s proposed in RFp for a particular (Note4), position It is understood that th is clause will be a llowed is applicable during the deployment only for Key Experts (K1 & K2). Kindty Confirm.

Jt- 15 % NAGI Reply ggestions/Clarif ications Document Su As given in EmPanelment S. No Clause No. in RFP of 20 CV's initiallY ProPosed Pg. No. 16 stage. Change of O.I% of agreement value' of LOI will lead to a PenaltY

most of the RFP condition Prevails. given if the K1, K2 being a KeY Positions of marks in CV's will be Cl. No. 8.4 More weightage would like to field the Right 28. been working in the consultants proposed experts has Experience' This (Note7), metro Candidates with Relevant for more than 5 Years and for Pg. No.16 organization may be sourced either from lnhouse/market exPerience of of LOI relevant based on the merit. Hence the Conditions in 5 years with the firm may be removed well to order to have the right candidates as maintain fair competition among the empaneled Consulta nts'

Refer replY at Sr. No 14 above' a. Performance Bank guarantee {% of the 29 Cl. No.11.1 contract value) mentioned in of the are not uniform' ln LOI' Cl. No. be 10% referred clauses ] and Performance Guarantee will The and in GCC as 5%' 3.11.1, it is mentioned as 10% contract value for the GC' MaY Please clarifY' Pg. No.17 Guarantee that 5% stated in the GCC Cl. No. 3.11'1: Performance It is understood and 151 of will be valid. KindlY Confirm' will be 5% of the LOI and The Performance Guarantee b. lt is understood that the PBG for GC metro GCC contract value services shall be effective for projects of four corridors of both Nagpur a Prn" Metros. The scoPe and time of completion are individual for each for corridor'. Therefore, it requested with {g release of PBG in Proportions

16

) J["- ) ( (

S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

commencement of a corridor or a project in Pune/Nagpur.

30. LOI:C|.12 Advance Payment Guarantee: On successful award We believe that the advance payment will RFP condition prevails (Pe.17\ of the contract, payment of Advance up to 5% of be 5% of contract value. May please contract value shall be admissible and the selected confirm. consultant would be required to provide an Advance Payment Guarantee from an lndian Scheduled Commercial Bank or a Foreign Commercial Bank with a branch in lndia

31. Cl. No. 15 Cl. No. 15: Time of completion: It is requested to confirm the proposed Refer reply at Sr. No 15 above and duration of the project. The duration of this project shall be 3 years Cl. No. Cl. No. 16.15.L: Work Schedule: 16.15.1, Pg, No. L7 and GC services are required to be rendered for a 124 of LOI period of atleast 4 years and TP

32. Cl. No The Performance Guarantee shall be valid for one It is understood that the various projects We confirm this Consultancy is at present for 1.',J..2, year beyond the date of commissioning of the refers to "Nagpur and Pune Metro Projects" Nagpur and Pune Metro Projects. However, various Metro projects. as per RFP. positions can be operated anywhere within Pg. No. 17 Maharashtra and outside Maharashtra. of Letter of lnvitation

}&- 17 S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

33. Notes on (GC as a whole with experts in all four services A bidder may or may not attain the required RFP condition prevails. Eva luation namely Civil, Traction, Rolling Stock and Systems.): experts in all the disciplines available in Methodolo The Consortium has to explain the capability of house with a metro experience for a project gy: Criteria experts available with them for all the four services of this extent. Therefore, we request to lV (Pg. 22) namely Civil, Traction, Rolling stock and Systems for exempt the referred criteria from a considerable period in their company in house. eval uation. Also, the statutory auditor and CS has to certify duration of employment for staff and must be mentioned in the last role list along with the details of salary withdrawn by them.

34. Cl. No. 1.1, The scope of work includes but is not limited to ln Appendix-l-S, Pg.No.31 of RFP, details of These details will be shared with the successful Pg. No.85 Fixing Detailed design consultants, works and both Nagpur and Pune Metro Rail Projects Consulta nt. of procurement contract(s) including preparation of are described wherein these metro corridors Appendix - tender documents (consisting of Pre-qualification are already being developed as part of Phase il criteria, Evaluation criteria, Specifications, BOQ, t. Special Conditions, etc) and rendering any other As indicated in RFP, GC scope includes assistance to MAHA-METRO during tendering preparation of tender documents, design process and finalization of the tenders. lt also reviews etc., but it is understood that the includes the services of Project Management contractors for these projects are already in Consultants during execution of the project. place and construction activities are in progress. Also, trial runs are envisaged in some locations of corridor. For more clarity, we request you to share the corridor wise ongoing/balance works

18

,,e- $p#T ) ) ffi ( (

S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

etc., to be monitored by the proposed GC in Nagpur and Pune Projects.

35 Cl. No. 1.7, Location: Does the travel related expenses which will The Consultancy services are for Maha-Metro be reimbursed include Accommodation, projects within lndia and no reimbursement is Pg. No. 142 The Services shall be performed at neutral place Local travel, Food, Flight tickets etc., payable related to travel expenses, of decided jointly post award of tender or at such incurred during visit/stay of personnel. accommodation, local travel, food, flight Appendix-V locations as are specified by MAHA-METRO and, tickets etc. where the location of a particular task is not so Kindly Confirm specified, at such locations, whether in lndia or elsewhere, as the Employer may approve. Additional cost (including travel related expenses) incurred by consultant for performing services outside project location will be reimbursed as per actuals by MAHA-METRO.

