Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Tender No: CMRL/MEP/STAGE 1/02/2018 Date: 05.06.2018

Sub: Invitation of online Limited tenders for “Electrical Wiring works for Lights and Power Sockets in Telecom Closet Rooms (C05) in , CMBT and Metro Stations”

Chennai Metro Rail Limited (CMRL) invites online limited tenders from the agencies through e- procurement under Single Bid System for “Electrical Wiring works for Lights and Power Sockets in Telecom Closet Rooms (C05) in Koyambedu, CMBT and Arumbakkam Metro Stations” having following details:-

S.No Name of the Item Qty Unit Specifications

Supply, Installation, Testing & Commissioning of: Lighting Wiring Work in Telecom Closet 1. Room (C05) at Platform Level of 1 Lot Koyambedu Metro Power Sockets Wiring Work at Foot 2. 1 Lot Over Bridge level in Koyambedu Metro Shaft Lighting Wiring Work in 3. 1 Lot Detailed scope of work is Shaft Lighting Wiring Work in CMBT 4. 1 Lot attached in Annexure - A Metro Station Lighting and Power Socket Wiring Work 5. in Telecom Closet Rooms at Platform 1 1 Lot & 2 of CMBT Metro Station Lighting and Power Socket Wiring Work 6. in Telecom Closet Rooms at Platform 1 1 Lot & 2 of

1. Scope of Work:-

i. The detailed scope of work is attached in “Annexure – A” ii. Electrical work including supply and laying of wires and wiring upto light & Power Socket is under supplier scope. iii. Supplier shall arrange equipment (like Boom Lift, etc) required for Lighting and Power Socket wiring work. iv. The supplier shall quote the rate including accessories, Man power, and power cables etc required for installation.

Page 1 of 12 Seal And Sign Of Authorized Rep of Bidder Date: 2. Safety:-

i. The contractor shall be solely liable for and shall indemnify CMRL in respect of any liability, loss, claim or proceeding whatsoever, arising under any legislation in respect of personal injury to or the death of any person whomsoever arising out of or in the course of or caused by the execution of the work whether or not due to his negligence. ii. The contractor shall adhere to all safety norms required for carrying out the said work. iii. The contractor‟s representative shall obtain “work permit” from CMRL staff on daily basis for execution of the said work iv. The contractors should make own arrangement of safety while working on height v. Any failure during warranty period should be attended immediately on complaint basis without any charges.

3. Special Condition:-  Supplier shall visit the site and confirm with measurements and infringements  A competent supervisor shall be available during installation, testing & commissioning.

4. Instructions to the Bidders:-

a. CPP Portal: The procurements of goods and services of CMRL will be done through e- procurement. This is implemented to ensure free & fair vendor participation, and to ensure greater transparency in procurement.

b. Eligibility to Participate in Tender:

i) Tenders are open to CMRL enlisted bidders. In order to submit the bid, the bidders have to get themselves registered on-line on the e-procurement portal (http://eprocure.gov.in/eprocure/app) with valid class II/III Digital Signature Certificate (DSC) issued from any agency authorized by Controller of Certifying Authority (CCA), Govt. of India. ii) The on-line registration of the bidders on the portal will be free of cost and one time activity only. If the bidder is an individual person then he should register himself under “Individual” category and if the bidder is a proprietorship firm/Joint Venture/Company/Consortium then registration should be under “Corporate” category. iii) The registration must be in the name of bidder, whereas DSC holder may be either bidder himself or authorized person.

c. Enrolment:

To participate in e-procurement all vendors must enroll themselves with the CPP portal. The procedure mentioned below is to be followed: i) Go to “http://eprocure.gov.in/eprocure/app” website ii) Click on “Click here to enroll”. It will take you to „online enrolment‟ screen. iii) Against User Type, select either „individual‟ or „corporate‟. iv) Specify your login ID, indicated in the application while applying for DSC.

Page 2 of 12 Seal And Sign Of Authorized Rep of Bidder Date: v) Create your own password. Before creating, refer to „Password Policy‟ that appears on the right side of the screen. Password should be in accordance with that policy. vi) Confirm the password once again. vii) Click on “Next”. viii) You will see a screen which will have several fields. Please fill as many fields as possible, but keep in mind to fill all mandatory fields which are marked with an asterisk (*). ix) After entering the fields, Click on “Submit”. x) You will get a message that Login ID registered successfully, that completes your entry.

d. The bidder shall submit the bids on line in the system available at the e-procurement portal (http://eprocure.gov.in/eprocure/app) .The bidder has to agree to the on-line user portal agreement. Then only the system will permit the bidder to proceed further in the system.

e. The bidder shall fill all mandatory fields indicated by an asterisk (*). All documents indicated to be submitted in „cover details‟ are to be enclosed without fail. These documents are to be uploaded only in .doc or .pdf or .jpg or .rar formats.

