CHENNAI METRO RAIL LIMITED TENDER NO.CMRL-L&E-01-2017

Design, Manufacture, Supply, Installation, Testing & Commissioning, Training of Personnel and Comprehensive Maintenance Services for Lifts and Escalators for Subways at Central (SCC) and (SKM) Metro Stations

Chennai Metro Rail Limited (CMRL)

(A JV of Govt. of India and Govt .of Tamil Nadu)

Admin Building, CMRL Depot,

Poonamalle High Road,

(Adjacent to Metro Station),

Koyambedu 600 107,

Tamil Nadu.

Page 1 of 105

Table of Contents

S.No Chapter Page No

1 Notice Inviting tender 4 to 6 2 Instruction to Tenderers 7 to 15 3 General conditions of contract 16 to 31 4 Special contract conditions 32 to 39 Technical details 5 Scope of works 41 to 42 6 Technical specification for Lifts 43 to 51 7 Technical specification for Escalators 52 to 68 8 Testing and inspection of Lifts & Escalators 69 to 76

9 Annexures 77 to 105

Page 2 of 105

DISCLAIMER

1. CHENNAI METRO RAIL LIMITED, (hereinafter mentioned as CMRL) does not make any representation or warranty as to the accuracy, reliability or completeness of the information in this Bid Document. Therefore, each Bidder should conduct their own investigations and analysis and check the accuracy, reliability and completeness of the information in this Bid Document and obtain independent advice from appropriate sources. The Bidder shall bear all its costs associated with the preparation and submission of its Bid including expenses associated with any clarifications, which may be required by CMRL or any other costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and CMRL shall not be liable in any manner.

2. CMRL will have no liability to any Bidder or any other person under the law of contract, tort, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this Bid Document, any matter deemed to form part of this Bid Document, the award of the License, the information and any other information supplied by or on behalf of CMRL or otherwise arising in any way from the selection process of the License.

3. The issue of this Document does not imply that CMRL is bound to select the Bidder or to appoint the Selected Bidder. CMRL reserves the right to reject any or all of the Bids submitted in response to this Bid Document at any stage without assigning any reasons whatsoever. CMRL also reserves the right to withhold or withdraw the process at any stage with intimation to all Bidders who have submitted the Bid.

4. CMRL reserves the right to change / modify / amend any or all of the provisions of this Bid Document at any stage. Such changes shall not be notified to all bidders who have bought the tender document.

5. Bidders are advised to remain vigilant and monitor the website www.chennaimetrorail.org for all updates on the Tender Document such as Addendum(s), Reply to Query, Postponement of any schedule etc. No claims or compensation will be entertained on account of the Bidder having not read/noticed the updates

Notice Inviting Tender

Page 4 of 105

Website from which Tender www.chennaimetrorail.org 14 Documents and any additional information can be downloaded Note: If the date of submission of tenders happens to be a public holiday, Tenders will be received and opened on the next working day at the same venue and time.

Chief General Manger (Electrical Inspection) Chennai Metro Rail Limited

Page 6 of 105

INSTRUCTION TO TENDERERS (ITT)

Page 7 of 105

INSTRUCTION TO TENDERERS

1.0 General Instructions

1.1 Chief General Manager/Electrical Inspector on behalf of CMRL, invites tenders for “Design, Manufacture, Supply, Installation, Testing & Commissioning, Training of Personnel and Comprehensive Maintenance services for Lifts and Escalators for Subways at Chennai Central (SCC) and Kilpauk (SKM) Metro Stations”

1.2 The Tenderer shall bear all costs associated with the preparation and submission of its tender. All offers in the prescribed format at Annexure­1 should be submitted by the prescribed date and time fixed for the receipt of offers as set forth in the tender papers. Offers received after the stipulated time and date, will be summarily rejected.

1.3 All information in the offer must be in English. Information in any other language must be accompanied by its authenticated translation in English. In the event of any dispute between an offer in a language other than English and its English translation, the English translation will prevail.

1.4 Notice of Invitation to Tender (a) Instructions to Tenderers (b) General Conditions of Contract (c) Special Conditions of Contract (d) Schedule of requirement (Technical Specifications) (e) Annexures (1 to 14b)

1.5 Clarification of Tender Documents if any:­ Any clarification to be sought by the prospective bidders must be raised before 21 days to the bid submission in writing by the authorized representatives who shall be physically present at CMRL or by Email ([email protected]). In this regard the representatives shall bring their authorization letter from the participating firm or Mail that along with query. Clarification for the queries raised will be published/ Displayed at CMRL’s website on subsequent day itself. No separate communication in this regard will be further entertained.

1.6 Amendment of Tender Documents Any amendments to this tender document will be published in the CMRL’s official website. Prospective bidders are requested to regularly check the same in their own interest

Page 8 of 105

2.0 COMPLIANCE WITH TECHNICAL SPECIFICATION 2.1. The equipments offered should be in accordance with the stipulated technical specifications in "Schedule of Requirements".

2.2. The bidders must comply with the stipulated technical specifications as mentioned in the tender documents. 3.0. Not used

4.0 Eligibility Criteria

Average Annual financial turnover during the last 3 financial years, should be at least 30% of the estimated cost. Tenderer with Experience of having successfully completed similar works during last 7 years ending last day of month pervious to the one in which applications are invited should be one of the following:­  Three similar completed works costing not less than the amount equal to 40% of the estimated cost of 9.22 crores or  Two similar completed works costing not less than the amount equal to 50% of the estimated cost of 9.22 crores or  One similar completed work costing not less than the amount equal to 80% of the estimate cost of 9.22 crores.

4.1 Additional mandatory requirements

In addition to the foregoing, Bidders should satisfy the following conditions:

1. The Bidder either single or JV should not have been suspended barred, blacklisted by GOI, GOTN, PSU’s, Metro Rail Corporations, CMRL or whose contracts were terminated as on date of submissions of bid are ineligible to apply for this tender work. 2. The Bidder, and its Affiliates should, in the last 3 (three) years, have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder or its Affiliates, as the case may be, nor have been expelled from any contract by any Government Authority nor have had any contract with a Government Authority terminated for breach by such Bidder. A declaration to this effect shall be submitted with the Bid Document 3. The Bidders shall not have defaulted on any bank/ institutions' loans in the past. They should not be defaulters in payment of statutory dues or liabilities. They should not have been under blacklisting by any Government Authority now 4. Bidders with history of nonperformance of contract due to contractor’s default,

Page 9 of 105

pending litigation in total representing more than fifty percent (50%) of bidder’s Net worth with consistent history of court/arbital award decisions against bidder as on date of the submission of the bid are ineligible to apply for this tender work. 5. Undertaking by the Bidder to conduct third party audit by an independent agency authorized / prescribed by CMRL every six months along with regular in­house audit. Annexure ­14a. 6. The Bidder should have been a profit making entity for the preceding three financial years in which the annual turnover is calculated (Copy of statement of Profit and Loss Account certified by Chartered Accountant for each of the three preceding [FY2016­17, 2015­16, 2014­15] financial years to be enclosed.) Annexure­2 7. Bidder shall have the experience in Design, Manufacture, Supply, Installation, Testing and Commissioning of Lifts & Escalators in Metro Rail/ Suburban Rail/ Main Railway/ LRT/ / High­speed Rail/ Airport that have been satisfactorily and substantially completed as a prime contractor (single entity or JV member) in India.

4.2 Conflict of Interest

The Bidder shall not have a conflict of interest ("Conflict of Interest") that affects the bidding process. Any Bidder found to have a Conflict of Interest shall be disqualified. A Bidder shall be deemed to have a Conflict of Interest affecting the bidding process, if:

1. A constituent of such Bidder is also a constituent of another Bidder; or Such Bidder, or 2. any Affiliate thereof receives or has received any direct or indirect subsidy, grant, concessional loan or subordinated debt from any other Bidder, or any Affiliate thereof or has provided any such subsidy, grant, concessional loan or subordinated debt to any other Bidder, its Member or any Affiliate thereof; or 3. Such Bidder has the same legal representative for purposes of this Bid as any other Bidder; or 4. Such Bidder, or any Affiliate thereof has a relationship with another Bidder, or any Affiliate thereof, directly or through common third party/ parties, that puts either or both of them in a position to have access to each other’s' information about, or to influence the Bid of either or each other; or 5. Such Bidder, or any Affiliate thereof has participated as a contracted to the CMRL in the preparation of any document, design or technical specifications; or 6. A Bidder shall be liable for disqualification if any legal, financial or technical officer/staff/adviser of CMRL is engaged by the Bidder, its Member or any Affiliate hereof, as the case may be, in any manner for matters related to or incidental

Page 10 of 105

5.0 Earnest Money Deposit (EMD)

5.1 The bidder shall furnish, as EMD, an amount of INR 9,22,000/­ (Rupees Nine lakhs twenty two thousand only) in the form of Bank Draft from a scheduled PSU bank approved by in favour of “Chennai Metro Rail Limited” with a validity of 90 days or a unconditional Banker’s Guarantee from a Scheduled PSU Bank approved by Reserve Bank of India for a value of INR 9,22,000/­ (Rupees Nine lakhs twenty two thousand only) valid for 90 days, payable at a designated Bank Branch located in Chennai.

5.2. No interest will be paid on Earnest Money Deposit.

5.3. The Earnest Money Deposit is liable to be forfeited if the tenderer withdraw or amends, impairs or derogates from the tender in any respect within the period of validity of his offer.

5.4. The Earnest Money Deposit of the successful tenderer will be returned after the Contract Performance Bank Guarantee as required (clause­9 of the General conditions of contract) is submitted.

5.5 If the successful tenderer fails to furnish a Performance Bank Guarantee as specified in clause 9 of the General Condition of Contract, then the Earnest Money Deposit shall be liable to be forfeited.

5.6 The Earnest Money Deposit of all unsuccessful tenderers will be returned on issue of LOA of the tender.

5.7 Any tender not accompanied by Earnest Money Deposit in the approved forms given in clause 5.1 shall be summarily rejected.

6.0 Pre Bid Meeting:

A Pre­Bid Meeting is scheduled to be held on the date & at the address as given on NIT, with the prospective bidders who have purchased the tender document

7.0 Number of bids and costs thereof

No Bidder shall submit more than one Bid. The Bidders shall be responsible for all of the costs associated with the preparation of their Bids and their participation in the Bid Process. The CMRL will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Bidding Process

8.0 Language

The Bid and all related correspondence and documents in relation to the bidding process shall be in English language. Supporting documents and printed literature furnished by the Bidder with the Bid may be in any other language provided that they are accompanied by translations of all the pertinent passages in the English language, duly authenticated and certified by the Bidder. Supporting materials, which are not translated into English, may not be

Page 11 of 105

considered. For the purpose of interpretation and evaluation of the Bid, the English language translation shall prevail.

9.0. SUBMISSION OF OFFERS

9.1 All offers shall be in typed format only. No hand written bids will be accepted.

i) This is a single stage two packets open tender with initial filter. Tenderer has to submit their offer in single packet. Both technical and commercial bid shall be submitted in the separate packet put into single packet

Bid shall contain the following

a) Earnest Money Deposit (EMD) b) Technical bid as in Annexure 3a & 3b c) Documents related to qualifying requirement and undertaking by Bidder as Annexure­2, Annexure­9 d) Cost of tender document in form of DD as indicated in NIT and undertaking for downloading declaration (Annexure­ 7) if the tender document is downloaded from CMRL's website e) Checklist as per Annexure­6 to be filled. f) Other annexure filled properly as in prescribed format g) Initial Filter filled with declaration as per annexure 13 h) Price bid as per format given in tender document as Annexure­ 1.

Only item no (g) shall be put in financial bid.

9.2. Any individuals signing the tender or other documents connected therein should specify whether he is signing: ­

i) as sole proprietor of the concern or as attorney of the sole proprietor;

ii) as a Director, Manager or Secretary in the case of a limited company duly authorized by a resolution passed by the board of directors or in pursuance of the authority conferred by Memorandum of Association.

9.3 The original power of attorney or other documents empowering the individual or individuals to sign should be furnished to the Purchaser for verification.

9.4. The price shall be written both in figures and words in the prescribed offer form.

9.5 The Tenderer shall be in sealed in the envelope super scribing “Design, Manufacture, Supply, Installation, Testing & Commissioning, Training of Personnel and Comprehensive Maintenance services for Lifts and Escalators for Subways at Chennai Central (SCC) and Kilpauk (SKM) Metro Stations”

i) The envelope (all envelopes) shall

(a) be addressed to the CMRL at the address given in the Invitation of Tender, and

(b) bear the tender Number.

Page 12 of 105

ii) Unsealed bids will be summarily rejected (finance & technical packets also to be sealed).

iii) Offers shall be as per the requirement of the Tender documents.

iv) Each page of the offer must be numbered consecutively, should bear the tender number and should be signed & sealed by the tenderer at the bottom. A reference to the total number of pages comprising the offer must be made at the top right hand corner of the first page.

v). The tenderer should avoid ambiguity in his offer e.g. if his offer to his standard sizes, lengths dimensions, he should specifically state them in details without any ambiguity. Brief descriptions such as 'standard lengths' etc. should be avoided in the offer. 10.0. PRICE BASIS

10.1. All the bidders are required to quote in Indian National Rupee (INR) in the format as given in annexure 1

10.2 CURRENCY OF PAYMENT

The contract price will be paid only in the Indian National Rupee (INR).

10.3 The prices quoted shall be final and not subject to any variation. 11.0. INSURANCE

11.1. All risk cover like transit, storage, erection insurance including labour insurance for the erection team shall be arranged by the successful bidder.

11.2. In case of imported equipment, the successful bidder needs to get the required waiver certificates/documents if any from the CMRL well in advance. All such benefits arising on ground of waiver of various tax components must be passed to the CMRL. 12.0. OPENING OF TENDERS

12.1. Opening and Evaluation of Technical offer

i) CMRL will open the Tenders in the presence of bidder's designated representatives who choose to attend, at the time, date, and location as stipulated. All bidders or their Representatives must bring with them an authority letter on the letterhead of the bidder or their Indian Representative (as the case may be) duly signed by Competent Authority to attend the Tender opening. Failing to which they will not be allowed to attend the opening of the Tenders at CMRL.

ii) CMRL shall read out and prepare a record of the tender opening that shall include as a minimum: Bidders names, designation, authority letter, any such other details as the CMRL may consider appropriate, will be announced by the CMRL at the opening..

iii) Eligibility Criteria and initial filter of the bidders shall be verified. Only who clear the initial filter and Eligibility Criteria shall be treated as responsive.

Page 13 of 105

iv) Technical document shall be evaluated based on the requirement of tender documents for those who qualify the eligibility criteria and initial filter.

v) The determination of a Tender's responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence.

vi) Completely filled check list as mentioned in Annexure­6.

12.2 Opening of Financial offer

i) Financial offers of only technically qualified and responsive bidders will only be opened.

ii) If there is a discrepancy between words and figures, the lower among the two will prevail. 13.0 EVALUATION OF THE OFFERS

13.1 Financial offers will be opened in the presence of bidders who prefer to attend as mentioned clause 12.

13.2 The tenders received will be evaluated by the CMRL to ascertain the lowest acceptable tender in the interest of the CMRL, as specified in the specification and tender documents.

13.3 The offers received from bidders should inclusive of all taxes and Duty. In case concessional duty or taxes are applicable, the tenderer should quote accordingly.

13.4 The Letter of Award will be given to the lowest bidder (L1) who has already qualified in the technical evaluation.

13.5 Other terms and conditions for evaluation of financial offers will be as mentioned in Special Conditions of Contract. 14.0 ACCEPTANCE OF TENDER

14.1 CMRL may accept or reject any offer without assigning any reason.

14.2 Successful bidder will be communicated by CMRL. 15.0. EFFECT AND VALIDITY OF OFFER

15.1. The submission of any offer connected with these specifications and documents shall constitute an agreement that the tenderer shall have no cause of action and claim, against the CMRL for rejection of offer. The CMRL shall always be at liberty to reject or accept any offer or offers at his sole discretion and any such action will not be called into question and the tenderer shall have no claim in that regard against the Purchaser.

15.2. The tender shall remain valid and open for acceptance for a period of 90 days from the date of submission of the tender. In exceptional circumstances, prior to the expiry of the tender validity period, CMRL may request the bidders for a specified extension in the period of tender validity. The request and the response thereto shall be made in Page 14 of 105

writing or by telefax. Bidders may refuse the request without forfeiting their EMD. Bidders agreeing to the request for extension of tender validity period shall not be permitted to modify their tender but will be required to extend the validity of the period of the EMD correspondingly 16.0 GENERAL

16.1. The tenderers must ensure that the conditions laid down for submission of offers detailed in the preceding paras, are completely and correctly fulfilled. Offers, which are not complete in all respects as stipulated above, may be summarily rejected. For tender’s guidance in submitting complete offers, a check List has been enclosed with the tender documents Annexure­6 which must be filled in the furnished with the tender.

17.0. LAST DATE OF RECEIPT OF TENDERS

The offers complete in all respects should reach the Chennai Metro Rail Limited, Administrative Building, CMRL Depot, High Road, Koyambedu, Chennai 600107, India not later than the time and date as specified in the "NIT". Late or delayed bids will not be accepted after scheduled date/time and will be summarily rejected.