36. Cl. No.4.4 Maximum permissible limit for change of GC Staff is It is understood that this clause is applicable Refer to reply at Sr. No 11 above (d), 10% without any reduction in Monthly only for Key Experts (K1 & K2). Kindly renumeration...... Confirm. Pg. No. 153 of GCC

37 Cl. No. Para Appendix-XI: It is requested to clarify whether Maha RFP condition prevails. (i) and Para Metro will provide Rent free Office i) With a view to help mobilization by General IV, Accommodation for the Total duration of Consultant quickly at initial stage, Provide rent- the Assignment in both the project Pg. No. 165 free air-conditioned filled office space of 1000 locations. and 205 of r-t Jh^ 19 S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

Appendix - Sq. m floor area with reasonably adequate Xl and electrical switch poi nts...... Appendix - Appendix-XVllt.3: XVIII MAHA-METRO will reimburse rent for office space of 1000 Sqm floor area for Pune and Nagpur Metro offices respectively with a limit of x Rs per sqm. Also the bidder has to quote an additional for an additional 1000 sqm area (500 sqm in two lots for any other Project office elsewhere) with an upper limit of x Rs per sqm.

38. LOI:C|.8.1.2 Overatl Maximum Sr. (Pe.e) Criterion Weight Marks No Apart from Turnover General aee (%l the from Apart from the Turnover from General Consultancy contracts of Metro rail Projects, Consultancy contracts Metro Projects, III General Consultancy of rail Metro turnover for last 5 It is requested to consider the Turnover also the Turnover also from Detailed Design, Project yrs uptill 31./0312019 from Detailed Design, Project Management Management Consultancy, Construction lll(i) Turnover from 20% 2000 Consultancy, Construction Supervision, Supervision, lndependent Engineer in Metro General Consultancy lndependent Engineer, Lender lndependent Rail Projects can be included subjected to Contract of Metro rail Engineer of both Metro rail and Railway provision of relevant documents. project for last 5 yrs uptill Projects. 31,103/2019 performed in lndia. ln case of JV, weighted average will be considered. lll(ii) Turnover from 5% 500 General Consultancy Contract of Metro rail project for last 5 yrs uptill 31./03/201.9 performed

20 lk^ ) ) ( (

S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

globally outside lndia. ln case of JV, weighted average will be considered.

39 DB 8.L Technical Proposal / Total Number of CVs to be submitted RFP condition prevails Page 8 Local Costs Page 203 Appendix-XVlll.3, Estimate of Currency As perthis para 8.1, it is mentioned that the Key Staff for the assignment will be evaluated with respect to CVs for all positions K1 to K5 and bidders are required to submit all CVs. Bidders.

Further as per Please refer Appendix- XVlll.3, Estimate of LocalCurrency Costs (page-203), it also states "For K3, K4 and K5 names need not be given".

There is discrepancy in the above and it is not clear on the total number of CVs to be submitted.

Furthermore the total marks on page 9 provided for CVs as per table, Sl. No 1L tally's upto 3000. However as per pages 10, !1., L2,'J.3,1.4,15 it may be seen that some 6mq

* .&.- o S. No Clause No As given in Empanelment Document Suggestions/Clarifications Reply

positions of K3 are also mentioned which all when summed up tallys upto 3006.

Hence we suggest CVs of these positions which are being marked may only be submitted in the proposal and the other positions maybe submitted at the time of award of bid/mobilization stage as this is the general norm and it will not be possible to submit over 400 CVs at the proposal stage.

40. Page 8 Clause 7.2 As per this clause, it is mentioned that the Refer reply at Sr. No 14 above Bid Guarantee bid guarantee in the form of Bank Guarantee, as per the procedure given in e- tender portal of MAHA-METRO https//:mahametrorail.etenders.in under section recent online Tenders for INR 15 million (Rs. Fifteen million)out of which INR 12 million in the form of unconditional and irrevocable Bank Guarantee issued by a Scheduled Commercial Bank in lndia or a foreign Commercial bank with a branch in lndia, on behalf of the bidder and remaining INR 3 million to be paid online by Debit Card/Credit Card/NEFT/RTGS in the e- tender portal of Maha-Metro.

We suggest for Bank Guarantee in the form of unconditional and irrevocable BG issued

22 &* ) a,,k ) \{ (

S. No Clause No As given in Empanelment Document Suggestions/Cla rifications Reply

by Scheduled commercial banks for the entire amount as INR 3 million is huge amount to be paid online or else the amount may be reduced to INR 3 lakhs.

41. Clause 5.2 ln house Expert As per this clause it is mentioned it is Refer reply at Sr. No 2 above (d)/paee-6 mentioned that the statutory auditor and CS has to certify duration of employment and & their name must be mentioned in the last roll list along with the details of salary Appendix- withdrawn by them. (See Appendix lll.11) lll.11lPage 136 Also at page 136 it is mentioned that the bidders need to submit list of all Experts, Name, Description, Duration, Present Posting etc. on company's Roll List duly Certified by CA.

Salary withdrawn by each proposed experts depend on several factors such as leave encashment, Performance Pay, Medical benefits, Pension contribution etc which are not reflected in the monthly salary withdrawn by Experts. lt also varies with the place of Posting and other project specific allowances especially in case of expat staff & data protection policy.

