Reply to Pre-bid Queries for Line 10 & 12 of Metro Rail Project of MMRDA Company Name : Ayesa Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply This requirement is not relevant,and we request you to removethe same because of the following reasons: ▪No bidders will have a reserved lot of K1 and K2 experts as per the evaluation criteria. ▪Although we have several such experts working on ongoing projects including MMRDA with longterm commitments of man-months, they cannot be proposed/mobilized for this project. ▪Even as per Point No. iv), Notes to bidders, Notes on The key posts such as K1 and K2 have thirty percent of staff on the Evaluation Methodology, Page 47 of RFP, The technical personnel already engaged on Tender conditions shall prevail. 1 20.1.1, D) Page 27 Boardof the company from the last six months from the date of post of K1 and K2 and whose CVs were considered for technical evaluation in Metro For point (iv) Please refer Addendum submission of bid. Line 2B, 7, 4, 5 and 9 of successful bidders, shall not be considered for 1. technical evaluation of GC for Metro Line 10 &Metro .Therefore,this point is contradictory as MMRDA is not allowing our inhouse experts working in these projects to be proposed. Please Confirm.

Date & time of Submission of Tender online: 21/08/2020 up to 1700 We request you to kindly provide atleast 21 days’ time from the last of uploading pre- 2 1.1.2 key details, Page 8 Please refer Corrigendum 2. hrs. bid replies. Please Confirm We understand from our experience of various GC projects, this position is very difficult to deploy through local expertise. Hence, we request you to kindly consider this position for an 3 Table 1.1, Page 29 Chief consruction Planning & Montoring Expert. expatriate.IN similar GCs like Chennai Metro, Lucknow Metro, Kanpur and Agra Tender conditions shall prevail. Metro projects and Delhi-Meerut RRTS, this position has been considered for an expatriate. Please confirm.

We understand that there might a typographical error and this position should be a K1. 4 Table 1.1, Page 29 Chief track (Permanent Way) Expert (K2)- 1 nos Please refer Addendum 1 Please Confirm

We understand from our experience of various GC projects, Safety and Quality Chief Quality Assurance Expert (K1*) –28 man-months 5 Table 1.1, Page 30 Experts will be needed for the entire duration of the contract i.e.48 months. Hence, we Tender conditions shall prevail. Chief Safety Expert (K1*) –28 man-months request you to consider atleast 42 months for each position. Please Confirm

We request you to consider one K1*Chief Architect (Expatriate) for a minimum 12 6 Table 1.1, Page 29 C) Architecture Tender conditions shall prevail. man-months. Please Confirm

With several Metro projects ongoing,these two being generalist positions, we request you to consider the experience from Road/Infrastructure Projects instead of having only experience of metro projects for 5 years.Additionally, man-months for Environmental 7 Table 1.1, Page 30 Environmental Expert and Social Safe guard Expert. Please refer Addendum 1 Expert should be increased to 60 instead of 40 man-months as already provided and Social Safe guard Expert should be increased to 30 instead of 20 man-months as already provided and theseposition can be omitted from Table 1.2. Please Confirm

Page 1 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply We request the Client to include additional positions for the E&M team for station and tunnel works which coincides with Civil works. The suggestion team is as follows: •Sr. MEP Expert (K2;36 man-months) •E&M Engineer (K3; 36 man-months) Additional positions for E&M, MEP, TVS and ECS for Stations and 8 Table 1.1, Page 29 & 30 •TVS/ECS Expert (K2; 12 man-months) Tender conditions shall prevail. Tunnels •TVS/ECS Engineer (K3: 12 man-months) Please confirm.

Here is a discrepancy between the total number of man-months provided in Table 1.1 with the table provided on Page 32 of RFP. Please confirm. Please clarify whether Table 1.1 9 Table 1.1, Page 29 & 30 Total Man-months Please refer Addendum 1. and Table 1.2 man-months have to be clubbed together for the bid since this is included in the financial proposal Please confirm.

In case any one of the partners of a JV/Consortium is a government / publicsector company having negative net worth but having a line of credit/banking referencefrom their bank to substantiate the liquidity requirements as per clause 1.1.3.2, B. i), Page 14 T2 -Net Worth: Net Worth of bidder during last audited financial of RFP.We request you to modify this clause as“Requirements of thisclause shouldnot yearshould be > INR 11.21 crore . In 10 1.13.2, B. i) Page 14 of RFP applicable for the bidder (participating as a single entity or as a member of Please refer Addendum 1. Case of JV-Net worth will be based on the percentage participation of JV/Consortium) which is a wholly owned entity (Corporation/Body/Authority each Member. etc) of the respective Government. The company shall submit its Ownership detailswhichshall be substantiated by the bidder with supporting documents''. Please Confirm

The staff month rate (payable in Indian Rupees) shall be calculated annually w.e.f. the date of signing of contract as per formula given below: The adjustments will be made in 12-month intervals only.X1 = XC1/C X = Basic rates of remuneration quoted in the Since the current consumer price index is very low in comparison to current inflation offer. XI = especially due to COVID-19. Hence, we request the Client to kindly modify the Escalated rates of remuneration for the period under consideration. 11 S. No. 10, Vol -1/Appendix XVII escalation clause to “Current Inflation+ Consumer Price Index” (as applicable every Tender conditions shall prevail. C = General Consumer price index numberfor urban employees, 12 months). Please Confirm for themonthand year of signing of the contract for Mumbai, published by Government ofIndia. C1= Arithmetic average of the General consumer price index number, for urbanemployees, for Mumbai for the period fo which adjustment is to be workedout.

K7 -GC will make additional 500 man months of support staff We request the Client to please provide the educational and experience requirements for 12 Sr. No. 4 page 5 of Vol. 2 {400:nonprofessional+100:professional} available exclusively for these positions so that the consultants can propose their prices in their financial bids Please refer Addendum 1. MMRDA work related to the project. effectively. Please confirm

Page 2 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

The selected consultant must register the agreement with the registrar, As per the guidelines issued by Please provide the current applicable registration fee charged by the registrar, Govt. of 13 22.2.1, Page 36 Govt. of Maharashtra. The cost towards registration fee shall be borne Registrar, Government of Maharashtra Maharashtra. by the consultant. from time to time.

• 25% payments on milestones is very high as it will impact the cash flow of the consultants. All the other GCs completed/ongoing in India including funded projects (ADB, World Bank, JICA, AfD, KfW, AIIB, etc.) do not have this milestone based payments and are also not in the CVC guidelines for the metro projects. Hence, we request this milestone to be removed completely. • S. No. 1, 2, 3 of milestones are direct responsibilities of the GC and are acceptable. S. No. 4, 5, 6 and 7 milestones are majorly dependent on the performance of the Contractors/ 14 6.2 d), Page 203 Payment schedule Consultants (DDC, Proof checking, etc.) engaged by MMRDA and not GC. GC will be Tender conditions shall prevail. following the scope of works, appraise the Client on the progress and will be responsible for quality, safety, supervision and contract administration • S. No. 6 and 7, Testing and Commissioning, finalization and operation of Metro is largely dependent on the systems. This contract pertains to only Civil construction is not part of the GC.Hence, we request you to remove these milestones. In case the milestone is considered mandatory then it should be limited to S. No. 1, 2, 3 and 4. Please confirm.

Here above Metro Rail Project shall be referred as international In refernce to clause 20.1.1 A, Page 28 of Vol 1, we undersatnd Metro Rail project shall be projects of comparable size, complexity and technical specialty and refered as international and national projects of complexity and technical specialty and 15 1.1.3.2, Page 14,Vol 2 Please refer Addendum 1. bidder shall have experience of General/Project Management bidder shall have experience of General/Project Management consultancy works for consultancy works for elevated metro rail project. elevated and underground metro rail project. Please Confirm

Since there a large number of ongoing metro projects in India, it is very difficult for the K1 – Professional Key expert shall have minimum 25 years’ consultants to propose K1 key experts with 25 years’ experience. Hence, we request the 16 Appendix-XVIII-2, Note 1) a, Page 4, Vol 2 Tender conditions shall prevail. experience with minimum 5 years’ experience in metro project. Client to kindly consider 20 years’ experience with minimum 5 years’ experience in metro project as the criteria for K1 Professional Key Experts. Please confirm.

Experience in the assigned task (Weightage: 50% for expatriates, 65 % Since, the current projects contain some portion of underground works to be supervised by Notes on Evaluation Methodology, C), 17 for others). Experience in the same category or equivalent for at least 5 GC. Hence, we request the Client to kindly consider Underground metro projects too for the Tender conditions shall prevail. Page 43, Vol 1 years in relevant field i.e. Elevated Metro projects will earn full marks. key experts to obtain full marks. Please confirm.

Value of successfully completed phases of any ongoing metro work up We request the Client to kindly allow 80% completed similar assignments as eligible works to 31.03.2020 will also be considered for qualification of work 18 1.1.3.2, Notes, Page 14 of Vol 1 since most of the projects carried out are usually 100% completed in one contract. The Tender conditions shall prevail. experience criteria provided these phases have been tested, priority portions of contracts/assignments have recently been introduced. Please confirm. commissioned and put into operations.

Page 3 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

Advance Payment Guarantee.On successful award of the contract, the selected consultant would be required to provide an Advance Payment 1. We request the Client to kindly provide 10% of contract value as advance payment as Guarantee from an Indian Scheduled Commercial Bank or a Foreign there is a lot of costs incurred by the consultants for mobilization of international and local Commercial Bank with a branch in India (Appendix XVI). Any experts, office set up, etc. Please confirm. In reference to S. No. 12, b) of SCC, Page advance payment to the successful consultant would be released only 19 Clause 24, ITT, Page 37, Vol 1 230 of Vol 1: “All advance payment will be recovered by the Employer at the rate of 10% Tender conditions are self explanatory. after receipt of Advance Payment Guarantee by MMRDA. Advance from each interim bill payable to the successful bidder”, there is a discrepancy between the payment shall be restricted to Five percent of contract value (excluding two referred clauses. In all MMRDA similar GC assignments, these deductions are reimbursable costs). Such advance shall be interest-free and shall be restricted to SCC clause as referred above. Hence, we request you to please clarify the same. recovered at the rate of 25% from each interim bill payable to the successful bidder.

If the Deputy Project Director, Contract Expert, Alignment Expert and Architectural Expert is not deployed within 45 days from “The circumstances beyond the reasonable control of Consultant will not apply deduction of 20 20.1 Technical Proposal, page 31 Tender conditions shall prevail. commencement of contract, deduction of 15% for the salary of said 15%” may kingly be added. position will be penalized during entire period of contract.

Specific experience of the firms relevant to this type of assignment. ATTACHMENT-1: Summary Evaluation 21 Maximum four numbers of eligible projects will be considered for Please confirm 4 projects of value 89.70 Cr would score 100% marks. Tender conditions are self explanatory. Sheet, page 38. evaluation.

Marks for developed country experience exceeding 5years – 60%. C) Criterion III In this scenario, Expert having work experience of 3 years in developed country will score 22 Marks for experience in developing countries exceeding Tender conditions shall prevail. d) Country experience, page 44. no marks, hence may be modified as “exceeding 1 years” 1 year – 40%

…. remuneration to the key personnel will be reduced by 5% for each replacement. This reduction shall not be applicable if the replacement 4.4 Removal and/or Replacement of is asked by MMRDA. However, in case replacement of the key As 5% of reduction for each replacement is already applicable, additional yearly deduction 23 Tender conditions shall prevail. Personnel, page 199 personnel happens more than 10% every year, there will be penalty of of 0.25% may kindly be relaxed. 0.25% per year in the respective year of overall man months (i.e. contract value) payable to the GC.

Company Name : Egis Rail We understand the definition of “International Projects”, refer to projects outside India but since in past decade India has developed a robust Metro Network in most of the Eligibility Criteria Here above Metro Rail Project shall be referred as 1 1.1.3.2 Page 13 Indian Metro cities with International transfer,we kindly request to allow projects Please refer Addendum 1 international projects completed in India satisfying the eligible assignment criteria as per 1.1.3.2 to consider qualifying projects.

Page 4 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

a) Which contains any deviation in tender security with regards to amount, validity, form and format. b)Tenders shall be valid for a Kindly requested to provide the amount of tender security as in clause 1.1.9 2 1.1.6 and 1.1.11 Page no. 18 & 20 Please refer Addendum 1 period of 180 days...... date of submission of Tenders and shall be Earnest Deposit stands deleted. accompanied with a tender security of the requisite amount.

A -Relevant services carried out in the eligible projects in the last ten years, which should include elevated and underground metro line projects. (AppendixIII-2). [Marks for experience will be given based on the number of eligible projects in such eligible projects by single 20.1 Technical Proposal20.1.1A, page We kindly request client to clarify whether the qualifying assignment would consider 3 entity/ JV/Consortium firm.]1.1.3.2 (Last Paragraph) Here above Tender conditions are self explanatory. 28&14 Elevated and Underground projects qualifying the definition of Similar works. Metro Rail Project shall be referred as international projects of comparable size, complexity and technical specialty and bidder shall have experience of General/Project Management consultancy works for elevated metro rail project.

Table 1.2 -As and when basic staff required for Systems Interface 4 Table 1.2, page no. 31 We kindly request to specify whether bidder has to provide the CV at the bidding stage Tender conditions are self explanatory. Positions

Since the position of track is scarcely available in market and in previous project one Senior track expert was provided for one line, to economise the project or use these man months in other disciplines. We kindly request to amend the current provision 2 no 2. Engineering (1625) of each line @ 30-manmonth for each position instead of 4 nos of each line @15 months, 5 Table 1.1, page no. 30 2.1 Civil / Track Design and executiond) Track (iii) Senior Track Tender conditions shall prevail. we suggest that if required the GC should be given directions to provide additional Installation Expert is required 15 months each. senior track expert during execution stage depending on contractor progress. Kindly requested to consider our suggestion on reduction of number of Senior Track installation expert at bidding stage from 4 no. to 2 no.

In the current scenario of ongoing Metro Projects, it would be obvious that with 2) If the Deputy Project Director, Contract Expert, Alignment current norms of most of the firms and client, The Key expert has to complete his Expert and Architectural Expert is not deployed within 45 complete site over with overlap of 60 days. Thus it would be difficult to mobilise these key 6 Table 1.1Note 2, page 31 days from commencement of contract, deduction of 15% for the experts within 45 days, hence we kindly request client to relax this conditions from 45 days Tender conditions shall prevail. salary of said position will be penalized during entire period of to 90 days, we suggest that client may direct GC to give undertaking that deliverables contract. required in first 3 months would be completed by GC without delay, failing which penalties would be levied.

Table 1.2 -As and when basic staff required for Systems Interface We request client to clarify whether we have to provide these CVs of System interface 7 Table 1.2, page no. 31 Tender conditions are self explanatory. Positions position at bidding stage

In the Covid situation, we kindly request to conduct interview on Video Conferencing so 5) MMRDA reserves all the rights to conduct interview of the 8 Table 1.2Note 5, page no. 33 that in case if the offices are closed in lockdown the process of interview gets completed Tender conditions shall prevail. candidates of any position before the deployment of the candidates and eventually, the Key Personnel are ready to mobilise at site

Page 5 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

b) Experience in the assigned task (Weightage: 50% for expatriates, We understand that experience of all Key Personnel with Contractor/Concessionaire/ 65 % for others).Experience in the same category or equivalent for at Notes on Evaluation MethodologyC. Government department would be considered in the similar position of the elevated metro 9 least 5 years in relevant field i.e. Elevated Metro projects will earn full Tender conditions are self explanatory. Criterion IIIPoint no. b) page no. 43 project, to have more clarity client may provide equivalent position to proposed RFP marks. For lower periods of experience, marks will be given position proportionately

We understand that positions with one level below would get full marks if they have worked Experience at a category one below will be given marks at half of the 10 C. Criterion IIIPoint no. b, page 43 in that level for at least 10 years and thus this marking would be proportionate to the years Tender conditions shall prevail. above of experience of the Key Personnel one level below wrt to 10 years.