18.0 TENDER BOX

18.1 The offers complete in all respects should reach the Chennai Metro Rail Limited, Chennai, INDIA, not later than the time and date as specified in the "NIT" and the tenderer is required to put the tender document into the tender box in the office of Chennai Metro Rail Limited 19.0 CHECK LIST

19.1. A check List has been included at Annexure­6 of this document. Bid submitted without checklist is liable to be rejected. The tenderers must fill the Check List & submit along with their offer

Page 15 of 105

General Contract Conditions

Page 16 of 105

General Contract Conditions

1.0 Definitions

Capitalized terms in this Bid Document shall, unless the context otherwise requires, have the following meanings:

1.1 "Applicable Law" shall mean all laws, bye­laws, statutes, rules, regulations, orders, ordinances, protocols, codes, guidelines, policies, notices, directions, judgments, decrees or other requirements or official directives of any Governmental Authority or person acting under the authority of any Governmental Authority and / or of any statutory authority in the Republic of India, and specifically including the municipal and local authorities in Chennai, Tamil Nadu, whether in effect on the date of issuance of this Bid Document or thereafter; 1.2 "Applicants" shall mean persons who have purchased this Bid Document in accordance with the terms hereof; 1.3 "Bid" shall mean a valid, final and binding offer, which includes the Qualification and Technical Documents and Financial Proposal(s), submitted by a Bidder in response to and on the terms and conditions contained in this Bid Document; 1.4 "Bidder" shall mean a single Bidder who submits a final, valid and binding Bid, on the terms and conditions contained in this Bid Document; 1.5 "Bid Document" shall mean this bid document, including all annexure, appendices attached hereto and any addenda issued in accordance with the terms hereof; 1.6 "Bid Due Date" shall mean the cut­off time and date for submission of Bids as mentioned in the Key Details; 1.7 "CMRL" shall mean the Chennai Metro Rail Limited, a joint venture company constituted by the Government of Tamil Nadu and the Government of India and incorporated under the Companies Act, 1956, having its registered office at Administrative Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai 6000107 1.8 “Employer” means Chennai Metro Rail Limited (CMRL) 1.9 Cost of Tender Document: Means the cost of printed Tender Document for this particular work. If the document is downloaded by the bidder, the cost of the Tender Document Should be attached with offer. 1.10 "Eligibility Criteria" shall mean the mandatory eligibility requirements to be satisfied by each Bidder as per Clause 4 of ITT of this Bid Document. 1.11 "EMD" or "Earnest Money Deposit" shall mean the deposit to be furnished by the Bidders in accordance with Clause 5 of ITT of this Bid Document; 1.12 "Financial Proposal" shall mean an unconditional and unequivocal financial proposal in respect of a particular Package to be provided in the relevant format provided. 1.13 "Government Authority" shall mean the Government of India, the Government of Tamilnadu, and any other government authority, statutory authority, government department, agency, commission, board, tribunal or court or other law, rule or regulation making entity having or purporting to have jurisdiction on behalf of the Republic of India, or any state or other subdivision thereof or any municipality, district or other subdivision thereof: Page 17 of 105

1.14 “Key Details" shall mean the details provided in Section I of this Bid Document; 1.15 "Qualified Bidders" will mean those Bidders who have been shortlisted after financial evaluation of the Qualification and Technical Documents; 1.16 "Selected Bidder(s)" shall mean the Bidder(s) selected by CMRL for the purposes of executing the subject to and on the terms and conditions specified therein. 1.17 “Similar works” shall mean satisfactory commissioning of Lifts & Escalators for mass system (Metro Rail/ Suburban Rail/ Main Railway/ LRT/ Monorail/ High­speed Rail/ Airport or other large infrastructure projects). 1.18 "Technical Qualifications" shall mean the qualifications listed in clause 4 1.19 "Working Day" shall mean any day other than a Sunday or a public holiday within the State of Tamil Nadu. 1.20 "Acceptance of Tender” means the letter or memorandum communicating to the Contractor regarding the acceptance of his tender. 1.21 “Contract" means and includes Tender Invitation, Instructions to Tenderers, Tender, Acceptance of Tender, General Conditions of Contract, Special Conditions of Contract, schedule of Requirements (BOQ and Technical Specification), Annexures particulars and the other conditions specified in the acceptance of tender, and amendments. 1.22 "Drawing" means the drawing or drawings specified in or annexed to the specification; 1.23 The "Inspecting Officer" means the person/team of CMRL specified in the contract for the purpose of inspection of equipment and includes his/their authorized representatives; 1.24 "Particulars" include:­ a). Specifications; b). Drawings c). "Proprietary mark" or "brand" means the mark and brand of the product which is owned by an industrial firm; d). Any other details governing the construction, manufacture or supply of stores as may be prescribed by the contract. 1.25 “Inspection Test” means such test or tests as are prescribed by the specifications to be made by the purchaser or his nominee during installation, and commissioning. 1.26 "Purchase Officer” means the officer signing the acceptance of tender and includes any officer who has authority to execute the relevant contract on behalf of the Purchaser; 1.27 The "Purchaser” means Chennai Metro Rail Ltd (CMRL). 1.28 "Signed" includes stamped, except in the case of acceptance of tender or any amendment thereof; 1.29 “Site" means the Stations specified in the contract at which equipment is required to be delivered by the Contractor under the contract or any other place approved by the Purchaser for the purpose; 1.30 “System” means an integration of all necessary equipment to achieve the aim of contract. 1.31 "Equipment" means the goods in the contract, which the Contractor has agreed to supply under the contract; 1.32 "Test" means such test as is prescribed by the particulars or considered necessary by the CMRL whether performed or made by the Inspecting Officer or any agency

Page 18 of 105

acting under the direction of the Inspecting Officer. 1.33 “Work" means all the work specified or set forth and required in and by the said specifications, drawings and "schedule of Requirements", hereto annexed or to be implied there from or incidental thereto, or to be hereafter specified or required in such explanatory instructions and drawings (being in conformity with the said original specifications, drawings and "Schedule of Requirements"). 1.34 “Completion” means supply, Installation testing & Commissioning and training of system as specified in technical specification in SCC and 1.35 “Writing” or “Written" includes matter either in whole or in part, in manuscript typewritten, or printed as the case may be. 1.36 “MTBF” means Mean time between failure 1.37 “Failure” all failure that required subsequent maintenance. This further classified as type 1 & type 2 1.38 “Type1 failure” any failure that leads to non­operational/shutdown of Lifts & Escalators 1.39 “Type 2 failure” any failure that does not cause any shutdown of Lifts & Escalators

2.0 CONTRACT DOCUMENTS 2.1 Subject to Article Order of Precedence of the Contract Agreement all documents forming part of the Contract (and all parts thereof) are intended to be correlative, complementary and mutually explanatory. The Contract shall be read as a whole. 3.0 Order of Precedence

3.1 The order of precedence shall be as below a) Annexures b) Schedule of requirement c) Special Contract Condition d) General Contract Condition e) Information to tenderers f) Notice inviting tender 4.0 SEVERABILITY

4.1. If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract

5.0 TIME FOR COMMENCEMENT AND COMPLETION

5.1. The time of commencement shall be immediately on date of signing the LOA.

5.2 The Contractor shall commence work on the Facilities within the period specified in the Schedule of Requirement and without prejudice to the Contract and shall thereafter proceed with the Facilities in accordance with the time schedule specified.

5.2. The Contractor shall attain Completion of the system (or of a part where a separate time for Completion of such part is specified in the Contract) within the time stated in the Tender Data Sheet. Page 19 of 105

6.0 CONTRACTOR'S RESPONSIBILITIES

6.1. The Contractor/Bidder shall Design, Manufacture, Supply, Install, Commission, train the personnel and carry out defect liability period (DLP) for Lifts and Escalators.

6.2. The Contractor confirms that it has entered into this Contract on the basis of a proper examination of the data relating to the Facilities provided by the Purchaser. The Contractor acknowledges that any failure, to acquaint itself with all such data and information shall not relieve its responsibility for properly estimating the difficulty or cost of successfully performing the Facilities.

6.3. The Contractor shall comply with all laws in force in India. The laws will include all local, state, national or other laws that affect the performance of the Contract and bind upon the Contractor. The Contractor shall indemnify and hold harmless the Purchaser from and against any and all liabilities, damages, claims, fines, penalties and expenses of whatever nature arising or resulting from the violation of such laws by the Contractor or its personnel, including the Subcontractors and their personnel.

7.0 CONFIDENTIAL INFORMATION

7.1. The Purchaser and the Contractor shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following termination of the Contract.

7.2 The Contractor shall not use such documents, data and other information received from the Purchaser for any purpose other than the design, procurement of Plant and Equipment, construction or such other work and services as required for the performance of the Contract. 8.0 CONTRACT

8.1. This contract is for the Design, Manufacture, Supply, Erection, testing, training and Commissioning of the entire system of the description, specifications and drawings, and in the quantities set forth in the contract on the date or dates specified therein. All equipment must be brand new and unused

8.2. The whole contract is to be executed in the most approved, substantial and workman like manner, to the entire satisfaction of the Purchaser or his nominee, who, both personally and may his deputies, shall have full power, at every stage of progress, to inspect the equipment at such times as he may deem fit and to reject any of the equipment which he may disapprove.

9.0 PERFORMANCE BANK GUARANTEE (PBG)

9.1. The successful bidder shall furnish a Performance Bank Guarantee (PBG) valid for 2 years 6 months in the proforma attached (Annexure 5) from a Nationalized within 10 days from the receipt of Letter of Award (LOA) of the tender for an amount equivalent to 5% of the value of the LOA. The expenses to be incurred for the making Performance Bank Guarantee (PBG) shall be borne by the Contractor. Page 20 of 105

9.2 Failure to submit PBG within 10 days from the LOA will attract LD of 0.5% per week of the total LOA subject to maximum of 10% of the LOA value after which the contract will be deemed to cancel.

9.3. The Purchaser shall be entitled and it shall be lawful on his part to forfeit the amount of the Performance Bank Guarantee in whole or in part in the event of any default, failure or neglect on the part of the Contract in the fulfillment or performance in all respects of the contract under reference or any other contract with the Purchaser shall also be entitled to deduct from the amount of the Performance Bank Guarantee any loss or damage which the Purchaser may suffer.

9.4 As and when an amendment is issued to the contract, the Contractor shall, within 15 days of the receipt of such an amendment furnish to the Purchaser a fresh Performance Bank Guarantee rendering the validity and value as mentioned in the Tender document / Amendment issued.

9.5 Performance bank guarantee shall be extended in terms of 6 months on its expiry, if the Contractor fails to obtain the Final Acceptance certificate from purchaser duly completing the commissioning of system in all respect and completion of DLP as in Annexure­11. Failing to above will entitle the purchaser to encash the performance bank guarantee without any notice.

9.6 The Performance Bank Guarantee is furnished as Annexure­5.

9.7 The performance Bank Guarantee shall be accepted only after signing of contract document. 10.0 TAXES AND DUTIES

10.1 The Contractor shall bear and pay all taxes, duties, levies and charges assessed on the Contractor, its Subcontractors or their employees by all municipal, state or national government authorities in connection with the Facilities in and outside India.

Note:­ No concessional form if any will be issued by CMRL for any item

10.2 In the event of exemption or reduction of Custom Duties, Excise Duties, Sales Tax or any other Cess/Levy being granted by the Government in respect of the works, the benefit of the same shall be passed on to the purchaser.

11.0 Completion

11.1 The contractor shall complete the facility in all respect as specified in the schedule of requirement and SCC. Duly proving the performance as specified in Annexure ­11

12.0 NOTIFICATION OF COMPLETION

12.1. Notification of completion in regard to Lift/Escalator at each location shall be made to the Purchaser immediately on commissioning.

Page 21 of 105

13.0 TIME FOR AND DATE OF DELIVERY: THE ESSENCE OF THE CONTRACT

13.1 The time for and the date specified in the contract in Annexure 4 or as extended for the completion of system and shall be deemed to the essence of the contract and system must be completed not later than the dates so specified in Annexure 4 or extended by Purchaser.

13.2. Progressing of work

The contractor shall allow reasonable facilities and free access to his works and records to the inspecting officer; progress officer or such other officer as may be nominated by the Purchaser for the purpose of ascertaining the progress of the work under the contract.

13.3. Failure and Termination

If the contractor fails to commission the system or any quality defect or performance defect thereof within the period fixed for completion of work in the contract or as extended or at any time repudiates the contract before the expiry of such period, the purchaser may without prejudice to his other rights: ­

(i) Recover from the Contractor as a penalty a sum equivalent to 1 % value of total contract value per week subject to maximum of 10%, after which contract will be deemed as cancelled & PBG will be encashed by the purchaser. 13.4. Extension of Time

The purchaser may extend the timeline for completion of system at his own discretion due to the reasons which may be beyond the control of purchaser. The price quoted shall remain same even in case of extended completion time line. However in case of extended completion the DLP will start from the actual completion date as per the acceptance certificate issued by the purchaser.

13.5. Consequences of Rejection

If on the inspection, of any equipment at site/factory is found to be not matching the requirement of purchaser as mentioned in the tender document and are being rejected by the Inspecting Officer/team of CMRL or its representatives, the Contractor would be required to make satisfactory supplies of equipment meeting the requirement as mentioned in the tender document within the stipulated period of completion and all the cost for re­inspection including cost of travel of CMRL representatives shall be borne by the Contractor

13.6. Removal of rejected stores

(i) On rejection of any equipment submitted for inspection at a place other than the premises of the Contractor, such stores shall be removed by the Contractor at his own cost subject as herein after stipulated, within 10 days of the date of intimation of such rejection.

Page 22 of 105

(ii) All rejected equipments shall in any event and circumstances remain and always be at the risk of the Contractor immediately on such rejection. If such equipments are not removed by the Contractor within the periods aforementioned, the Inspecting Officer/CMRL representatives or its authorized personnel may remove the rejected equipments .The purchaser shall, in addition, be entitled to recover from the Contractor the handling and storage charges on the rejected equipments after the expiry of the time­limit mentioned above. (iii) While on removal of store rejection by CMRL, If any loss or damage raised on rejected stores removal, the Contractor shall not entitle to claim any damage or loss on account of failure to comply on removal of rejected storage.

13.7 FORCE MAJEURE

In the event of any unforeseen event during the execution of the Contract, such as earth quake, war, fires, floods, or acts of God, as a result of which, either party (purchaser/contractor) is prevented, or hindered in performing any of its obligations under the contract, then it shall within a week from the commencement thereof, notify the same in writing to the other party with reasonable evidence thereof. If the force majeure condition(s) mentioned above be in force for a period of 90 days or more at any time, the either party shall have the option to terminate the contract on expiry of 90 days of commencement of such force majeure by giving 14 days' notice to the other party in writing. In case of such termination, no damages shall be claimed by either party against the other, save and except those which had occurred under any other clause of this contract prior to such termination. 14.0 PAYMENT TERMS

14.1 The standard payment terms subject to recoveries, if any, by way of Liquidated Damages will be as under.

14.2 The payments to Contractor are subject to recoveries, which are due from the Contractor as indicated in the relevant clause of this section.

14.3. Payment shall be processed using the cost center split up as mentioned in Annexure 4 subject to the Employer or his representative being satisfied that the works for each item are 100% complete and issues the Notice of No Objection for the work.

14.4 The payment schedule is as follows

(i) The Contractor shall submit an invoice / Bill in Duplicate (2 copies) to the CMRL in prescribed form approved by the CMRL field representative not below the rank of Assistant Manager or Assistant Engineer. (ii). A payment of 95% of payment for each cost center shall be paid on achieving KDs as in annexure 4, remaining 5% (retention) shall be paid after completion of Defects Liability Period.

Page 23 of 105

14.5 Payment shall be affected within 21 days of receipt of claim after due deductions of all statutory payments, taxes, penalty and other deductions applicable. 15.0 RESPONSIBILITY FOR COMPLETENESS

15.1 Any fittings or accessories which may not be specifically mentioned in the specifications but which are useful or necessary are to be provided by the Contractor without extra charge, and the equipment must meet the operational requirement at the place of delivery.

15.2. The work (on turn­key basis) shall be performed at the subways specified in the contract.

15.3. All the charges incurred towards man­powers, materials, laying of cables, transportation, temporary electric supply, making the equipment operational etc. at the place of delivery shall be borne by the successful bidder.

16.0 INDEMNITY

16.1. The prices stated are to include all rights (if any) of patent, registered design or trade mark and the Bidder shall at all times indemnify the Purchaser against all claims which may be made in respect of the equipment for infringement of any right protected by patent, registration of designs or trade mark; provided always that in the event of any claim in respect of alleged breach of a patent, registered designs or trade mark being made against purchaser, the Purchaser shall notify the bidder of the same and the bidder shall, at his own expense, either settle any such dispute or conduct any litigation that may arise there from.

16.2. The bidder shall return all such property and shall be responsible for the full value thereof to be accessed by the Purchaser whose decision shall be final and binding on the bidder. The bidder shall be liable for loss or damage to such property from whatever cause happening while such property is in the possession of or under the control of the bidder, his servants, workmen or agents. 17.0 CORRUPT PRACTICES

17.1 The Bidder shall not offer or give or agree to give to any person in the employment of the Purchaser or working under the orders of the Purchaser any gift or consideration of any kind as an inducement or reward of doing or forbearing to do or having done or forborne to do any act in relation to the obtaining or execution of the contract or any other contract with the Purchaser or Government for showing any favour or for bearing to show disfavor to any person in relation to the contract or to any other contract with the Purchaser or Government. Any breach of the aforesaid condition by the Contractor, or any one employed by him or acting on his behalf, under Chapter IX of the Indian Penal code,1860 or the Prevention of Corruption Act, 1947 or any other act enacted for the prevention of corruption by public servants shall entitle the Purchaser to cancel the contract and all or any other contracts with the Bidder and to recover from the bidder the amount of any loss arising from such cancellation in accordance with the provision of clause 13.2.

Page 24 of 105

17.2 Integrity pact shall be strictly maintained. 18.0 INSOLVENCY AND BREACH OF CONTRACT

18.1 The Purchaser may at any time, be notice in writing summarily determine the contract without compensation to the Contractor in any of the following events, that is to say: ­

18.2 if the Contractor being an individual or a firm. Any partner thereof, shall at any time, be adjudged insolvent or shall have a receiving order or order for administration of his estate made against him or shall take any proceeding for composition under any Insolvency Act for the time being in force or make any conveyance or assignment of his effects or enter into any assignment or composition with his creditors or suspend payment or if the firm be dissolved under the Partnership Act, or

18.3 if the Contractor being a company is wound up voluntarily or by the order of a Court or a Receiver, Liquidator, or Manager on behalf of the debenture holders is appointed, or circumstances shall have arisen which entitle the Court or Debenture holders to appoint a Receiver, Liquidator or Manager, or

18.4. if the contractor commits any breach of the contract not herein specifically provided for.

18.5 Provided always that such determination shall not prejudice any right of action or remedy which shall have accrued or shall accrue thereafter to the Purchaser and provided also the Contractor shall be liable to pay to the Purchaser any extra expenditure he is thereby put to and the Contractor shall, under no circumstances, be entitled to any gain on re purchase. 19.0 LAWS GOVERNING THE CONTRACT

19.1. This contract shall be governed by the Laws of India for the time being in force.

19.2. Irrespective of the place of delivery and the place of payment under the contract, the contract shall be deemed to have been made at the panel in India from where the acceptance of tender has been issued.

19.3. Jurisdiction of Courts: ­ The Courts of the place from where the acceptance of tender has been issued shall above have jurisdiction to decide any dispute arising out of or in respect of the contract.