We request that the above data may be certified by HR with the details of Experts

23 Je^_ S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

Name, Description, Duration and undertaking that the experts are drawing salary from the company over one year which can be certified by CA.

This format is an acceptable format for other standard bidding RFPs.

42 Cla use Training of Personnel of MAHA-METRO As perthe clause, it is mentioned that GC will The training clause mentioned alongside 3.8/page- plan and design the training modules for stands deleted. 99 personnel of MAHA-METRO in operation, maintenance and repairs of various equipment's and plants supplied by various suppliers, at OEM's premises. GC will also plan and design training modules for these personnel in operation, maintenance and repairs of the system as a whole and will provide training to them in these areas. The training will have to be arranged before commencement of the trials and will continue up to commissioning of the system.

Please clarify on the trainings to be arranged, whether at site in lndia or abroad?

43. Clause Performance Guarantee As per this clause it is mentioned that the Refer reply at Sr. No 14 above 3.1.1..L/Pag Performance Guarantee will be 5% of the e-151 contract value. ,69H"r) I Jq-- 24 ) L ) ( (

S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

However as per clause 1.'1. of Letter of invitation (page no-17), "The performance Guarantee will be 10 % of the contract value for the GC". Please clarify this discrepancy and we suggest for 5% of the contract value as per prevailing practices for similar Metro Projects.

44. Clause Time of completion As per page 77, it is mentioned that the Refer reply at Sr. No 15 above. 1.5/Page- Duration of this project shall be 3 years. L7, As per page 124, Clause 16.15.1 (Work Page 124 Schedule), "The GC services are required to be rendered for a period of atleast 4 years".

There is discrepancy in the duration and kindly clarify the same. Further, we request the duration for DLP may be specified.

45. Page 133 Age Limit As per the format on Appendix lll.7, it is RFP condition prevails. mentioned that not more than 15% of (a+b) should be more than 60 years of age.

Kindly clarify that the age limit may be clarified for the CVs to be submitted in proposal.

25

fi.* "teil. S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

46. Clause GC Metro turnover for the last 5 years As per the clause there is 20% weightage for RFP condition prevails 8.1.2/Page turnover from GC contracts for last 5 years 9 and 5% only from GC contracts for globally outside lndia.

Such a criteria is not favorable for lnternational Consortium with major completed works for works globally.

Further also as such the Consultancy turnover included for all the works undertaken and cannot be bifurcated for such a split. Also for awarding Maximum Marks, RFP is silent about the "Turnover Criteria" from General Consultancy Contract of Metro Rail. Please clarify.

47 Clause 8.4 Qualification and Experience of Key Experts (K1 and Please clarify the qualification and Refer reply at Sr. No 7 above (A) /Page- K2) and "Pool of Experts" experience on "Pool of Experts" and since 10 there is no mention in the evaluation criteria, it may clarified whether the CVs need to be submitted.

48. Clause 8.4 Deputy Project Director (K1)- 3 Positions We request Maha-Metro to elaborate, since We confirm that Project Director shall be from (A)/Page- Note: under qualification only "Graduate in Civil or Civil discipline and Dy. Project Director shall Please Deputy 15 note that Project Director and Electrical Engineering" is mentioned. be from Electrical discipline. Project Director must be from different discipline.

26 fu- ) (-/- ) ( (

S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

We suggest under qualification "Graduate in Civil / Electrical/ Electronics & Telecommunication / Mechanical etc,."

49. Clause Pa rticula rs Approximate value for GC services underthe Bidder shall make his own assessment based 1..2/Page-4 present scope of work is not mentioned on manpower requirement indicated in the anywhere in the RFP. RFP.

Please provide

50. Page 6 and Experience Evaluation or Turnover Evaluation As per page 6 it is mentioned that a RFP condition prevails. page 9 summary of Project Wise consultancy fees received during last five years from 2Ot4-15 to 2018-19 for works of nature similarto this project i.e. Light/Medium/Heavy Metro Projects separately for Consultancy works in lndia and globally outside lndia duly certified by CA/ Statutory Auditor and signed by Authorized Signatory.

Furthermore as per the criteria for weightage allocated there is no marks for work experience and only for turnover it is mentioned.

----^I]>--

6 = 27 ,e^ * ivrETRo S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

We request that since during Empanelment all these have been submitted a specific criterion for award of marks towards either turnover or experience maybe specified so that the needful form may be submitted.

51 Clause There will be relative grading for all evaluating all This appears to be in contrast to remarks RFP condition prevails 8.4/Page- the CV's wherein maximum marks will be given to under column "Marks to be allotted based 16 the highest scorer and the other bidders will be on CV". Needs clarification. given marks in proportion to their scores.

52. Clause 4.1 Maximum permissible limit for change of GC STAFF Please clarify with respect to above referred RFP condition prevails (d)/page IS 1.O% WITHOUT ANY REDUCTION IN MONTLY clause 8.4, item 4 (@page 15) 153 REMUNERATION. This 10% limit covers replacement of GC staff on medical ground, long absentee or quitting the organization. Once 10% replacement limit is crossed a penalty in the form of reduction in monthly fee by 10% for the staff being replaced shall be applicable.

But if the personnel are required to be replaced on the instructions of the Employer (due to the reasons of performance) such staff will not be counted against the above deduction for 1O%.