C) Criterion III (viz. Qualification, experience and competence of the key staff to be deployed) e) In view of physically and mentally We kindly request to change the age limit to 65 instead of 58 and 70 instead 65. The demanding nature of work requiring continuous involvement of Notes on Evaluation Methodology C. suggested age limit have been proposed by MMRDA in earlier GC bids and it is felt that the 11 key staff and strict project targets, it is required that experts Tender conditions shall prevail. Criterion IIIPoint no. e) page no. 44 relaxation in the age criteria would allow participation of retired government employees in having age less than 58 years be deputed as key staff. The experts the project up to 65 years of age shall be allowed provided they have been in active service during the last three years.

Bidder should get the experience certificate apostled/Notarised from the foreign Embassy in India/wherein the project is executed in Foreign We request client to allow notarization/Apostle from the bidders country, since the same Country,similarly the bidder also has has been followed by MMRDA in earlier bids, in general practice the bidders have the option of getting the certificate All the client certificates should be duly notarized/Apostle from the the authentication done by Embassy/similar authorities in their county, in COVID 12 Notes to bidders. , page 46 apostle/notarised from the embassy of Client Country where the project has been carried out situation with limited mobility and availability of clients it would be difficult to get the foreign country in Bidder's Country. In Apostle/notary on the client certificates in past 10 years from the country of project both caases,the project experience thus executed, kindly requested to consider relaxation in this matter. has to be notarised/apostled from embasssies of client country of qualifying experience in India or in the Bidder's origin country.

Page 6 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

Scope and obligation of services for the General Consultant (GC)(xxvi) GC will advise/modify the road traffic diversion plans..... We kindly request client to relax the age from 60 to 65, as if we have to get an For this they shall deployexperienced Traffic enforcement officer of 13 Clause 2.0 –Point (xxvi) page no. 145 officer having calibre of Dy.Commissioner of Police/Dy.SP, we have to get a retired Please Refer Addendum 1. sufficient similar experience / retired Police officer of the officer who would attend retirement after attending age of 60 years. rank of Dy. Commissioner of Police/Dy. SP& above with age not more than 60 years in the position of K2.

Scope and obligation of services for the General Consultant (GC)(xxvii) In regard to co-ordination of activities..... GC will also assist MMRDA in submission of disbursements claims to International Funding Agencies. For this they shall deploy experienced We kindly request client to relax the age from 60 to 65, as if we have to get an officer 14 Clause 2.0 Point (xxvii), page no. 146 Coordinating & Licensing expert of sufficient similar having calibre of Dy. Commissioner /Dy.Chief Engineer, we have to get a retired officer Please Refer Addendum 1. experience/retired MBMC/KDMC/ BNMC/TMC/ MCGM, who would attend retirement after attending age of 60 years KDMC/NMMC officer of the rank of Deputy Commissioner or Dy. Chief Engineer & above with age not more than 60 years in the position of K2

As per earlier GC bids of MMRDA, we request to ammendthe age limit to 65 instead 58, Note :Not more than 15 % of (a +b + c) should be more than 58 years this would allow wide base of Key Personnel qualifying the RFP criteria for 15 APPENDIX -III.7’s Note, page no. 176 Tender conditions shall prevail. of age. mobilisation of projectwithin the specified time limit and thus not hamper the project progress for non-availability of manpower.

4.4 -Removal and/or Replacement of Personnel (f) After receiving We kindly request client to allow GC to remove the Key Personnel within 60 days of receipt 16 Clause 4.4Point (f), page no. 199 notice of removal/termination of GC employees from employer, GC Tender conditions shall prevail. of notice. shall remove the his personnel within 30 days of receipt of notice

3.4 Limitation of the Consultants’ Liability towards the Employer.(iii) Clause 3.4 & APPENDIX-XVII –S.NO.6, The Client shall indemnify the Consultant from and the Consultant 17 We request client to limit the consultant Liability to 100% of contract amount only. Tender conditions shall prevail. page 196&225 shall not be liable for any claims resulting from the change of template for the contract due to any procurement regulations, if any

Penalty over safety issues Every incidents/accidents occurring on the Metro Project Civil construction site...Maximum penalty We kindly request Clientto reduce the percentage of penalty to 1%,for kind consideration, 18 Clause 2.8.7, page 193 imposed on GC for non-report of the incidences/accidents will be Rs. Tender conditions shall prevail. please. 1, 00, 000 (One Lakh Rupees), subjected to maximum of 2% of the contract value.

Page 7 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

4.4 Removal and/or Replacement of Personnel(d) If the key personnel There is a typo-error in the given clause which need clarification: "Payable to the are required to be replaced on the instructions of the Employer, or on GC" instead of "Payable to the Employer"Most of the Indian states have started Metro its own by the consultant at the time of initial works in tier I and II cities, this has created preferential localised manpower deployment...... remuneration to the key personnel will be reduced by opportunities for all site personnel and top of this Covid situation has put restrictions. 19 Clause 4.4Point no. d), page no 198 5% for each replacement. This reduction shall not be applicable if the Please refer Addendum 1. we request to kindly note that finalising the local available manpower as replacement to replacement is asked by MMRDA. However, in case replacement original, in the Covid situation satisfying the RFP criteria, would add on the risk of the key personnel happens more than 10% every year, there will be cost.Hence we request MMRDA to kindly rethink/relax/amend/remove the penalty penalty of 0.25% per year in the respective year of overall man months criteria for replacement of manpower. (i.e. contract value) payable to the GC.

3.5 The risks and the coverages shall be as follows:(b) Third Party We request client to reduce the Third Party Liabilityinsurance covered under Umbrella APPENDIX-XVIIS.No.7Clause 3.5 , page liability insurance with a minimum coverage, for INR. 4 Crores or 20 policy to 1 crore. Tender conditions shall prevail. no.227 equivalent amount in U.S. Dollars (exchange rate as on the date of issue of Letter of Acceptance) for the period of consultancy

We feel that the“Dispute resolution procedure/Nomination of arbitrators” must be fair and APPENDIX-XVIIS. No. 14Clause 8.2Point 8.2 Disputes shall be settled by arbitration in accordance with the reasonable for both the parties, hence mutual consent of both the parties is mandatory for 21 Tender conditions shall prevail. b and c. ,page no.231 following provisions… the dispute resolution proceedings or appointment of arbitrator, accordingly we request MMRDA to amendthe Dispute settlement clause

Marked personnel should have experience in billing section for atleast We understand that the client requires experience of Billing section in last 3 years on any 22 Table 1.1,28 to 31 one large infrastructure project amounting 100 Crores spanning over 3 Tender conditions are self explanatory. number of Infrastructure projects having project cost of Rs 100 Crores. Please confirm. years

We understand that the education of Project Manager would be from Civil Engineering 23 Table 1.1 ,29 Position of Project Manager Tender conditions are self explanatory. discipline. Please confirm. We request client to allow experience of Key Personnel in Infrastructure sector having Position of Environmental Expert, Social safe guard expert and Highway/Bridges/flyovers or similar structure as eligible for these positions, since the task 24 Table 1.1,30 Please refer Addendum 1 Casting Yard Expert inputs provided by these experts are same for Metro and Highway/Bridge/Flyover or similar structure projects.

The selected consultant must register the agreement with the registrar, We request client to specify this fee so that all consultants would consider the financial As per the guidelines issued by 25 22.2.1,36 Govt. of Maharashtra. The cost towards registration fee shall be borne impact of this fee, also we request client to reimburse any additional fee increased by the Registrar, Government of Maharashtra by the consultant. state government at the time of registration of JV. from time to time.

We request client to remove this scope from our contract as our contract is of Civil works 6.2 Table for payment to consultant point and completion of system works would take more time than our contract period and till such 26 Point no. 06 Testing and Commissioning of entire system Tender conditions shall prevail. 6,205 time our fees would be held up, we agree to provide the interface required in the overlap period of system works. For kind consideration please.

Page 8 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

An advance payment of…. In local currency not exceeding one percent We request client to pay an Advance payment of 10% of the respective ceiling amount ie 27 Clause 12 6.4 (a),230 Tender conditions shall prevail. of the respective ceiling amounts as per SCC 61. (b) the consultancy fee in foreign and local currency. For kindly consideration please.

Company Name : RITES Ltd.,

The overall performance of the tenderer (all members in case of JV/Consortium) shall be examined for the entire ongoing General / We request to consider a certificate issued by the client earlier than 1st January 2020 at this Project Consultancy works and works completed within last one year, 1 1.1.3 vi) /11 stage of bidding due to the present working conditions. At the time of award of work Tender conditions shall prevail. of value more than INR 89.70 crores...... The performance latest certificate shall be arranged from the client. certificate issued by the client should not be older than 1st January 2020.

There are ongoing General/Project Management Consultancy works whose part (phase 1) Value of successfully completed phases of any ongoing metro work up has been commissioned and put into operation, and balance work is under progress. May to 31.03.2020 will also be considered for the qualification of work 2 1.1.3.2 "Note"at page 14 please clarify that in such cases, the fee as received for overall work shall be considered Tender conditions is self explainatory. experience criteria provided these phases have been tested, i.e. fee received for Phase 1 and up to date fee received for ongoing balance work. commissioned, and put into operations.

Eligible Projects" for this contract shall be "General/Project consultancy works pertaining to Rail based Urban Mass Rapid Transit System involving the work of preliminary /detailed designs, We request to consider Light Rail Transit System (LRT) works having a similar scope, as 3 20.1.1/2 Please Refer Addendum 1 framing specifications, procurement assistance, drawing up contract an eligible project. documents, checking designs, project management and supervision including inspection, safety and quality, testing and commissioning."

We request to (A)Consider Railway experience as eligible experience, for few categories, as mentioned below. In earlier tenders, Railway Experience being similar to Metro was considered. The category where Railway experience may be considered are (i)Contract and Project Management (ii)Track (iii)Quality (iv)Testing and Commissioning (v) 5D BIM Software application (in this category experience in Infrastructure projects may be In Criteria III ( viz Qualification, experience and competence of the considered) as considered in case of Pool Experts (B) Please refer Notes of "APPENDIX- key staff to be deployed) underCriteria experience in the assigned XVIII-2" Format for Financial Proposal of Vol 2 of Tender page 4 as per which K1 are task the marking of experience is as follows i)Experience in the same Table 1.1 at page 29 to 31 and C) Criteria professional key experts with minimum 25 years' experience (overall) and with minimum 5 4 category or equivalent for at least 5 years in relevant field i.e. Tender conditions shall prevail. III b) years' experience in the metro project. AND K2 are professional Key expert with Elevated Metro Projects will earn full marks. ii)For lower period of minimum 15 years' experience (overall) after completion of full-time Graduation with experience, marks will be given proportionately. iii) Experience at a minimum 5 years' experience in metro project OR 18 years' experience after completion category one below shall be given marks at half of the above. of a full-time Diploma with a minimum of 8 years' experience in the metro project. We request to consider the experience of proposed experts in K1 and K2 position w.er.t. their experience in previous assignments and not on the category in previous assignments. This is due to the reason as criteria of overall /relevant experience for Key Positions vary in different Metro projects.

Page 9 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

e) In view of physically and mentally demanding nature of work requiring continuous involvement of key staff and strict project targets, Table 1.1 at page 29 to 31 and C) Criteria For the existing tender clause, we understand that that "in active service in the last three 5 it is required that experts having age less than 58 years be deputed as Please refer Addendum 1 III e years" means any 3 years between the age of 58 years to 65 years. key staff. The experts upto 65 years of age shall be allowed provided they have been in active service during the last three years.

In Table1.1 following positions are of Expatriate Exerts i)Project Director ii)Chief Quality Assurance Expert iii)Chief Safety Expert iv)Chief Deport /Yard Facility Expert ( M&P) Clause 5.2 of TOR for General Consultant at page 162 states," Foreign experts could be May please clarify that the Key Positions where Expatriate Exerts are proposed, 6 Table 1.1 at page 29 to 31 Please refer Table 1.1 Page no. 28. deployed; however, deployment of local experts is encouraged. consultant can field suitable local experts. Even in the areas suggested for foreign experts, Indian experts with the proven expertise in the relevant field are encouraged.The key issue to be addressed here is the expertise of the experts"

Also, the staff proposed under this category should be employed by the Consortium member, directly under their roles as a full-time employee Table 1.2 at page 32 and Criteria D Criteria for at least 1 continuous year up to 31.03.2020. Sufficient proof in We request to consider Pay Slip of Company /Certificate from Personal Branch as 7 Tender conditions shall prevail. IV (for Pool Experts) the form of bank certification/ Statutory Auditor certification to show proof of deployment. that the staff has been employed with the company and has been drawing a salary for the last 1 year, continuously, shall be provided.

These 3 clauses are for training facility to MMRDA personnel , and man-month for training is repeated. Request to provide the provision of training in a single clause with defining These clauses pertain to the National & International Training of Clause 1.4 page 142, Clause 2.0 (xiii) page i)The number of MMRDA personnel to be trained in batches and training duration for 8 MMRDA personnel during the construction stage, deployed on O & Tender conditions is self explainatory. 144 and clause 3.8 page 157 classroom training. ii)In case of other than classroom training (study tour, onsite training, M, study tour. inspection at supplier's establishment,) place of training in India / abroad ( with the region), no of personnel to be trained and duration of training.

As per these clauses, GC scope of work includes integration with Clause 1.5.4 page 141, clause 2.0 page 142, Request to carry out Integration activities of two-line an Integration Exert in K1/K2 9 System/ E& M and in Depot work. The provision of an Interface Tender conditions shall prevail. clause 2.0 (vii), (xv) (xxii) page 144 & 145 category may be added one for both lines for 36 months. expert is not made in the deployment of K1/K2 experts.

Clause 1.5.4 page 141, 1.6 page 141, clause Multi Model Integration including interchangeability for Metro 2 (xxiii) (xxiv), (xxxiv) , (xxxv) , (xxxvi) May consider deployment of a Multi-Model Integration Expert and a Property 10 Line, Planning and Design of Station Area, Property Development etc Tender conditions shall prevail. page 142 to 148 and clause 5 (11) at page Development Expert in K1/K2 category, one each for both lines for 24 months. are in Scope of work of GC. 161

Page 10 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

The clause requires the provision of expert for Traffic Engineering / Request to have a provision of a Transport Expert in the K1/K2 position for both lines for 11 Clause 5 (11) page 16 Tender conditions shall prevail. Transport Planning including Multi-Model Transportation 24 months.