Page 25 of 105

20. DISPUTE RESOLUTION: 20.1 Negotiation and Amicable Settlement: In the event of any dispute in connection with or arising out of this Agreement between the parties (“Disputes”), the parties shall firstly attempt to amicably resolve such disputes through the highest level of negotiations and discussions. 20.2 Adjudication: 20.2.1 If any dispute between the parties is not resolved through negotiations and amicable settlement, either party shall give notice in writing to the other party of its intention to refer such dispute to Adjudication. 20.2.2 The sole­member Adjudicator shall be nominated by the Managing Director of the Employer at his discretion. He may also be an officer of CMRL, not below the rank of General Manager, but one who has not dealt with the subject contract or disputed matter. The remuneration of the Adjudicator shall be fixed by the Managing Director of the Employer and shall be shared by both the parties. The Adjudicator shall reach a decision within 30 days or such period as agreed between the parties from the date of reference of the dispute. 20.2.3 If either party is dissatisfied with the Adjudicator’s decision, then the party, on or before 30 days on receipt of such decision, shall notify the other party of its dissatisfaction, and its intention to refer the dispute to Arbitration, failing which the decision of the Adjudicator shall be final. 20.3 Arbitration: The dispute so referred shall be settled by Arbitration and the parties agree on the following procedure for appointing the Arbitrator / Arbitrators: 20.3.1 In case the value of the disputed claim and counter claim is Rs.5 crore or less: The dispute shall be referred to a Sole­Member Arbitral Tribunal. Such Sole­ Member shall be nominated by the party seeking arbitration from the List of Arbitrators, maintained by the Employer, consisting of independent persons to be nominated as Arbitrators, who shall meet with the requirement relating to the independence or impartiality of arbitrators referred to in the Fifth and Seventh schedules, read with Section 12, sub­sections (1) (a), (b) and (5) of the Arbitration and Conciliation Act, 1996 as amended by the Arbitration and Conciliation (Amendment) Act 2015. 20.3.2 If the party seeking Arbitration is the Contractor, such proposal shall be addressed to the Employer and the Employer shall, within fifteen days from the date of receipt of such proposal, send the List of Arbitrators maintained by the Employer, referred in clause 20.3.1 above, to the Contractor. The Contractor shall nominate Page 26 of 105

an arbitrator from the List within fifteen days from the date of receipt of the List from the Employer. If the party seeking Arbitration is the Employer, it shall forward such proposal to the Contractor along with the nomination of an Arbitrator from the List referred to in clause 20.3.1 above. 20.3.3 If either party fails to nominate the arbitrator within the prescribed time limit, as mentioned above, then such other party, after the expiry of the prescribed time limit, has the right to nominate the Arbitrator from the said List on behalf of the party failing to nominate. 20.3.4 In case the value of the disputed claim and counter claim is more than Rs.5 crore: The dispute shall be referred to an Arbitral Tribunal comprising of three members. Either Party may propose to the other Party for referring the dispute to Arbitration. If the proposal is initiated by the Contractor, such proposal shall be addressed to the Employer and the Employer shall, within fifteen days from the date of receipt of such proposal, send the List of Arbitrators maintained by the Employer, referred to in clause 20.3.1 above, to the Contractor. The Contractor shall nominate an arbitrator from the List within fifteen days from the date of receipt of the List from the Employer. The Employer shall nominate its Arbitrator from the said list within 15 days thereafter. 20.3.5 If the proposal for referring the dispute to Arbitration is made by the Employer to the Contractor, it shall forward such proposal to the Contractor along with the nomination of its Arbitrator from the said List. The Contractor shall, within fifteen days of receipt of the List from the Employer, nominate its arbitrator from the List. 20.3.6 If either party fails to nominate its Arbitrator within the prescribed time limit as mentioned above, after the nomination by the other party, then such other party, after the expiry of the prescribed time limit, has the right to nominate the arbitrator from the said List, on behalf of the party failing to nominate. 20.3.7 The two arbitrators nominated by the Contractor and the Employer as above, shall appoint the Presiding Arbitrator from the List referred in clause 20.3.1 above, by mutual consultation among themselves, within 15 days of the appointment of the second Arbitrator. 20.3.8 If no consensus is reached within 15 days regarding the appointment of the Presiding Arbitrator, either party may apply to the Designated Court referred to in the Arbitration and Conciliation Act, 1996 as amended by the Arbitration and Conciliation (Amendment) Act 2015 for the appointment of the Presiding Arbitrator. Page 27 of 105

20.4 The Parties agree that the selection and nomination of Arbitrators from the List should be based on the nature and subject matter of dispute to be adjudicated upon, that is, the nominated Arbitrators shall have sufficient knowledge and experience to decide upon the disputed matter. In case of three­Member Arbitral Tribunal, it shall also be ensured by the nominating parties/ Arbitrators, as the case may be, that at least one member of the Tribunal shall be a legal professional with a minimum of 20 years of experience. 20.5 In the event of an arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reason, it shall be lawful to appoint another arbitrator in place of the outgoing arbitrator in the manner aforesaid. 20.6 Subject to the aforesaid, the Arbitration and Conciliation Act, 1996, as amended from time to time and the rules thereunder and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this clause. 20.7 The venue of the arbitration shall be Chennai. The cost of Arbitration including the fees of the Arbitrator shall be borne equally by both the parties. 20.8 The Courts at Chennai shall have exclusive jurisdiction in respect of all disputes between the parties arising out of this agreement. 20.9 Suspension of Work On Account Of Arbitration There should be no impact on the ongoing Supply, Erection, Testing, Commissioning of system in case the matter is referred to Arbitration.

21.0 WARRANTY/DEFECT LIABILITY PERIOD (DLP)

Warranty/DLP is to be followed as mentioned in Schedule of Requirement.

22.0 The life cycle of contract is as follow

22.1 Release of NIT

22.2 Sale of tender books

22.3 Bid Submission

22.4 Bid evaluation

22.5 LOA

22.6 Signing of Contract

22.7 Drawing/Design approvals

Page 28 of 105

22.8 Installation work

22.9 Testing of Lift & Escalator

22.10 Statutory Inspection: After completion of all physical work in one Lift/Escalator, contractor shall raise RFI for the facility completion. On inspection by employer shall offer the same to the statutory inspection if required

22.11 Commissioning: on receipt of statutory inspection approval which may be required, the contractor shall commission the system duly complying all punch points ensuring safety to personnel and other equipment existing in the subway/station

22.12 Work completion certificate: On commissioning duly complying all punch points the completion certificate for each Lift/Escalator raised by contractor shall be approved.

22.13 Final acceptance certificate: After successful completion of satisfactory performance for 2 years from commissioning of all equipment as per schedule of requirements, Final acceptance certificate shall be issued for each Lift/Escalator or all Lifts/Escalators. DLP shall be deemed to be completed on receipt of final completion certificate. 23.0 Quantity variation 23.1 The employer reserves the right to add or delete the quantity of Lifts & Escalators by 50% based on requirement without change in price per unit.

23.2 For any other variations, rates from the latest Delhi Schedule of Rates (DSR) or Tamil Nadu Public Works Department (TN PWD) rates shall be considered. If the rates for items/works are not available in DSR & TN PWD, prevailing market rates shall be considered

24.0 LABOUR LAWS, PROVIDENT FUND, ESI etc.

24.1 The Licensee shall obtain all legal licenses and approvals before the commencement of license; otherwise the contract shall stand cancelled.

24.2 CVs of the personnel to be deployed should be submitted to CMRL. Each CV shall have the current photographs of the person and shall be signed by the person. Each CV shall be submitted duly verified by the contractor which shall contain the following information but not limited to:­

i. Name in full ii. Father’s name iii. Date of Birth iv. Present Address v. Permanent Address vi. Educational Qualification vii. Experience in relevant field of activity viii. Whether any antecedents of Police cases (Police verification certificate to be enclosed). ix. On top of every CV, the proposed category is also to be indicated.

Page 29 of 105

24.3 The Licensee shall comply with the provisions of all labour legislation’s in c l u d i n g the requirements of:

i. The Contract Labour Act, 1970 ii. Minimum Wages Act 1948 iii. Weekly Holidays Act 1942 iv. Prevention of Child Labour Act 1986 (No child labour shall be employed by the Contractor) v. The Payment of Wages Act, 1936 vi. Hours of employment Regulations vii. The Workmen’s Compensation Act, 1923 viii. The EPF Act ix. The Bonus Act x. The ESI Act xi. The Inter­State Migrant Workmen (Regulation of Employment and Conditions of Service) Act, 1979 And any other Acts, Rules, Regulations or Statutes, which are in force or which are to be passed by both the Central Government and State of Tamil Nadu.

24.4 The Licensee shall enforce the provisions of ESI Act and Scheme with regard to all his employees involved in the performance of this License.

24.5 The Licensee should comply with the provisions of the Employees Provident Fund Act. They should promptly deposit P.F. deduction of the eligible employees. For this purpose, the agency must submit a certificate every month that PF amount has been deducted from the eligible employees and has been deposited with R.P.F.C. In support of this, the agency must furnish the Challan / receipt for the payment made to RPFC, along with list of employees who are covered while submitting the Bills for payment.

24.6 The Licensee has to maintain record of all details called for by EPF organization for the labour employed by them and has to submit the same at any time if called for.

24.7 All liabilities like Salaries, wages and other statutory obligations in respect of the persons engaged by the Licensee shall be borne by them. The Licensee shall take necessary steps to cover its employees under the above said enactments and shall submit proof of such compliance to CMRL periodically or at any date upon such request, as may be made by CMRL. The staff engaged by the licensee, shall at no stage have any claim for employment in CMRL. This fact should be incorporated in their appointment letter, if any, issued by the licensee.

24.8 In the case of delay/default in payment of contribution under ESI Scheme and EPF Scheme, besides the recovery of the amounts due by the Licensee towards their contribution, penal interest and / or damages as may be levied by the ESI or PF Authorities, a penalty of 20% of the above amount would also be levied and recovered from their Security Deposit. In the event of cessation of the License due to any reason whatsoever, the Security Deposit shall be refunded only after due satisfaction as regards the above payments.

24.9 In case of any enhancement in PF contribution, bonus act, ESI etc. all such increments / enhancements have to be borne by the Contractor.

24.10 The bidder shall produce certificate of Registration from the Department of Labour for engaging Contract Labours.

Page 30 of 105

24.11 Each bidder (each member in the case of a consortium) shall be required to confirm and declare with the tender submission that no agent, middleman or any intermediary has been, or will be, engaged by them to provide any services, or any other items or works related to the award and performance of the Contract. The format is given in Annexure­ 14b of this Tender Document. 25.0 INJURY TO PERSONS:

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 a r is i ng out of or in the course of or caused by the execution of the work whether or not due to his negligence and shall effect adequate insurance cover in respect of such risks and shall furnish CMRL with a copy of the insurance policy.

26 to 39 DELETED

Page 31 of 105

Special Contract Conditions

Page 32 of 105

40.0 CONDITIONS GOVERNING THE CONTRACT

The special conditions of contract contained herein shall be supplemented to the General Conditions of the contract. In the event of any conflict or inconsistency between them, Special conditions of the contract will supersede the General conditions of the contract.

41.0 SCOPE OF WORK

41.1 The work (on turn­key basis) covered in the tender includes “Design, Manufacture, Supply, Installation, Testing & Commissioning, Training of Personnel and Comprehensive Maintenance services for Lifts and Escalators for Subways at Chennai Central (SCC) and Kilpauk (SKM) Metro Stations”

41.2 The Scope includes

i. To design, supply, install, test and commission approximately 6 No’s Lifts and 10 No’s Escalators in stations for the movement of passengers as specified in schedule of requirements; ii. To arrange inspection by CMRL official routine/ acceptance of each and every Lift and Escalator. iii. Signage and graphics on Lifts and Escalator equipment for guidance of passengers as per the relevant standards & Employer requirements; iv. All necessary works for providing remote control and monitoring of Lifts and escalators in Remote Monitoring Systems (RMS) and integration with M&E SCADA at SCR; v. All necessary civil works or modifications (like establishing ducts, cable trays, wall opening earthing pits, etc. whatever may be required) in related to logistics, installation and commissioning of Lifts & Escalators and restoring to final finishes. Safety Handrails/barricades around the Escalator landing shall be done by the Contractor vi. All necessary MEP works required for Fire alarm integration with existing Station Fire alarm system. vii. Transportation of materials and equipment to site by road/rail/air for installation purposes; viii. LED Shaft lighting (Bulkhead + Switch and socket + complete wiring) for Lifts ix. All Scaffolding works required for Lifts & Escalator systems. x. Special tools, testing and diagnostic equipment and measuring instruments; xi. Contract spares for Comprehensive Maintenance; xii. All cabling and wiring necessary for the Works; xiii. The communication cable from Lift Car (Inside) for connecting emergency telephone for passengers to contact the helpline shall be provided by the Lift Contractor up to Station Control Room (SCR). xiv. Enclosures and supporting brackets for housing and fixing equipment; Page 33 of 105

xv. All equipment, fixtures and material required for interface with other Contractors; xvi. All software and hardware required for Lifts & Escalators including development system, license of all applications and Operating System software, etc.; xvii. Storage cabinets for spares and records; xviii. Provision of Machine­room less and Gear­less Lifts in stations for the movement of disabled and elderly persons. xix. To manufacture the Lifts & Escalators as per the site conditions. It is the responsibility of the contractor to ensure the manufactured equipment suits the available shafts. No variation shall be entertained on this matter. xx. To induce training for CMRL staff on working principle, technology, maintenance and failure trouble shooting. xxi. Documentation of all necessary items as required by CMRL xxii. To get statutory approval for the installations if required. xxiii. The scope of the works shall completely cover the works such as arranging inspection of routine /acceptance of materials used execution and testing as per specification, packing, forwarding, supply of equipment’s and materials at site including insurance and transporting by road/Rail/Air or any other mode. xxiv. To provide comprehensive maintenance services for 8 years for Lifts & Escalators. xxv. Interfacing with civil, MEP, S&T or any other interfacing contractor to complete the L&E works in above scope. xxvi. The contractor shall interface with civil contractor for shaft dimensions. The Equipment shall be manufactured as per site conditions without any additional cost.

41.3 The Principal Manufacturer of Lift and Escalator or its authorized representatives in India is only eligible to quote for the tender. The manufacturer of the Lift and Escalator should also have their own office in India. The principal manufacturer or its authorized representative in India should have their own service centre. The relevant supportive documents shall be submitted along with the tender offer.

41.4 A letter from the manufacturers (Memorandum of Understanding MOU) shall be required and to be submitted along with tender document where in manufacturer has authorized the bidder to participate in this tender on their behalf. A letter from manufacturer that the facilities required for takeup manufacturing and testing is available in their facility.

41.4 In case of any termination or dispute of contract/agreement/relationship between Authorised representative and OEM (Original Equipment Manufacturer), OEM will be laid with full responsibility of carrying the DLP work as mentioned in the tender document. An undertaking for the same from the OEM is required to be submitted in the technical bid.

41.5 The tenderer should have service support facility located in vicinity so that the manpower and required tools/plants shall be mobilised within 24 hr of any log of complain. The tenderer should provide the address and contact details of these facility.

Page 34 of 105

41.6 Drawing and plans pertaining to System/sub­system design, General Arrangement drawings, Electrical wiring drawings, etc. shall be prepared and submitted to the CMRL for approval. The work at site shall commence after the design and drawings are approved by CMRL.

41.7 The contractor shall submit the maintenance plan for each equipment supplied through this contract and attend to any failure for a period of 24 months (2 years) (DLP) from the date of issue of acceptance certificate entirely free of cost including repair and replacement of defective hardware and software, equipments, systems and sub­systems and without any cost of spares.

41.8 The work is to be carried out at the substations mentioned in the in the tender as per contract.

41.9 Materials that are to be supplied by the Contractor for the execution of work are detailed in the schedule of requirement with relevant specifications/ drawing reference mentioned in the tender document 42.0 Deleted

43.0 MATERIALS:

43.1 Materials required for the execution of the work shall be supplied by the contractor. The contractor shall deliver the materials to Subways located at Chennai Central & Kilpauk Metro Stations. However any other material not specifically mentioned herewith but is required for supply, installation, testing, Commissioning and training shall be provided by the bidder at his own cost.

43.2 The contractor will, however, have to procure all the tools and plants required for executing the labour portion of the work and before the actual commencement of the work the contractor will satisfy the CMRL that he has procured all the necessary tools plants required of the quality. The contractor shall engage his own labour and supervisor for the execution of the covered in the contract.

43.3 The contractor shall supply all the components as specified in schedule and transport the equipment to the work site at his own cost

44.0 TECHNICAL DOCUMENTS

44.1 The following technical documents and other information are to be furnished along with the equipment are required to be submitted in the technical bid

(i) Detailed technical description of each of the equipment offered, (ii) Documents for installation details etc., (iii) General Arrangement drawing for Each Lift & Escalator separately (iv) Details of instruction for operation and maintenance of the servicing equipment supplied. (v) Test report (type/routine/site test) Page 35 of 105

(vi) Details of test accessories and test facilities provided along with write up testing and troubleshooting procedures. Technical literature of equipment to be supplied, along with the supply of materials. (vii) All necessary software/ Originals CD/DVDs which are part of technical equipment (viii) Guarantee/Warranty certificate to include the two year DLP period (ix) List of spares with quantity of each item with specification and part no. for commissioning and DLP (x) List of vendors proposed for all the components of Lifts & Escalators shall be provided in the bid and shall be approved by CMRL after reviewing the vendor’s capabilities and credentials. 44.2 All documents shall be in English Language only

45.0 Undertaking

45.1 An undertaking to the effect to be given by the bidder (in case of representatives both Manufacturer and its representative have to submit) that they have NOT been Black listed /Debarred by any Government/Government undertaking/semi Government/ Govt. Controlled Institutions/projects/Reputed private organizations in India or Abroad as indicated in Annexure 9

45.2 An undertaking to the effect to be given by the bidder (in case of representatives both Manufacturer and its representative have to submit) stating their credentials.

46.0 ERECTION OF EQUIPMENT

46.1 Before commencement of erection work in substation, tenderer shall perform a detailed study in series of activities involved in the erection work and submit the method statement to purchaser for his perusal and CMRL safety approval at least 5 working days before starting the erection work.

46.2 The Method statement shall minimum contain the following details

(i) Rolling schedule (ii) Procedure of each activity (iii) Tools/Plants/special Equipment to be used for the erection work (iv) Risk assessment & Emergency contingency plan (v) Details of supervisor and tentative labour details (vi) Shutdown requirements, if any

47.0 USE OF TECHNICAL TERMS AND CONDITIONS:

47.1 Definition of technical terms and symbols used in drawings/design shall be as per Indian standard specification and where such specifications are not available; they should be of British standard specifications

Page 36 of 105

48.0 WARRANTY/DEFECT LIABILITY PERIOD (DLP)

48.1 The contractor shall warranty that everything to be furnished under this contract shall be free from defects and faults in design, materials, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards for goods of the type ordered and in full conformity with the contract specifications, if any and shall if operable, operate properly. This warranty shall commence from the date of issue of acceptance certificate of the installation. It shall be two years (24 months) from the date of issue of acceptance certificate. The contractor's liability in respect of any complaints/ defect and/or claim shall be limited to the installation of replacement parts free of any charge or the repair of defective parts only to the extent that such replacement or repairs are attributable to or arise from faulty workmanship of materials or design in the manufacture of the equipment, or wear and tear during normal use, provided that the defects are brought to the notice of the contractor within the warranty period. All replacement and repairs at the CMRL shall call upon the contractor to deliver or perform under this warranty shall be delivered and performed by the contractor promptly and satisfactorily. If the contractor desires, the replaced parts can be taken over by them for disposal as they deem fit within period of one month from the date of replacement. At the expiry of this period, no claim whatsoever shall be on the CMRL. 48.1 During Warranty & CMS: The Tenderer shall maintain required spares either in service­office/factory at Chennai or located in vicinity such that the spare can be transported to site within 2 hrs from log of complaint.

49.0 deleted

50.0 TENDERER’S DRAWING AND SPECIFICATION:

50.1 Tenderer shall furnish with his tender, technical specifications and pamphlets, drawings or reference for all the equipment to be supplied for the contract.

51.0 SUPPLY OF MATERIALS TO SPECIFICATION:

51.1 All the materials and equipments to be supplied and used for execution of work shall be of Industrial grade. The tenderer has to load, unload and transport the same to the worksite at his own cost.

51.2 INSPECTION OF EQUIPMENTS

(i) Tenderer shall raise Request for inspection (RFI) stage wise for all materials supplied under this contract before dispatch of the materials from factory for Factory acceptance test (FAT) and after completion of installation, Testing &

Page 37 of 105

commissioning for Site Acceptance Testing (SAT). However the purchaser at his discretion has rights to issue waiver for the inspection of the same. (ii) In case of waiver issued the Test shall be witnessed by Tenderers representative and report shall be submitted for purchaser’s approval. (iii) Along with RFI Tenderer shall submit the Quality Assurance plan (QAP) duly approved by purchaser in advance. (iv) A copy Calibration report of all apparatus and equipments used for testing shall be produced and attached along with test report for purchaser’s perusal. (v) The cost of all tests and/or analysis affected at the manufacturer's or contractor's works shall also be borne by the contractor. (vi) If the product which arrives at the destination does not meet the requirements of the specification, it will be rejected. (vii) Travel expense and daily allowance of purchasers representative involved in case of any inspection shall be borne by purchaser. However in case of re­ inspection due to failure in earlier inspection the travel expense and Daily allowance of purchaser shall be borne by tenderer.