53 Clause No altering of CV's proposed in RFP for a particular i) ls this applicable only to the listed 30 Refer reply to Sr. No 11 above. 8.4lPage- position will be allowed during the deployment positions of Key Experts in table under L6 stage. Change of 20 CV's initially proposed in RFP clause 8.4?. will lead to a penalty of 0.\% of agreement value. ii) What about the replacement, if For change more than 25 CV's will the General requested by client?. ,6nS6)

28 Jk.- ) ) (

S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

Consultancy contract liable for termination of iii) As per standard prevailing practices on contract. similar Metro projects, certain percentage for replacement of Key Experts say 15-20 % are permitted after that replacement penalty is imposed.

54. Page 22 Note to Bidders: Para (iii) Weightage of marks in CVs RFP condition prevails

As per this note (iii) it is mentioned that more weightage of marks in CVs will be given if the proposed experts has been working in the organization for more than 5 years.

We request this criteria may please be removed as it not giving fair selection in the evaluation as many good Experts maybe available and may be in the roll of company for less than 5 years and will result in less marks and hence request standard evaluation on basis of qualifications and experience in general may be provided rather than this current evaluation.

55. Clause 8.4 Qualification and Experience of Key Experts We suggest to include following positions; RFP condition prevails (A)/Paee- & i) Chief/Senior Survey and Alignment 15 Terms of Reference, clause 5.1 (page 1-04-105) Expert ii) Chief/Senior Architecture Expert (refer clause 5.1, item 3/page-104) iii) Chief/Senior Utility Expert (refer clause 5.1, item 1,21 paee-105) & W 29 S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

iv) Chief/Senior Geo-tech Expert (refer clause 5.1, item a /page-704) v) Chief/Senior Multimodal lntegration Expert (refer clause 1.1 of TOR/page-85 and (refer clause 5.1, item 10 & 25lpage-105)) vi) Chief Manual Expert (refer clause 3.7 of TOR/page-99)

56. 205 Appendix XVlll-3 para lV Rent for GC office As per the Para lV it is mentioned that Maha The 1000 sqm area includes 500 sqm for accommodation Metro will reimburse rent for office space of Nagpur and 500sqm for Pune. However, the 1000 Sqm floor area for Pune and Nagpur bidder has to quote for an additiona! 1000 Metro offices. sqm area which includes 500 sqm area each for two locations elsewhere.

Kindly clarify it will be separate 1000 Sqm floor area for Pune and Nagpur offices.

57 205 Para V Office Supplies, Utilities and As per this para and format there is mention RFP condition prevails Communications of the upper limit of INR 25 lakhs. However the details of supplies are not provided. lt is requested for the uniformity of bids, the details may be provided as such it is reimbursables or else this maybe removed from the format.

58. 205 Para Vl Office Equipment As per this para and format there is mention RFP condition prevails of the upper limit of INR 20 lakhs. However the details of office equipment are not provided. lt is requested for the uniformity of bids, the details may be provided as such ffiq

) (--' * METRO ( (

S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

it is reimbursables or else this maybe removed from the format..

59 4,19 1.2 Date of Submission/ As per page 4 it is mentioned that the date Refer reply at Sr. No 15 above. of submission for online submission is 17.7.2020. Extension of Time

However as per the page 19, it is mentioned that the proposals may be submitted by 24lOt/2020.

However keeping in view the amount of formats and lack of clarity of the number of CVs to be submitted, we request that minimum 4-6 weeks time may be provided after receipt of the pre-bid minutes.

60. LBG The Applicant/Consortium has to explain the The clause only specifies that the bidder has RFP condition prevails capability of in house experts for all the four to showcase the capability of in house Page-5, services namely Civil, Traction, Rolling stock and experts for all the four services, but it does clause-d Systems for a considerable period in their company. not clearly mentions that if there is any Also, the statutory auditor and CS has to certify minimum requirement of number of staff. duration of employment and their name must be Further, please specify how the marks will mentioned in the last roll list along with the details be allocated in this case and if there is any of salary withdrawn by them minimum and maximum criteria for the same.

Jk^ tu 31 S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

61. Page-8, The bid guarantee in the form of Bank Guarantee, We request you to please allow the RFP condition prevails cla use-7.2 as per the procedure given in e-tender portal of consultant to submit the entire bid MAHA-M ETRO https//:maha metrorai l.etenders.in guarantee of INR 15 million in the form of under section recent online Tenders for INR 15 Bank Guarantee million (Rs. Fifteen million) out of which INR 12 million in the form of unconditional and irrevocable Bank Guarantee issued by a Scheduled Commercial Bank in lndia or a foreign Commercial bank with a branch in lndia, on behalf of the bidder and remaining INR 3 million to be paid online by Debit Card/Credit Card/NEFT/RTGS in the e-tender portal of Maha-Metro

62. Page-8, The Key Staff for the assignment will be evaluated The number of CV's for positions K1 to K5 RFP condition prevails cla use- with respect to CVs for all positions K1 to K5 and totals to 436 numbers. Considering the 8,1.1.A bidders are required to submit all CVs. number of projects presently under progress in various cities, it will be extremely difficult to identify and nominate CV's for all 436 positions. ln addition, the deployment of various positions will be phased in accordance to the overall construction programme. Therefore committing to mobilize candidates in huge numbers for deployment that will start later during the contract duration will be a huge risk for the bidder since there will be heavy penalty on replacement. ln addition, the time available for identifying candidates against 436 positions within the limited time available is challenging.