f. Selection Process (For single bid system):

The responsive bids shall be evaluated in the following manner:

i. Scrutiny of bids for Minimum Eligibility. Such bids that meet with the eligibility criteria will be called “eligible bids” ii. The eligible bidders will be evaluated techno-commercially. iii. Price Bids will be evaluated for “techno-commercially qualified” bids only. iv. The work will be awarded to technically responsive lowest bidder.

g. Eligibility Criteria to qualify in the Techno-commercial Bid Process

Work Experience:

Documents to be S.No Criteria submitted

Work Experience:- During last 7 years ending last day of month previous to the one in which applications are invited bidder should have any one of the following:- a. Three Similar Completed Works costing not less Documents as 1. than the amount equal to Rs. 1, 20,000/- (Rupees. mentioned in Annexure One Lakh Twenty Thousand only); Or. – D b. Two similar completed works costing not less than the amount equal to Rs. 1, 50,000/- (Rupees One Lakh Fifty Thousand only). Or. c. One Similar Completed Work costing not less than

Page 3 of 12 Seal And Sign Of Authorized Rep of Bidder Date: the amount equal to Rs. 2, 40,000/- (Rupees Two Lakh Forty Thousand Only). Similar Work defines “Electrical Wiring / Cable Laying Works in Indian 2. Railways / Metro Railways / Other Govt / PSU Units”

h. Price Bid: i. The price bid containing the price schedule will be in excel format and the bidder shall quote the rates, taxes & duties etc. for his offered services on this excel file only. Where, any row or column is not applicable, the bidder has to indicate „0‟ against this and no cells shall be left blank. ii. Lowest bidder shall be chosen on the values as specified in “Total” value (exclusive of all taxes, duties, and other charges) of price schedule. iii. The bidder may modify and resubmit the bid on-line, if he wishes so, before the bid submission date and time. iv. The system will accept only the last submitted bid. Bidder can find out the status of his tender on line, any time after opening the bids. v. The bidder shall not rename the Price Schedule File (BOQ) or modify the format while uploading in the system. The file name should be the same as the file given in the tender. vi. All bids are to be submitted on-line on the website (http://eprocure.gov.in/eprocure/app ). i. Withdrawal of bid: The bidder may withdraw already submitted bid before the bid submission date and time.

5. Tender Security Amount (EMD - Earnest Money Deposit):

i. The EMD shall be made payable without any condition to the CMRL. An amount of Rs. 3,000/- (Rupees Three Thousand Only),validity up to 12/01/2019, is required to be paid online through NEFT/RTGS to CMRL Bank Account (Provided in NIT), as bid security. All bidders including those who possess NSIC, SSIC certificate etc. shall pay EMD in full. The UTR no is required to be filled in Checklist of details/documents to be uploaded and submitted (Annexure – B) and same need to be signed and submitted along with techno- commercial bid. ii. CMRL Bank details are listed below: a) Beneficiary name : M/s Rail Limited b) Beneficiary Bank : Corporation Bank, Ashok Nagar Branch, Chennai c) Account no : 510341000054264 d) Type Of Account : Current Account e) IFSC Code : CORP0000578 f) MICR : 600017014 iii. All bidders shall submit proof of payment for EMD along with the bid documents. Any bid document submitted without the EMD in the approved form shall be summarily rejected. No interest is payable for the EMD amount. iv. Bid securities of the unsuccessful bidders will be returned back within 30 days after the award of contract

Page 4 of 12 Seal And Sign Of Authorized Rep of Bidder Date: v. EMD of successful bidders will be returned back within 30 days from the date of acceptance of delivered items. vi. The EMD may be forfeited:-

a. If the bidder withdraw / modify his tender during the period of tender validity. b. In case of Successful bidder fails to:-  Revokes or cancel their tender after submission or vary any terms therof without the consent of CMRL  Changes/varies any terms and conditions mentioned in P.O. thereof without the consent of CMRL

6. Warranty & Guarantee:

a. Supplier is required to, without charge, repair or rectify defective goods or to replace such goods with similar goods free from defects. Any goods repaired or replaced by the supplier shall be delivered at the CMRL premises without costs to the CMRL b. Minimum of Six Months Warranty / Guarantee (applicable from the date of Acceptance of the items by CMRL) should be given in the form of certificate indicating the warranty period along with the terms & conditions for the warranty / guarantee.

7. Delivery Period:

Tender for Supply, Installation, Testing and Commissioning of Centrifugal Jockey Fire Pump shall be completed at CMRL Admin Building UG pump room within 45 days from the date of receipt of Work Order.