52.0 TENDERER’s RESPONSIBILITY

52.1 All costs, damages and expenses which the Chennai Metro Rail Limited may have incurred or suffered and which are recoverable from the contractor under the terms of this contract or the relevant law may, at the discretion of the Chennai Metro Rail Limited be recovered by deducting the requisite amounts from any moneys due and payable or refundable to the contractor on any account whatsoever or by legal proceedings. The Chennai Metro Rail Limited also reserves the right and shall be entitled to retain payments due to the contractor under this contract and to set off the same against all claims whether arising out of this contract or out of any other transaction whatsoever against the contractor.

53.0 ACCEPTANCE TESTS

53.1 Immediately after the completion of all works in a Lift or Escalator as per the details given in technical specifications, the tenderer shall raise call for inspection for issue of acceptance through a formal letter. 53.2 On inspection of the system installed by tenderer in subway purchaser representative nominated shall give his comments/punch points if any. 53.3 If the purchaser is satisfied by the work, he shall give clearance for offering the facility for obtaining necessary statutory clearance if applicable. 53.4 The system shall be fit for acceptance only after the required statutory clearance if any required is obtained. On obtaining the statutory clearance tenderer shall apply for acceptance certificate through a formal letter with an attachment listing the status of the comments/punch points given by purchaser representative during his inspection. If all punch points are attended. Purchaser shall issue the completion certificate for pertaining to the Lift or Escalator

Page 38 of 105

53.5 Final acceptance certificate of the facility shall be issued after the satisfactory performance of the equipment for a period of 2 years. DLP shall be deemed to be over only on receipt of final acceptance certificate.

54.0 Training

54.1 The contractor shall impart professional training both classroom and practical training at CMRL premises on the following heads  Working principle of system  Technology used  Maintenance  Failure trouble shooting Cost involved in travel, accommodation or any other expense related to the trainer shall be borne by the contractor. 54.2 O&M manual shall be prepared and submitted for approval by the Employer

55 to 69 DELETED

Page 39 of 105

Schedule of requirements

Page 40 of 105

Technical Specifications for Lifts & Escalators 70 SCOPE OF WORKS 70.1 General This Specification establishes requirements for the design, manufacture, delivery at Site, installation, testing and commissioning, operating and maintenance manual preparation and training of maintenance/operation personnel of the machine­room less Lift system for mentioned subways of CMRL Network. The Contractor shall be required to interface closely with the Designated Contractors working in these Stations. The Contractor shall also be responsible for obtaining clearances from statutory authorities, whenever required.

70.2 Scope: The scope of work includes, but not limited to, following: i. To design, supply, install, test and commission approximately 6 No’s Lifts and 10 No’s Escalators in stations for the movement of passengers as specified in schedule of requirements; ii. To arrange inspection by CMRL official routine/ acceptance of each and every Lift and Escalator. iii. Signage and graphics on Lifts and Escalator equipment for guidance of passengers as per the relevant standards & Employer requirements; iv. All necessary works for providing remote control and monitoring of Lifts and escalators in Remote Monitoring Systems (RMS) and integration with M&E SCADA at SCR; v. All necessary civil works or modifications (like establishing ducts, cable trays, wall opening earthing pits, etc whatever may be required) in related to logistics, installation and commissioning of Lifts & Escalators and restoring to final finishes. Safety Handrails/barricades around the Escalator landing shall be done by the Contractor vi. All necessary MEP works required for Fire alarm integration with existing Station Fire alarm system. vii. Transportation of materials and equipment to site by road/rail/air for installation purposes; viii. LED Shaft lighting (Bulkhead + Switch and socket + complete wiring) for Lifts ix. All Scaffolding works required for Lifts & Escalator systems. x. Special tools, testing and diagnostic equipment and measuring instruments; xi. Contract spares for Comprehensive Maintenance; xii. All cabling and wiring necessary for the Works; xiii. The communication cable from Lift Car (Inside) for connecting emergency telephone for passengers to contact the helpline shall be provided by the Lift Contractor up to Station Control Room (SCR). xiv. Enclosures and supporting brackets for housing and fixing equipment; xv. All equipment, fixtures and material required for interface with other Contractors;

Page 41 of 105

xvi. All software and hardware required for Lifts & Escalators including development system, license of all applications and Operating System software, etc.; xvii. Storage cabinets for spares and records; xviii. Provision of Machine­room less and Gear­less Lifts in stations for the movement of disabled and elderly persons. xix. To manufacture the Lifts & Escalators as per the site conditions. It is the responsibility of the contractor to ensure the manufactured equipment suits the available shafts. No variation shall be entertained on this matter. xx. To induce training for CMRL staff on working principle, technology, maintenance and failure trouble shooting. xxi. Documentation of all necessary items as required by CMRL xxii. To get statutory approval for the installations if required. xxiii. The scope of the works shall completely cover the works such as arranging inspection of routine /acceptance of materials used execution and testing as per specification, packing, forwarding, supply of equipment’s and materials at site including insurance and transporting by road/Rail/Air or any other mode. xxiv. To provide comprehensive maintenance services for 8 years for Lifts & Escalators. xxv. Interfacing with civil, MEP, S&T or any other interfacing contractor to complete the L&E works in above scope. xxvi. The contractor shall interface with civil contractor for shaft dimensions. The Equipment shall be manufactured as per site conditions without any additional cost.

70.3 The cost of lifts & Escalators as quoted by Contractor shall include the shall include the cost of the following civil works: a. Cutting holes in walls, floor etc. and making good to match the existing surface of walls, floors etc. b. Supply and fixing necessary bolts, nuts, washers etc. required for execution of work. c. Hoisting arrangement if required d. Providing protection like cover, barricading etc. during storing and execution to protect the lifts from dust, water etc. e. During execution, the contractor shall at all­time keep the working and storage areas free from waste or rubbish materials. f. All necessary arrangements for hoisting & installation of lift and Escalator including scaffolding etc.

Page 42 of 105

71. Technical specification for lifts The passenger lifts shall be suitable for operation in outdoor environment and shall be of outdoor/ heavy duty type as these are to be installed in the subway. Lift shall be of Machine room less type. The following table summarizes the no. of Lifts to be provided: Lift Shaft size Lift type Height No. of S. Lift Quantity Speed (width x depth) – Doors (in Stops Location No capacity (Nos) (in m/s) in meters & Panels meters)

13 Full glass 1 2.55 x 1.95 7 2 1 2 Passenger lift SCC 26 Full glass subway 2 3 x 2.3 4 1 1 2 Passenger lift Stretcher SKM 3 2.35 x 3 SS lift 3 2 1 2 Lift subway Total 5

Note: Employer reserves the right to change location of Lift based on the needs.

The above rises may vary by + 0.5 m based on site conditions, [Variations up to +0.5 m will be reckoned under the lower slab and any variation more than 0.5 m will be reckoned under the next higher slab]

Functional Requirements – Machine Room-less Lifts: Machine­room less and Gear­less Lifts shall be provided in the stations to facilitate the movement of commuters, handicapped person and staff between the different levels of the stations from ground to the subway and vice versa. The Contractor shall verify the vertical rises, travels, stops, delivery routes and all other relevant information by co­ordination with the respective Civil Contractors. It shall be responsibility of the Contractor to provide the Lift suitable for the constructed shaft. No variation on this account will be payable. 71.1 Clear inside size of lift car: As per approval of Employer Note: The Lift and door shall be so configured that it is feasible to handle a person on a wheel chair Position of machine: at headroom 71.2 a) Type of control: AC variable voltage variable frequency drive. (Lift drive motor and controller shall be suitable for operation with supply voltage variation between +10% to ­ 15%) b) Type of operation: Microprocessor based Simplex/duplex selective collective operation. 71.3 Car door: Type of doors: Power operated, horizontal sliding ­ center opening glass door scratch proof Car open in front only: Yes Size of car door shall be approved by Employer in detailed design. 71.4 Landing Doors: Power operated, horizontal sliding ­ center opening glass door scratch Page 43 of 105

proof. Size of landing doors shall be approved by Employer in detailed design. 71.5 Lift Car Interior Finish i) Panels The side, rear and front panels shall be scratch proof of laminated safety glass for lifts in SCC & scratch proof stainless steel in SKM – panel finish shall be as per approval of Employer ii) Flooring Stainless Steel Chequered Plate (minimum 6mm thick) or any other anti­skid flooring as per approval of Employer iii) Ceiling Stainless Steel False ceiling shall be approved by the Employer iv) Lighting LED Fitting as approved by Employer v) Ventilation Each Lift car shall be adequately ventilated to a minimum standard of 20 air changes per hour. The fans shall be located above the suspended ceiling or recessed in the car ceiling as appropriate to achieve cross­flow ventilation. The noise level of Fan used for ventilation shall not exceed 55 db at a distance of 1 meter away from the fan inside the Lift car. Fan shall automatically start on registering the command. However, fan Switch shall be provided to disable auto­starting of the Fan when not desired 71.6 Type of signal system a) LCD floor position indicator in the car and at all landings (to be provided above the car/landing doors) b) Travel direction indicator in the car and at all landings (to be provided above the car/landing doors) c) Gongs & visual indication on all landings for pre arrival of the car d) Overload warning Audio & Visual indicator, inside the car (lift should not start on overload) e) Battery operated alarm bell and emergency light. f) Car operating panel with fade proof luminous buttons in car g) Luminous hall buttons with brail inscriptions at all landings. h) Fireman's switch at ground floor i) An Intercom button when pressed, shall allow direct communication with the personnel in the SCR and main control cubicle. The Contractor shall submit their features and proven Vendor of intercom to Employer for approval 71.7 Landing Entrance a) Number as per No. of stops b) Size Standard size as per latest IS c) Type of doors: Power operated, Horizontal sliding­ center opening Page 44 of 105

d) Lift out of service Indication: "Lift out of Service" shall be displayed in landing indicators of all floors simultaneously. 71.8 Electric Supply a) Power: 415 V (­15% to +10%), AC, 3Phase, 50Hz, 4 wire system. b) Lighting: ­ 230 V, AC, 50 Hz c) The entire lift equipment should be suitable for operation at + 10% to ­ 15% of the rated supply wanted. 71.9 Is neutral wire available for Yes control circuits 71.10 Time for completion – as per NIT 71.11 Environmental condition at site of DB RH WB Installation. Summer condition: 50.0 Deg.C 20% 25.5 Deg.C Winter condition: 7.5 Deg.C 70% 4.4 Deg. C Monsoon Condition: 35.0 Deg.C 60% 8.3 Deg. C The locations of installation are exposed to harsh weather conditions such as heat, dust humidity, occasional seepage and environment/atmosphere infiltrations etc. The system design shall take into consideration these conditions and ensure that performance of the system remains unaffected due to such conditions 71.12 Emergency Supply i) Inverter backup with trickle/ boost charges arrangement for at least 30 minutes with maintenance free batteries for emergency light, emergency fan, Car alarm and inter­com system. ii) A separate maintenance free dry battery system should be provided for Automatic Rescue Device (ARD). 71.13 Door Close Safety ­ Full Height Infrared light curtain door safety with 3D detection feature and a pressure operated switch (mechanical safety switch) 71.14 Controller panel ­ The controller panel shall be of suitable steel having Vermi / dust proof arrangements with suitable in built ventilation system 71.15 Firemen Lift i) All lifts shall be used as fire lifts. ii) Firemen switch for all the fire lift shall be provided at Evacuation floor to enable the fire service personnel to move the lift to evacuation floor in case of emergency. iii) The word 'fire lift' shall be conspicuously displayed in fluorescent paint on all the fire lifts landing doors at each floor level. iv) The lift shall go into fire mode automatically when fire is detected by Station Fire alarm system in that particular lift zone. For this, the contractor shall execute all the necessary works for integrating the Lift with existing Station Fire alarm system. 71.16 Automatic Rescue Device i) Automatic Rescue Device (ARD) should monitor the normal power supply in the main controller and shall activate rescue operations within ten seconds of normal

Page 45 of 105

power supply failure. It should bring the Lift to the nearest floor. While proceeding to the nearest floor the Lift will detect the zone and stop. After the Lift has stopped, it automatically opens the doors and parks with door open. After the operation is completed by the ARD the Lift is automatically switched over the normal operations as soon as normal power supply resumes. ii) In case the normal supply resumes during Automatic Rescue Device (ARD) in operation the Lift will continue to run in ARD mode until it reached the nearest landing and the doors are fully opened. If normal power supply resumes when the Lift is at the landing, it will automatically be switched to normal power operation. iii) All the lift safeties shall remain active during the ARD. 71.17 Remote Monitoring System: The controller shall be compatible with PC based Remote Monitoring system (RMS) existing at Chennai Central & Kilpauk Metro stations control room. The status of Lift like Power On / Off / Power Failure status, fault indicator­for all type of faults with instructions for Operators / Controllers about action to be taken, Alarm for Lift Car, Under Maintenance signal, Up direction indicator, Down direction indicator, Parking Indication and control, RMS Mode / Local mode and Down time log shall be made available at the existing RMS. For this, the contractor shall execute all the necessary works for displaying the above signals and Parking control in the existing RMS at Chennai Central & Kilpauk Metro stations. The Contractor shall visit Chennai Central & Kilpauk Metro stations Control room to study the existing RMS. The contractor shall do all necessary work to integrate the RMS signals to M&E scada system which is located at SCR of above stations.

71.18 All cable/wires used shall be of FRLS type if installed in elevated/at grade level and FRLSOH incase if the equipment is installed in underground level. 71.19 Every item of machinery, likely to produce sound owing to vibration or any other causes, must be isolated from structure so as to eliminate any possibility of sound travelling to other parts of the buildings. The set of isolation material required for this purpose shall be deemed to be covered in the scope of work and quoted rate.

72. Codes and Regulations

The design, installation, testing and commissioning shall comply with the latest edition of all applicable standards issued by the Bureau of Indian Standards and other relevant local regulations applicable.

 IS – 14665: All parts (Latest Version). Page 46 of 105

 IS – 15330: Installation and Maintenance of Lifts for Handicapped Persons – Code of Practice  IS­1860: Code of practice for Installation, Operation and Maintenance of Electric passenger and goods Lifts  Lifts shall comply with the requirements as per latest edition of EN 81 and BS 5655 of the British Standards. The provisions related to the application for handicapped persons stated in these codes shall also be complied with. One hard copy and soft copy of all applicable standards shall be submitted to the Employer.

Additional requirements imposed by statutory or government authorities not listed above shall be complied with.

The Contractor shall also comply with the “Guidelines and space standard for Barrier free Built Environment for Disabled and Elderly Persons” published by C.P.W.D. (Central Public Works Department). India.

The contractor shall comply with the guidelines for safety of Lift circulated vide A. V. series circular no. 822, issued by Ministry of Urban Development and Poverty Alleviation, Govt. of India vide their letter no. C­31011/1/2001­AVII dated 7.12.2001

73. Lift Signages: Contractor shall provide necessary signages and user instructions on each lift. The cost of these items shall be deemed to be covered in the scope of work and quoted rate. 74. Conformity with Governing Specifications and other Statutory Requirements

The work shall be carried out in accordance with the following governing specifications and other statutory rules:

o Central Electricity Authority Regulation 2010 with latest amendments.

o Indian Electricity Act 2003 with latest amendments.

o Rules and Regulations prescribed by local authorities as applicable.

o Relevant, Indian Standards, IEC Standards, EN Standards, British Standards, and other National/International standards as applicable.

The Contractor shall furnish information asked for by a statutory body (e.g., Inspector of lifts, Commissioner of Railway Safety, etc.) in particular format as directed by “Employer”. 75. Harmonic distortion The total harmonic distortion (THD) caused by the Lift equipment to the supply mains at the power supply input terminals of the Lift shall as mentioned below. Total current Harmonic distortion shall not be more than 5% at loading greater than 40% of rated load 76. Power factor – Power factor of the Lifts shall not be in lead at any loading condition and at loaded condition, power factor shall not be less than 0.9 lag

Page 47 of 105

77. Maintenance Requirements: Preventive maintenance of the lifts shall be done and carried out by Contractor during defect liability period (DLP) of 2 years and for comprehensive Maintenance services (CMS) for 8 years, including operations from 4.00 hrs to 24.00 hrs including Sunday & holidays. Two copies of maintenance manual shall be submitted after installation & commissioning of lifts for approval of the Employer.

77.1 Defect Liability Period for two years & CMS for 8 years

77.1.1 Comprehensive maintenance services of the lifts for 8 years and defects liability period for a period of two years from the date of taking over of lifts is covered under the scope of work. Maintenance service shall cover regular examination of the installations by the trained technician of the contractor including necessary adjustments, greasing, oiling, cleaning, replacement of all necessary defective parts, provision all consumables, light lamps, diodes etc. to keep the equipment in excellent operational state. The contractor shall also provide 24 hours emergency operational state. The contractor shall also provide 24 hours emergency repair service to attend the escalator at any time of the day or night including Sundays and holidays.

77.1.2 The reliability, availability and maintainability requirement of Lift are as follows:

(a) Reliability Requirement

The Reliability requirements of this PS shall be subsidiary to the Availability and Maintainability requirement of this PS. The reliability of equipment should be of level that it does not result in passenger trappings in the Lift due to equipment failure. Any claim/ Damage /Compensation claimed by the affected passenger/ Lift user on account of equipment failure shall be recovered from the firm. In addition, CMRL shall impose a penalty @ Rs.20,000/­ (Rs Twenty Thousand Only) per case. The penalty shall applicable during DLP and CMS.

The Reliability measure for the Lifts shall be the Mean Time Between Maintenance Action (MTBMA). This covers both preventive as well as corrective maintenance.

The Lifts shall achieve a MTBMA not less than 7 days. Each day means 24 hours. MTBMA shall be calculated for each calendar month separately and MTBMA calculation shall be done based on the total number of Lifts operational on 01st day of that applicable month. (b) Availability

Service Availability Targets:

(i) The Systems shall be designed to ensure that failure of any major equipment, caused by an external accident or negligence of internal staff, will not lead to unavailability of the whole System, other than temporary outage of the failed equipment.

(ii) All elements of the systems shall be able to be maintained during out­of­traffic Page 48 of 105

hours to avoid interrupting passenger train services.

(iii) If Lift remains out of service for more than 6 hrs, CMRL shall impose a penalty of Rs. 50,000/­(Rs Fifty Thousand Only) for each such case. The penalty shall applicable during DLP and CMS.

(iv) The Employer will assess the reasons for the equipment not being in service; accordingly the penalty will be imposed. The Employer decision is final. The measure for Availability for the Lifts shall be based on call out ratio.

Availability = {(365 X 20 hrs.) X No of lift population in section} – {Total Unavailability hrs. in one year) {(365 X 20 hrs.) X No of lift population in section}

The Lift shall achieve minimum availability of 99.9% calculated as above for the purposes of Availability calculation, the contractor shall assume the service operating hours are 20 hours per day (4:00 Hrs to 00:00 Hrs Mid Night) for 365 days a year for the design life.

(c) Maintainability

(i) The Contractor shall undertake maintainability analysis to assess the preliminary maintainability targets of the systems.

(ii) The Contractor shall state the maintainability requirements, and demonstrate that System maintainability is sufficient to support the claimed System reliability and availability performance. The Contractor shall demonstrate that maintenance errors have been considered, and, as far as is practicable, the risk of maintenance­induced faults has been mitigated by the appropriate design.

(iii) The equipment to be supplied by the Contractor must be designed for minimum or no maintenance. Maintenance activity required must be capable of being performed with minimum or no impact on the train service.

(iv) Maintenance activities may be classified into two areas, routine preventative and corrective, both of which affect service availability. Other maintenance strategies such as condition monitoring may be incorporated.