& 32 Jq-- ) ) * W ( (

S. No Clause No As given in Empanelment Document Suggestions/Cla rifications Reply

These provisions would greatly help the currently engaged consultants in submission of bid as they can provide CVs of currently deployed experts at various levels.

We also refer to the similar Metro Rail GC RFP's which requires the bidder to submit CV's against only K1 and K2 positions while the remaining CV's are required to be submitted by the successful consultant during the project implementation phase.

We therefore request that the clause be modified as below:

a The Key Staff for the assignment will be evaluated with respect to CVs for the positions Kl to K2. The consultant has to submit the CV's of K1 and K2 position only along with the proposal. The CV's for K3, K4, K5 positions shall be submitted by the successful consultant before deployment of the staff. 63 Page-9, Sr Overa!! mum I RFP condition prevails cla use- Weighta I per page 22, note iv, and page L6, point- 8.12, l|s I Work plan and L5% 1500 d, relative grading method for all the Methodology tbchnical criteria will be used. ln case of tirltr GC RFP's issued by various Metro Rail Page-22, authorities, the system of scoring for Note General Consultancy experience mentions Je- 33 S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

ll Qualifications, 30% 3000 e minimum and maximum requirements experience and ich enables the consultant to understand Page-16, competence of e score that he can achieve vis-A-vis Note-8 the Key Staff to rious criteria's. ln this RFP, the scoring ria is graded in relation to other bidders ilt General ich renders bids of companies at a Consultancy isadvantage against the bidders who are Metro turnover organization and will therefore have a rge turnover from projects delivered lll(i) Turnover 20% 2000 lobally. from General Consultancy Contract of addition, the criteria related Metro rail to turnover ,m General Consultancy Contract of project for last 5 Metro il projects in lndia will also render bids of U iil lll(ii) Turnover 5% 500 companies experience in Metro from General ail at a disadvantage against the bidders Consultancy ho are well established in lndia Contract of Metro rail

project for last 5 a lso req uest that the Ge ne ra I yrs uptill nsrultancy Metro turnover for last 7 years pto 30 September 2Ot9 should be IV Explanation of 10% 1000 idered. GC as a whole with experts in all four services e therefore request that the scoring namely Civil, riteria for turnover be suitable modified TOTA 80% 8000 nd in addition there should be a single riteria for fees received for Metro Rail

o Irar la 34 Jw.- * ) ) tV 'IAGPUR ( ( !

S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

Page-22, Note to Bidders, point-iv projects in lndia as well as lnternationally Our suggested modification is as below: iv. There will be relative grading for all the above technical criteria mentioned above wherein Sr Over Maxi maximum marks will be given to the highest scorer all mum given and the other bidders will be marks in Work plan and Ts% 1500 proportion to their scores t\ /t a| h ael alnar r il Qualifications, 30% 3000 experience and Page 15, Note-8 ill General /^^- -" 1+^ 6 ^., There will be relative grading for all evaluating all lll(i) Turnover 2s% 2 the CV's wherein maximum marks will be given to from General 5 the highest scorer and the other bidders will be Consultancy 0 given marks in proportion to their scores Contract of 0 Metro rail project for last 7

IV Explanation of 10% 1000 GC as a whole TOTAl 80 8

Further, in case of Sr. No-1 (Work plan and Methodology) and Sr. No-4 (Explanation of GC), the marks to the consultant will be provided as per the quality of write-up provided by them.

For Sr. No-ll (Qualifications, experience and competence of the Key Staff), full marks will be allocated on meeting the qualification and >l II v 35 .&- * JRI rTRO S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

experience requirement as per page no 1"0 of the RFP.

For Sr. No-lll (i) (Turnover from General Consultancy Contract), marks will be provided as per the scoring criteria given in the table above.

For foreign currencies, the reference foreign exchange rates as on 31-10-2019 can be taken from website https://www.xe.com if not available on Reserve Bank of lndia website

https ://www. rbi. org. i n.

64 Page-10, Page-L0 The referred clause on page 10 and page 16 RFP condition prevails clause-8.4, with respect to CV scoring are contradictory Qualification and Experience of Key Experts A to each other. a Full marks on'J"OO% compliance of qualification and experience. And Page - a ln case of less experience and/or qualificotion, As per the table A, on page 10, education 16, Note-S reduced morks will be allocated by Maha- and experience requirement for all the key Metro. CV's to be submitted for evaluation staff is provided. Our understanding is that must be from a candidate who has been the CV will socre full marks if it meets the working/ worked either at an equivalent post or education and experience requirements as working/worked one rank below for atleast two specified in the table on page-1O. Therefore yea rs

t a:) a a5 36 jfu^ * ) tu ) N, METR { (

S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

the clause of relative scoring for CV's as per Note 8 on page 16 may please be deleted. Page-16

There will be relative grading for all evaluating all the CV's wherein maximum marks will be given to the highest scorer and the other bidders will be Further, as per the referred clause on page given marks in proportion to their scores 10, reduced scoring will be given for the CV's with less experience and qualification requirements than that is stipulated. We request you to provide the scoring pattern and allocation of reduced marks in such cases.