8. Evaluation of Quotation : i. All quotations will be evaluated and compared based on the substantial responsiveness to the technical specification and commercial conditions set out in the bidding documents and fully conforming to the terms and conditions. ii. The tenderer has to completely fill all the spaces in price schedule in excel format and upload the same as financial bid. iii. The techno-commercial bids and financial bids will be decrypted and opened online, on or after the scheduled dates and time. Till such time, the bids will be only in the encrypted form. After the scheduled time, the bids will be opened by stipulated bid openers with their Digital Signature Certificates (DSC). The technical-bids shall be evaluated based on the information furnished by bidders. If any clarification is required from bidder, CMRL will seek such clarifications. iv. Bids will be evaluated on the value as specified in “Total” value (exclusive of all taxes, duties and other charges) of the price schedule. v. The system will generate a comparative statement. Therefore, all costs are to be indicated in the price schedule format. The successful bidders will get the information regarding the status of their financial bid and ranking of bidders on website. vi. The purchase order will be issued to the lowest techno-commercially qualified bidder subject to fulfilling other requirements specified in this tender document. vii. No representations will be entertained in the matter of selection of the L1 bidder. viii. CMRL reserves the right to accept or reject any tender without assigning any reason thereof at any stage. CMRL reserves the right to alter the conditions of the tender schedule in appropriate cases, in the interest of CMRL.

Page 5 of 12 Seal And Sign Of Authorized Rep of Bidder Date: CMRL reserves the right not to return back or disclose any documents that are submitted 9. Payment Terms:

95% payment would be released through RTGS/NEFT within thirty days on receipt and acceptance of items or works and

All the payments will be released against the following documents: a. Original invoice duly signed by the authorized signatory b. Item Acceptance Certificate or Work Completion certificate duly signed and sealed from authorized representative of CMRL after delivery/completion of all the items/works in full quantity as mentioned in Purchase/ Work Order. c. Warranty/Guarantee certificate for the items/works supplied/executed d. GST would be reimbursed on production of document evidence for the payment of GST e. PAN Card number, Bank Account details, Bank address, RTGS details and GST details of the Agency are to be forwarded along with the Invoice. In case if you are registered under MSME Act, 2006, the copy of the registration certificate to be provided.

10. Retention Money:-

Retention Money is 5% of contract value. It shall be returned after the expiry of DLP/Warranty Period.

11. Tender Validity:

Tender shall be valid for a period of 180 Days from Last Date of Submission of Bid.

12. Supply of items and Variations:

i. The number of items to be supplied is indicative only and the same may be varied during the period of bid validity period. The bidders should provide the item as per the rate quoted in the bid based on the requirement of CMRL. ii. There may be a plus or minus 25% (±25%) variation in terms of total value of contract

13. Agency details:

The Agency has to fill in the vendor detail form enclosed with this Tender Document as Annexure-C and same shall be uploaded in CPP portal along with the bid.

14. Jurisdiction: All questions disputes or differences under, out of, or in connection with contract if included shall be subject to the exclusive jurisdiction of the court within the Chennai jurisdiction. The English language shall be the official language for all purpose.

15. Acceptance of terms & conditions: Bidders are requested to submit the sealed and signed copy of this tender document along with quotation as acceptance of all terms & conditions.

Page 6 of 12 Seal And Sign Of Authorized Rep of Bidder Date: 16. In the event of the contractor backing out/violation of the contract in the midway without any explicit consent of CMRL, the contractor will be liable for the recovery of higher rates vis-à-vis contracted rates, which may have to be incurred by CMRL on procurement of said item by alternative means.

17. Late/Delayed tenders by any means shall not be accepted by CPP portal. Any other means of tender submission will not be accepted by CMRL.

18. Contact Details of CMRL Official for further tender details:

“Joint General Manager / MEP (UG)” Chennai Metro Rail Limited, CMRL Depot, Admin Building, Poonamalle High Road, (Adjacent to Koyambedu Metro Station), Koyambedu, Chennai – 107”

19. It shall be the responsibility of the tenderer to ensure that his tender is submitted on time before the deadline of submission through CPP portal.

20. Amendment of Bid Document:

At any time prior to the deadline for submission of bid, the CMRL may for any reason, whether at its own initiative or in response to clarifications requested by a bidder, modify the bid document by the issuance of addenda on its official website www.chennaimetrorail.org and the e-procurement portal http://eprocure.gov.in/eprocure/app or through email.

Joint General Manager / MEP (UG) For Chennai Metro Rail Limited

Note: If due to any exigency, the due date for opening of tender is declared closed holiday, in such case the tenders will be opened on next working day at the same time or any other day/time as intimated by the CMRL.