Every incident/accident occurring on the Metro Project Civil construction site and associated facilities shall be informed to the Employer immediately. A penalty will be imposed if found GC's negligence. The maximum penalty imposed on GC for every major incidents/accident occurring on the civil construction site and 12 clause 2.8.7 page 193 associated facilities shall be Rs. 1, 00, 000 (One Lakh Rupees). The For consultants, this penalty is high. May, please reconsider the inclusion of this clause. Tender conditions shall prevail. classification of the incidents/accidents, i.e. whether its major or minor, will be determined by the employer and is binding on GC. Maximum penalty imposed on GC for non- report of the incidences/accidents will be Rs. 1, 00, 000 (One Lakh Rupees), subject to maximum of 2% of the contract value.

If the key personnel are required to be replaced on the instructions of the Employer, or on its own by the consultant at the time of initial deployment or the key personnel are replaced by the consultant after initial deployment (including the key personnel for whom CV As per standard practices prevalent for similar works. i)No penalty for replacement of were not required to be submitted along with the proposal), for the Key personnel whose CVs were not required to be submitted along with the proposal (i.e reasons other than death, prolonged illness requiring change of K3, K4, K5, and K6). ii)Certain numbers of replacement of Key experts (K1 and K2) 13 Clause 4.4 (d) Page 199 physical location which shall be duly certified by a medical barring PD are without penalty after that penalty clause applies; however, the consultant Tender conditions shall prevail. practitioner registered with Government Authority, remuneration to to provide an equivalent or better replacement. Please consider. Also, a penalty of the key personnel will be reduced by 5% for each replacement. This 0.25% of overall man-months payable to the GC on replacement of key personnel if reduction shall not be applicable if the replacement is asked by happens more than 10 % every year is on the higher side, may please reduce. MMRDA. However, in case replacement of the key personnel happens more than 10% every year, there will be penalty of 0.25% of overall man months payable to the GC.

1.1.2 Key details /7 &8,Date and time of submission of Tender online - Due to prevailing conditions of COVID-19,may please consider extension of submission 14 NIT Please refer Corrigendum 2. 21/8/2020 date by one month i.e. upto 21.09.2020

Page 11 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply Company Name : Korea Rail Network Authority

We are a government / public sector company having negative net Worth due to that our company does engineering for conventional railway with 100% of the fund provided by the government. In the case of high Speed rail project are financed 40 to 50 percent by the government and 50 to 60 percent by our Authority. our company procured financing for HSR projects by issuing bonds in accoradance with govenment policies and regulations such bond are T2 - Net Worth: Net Worth of bidder during last audited financial year repaid using the track access charges collected from operating companies ( should be > INR 11.21 crore after the completed HSRs are opened for revenue services. But having a Clause 1.1.3.2, B. i), page 14 of RFP Please refer Addendum 1. In Case of JV- Net worth will be based on the percentage participation of credit/banking reference from their bank to sunstantiate the liquidity of each member requirements as per clause Clause 1.1.3.2, B. i), page 14 of RFP. We request you to modify these claise as "Requirements of this clause sholud not applicable for the bidder (participating as a single entity or as a member of JV/Consortium) which is a wholly owned entity (Corporation/Body/Authority etc) of the respective government. The company shall its owenership detail shall be substantiated by the bidder with supporting documents." Please confirm.

These two generalist positions not widely deployed in metro projects. Hence we ewquest you to cosider the experience from Road/I nfrastructure projects instead of having only experience of metro projects for 5 years. Additionally, man-months for Evirronmrntal 2 Table 1.1, page 30 Environmental Expert and Social Safe guard Expert Tender conditions shall prevail. Expert should be increased to 60 instesd of 40 man-months as already provide and social safe guard Expert should be increased to 30instead of 20 man-months as already provided and these position can be omitted from Table1.2. Please Confirm

Since E&M team for station and tunnel works are part of civil works component. We Additional positions for E&M, MEP, TVS and ECS for stations and suggest the follwing team to be included as well: Sr. MEP Expert (K2; 36 man-months) 3 Table 1.1, page 29 and 30 Tender conditions shall prevail. tunneels E&M Engineer (K3; 36 man-months) TVS/ECS Expert (K2;12 man-months) TVS/ECS Expert (K3;12 man-months) . Please Confirm

There is discrepancy between the total number of man-months provided in Table 1.1 with 4 Table 1.1, page 29 and 30 Total man-months Please refer Addendum 1 the provided on Page 32 of RTP. Please Confirm

The selected consultant must register the agreement with the register As per the guidelines issued by Please provide the current applicable registration free charged by the registrar, Govt. of 5 Clause 22.2.1, Page 36 Govt. of Maharashtra. The cost toward registration free shall be borne Registrar, Government of Maharashtra Maharashtra. by the consultant. from time to time.

Page 12 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply Company Name: Rina India Pvt.Ltd

The overall performance of the tenderer (all embers in case of Request you to modify the clause as “The overall performance of the tenderer (all embers in Volume 1, 1.1.3 QUALIFICATION JV/Consortium) shall be examined for the entire ongoing General / case of JV/Consortium) shall be examined for the entire ongoing General / Project 1 Tender conditions shall prevail. CRITERIA, vi. (Page No. 11) Project Consultancy works and works completed within last one year, Consultancy works / any consultancy work and works completed within last one year, of of value more than INR 89.70 crores. value more than INR 50.00 crores.”

We request you to allow the certificates irrespective of date of issue. Due to COVID it is Volume 1, 1.1.3 QUALIFICATION The performance certificate issued by the client should not be older 2 very hard to get the revised certificate. In case of old issued certificate, an email Tender conditions shall prevail. CRITERIA, vi. (Page No. 11) than 1st January 2020. conformation from client shall be accepted in support

A. Work Experience: The bidder will be qualified only if they have completed work(s) during last ten years ending 31-03-2020 as given Volume 1, 1.1.3.2 Minimum Eligibility below. (i) At least one “similar work” * of value INR 179.39 crores or 3 We request you to relax this conditions Tender conditions shall prevail. Criteria (Page no. 13) more. OR (ii) At least two “similar works” * each of value INR 112.12 crores or more. OR (iii) At least three “similar works” * each of value INR 89.69 crores or more.

The “similar works” for this contract shall be “General/Project Management consultancy works pertaining to Metro rail based Urban Mass Rapid Transit System for any metro rail system, involving the Volume 1, 1.1.3.2 Minimum ligibility We request you to consider the underground tunnel / high speed rail in a similar work 4 work of preliminary /detailed designs, framing specifications, Tender conditions are self explanatory. Criteria (Page no. 13) category. procurement assistance, drawing up contract documents, checking designs, project management and supervision including inspection, safety and quality, testing and commissioning.

5 Release of CSD We request you to give at least three weeks time for Submission after relaseing of CSD Please refer Corrigendum 2.

If GC fails to achieve the mile stone in the stipulated time the installment payment to the GC will be continued for the extended period and this additional payment made during the extended period will be adjusted in the lump sum payment to be received on Volume 1, 6.2 Remuneration, e (Page No. achievement of the mile stone till the same is fully exhausted. In cases We request you to delete this conditions, as the progress of work is not completely in hand 6 Tender conditions shall prevail. 206) where there is extension beyond the above mentioned period the of consultant. Hence it should be deleted. agency shall be paid only 75% of man-month payment at rates quoted and is finally accepted for the deployment of staff / manpower for those particular activities prescribed in the milestone/deliverable table above.

Page 13 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

Relevant services carried out in the eligible projects in the last ten We request you to modify it as “Relevant services carried out in the eligible projects in the years, which should include elevated and underground metro line Volume 1, 20.1 Technical Proposal, 20.1.1, last fifteen years, which should include elevated and underground metro line projects. 7 projects. (AppendixIII-2). [Marks for experience will be given based Tender conditions shall prevail. A (Page No. 27) (AppendixIII-2). [Marks for experience will be given based on the number of eligible on the number of eligible projects in such eligible projects by single projects in such eligible projects by single entity/ JV/Consortium firm.]” entity/ JV/Consortium firm.]

Volume 1, D) Criterion IV (viz. Competent The marking will be (750/ 08) marks for each CV. The experts shall be 8 Pool of Key Experts) (10% weightage /750 minimum professional Graduates with 25 years professional We request you to redue the expereince requirement from 25 years to 20 Years. Tender conditions shall prevail. marks) (Page No. 45) experience.

Company Name-i2R consulting Pvt.Ltd The performance certificate issued by the client should not be older 1 Page 11, cl 1.1.3.1.(vi) Request you to reconsider this. Tender conditions shall prevail. than 1st January 2020.

Notes: The applicant must be of National/International repute having prior experience of working as General / Project Consultant for at least 2 Page 14,Notes Only Trams may please be excluded. Please refer Addendum 1. one Elevated light rail excluding Trams, medium or large Metro System.

In view of physically and mentally demanding nature of work requiring continuous involvement of key staff and strict project targets,key staff In view of the limited availability of experts, the age of the experts may please be relaxed to 3 Page 44, cl. 25.C.Criteria III (e) Tender conditions shall prevail. and strict project targets,key staff and strict project targets, service 60 years instead of 58 years. during last three years.

Also, the staff proposed under this category should be employed by the This may kindly be relaxed and employment conditions is not insisted upon. Please 4 Page 45, 25.D.Creteria (IV) Consortium member, directly under their roles as a full-time employee Tender conditions shall prevail. confirm. for at least 1 continuous year up to 31.03.2020.

Remuneration to the GC will be in two components,first component will be paid in regular instalment and second component will paid Remuneration to the GC, linked to milestones is to the extent of 25% which we believe is 5 Page 202 to 206, 6.2D on the achievement of the milestone as mentioned herein under:- on a higher side. Also, it effects the cashflows of the consultants badly. Kindly reconsider Tender conditions shall prevail. [Each linked Milestones - Payment will be linked with civil financial the same and if required, may limit to 5%. progress payable quarterly as given in the Appendix

6 Procurement of Civil Contracts Please let us know the current status. Tender conditions are self explanatory.

Page 14 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply Company Name-Systra

Please note that most of the staff working in GC projects are based on staff preference w.r.t to geographical region and maximum staff deployed on GC projects are not on The key posts such as K1 and K2 have thirty percent of staff on the the board of company and are on fixed time based contacts based on the duration of the 1 Clause 20.1.1 - D Page No 2 Board of the company from the last six months from the date of project. We request you to delete this tender conditions considering the practical situation Tender conditions shall prevail. submission of bid. based on existing GC projects or replace this as “Key Posts such as K1 and K2 should be on board of the company or external staff who has provided the consent to work for this project to the bidding company”. This may be considered please

Man - months allotted for Project Director/Project Leader/Project PD and Dy. PD should be available for entire project completion period and 2 ITT Part 2 - Table 1.1 Volume 1 Page 29 Coordinator – 42 Man months Man, months allotted for respective accordingly, their man months be increased to 48 months. For Dy. PD for line 10 it can Tender conditions shall prevail. Dy. Project Director for each Lines –30 Man months be lesser as per its completion period.

We understand that MM for Expatriate staff is 118 MM (42 MM-PD, 28 MM-Chief Quality Assurance, 28 MM-Chief Safety and 20 MM-Chief Depotand not 120. This 3 ITT Part 2 - Table 1.1 Volume 1 Page 32 The total key staff as per table 1.1 is as below: Local 316 , Expatriate may be rectified please. Similarly,we understand that MM for K1-Local Staff is 318 Please refer Addendum 1. instead of 316. This may be rectified please

There should be a senior accounts/Finance expert in GC. The same may be added in the list 4 ITT Part 2 - Table 1.1 Volume 1 Finance/Accounts position K1/K2 is not available Tender conditions shall prevail. of Key experts please.

ITT Part 2 - & Table 1.1 Institutional GC will have to provide proper interface Coordination to ensure timely A senior Interface expert position may be provided for during entire project completion 5 Tender conditions shall prevail. Arrangement Clause 7.15 Page 51 completion of all the assignments. period for having conflict free and speedy construction.

ITT Part 2 - & Table 1.1 Institutional Property Development is very important for supplementing project financials. And to tap 7.16 GC Will advise ...depot/stabling yard other placed . xxiv. GC Will 6 Arrangement Clause 7.16 Page 52, xxiv full Property development potential an expert requirement is there. Kindly add an Tender conditions shall prevail. advise ...and car shed depot/stabling yard of TOR Page 145 expert in the list accordingly. This position is critical for both the lines for effective management of traffic during 7 ITT Part 2 - Table 1.1 page 29 In K1 or K2 for Traffic Management Expert position execution of Project and dealing with local authorities. The same may be added in Please refer Addendum 1. team/GC Organization. This position may help MMRDA for interaction and coordination with funding 8 ITT Part 2-Table 1.1Page 29 in K1 or K2 for International funding agency Expert position Tender conditions shall prevail. agencies for all associated activities. The same may please be added in the list.

BIM is essential for conflict free construction resolving all issues at the drawing preparation stage. This requirement is for entire project construction period. As built 9 ITT Part 2-Table 1.1Page 29 Dedicated Sr. position for BIM for each Line Tender conditions shall prevail. drawings preparation and archiving of all project engineering &other details. And we suggest a senior BIM expert supported by two junior experts be allowed for deployment

Transport Modelling position not available in the List Please add this position in RFP. Project will be needing support for review of DPR and 10 ITT Part 2-Table 1.1Page 29 Please refer Addendum 1. of K1 & K2 traffic modelling during design/development phase.

Page 15 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply If the Deputy Project Director, Contract Expert, Alignment Expert & ITT Part 2- Table 1.1, Sl. The deduction/Penalty should be for the period the experts are not deployed in GC. The Architectural Expert is not deployed within 45 days from the 11 No -2 Page 29 continuation of penalty after deployment of experts would be unnecessarily putting the Tender conditions shall prevail. commencement of Contract, deduction of 15% of the salary of said consultants in to severe cash flow issues. We request you to kindly delete this clause. position will be penalized during entire Contract Peroid. These positions are temporary in nature and may continue during entire period of contract. Staff on such assignments may get replaced sometimes. Please confirm that the replacement ITT Part 2- Table 1.2- Penalty (reduction of remuneration) should not be applicable on such staff. The adhoc As and when basis staff required for system interface positions 12 Page-32 positions as per the list in table 1.2 related to systems may be allowed to work from their Tender conditions shall prevail. HO and wherever necessary they can visit the project.

Request to allow deployment of experts up to 65 years of age as normal and beyond 65 ITT Part 2- Criterion 3 In view of physically …. active servic during the last 3 years 13 years of age medical certificate can be asked for. Three-year continues service clause should Tender conditions shall prevail. (e), Page 44 of RFP also not be insisted upon seeing the pandemic situation all-round the globe.

Appendix-I2/Institutional Arrangements, Clause 7.11 Page 52 of RFP/TOR clause 7.11 GC will plan ……. provided by MMRDA 1.4: GC will plan and The training requirements may be defined explicitly mentioning the subjects and number of 14 1.4 of RFP Page 141, SL xiii of TOR, Page arrange … borne by GC. xiii. GC will plan………. borne by the trainees with time.This is civil works centric GC and training requirements may also be Tender conditions are self explanatory. 144 consultant tailored accordingly.

GC is supposed to deploy experienced coordinating and licencing expert equivalent rank of In regard coordination …more than 60 years in positions of K2 Dy Chief Engineer and above with age below 60 Years in K2 position. The age barrier of 15 SL xxvii of TOR, Page 145 Please refer Addendum 1 60 years may kindly be removed, as retired person will only be engaged for such assignments. The positions may be added in Table 1.1/ITT of RFP.

Inception Report: An inception …. programme for completion of the Time for submission of inception report be made 60 days please. Request you to kindly 16 6.1 of TOR Page 162 Project consider. Tender conditions shall prevail.