65. Page-L0 Project Director (K1) - 2 staff (54 total man Since there are two separate locations Pune RFP condition prevails and page months) and Nagpur, we request that both Project \t Directors and atleast 2 no's of Deputy Deputy Project Director (K1) - 3 staff (87 total man Project Directors should be deployed on full months) time basis. Accordingly we request you to modify the clause as below:-

a Project Director (K1) - 2 staff (72 total man months) a Deputy Project Director (K1) - 3 staff (101total man months)

66. Page-1-0, For: a For Sr. No-4 and 7, the position RFP condition prevails clause-8.4, description and the Staff Category is a Sr. No-4 - Project Manager/System (System A not specified lntegration) &-- 37 S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

o Sr. No-7 - Chief Traction distribution, SCADA a For Sr. No-2L,24,25.26 -The K3 position and MIMIC Panel lntegration Expert is mentioned whereas we understand For:- that for K3 the man-months are already specified separately on page 15 o Sr. No-2L - Senior Contract Expert (K3) a For Sr. No-9 (Chief Safety Expert, please . Sr. No-24 - Senior Traction, SCADA, Power specify the Education requirements. We Expert (K3) propose to consider Graduate in Civil/ . -Senior (K3) Sr. No-25 lntegration Expert Mechanical/ Electrical Engineering with o Sr. No-26 -Senior Assurance Expert Quality specialization in safety (such as (Systems) (K3) NEBOSH/OHSAS etc.) For:-

- Sr. No-9 Chief Safety Expert (K1) Request you to please clarify the above

67 Page-10, Project Director (K1), Deputy Project Director (K1) We request you to consider the following:- Refer reply at Sr. No 48 above cla use-8.4, o Graduate in Civil or Electrical Engineering o Electrical sr. no-l- Graduate in Civil or Engineering or Electronics Engineering

68. Page-L4, Senior I ntegration Expert We request you to consider System works RFP condition prevails cla use-8.4, with at least 1 metro project" instead of "AC and Experience sr.no-25 Qualification traction system design experience" as the o L0+ years in railway industry. Shall have same is already requested in position experience of design of AC traction system in number 24. atleast one metro railway project.

69 Page-15 Staff Category - K3 The Experience requirement for the K3 and RFP condition prevails K4 positions are on higher side. Further, the Experience Required:- requirement for K5 position is incomplete. We request you to consider our suggested modifications as below:- RAII

38

&* / NAGP ) ) ETRO t' ( (

S. No Clause No. As given in Empanelment Document Su ggestions/Cla rif ications Reply

a 15+ years in rail related/major infrastructure project with minimum 5 years experience in a positions, years rail relevant field For K3 10+ in related/major infrastructure project with minimum 4 years experience in K4 relevant field a For K4 position, 7+ years in rail Experience Required:- related/major infrastructure project a 10+ years in rail related/ma1or infrastructure with minimum 2 years experience in project with minimum 4 years experience in relevant field. relevant field a For K5 position, Graduate with minimum 3 yrs of experience or Diploma holder with minimum 5 years K5 experience in infrastructure projects Experience Required:- ln addition, we understand that relevant o 5 + years in rail related / major...... field will include Metro Rail, Light Rail, and Railway experience. Please cla rify.

70. Page-L6, Page-15, Note-4 The clause of replacement and RFP condition prevails Note-4 corresponding penalty as provided on page No CV's proposed RFP a altering of in for 153 and page 16 are contradictory to each particular position be allowed during the will other. Request you to please clarify. deployment stage. Change of 20 CV's initially And Page proposed in RFP will lead to a penalty of 0.1% 153 of agreement value. For change more than 25 ln addition, as requested in our query at CV's will the Generol Consultoncy controct sr.no. 3 above, we request submission of KL lioble for terminotion of contract. and KZ positions only along with the io RAtr proposal, and the remaining CV's are to be &- 39 S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

Page 153 submitted by the successful consultant during the project implementation stage. a Maximum permissible limit for change of GC STAFF IS LO% WITHOUT ANY REDUCTION IN MONTLY REMUNERATION. This 10% limit Further, due to number similar metro covers replacement of GC staff on medical of projects that are underway throughout the ground, long absentee or quitting the country, there is a huge scarcity of organization. Once 10% replacement limit is experienced resources. ln addition, due to crossed a penalty in the form of reduction in various projects the monthly fee by LO%for the staff being replaced ongoing and corresponding resource shortage is shall be applicable. But if the personnel are it extremely difficult to retain the staff on required to be replaced on the instructions of the project during the contract period. We the Employer (due to the reasons of request that the replacement penalty clause performance) such staff will not be counted (on medical ground, long absentee or against the above deduction for tO%. quitting the organization) may be modified as below:

a For K1 and K2 positions o No penalty for replacement up to 15 % staff o For replacement beyond 15 % to 35 %, a penalty of 5% of remuneration of key staff will be charged o For replacement beyond 35 % to 75 %, a penalty of 10% of remuneration of key staff will be charged o For replacement beyond 75 %, will lead to termination of contract or higher penalty as deemed fit by the client. a For K3, K4 positions and K5 position %l

i(G 40 /- ) ) (

S. No Clause No. As given in Empanelment Document Su ggestions/Cla rif ications Reply

o There will be no penalty for replacement of K3, K4, K5 positions and other support staff howeverthe bidder will have to replace the position with an equivalent or better candidate.

71. Page-L6, a Maha-Metro will be operating all the positions We understand that the RFP is for Nagpur RFP condition prevails Note-S, 6 namely K'J., K2, K3, K4 and K5 in a split-wise and Pune metro only and hence the manner either at Pune or Nagpur or any other proposed staff will work on stretches in place in Maharashtra or outside Maharashtra. Nagpur and Pune as mentioned in the RFP. The clause of "or any other place in Maharashtra or outside Maharashtra" may a No payment extra is entitled due to split-wise please be deleted. positions deployment being operated as stated in the point above

72. Page-16, More weightage of marks in CV's will be given if the Due to number of similar metro projects RFP condition prevails Note-7 proposed experts has been working in the that are underway throughout the country, organization for more than 5 years and for metro there is a huge scarcity of experienced relevant experience resources. Further, all these projects are long-term projects and it is not possible to propose any staffing from current ongoing projects, due to various contract conditions. Hence it is requested to delete this clause

73. Page-17 Page-17 - The duration of this project shall be 3 Please clarify the duration of the services of Refer reply at Sr. No 15 above. and Page- years GC 124

Jk- 41, S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

Page-124 - The GC services are required to be rendered for a period of atleast 4 years. This period may be extended by mutual agreement.

14. Page-133 For KL and K2 We request you to modify the clause as RFP condition prevails below:- Note: Not more than 15 % of (a +b) Should be more than 60 years of age a Not more than 25 % of (a +b) Should be more than 65 years of age

75. Page-l7, 11.2 The Performance Guarantee shall be valid for We request you to provide a specific RFP condition prevails clause-11.2 one year beyond the date of commissioning of the calendar date for date of commissioning of various Metro projects the various Metro projects.

76. Page-17 Page-17 The clauses are contradictory. Request you Refer reply at Sr. No 14 above and page to please clarify the exact % of Performance a The Performance Guarantee will be 10% of the L5',J_, Guarantee contract value for GC. lmmediately, in clause- the but any case not later than thirty days from the 3.1.1..1. date of issue of the Letter of Acceptance

Page-151

3.LL.1. The Performance Guarantee will be 5% of the contract value

77 Page-\7, Advance Payment Guarantee Please clarify how will the advance RFP condition prevails cla use-12 recovered. Will it be recovered, in equal Such advance shall be interest-free and shall be monthly instalments or shall be deducted recovered in L5 instalment starting 3 months after from raised invoices of the GC. Request you the contract. signing to please clarify ffi r I at 42 (+il ,b- ) /-'' ) NAGFUR I\I (

S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

78. Page-25, GC will review and proof check the designs of We understand that GC will not be RFP condition prevails point-7.4 Detailed Design Consultants for 'Construct only' responsible/liable for the drawings/designs contracts and proof-check the designs of of Contractor/DDC contractors for 'design and construct' basis contracts and put up to MAHA-METRO for approvals

79. Page-85 Appendix-ll, TOR From the project description, it appears that RFP condition prevails the proposed project site is partly covered by project sites of currently engaged consultants. Process of hand-overs for such stretches might have to be specified.

80. Page-143, 2.1 Effectiveness of Contract We understand that the Contract shall Commencement of Contract shall be date of cla use-2.1, come into force and be effective from the signing of contract. This Contract shall come into force and be effective clause-2.2 issue of LOA. Please clarify from the date of signing the Contract. Substantial mobilization of the professional personnel and staff as required should be completed within the first forty five days period.

Commencement of Contract

Commencement of the contract shall be from the date of issue of Letter of Acceptance.

81. Page -175, SCC 3.5 (b)- (b) Third Party liability insurance with This value of insurance is on higher side and RFP condition prevails Clause- a minimum coverage, for lNR.3 crores or is generally INR 1to 2 million. Please clarify 7.3.5-b equivalent amount in U.S. Dollars (exchange rate as on the date of issue of Letter of Acceptance) for the period of consultancy. pH*T) &* 43 S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

82 Page-16, ln case of submission of false information Maha- ln such cases, the debarment is generally 1 RFP condition prevails Note-point- Metro shall enforce all or any of the below three to 2 years. Request you to please modify 3 punitive action on its sole discretion. the clause accordingly. (ii) debar the Consultant for 10 years from participating in the bid of Maha-Metro

83. Page-158, Penalty equivalent lo 10% of the monthly billing Please clarify the date mentioned in this RFP condition prevails cla use-f rate of an expert may be recovered for the period clause. ls this the date on which the CV will of no deployment of the expert, if the expert is not be approved by the client? deployed for more than 3 months from the date for reasons other than those under the control of the Consultant, as per the agreed programme Kindly clarify.

Further, the penalty for non-deployment is high and we suggest to reduce it to 5 %.