(v) Routine/preventive maintenance periods shall be limited to non­operational maintenance hours during the night or if essential during off peak periods.

(vi) To optimize speedy corrective maintenance, techniques employing automatic diagnostics test points, and rapid repair facilities shall be provided.

The maintainability measure for the Lifts shall be Mean Time to Restore (MTTR). The Lifts shall achieve MTTR of ­ 30 minutes.

Page 49 of 105

The MTTR time measurement shall include on site diagnostics and rectification of the failure up to the point that the System is restored to full functionality. In the event that the failure cannot be rectified, the measurement shall include the time necessary to remove the failed piece of equipment from the System and replace it with a functioning module.

The MTTR does not include the time taken for designated personnel to arrive on site (access time) to begin local diagnostic activities or the time taken for the replacement parts to be delivered to site

(d) Call out ratio

Failure: Lift not available for passenger service shall be registered as a failure provided:

(1) Failure is attributable to –

(i) Design defect

(ii) Equipment failure / replacement

(iii) Manufacturing defect.

(iv) Wrong Erection

(v) Maintenance lapse (during DLP & CMS by the contractor)

or

(2) “Mantrap” resulted because of any of the above defect.

The call out ratio i.e. engineer visits to the site for non­scheduled maintenance for the failures as defined above, should not exceed 2 on any one of the Lift in a year. The average call out ratio should not exceed 1.5 for No. of Lifts provided by the bidder under this contract. The period of one year will commence from date of commencement of Revenue Operation / Taking over, whichever is later. If the visit of engineer for non­scheduled maintenance exceeds 2 per lift per year or average call out ratio exceeds 1.5, a penalty of Rs. 20,000/­ (Rs Twenty Thousand Only) shall be imposed for each such visit. The penalty shall be applicable during DLP and CMS period also.

Please note that for a period of Three months, the value of Reliability, Availability and Maintainability will be calculated & monitored and penalty shall be imposed accordingly.

77.2 The Responsibilities of Contractor. During the defects liability period & CMS period, the Contractor shall also be responsible for the following (i) Carrying out day to day maintenance and cleaning of the lifts as per the Maintenance Schedule submitted. (ii) Deputing trained supervisory staff to carry out the scheduled maintenance and operation of lifts. The Supervisory staff will visit the site daily, inspect the Lifts twice a

Page 50 of 105

day & shall be responsible for keeping regular coordination for maintenance/ repair of escalator. (iii) Maintaining proper conditions of operating control installed inside and outside the lifts for convenient and safe operation of lifts. (iv) Replacing the worn out parts of the lifts with genuine spare parts as necessitated and observed during routine inspection or otherwise. (v) Keeping Employer informed in a prescribed and agreed format at all the time regarding maintenance etc. carried out on the lifts. (vi) Providing all spares and consumable during DLP & CMS. (vi) To provide a 'call­out' service during and outside normal working hours to carry out emergency maintenance by competent workers. (vii) Shall submit the monthly reports on preventive maintenance (completed & scheduled) and analysis of breakdowns

Page 51 of 105

78. Technical specification for Escalators 78.1 General requirements: Escalators shall be self­contained units consisting of truss, tracks, step drive units, steps, step chains, comb plates, handrails, landing plates, driving machines, controllers, safety devices, balustrades and all other components required to provide a complete installation. Materials used shall be non­combustible and selected to achieve a fire­resistant installation. The design of the Escalators exposed to outdoor conditions shall take into account the adverse effects due to the inclement weather conditions of Chennai. Escalators shall be commercial type, reversible type and capable of operating safely, smoothly and continuously in both directions for a period and traffic pattern as specified in EN 115­1 for public service Escalator. Escalator Schedules The tentative requirement of Escalators is summarized below S.No Rise (in meter) Quantity (Nos) Location 1 4 m 2 2 5 m 4 SCC subway 3 6 m 4 Total 10 Note: Employer reserves the right to change location of Escalator based on the needs.

The above rises may vary by + 0.5 m based on site conditions, [Variations up to +0.5 m will be reckoned under the lower slab and any variation more than 0.5 m will be reckoned under the next higher slab]

S. No Description Particulars

1 Step Width 1000 mm

2 Horizontal Steps Two

3 Speed 0.50 m/s

4 Motor Protecting Rating IP55

6 Power Voltage 415 V

7 Deflection of Truss 1/750*L

8 Treatment of Truss Hot dipped galvanized

9 Handrail Color As per the approval of Employer

10 Balustrade Profile Stainless steel

Page 52 of 105

S. No Description Particulars

Tempered safety glass (10 mm) in case 11 Balustrade Panel of glass balustrade 12 Skirting Hairline stainless steel

13 Inner & Outer Decking Hairline stainless steel

14 Step Demarcation Yellow demarcation

15 Step Die cast Aluminium

16 Panel of Landing Plate Stainless steel

17 Combs Die cast aluminum

18 Broken Drive­Chain Contact To be provided

19 Skirting Contact To be provided

20 Broken Step­Chain Contact To be provided

21 Step Sag Contact To be provided

22 Phase Monitor To be provided

23 Flying Wheel Cover To be provided Motor Overload and Overheat 24 To be provided Contact 25 Comb Contact To be provided

26 Alarm Buzzer To be provided Motor Speed & Anti­Reversal 27 To be provided protection 28 Step Anti­Static Brush To be provided

29 Emergency Stop Button To be provided

30 Handrail Anti­Static Roller To be provided

31 Service Brake Release Contact To be provided

32 Landing Plate Switch To be provided

33 Skirting Brush To be provided

34 Step up thrust Device To be provided

35 LED Comb Lighting To be provided

Page 53 of 105

S. No Description Particulars

36 Auto Lubrication System To be provided

37 Outside Truss Cladding Hairline stainless steel

38 Traffic sensor As approved by Employer

39 Float Switch To be provided

78.2 List of Applicable Standards:

Codes and Regulations 78.2.1 Local Codes, Regulations and Standards Unless otherwise stated herein, the design, installation, testing and commissioning shall comply with the latest edition of all applicable standards issued by the Bureau of Indian Standards and other relevant local regulations applicable. IS – 4591: Code of Practice for Installation and Maintenance of Escalators.

Additional requirements imposed by statutory or government authorities not listed above shall be complied with. 78.2.2 Additional Standards

Escalators shall comply with the requirements for public service application in accordance with latest edition of British Standard BS 5656, and European Standard EN115: Safety rules for the construction and installation of Escalators. The Contractor shall also comply with the requirements of the latest edition of  NFPA – 130 (Fixed Guide way Transit Systems)  IEEE 519 ­ IEEE Recommended Practice and Requirements for Harmonic Control in Electric Power Systems

78.3.1 STEPS STEP DEMARCATION The surface of the steps shall be horizontal at all positions exposed to passenger. The nominal width of steps shall be 1000 mm. Yellow lines of 25 mm width shall be marked on both sides and front of the leading/trailing edges of the steps with durable and wear resistant materials to show demarcation between comb and cleat. INTEGRAL DIE-CAST ALUMINIUM STEP TREAD AND RISER The step treads shall be die­cast aluminum with closely spaced cleats designed to provide a secure foothold, the latter being grooved parallel to the travel of the steps to mesh with the comb teeth at the entrance and exit. Step risers shall also be die­cast aluminum integral with the step treads and shall include vertical cleats designed to pass between the

Page 54 of 105

cleats of the tread on the adjacent steps thus providing a combing action with minimum clearances. 78.3.2 ROLLERS Each step shall be supported on four rubber or synthetic material tyred ball bearing rollers, grease sealed for life and so mounted that tilting and rocking of steps is prevented whilst ensuring smooth quiet operation in service. 78.3.3 TRACTION Traction to the steps shall be by means of two endless roller chains. 78.3.4 DIMENSIONS OF STEP The depth of any step in the direction of travel shall not be less than 400 mm. The rise of any such step shall not be more than 240 mm. 78.3.5 CLEAR HEIGHT ABOVE STEP The clear height above the steps at all points shall not be less than 2.30 m. 78.3.6 FLAT STEPS There shall be at least a length of two complete steps i.e. 0.80 m at either end of the escalator travelling horizontally from the comb line. 78.3.7 STEP CHAINS The steps shall be driven by at least 2 steel link chains of which at least one shall be located at each side of the step. MATERIALS The step chains shall be made of high tensile steel links with hardened and ground pins, unless otherwise specified. QUIET OPERATION The rollers shall accurately engage with the drive sprockets to ensure smooth and quiet operation. 78.3.8 TRACKS CURVED SECTION All the curved sections of the tracks shall be manufactured in steel or aluminium pressure die­castings. STRAIGHT SECTION The straight sections of the tracks shall be of steel or aluminium extrusions. The tracks forming both running surfaces and guards over the trailing rollers shall essentially be channels or of such formation as to prevent derailing.

Page 55 of 105

78.3.9 LANDING OPENING AND LANDING PLATE OPENING Openings of adequate size in the floor will be provided by the Building Contractor on both upper and lower landings. The Contractor shall indicate on site the exact dimensions of the openings, excavation, drains and ventilation holes required. LANDING PLATE Removable floor landing plates shall be provided by the Contractor over the openings to give access to the mechanism for maintenance purpose. These landing plates shall be of stainless steel or wear resistant Aluminium alloy which shall afford a secure foothold. Alternative material will not be accepted without the prior approval of the Employer. LANDING GAP The gap between the balustrade exterior paneling and the wall or obstacle shall not exceed 100 mm. 78.3.10 COMBS Combs shall be provided at the top and bottom landings and shall be wear resistant aluminium alloy with anti­slip pattern. COMB TEETH SECTION: The comb teeth sections shall have fine pitch teeth to allow the cleats of the step tread to pass them with a minimum of clearance. The comb teeth sections shall be made of synthetic resin, metal or equivalent material. Each such comb teeth sections shall be such that, it is adjustable horizontally and vertically and sections forming the same are readily removable in case of emergency. The teeth of every comb teeth section shall be so meshed with and set into the slots of the tread surface of the steps of the escalator that the points of such teeth are always below the upper surface of such tread surface. 78.3.11 BALUSTRADING BALUSTRADES Solid balustrades shall be installed on each side of the escalator and shall consist of the following components:­ (1) Skirting The skirting panels shall be vertical and constructed of smooth hairline finish stainless steel with thickness of not less than 2 mm. Embossed, perforated or roughly textured materials shall not be used. (2) Interior profile The interior profile shall be of hairline finish stainless steel with thickness not less than 2 mm. The interior profile and the balustrade interior paneling shall have an angle of inclination of at least 25° to the horizontal.

Page 56 of 105

(3) Interior and exterior paneling Both the interior and exterior paneling shall be of hairline finish stainless steel with thickness of not less than 1.5mm. The balustrade shall have sufficient mechanical strength and rigidity.

(4) Balustrade decking The decking shall be of stainless steel, polished and anodized in natural color. The decking is to be situated under the handrail and forms the top cover of the balustrade paneling. Appropriate measure shall be provided to discourage people from sliding along the decking. (5) Extended newel The newel including the handrails shall project beyond the root of the comb teeth by at least 0.6 m in longitudinal direction. 78.3.12 DRESS GUARD Dress guards of brush bristles type shall be provided along the full length of the lower part of the skirting panels. Brush bristles type dress guard shall be made of nylon filaments. The nylon filaments shall not support combustion and shall be durable and with flagged ends to give a soft face and be securely held within a pressed steel holder. The assemblies shall be easily removed when replacement is necessary. It shall consist of anodized aluminium carrier which is suitable for the escalator sidewall. The bottom of the carrier shall have chamfer angle to eliminate trapping of feet, trolley wheels and parcels, etc. The carrier shall be fixed onto the skirting panel by secret fixings which are concealed by the filaments but are easily removable. 78.3.13 EXTERNAL CLADDING The external cladding of the undersides and sides of the escalator will be of hairline finish stainless steel with thickness of not less than 1.5mm. 78.3.14 HANDRAILS The handrails shall be constructed of multi­layered canvas with the exposed surface covered with smooth black abrasion resistant rubber which shall be vulcanized into an endless loop. The usage of other synthetic material like PU shall be approved by the Employer. SPEED The handrails shall move in the same direction and substantially at the same speed as the steps. The speed of the handrail is permitted to deviate from the speed of the steps, pallets or belt within the limits of 0% to +2%. SAFETY GUARD Safety guards shall be provided where the handrails enter and leave the escalator newels to prevent pinching of fingers and hands.

Page 57 of 105

HANDRAIL GUIDE The handrail guides shall be in specially formed section to allow easy movement of the handrail but properly shaped as to retain the handrail always in its place. WIDTH OF HANDRAIL The width of the handrail shall be between 70 mm and 100 mm.

HANDRAIL CLEARANCE The horizontal distance between the outer edge of the handrail and walls, adjacent criss­ cross escalators or other obstacles shall under no circumstances be less than 80 mm and shall be maintained to a height of at least 2100mm above the steps, pallets or belt of the escalator/passenger conveyor. The handrail shall have a life span of at least seven (7) years under operating conditions. The minimum breaking strength of the handrail shall be 25 KN and that of the joint shall be greater than 85% of the minimum breaking strength of the handrail. The hardness of the outer stock shall not be less than Shore 70⁰ 5Ao. The handrails shall run on specially formed guides except when in contact with a tension device. Appropriate action shall be taken to prevent the build up of static electricity in the handrail. Hand and finger guards shall be provided at the point where the handrail enters the balustrade. The clearance between the guard and handrail shall not exceed 3.0 mm to prevent trapping Adequate provisions shall be provided to maintain proper tensioning throughout the service life of the handrail and prevent tightening/loosening and excessive heating up of the handrail during operation. The temperature rise of the handrail during operation shall not exceed 6°C above station ambient temperature. The handrail shall overlap sufficiently with the handrail decking (top deck), to prevent pinching and trapping fingers or hands due to running clearance. The lips at the handrail shall be of sufficient rigidity to prevent the handrail being easily removed from the handrail guides by a force of 300N. 78.3.15 TRUSS CONSTRUCTION The structural steel truss shall be a rigid steel fabricated structure and shall be capable of carrying a full complement of passengers together with mechanism of the escalator, the balustrades and the weight of exterior covering. The supporting structure shall be designed in a way that it can support the dead weight of the escalator plus a passenger weight of 5000N/m². The factor of safety used in the design of structural members of the escalator trusses shall not be less than 5 based on static load.

Page 58 of 105

STEP CHAIN BREAKING The entire tracking system shall be so designed that in the unlikely event of a step chain breaking, there shall be no likelihood of the steps lifting out of place. MACHINERY SPACE The upper section of the truss shall contain the drive machine and shall be fitted with a trap door. In cases where several drive machines are placed along the length of an escalator, suitable means of access to the drive machines shall be provided. LUBRICATION Effective means for lubricating the bearings and moving parts as required shall be provided with easy access.

OIL PAN Oil tight drip pans shall be provided for the entire length of the escalator to contain any waste and lubricants within the truss. Where necessary, the oil tight drip pans shall be removable to give access to both the machinery space and the return station for maintenance. 78.3.16 DRIVING MACHINERY INDEPENDENT DRIVING MACHINE Each escalator shall be driven by at least one machine of its own. 78.3.16.1 REDUCTION GEAR The driving machine shall incorporate a reduction gear system employing worm gear, planetary gear or other proven gear types. Worm gear system The driving machine shall incorporate a worm reduction gear with a vertical flange­ mounted motor or other proven design. It may be connected by chain or other proven means to the main drive shaft of the escalator. The worm shaft and worm wheel shall be housed in a substantial cast iron housing which shall also hold the lubricant. Planetary gear system The motor, planetary gears and brakes shall be fully enclosed and form a unique, compact no­chain unit. Motor and bearings shall have life­time lubrication. 78.3.16.2 MOTOR The motor shall be integrally mounted, A.C. three phase induction motor of continuous rating, reversible type with high starting torque and low starting current and specially designed for escalator application. Other proven motor types may also be used subject to the approval by the Employer.

Page 59 of 105

SPEED The rated speed of the escalator shall be 0.5 m/s for an escalator with an angle of inclination 30° from the horizontal. BEARING The motor shall be fitted with grease lubricated ball bearings. 78.3.16.3 BRAKING ELECTRO-MECHANICAL BRAKE Each escalator shall be provided with braking that is mechanically applied and electrically held off type of sufficient capacity to efficiently bring the escalator to rest with uniform deceleration when travelling at full contract speed in either direction.

AUXILIARY BRAKE

Escalators and inclined passenger conveyors shall be equipped with auxiliary brake(s) acting immediately on the non­friction part of the driving system for the steps, pallets or the belt (one single chain is not considered to be a non­friction part), if (a) The coupling of the operational brake and the driving wheels of the steps, pallets or the belt is not accomplished by shafts, gear wheels, and multiplex chains, two or more single chains. (b) The operation brake is not an electro­mechanical brake. (c) They are “Public Service Escalators” as defined in the Code of Practice on the Design and Construction of Lifts and Escalators.

HANDWINDING

Provision shall be made for hand winding the escalator in either direction, and shall be suitably marked for "UP" and "DOWN" operation. Crank handles and perforated hand wheels are not permitted. Instructions for hand winding devices in English shall be displayed prominently in the machinery space. If the hand winding device is detachable, it shall not be accessible to unauthorized persons. The hand winding device shall be painted yellow. STOPPING DISTANCES The stopping distances for unloaded and loaded passenger Escalators shall be comply with requirements as specified in EN 115. 78.3.17 FOOTLIGHTS AND STEP LIGHTS UNDER LANDINGS Comb LIGHT Comb lights shall be provided on either side of the interior of the skirting at both upper and lower landings and energy efficient LED luminaires shall be used. The intensity of illumination shall be not less than 150 lux.

Page 60 of 105

STEP LIGHTS UNDER LANDINGS Energy efficient LED luminaires shall be provided underneath landings to illuminate the clearance between steps, steps and skirting, steps and comb, at the horizontal steps portion of the escalator. The color of these lights shall be green. REPLACEMENT OF LIGHTING FIXTURES Facility shall be incorporated for the easy replacement of lamp. 78.3.18 SUPPORT BEAMS CONCRETE SUPPORT Concrete supporting beams will be provided by the Building Contractor at both landings and the intermediate support if required by escalators with a large vertical rise. MOUNTING FACILITIES All other supports and mounting facilities, e.g. R.S.J. beams, mounting brackets, bearing plates, etc. required for the installation of the escalator shall be provided by the Contractor. 78.3.19 SAFETY DEVICES (1) Emergency stopping devices Emergency stop devices shall be placed in conspicuous and easily accessible positions at the entrances of the Escalator on both landings and near the location of starting switch. For escalators with rise above 10 m, additional emergency stopping devices shall be installed as approved by the Employer during the detailed design. (2) Broken step chain device The broken chain safety device shall be incorporated as part of the tension carriage, and they shall operate if the bottom sprocket moves unduly in either direction in the event of either both step chains breaking or becoming unduly lengthened due to wear of the pins, or tension in either chain dropping below a pre­determined value. (3) Broken drive chain device A device shall operate for breakage of the chain between the driving machine and the escalator main drive shaft. Auxiliary brake if provided shall also operate. (4) Broken step device If any part of the step is sagging so that meshing of the combs is no longer ensured, switching off shall be operated at a sufficient distance before the comb intersection line to ensure that the step which has sagged does not reach the comb intersection line. The control device can be applied at any point of the step. (5) Broken handrail device Broken handrail devices shall be situated inside both balustrades at the lower end of the incline, which shall be actuated if either or both handrails break.

Page 61 of 105

(6) Non-reverse device A non­reversing device shall be arranged to prevent a travelling escalator to slow unduly or attempts to reverse its direction of travel. The escalator shall be stopped once the device is operated and it shall only be started again by the key operated switch.

OPERATION OF THE SAFETY DEVICE The operation of any one of these safety devices shall cause the electrical supply to the driving motor to be disconnected and the electro­mechanical brake to be operated thus bringing the escalator to rest. 78.3.20 CONTROL CONTROL STATION (1) Position

Control station shall be provided at both the upper and lower landing newel, which shall contain an emergency stop switch, two key operated direction switches and an audio alarm switch. The station shall be so positioned as to enable any person operating any of the Switches to afford a full view of the escalator.

(2) Type of switch

The emergency stop switch shall be push button type with a red button and shall be suitably protected against accidental operation. But the up and down directional starting switch shall be of the key­operated spring off type.

(3) Marking

All control switches shall be provided with clearly engraved markings in English.

AUTOMATIC OPERATION Escalators which start automatically by the passing of a user shall start to move before the person walking reaches the comb intersection line. This can, for instance, be accomplished by light­rays or contact mat. The escalator shall be stopped automatically after a sufficient time (at least the anticipated passenger transfer time plus 10 seconds) the passenger has actuated the automatic starting device. This time shall be adjustable as desired by the Employer. 78.3.21 CONTROLLER CONTENT - The controller shall be a self­contained unit containing all the necessary electromagnetic switchgears including a residual current circuit breaker, local control push buttons, D.C. power supply, etc.

Page 62 of 105

LOCATION - The controller shall be located in the truss at the upper landing, and provision shall be made for easy access for maintenance.

METAL CABINET - The controller shall be fitted inside a dust proof 1.2 mm thick stainless steel cabinet.

78.3.22 MAINTENANCE FACILITIES AND NOTICES MACHINERY SPACE LIGHTING

A permanent light, suitably protected, shall be provided in the machinery space by the Contractor, and which can be switched without passing over or reaching over any part of the machinery.

SWITCHED SOCKET OUTLET

A 16 amp. 3 pin switched socket outlet shall be provided by the Contractor in each escalator machinery space. The socket outlet will be fitted adjacent to the light switch.

EMERGENCY STOP SWITCH IN MACHINERY SPACES A stop switch for the machinery shall be provided in each machinery space where means of access to the space is provided. The stop switch shall:­ (1) Be of a manually opened and closed type; (2) Be conspicuously and permanently marked "STOP". NOTICES ON THE ACCESS DOOR

On each access door to the machinery space in upper and lower landing a notice of durable materials with the inscription of message.

MARKING OF ESCALATOR

At least at one landing, the manufacturer's serial number shall be indicated, visible from outside.

78.3.23 NOTICES FOR AUTOMATIC START

In the case of escalators starting automatically, a clearly visible and audible signal system, e.g. road traffic signals, shall be provided indicating to the user whether the escalator is available for use, and its direction of travel.

NOTICES NEAR ENTRANCES OF ESCALATOR Whenever possible, these notices shall be given in the form of pictographs. The minimum size of the pictographs shall be 80 x 80 mm. Page 63 of 105

78.3.24 ALARM BUZZER/BELL ALARM BUZZER / BELL PROVIDED BY THE CONTRACTOR An alarm buzzer / bell shall be supplied and installed in the machinery space which shall be sounded when any emergency safety device operates. 78.3.25 REQUIREMENTS FOR WEATHER-PROOF ESCALATORS PROTECTION AGAINST WEATHER

The escalator(s) will be protected by a canopy or other similar structure constructed by the Building Contractor.

PROTECTION AGAINST CORROSION (1) Truss and metal work of escalator The entire truss and metal work of the escalator other than moving parts shall be hot­ dipped galvanized. The surface of the completed truss and metal work shall be prepared and treated in accordance with the hot dip galvanizing process or epoxy paint coating as per International standard for hot­dip galvanizing, BS EN ISO 1461 which specifies a minimum coating thickness to be applied to steel in relation to the steels section thickness as per required specifications and recommendation. All rust and dirt on the surface of the truss and metal work shall be removed by wire brushing and the truss and metal work shall be thoroughly degreased by degreasing solvent prior to applying the process.

All the above­mentioned degreasing and hot dip galvanizing process shall be carried out at the factory and galvanizing of truss and metal work at site is not permitted. (2) Moving parts

Moving parts of the escalator including step driving chains, sprocket gears, steps, etc. which require greasing or oiling and any metal components which for functional reasons, shall not be painted.

These parts shall be constructed of corrosion resistant materials such as stainless steel or heavily electroplated with corrosion resistant materials such as nickel or chromium. These moving parts shall be adequately lubricated all the time by automatic oilers as specified and suitably protected from water entering into the escalator interior. All ball or roller bearings such as those installed on the step driving chain, driving mechanism shall be of the sealed type. 78.3.26 LUBRICATION Automatic oilers shall be provided for chain lubrication and operated in pre­ determined period. Device for separation of oil and water shall be provided if the lubrication system is of re­circulating type.

Page 64 of 105

78.3.27 DRIVING MACHINE

The driving motor shall have a degree of protection of at least IP 55. Watertight cover shall be provided on all bearings.

78.3.28 ELECTRICAL WIRINGS AND ACCESSORIES All exposed wiring terminals, junction boxes, switches, etc. shall have a degree of protection of at least IP 65. 78.3.29 DRAINAGE The Contractor shall provide effective drainage facilities for the escalator. A permanent drain point will be provided by the Building Contractor at the bottom of the escalator pit. An additional drain point at the upper pit of an escalator shall be provided by the Contractor if found practicable so that water can be collected and directed to the nearest drain pit provided by others. An alarm giving a warning of flooding at the lowest escalator pit coupled with a timer to stop the escalator after a preset time shall be provided by the Contractor.

Every item of machinery, likely to produce sound owing to vibration or any other causes, must be isolated from structures so as to eliminate any possibility of sound travelling to other parts of the buildings. The set of isolation material required for this purpose shall be deemed to be covered in the scope of work and quoted rate. The safety fencing of Escalator at top and bottom landing shall be the responsibility of the Contractor. 79 Harmonic distortion The total harmonic distortion (THD) caused by the Escalator equipment to the supply mains at the power supply input terminals of the Escalator shall be as mentioned below. Total current Harmonic distortion shall not be more than 5% at loading greater than 40% of rated load 80 Power factor – Power factor of the Escalators shall not be in lead at any loading condition and power factor shall not be less than 0.9 lag

81 Maintenance Requirements:

Preventive maintenance of the Escalators shall be done and carried out by Contractor during 2 years of defect liability period (DLP) and Comprehensive Maintenance Services for 8 years, including operations from 4:00 hrs to 00:00 hrs including Sunday & holidays. Two copies of copy of maintenance manual shall be submitted after installation & commissioning of lifts for the approval of the Employer. 81.1 Defects Liability period for Two years & CMS for 8 years: Comprehensive maintenance services of the Escalators for 8 years and defects liability period for a period of two years from the date of taking over of Escalators is covered under the scope of work. Maintenance service shall cover regular examination of the installations by the trained Page 65 of 105

technician of the contractor including necessary adjustments, greasing, oiling, cleaning, replacement of all necessary defective parts, provision all consumables, light lamps, diodes etc. to keep the equipment in excellent operational state. The contractor shall also provide 24 hours emergency operational state. The contractor shall also provide 24 hours emergency repair service to attend the escalator at any time of the day or night including Sundays and holidays. The reliability, availability and maintainability requirement of Escalator are as follows:

(b) Reliability Requirement

The Reliability requirements of this PS shall be subsidiary to the Availability and Maintainability requirement of this PS. The reliability of equipment should be of level that it does not result in harming to passengers in the Escalator due to equipment failure. Any claim/ Damage /Compensation claimed by the affected passenger/user on account of equipment failure shall be recovered from the firm. In addition, CMRL shall impose a penalty @ Rs.20,000/­ (Rs Twenty Thousand Only) per case. The penalty shall applicable during DLP and CMS.

The Reliability measure for the Lifts shall be the Mean Time between Maintenance Action (MTBMA). This covers both preventive as well as corrective maintenance.

The Lifts shall achieve a MTBMA not less than 7 days. Each day means 24 hours. MTBMA shall be calculated for each calendar month separately and MTBMA calculation shall be done based on the total number of Escalators operational on 01st day of that applicable month. (c) Availability

Service Availability Targets:

(i) The Systems shall be designed to ensure that failure of any major equipment, caused by an external accident or negligence of internal staff, will not lead to unavailability of the whole System, other than temporary outage of the failed equipment.

(ii) All elements of the systems shall be able to be maintained during out­of­traffic hours to avoid interrupting passenger train services.

(iii) If Escalator remains out of service for more than 6 hrs, CMRL shall impose a penalty of Rs. 50,000/­(Rs Fifty Thousand Only) for each such case. The penalty shall applicable during DLP and CMS.

(iv) The Employer will assess the reasons for the equipment not being in service; accordingly the penalty will be imposed. The Employer decision is final. The measure for Availability for the Lifts shall be based on call out ratio.

{(365 X 20 hrs.) X No of Escalator population in section} – Availability = {Total Unavailability hrs. in one year) {(365 X 20 hrs.) X No of Escalator population in section}

Page 66 of 105

The Escalator shall achieve minimum availability of 99.9% calculated as above for the purposes of Availability calculation, the contractor shall assume the service operating hours are 20 hours per day (4:00 Hrs to 00:00 Hrs Mid Night) for 365 days a year for the design life. (d) Maintainability

(e) The Contractor shall undertake maintainability analysis to assess the preliminary maintainability targets of the systems.

(f) The Contractor shall state the maintainability requirements, and demonstrate that System maintainability is sufficient to support the claimed System reliability and availability performance. The Contractor shall demonstrate that maintenance errors have been considered, and, as far as is practicable, the risk of maintenance­induced faults has been mitigated by the appropriate design.

(g) The equipment to be supplied by the Contractor must be designed for minimum or no maintenance. Maintenance activity required must be capable of being performed with minimum or no impact on the train service.

(h) Maintenance activities may be classified into two areas, routine preventative and corrective, both of which affect service availability. Other maintenance strategies such as condition monitoring may be incorporated.

(i) Routine/preventive maintenance periods shall be limited to non­operational maintenance hours during the night or if essential during off peak periods.

(j) To optimize speedy corrective maintenance, techniques employing automatic diagnostics test points, and rapid repair facilities shall be provided.

The maintainability measure for the Lifts shall be Mean Time to Restore (MTTR). The Escalators shall achieve MTTR of ­ 30 minutes.

The MTTR time measurement shall include on site diagnostics and rectification of the failure up to the point that the System is restored to full functionality. In the event that the failure cannot be rectified, the measurement shall include the time necessary to remove the failed piece of equipment from the System and replace it with a functioning module.

The MTTR does not include the time taken for designated personnel to arrive on site (access time) to begin local diagnostic activities or the time taken for the replacement parts to be delivered to site

(k) Call out ratio Failure: Escalator not available for passenger service shall be registered as a failure provided:

(1) Failure is attributable to –

(i) Design defect

(ii) Equipment failure / replacement

Page 67 of 105

(iii) Manufacturing defect.

(iv) Wrong Erection (v) Maintenance lapse (during DLP & CMS by the contractor)

or

(2) “Mantrap” resulted because of any of the above defect.

The call out ratio i.e. engineer visits to the site for non­scheduled maintenance for the failures as defined above, should not exceed 2 on any one of the Escalator in a year. The average call out ratio should not exceed 1.5 for No. of Escalators provided by the bidder under this contract. The period of one year will commence from date of commencement of Revenue Operation / Taking over, whichever is later. If the visit of engineer for non­scheduled maintenance exceeds 2 per Escalator per year or average call out ratio exceeds 1.5, a penalty of Rs. 20,000/­ (Rs Twenty Thousand Only) shall be imposed for each such visit. The penalty shall be applicable during DLP and CMS period also.

Please note that for a period of Three months, the value of Reliability, Availability and Maintainability will be calculated & monitored and penalty shall be imposed accordingly.

82 The Responsibilities of Contractor during DLP & CMS: During the defects liability period & CMS period, the Contractor shall also be responsible for the following (i) Carrying out day to day maintenance and cleaning of the Escalators as per the Maintenance Schedule submitted. (ii) Deputing trained supervisory staff to carry out the scheduled maintenance and operation of Escalator. The Supervisory staff will visit the site daily, inspect the escalators twice a day & shall be responsible for keeping regular coordination for maintenance/repair of escalator. (iii) Maintaining proper conditions of operating control installed inside and outside the lifts for convenient and safe operation of lifts. (iv) Replacing the worn out parts of the Escalator with genuine spare parts as necessitated and observed during routine inspection or otherwise. (v) Keeping Employer informed in a prescribed and agreed format at all the time regarding maintenance etc. carried out on the lifts. (vi) Providing all spares and consumable during the defects liability period & CMS period. (vii) To provide a 'call­out' service during and outside normal working hours to carry out emergency maintenance by competent workers. Escalator Signages: Contractor shall provide necessary signages and user instructions on each Escalator. The cost of these shall be deemed to be covered in the scope of work and quoted rate.

Page 68 of 105

83 TESTING AND INSPECTION 83.1General 83.1.1 As part of the preliminary design submission the Contractor shall submit to the “Employer for Notice of No objection a schedule of tests giving full details of all tests to be carried out. 83.1.2 Tests at places of manufacture to be witnessed by the Employer shall be grouped together (As far as can be arranged) so that as many tests as possible can be witnessed on each visit. 83.1.3 The Contractor shall prepare and forward to the Employer an original and two copies of all Test Reports as soon as practicable after completion of each test whether witnessed by the Employer or not. All test data shall be certified by the Contractor’s Professional representative.

84 General Requirements for Type Tests and Acceptance Tests 84.1.1 The Tenderer shall provide details of any type and acceptance tests, which have been carried out on equipment offered, or any additional tests he recommends. 84.1.2 In general, certificates of previous type tests of less than 5 years old may be accepted at the discretion of the Employer provided that they are for identical equipment and conditions. Where appropriate, new and / or modified components to meet the requirements of this Specification shall be made available for type testing. 84.1.3 Type tests on equipment shall be carried out strictly as specified in the Specification. 84.1.4 The Employer shall have right to witness tests and inspections on individual materials, components, or sub­assemblies, and details of these shall be agreed between the Contractor and the Employer. 84.1.5 At the conclusion of all type tests, the Contractor shall compile all the test data together with any observations made during the tests, file them into a type test binder and submit it to the Employer for notice of no objection and record. 84.1.6 Type Test reports should not be older than 5 years 85 General Requirements for Tests during Manufacture 85.1.1 The Contractor shall carry out tests during manufacture as specified and propose any additional tests to be carried out. These tests shall be subject to the notice of no objection of the Employer. Routine tests shall be integrated with the manufacturing programme. The Employer will, at his discretion, witness the routine tests during the period of manufacture, or accept the records of the Contractor’s in­house quality control scheme, where appropriate, as sufficient evidence for the execution of the routine tests. 85.1.2 Routine tests shall be carried out strictly as per Industrial Practice. 85.1.3 On completion of the manufacture of items or sub­assemblies, and following completion of the manufacturer’s own tests and inspection, the Employer shall be invited to witness such tests as he deems appropriate. The Contractor shall schedule the routine tests to meet the manufacturing programme, irrespective of Employer’s presence at the test sites, provided advance notice has been served to the Employer 85.1.4 The Employer will determine and advise the Contractor of those tests where certification by the manufacturer may be acceptable in lieu of witnessed tests.

Page 69 of 105

85.1.5 Methods of packing and shipping shall be as specified in the Employer's Requirements, the Employer reserves the right to visit the manufacturers or packer’s premises to ensure that accepted methods are employed. 85.1.6 The overall expenses (including boarding, lodging, Travelling, visas, and permits etc) to witness the Factory Acceptance Testing in India or abroad at manufacturing facility by the Employer will be borne by the Employer. 85.1.7 The dispatch clearance shall be obtained by the contractor for delivering the equipment to site 86 Test Specification 86.1 The Contractor shall submit for acceptance by the Employer, test specifications for type tests, routine tests, tests on site, final acceptance tests and commissioning. The specifications shall detail the methods of conducting the tests, the tools and instruments used. Reference to the accepted documents and drawings shall be included in these specifications. The records / results shall be tabulated in a prescribed format applicable to this Contract. 86.2 Nothing in this Specification shall prevent the Employer from calling for extra tests. 86.3 These test specification shall include the design values of all quantities to be verified, with allowable tolerance or limits. Summary drawings or diagrams shall be included with the test specifications to show the dimensions and tolerances of all structural assemblies and sub­assemblies. In the case of welded fabrications, key diagrams giving all weld data shall be provided to conduct systematic inspection to take place. 86.4 Verification of accuracy shall be required for all tools, apparatus, testing jigs, measuring instruments and ‘go’ or ‘no go’ gauges used for the purpose of routine tests. 86.5 All test instruments shall be calibrated not more than one year prior to their use. The Contractor shall submit calibration certificate or other documents for proof of Compliance. 86.6 Testing of Materials and Details 86.6.1 Where materials or components used in this Contract are not covered by separate test specifications, samples of such materials, or up to two per cent of such components shall, if desired by the Employer be tested at the Contractor’s expense at an approved laboratory. 86.6.2 The Contractor shall supply the material required for testing free of charge and shall supply and prepare the necessary test pieces, labour and appliances for making all tests, and for carrying out all gauging and weighing at his premises in accordance with the terms of this Specification. If the Contractor is unable to provide approved facilities at his own factory for making the prescribed tests, the Contractor shall bear the cost of carrying out the tests elsewhere, at a place subject to the Employer notice of no objection. 86.6.3 The radiographic examination of welds or castings as the Employer deems necessary shall also be carried out.

87 Lift Site Checking and Inspection A test and inspection specification shall be prepared for each of the following critical phases of work. Forty­eight hours’ notice is required prior to completing these phases to enable the “Employer/Employer’s Representative” to carry out any checks he deems necessary. The following are the minimum requirements: a) Setting out the plumb lines; b) Erection and alignment of guide rails; rail brackets Page 70 of 105

c) Erection and alignment of landing doors; jamb, sills, header etc. d) Erection of Lift shaft and Lift pit equipment; e) Erection of car enclosures; f) Positioning of machine equipment and control cubicles; g) Installation of the hoist ropes; and governor rope h) Erection of landing fixtures and car fixtures; i) Installation of hoist way and Head room trunking prior to installation of wiring; j) Installation of wiring and cabling k) Installation of car fixture and car top equipment l) Earthing and bonding checks 88 Lift Commissioning and Acceptance Tests [System Acceptance Testing (SAT) 88.1 Tests shall be carried out on each Lift in accordance with the relevant portions of BS 5655, which shall include but not be limited to the following: (a) Readings on starting current, running current and supply voltage shall be taken at the rated speed of each Lift in both directions of operation under no load, 20%, 40%, 60%, 80% and full load conditions. (b) Both power and control wiring of the controller shall be tested between lines connected together and earth at 1000V 50Hz. This voltage shall be applied and maintained for one minute. The control wiring shall be separately tested between poles and earth. Immediately following each test a 1000 Vdc. Insulation tester shall show an insulation resistance of not less than 3 M ohms. All field wiring shall withstand a 1000 V megger test on site and each conductor shall show an insulation resistance to earth of not less than 3 M ohms. (c) The over­speed governor shall be tested to ensure that it will activate when the speed exceeds 15 to 40% of the nominal speed. Functional tests on the safety gear with no load at rated speed by manually tripping the governor. The Lift car shall be operated up and down several times including tests to demonstrate the levelling operation. (d) Test on the car and landing doors system (i) Checking of the condition of the landing and car door for smooth operation, (ii) Functional tests on the door closing time, door speed, re­opening, safety edge, proximity detection landing and car door contacts of the door lock. (e) Functional tests on all the landing call buttons, indicators and all function provided in key­switch operated cabinet mounted below the car operating panels. (f) Functional tests on the emergency call buttons. (g) Functional tests on the final limit switches, terminal slow down and terminal over travel limit switches. (h) Functional tests on the following safety switches and devices: i. Overload device. ii. Phase protection device.

Page 71 of 105

iii. Floor levelling accuracy and re­levelling at different loads. iv. Emergency lowering and raising devices. v. Pipe rupture device. vi. Over current protection device. vii. Counter weight safety (if applicable) (i) Functional tests on the UPS unit and 2 hour duration test. (j) Functional test on the car top maintenance panel. (k) Testing of the Intercom system. (l) Compress buffer test. (m) Running clearance tests. (n) Functioning test of Lift management, monitoring and fault diagnostic system. (o) Noise/ sound level test of equipment and installation. (p) Functional tests of battery backup device. (q) Complete function tests on track machine, motor brake and control equipment. (r) Floor leveling accuracy and re­leveling at different loads. (s) Tests on Emergency Power and Fire operation. Temperature readings of Lift controller and equipment shall be taken every fifteen minutes for at least 2 hours or the duration of test whichever is longer. (t) Functional tests of all features and functions not included in the above but required in the Contract. 88.2 Twelve Hour Run Each Lift shall be subject to a 12­hour duty cycle test, during which the Lift shall run continuously with the contract load for 12 hours and shall travel up and down with intermediate stops such that the number of starts complied with the specification.

89 Escalator Site Checking and Inspection A test and inspection specification shall be prepared for each of the following critical phases of work. Forty eight hours’ notice is required prior to completing these phases to enable the Employer to carry out any checks he deems necessary. The following are the minimum requirements: a) Definition of datum and installation of bearing plate b) Alignment of truss and end supports c) Alignment of drive and reverse station d) Alignment of track brackets e) Alignment of incline tracks f) Installation and alignment of upper and lower newel wheels g) Alignment of skirting brackets and panels h) Installation of step chain and steps i) Installation of balustrade steelworks j) Alignment of handrail tracks k) Installation of top decking panels, inner panels, skirting returns and kick plates. l) Installation of upper and lower comb plates and access floor covers.

Page 72 of 105

m) Alignment of “over speed” / “under speed” detection unit drive chain, handrail and countershaft drive chains. n) Installation of switches and wiring. o) Installation of lubrication system p) Installation of wiring and cabling q) Earthing and bonding checks r) Installation of controller s) Installation of Escalator cladding and decking extension.

90 Escalator Commissioning and Acceptance Tests [System Acceptance Testing (SAT) After installation, each Escalator shall be tested by the Contractor in the presence of the Employer. The tests shall include but not limited to the following: 90.1 Final Electrical Each Escalator shall be subject to a rigorous electrical testing which will prove the functionality of the Escalator control, safety and support systems. a) The over speed protection devices shall be tested by operating the Escalator at rated speeds and tripping the over speed device manually. The device shall have been separately tested and set in the factory to operate at Escalator speeds called for in this Specification. b) The handrail tension malfunction devices shall be tested manually. c) The broken chain protection shall be tested by operating the Escalator at rated speed and tripping the broken chain device by hand. d) The device providing against sudden and unusual strains on the step chains shall be tested by operating the device by hand. e) All push buttons, starting switches, relays, interlocking, controls and features required in connection with the work shall be inspected and tested to prove that the complete Escalator functions properly under any and all conditions of operation within the limits specified. f) All conductors shall withstand a 1000V megger test with the voltage being applied between each conductor and ground. Each conductor shall show an insulation resistance to earth of not less than 3 M ohms. 90.2 Weight Test The weight test for each Escalator including verification of braking distances shall be conducted when the site testing of the Escalator has been substantially completed. Details of the requirements shall be as follow: a) The Escalator shall be run under a series of test load conditions. b) In line with EN 115, the Escalator will be started at No Load and its Starting Current measurement. Thereafter, the following readings shall be taken under no load, 25%, 50%, 75% and full test load, and no load after adjustment at full test load; i) Running current ii) Supply voltage iii) Motor speed iv) Braking deceleration measured as slip through the brake v) Escalator and handrail speed

Page 73 of 105

c) A tripping switch shall be provided to enable accurate measurements of braking distances to be made. d) The stopping distance versus the operation brake spring settings diagram shall be obtained by determining the following points. i) Brake spring setting at lower limit of stopping distance at no load. ii) Stopping distance at full load at brake spring at d) (i). iii) Brake spring setting at upper limit of stopping distance at full load. iv) Stopping distance at no load at brake spring setting at d) (iii). e) It shall be demonstrated that the brakes can be adjusted to meet the requirements of the Specification under all conditions of load and the brake torque checked and recorded. f) Testing weights shall be supplied, placed in position and removed from site after use, by the Contractor 90.3 Final Mechanical The purpose of this test is to ensure that all site test specifications are complete, all “snagging” faults have been rectified and accepted and there is no damage to any part of the step band following the Weight Test. In addition to the verification that all barriers, signs and notices are provided. 90.4 Twenty Four Hour Run Each Escalator shall be subjected to a 24­hour continuous running test, 12 hours in each direction, without stopping except to change direction. This test is to ensure that there shall be no undue noise, vibration or abnormal temperatures arising from any component during the testing period. If any of these occur, the Escalator shall be shut down for checking and / or repair and the same tests shall be repeated. Each Escalator shall be tested for full load condition. 90.5 System Acceptance Tests (SAT) Means the functional tests to be performed on components and parts of systems to meet the specified criteria. Partial Acceptance Tests form part of the Tests and Inspection to be performed under the Contract in order to achieve Employer’s Taking Over of the Works or any Section. 90.6 Integrated Testing & Commissioning The Contractor shall submit to the Employer a comprehensive Integrated Testing & Commissioning Plan. The plan shall be submitted within the period not later than one month prior to the date for the commencement of the Integration Testing & Commissioning. Interface and Integrated Tests The Contractor shall co­ordinate and carry out interfacing and integrated testing together with other System­wide Contractors to ensure that the all integrated systems function as desired are tested 91 Other Statutory Requirements  The Contractor shall be fully responsible for obtaining relevant safety certificate or license or any other documents required from statutory authorities for commissioning the regular operation of Machine­room less & Gear­less Lifts. The renewal of the license/safety certificate during DLP will also be the responsibility of the contractor. Fee, if any for obtaining such license/ certificate shall be borne by the contractor. The Renewal of the license/Safety Certificate after DLP is Employer’s responsibility.  The Contractor shall submit the relevant safety and clearance certificates obtained for each equipment from the statutory authorities to the “Employer/Employer’s Representative”. Page 74 of 105

 The Contractor shall provide adequate signage and graphics as being statutory requirements, for the safe and proper utilization of each equipment, in adequate number exhibited at required locations

92 The following accessories for Lifts & Escalators shall be provided by the contractor before handing over of the Equipment to the Employer 92.1 Accessories for Lifts: Each Lift shall be provided with the following accessories:

a. Two sets each of all necessary keys for the landing door, operating panel, etc. b. Two sets of maintenance barrier 92.2 Accessories for Escalators: Each Escalator shall be provided with the following accessories: a. One set (one set means for both upper and lower landing of one Escalator) of maintenance barriers b. Two sets of starting keys. c. One hand winding tool per Escalator d. One set of hand lamp. e. One set of inspection boxes with cable per Escalator. f. One set of floor plate opening tools. g. Two sets of inner panel opening / removal tools per station. h. Two sets of keys for controllers. i. Two sets of keys for each type of by­pass switch. j. Screen printed Instruction board on steel frame ­ (one on each landing) – the content in the printed board shall be approved by the Employer

92 Inter-System EMC 93.1 The Lifts & Escalators installed interacts with each other by mutual coupling and therefore all plant and systems shall be designed in such a way that there is no malfunction of any of the equipment due to interference. 93.2 The Contractor shall ensure that all equipment supplied shall have minimum Radio Frequency Interference introduced onto the main network and comply with the Electromagnetic Compatibility (EMC) requirements of the following standards: EN 50081­1 : EMC Generic Emission Standard EN 50082­2 : EMC Generic Immunity Standard BS EN 12015 : Electromagnetic compatibility­ Product family standard for Lifts, Escalators and passengers conveyors­ Emission BS EN 12016 : Electromagnetic compatibility­ Product family standard for Lifts, Escalators and passenger conveyors­ Immunity 94 Vendor approval: List of vendors proposed for all the components of Lifts & Escalators shall be provided by in the bid and shall be approved by the Employer after reviewing the vendor’s capabilities and credentials. Reputed & OEM vendor approved & Govt. registered only will be accepted by Employer.

Page 75 of 105

95 Spares: The list of spares with required for the maintenance of Lifts & Escalators shall be submitted in the bid for the Employer’s review and approval. List of spares shall include quantity of each item with specification and part no. 95.1 Commissioning Spares: The Contractor shall provide a list of commissioning spares with sufficient quantities to ensure the successful completion of the testing and commissioning activities 95.2 Availability of Spares during Defect Liability Period: Pursuant to Maintenance requirements of this Specification, the Contractor shall ensure availability of adequate consumable and contingent spares required to maintain all the equipment supplied for the Works in good working order at all times during the Defects Liability Period at site. Any spares consumed including but not limited to oil, grease, cleaning compound, and light bulbs, etc., during the DLP shall be provided by the Contractor. The spares for Lifts & Escalators need to be from Original Equipment Manufacturer (OEM) only and certified by standards mentioned in 93.2 and CMRL reserves the right to inspect the spares at any time. Wherever applicable, expiry dates of the spares need to be specified. The Contractor shall be responsible to keep all spares within India and arrange their delivery to the destination as soon as practicable during the Maintenance in DLP. 95.3 Spares handing over: The spares which were not utilized in maintenance during DLP shall be handed over to the Employer.

Page 76 of 105

Annexures

Page 77 of 105

Annexure 1 Financial Proposal Submission Form

Date

To,

The Chief General Manager (Electrical Inspector), Chennai Metro Rail Limited (CMRL) (A Joint Venture of Govt. of India and Govt. of Tamil Nadu), Administrative Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai ­ 6000107

Sub: BID FOR (CMRL-L&E-01-2017 Design, Manufacture, Supply, Installation, Testing & Commissioning, Training of Personnel and Comprehensive Maintenance services for Lifts and Escalators for Subways at Chennai Central (SCC) and Kilpauk (SKM) Metro Stations)

In accordance with your Invite for tender dated ______. Our attached Financial Proposal is for the sum of ______[Insert amount(s) in words and figures]. This amount is inclusive of all the taxes, cess, duties and levies with cost center split up given in percentage enclosed as below in line with annexure 4. Apportionment of Lump Sum Price among Cost Centers is given below.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal.

No Commissions and gratuities paid or to be paid by us to agents relating to this Proposal and Contract execution.

We understand you are not bound to accept any Proposal you receive. We remain,

Yours sincerely, Authorized Signature [In full and initials] :______

Name and Title of Signatory :______

Name of Firm/ Agency :______

Address of director :______

Page 78 of 105

BID PRICE TOTAL SUMMARY Apportionment of Lump Sum Price among Cost Centers

Apportionment Total Apportioned Cost Cost center of the Bid Amounts of Cost Center Description Total Center Items (INR) % Lifts for SKM Subway Detailed Design, Manufacture , Factory Testing and Supply, Installation and 1 Installation Testing, System Acceptance Testing and Integrated Testing & Commissioning

Lifts for SCC Subway Detailed Design, Manufacture , Factory Testing and Supply, Installation and 2 Installation Testing, System Acceptance Testing and Integrated Testing & Commissioning

Escalators for SCC Subway Detailed Design, Manufacture, Factory Testing and Supply, Installation and 3 Installation Testing, System Acceptance Testing and Integrated Testing & Commissioning

4 Operation & Maintenance Manuals

5 Training of Personnel

6 Defects Liability period of 2 years

Comprehensive Maintenance Services 7 (CMS) for 8 years

GST (ceiling amount)

Duties (ceiling amount)

BID PRICE TOTAL ( in figures) 100%

NOTES: 1. If there are discrepancies between the financial proposal amount and the column total for the respective cost centers in the Bid Price Total Summary in the above table, the column totals will be taken as the Bid Price Total amount, for all purposes. 2. If the Column total contains an arithmetic error, it will be corrected by taking the individual figures as correct, for all purposes. 3. The bidder shall provide the breakup for Goods & Services Tax (GST) and duties in separate table. The GST and duties mentioned in the above table shall be the ceiling limit for GST and

Page 79 of 105

duties. The GST and duties shall be reimbursed on proof of payment subject to the ceiling amount in the table. 4. The bidder shall provide the rate of CMS for each Lift & Escalator per annum and year wise CMS cost for Lifts & Escalators shall be furnished in the tables given below Table for CMS rate per annum for Lifts & Escalators

Sl. No Equipment Rate for CMS per equipment per annum

1 Lift 2 Escalator

Table for year wise CMS cost for Lifts & Escalators Year CMS cost for Lifts CMS cost for Escalators 1st year 2nd year 3rd year 4th year 5th year 6th year 7th year 8th year Total cost of CMS for 8 years

5. The bidder shall specify the rates for dismantling a Lift and an Escalator 6. The bidder shall specify the rates for conversion of a Stainless steel lift to glass lift and vice versa as given in the table below

Sl. No Description Cost

Rate for conversion of Stainles steel Lift 1 to Glass Lift before supply

Rate for conversion of Glass Lift to 2 Stainles steel Lift before supply The bidder shall provide detailed cost breakup of Glass/Stainless steel for Landing door, Car door, front/rear/side panels, etc., 7. The bidder shall provide the rates for Lifts & Escalators in the tables given below.

Page 80 of 105

Rates for Lifts Detailed Design, Manufacture, Factory Testing, Supply, Installation and Installation Testing, System Acceptance Testing, Integrated Testing and Commissioning

Rate for 1 meter Sl. Rate for Rate for increase from Rate for increase No. Description Full glass SS lift original travel in stop lift height 3 Meter Travel Height - 2 Stops - Not 1 Stretcher lift applicable 4 Meter Travel Height - 2 Stops - 2 26 Passenger 7 Meter Travel Height - 2 Stops - 3 13 Passenger 7 Meter Travel Height - 2 Stops - 4 26 Passenger Note: 1. The above travelling heights may vary based on the site conditions. Variation up to +0.5m will be reckoned under the lower slab and any variation more than +0.5m will be reckoned under the next higher slab. However the Contractor shall not be entitled for any extra payment on account of this variation. 2. Rates for 1 meter increase from original travel height and rate for increase in stop shall be provided in the above table. Rate for Escalators Detailed Design, Manufacture, Factory Testing, Supply, Installation and Installation Testing, System Acceptance Testing, Integrated Testing and Commissioning

Sl. No Description Rate

1 3 Meter Vertical Rise 2 4 Meter Vertical Rise

3 5 Meter Vertical Rise 4 6 Meter Vertical Rise 5 7 Meter Vertical Rise

Note: The above travelling heights may vary based on the site conditions. Variation up to +0.5m will be reckoned under the lower slab and any variation more than +0.5m will be reckoned under the next higher slab. However the Contractor shall not be entitled for any extra payment on account of this variation.

Page 81 of 105

Annexure 2

Letter comprising the Eligibility of the Bidder (on Bidder's Letterhead)

To,

The Chief General Manager (Electrical Inspector), Chennai Metro Rail Limited (CMRL) (A Joint Venture of Govt. of India and Govt. of Tamil Nadu), Administrative Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai6000107

Sub: BID FOR (CMRL-L&E-01-2017) Design, Manufacture, Supply, Installation, Testing & Commissioning, Training of Personnel and Comprehensive Maintenance services for Lifts and Escalators for Subways at Chennai Central (SCC) and Kilpauk (SKM) Metro Stations.

1. With reference to your Bid Document dated ...... , I/we, having examined the Bid Document and understood its contents, hereby submit my/our Technical qualification for the aforesaid Bid.

2. I/ We acknowledge that the CMRL evaluation Committee will be relying on the information provided in this Proposal and the documents accompanying such Bid of the Bidders for the aforesaid project, and we certify that all information provided in this Proposal is true and correct; nothing has been omitted which renders such information misleading; and all documents accompanying such Bid are true copies of their respective originals.

3. This statement is made for the express purpose of qualifying as a Bidder for the aforesaid subject.

4. I/ We shall make available to the CMRL evaluation committee any additional information it may find necessary or require to supplement or authenticate the statements in the Proposal.

5. I/ We acknowledge the right of the CMRL evaluation committee to reject our proposal without assigning any reason or otherwise and hereby waive, to the fullest extent permitted by Applicable Law, our right to challenge the same on any account whatsoever.

6. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the CMRL evaluation Committee in connection with the selection of Bidders, or in connection with the selection/ bidding process itself, in respect of the above mentioned Project and the terms and implementation thereof. 7. In witness thereof, I/ we submit this proposal herein under and in Page 82 of 105

accordance with the terms of the Bid Document. Yours faithfully,

(Signature of the Authorized signatory)

Date: Place: (Name and designation of the Authorized signatory) With Seal Enclosed: Details of Technical qualification requirements (Ref ITT­Clause 4)

(1). Confirmation of compliance with clause 4 of ITT

Compliance S.No Eligibility Criteria Supporting documents Remarks (Yes/No)

1.

2.

3.

4.

Financial Capacity of the Bidder Instructions

1. The Bidder shall attach copies of all proofs as required to establish the Technical and Financial Capacity including the latest balance sheets, financial statements and Annual Reports. The financial statements shall: (a) reflect the financial situation of the Bidder its Affiliates where the Bidder is relying on its Associate's financials; (b) be audited by a statutory auditor;

(c) be complete, including all notes to the financial statements; and

Page 83 of 105

(d) Corresponds to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

2. Net Cash Accruals shall mean Profit after Tax + Depreciation.

3. Net Worth shall mean (Subscribed and Paid­up Equity + Reserves) less (Revaluation reserves + miscellaneous expenditure not written off + reserves not available for distribution to equity shareholders).

4. The Bidder shall provide an Auditor's Certificate specifying the net worth of the Applicant / Bidder and also specifying the methodology adopted for calculating such net worth in accordance with the Bid Document. 5. The bidder shall provide turnover details as required under Clause 4 of ITT on his letterhead as per the format below:

Page 84 of 105

Certificate from Statutory Auditors/ Chartered Accountant

1. (1) This is to certify that­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­ (name of the Bidders),annual turnover is correct as shown above as by the accounts of the Bidders, and average annual turnover of the 3 (three) financial years under consideration equals or exceeds ______(Rupee______) in conformity with Clause 4 of ITT.

Financial Capacity of the Bidder Financial Year Turnover SI. No. (Ref clause 4 of ITT)

1 2014­15

2 2015­16

3 2016­17

Further certified that Net worth for the last audited year were positive with value of Rs.

______(Rupees ……….)

Name of the Statutory Auditor/Chartered

Accountant

Signature

Seal of the firm

Place

Date

Page 85 of 105

Annexure-3a

Technical Bid

To,

The Chief General Manager (Electrical Inspector), Chennai Metro Rail Limited (CMRL) (A Joint Venture of Govt. of India and Govt. of Tamil Nadu), Administrative Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai­6000107

Sub: BID FOR (CMRL-L&E-01-2017) Design, Manufacture, Supply, Installation, Testing & Commissioning, Training of Personnel and Comprehensive Maintenance services for Lifts and Escalators for Subways at Chennai Central (SCC) and Kilpauk (SKM) Metro Stations.

In accordance with your Invite for tender dated ______. Our attached technical proposal duly meeting the schedule of requirements and annexure 8 is enclosed with this letter. It is acknowledged that the acceptance of this technical proposal is at sole discretion of purchaser.

Yours sincerely, Authorized Signature [In full and initials] :______

Name and Title of Signatory :______

Name of Firm/ Agency :______

Address of director :______

Page 86 of 105

Annexure 3-b

Credential of Vendors/suppliers

To,

The Chief General Manager (Electrical Inspector), Chennai Metro Rail Limited (CMRL) (A Joint Venture of Govt. of India and Govt. of Tamil Nadu), Administrative Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai6000107

Sub: BID FOR (CMRL-L&E-01-2017) Design, Manufacture, Supply, Installation, Testing & Commissioning, Training of Personnel and Comprehensive Maintenance services for Lifts and Escalators for Subways at Chennai Central (SCC) and Kilpauk (SKM) Metro Stations.

In accordance with your Invite for tender dated ______. Our attached credential of the vendors/suppliers proposed is attached herewith. Credentials include the pamphlets, history of supplier, Type test report, certificate of performance.

S.no Supplier/ Vendor Name Equipment comments

Yours sincerely, Authorized Signature [In full and initials] :______

Name and Title of Signatory :______

Name of Firm/ Agency :______

Address of director :______

Page 87 of 105

Annexure 4 Key dates & Cost center

Key dates are the targets to achieve the various milestones of the scope of work.

KD Description Time (days) Linked Cost Center no 1 Commencement of work Date of LOA Nil 2 Detailed design approval LOA+20 days 1.1, 2.1, 3.1 Supply, Installation, Testing & Commissioning and AD+100 days 3.1 1.2, 1.3, 1.4 training of personnel for Kilpauk Subway Lifts (AD1) Achieve acceptance of Integrated testing and 3.2 AD1+10 days 1.5 commissioning of Kilpauk Subway Lifts Supply, Installation, Testing & Commissioning and AD+150 days 2.2, 2.3, 2.4, 3.2, 3.3, 4.1 training of personnel for Chennai Central Subway (AD2) 3.4 Lifts & Escalators Achieve acceptance of Integrated testing and 4.2 commissioning of Chennai Central Subway Lifts & AD2+20 days 2.5, 3.5 Escalators

Note: On overshoot of each KD a liquidated damage of 1% per week delay shall be applicable on the respective Cost Center with a maximum of 10% of the contract value.

Page 88 of 105

Cost Center split up

Cost Center 1 - Lifts for SKM Subway Activity wise Apportionment

Cost Center Description of Activity Percentage No.

Obtain Notice of No Objection from the Employer for:

1.1 Detailed Design 5% 1.2 Manufacture, Factory Testing and Supply 40% 1.3 Installation and Installation Testing 30% 1.4 System Acceptance Testing (Testing & Commissioning) 15%

1.5 Integrated Testing and Commissioning 10%

TOTAL 100%

Payment invoice can be raised for each equipment after completing the works inline to Cost Center given in this annexure and after obtaining the Notice of No Objection from the Employer.

Cost Center 2 - Lifts for SCC Subway Activity wise Apportionment

Cost Center Description of Activity Percentage No.

Obtain Notice of No Objection from the Employer for:

2.1 Detailed Design 5% 2.2 Manufacture, Factory Testing and Supply 40% 2.3 Installation and Installation Testing 30% 2.4 System Acceptance Testing (Testing & Commissioning) 15%

2.5 Integrated Testing and Commissioning 10%

TOTAL 100%

Page 89 of 105

Cost Center 3 - Escalators for SCC Subway Activity wise Apportionment

Cost Center Description of Activity Percentage No.

Obtain Notice of No Objection from the Employer for:

3.1 Detailed Design 5% 3.2 Manufacture, Factory Testing and Supply 40% 3.3 Installation and Installation Testing 30% 3.4 System Acceptance Testing (Testing & Commissioning) 15%

3.5 Integrated Testing and Commissioning 10%

TOTAL 100%

COST CENTER - 4 - Operation & Maintenance Manuals

Cost Center No. Description of Work Percentage

Obtain Notice of No Objection from the Employer for:

4.1 Operation & Maintenance Manuals – SKM Lifts 30%

4.2 Operation & Maintenance Manuals – SCC Lifts 30%

4.3 Operation & Maintenance Manuals – SCC Escalators 40%

TOTAL 100%

COST CENTER- 5 - Training of Personnel

Cost Center No. Description of Work Percentage

Obtain Notice of No Objection from the Employer for:

5.1 Training of Personnel for SKM Lifts 30%

5.2 Training of Personnel for SCC Lifts 30%

5.3 Training of Personnel for SCC Escalators 40%

TOTAL 100%

Note: Cost center 6 – Payment for CMS of each Lift & Escalator shall be claimed for each quarter. Cost of each quarter shall be arrived from the rates of CMS for Lift & Escalator per annum as specified by the bidder in Annexure-1.

Page 90 of 105

Annexure 5 PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE BOND

(Refer Clause 9.0 of General Conditions of Contract)

Ref ………. Bank Guarantee No…………………………………… Date………………

1. This deed of Guarantee made this day of ______between Bank of ______(hereinafter called the “Bank”) of the one part, and Chennai Metro Rail Limited (hereinafter called the “the Employer”) of the other part. 2. Whereas Chennai Metro Rail Limited, has awarded the contract for ______(Name of work as per clause 41 of SCC) (hereinafter called the contract) to ______(hereinafter called the Contractor). (Name of the Contractor) 3. AND WHEREAS the Contractor is bound by the said Contract to submit to the Employer a Performance Security for a total amount of Rs.______(Amount in figures and words). 4. Now we the Undersigned ______(Name of the Bank) being fully authorized to sign and to incur obligations for and on behalf of and in the name of ______(Full Name of Bank), hereby declare that the said Bank will guarantee the Employer the full amount of Rs.______(Amount in figures and Words) as stated above. 5. After the Contractor has signed the aforementioned Contract with the Employer, the Bank is engaged to pay the Employer, any amount up to and inclusive of the aforementioned full amount upon written order from the Employer to indemnify the Employer for any liability of damage resulting from any defects or shortcomings of the Contractor or the debts he may have incurred to any parties involved in the Works under the Contract mentioned above, whether these defects or shortcomings or debts are actual or estimated or expected. The Bank will deliver the money required by the Employer immediately on demand without delay and demur any without reference to the Contractor and without the necessity of a previous notice or of judicial or administrative procedures and without it being necessary to prove to the Bank the liability or damages resulting from any defects or shortcomings or debts of the Contractor. The bank shall pay to the Employer any money so demanded notwithstanding any dispute/disputes raised by the Contractor in any suit or proceedings pending before any Court, Tribunal or Arbitrator/s relating thereto and the liability under this guarantee shall be absolute and unequivocal. 6. This Guarantee is valid till ……………………..(The initial period for which this Guarantee will be valid for 2 years and 6-months (30 months) longer than the anticipated expiry date of defect liability period as stated in Clause 9 of the “General Conditions of Contract”). 7. At any time during the period in which this Guarantee is still valid, if the Employer agrees to grant a time extension to the Contractor or if the Contractor fails to complete the Works within the time of completion as stated in the Contract, or fails to discharge himself of the liability or damages or debts as stated under Para 5 above, it is understood that the Bank will extend this Guarantee under the same conditions for the required time on demand by the Employer and at the cost of the Contractor.

Page 91 of 105

8. The Guarantee hereinbefore contained shall not be affected by any change in the Constitution of the Bank or of the Contractor. 9. The neglect or forbearance of the Employer in enforcement of payment of any moneys, the payment whereof is intended to be hereby secured or the giving of time by the Employer for the payment hereof shall in no way relieve the bank of their liability under this deed. 10. The expressions “the Employer”, “the Bank” and “the Contractor” hereinbefore used shall include their respective successors and assigns. 11. Notwithstanding anything contained herein: a) Our liability under this Bank Guarantee shall not exceed Rs……………. (Rupees…………………………………………………………….) b) This Bank Guarantee shall be valid up to …………………………… c) We are liable to pay the guarantee amount or part thereof under this Bank Guarantee only & only if you serve upon us a written claim or demand on or before ……………………………. In witness whereof I/We of the Bank have signed and sealed this guarantee on the ………………day of ……………………..(Month)………..(Year) being herewith duly authorized.

For and on behalf of

The ………………………………Bank.

Signature of Authorized Bank official:

Name : ………………………

Designation : ………………

Stamp/Seal of the Bank:------

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

Named ______in the presence of :

Witness 1. Witness 2.

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

Name………………………………… Name……………………………..

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

Page 92 of 105

Annexure 6 CHECK LIST

SUBJECT: Design, Manufacture, Supply, Installation, Testing & Commissioning, Training of Personnel and Comprehensive Maintenance services for Lifts and Escalators for Subways at Chennai Central (SCC) and Kilpauk (SKM) Metro Stations.

The bidder is required to fill this Check List himself and annex the certificates as per the Annexure before sealing

S no Particulars Specific requirements Enclosed in Submitted/not Satisfies the financial/ submitted requirement technical cover

1 Earnest Money Deposit Bank draft from Technical (EMD) Nationalised /schedule commercial bank in India payable at Chennai, Tamil Nadu

2 Details of bidder In prescribed format Technical

3 Documents for In prescribed format Technical Eligibility criteria with clients certificate for previous works executed

4 Financial capacity of Statutory Auditor or Technical the Bidder Charted accountant certificate

5 Profitability Statutory Auditor or Technical Charted accountant certificate

6 Letter comprising the Technical Eligibility of the Bidder

7 Power of Attorney In prescribed format Technical

8 Technical proposal Letter with proposal Technical submission form document

9 Financial Proposal In prescribed format Financial Submission Form

10 All annexure filled

Page 93 of 105

Annexure 7 UNDERTAKING FOR DOWNLOADING THE TENDER DOCUMENTS FROM WEBSITES

I/We have downloaded the Tender documents from the Internet site www.chennaimetrorail.org and I/we have not tampered / modified the Tender documents in any manner. In case, if the same is found to be tampered / modified, l/we understand that my/our Tender will be summarily rejected and the money deposited will be forfeited and I am/we are liable to be banned from doing business with CMRL and/or prosecuted.

……………………………………………………………..Signature & Seal of the Manufacturer/ Tenderer

Page 94 of 105

Annexure-8

Deleted

Page 95 of 105

Annexure 9

Declaration for other Eligibility criteria (on Bidder's letterhead)

To,

The Chief General Manager (Electrical Inspector), Chennai Metro Rail Limited (CMRL) (A Joint Venture of Govt. of India and Govt. of Tamil Nadu), Administrative Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai6000107

Sub: BID FOR (L&E-01-2017) “Design, Manufacture, Supply, Installation, Testing & Commissioning, Training of Personnel and Comprehensive Maintenance services for Lifts and Escalators for Subways at Chennai Central (SCC) and Kilpauk (SKM) Metro Stations”

Dear Sir,

We here by submit our Declaration for eligibility criteria for BID for (L&E-01-2017) Design, Manufacture, Supply, Installation, Testing & Commissioning, Training of Personnel and Comprehensive Maintenance services for Lifts and Escalators for Subways at Chennai Central (SCC) and Kilpauk (SKM) Metro Stations

Checklist of documents Enclosed:

S.No Compliance Pre-qualification Criteria Supporting document Remarks (Yes/No) Individual/Partnership Firm Declaration of Individual Company/registered in India under Status. Partnership deed 1 the Companies Act 1956 Foreign Certificate of Company Incorporation/Registration Shall not have been barred or blacklisted by any government or any 2 Self­Certificate Entity controlled by it from participating in any Bid Shall not have failed to perform any contract or expelled from any contract by any Government Authority or have 3 Self­Certificate. had any contract terminated by a Government Authority within the last 3 (three)years Shall not have defaults on any 4 Self­Certificate. bank/institutions loans in the past

5 Shall not have a conflict of interest As Self­Certificate. per Clause 4.2 of ITT Power of Attorney as per 6 Should submit Power of Attorney Appendix­A Previous executed work of same 7 Certificate from client nature Litigation history complied as per 8 Self­certificate 4.1.4 of ITT 9 Undertaking of unsuccessful projects Appendix­B Undertaking for not being 10 Appendix­C penalized/barred Page 96 of 105

Certificate from Statutory Auditors/ Chartered Accountant This is to certify that the documents of______(name of the bidder), and The details furnished from serial number above towards eligibility criteria has been verified by us and certified to be correct.

Name of the Statutory Auditor/Chartered Accountant:

Signature Seal of the firm:

Place:

Page 97 of 105

POWER OF ATTORNEY FOR SIGNING OF BID Appendix-A Know all men by these presents, we (name of the firm and address of the Registered Office) do hereby irrevocably constitute, nominate,

appoint and authorize Mr. / Ms. (name), son / daughter / wife of and presently residing at , who is presently employed with us and holding the position of _, as our true and lawful Attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our bid for the award of the license for “Provision of Station Management Services for seven stations of CMRL of Stage 2A” for which proposals are invited by Chennai Metro Rail Limited, (CMRL) including but not limited to signing and submission of all Bids and other documents and writings, participate in pre bid meeting and other conferences and providing information / responses to Chennai Metro Rail Limited (CMRL), representing us in all matters before Chennai Metro Rail Limited, (CMRL) signing and execution of all contracts including the License Agreement and undertakings consequent to acceptance of our Bid and generally dealing with CMRL in all matters in connection with or relating to or arising out of our Bid for the award of License to us and / or till the entering into of the License Agreement with CMRL.

AND we hereby agree to ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the Powers hereby conferred to and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS DAY OF

20

For (Signature, name, designation and address)

Witnesses :

1. (Notarized)

2. Accepted (Signature) (Name, Title and Address of the Attorney)

Notes:

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executants(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure.

The Bidder should submit for verification the extract of the charter documents and documents such as a Board or shareholders” resolution / power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder along with bid document at the time of executing the agreement. Page 98 of 105 Seal & Signature of Bidder with date

Appendix-B

Undertaking for Unsuccessful Projects

We (bidder/ JV) undertake that we have not abandoned any contract executed by us for a Government Metro Rail Corporation during the last 10 years and none of the contracts executed by us have been terminated by Government Metro Rail Corporation in the last 10 years (1st Apr., 2007 to 01 May, 2017)

Date: ………………….. Stamp & Signature of authorized signatory of Tenderer

Place: …………..……….

______

NOTE:

1. In case of JV/Consortium, the undertaking shall be submitted by each member of the JV/Consortium.

2. The undertaking shall be signed by authorized signatory of the tenderer or constituent member in case of JV/Consortium.

Sign and Stamp of Bidder

Page 99 of 105

Appendix-C

Undertaking for not being penalized in a Contract

We do hereby undertake that we have not paid liquidated damages of 10% (or more) of the contract value in a contract due to delay or penalty of 10% (or more) of the contract value due to any other reason during last five years (1st Apr., 2012 to 01 May, 2017).

Date: ………………….. Stamp & Signature of authorized signatory of Tenderer

Place: …………..……….

______

Note:

1. In case of JV/Consortium, the undertaking shall be submitted by each member of the JV/Consortium.

2. The undertaking shall be signed by authorized signatory of the tenderer. In case of JV/Consortium by the authorized signatory of the constituent members counter signed by the authorized signatory of tenderer.

Sign and Stamp of Bidder

Page 100 of 105

Annexure 10 Work completion Certificate

The facility (description) installed by contractor (name) at ______(location) as detailed below has been inspected by CMRL representative and obtained statutory clearance if any required and is accepted as specified by contract clause no 22.12 and 53.

S.No Description Location Details

(with equipment no)

Page 101 of 105

Annexure 11 Final Acceptance Certificate

The facility (description) installed by contractor (name) at ______(location) and issued acceptance certificate vide letter no ______on has performed successfully for 2 years and this shall be the receipt of final acceptance of the facility as specified by contract and DLP comes to an end. Performance bank guarantee shall be returned. This certificate shall be issued only once for entire contract. Till issuance of this certificate, the Performance bank Guarantee shall be extended.

S. Description Location Details Date of Reference No commissioning letter no (with equipment no)

Note: Final Acceptance certificate cannot be obtained for individual equipment. It shall be obtained as whole system. i.e., only one Final Acceptance certificate shall be issued for entire contract. No punch point shall be open before applying.

Retention money of 5% shall be paid only on issuance of Final acceptance certificate as prescribed above after completion of DLP for SCC subway Lifts & Escalators.

Page 102 of 105

Annexure 12

Deleted

Page 103 of 105

Annexure 13 INITIAL FILTER CRITERIA

(On Company’s letter head )

S.No Criteria Yes NO 1 Has the Bidder abandoned any work in the last five years? Has the Bidder’s contract with any organization ever been terminated due to 2 poor performance? Has the Bidder’s Security Deposit for any contract has ever been forfeited in 3 any Government / PSUs/ Metro Railways? 4 Has the Bidder been involved in frequent litigations in last five years? 5 Has the Bidder suffered insolvency/bankruptcy in the last five years? 6 Has the Bidder been blacklisted by any organization? 7 Has any misleading information is given in the tender? 8 Is the Bidder is financially not sound to perform the work? 9 Is the Bidder’s net worth negative? 10 Have you engaged any Middle men /agent to advance your tender Has the Bidder failed to certify that no middlemen has been or will be 11 engaged or that any commission has been or will be paid? Note: “Yes” answer to any of the above 1 to 11 points shall disqualify the Bidder. The Bidder should also enclose the following undertaking on Rs.100/­ Non­Judicial stamp Paper duly notarized as per the format given below along with the Technical Bid.

[ON NON­JUDICIAL STAMP PAPER OF RS.100/­ DULY NOTARIZED]

UNDERTAKING FOR INITIAL FILTER CRITERIA

Sub: ­ Tender No. CMRL­L&E­01­2017.

1 I, Mr./Ms.______(Authorized Signatory) on behalf of ______(Company’s Name) having its registered office at ______, hereby confirm, declare and undertake that the information given in the Initial filter Criteria is true and nothing has been concealed or misrepresented.

2 CMRL is free to verify the information given by the undersigned in the Initial Filter Criteria. If any submission by us is found false or misleading at a later stage, even after completion of the tender process, then CMRL may annul the award and forfeit our EMD (if any held with CMRL) and Performance Security (if any available with CMRL). Further, in such a case, we may be banned for future tenders of CMRL.

Signature of Authorized Signatory Name of Authorized Signatory Seal of the Authorized Signatory Page 104 of 105

Annexure-14a

TO WHOMSOEVER IT MAY CONERN

Ref: Tender Document No: CMRL-L&E-01-2017

I / We, ……………………………………..hereby affirm, after careful study of the tender documents confirm, the rights of CMRL to have a third party audit in the course of the

License period and the result of such audit is binding on us.

Authorized Signatory

(Name) Seal

Date: Place:

Annexure -14b

TO WHOMSOEVER IT MAY CONERN

Ref: Tender Document No: CMRL-L&E-01-2017

This is to confirm and certify that I / We, ……………………………… in the process of bidding this tender, not have engaged any middleman or agency to advance our tender.

Authorized Signatory

(Name) Seal

Date: Place:

Page 105 of 105