As we know public procurement pass through set of guidelines and generally it takes some time in concluding an important contract like this and post award also because of site and 4.4d of GGC of RFP Page other conditions deployment for most of the staff get delayed substantially. To hold 17 If the Key personnel…payable to the GC Tender conditions shall prevail. 199 proposed experts on for longer time is difficult in the dynamic metro construction market. In view of above, it is requested that the first replacement of key experts should be free of penalty.

Page 16 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply This is very ambiguous and severe clause for the consultant. We have two broad submissions here: 1. Remove the clause off the RFP and if not then at least 2. The milestone amount percentage be made 10% from the existing 25%. 75% of this should be released in instalments during the construction period and remaining GCC 6.2 d of RFP Page Remuneration to the GC …. quarterly as given in the appendix 25 % can be released after the completion of the project. Kindly note this is over and above 18 Tender conditions shall prevail. 203 performance Guarantee provided for in the contract. Which itself is enough for any underperformance by GC and is an established industry practice nationally as well as globally.

Appendix-XVIII- 3 (a) Rent for accommodation for Metro Line 10 The Area considered for Line 10 (400 sqm) and Line 12 (500 Sqm) is on lower side. The 19 Appendix-XVIII- 3 (a) (maximum area restricted to 400 Sqm) area required for establishment of a good office should be minimum 600 sqm for Line 10 Please refer Addendum 1 /Vol 2/Financial Proposal Page 7 and 700 sqm for Line 12.

The recovery of advance payment proposed is 25% of each interim bills which is huge and ITT Clause 24 Advance Payment after withholding 25% payment for mile stones, the cash available with the consultants 20 On successful award …payable to the successful bidder Tender conditions shall prevail. Guarantee would be very low and totally unworkable It is requested to kindly keep recovery rate @ 10%. Appendix VII /SCC is already mentioning recovery of about 10% (Page 230).

The para says that the advance Payment amount will not exceed 1% of the respective ceiling Appendix XVII/Clause 12/6.4a/Para 2, amount. It implies that Advance payment is allowed 1% of Contract Value (except 21 An advance Payment …. after the effective date Tender conditions shall prevail. Page 230 reimbursable), however Clause 24 says that Advance Payment ceiling is 5%. This appears a typo error and the same may be corrected please. We would like to clarify the definition of Expatriate. We understand that expert with Indian Nationality with international experience as specified in RFP shall be considered as 22 General Expatriate Staff Tender conditions are self explanatory. expatriate. Kindly specify the definition of expatriate staff. This may be considered.

Consultant Personnel: Social Security charges will be reimbursed by Whether Social security charges of all the expats will be reimbursed by the employer? the employer 23 . Clause 4. 4 (e ) Whether Personal Income Tax payable as per Indian Income Tax Act will be reimbursed by Tender conditions are self explanatory. the employer? The above two points may be clarified please.

We understand that CVs of these positions shall not be submitted. Kindly clarify.Also, for Table 1.2 As and when basic staff required for Systems Interface these positions: Can we consider the railways experience as well (Signalling). B. Tech 24 Table 1.2 Page Page 32 Positions Tender conditions are self explanatory. (Computer science) Can we consider this as well.

For Survey and billing profiles - can we look at diploma holders as degree holders are not 25 ITT Part 2- Table 1.1 Page 29-30 Survey and billing/ alignment profiles easily available? Tender conditions are self explanatory.

Page 17 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply For few roles like utility, billing, BIM survey, safeguard- we request you to consider other 26 ITT Part 2- Table 1.1 Page 29-30 Qualification for Non-Engineering positions Please refer Addendum 1. infra projects other than metro as relevant experience. Kindly consider Rights for suspension to be given to Consultant as well. 27 Clause No 2.7 GCC/Page No190 Suspension by Client Tender conditions shall prevail. Kindly consider Variation is not specifically provided for in the Contract. It is requested that variation clause 28 General Variation should be specified by client Tender conditions are self explanatory.

Clause No 3.5b SCC/ Page No 227 Third Party Liability insurance is 4 Crore 29 Third Party Liability insurance to be reduced to INR 1 million Tender conditions shall prevail.

If the panel of arbitrators is selected by the employer, it leads to loss of neutrality in 30 Clause No 14.8.2c SCC/Page No 231 Panel of arbitrators to be construed by Employer selection of Arbitrator at the time of dispute resolution. Tender conditions shall prevail.

Please note that Key staff whose CVs were submitted and evaluated during proposal stage The technical personnel already engaged on post of K1 and K2 and may be replaced due to various practical unavoidable circumstances so we request client Page 47 Evaluation Criteria- Notes to whose CVs were considered for technical evaluation in Metro Line 2B, that only personnel who are presently actually engaged or deployed on the project of Metro 31 Please refer Addendum 1. bidders 7, 4, 5 and 9 of successful bidders, shall not be considered for technical Line 2B,shall not be submitted for Technical evaluation however personnel whose CVs evaluation of GC for Metro Line 10 & Metro Line 12. were submitted but not deployed due to candidate’s own reasons may be submitted for this project.This may be considered please

Developed Country experience and The classification of developed / developing countries shall be as per Developing country experience: Page 44 latest list published by ‘United Nations’. (For developed countries list Kindly provide the list of Developed and Developing countries.The link provide in the RFP Technical Proposal please follow link 32 is now getting opened on website. Please refer Addendum 1. https://www.un.org/development/desa/wpcontent/ uploads/sites/45/publication/WES P2018_Full_Web-1.pdf)

Notes: The exchange rate of foreign currency shall be applicable 28 days before the tender submission date.The approved exchange rate copy of the SBI Bank should be attached with the tender. AND This Looking at practical situation date of bid submission may change so we request that 1.1.3.2 Minimum Eligibility Criteria: will be achieved by converting the Foreign Currency portion into exchange rate for foreign currency should be twenty-eight days before the initial date of Notes 33 Rupees at the selling Rate of Exchange at the close of business of the Tender Submission i.e 21st August 2020. Tender conditions shall prevail. And Financial Proposal State Bank of India on the day twenty-eight days before the latest date Page 24 of Tender Submittal, and then adding the same to the Rupee portion of the Tender.

The bid guarantee referred to in NIT Para 1.1.2 above to be submitted 34 Bid Security/Bid Guarantee/ EMD as detailed out on Page 20. reserves the right to accept or reject any or We understand that there is no Bid guarantee/EMD needs to be submitted. Kindly confirm Tender conditions are self explanatory. all the proposals without assigning any reason whatsoever

Page 18 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

Notes FIRM’S EXPERIENCE Relevant Services carried out in the last ten years. Information to be given only regarding Metro rail projects Kindly clarify that whether eligible assignment should have fees more than Rs 49.58 Crores 35 APPENDIX•III.2 Page 168 Please refer Addendum 1. wherein the consultancy cost of the contract by the single entity/ Group or 89.69 Crores as specified in 1.1.3.2 (Any Partner of the group) is equal or more than INR 49.58 Crores

Relevant services carried out in the eligible projects in the last ten We understand the elevated and/or underground metro projects shall be considered as 36 20.1.1A Page 28 years, which should include elevated and underground metro line Please refer Addendum 1. eligible projects. Kindly confirm projects.

1.1.2-Key details: Date & time of Submission of 37 21/08/2020 up to 1700 hrs We would request you to extend tender submission by 3 weeks i.e by 12th September 2020 Please refer Corrigendum 2. Tender online Page 7

Company Name-SMEC

Since there is lack of resources in market due to various ongoing Metro projects in country. K1 – Professional Key expert shall have minimum 25 years’ 1 Page No 4- Financial Proposal Hence, we request for consideration K1-Professional Key expert with minimum 5 years’ Tender conditions shall prevail. experience with minimum 5 years’ experience in metro project. experience in metro project.

Bidder should get the experience certificate apostled/Notarised from the foreign Embassy in India/wherein the project is executed in Foreign Country,similarly the bidder also has Due to the global pandemic crisis COVID-19, it will be very difficult to get the documents the option of getting the certificate apostilled from the foreign country. We request for consideration of 2 General Apostillation of documents apostle/notarised from the embassy of K1 – Professional Key expert shall have minimum 20 years’ experience with minimum 5 foreign country in Bidder's Country. In years’ experience in metro project. both caases,the project experience thus has to be notarised/apostled from embasssies of client country of qualifying experience in India or in the Bidder's origin country.

We understand that underground (U/G) experience of Metro rail based Urban Mass Rapid Transit System for any metro rail system will also be considered in eligible criteria projects Minimum Eligibility Criteria: (i) At least one “similar work” * of value 3 Page 13, 1.1.3.2 & for Scoring – provided the applicant must be of National/International repute having prior Tender conditions are self explanatory. INR 179.39 crores or more. experience of working as General / Project Consultant for at least one Elevated light rail excluding Trams, medium or large Metro System. RFP Page 14 (Note) Please confirm

Page 19 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

The key posts such as K1 and K2 have thirty percent of staff on the Since our consortium being with various foreign partners who are very keen to pursue this 4 Page 25 – ITT, Board of the company from the last six months from the date of assignment will restrict them from participating. Request to please delete this 30% Tender conditions shall prevail. submission of bid. requirement.

A handful CVs of systems personnel are only available in this competitive & lucrative infrastructure Indian market. This will be very challenging to chase/identify for the 5 General CV Repetition Tender conditions shall prevail. CV.Therefore, we request for a consideration to allow repetition of CVs to the consortiums bidding.

There are evaluated positions which are going to be deployed in the middle or later stage of the project like: • Chief Testing & Commissioning Expert As it 6 Page No 30 - ITT, Table 1.1 Tender conditions shall prevail. very much difficult to hold these experts for such a long time which will lead us toward their replacement Consideration request for not making it mandatory to submit the CV at the time of Bid submission as K1

Performance Guarantee, 50% of the Performance Guarantee shall be released on completion of the contract. Balance 50% of the Kindly reconsider the release of Performance Guarantee as 75 % after completion & 25 % 7 Page 34 - ITT, Tender conditions shall prevail. Performance Guarantee shall be released after two years from the two years from the certified date of commissioning of the project. certified date of commissioning of the project.

Criterion IV (viz. Competent Pool of Key Experts) While evaluating the marks of each category of pool of expert’s 50 percent marks are allotted for this experience of employment with the consortium member and marks will be given as herein: Full marks for 5 years or We request the client to relax the criteria pertaining to marks for eligible assignments & more . Employment with Firm. Request for consideration of; 8 Page 42-43, ITT Tender conditions shall prevail. The remaining 50 percent marks will be given based on association of • Employment with Firm – 2 Yrs. or more, Full Marks the pool expert in each category for the eligible projects in last 10 • Eligible Projects – 2 Nos. or more, Full Marks years. Eligible projects will be those projects which are defined in clause above and marks will be given as herein: Full marks for 5 eligible projects or more

We understand that AMIE qualifications will be considered as equivalent to Engineering 9 Page 43, Educational Qualification, Engineering Graduates in respective field Tender conditions are self explanatory. Graduates. Please confirm.

In view of physically and mentally demanding nature of work requiring continuous involvement of key staff and strict project targets, it is We request you to please relax the criteria to 65 years provided they have been in active 10 Page 44, Clause € Tender conditions shall prevail. required that experts having age less than 58 years be deputed as key service during the last three years. staff.

The technical personnel already engaged on post of K1 and K2 and whose CVs were considered for technical evaluation in Metro Line 2B, We request you to please allow to propose the CV’s which are already engaged in various 11 Page 47,Clause iv) Please refer Addendum 1. 7, 4, 5 and 9 of successful bidders, shall not be considered for technical lines. evaluation of GC for Metro Line 10 & Metro Line 12.

Page 20 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

National & International study tour as well as training of trainers shall, We understand the fee of study tours will be paid from F. Fixed Component (4 Cr) in 12 Page 141, Clause 1.4 Tender conditions are self explanatory. be the responsibility of the GC. Appendix-XVIII-2. Please clarify.

·Additional to be paid on completion of deliverables – 25 % Page 203 - GCC Clause 6.2 – In the better interest of the project and cash flow, we request the client to consider ratio of 13 · Percentage of total value to be paid by MMRDA on instalment basis Tender conditions shall prevail. Remuneration 90-10 % against 75-25 % payment purely against instalments & deliverables – 75 % ·

Page 205 – GCC Clause 6.2 – Testing and Commissioning of the entire system (Maximum Since the project being for civil works we request you to please delete the payment 14 Tender conditions shall prevail. Remuneration percentage allotted to this particular work) – 10% related to testing & commissioning of the entire system.

If GC fails to achieve the mile stone in the stipulated time the instalment payment to the GC will be continued for the extended period and this additional payment made during the extended period will be adjusted in the lump sum payment to be received on There are various tasks that are linked with the progress of contractor and designers. Page 206 – GCC Clause 6.2 (e) - achievement of the mile stone till the same is fully exhausted. In cases Therefore, we request the client to review this clause as there may be various reasons for 15 Tender conditions shall prevail. Remuneration where there is extension beyond the above-mentioned period the delay that may not be attributable due to general consultant. Therefore, we request for a agency shall be paid only 75% of man-month payment at rates quoted consideration of agency shall be paid 100 % of man month payment at rates quoted. and is finally accepted for the deployment of staff / manpower for those particular activities prescribed in the milestone/deliverable table above.

16 Page 228, Appendix XVII, Special conditions of Contract (SCC) Request for consideration of 8 % escalation per annum Tender conditions shall prevail.

17 Drawings Requesting client to share the GAD / Alignments drawings Please refer Addendum 1

Request client to extend the bid submission date by 4 weeks from the issue of queries 18 Submission Date reply, as the expatriate tie-up, completion of bidding documentation work for our foreign Please refer Corrigendum 2. partners to submit a comprehensive and competitive bid needs sufficient time.

Company Name-PADECO We understand that in e-tendering procedure any of the member can purchase the document on behalf of JV/Consortium.Please confirm if uploading of the bid on MMRDA portal can Vol-1, NIT, Pg. 10, 1.1.3.1 (v) Eligible A firm, who has purchased the tender document in their name, can also be completed by any member of the consortium. 1 Applicants submit he tender either as individual firm or in joint Tender conditions are self explanatory. venture/Consortium.

Page 21 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

The overall performance of the tenderer (all members in case of JV/Consortium) shall be examined for the entire ongoing General / Project Consultancy works and works completed within last one year, of value more than INR 89.70 crores. The tenderer shall provide list of all such works in the prescribed Performa given in Appendix-XVII.M (A) of the Form of Tender. In addition, the tenderer shall also submit certificate issued by the client/Employer for satisfactory performance for all these works with respect to completion of work/execution of work (for running 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. The performance certificate issued by the shall also submit certificate Vol-1, NIT, Pg. 11, 1.1.3.1 (v) Appendix- 2 Appendix-XVII.M(A) issued by the client/Employer for satisfactory performance for all these works with respect Tender conditions are self explanatory. XVII.M(A) to completion of work/execution of work (for running 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. The performance certificate issued by the client should not be older than 1st January 2020. If the tenderer or any of the constituent ‘substantial member(s)’ of JV/Consortium does not meet the criteria stated in the Appendix – XVII.M(A), the tenderer including the constituent ‘substantial member(s)’ of JV/Consortium shall be considered ineligible for participation in tender process and they shall be considered ineligible applicants in terms Clause 1.1.3.1 of NIT

T1 –Liquidity We request that Financial Standing for firms under government undertaking/authority Vol-1, NIT, Pg.13,1.1.3.2 (B) Financial 3 T2 - Net Worth should be exempted since public all over the world is considered as a necessity for local Please refer Addendum 1. Standing Annual Turnover transport irrespective of them making profit or loss. Please consider.

The key staff for positions such as K1 and K2 are either working on projects or hired based upon specific requirements.Hence, this clause of having thirty percent of staff on the Board of the company from the last six month from the date of submission of bid may kindly be Vol- 1, Pg. 28 Technical proposal 20.1.1 The key posts such as K1 and K2 have thirty percent of staff on the omitted. Also, all staff proposed now in our technical proposal submission will be employed 4 (D) Permanent Key Staff Board of the company from the last six months from the date of exclusively for this assignment upon award and their original signed LOA’s confirming the The tender conditions shall prevail. submission of bid. same shall be submitted as part of our submission.

Vol-1, ITT, Pg. 43, Notes on Evaluation As per clause 20.1.1 (A) the definition of Eligible Assignment includes both elevated and Methodology Clause 25 (C) Criterion III Experience in the same category or equivalent for at least 5 years in underground systems and hence we believe that for the evaluation of CVs of key staff 5 Please refer Addendum 1 ((viz. Qualification, experience, and relevant field i.e. Elevated Metro projects will earn full marks. professional also both elevated and underground experience shall be considered. Please competence of the key staff to be deployed) confirm

Page 22 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

Notes on Evaluation Methodology Clause 25 (C) Criterion III • Environmental Expert (K2) The task activities for these experts are identical for Metro /Mono/Railway/Major Road or • Social Safeguard Expert (K2) Railway Bridges projects. Hence, we are requesting you to modify current criteria as follow: • Casting Yard Quality Expert (Civil)- Elevated (K2) K2- Professional Key expert shall have minimum 15 years’ experience after completion of 6 Vol-1, ITT, Pg. 43, Please refer Addendum 1 • Utility Expert (K2) full time Graduation with minimum 5 years’ experience in Metro /Mono/Railway/Major K2 – Professional Key expert shall have minimum 15 years’ Road or Railway Bridges projects. experience after completion of full time Graduation with minimum 5 It was also adopted in previous MMRDA metro works RFP. years’ experience in metro project.

Vol-1, ITT, Pg. 30, Table 1.1 Criterion III We understand that ## marked personnel should be Civil Engineers only and as per RFP for • Chief Safety Expert Safety personnel ## mark is not there. Hence, we believe that for Position of Chief Safety 7 ## Marked personnel should be Civil Engineers only Tender conditions are self explanatory. • Senior Safety Expert Expert and Senior Safety Expert having educational qualification of bachelor’s in science will also be consider. Please Confirm.

Vol- 1, Pg. 141 Terms of Reference (Tours …, National & International study tour as well as training of trainers We understand the fee of study tours will be paid from F. Fixed Component (4 Cr) in 8 and Training) Appendix II TOR 1.4 Tender conditions are self explanatory. shall, be the responsibility of the GC. Appendix-XVIII-2. Please clarify.

The progress of the project can be affected by many external and internal parameters which In cases where there is extension beyond the above-mentioned period is beyond GC’s ultimate responsibility, such as environmental/tree transplant clearance, Vol- 1, Pg. 206, 9 the agency shall be paid only 75% of man-month payment at the rates traffic diversion approval, unmapped utilities, detailed design progress, contractor’s Tender conditions are self explanatory. GCC 6.2 (e)Payment for extension period quoted… progress, etc. and hence, we feel it is unfair to reduce the payment during extension period to 75%. We request you to please remove this clause.

Company Name-TPF Engineering We request you to kindly consider the High speed rail and Railways Experience also. We request you to modify the clause as below: *The “similar works” for this contract shall be “General/Project. *The “similar works” for this contract shall be “General/Project Management consultancy works pertaining to Metro rail based Urban Mass Rapid Transit Management consultancy works pertaining to Metro rail based Urban System for any metro rail system/ Railways/ High Speed Railways, involving the work of Mass Rapid Transit System for any metro rail system, involving the preliminary /detailed designs, framing specifications, procurement assistance, drawing up Minimum Eligibility Criteria 1.1.3.2 A / 1 work of preliminary /detailed designs, framing specifications, contract documents, checking designs, project management and supervision including Tender conditions shall prevail. page no: 13 procurement assistance, drawing up contract documents, checking inspection, safety and quality, testing and commissioning.” designs, project management and supervision including inspection, We request you to kindly consider the High speed rail and Railways Experience also. safety and quality, testing and commissioning.”

We request you to consider the experience of Underground Tunnel Metro. We request you Here above Metro Rail Project shall be referred as international to modify the clause as “Here above Metro Rail Project shall be referred as international Minimum Eligibility Criteria 1.1.3.2 A / projects of comparable size, complexity and technical specialty and 2 projects of comparable size, complexity and technical specialty and bidder shall have Please refer Addendum 1. page no: 14 bidder shall have experience of General/Project Management experience of General/Project Management consultancy works for elevated metro rail consultancy works for elevated metro rail project. project/ Underground Metro Rail Project.”

Page 23 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply Company Name-Nippon Koei Minimum Eligibility Criteria: A. Work Experience: The bidder will be qualified only if they have completed work(s) during last ten years ending 31-03-2020 as given below: We request you to kindly modify the referred clause as below: (i) At least one “similar work” * of value INR 179.39 crores or more. “Work Experience” shall be from Completed/Substantially completed/Ongoing Similar 1 Cl.1.1.3.2, Pg. no. 13 OR (ii) At least two “similar works” * each of value INR 112.12 crores Projects during the last 10 (ten) year 31.03.2020. Tender conditions shall prevail. or more. OR (iii) At least three “similar works” * each of value INR 89.69 crores or more.

The consultant will try its best to keep the proposed key personnel but due to unavoidable circumstances/Covid-19 pandemic, several restrictions are in place which may result in to Substantial mobilization of the professional personnel and staff as 2 GC 2.1 Page no.188 non-availability of professional and staff. The Client is requested to accept the replacement Tender conditions shall prevail. required should be completed within the first forty-five days’ period of proposed professional personnel and staff with equivalent or better qualification at same rate of remuneration.

Clause 2.7 (b) shall be inserted wherein the Consultant may, by giving notice of suspension 3 GC 2.7 Page no. 190 Suspension Tender conditions shall prevail. to the Client, suspend the services if the Client fail to make the payment as per the Contract.

Termination by the Employer: 4 GC 2.8.1 Page no. 191 g) If the Employer, in its sole discretion and for any reason whatsoever, This clause shall be deleted. Tender conditions shall prevail. decides to terminate this Contract.

Penalty over safety issues: Every incidents/accidents occurring on the Metro Project Civil construction site and associated facilities shall be informed to the Employer immediately. A penalty will be imposed if found GC's negligence. The maximum penalty imposed on GC for every major incidents/accident occurring on the civil construction site and Non- report of the incidences/accidents will be Rs. 1, 00, 000 (One Lakh Rupees), subjected 5 GC 2.8.7 Page no. 193 Tender conditions shall prevail. associated facilities shall be Rs. 1, 00, 000 (One Lakh Rupees). The to overall penalty under this clause maximum of 2% of the contract value. classification of the incidents/accidents, i.e. whether its major or minor, will be determined by the employer and is binding on GC. Maximum penalty imposed on GC for non- report of the incidences/accidents will be Rs. 1, 00, 000 (One Lakh Rupees), subjected to maximum of 2% of the contract value

The Performance Guarantee shall be valid upto the end of Defect Liability Period. In case of The Performance Guarantee shall be valid for two years beyond the 6 GC 3.11.1 Page no. 197 extension of date of completion of contract, the Contractor shall extend the validity of the Tender conditions shall prevail. certified date of commissioning of the project Bank Guarantee(s) until the revised end of Defect Liability Period.

Page 24 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

In the event of any defect coming to the notice of the Employer during the two year period from the certified date(s) of completion and 7 GC 3.11.3 Page no. 197 commissioning of a phase/phases of the project and in the eventuality This clause should be deleted. Tender conditions shall prevail. of the consultant failing to rectify the same, the Employer will forfeit the amount of the performance guarantee.

If the key personnel are required to be replaced on the instructions of the Employer, or on its own by the consultant at the time of initial deployment or the key personnel are replaced by the consultant after initial deployment (including the key personnel for whom CV were not required to be submitted along with the proposal), for the reasons other The Consultant will try their best to continue with the existing staff. However, due to than death, prolonged illness requiring change of physical location unavoidable circumstances, there may be some replacement of experts. Since, the consultant 8 GC 4.4 (d) Page no. 199 which shall be duly certified by a medical practitioner registered with will provide the candidate with equivalent or better qualification, there should not be any Tender conditions shall prevail. Government Authority, remuneration to the key personnel will be reduction of remuneration. Further, such clause is not available in the RFP’s based on reduced by 5% for each replacement. This reduction shall not be WB/JICA/ADB and other funding agencies. applicable if the replacement is asked by MMRDA. However, in case replacement of the key personnel happens more than 10% every year, there will be penalty of 0.25% per year in the respective year of overall man months (i.e. contract value) payable to the GC

(a) This limitation of liability shall not: i) affect the Consultant’s liability, if any, for damage to Third Parties caused by the Consultant Third Party Liability shall be limited to the Third Party Liability Insurance under Risk 9 SC 6 (a) Page no. 227 Tender conditions shall prevail. or any person or firm acting on behalf of the Consultant in carrying out Coverage provided under SC 7 (b) (page no. 227). the Services;

Company Name-Louis Berger

The Independent Engineer assignments undertaken for Metro rail projects that are The overall performance of the tenderer (all members in case of developed on PPP basis involves work of review of designs, inspection and monitoring of JV/Consortium) shall be examined for the entire ongoing General / construction works, review and monitoring of safety and quality, inspection and testing of 1 Vol-1, Page-11 Project Consultancy works and works completed within last one year, rail systems (rolling stock, S&T, AFC, Traction, E&M), review inspection and monitoring Tender conditions are self explanatory. of value more than INR 89.69 crores of O&M. We therefore request that assignments related to Independent Engineer for Metro Rail Projects having value more than INR 89.69 crores should also be considered under this criterion of General / Project Consultancy works

Page 25 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

Minimum Eligibility Criteria: *The “similar works” for this contract shall be “General/Project The Independent Engineer assignments undertaken for Metro rail projects that are Management consultancy works pertaining to Metro rail based Urban developed on PPP basis involves work of review of designs, inspection and monitoring of Mass Rapid Transit System for any metro rail system, involving the construction works, review and monitoring of safety and quality, inspection and testing of 2 Vol-1, Page 13, clause -1.1.3.2 work of preliminary /detailed designs, framing rail systems (rolling stock, S&T, AFC, Traction, E&M), review inspection and monitoring Tender conditions are self explanatory. specifications,procurement assistance, drawing up contract documents, of O&M. We therefore request that assignments related to Independent Engineer for Metro checking,designs, project management and supervision including Rail Projects having value more than INR 89.69 crores should also be considered under this inspection, safety and quality, testing and commissioning.” criterion of General / Project Consultancy works

Here above Metro Rail Project shall be referred as international projects of comparable size, complexity and technical specialty and 3 Vol-1, Page 13, clause -1.1.3.2 We request you that project execute in india should also be considerate under this criteria. Please refer Addendum 1. bidder shall have experience of General/Project Management consultancy works for elevated metro rail project.

b) Experience in the assigned task (Weightage: 50% for expatriates, 65 % for others). Similar to the eligible projects as mentioned on page 28, clause-A, wherein both elevated 4 Vol-1, Page-43, Criteria-III, clause-b • Experience in the same category or equivalent for at least 5 years in and underground metro line projects are considered, we request you that for the staff as well Tender conditions shall prevail. relevant field i.e. Elevated Metro projects will earn full marks the experience of Metro projects both Elevated and Underground should be considered

b) Experience in the assigned task (Weightage: 50% for expatriates, 65 % for others). Experience in the same category or equivalent for at For the candidates experience, we request you to consider the Elevated Mono rail projects 5 Vol-1,page 43 least 5 years in relevant field i.e. Elevated Metro projects will earn full Tender conditions shall prevail. as well under this criteria for the staffing marks

The requirement of Competent Pool of Key Experts is to showcase the technical support to the bidder from the wider international organization. We therefore request that the bidder 6 Vol-1, page 45, clause-D Criterion IV (viz. Competent Pool of Key Experts) Tender conditions are self explanatory should be allowed to submit competent pool of key experts from the bidders Parent/Group companies .

List of Task / Position • Environmental Expert As per the tasks required to be delivered by these positions, it is not necessary for the 7 Vol-1, Page 30, Point-f, g, h • Utility Expert experience to be in a Metro Rail project. We therefore request that specific experience of Please refer Addendum 1. • Social Safe guard Expert candidates for these positions should be relaxed to 5 years in major infrastructure project.

Country experience (15 % {applicable for expatriates only}) We understand that all relevant experience here includes Metro Projects both elevated and 8 Vol-1, Page 44 For this purpose, all relevant experience (not ncessarily in the position Tender conditions are self explanatory Underground. Please clarify concerned) will be counted.

a. K1 – Professional Key expert shall have minimum 25 years’ Similar to GC for and &9 systems, we request you to consider minimum 20 9 Volume -2, Appendix-XVIII-2, Note-1.a Tender conditions shall prevail. experience with minimum 5 years’ experience in metro project years’ experience with minimum 5 years’ experience in metro project

Page 26 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

The key posts such as K1 and K2 have thirty percent of staff on the The requirement of 30% key post (K1 & K2) to be employess of the bidder of the last 6 10 Vol-1,Page 28 clause 20.11.D Board of the company from the last six months from the date of months be relaxed to 20% or less. This is because of scarcity of experience technical staff in Tender conditions shall prevail. submission of bid. the Metro Rail Market.

We understand that Graduate in Civil Engineering / Construction Engineering 11 Vol-1, page-31 Marked personnel should be Civil Engineers only. Tender conditions are self explanatory /Construction Technology will be considered as similar education

Bidder should get the experience certificate apostled/Notarised from the foreign Embassy in India/wherein the project is executed in Foreign Country,similarly the bidder also has All such documents of proof certificates should be apostilled from the Due to the current pandemic situation, apostilling of documents has been either stopped or the option of getting the certificate 12 Vol-1, Page-14, Note country in which it was certified or work done are delayed. We therefore request you for relaxation in this clause. apostle/notarised from the embassy of foreign country in Bidder's Country. In both caases,the project experience thus has to be notarised/apostled from embasssies of client country of qualifying experience in Indi or in the Bidder's origin country.

In addition, the tenderer shall also submit certificate issued by the client/Employer for satisfactory performance for all these works with You would appreciate the fact that due to the current pandemic situation; it is extremely respect to completion of work/execution of work (for running works) difficult to get the updated certificates as client officials are working with limited capacity. 13 Vol-1, Page -11, Note failing which their tender submission shall not be evaluated and the Hence, we request you for relaxation for submission of updated certificate. We request Tender conditions shall prevail. tenderer shall be considered non-responsive and non-compliant to the MMRDA to consider certificates issued in last one year but those fulfilling the requirements tender conditions. The performance certificate issued by the client of RFP. should not be older than 1st January 2020.

d) Chief Billing Expert e) Senior Billing Expert Chief Billing Expert@@ ## e) Senior Billing Expert@@ ## Marked personnel should be Civil Engineers only. @@ Marked personnel should have experience in billing section for at- We understand that in case of billing experts the requirement of having elevated metro for 5 14 Vol-1,page 29 Tender conditions are self explanatory least one large infrastructure project amounting 100 Crs spanning over years is not mandatory. Please clarify 3 years. The overall years experience for this position will be same as mentioned for other K1 and K2 positions

Page 27 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

In the better interest of the project and cash flow, we request the client to consider ratio of 15 Vol-1, page-203- Scope/Deliverables Milestone payment Tender conditions shall prevail. 90-10 % against 75-25 % payment purely against instalments & deliverables

This Contract shall come into force and be effective from the date of Vol-1,, 2.1 GCC Effectiveness of Contract signing the Contract. Substantial mobilization of the professional We request that the RFP should mention a longstop date for signing the Contract, beyond 16 Tender conditions shall prevail. Page 188 personnel and staff as required should be completed within the first which there should be a provision for the consultant to adjust the prices forty-five days’ period.

Vol-1,, 2.6.1 (a) GCC Force Majeure Page For the purposes of this Contract, “Force Majeure” means an event Please confirm and clarify that the FM event also includes spread of Epidemic /Pandemic. If 17 Tender conditions are self explanatory. 188 which is beyond the reasonable control of a Party not, we request that the same should be included in the Clause

Without assuming the responsibilities of the employer or the consultants, Bank (if applicable) may monitor the services as Vol-1, 1.11 GCC Monitoring by Bank Page necessary in order to satisfy itself that it is being carried out in Please clarify if the Consultants are liable towards Bank to get approvals or certification of 18 Tender conditions are self explanatory. 187 accordance with appropriate standards and is based on acceptable data. invoices. As, appropriate, Bank (if applicable) may take part in discussions between the employer and the consultants.

Vol-1, 7.18 Appendix I-1 Institutional GC will be responsible for the overall progres and completion of We understand that GC’s responsibility is limited to the GC’s scope of services as per ToR 19 Tender conditions are self explanatory. Arrangements Page 52 project. in the RFP. Please clarify.

As regards the Operation and Maintenance of Metro Line 10 (Gaimukh Vol-1, 1.3 TERMS OF REFERENCE FOR – Shivaji Chowk (Mira Road)) & Metro Line 12 (Kalyan – Taloja) of 20 GENERAL CONSULTANT (GC) Mumbai Metro Rail Project of MMRDA, the contracting authority will We understand that MMRDA is the Contracting Authority. Please clarify. Tender conditions are self explanatory. Appendix II Page 141 decide on an appropriate arrangement in due course for which GC will render necessary advice to MMRDA.

Vol-1, 2.0 TERMS OF REFERENCE FOR We understand that GC’s role will be limited to coordination with authorities. We further Coordination with various authorities for successful implementation of 21 GENERAL CONSULTANT (GC) understand that the responsibility of getting any approvals from these authorities will be of Tender conditions are self explanatory. the Project. Appendix II Page 144 MMRDA. However, GC will assist MMRDA during the course of getting these approvals.

Page 28 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

Every incidents/accident occurring on the Metro Project Civil construction site and associated facilities shall be informed to the Employer immediately. A penalty will be imposed if found GC's negligence. The maximum penalty imposed on GC for every major incidents/accident occurring on the civil construction site and The parameters of determination of GC’s negligence are not mentioned, which need to be Vol-1, clause -2.8.7 GCC Penalty over 22 associated facilities shall be Rs. 1, 00, 000 (One Lakh Rupees). The specified as incidents of negligence on GC’s part. Further, the penalty imposed on GC in Tender conditions shall prevail. safety issues Page 193 classification of the incidents/accidents, i.e. whether its major or such a situation shall be covered by insurance. Please clarify. minor, will be determined by the employer and is binding on GC. Maximum penalty imposed on GC for non- report of the incidences/accidents will be Rs. 1, 00, 000 (One Lakh Rupees), subjected to maximum of 2% of the contract value.

Time limit for completion of contract for GC services is 48 months (Forty-Eight months). However, if required, the contract shall be extended beyond the stipulated time period by a period of 12 months. It is proposed that for the extended period of 12 months, the revised fee structure with Vol-1, clause 9 (d) GCC Extension of time 23 In that case, for extended period of 12 months, the General Consultant reasonable increase of payment should be considered for General Consultancy services. Tender conditions are self explanatory Page 209 will carry out the required General Consultancy services at the same Please clarify. fee structure, with the same terms and conditions of contract

……In cases where there is extension beyond the above-mentioned period the agency shall be paid only 75% of man-month payment at The progress of the project is highly affected by many factors beyond GC’s ultimate Vol-1, clause 6.2 (e) GCC Remuneration rates quoted and is finally accepted for the deployment of staff / responsibility, such as environmental/tree trance plant clearance, traffic diversion approval, 24 Tender conditions shall prevail. Page 206 manpower for those particular activities prescribed in the uncharted unities, detailed design progress, contractor’s progress. Please replace 75% with milestone/deliverable table above. 95%.

In case of sole Arbitrator, the Employer shall prepare a Panel of three Engineers or Experts with the requisite qualifications or professional experience relevant to the field to which the dispute relates, out of which the General Consultant will chose one, who will be appointed as the Sole Arbitrator. For Vol-1, clause 8.2 (b) SCC Nomination of forming the Arbitration Panel, the Employer shall make out a panel of Arbitrators Page 231 It is proposed that a dispute escalation clause with representatives of both parties should be 25 five Engineers or Experts with the requisite qualifications or Tender conditions shall prevail. ensured for transparent procedure of Arbitration. professional experience relevant to the field to which the dispute 8.2 © relates. The Employer and the General Consultants shall choose one Arbitrator each from the above panel and two so chosen, shall choose the third Arbitrator from the above panel only, who will act as the "Presiding Arbitrator” of the Arbitration panel.

Page 29 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

For Post-Graduation in Engineering, the assigned 10% marks is considered very high for K1 & K2 staff with 20 years and 15 years’ experience respectively, as metro experts or 26 Vol. I, 2.1. e(i) of Table 1.1, page 30 Alignment Engineer should be civil engineer only railway experts in this country with long service requirements are generally not having post- Tender conditions shall prevail. graduate degree. This may be reduced to 2 to 3%. Subsequent replacement due to resignation of original candidate being post-graduate, poses great problems.

For Post-Graduation in Engineering, the assigned 10% marks is considered very high for K1 & K2 staff with 20 years and 15 years’ experience respectively, as metro experts or 27 Vol. I, 25 A. V C (a) page 43 28. Educational Qualifications railway experts in this country with long service requirements are generally not having post- Tender conditions shall prevail. graduate degree. This may be reduced to 2 to 3%. Subsequent replacement due to resignation of original candidate being post-graduate, poses great problems.

For many disciplines, especially track, OHE, signal, telecommunication, rolling stock, etc. 28 Vol. II, 1) (a) & (b) Page 4 Minimum 5 years metro experience” experts that too, with more than 25 years’ experience are easily not available. We request Tender conditions shall prevail. that experience of Railways may also be permitted in place of metro experience.

• You would appreciate the fact that the current pandemic situation is causing some hurdles 29 General Last date of Submission is on 21/08/2020 in the working procedures. In view of this for such a MEGA project, we request you to Please refer Corrigendum 2. provide at-least 2 weeks’ time for preparing proposal after reply to pre-bid queries is issued

Company Name-BARSYL

Eligable applicant point no. (vi) The overall performance of the We need clarification from the client that "entire ongoing General / Project Consultancy tenderer (all members in case of JV/Consortium) shall be worksand works completed within last one year " Means only we need to submit Metro examined for the entire ongoing General / Project Consultancy works Projects are also need to submit from other sector like railway, airport,port,water etc having 1 Volume I, Clause 1.1.3.1, Pg. 11, Tender conditions shall prevail and works completed within last one year, of value more than INR value more than INR 89.70 Crores. For Project completed earlier in a year , its difficult to 89.70 crores...... The performance certificate issued by the client get performance certificate again.Request you to please relax his requirement for completed should not be older than 1st January 2020. project.

Minimum Eligibility Criteria: Work Experience: The bidder will be qualified only if they have completed work(s) during last ten years ending 31-03-2020 as given below: I. At least one “similar work” * of value INR 179.39 crores or more. We request kindly consider projects of at least three similar works each of value INR 65 2 Volume I, Clause 1.1.3.2, Pg. 13, OR crores, so of for boutique companies in this segment which might be smaller in project cost Tender conditions shall prevail. II. At least two “similar works” * each of value INR 112.12 crores or but rich in experience more. III. At least three “similar works” * each of value INR 89.69 crores or more

Page 30 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply Minimum Eligibility Criteria: For work experience we request you to consider projects of both which are substantially Work Experience: The bidder will be qualified only if they have 3 Volume I, Clause 1.1.3.2, Pg 13, completed works/completed works which serve the same experience and meet the Tender conditions shall prevail. completed work(s) during last ten years ending 31-03-2020 as given requirement . below:

The project having all the services mentioned in the similar works is from single project or it could by match from multiple projects also. The “similar works” for this contract shall be “General/Project For example, if in Project A Consultant involved for preliminary /detailed designs, framing Management consultancy works pertaining to Metro rail based Urban specifications, procurement assistance, drawing up contract document until finalization of Mass Rapid Transit System for any metro rail system, involving the Contractor. 4 Volume I, Part 1, Clause 1.1.3.2, Pg. 13-14 work of preliminary /detailed designs, framing specifications, And in other Project B provides services of project management and supervision. Tender conditions are self explanatory. procurement assistance, drawing up contract documents, checking In this case, designs, project management and supervision including inspection, 1. Is Project A alone eligible? safety and quality, testing and commissioning. 2. Is Project B alone eligible? Or 3. Project A & B together will be eligible? Please clarify.

In this notes it is mentioned that prior experience of working as General/ Project Consultant Notes: The applicant must be of National/International repute having for at least one Elevated light rail system excluding Trams, medium or large metro system. prior experience of working as General / Project Consultancy for at 5 Volume I, Part 1, Clause 1.1.3.2, Pg 13, Would you please elaborate the meaning of Elevated Light Rail and what kind of project Tender conditions are self explanatory. least one Elevated light rail excluding Trams, medium or large Metro comes under? And why medium or large metro system is excluded. System

Cost of Tender Document INR 10,000 +GST (18 %) Non- Refundable. Tender Document can be downloaded for reference purpose from the Tendering Portal of MMRDA during the period mentioned in the tender notice. Interested 6 Volume I, Part 1, Clause 1.1.2, Pg 8 We request you to kindly exempt Tender Document Fee for MSME registered firms Tender conditions shall prevail. Bidders have to make online payment of Tender Fee using online payment gateway during bid preparation. Tender Fee receipt can be system generated during bid preparation by the Bidder

7 Volume I, Part 1, Clause 1.1.2, Pg 8 Extension of Bid Submission date Please extend the bid submission date by at least 3 weeks’ time from current date. Please refer Corrigendum 2.

Page 31 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

Company Name-AECOM

Refer Cl 6.2 (e ), You will appreciate that such major infrastructure projects may run into extension of time and that too for reasons not linked with the performance of GC. The time extensions on such projects are always commensurate with suitable escalation in the remuneration and reimbursable expenditures so as to enable the Consultant to overcome the heat of inflation. Reduction of 25% of remuneration will If GC fails to achieve the mile stone in the stipulated time the leave the Consultant in a state of financial hardship and will adversely affect his ability installment paymentto the GC will be continued for the extended to maintain resources on the Project besides causing him serious penalization on period and this additional paymentmade during the extended period financial front. This is to mention that in GC of & 2B the holding amount was 15% will be adjusted in the lump sum payment to bereceived on which may bestill manageable, you can verify with other GC Consultants where achievement of the mile stone till the same is fully exhausted. In MMRDA is holding 25% howtough is to manage the salaries of staff. This holding payment 1 Volume-1, Cl 6.2 (e) Pg No. 206 Tender conditions shall prevail. caseswhere there is extension beyond the above mentioned period the and linking with progress of contracts existsonly in MMRDA and no any other client in agency shall bepaid only 75% of man-month payment at rates Metro Industry is having such conditions. Therefore we request MMRDA for better cash quoted and is finally accepted forthe deployment of staff / manpower flow please remove this clause.QUERY 2There seems contradiction under clauses 6.2 (e for those particular activities prescribed in themilestone/deliverable ), 9 (a), (d) and (e ) While the RFP mentions reduction in remuneration under 6.2 (e ), table above there seems mention of suitable escalation under Cl 9(a) which again gets strike over by 9 (d) which states no escalation for further extension of 12 months , the provision of which is getting contradicted by 9 (e )which confirms escalation of office rent.Please therefore clarify the exact provision with regards to 1. Extension of time 2. Escalation in fee (both remuneration and reimbursable)3. Waive off of the recovery mention under Cl 6.2 (e )

GC will plan and arrange for training of personnel of MMRDA We request MMRDA to kindly inform the place of supplier’s premises. Please define deployed for operation and maintenance of various equipment’s the size of the team for MMRDA that needs to be trained by the GC which will and plants at the suppliers’ premises. GC will also plan and arrange help the bidders to cost for it appropriately. Please confirm GC scope of training is 2 Clause 7.11, page 51 Tender conditions are self explanatory. training of the personnel in operation and maintenance of the to arrange, plan etc. but the Contracts shall provide the actual Training. However we request system, as a whole. There will be no separate payment for training. The MMRDA to reimburse such Cost on actual basis as it may be very difficult to estimate this price for the same is deemed to be included in the bidder’s offer cost at present.

We understand that Indian national expert worked in Experience in the same category or equivalent for at least 5 years in 3 Volume 1,Criterion III(d) Page 43 Developed/developing countries more than 5 years shall be considered as an Tender conditions are self explanatory. relevant, field i.e. Elevated Metro projects will earn full mark expert. Please confirm. We request you to please provide atleast 3 weeks for bid submission from the last date of 4 Submission Date Please refer Corrigendum 2. clarification

Page 32 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply The task activities for geotechnical expert are identical for any infrastructure projects related to metro, elevated highways, bridges, flyovers, ROBs, tunnel and similar structures projects including metro works. Hence, we request the client change the eligibility 5 Geotechnical Expert criteria from minimum 5 years metro to minimum 5 years in any infrastructure Please refer Addendum 1. projects related to metro, elevated highways, bridges, flyovers, ROBs, tunnels, and similar structures projects. eligibility criteria from minimum 5 years’ metro to minimum 5 years in any infrastructure projects.

The task activities for Environment expert are identical for any infrastructure 6 Environment Expert projects. Hence, we request the client change the eligibility criteria from minimum 5 Please refer Addendum 1. years’ metro to minimum 5 years in any infrastructure projects.

The task activities for Social Expert are identical for any infrastructure projects. Hence, we 7 Social Expert request the client change the eligibility criteria from minimum 5 years’ metro to Please refer Addendum 1. minimum 5 years in any infrastructure projects

The task activities for Utility Expert are identical for urban infrastructure 8 Utility Expert projects. Hence, we request the client change the eligibility criteria from minimum 5 Please refer Addendum 1. years’ metro to minimum 5 years in urban infrastructure projects.

The task activities for Launching Expert are identical for any infrastructure projects related to metro, elevated highways, bridges, flyovers, ROBs and similar structures projects including metro works. Hence, we request the client change the eligibility 9 Launching Expert Tender conditions shall prevail. criteria from minimum 5 years metro to minimum 5 years in any infrastructure projects related to metro, elevated highways, bridges, flyovers, ROBs and similar structures projects.

The task activities for Casting Yard Expert are identical for any infrastructure projects related to metro, elevated highways, bridges, flyovers, ROBs and similar structures projects including metro works. Hence, we request the client change the eligibility 10 Casting Yard Expert Tender conditions shall prevail. criteria from minimum 5 years metro to minimum 5 years in any infrastructure projects related to metro, elevated highways, bridges, flyovers, ROBs and similar structures projects.

The task activities for Senior Survey Expert are identical for any infrastructure projects related to metro and railways. Hence, we request the client change the 11 Senior Survey Expert Tender conditions shall prevail. eligibility criteria from minimum 5 years metro to minimum 5 years in any infrastructure projects related to metro and railways.

Page 33 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

The task activities for EHV/HTExpert are identical for any infrastructure projects related to metro, railwaysand State Electricity Departments/Companies. Hence, we 12 EHV/HT Electrical Expert request the client change the eligibility criteria from minimum 5 years metro to minimum Please refer Addendum 1. 5 years in any infrastructure projects related to metro, railwaysand State Electricity Departments/Companies etc.

Company Name-Yuksel proje

The tenders for this contract will be considered only from Please allow wholly owned subsidiaries of International firms in India to submit this those bidders(proprietorship firms, partnerships firms, application and claim the experience (Technical & Financial) of it’s Parent Firm. The 1 Clause 1.1.3.1, Volume I,Pg. 10 companies, corporations,consortia or joint ventures) who fulfill Parent firm can give an undertaking that they will provide all necessary Tender conditions shall prevail. requisite eligibility criteriaprescribed in the sub-clauses of Clause technical support and be responsible for the work done by it’s subsidiary. This is 1.1.3 of NIT followed by Clients in India like the RVNL

Here above Metro Rail Project shall be referred as international projects of comparable size, complexity and technical specialty Please clarify whether this means that out of all the metro rail assignments 2 Clause 1.1.3.2, Volume I,Pg. 14 Tender conditions are self explanatory. and bidder shall have experience of General/Project Management showcased by us,anyone should be for an elevated metro. Kindly confirm. consultancy works for elevated metro rail project.

Candidates for these positionshave been generally on intermittent positions in Indian Environmental Expert and Social Safeguard Criterion III, For non-engineering posts. 5 years in relevant field i.e. GC/ PMC assignments. They cannot show 5 yrs experience in only elevated projects. 3 Tender conditions shall prevail. Expert,Volume I,Pg 43 Elevated Metro projects will earn full marks. Hence, kindly allow all kinds of Metro / Railway project experience to be shown for this position

VII Reports and Documents Printing (to be paid as per Kindly check the no. of volumes to be submitted. They seem to be incorrect for 4 BoQ Sr. No. VII, Volume II, Pg. Please refer Addendum 1. ‘actuals’) some of the submissions.

Table 1.1., Volume I, Pg. 30& Table 1.2, Safeguard Expert (h) on Pg. 29 can be the same candidates as for the Sr. Environment 5 Environmental Expert & Social Safeguard Expert Tender conditions are self explanatory. Pg. 32 Expert (13) and Sr. Social Safeguard Expert (14) on Pg. 32

Company Name-TCE Volume 1- NIT # 1.1.2 Key details / Page 7 Estimated cost of consultancy work is not provided in the RFP. Requested to kindly 1 Regarding Approximate cost of work. Tender conditions are self explanatory. / 8 confirm.

i. The tenders for this contract will be considered only from those Volume 1 Technical Proposal 1.1.3.1 (i) We understand that the consortium will be of ‘Unincorporated’ type i.e not required to be 2 bidders (proprietorship firms, partnerships firms, companies, Tender conditions are self explanatory. Eligible Applicants: Page 10 registered as a legal entity, since this is a Consultancy assignment. Kindly clarify. corporations, consortia or joint ventures…

Page 34 Sr.No Clause No.page no RTGS/NEFT Details: RFP exising conditions Query of tenderer MMRDA's Reply Name of Beneficiary: MMRD FUND Volume 1 Technical Proposal 1.1.2 Key Bank Name: Bank of Maharashtra We request you to inform the Bank Account Type eg. Savings account, current account, details: Branch Name: Bandra (East) 3 cash credit account?. This detail is required while making the NEFT registration and Please refer Addendum 1. Cost of Tender document,Page 7 IFSC Code: MAHB0000164 payment. MICR Code: 400014043 Account No. : 60259778998

Volume 1 Technical Proposal 1.1.9 (d) It is mentioned as deleted.We understand that is no EMD required to be submitted for this 4 EMD Please refer Corrigendum 2. ,page 19 tender.Kindly confirm

*The “similar works” for this contract shall be “General/Project 1) We request you to include interurban railway also Management consultancy works pertaining to Metro rail based Urban 2) It is not practice as per GC/PMC projects to have Preliminary / detailed design for all Mass Rapid Transit System for any metro rail system, involving the Volume 1 Technical Proposal 1.1.3.2 components of the metro system in same project and it could be part of some systems 5 work of preliminary /detailed designs, framing specifications, Tender conditions shall prevail. Minimum Eligibility Criteria:,13 related component. If the preliminary/basic/detailed design for systems is carried out by any procurement assistance, drawing up contract documents, checking JV Member, we request you to accept the same. designs, project management and supervision including inspection, safety and quality, testing and commissioning.

*The “similar works” for this contract shall be “General/Project We request you to allow the consortium/JV to meet the similar work requirement jointly in Management consultancy works pertaining to Metro rail based Urban multiple project contracts during past 10 years, including any ongoing contract, as long as Mass Rapid Transit System for any metro rail system, involving the .Volume 1 Technical Proposal 1.1.3.2 one of the project contract submitted meets the value requirement and is carried out for a 6 work of preliminary /detailed designs, framing specifications, Tender conditions shall prevail. Minimum Eligibility Criteria: 13 Metro rail based Urban Mass Rapid Transit System for any metro rail system. This will procurement assistance, drawing up contract documents, checking enable the experience gained in scope of services in DDC contracts such as detailed design, designs, project management and supervision including inspection, procurement etc by DDC to be available for this project and benefit it. safety and quality, testing and commissioning.

It is mentioned that experts have minimum 25 years of experience, however it is unclear Volume 1 Technical Proposal # Attachment- whether this apply only to K1 position or K2 also? Please clarify. “The experts shall be minimum professional Graduates with 25 years 7 1: Summary Evaluation Sheet / Section -D: Also, we understand that the minimum educational qualification requirement is Graduate Tender conditions are self explanatory. professional experience.” Criterion IV / Page 45 degree and Master degree or post-graduation is not mandatory for any of the positions.

If the tenderer or any of the constituent ‘substantial member(s)’ of JV/Consortium does not meet the criteria stated in the Appendix – XVII.M(A), the tenderer including the constituent ‘substantial We request you to clarify whether each member of the JV/Consortium is required to meet Volume 1 Technical Proposal 1.1.3.1 (vi) member(s)’ of JV/Consortium shall be considered ineligible for this criteria (value more than INR 89.70 crores) or it will suffice if any one member of the 8 Please refer Addendum 1. Eligible Applicants: Page 11 participation in tender process and they shall be considered ineligible JV/Consortium can meet this criteria. Kindly clarify and if so, kindly amend the wordings applicants in terms Clause of this clause accordingly. 1.1.3.1 of NIT.

Page 35 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

….and each of other members must have participation of at least 10%, each in the Consortium/Joint Venture…. The two clauses are clashing. Kindly clarify. Volume 1 Technical Proposal 1.1.3.1 (ii) And 1.1.3.1 (ix b) 9 Tender conditions are self explanatory. Eligible Applicants: Page 10 …Partners having less than 20% participation will be termed as nonsubstantial partner and will not be considered…

“Total length of this extension is 9.209 km. Major portion of the Volume 1- Project Summary # 0.4.2 section is elevated, at few locations underground section by NATM is Alignment / Page 66 / 67 Please refer Executive Summary of 10 proposed.” “Underground Construction For the small underground Kindly confirm the length of NATM portion. RFP. section running under the hills, New Austrian Tunneling Method (NATM) of the underground construction can be employed.”

Generally four types of Superstructure are used for construction of elevated section of Metro Corridor, i.e. (i) Segmental Box Girder, (ii) Segmental U Girder, (iii) I Girder and (iv) Double U Girder, depending upon characteristic of the corridor such as traffic congestion on roads, available working space, etc.” Kindly confirm if standard pre-approved detailed design of Double U-Girder is readily Volume 1- Project Summary 0.4.6.4 11 “In case of this extension of Mumbai Metro from Gaimukh to Shivaji available with MMRDA or it yet to be designed by DDC and shall be proof checked by Tender conditions are self explanatory. Viaduct–Elevated Structure Page 68 Chowk (Mira Road), it is suggested to use Double U-Girder in the GC? superstructure upto radius 300m.”

12. 6.4(a) The following provisions shall apply to the advance payment and the advance payment guarantee. Kindly clarify whether it is one percent or 10% since recovery is mentioned @ 10% from An advance payment of (#) in foreign currency and of (#) 12 Volume 1 12. 6.4(a) Page 230 each interim bill. Since PBG will also be provided, excess recovery will lead to duplication. Tender conditions are self explanatory. ______in local Kindly clarify. currency not exceeding one percent….

We request you to allow the PBG and ABG for the required amount to be split and 13 Volume 1 23 and 24 Page 37 Performance Guarantee and Advance Payment Guarantee Tender conditions shall prevail. submitted by the individual members of the Consortium / JV in the respective currency.

Force Majeure – Definition Kindly include the underlined causes also in the sentence: ….or other adverse weather 14 Volume 1 2.6.1 Page 186 …..or other adverse weather conditions, epidemic, pandemic, strikes…… Tender conditions shall prevail. conditions, strikes,…..

Page 36 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply In the event of suspension of the Agreement for any reason, Consultant shall be entitled to: a) Payment for the services rendered till the date of such suspension.If the reasons/causes for Suspension are not attributable to Consultant, CLIENT shall in addition to point ‘a’ above, compensate Consultant with ‘b’ and ‘c’ as under: b) An extension of time for any such delay, if completion is or will be delayed and c) Any additional cost that Consultant may incur due to such suspension e.g. demobilisation costs etc. After giving at least 14 days’ notice to the Client, the Consultant may, by a further notice of at least 42 days, terminate the Agreement, or at his discretion, without prejudice to The Employer may, by written notice of suspension to the Consultant, the right to terminate, may suspend or continue suspension of performance of the whole or suspend all payments to the Consultants hereunder if the Consultants part of the Services: (a) when 28 days after the due date for payment of an invoice he has fail to perform any of their obligations under this Contract, including not received payment of that part of it which has not by that time been contested in writing; the carrying out of the Services, provided that such notice of or (b) when Services have been suspended and the period of suspension have exceeded suspension (i) shall specify the nature of the failure, and (ii) shall 182 days. When the reasons of Suspension are not attributable to Consultant, if Suspension 15 Volume 1 2.7 Page 187 request the Consultants to remedy such failure within a period not Tender conditions are self explanatory. is revoked within 60 days since the date of notice of Suspension, Consultant shall exceeding thirty (30) Days after receipt by the Consultants of such commence the services with same commercial Terms in this Agreement. However, if the notice of suspension. Such suspension may be revoked on proof of Suspension is revoked after 60 days since the date of notice of Suspension, Consultant has remedial action by the consultant to the satisfaction of the Employer. right to resume the services with revised terms & conditions of this Agreement. However, if such revised terms & conditions cannot be mutually agreed between the Parties, Consultant has the right to terminate this Agreement with an immediate effect.

FACILITIES TO BE PROVIDED BY THE EMPLOYER (i) MMRDA shall not provide any office space for the GC. They shall have to arrange for their facilities at their own. Necessary costing for Kindly we request MMRDA to provide office for Consultant Engineer’s or to make an 16 (Volume 1) Page No. 215 of 262 Tender conditions shall prevail. the same shall be made in the arrangement by the Contractor for the office space at site. Financial Bid [Volume 2] of the tender document

3.2.5 For a period of one year after the expiration of this Contract, the Consultants shall not engage, and shall cause their Personnel as well as their Sub-consultants and their personnel not to engage, in the activity Volume 1 Clause 3.2.5 Page No 195 of 262 of a purchaser (directly or indirectly) of the assets on which they 17 advised the Employer under this Contract nor in the activity of an Kindly elaborate this point. Tender conditions are self explanatory. adviser (directly or indirectly) of potential purchasers of such assets. The Consultants also agree that their affiliates shall be disqualified for the same period of time from engaging in the said activities.

6.2.7 Period of Commissioning of Metro Lines Volume 1 Clause No .6.2.7 Page No 164 of Estimated duration of commissioning of the Metro Line 10 and Metro Kindly indicate whether the DDC for Metro Line 10 and Metro Line 12 are already 18 Tender conditions are self explanatory. 262 Line 12 are 36 months and 48 months respectively for the entire appointed?What is the design period for Metro Line 10 & Metro line 12? Project

Page 37 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply D) Remuneration to the GC will be in two components, first component will be paid in regular installment and second component will paid on the achievement of the mile 19 Clause 6.2 Remuneration Page No 203 stone as mentioned herein under: - [Each linked Milestones - Payment We request to the Client, to give price escalation after 48 Months? Tender conditions are self explanatory. will be linked with civil financial progress payable quarterly as given in the Appendix _____]

D ) Time limit for completion of contract for GC services is 48 months (Forty-Eight months). However, if required, the contract shall be Volume 1 Under Extension of Time. Page extended beyond the stipulated time period by a period of 12 months. 20 We request to the Client, to give price escalation after 48 Months? Tender conditions are self explanatory. No 209 of 262 In that case, for extended period of 12 months, the General Consultant will carry out the required General Consultancy services at the same fee structure, with the same terms and conditions of contract. Is there is any DLP period after 48 Months? If so what is the payment terms & will it paid 21 Volume 1 General General Tender conditions are self explanatory. based on visit basis or Man- Month basis? There is mismatch in titles with respect contents page and on the form. We understand this 22 Volume - 2 APPENDIX-XVIII-3,6 APPENDIX-XVIII-3 Remuneration of Support Staff Tender conditions are self explanatory. form is applicable for al local experts / staff including support staff

Date & time of We request you to allow at least 60 days duration for submission of the tender from the 23 Volume 1 1.1.2 Key details: 7 Submission of Tender date of receipt of pre-bid queries response so as to enable bidders to form the consortium Please refer Corrigendum 2. Online 21/08/2020 up to 1700 hrs and prepare comprehensive proposal

Company Name-DB Engineering

We request that JV partners shall also have one assignment out of eligibility criteria Eligibility Criteria for JV Partners In RFP, There is no Minimum mentioned in Para 1.1.3.2to qualify for the works.This is due to fact that in current context 1 13,1.1.3.2 Minimum Eligibility Criteria: Please refer Addendum 1. eligibility criteria specified for each of the JV partners specified any firm without metro experiencewill borrow the credentials of international firms andcan become the JV partner even though he does not have relevant credentials.

Considering the current challenges for the pandemic situation and working from home we request you to kindly fix one date on which we can take the exchange rate and convert all Currency Exchange Rate .The exchange rate of foreign currency shall the financials with respect to same date. As we all know the dates keep on shuffling and 2 24,1.1.3.2 Minimum Eligibility Criteria be applicable 28 days before the tender submission date. The approved shiting due to various reasons not attributed and controlled by MMRDA and other GCs. Tender conditions shall prevail. exchange rate copy of the SBI Bank should be attached with the tender. Requesting you to kindly consider either current bid submission date or RFP issue date or pre bid date and freeze the date please.

Considering the demand supply relationship no company can have 30% staff on the bench available for another project to start up in near future. This is not sustainable and with many GC clients having the clause of penalty for replacement it is difficult to proposed from the Permanent Staff .The key posts such as K1 and K2 have thirty percent existing staff of the other metro projects. 3 28 Clause 20.1.1-D of staff on the Board of the company from the last six months from the Tender conditions shall prevail. date of submission of bid. We request you to delete this tender conditions considering the practical situation based on existing GC projects Or reduce the 30% permanent staff to reasonable percentage appropriate suitable and fair to all the consultant.

Page 38 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

Penalty Value We feel this penalty value is very high compared to the other GC project and would request If the Deputy Project Director, Contract Expert, Alignment Expert & you to kindly reduce the penalty to 5%. Architectural Expert is not deployed within 45 days from the Please also calrify the penalty is for the period the experts are not deployed in GC office or 4 29 ITT Part 2- Table 1.1, Sl. No -2 Tender conditions shall prevail. commencement of Contract, deduction of 15% of the salary of said it is Continous ongoing penalty even after the deployment of experts. position will be penalized during entire Contract Period. We are requesting you to kindly review and revisit the penalty and relevant clause.

33 ITT Part 2- Table 1.1, Sl. No -2 Minimum number of man months of deployment of key experts. K1 20.1.1 D Table 1.1 However, in summary table of Minimum number of man months of deployment of key Man months for Expatriates experts is 120 and 316 respectively. 5 In CV table man months for K1 Expatriate is 118 man months and Please refer Addendum 1 Kindly clarify this discrepancy. Man months for K1-Local is 318 Manmonths.

this format of Bank Guarantee for Bid Guarantee is not applicable and must be also deleted Form of Bank Guarantee for Bid Guarantee – As per page 19, Para from the list of formats to be submitted in the offer along with the instructions provided on 6 1,926,218 Para 12 Appendix-XIV Tender conditions shall prevail. 1.1.9 the Earnest Money Deposit is deleted from this RFP Para 12 - page 26 that the technical and financial proposals must be submitted with bid guarantee. Kindly confirm.

The definition of Expatriate is not clear. At some places it is written that expert with Indian Nationality with international experience as specified in RFP shall be considered as 7 31, Expatriate Staff expatriate and at evaluation of CV scoring developed and developing countries experience it Tender conditions are self explanatory. is explicitly written as expatriate staff. So we understand you are looking for the Expat staff who has passport other than Indian origin.

We request you to considerr experience of large infrastructure project for following non- engineering positions. 8 30,20.1.1D Table 1.1 F) Utility Expert(UG) Please refer Addendum 1. G) Environmental expert H) Social safe- guard expert

4. ii) Senior Depot/yard Planning Engineer As per RFP, CV of ii) Sr. Depot/yard planning Engineer is to be submitted with the 30 20.1.1 D proposal and included in the proposal evaluation. 9 Table 1.1 4. ii) CV for Senior Depot/yard Planning Engineer Since, the input of this position is only 12 months and limited nos of expertise of this Tender conditions shall prevail. position available in market, we request that CV of ii) Sr. Depot/yard planning Engineer NOT to be considered for technical evaluation.

We request to consider underground Metro as relevant field for 43,ATTACHMENT-1 Summary Evaluation Experience in the same category or equivalent for at least 5 years in contact,billing,quality,safety,track,depot expert and testing & commissiong. Since this are 10 Sheet C) Criterion III Sub bullet b) Tender conditions shall prevail relevant, field i.e. Elevated Metro projects will earn full mark detailed task performance by this expert will remain same even though the project is experience in the assigned task underground or elevated In viwe of physiaclly--service during the last three years deployment of experts upto 60years 11 ITT Part-2 Criterion 3 € of age as normal and beyond 60 year of age medical ceritificate can be asked & for Tender conditions shall prevail continously working certificate can be provided.

Page 39 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply

23. Performance Guarantee 23.1 - 50% of the Performance Guarantee shall be released on This GC assignment is for Civil works only. Major responsibilities of metro commissioning completion of the contract. Balance 50% of the Performance Guarantee will be with System contractor or operator. 12 23. Performance Guarantee shall be released after two years from the certified date of Hence, we request you to release balance 50% of PBG after 2 years from completion of Tender conditions shall prevail. commissioning of the project. If the commissioning date is extended, Civil GC Contract. for whatsoever reason, the Bank Guarantee shall be suitably extended.

“GC will also plan and arrange domestic training of the personnel in operation and maintenance of the system, as a whole. There will be no separate payment for training. The total training to be arranged for the above will be minimum 550 man-days during the As per the RFP: 141, 144,157- APPENDIX-II, ToR, contract period.” “GC will plan and arrange for domestic (minimum 550 man-days) and 1.4, “International study tour will be for at least 2 weeks for 15 persons for each line (minimum international (minimum 225 man-days) training of personnel of 2.0 (xiii), 3.8 225 Man-days).” 13 MMRDA or engineers appointed by MMRDA as and when needed or Tender conditions are self explanatory. Please specify the envisaged amount & number of MMRDA personnel for the training instructed by MMRDA during the construction stage, inclusive of the Training of domestic MMRDA personnel participation for the domestic training as outlined above for the international study tour as testing and commissioning stage, National & International study tour basis for our bid calculation. Also it is not clear which training we need to impart to civil as well as training of trainers shall, be the responsibility of the GC.” teams since normally the training modules are more inclined to System teams and relevant to O&M of the project.

As per the Project Summary: Para No. 0.1.1, Page No. 99 “… for said metro corridor which is 20.756 km in length.” 143.APPENDIX-II, Para No. 0.4.2, Page No. 109 ToR, As per the RFP: “Total length of this extension is 20.756 km.” 2.0 “Metro Line 12 consists of following Proposed Stations with total Para No. 0.10, Page No. 125 14 Please refer Addendum 1. length of approximately 12.774Km.” “…and length of this extension is 20.756 km.” Metro Line 12 Index Plan MML-12: Kalyan to Taloja, Page No. 139 “Total Length = 20.746 km” We understand, that the total length of Metro Line 12 is about 20.756 km. Please confirm or specify these discrepancies

145. APPENDIX-II, As per the RFP: This K2 position of the Traffic Enforcement Officer is not listed in Table 1.1 (see ToR, “For this they shall deploy experienced Traffic enforcement officer of Information to Tenderers, Para 20.1.1). 2.0 (xxvi) sufficient similar experience / retired Police officer of the rank of Dy. 15 Please clarify if this position has to be deployed and calculated in addition by the GC or any Please refer Addendum 1. Commissioner of Police/Dy. SP& above with age not more than 60 other party like local traffic police authorities. Traffic Enforcement Officer years in the position of K2.”

As per the RFP: 146. APPENDIX-II, APPENDIX-II, “For this they shall deploy experienced Coordinating & Licensing This K2 position of the Coordinating & Licensing Experts is not listed in Table 1.1 (see ToR, expert of sufficient similar experience/retired Information to Tenderers, Para 20.1.1). 2.0 (xxvii) 16 MBMC/KDMC/BNMC/TMC/ MCGM,KDMC/NMMC officer of the Please clarify if this position has to be deployed and calculated in addition by the GC or any Please refer Addendum 1. rank of Deputy Commissioner or Dy. Chief Engineer & above with age other party. Coordinating & Licensing Experts not more than 60 years in the position of K2.”

Page 40 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply 146. APPENDIX-II, As per the RFP: ToR, “Out of the minimum man months for support staff specified at note 2.0 (xxvix) no: 2 and 3 below format for financial proposal (Volume -II) GC will Please confirm and clarify if this additional 500 man months of support staff are referring to 17 Tender conditions are self explanatory. make 500 man months available exclusively for MMRDA office work para 4 (see Financial Proposal, page 5) and are at Level K7. MMRDA office work related to this project. …”

It is requested that this may be replaced as under : Advance payment shall be restricted to 10% percent of contract value (excluding As per RFP, it is mentioned that Advance payment shall be restricted reimbursable costs).Such advance shall be interest-free and shall be recovered at the rate of to 5% percent of contract value (excluding reimbursable costs).Such 18 37. Advance Payment Guarantee 15% from each interim bill payable to the successful bidder. This is currently being Tender conditions are self explanatory. advance shall be interest-free and shall be recovered at the rate of 25% implemented in Line 4 and Line 7 GC tenders. Even in some places I have seen 1% as from each interim bill payable to the successful bidder. adavance payment (clause 24) Kindly confirm. Price Adjustments: defined separately for local and foreign currency; escalation clause for Further, Staff month rate in foreign currency should be for the man month rate quoted in the foreign currency refers to USD only, to be clarified whether it 19 228. SCC, 6.2(a) financial proposal and should not be excluding fees or profit since this is not a QBS Tender conditions are self explanatory. applies for other foreign currencies as well. This may please be process. clarified.

It may not be always possible to ensure that all the key personnel will be working with the consultants for long periods of time. Request you Further it is stated, In case of replacement or removal of Personnel, MMRDA shall be to consider removal of the 5% reduction on replacements. Request you entitled to reduce the remuneration of the respective key personnel by 5%. Please confirm, 20 199. GCC, 4.4 (d) to also kindly remove the penalty for replacement of key staff. that such reduction is not applicable, irrespective of whether the key personnel has been Tender conditions shall prevail. replaced “on the instruction of the Employer” (see first sentence) or MMRDA has asked for this replacement (see second sentence).

Non-deployment of expert: if expert is not deployed for period of more than 3 months in relation to its agreed assignment, a penalty of We also request to reduce this pentalty percentage fo 5%. 20% of the monthly rate for such expert applies for the period of Please advise whether the penalty payment provided for in clause 6.4 (f) is a (i) a one-off 21 207. 6.4(f) of GCC non-deployment; unclear whether the penalty applies to the entire payment and (ii) in addition to any reduction already made by MMRDA in accordance with Tender conditions shall prevail. period of non-deployment or only to the period exceeding 3 clause 4.4. (d), if any. months. It may be clarified that this penalty should be only to the period exceeding 3 months. Kindly confirm.

Rent for accommodation for Metro Line 10 (maximum area restricted We request you to kindly consider the area as total around 1200 Sqm total and leave 22 7. Appendix-XVIII- 3 (a) /Vol 2/Financial Tender conditions shall prevail. to 400 Sqm). flexibility to GC to distribute areas between Line 10 and Line 12.

Evaluation will be carried out separately for Technical and Financial 27. Information To Tenderers proposals, weightage for Technical proposal will be 75% and for the Clause No. 20 Financial proposal 25%. Maximum marks for Technical proposal and We request you to consider weightage of 80% for technical and 20% for Financial proposal. 23 Tender conditions shall prevail. Proposal Evaluation financial proposal are 7500 and 2500 respectively. Combined and final evaluation will be based on the total marks obtained by the bidder for their technical & financial offers.

Page 41 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply 169. APPENDIX•III.2 However, in clause 1.1.3.2A, minimum cost of work considered for evaluation is INR 89.69 Note to Bidder in Appendix III.2 mentioned that "Specific Experience" FIRM’S EXPERIENCE crores. 24 is defined as similar work costing equal to or more than INR 49.58 Please refer Addendum 1 Note to Bidders Please clarify that minimum cost of work considered for evaluation is INR 89.69 Crores Crores in clause 1.1.3.2A of NIT.” only.

7. 1.1.2-Key details: Date & time of We request you to kindly extend the bid submission date by two weeks from 21st August 25 Please refer Corrigendum 2. Submission of Tender online 2020. Company Name : Oriental Consultants India Pvt.Ltd

Clause 1.1.1 Name of Work, ……. respectively [under single stage two packet on 75:25 It is suggested to change to “90:10” Quality and Cost Based Selection 1 page 7. Quality and Cost Based Selection (QCBS). Tender conditions shall prevail. (QCBS).

1.1.3.1 Eligible Applicants, In case of JV/consortium the number of partners shall be As the Consortium parties are limited to 5. Lead member should have minimum 2 page 12. limited to 5. (Partners having less than 20% participation 34% participation then balance 66% to 4 parties makes it inconsistent. Tender conditions shall prevail. will be termed as nonsubstantial partner Its suggested to modify 20% participation to 15% participation

The overall performance of the tenderer (all members in case of 1.1.3.1 Eligible Applicants, JV/Consortium) shall be examined for the entire ongoing Please confirm, this mean the operational section of ongoing project should be more than 3 page 11. General/Project Consultancy works and works completed within last Tender conditions are self explanatory. INR 89.70 Cr to qualify for evaluation. one year, of value more than INR 89.70 crores.

A Work Experience: The bidder will be qualified only if they have 1.1.3.2 Minimum Eligibility Work experience of Parent Company may be allowed to be used by 100% owned subsidiary 4 completed work(s) during last ten years ending 31-03-2020 as given Tender conditions shall prevail. Criteria, page 13 Indian company. below:

Bidder should get the experience certificate apostled/Notarised from the foreign Embassy in India/wherein the project is executed in Foreign Country,similarly the bidder also has the option of getting the certificate 1.1.3.2 Minimum Eligibility Criteria, page All such documents of proof certificates should be apostilled from the Considering current situation “apostilled from the country in which it was certified” may 5 apostle/notarised from the embassy of 14 country in which it was certified or work done. kindly be relaxed. foreign country in Bidder's Country. In both caases,the project experience thus has to be notarised/apostled from embasssies of client country of qualifying experience in India or in the Bidder's origin country.

If the Deputy Project Director, Contract Expert, Alignment Expert and Architectural Expert is not deployed within 45 days from “The circumstances beyond the reasonable control of Consultant will not apply deduction of 6 20.1 Technical Proposal, page 31 Tender conditions shall prevail. commencement of contract, deduction of 15% for the salary of said 15%” may kingly be added. position will be penalized during entire period of contract.

Page 42 Sr.No Clause No.page no RFP exising conditions Query of tenderer MMRDA's Reply Specific experience of the firms relevant to this type of Assignment. ATTACHMENT-1: Summary Evaluation 7 Maximum four numbers of eligible projects will be considered for Please confirm 4 projects of value 89.70 Cr would score 100% marks. Tender conditions are self explanatory. Sheet, page 38. evaluation. Marks for developed country experience exceeding 5years – 60%. C) Criterion III In this scenario, Expert having work experience of 3 years in developed country will score 8 Marks for experience in developing countries exceeding Tender conditions shall prevail. d) Country experience, page 44. no marks, hence may be modified as “exceeding 1 years” 1 year – 40%

…. remuneration to the key personnel will be reduced by 5% for each replacement. This reduction shall not be applicable if the replacement 4.4 Removal and/or Replacement of is asked by MMRDA. However, in case replacement of the key As 5% of reduction for each replacement is already applicable, additional yearly deduction 9 Tender conditions shall prevail. Personnel, page 199 personnel happens more than 10% every year, there will be penalty of of 0.25% may kindly be relaxed. 0.25% per year in the respective year of overall man months (i.e. contract value) payable to the GC.

Page 43