84. Page-165 Page-165 As per page 109 and page 157, the client will RFP condition prevails and (i) With a view to help mobilization by General provide GC with rent free office space for Consultant quickly at initial stage, Provide rent- the entire duration ofthe project, but as per Page-109, free air-conditioned filled office space of 1000 Sq. page 155, we note that the rent free office clause 8.a m floor area with reasonably adequate electrical space will be provided to GC only for the switch points. All office furniture and furnishings initial stage. including chairs, tables etc. as required, office equipment including computers, Telephone instruments, etc. have to be arranged by the Also as per page 205, the GC is required to consultant. Power consumption charges and quote rates for the office space in the telephone charges are to be borne by the financial proposal. consultant. Security and housekeeping will also be provided by Consulta nts Request you to please clarify Page-109, clause 8.a

44 Jk^ ) ,-r/' ) ( (

S. No Clause No. As given in Empanelment Document Suggestions/Clarifications Reply

Provide rent-free air-conditioned office space of 1000 Sq. m floor area (500sqmt for Pune and 500 sqmt for Nagpur), with reasonably adequate electrical switch points. All office furniture and furnishings including chairs, tables etc. as required, office equipment including computers, etc., (except Telephone instruments) have to be arranged by the consultant. Power consumption charges and telephone charges are to be borne by the consultant. Security and housekeeping will also be provided by Consultants. Transport facility to the staff will be provided by the Consultants at their own cost. The space will be provided in MAHA- METRO headquarters. ln case of nonreadiness of MAHA-METRO headquarter the rent for accommodation (to be engaged by GC shall be reimbursed by MAHA-METRO)

Page 167 Cost of other local services, rentals (other than office rental), utilities, printing of documents, extra office furniture and equipment, surveys, if any, etc.

Page-205 Rent for GC's office accommodation

85. Page-175, The staff month rate (excluding fees or profit The clause only mentions escalation for US RFP condition prevails clause 9, portion) in foreign currency (U.S. Dollars) shall be dollars. Please clarify if the same escalation sub clause- escalated at the compound interest rate of 2% per will be provided for other foreign currencies 6.2 a year commencing from the date of signing of the like EURO, YEN etc. contract.

Je- P=*4 45 S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

86. Page-205, Office Supplies, Utilities and Communications & Please clarify if this upper limit referred by RFP condition prevails clause V Misc. charges you is for each category or all-inclusive. We . Upper limit = Rs 25 Lakhs. understand that this upper limit is for per month. Please clarify

87 Page-206, Office Equipment Please clarify if this upper limit referred by RFP condition prevails clause Vl o Upper limit = Rs 20 Lakhs you is for each category or all-inclusive. We understand that this upper limit is for per month. Please clarify

88 Page 25, GC will plan and arrange for training of personnel of Please provide the indicative number of RFP condition prevails cla use-7.11 MAHA-METRO deployed for operation and personnel's for whom the training has to be maintenance of various equipments and plants at arranged. Further, also please clarify if the the suppliers' premises. GC will also plan and tralning has to be given in lndia or Abroad. arrange training of the personnel in operation and maintenance of the system, as a whole. There will be no separate payment for training. The price for the same is deemed to be included in the bidder's offer.

89 Page-1,42, 1.8. Authority or Member in Charge We request that the payments shall be RFP condition prevails cla use-l-.8 ln case the Consultant consist of a joint venture of made separately to each JV member. more than one entity, the Members hereby authorize the entity specified in the SCC to act on their behalf in exercising all the Consultant's rights and obligations towards the Employer under this Contract, including without limitation the receiving of instructions and payments from the Employer.

90. Page-187 We shall, for the duration of the tender process Please clarify if there is a need for a separate RFP condition prevails and, if we are successful in our tender, for the person to be deployed for this contract. duration of the Contract, appoint and maintain in

46 (/- 1r ( (

Reply S. No Clause No As given in Empanelment Document Suggestions/Clarifications

office an officer, who shall be a person reasonably Further also clarify the duration for which he satisfactory to you and to whom you shall have full has to be available and the education and and immediate access, having the duty, and the experience requirements as well. necessary powers, to ensure compliance with this Covenant

prevails 91. Page-204, (e) ln no case the rate quoted for vehicle per month We request the client to specify approved RFP condition ln cla use-lll.e should not be greater than that of Maha-Metro. tentative rates as this would help consultant the case if it is greater than Maha-Metro then in preparing his financial. Maha-Metro will pay amount limited to the rate approved for Maha-Metro's in house purpose Please clarify

prevails 92 Page-205 Page-202 The clause in 202 and 205 contradict each RFP condition and page- other. Please clarify Office Equipment (Reimbursable) 202 Page-205

All office furniture and furnishings including chairs, tables etc. as required, office equipments including computers, telephones, internet etc., have to be arranged by the consultant which will not be reimbursed by MAHA-M ETRO

Refer reply at Sr. No 15 above. 93. Page-4 Last date of Submission is on L7lO1,/2020 We request you to provide at least 4 weeks' time for proposal preparation after reply to pre-bid queries are issued AC vehicles per month Rs 94 Page 204 Appendix XVlll-3 Duty Travel to Site a) 25 AC vehicles per month @ Rs a)(i)25 @ permonth= for Pune Permonth=- - b) 25 Non AC vehicles per month @ Rs - -

47 S. No Clause No. As given in Empanelment Document Suggestions/Cla rifications Reply

permonth=_ a)(ii)12 AC vehicles per month @ Rs _ permonth= for Nagpur

bxi)25 Non-AC vehicles per month @ Rs permonth= for Pune

bxii)l2 Non- AC vehicles per month @ Rs permonth= for Nagpur

The bidder has to provide 4 different rates based on the type of vehicle and the location.

RAIL

6 = J0r-- c./-' NAGPU ED (Procurement), Maha-Metro

48 ;) )