Page 7 of 12 Seal And Sign Of Authorized Rep of Bidder Date:

“ANNEXURE A”

Detailed Scope of Work and Compliance Sheet

Applicable Sl Tender Specify Compliance If No, State Description No Items in Make Yes / No Deviation Pg No. 1 Supply & laying of station conduit and wiring for light point with 2 x 2.5sq. mm+ 1 x 1.5sq. mm double insulated, 1100 Volt grade PVC insulated FRLS copper conductor wires in existing raceway or heavy gauge GI conduit surface run with 25mm ø GI saddles, or 1 1,3,4,5,6 concealed or in MS raceway including chases and complete with GI junction boxes, pull boxes, inspection boxes, bends & other accessories etc. including insulated Protective Earth (PE) Conductor and earthing Make: AKG / BEC / Equivalent Secondary or looping points wiring as specified using 2 x 2.5sq. mm+ 1 x 1.5sq. mm double insulated copper (P+N+PE) wires in existing MS raceway 2 1,3,4,5,6 for lights on Platform outlets including providing terminal block, ceiling rose & other accessories etc as required. Make: AKG / BEC / Equivalent Supply & laying of Station conduit and wiring for 6/16A socket outlet point with 3C x 4 sq. mm, 1100 Volt grade PVC 3 insulated FRLS copper conductor wires 2,5,6 in heavy gauge 25mm ø GI conduit surface run with GI saddles Make: AKG / BEC / Equivalent Secondary or looping 16A socket outlet points wiring 3 x 4 sq. mm copper (P+N+PE) wires in 25mm dia GI conduit 4 for socket outlets including providing 2,5,6 terminal block, ceiling rose & other accessories etc as required. Make: AKG / BEC / Equivalent Supply, installation, testing & commissioning of light fittings including 5 all accessories e.g. ballast, HPF condensors, lamps, holders,

Page 8 of 12 Seal And Sign Of Authorized Rep of Bidder Date: Applicable Sl Tender Specify Compliance If No, State Description No Items in Make Yes / No Deviation Pg No. 1 surface/recess mounting arrangement etc. including necessary supports, accessories and hardware as per specifications & as required at site and as below: Make: Thorn / Equivalent. T5 2x28W (Surface Mounted) for C05 5.a 1,5,6 Rooms Bus Bulkhead 1x18W Light Fixture 5.b 3,4 (Surface Mounted) for Shaft Lighting 6 Supply & Fixing of 6A modular switch 1,3,4,5,6 Supply & Fixing of One no. 6/16A 7 socket outlet point controlled by one 2,5,6 16A switch.

Specify Warranty Minimum of Six Months Warranty 8 Period:

Page 9 of 12 Seal And Sign Of Authorized Rep of Bidder Date: “ANNEXURE – B”

CHECKLIST OF DETAILS/DOCUMENTS TO BE UPLOADED / SUBMITTED

Whether Complied S.NO Details / Documents uploaded / submitted YES / NO 1. Have you sealed and signed all pages of the Tender Document and uploaded? 2. Have you filled Technical Specification Compliance Statement and uploaded? 3. Have you filled Vendor Information Form and uploaded ? 4. Have you filled necessary Work Experience Details in separate sheets and uploaded? EMD Fee of Rs.3,000/-

Transferred Date: ______5. Details of online transaction (UTR No.) of EMD for amount of Rs. 3,000/- Transaction UTR No. ______

6. Have you transferred EMD (Online Transaction UTR no to be provided) GST Number of the Bidder (Please enclose the attested 7. photocopy of Service Tax / GST Registration Certificate issued by relevant authorities) 8. Have you quoted rate as per specified in Price Schedule

Page 10 of 12 Seal And Sign Of Authorized Rep of Bidder Date: “Annexure –C” Vendor Information Form

Note: Bidders are requested to furnish the following information and enclose along with quotation.

NAME & COMPANY ADRESS

NAME & DESIGNATION OF THE KEY

PERSON

CONTACT INFORMATION

MOBILE No.

TELEPHONE No.

FAX No.

E - Mail

BANK DETAILS

BANK NAME

BENEFICIARY NAME

BANK ADDRESS

BANK ACCOUNT NO

IFSC CODE

PAN NO.

GST NO.

Page 11 of 12 Seal And Sign Of Authorized Rep of Bidder Date:

“Annexure-D”

SIMILAR WORK EXPERIENCE DETAILS

Specific Experience (shall be submitted separately for each work claimed for work experience)

Contract Number of

Work

Name of the

Company

Details of Work

Award date

Completion date

Employer Name

Employer Address:

Telephone / Fax

number: E Mail: Currency (as In equivalent INR at as on date of tender submission Completion Cost stated in Clients price level Certificate)

NOTE: 1.Only the value of contract as executed by the applicant/member in his own name should be indicated.

2. Separate photocopy of Work order to be submitted.

3. Please enclose the Purchase Order copy of above mentioned work

Page 12 of 12 Seal And Sign Of Authorized Rep of Bidder Date: