Bidding Procedure
Bidding Procedure
4. Department Projects/Systems
EMD Bid Security INR 1.77 Crores (One crore seventy-seven lakh rupees only)
To be paid through bank guarantee OR Account Payee Demand
Draft OR Fixed Deposit with lien marked to KMRL OR transfer
through e-tender portal OR Online Payment to KMRL Account.
Bid Security (in original) as per Clause 19.1 of ITB shall be
accepted only up to one hour prior to bid opening date & time, in
the office of GM (Procurement) at the address mentioned
hereinafter.
GM(Procurement)
Kochi Metro Rail Ltd.
4th Floor, JLN Stadium Metro Station,
9. Kaloor, Ernakulam, Pin 682017
Page 1 of 8
Udyam Registration /NSIC certificate etc. will not accepted as
Exemption for tender security/Tender fee
Note - Bids received without EMD and Tender Fees will not be
considered. It will be rejected considering it as non-responsive
and their technical bids shall not be opened and if opened then it
will not be evaluated.
The average annual turnover for any three out of last five audited
Average Annual financial years ending in March 2024 should be greater than INR
10.
Turnover 53.12 crores.
(i) At least One similar work that have been satisfactorily and
substantially completed of value INR 141.64 Cr or above.
OR
Page 2 of 8
OR
OR
Page 4 of 8
11. Engineering, Supply, Installation, Testing and
Commissioning of 750 V DC Cable and cable connections
from TSS to Third Rail.
12. Engineering, Supply, Installation, Testing and
Commissioning of DC negative Cables and cable
connections from running rails to TSS and rail bonds.
13. Engineering, Supply, Erection, Testing and
Commissioning of Third Rail system operating at 750 V
DC for feeding power to Rolling Stock on mainline-link
line.
14. Engineering, Supply, Installation, Testing and
Commissioning of RTUs at station level for Traction
SCADA system control and Monitor Power supply
equipment.
15. Provision of OVPD at the stations and TSSs and its
integration with Existing phase-1 Stray Current
monitoring system available at Muttom OCC.
16. Supply, Installation, Testing and Commissioning of ETS
system.
17. Supply, Installation, Testing and commissioning of power
sockets on viaduct for Up & DN lines.
18. Provision of Earthing, Bonding & Stray current
management system including bare AAAC conductor.
19. Provision of all the construction drawings, documents &
manuals, and as-built drawings, Cable schedule, circuit
diagrams, wiring diagram etc. required to supply, install,
test and commission the above installations.
20. Provision of all plans and manuals in connection with
these installations.
21. Interfacing/Liaisoning with statutory agencies including
for approvals.
22. Resolve interface issues, in co-ordination with the
Employer / Engineer to ensure timely completion of the
Works.
23. Supply of spare parts, tools and equipment for Traction
system, Power Supply, C&M Systems.
24. Supply of spares, tools and equipment as per BOQ.
25. Integration of phase-2 with existing phase-1 OCC and
BCC including configuration, integration and testing with
the existing phase-1 OCC and BCC changes in video wall
display.
26. SCADA modification work at Phase I station.
Page 5 of 8
Period of 24 Months from the date of Letter of Award/NTP (Notice to
16.
Completion Proceed)
Technical bid
26. opening date and 09/09/2025 @ 16:00 Hours (E tender- online)
time
Make in India
28. Not Applicable
Policy
The Employer’s variation shall be limited to a maximum of
Employer’s
29. twenty-five percent (25%) of the contract award amount including
variation
tax. This limit shall be exclusive of any price adjustment, which
Page 6 of 8
shall be applied separately in accordance with the contract
provisions.
Within 21 days of receipt of the Letter of Award, the successful
Tenderer shall furnish Performance Security, for an amount of 5%
of the Contract value in types and proportions of currencies in
which the Contract Price is payable either in the form of Account
payee Demand Draft, fixed deposit receipt (FDR) with Lien
marked to KMRL from a commercial bank, online payment in an
acceptable form or in the form of a Bank Guarantee from a
scheduled commercial bank in India (payable at branch in Kochi)
acceptable to the Employer.
Bid Clarification
32. and Queries [email protected]
Addressed to
Disclaimer: The executive summary is intended only as a quick reference document for the
bidder(s). It shall be noted that contents in the main RFP Sections shall take priority
Page 7 of 8
over the contents in this Executive summary in case of any conflicts or ambiguities. The
Bidder(s) must refer to the RFP for details.
Page 8 of 8
Tender No. KBE-04/2025 PART 1: Bidding Procedure
Notice Inviting Tender
FOR
Table of Contents
KEY DETAILS:
Completion Period 24 Months from the date of Letter of Award/NTP (Notice
to Proceed)
KMRL Tender Reference No KMRL/PROC/TENDER/2025-26/039
Documents on sale Documents can be downloaded from Dt.05.08.2025 on
E-tendering portal http://etenders.kerala.gov.in and
www.kochimetro.org
Cost of documents
INR 35,400/- (Including GST) non-refundable to be paid
online through www.etenders.kerala.gov.in only.
MSE’s will NOT be exempted from paying tender
security/Tender Fee.
Udyam Registration /NSIC certificate etc. will not accepted
as Exemption for tender security/Tender fee.
Bid Security The total bid security amount shall be INR 1.77 crores
for P&T as in form of unconditional bank guarantee
from any of the scheduled commercial banks (payable at
branch in Kochi) in India (which includes the Indian
Branch of a Foreign Bank) having office/branch at
Kochi, recognized as a Scheduled Bank by Reserve Bank
of India as per detail procedure given in bid documents.
DIRECTOR SYSTEMS
KOCHI METRO RAIL LIMITED
Page 2 of 2
KOCHI METRO RAIL LIMITED
BID DOCUMENTS
FOR
SECTION I: INSTRUCTION TO
BIDDERS
2. Source of Funds 2.1 The Recipient specified in the Tender Data Sheet has applied
for or received financing (hereinafter called “funds”) from the
Asian Infrastructure Investment Bank (hereinafter called
“AIIB” or “the Bank”) in an amount specified in the Tender
Data Sheet, toward the project named in the Tender Data
Sheet. The Recipient intends to apply a portion of the funds to
eligible payments under the contract for which this Tender
Document is issued. Payment by the Bank will be made only
at the request of the Recipient and upon approval by the Bank
in accordance with the terms and conditions of the Loan (or
other financing) Agreement. The Loan (or other financing)
Agreement prohibits a withdrawal from the Loan account for
the purpose of any payment to persons or entities, or for any
import of goods, if such payment or import is prohibited by
decision of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations. No party
other than the Recipient shall derive any rights from the Loan
(or other financing) Agreement or have any claim to the
proceeds of the Loan (or other financing).
3. Prohibited 3.1 The Bank requires compliance with the Bank’s Policy on
Practices Prohibited Practices, and that the Recipient (and all other
beneficiaries of the Bank financing), as well as tenderers,
suppliers, contractors, concessionaires and consultants under
Bank-financed contracts for the Project, observe the highest
standard of transparency and integrity during the procurement,
execution and implementation of such contracts.
5. Eligible Materials, 5.1 The materials, equipment and services to be supplied under the
Equipment, and Contract and financed by the Agency may have their origin in
Services any country subject to the restrictions specified in Section V,
Eligibility criteria and social and environmental responsibility,
and all expenditures under the Contract will not contravene such
restrictions. At the Employer’s request, Bidders may be required
to provide evidence of the origin of materials, equipment and
services.
6.Sections of Bidding
6.1 The Bidding Documents consist of Parts 1, 2, 3 and 4, which
Documents
include all the Sections specified below, and which should be
read in conjunction with any Addenda issued in accordance with
ITB 8.
6.2 The Invitation for Bids issued by the Employer is not part of
the Bidding Documents.
7.2 The Bidder is advised to visit and examine the Site of Works
and its surroundings and obtain for itself on its own
responsibility all information that may be necessary for
preparing the bid and entering into a contract for construction
of the Works. The costs of visiting the Site shall be at the
Bidder’s own expense.
7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and
lands for the purpose of such visit, but only upon the express
condition that the Bidder, its personnel, and agents will
release and indemnify the Employer and its personnel and
agents from and against all liability in respect thereof, and
will be responsible for death or personal injury, loss of or
damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.
8. Amendment of 8.1 At any time prior to the deadline for submission of bids, the
Bidding Documents Employer may amend the Bidding Documents by issuing
addenda/corrigenda.
8.2 Any amendment issued shall be part of the Bidding
C. PREPARATION OF BIDS
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation
and submission of its Bid, and the Employer shall not be
responsible or liable for those costs, regardless of the conduct
or outcome of the bidding process.
10. Language of Bid 10.1 The Bid, as well as all correspondence and documents
relating to the bid exchanged by the Bidder and the
Employer, shall be written in the language specified in the
BDS. Supporting documents and printed literature that are
part of the Bid may be in another language provided they are
accompanied by an accurate translation of the relevant
passages in the language specified in the BDS, in which
case, for purposes of interpretation of the Bid, such
translation shall govern.
12. Letter of Bid, 12.1 Letter of Bid, the Statement of Integrity and Schedules,
Statement of including the Bill of Quantities for unit price contracts or the
Integrity, Bidding schedule of price in case of lump sum contracts, shall be
Forms and prepared using the relevant forms furnished in Section IV,
Schedules Bidding Forms. The Letter of Bid and the Statement of
Integrity must be completed without any alterations to the text,
and no substitutes shall be accepted except as provided under
ITB 20.4. All blank spaces shall be filled with the information
requested
(Ref. Section-II, BDS also for additional Paras)
14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter
Discounts of Bid and in the Schedules shall conform to the requirements
specified below. (or as specified in BDS)
14.2 The Bidder shall submit a bid for the whole of the Works
described in ITB 1.1, by filling in price(s) for all items of the
works, as identified in Section IV, Bidding Forms. In case of
admeasurement contracts, the Bidder shall fill in rates and
prices for all items of the Works described in the Bill of
Quantities. Items against which no rate or price is entered by
the Bidder shall be deemed covered by the rates for other
items in the Bill of Quantities and will not be paid for
separately by the Employer. An item not listed in the priced
Bill of Quantities shall be assumed to be not included in the
Bid, and provided that the Bid is determined substantially
responsive notwithstanding this omission, the average price
of the item quoted by substantially responsive bidders will be
added to the bid price and the equivalent total cost of the bid
so determined will be used for price comparison. (or as
specified in BDS)
14.3 The price to be quoted in the e-boq shall be the total price of
the Bid, excluding any discounts offered (or as specified in
BDS).
14.4 The Bidder shall quote any discounts and the methodology
for their application in the Letter of Bid (or as specified in
BDS)
14.5 Unless otherwise specified in the BDS and the Contract, the
rate(s) and price(s) quoted by the Bidder are subject to
adjustment during the performance of the Contract in
accordance with the provisions of the Conditions of Contract.
In such a case, the Bidder shall furnish the indices and
weightings for the price adjustment formulae in the Schedule
of Adjustment Data and the Employer may require the Bidder
to justify its proposed indices and weightings.
.
14.7 Unless otherwise specified in the BDS, all duties, taxes, and
other levies payable by the Contractor under the Contract, or
for any other cause, as of the date 28 days prior to the
deadline for submission of bids, shall be included in the rates
and prices and the total Bid Price submitted by the Bidder.
15. Currencies of Bid 15.1 The currency (ies) of the bid and the currency (ies) of
and Payment payments shall be as specified in the BDS.
15.2 Bidders may be required by the Employer to justify, to the
Employer’s satisfaction, their local and foreign currency
requirements, and to substantiate that the amounts included in
the prices shown in the Schedule of Adjustment Data in the
Appendix to Bid are reasonable, in which case a detailed
breakdown of the foreign currency requirements shall be
provided by Bidders.
16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a
Comprising the statement of work methods, equipment, personnel, schedule
Technical Proposal and any other information as stipulated in Section IV –
Bidding Forms, in sufficient detail to demonstrate the
adequacy of the Bidder’s proposal to meet the work
requirements and the completion time.
17. Documents 17.1 In accordance with Section III, Evaluation and Qualification
Establishing the Criteria, to establish that the Bidder continues to meet the
Qualifications of criteria used at the time of prequalification, the Bidder shall
the Bidder provide in the corresponding information sheets included in
Section IV, Bidding Forms, updated information on any
assessed aspect that changed from that time, or if post-
qualification applies as specified in ITB 4.5, the Bidder shall
provide the information requested in the corresponding
information sheets included in Section IV, Bidding Forms.
17.2 If a margin of preference applies as specified in accordance
with ITB 33.1, domestic Bidders, individually or in joint
ventures, applying for eligibility for domestic preference
shall supply all information required to satisfy the criteria for
eligibility specified in accordance with ITB 33.1.
17.3 Any change in the structure or formation of a Bidder after being
prequalified and invited to Bid (including, in the case of a JV,
any change in the structure or formation of any member
thereto) shall be subject to the written approval of the
Employer prior to the deadline for submission of Bids. Such
approval shall be denied if (i) as a consequence of the change,
the Bidder no longer substantially meets the qualification
criteria set forth in Section III, Qualification Criteria and
18. Period of Validity 18.1 Bids shall remain valid for the period specified in the BDS
of Bids after the bid submission deadline date prescribed by the
Employer in accordance with ITB 22.1. A bid valid for a
shorter period shall be rejected by the Employer as non-
responsive.
18.2 In exceptional circumstances, prior to the expiration of the
bid validity period, the Employer may request Bidders to
extend the period of validity of their bids. The request and the
responses shall be made in writing. If a bid security is
requested in accordance with ITB 19, it shall also be
extended for twenty-eight (28) days beyond the deadline of
the extended validity period. A Bidder may refuse the request
without forfeiting its bid security. A Bidder granting the
request shall not be required or permitted to modify its bid,
except as provided in ITB 18.3.
18.3 unless specified in BDS, if the award is delayed by a period
exceeding fifty-six (56) days beyond the expiry of the initial
bid validity, the Contract price shall be determined as
follows:
(a) In the case of fixed price contracts, the Contract price
shall be the bid price adjusted by the factor specified in
the BDS.
(b) In the case of adjustable price contracts, no adjustment
shall be made.
(c) In any case, bid evaluation shall be based on the bid
price without taking into consideration the applicable
correction from those indicated above.
19. Bid Security 19.1 The Bidder shall furnish as part of its bid, a bid security as
specified in the BDS, in original form and, in the case of a
bid security, in the amount and currency specified in the
BDS.
19.2 A Bid-Securing Declaration shall use the form included in
Section IV, Bidding Forms.
19.3 If a bid security is specified pursuant to ITB 19.1, the bid
security shall be a demand guarantee in any of the following
forms at the Bidder’s option:
20. Format and 20.1 The Bidder shall prepare one original of the documents
Signing of Bid comprising the bid as described in ITB 11 and clearly mark it
“ORIGINAL.” Alternative bids, if permitted in accordance with
ITB 13, shall be clearly marked “ALTERNATIVE.” In addition,
the Bidder shall submit one set of copies of the bid, in the
number specified in the BDS and clearly mark them “COPY.”
In the event of any discrepancy between the original and the
copies, the original shall prevail.
20.2 The original and all copies of the bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to
sign on behalf of the Bidder. This authorization shall consist of
a written confirmation as specified in the BDS and shall be
attached to the bid. The name and position held by each person
signing the authorization must be typed or printed below the
signature. All pages of the bid where entries or amendments
have been made shall be signed or initialed by the person
signing the bid. (Replaced in BDS)
20.3 In case the Bidder is a JV, the Bid shall be signed by an
authorized representative of the JV on behalf of the JV, and
so as to be legally binding on all the members as evidenced
by a power of attorney signed by their legally authorized
representatives. (Replaced in BDS, Section-II)
20.4 Any inter-lineation, erasures, or overwriting shall be valid only
if they are signed or initialed by the person signing the bid.
21. Sealing and 21.1 The Bidder shall enclose the original and one set of all copies
Marking of Bids of the bid, including alternative bids, if permitted in
accordance with ITB 13, in separate sealed envelopes, duly
marking the envelopes as “ORIGINAL”, “ALTERNATIVE” and
“COPY.” These envelopes containing the original and the
copies shall then be enclosed in one single envelope.
22. Deadline for 22.1 When so specified in the BDS, bidders shall have the option
Submission of Bids of submitting their bids electronically. Bidders submitting
bids electronically shall follow the electronic bid submission
procedures specified in the BDS.
22.2 The Employer may, at its discretion, extend the deadline for
the submission of bids by amending the Bidding Documents
in accordance with ITB 8, in which case all rights and
obligations of the Employer and Bidders previously subject
to the deadline shall thereafter be subject to the deadline as
extended.
23. Late Bids 23.1 The Employer shall not consider any bid that is uploaded
after the deadline for submission of bids, in accordance with
ITB 22. Any bid received by the Employer after the deadline
for submission of bids shall be declared late, rejected, and
returned unopened to the Bidder or as specified in BDS
24. Withdrawal, 24.1 Unless specified in BDS, A Bidder may withdraw, substitute,
Substitution, or modify its bid after it has been submitted by sending a written
and notice, duly signed by an authorized representative, and shall
Modification include a copy of the authorization in accordance with ITB 20.2.
of Bids The corresponding substitution or modification of the bid must
accompany the respective written notice. All notices must be:
(a) prepared and submitted in accordance with ITB 20 and
ITB 21 (except that withdrawals notices do not require
copies), and in addition, the respective envelopes shall be
25. Bid Opening 25.1 Except in the cases specified in ITB 23 and 24, the Employer
shall publicly open and read out in accordance with ITB 25
all bids received by the deadline (regardless of the number of
bids received), at the date, time and place specified in the
BDS, in the presence of Bidders` designated representatives
and anyone who choose to attend. Any specific electronic bid
opening procedures required if electronic bidding is permitted
in accordance with ITB 22.1, shall be as specified in the
BDS.
25.2 First, envelopes bids marked “WITHDRAWAL” shall be
opened and read out and the envelope with the corresponding
bid shall not be opened, but returned to the Bidder. No bid
withdrawal shall be permitted unless the corresponding
withdrawal notice contains a valid authorization to request
the withdrawal and is read out at bid opening. Next,
envelopes marked “SUBSTITUTION” shall be opened and read
out and exchanged with the corresponding bid being
substituted, and the substituted bid shall not be opened, but
returned to the Bidder. No bid substitution shall be permitted
unless the corresponding substitution notice contains a valid
authorization to request the substitution and is read out at bid
opening. Envelopes marked “MODIFICATION” shall be opened
and read out with the corresponding bid. No bid modification
shall be permitted unless the corresponding modification
notice contains a valid authorization to request the
modification and is read out at bid opening. Only bids that
are opened and read out at bid opening shall be considered
further.
25.3 All other envelopes bids shall be opened one at a time,
reading out: the name of the Bidder and whether there is a
modification; the total Bid Price, per lot (contract) if
applicable, including any discounts and alternative bids; the
presence or absence of a bid security and any other details as
the Employer may consider appropriate. Only discounts and
alternative bids read out at bid opening shall be considered
28. Deviations, 28.1 During the evaluation of bids, the following definitions apply:
Reservations, and
Omissions (a) “Deviation” is a departure from the requirements
specified in the Bidding Documents;
(b) “Reservation” is the setting of limiting conditions or
withholding from complete acceptance of the
requirements specified in the Bidding Documents; and
30. Nonmaterial 30.1 Provided that a bid is substantially responsive, the Employer
Nonconformities may waive any nonmaterial non-conformity(a non-conformity
being a Deviation, Reservation or Omission) in the Bid.
31. Correction of 31.1 Provided that the bid is substantially responsive, the
Arithmetical Employer shall correct arithmetical errors on the following
Errors basis:
(a) Only for admeasurement contracts, if there is a
discrepancy between the unit price and the total price
that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and the total price
shall be corrected, unless in the opinion of the Employer
there is an obvious misplacement of the decimal point in
the unit price, in which case the total price as quoted
shall govern and the unit price shall be corrected;
(b) Only for admeasurement contracts, if there is an error in
a total corresponding to the addition or subtraction of
subtotals, the subtotals shall prevail and the total shall be
corrected; and
(c) If there is a discrepancy between words and figures, the
amount in words shall prevail, unless, only for
admeasurement contracts, the amount expressed in words
is related to an arithmetic error, in which case the amount
in figures shall prevail subject to (a) and (b) above.
31.2 Bidders shall be requested to accept correction of arithmetical
errors. Failure to accept the correction in accordance with
ITB 31.1 shall result in the rejection of the Bid. (Refer BDS,
Section-II)
32. Conversion to 32.1 For evaluation and comparison purposes, the currency(ies) of
Single Currency the Bid shall be converted into a single currency as specified
in the BDS.
33. Margin of 33.1 Unless otherwise specified in the BDS, a margin of preference
Preference for domestic bidders shall not apply.
34. Subcontractors 34.1 Unless otherwise stated in the BDS, the Employer does not
intend to execute any specific elements of the Works by sub-
contractors selected in advance by the Employer.
35. Evaluation of Bids 35.1 The Employer shall use the criteria and methodologies listed
in this Clause. No other evaluation criteria or methodologies
shall be permitted.
37. Qualification of the 37.1 The Employer shall determine to its satisfaction whether the
Bidder Bidder that is selected as having submitted the lowest
evaluated and substantially responsive bid either continues to
meet (if prequalification applies) or meets (if post-
qualification applies) the qualifying criteria specified in
Section III, Evaluation and Qualification Criteria.
37.2 The determination shall be based upon an examination of the
documentary evidence of the Bidder’s qualifications
submitted by the Bidder, pursuant to ITB 17.1.
38. Employer’s Right 38.1 The Employer reserves the right to accept or reject any bid,
to Accept Any Bid, and to annul the bidding process and reject all bids at any
and to Reject Any time prior to contract award, without thereby incurring any
or All Bids liability to Bidders. In case of annulment, all bids submitted
and specifically, bid securities, shall be promptly returned to
the Bidders.
F. AWARD OF CONTRACT
39. Award Criteria 39.1 Subject to ITB 38.1, the Employer shall award the Contract
to the Bidder whose bid has been determined to be the lowest
evaluated bid and is substantially responsive to the Bidding
Documents, provided further that the Bidder is determined to
be qualified to perform the Contract satisfactorily. (Ref.
Section-II, BDS )
40. Notification of 40.1 Prior to the expiration of the period of bid validity, the
Award Employer shall notify the successful Bidder, in writing, that
its bid has been accepted. The notification letter (hereinafter
and in the Conditions of Contract and Contract Forms called
the “Letter of Award”) shall specify the sum that the
Employer will pay the Contractor in consideration of the
execution and completion of the Works (hereinafter and in
the Conditions of Contract and Contract Forms called “the
Contract Price”) and the requirement for the Contractor to
remedy any defects therein. At the same time, the Employer
shall also notify all other Bidders of the results of the
bidding.
BID DOCUMENTS
FOR
ITB 1.1
Name of work: Design Verification, Detail Engineering, Supply,
Installation, Testing and Commissioning of 750V DC Third Rail
Traction Electrification including Traction Substations (TSS),
Auxiliary Substations (ASS) and Associated SCADA Systems for Phase
-II of Kochi Metro Rail Project.
The number of the Invitation for this National Competitive Tender (NCT) is :-
One
The number of the Lot(s) (contract(s)) comprising this NCT is: Not applicable
The Employer is: Kochi Metro Rail Limited (KMRL)
ITB 1.3 The detailed Scope of Work for the Construction of this contract is further
(Additional described in the Part-2: Section-VII (A), Section-VII (B) Works Requirements
Para) and other documents. The Contractor has to execute the work accordingly with
the approval of Employer.
The Contractor shall also carry out effective interface and coordination with
Detailed Design Consultants, Designated Working Contractors and other
agencies appointed by the Employer from time to time, during the Contract
Period. Apart from that co-ordinations may be required to be done by the
contractor with the local administration and various other authorities of
Government of Kerala/Government of India.
ITB 1.4 The successful Bidder has to establish its Project Office at Project site of Kochi
(Additional Metro-Phase II. The cost and expenses for setting up the said office(s) is
Para) deemed to have been included in the Bill of Quantities and no separate / extra
/ additional payment will be made on this account.
ITB 2.1 The Employer is:
Kochi Metro Rail Limited (KMRL)
Source of Fund for the project: This work shall be financed by AIIB and
KMRL
The name of the Employer is: Kochi Metro Rail Ltd.
Recipient for AIIB Fund: Govt of India, Project Executing Agency: Kochi
Metro Rail Ltd.
Name of the Bank: Asian Infrastructure Investment Bank
Name of the project: Kochi Metro Rail Project.-Phase II
JV/Consortium is permitted
2. A tenderer shall submit only one bid in the same tendering process,
either individually as a tenderer or as a partner of a JV. A tenderer
who submits or participates in more than one bid will cause all of the
proposals in which the tenderer has participated to be disqualified.
No tenderer can be a subcontractor while submitting a bid
individually or as a partner of a JV in the same bidding process. A
tenderer, if acting in the capacity of subcontractor in any bid, may
participate in more than one bid, but only in that capacity.
(b) Partners having less than 26% participation will be termed as non-
substantial partner and will not be considered for evaluation which
means that their financial soundness and work experience shall not
be considered for evaluation of JV/Consortium.
ITB 5.2 All plant, materials, supplies, equipment and services shall be to the
(Additional satisfaction of the Employer and Engineer. The information on all plant,
Para) materials, supplies, equipment and services included in the Contractor’s
Proposal and incorporated into the Contract shall not, in any event, be
construed as a submission to the Employer under the Contract. Contractor
will be required to take specific approval of the Employer for deployment of
plant, materials, supplies, equipment and services in accordance with the
Conditions of Contract and Employer’s Requirements. The Bidder should
note the requirements for transfer of technology.
ITB 5.3 The tenderer should submit an undertaking, in form no.20 of section iv’ that
(Additional he will make credible arrangements for ensuring availability of critical spares
Para) and technical support, during the service life of the
equipment/spares/M&P/systems commissioned. The tenderer’s technical
proposal should also explain as to how he will ensure availability of
critical spares and technical support for maintenance/up gradation during
the service life of the equipment.
B. Bidding Documents
The Bidding Documents consist of Parts 1, 2, 3 and 4, which include all the Sections
specified below, and which should be read in conjunction with any Addenda issued
in accordance with ITB 8.
ITB 6.2 NIT and all informative document issued on e-tender portal of Kerala Govt. e-
(Additional tenders (http://etenders.kerala.gov.in) shall be treated as a part of Bid
Para) Document.
ITB 6.3 Unless obtained directly by the bidder concerned from the E-tender
(Additional portal/KMRL website, the Employer is not responsible for the completeness of
Para) the Bidding Documents, responses to requests for clarification, the minutes of
the pre-Bid meeting (if any), or Addenda to the Bidding Documents in
accordance with ITB 8. (Downloaded / Uploaded by Bidder). In case of any
contradiction, documents available / uploaded by employer on E-Tender portal
of Kerala Govt. e-tenders (http://etenders.kerala.gov.in) /KMRL website
shall prevail.
ITB 6.4 Following is added to existing ITB 6.4
Failure to comply with the requirements of the Bidding Documents and to furnish
all information required by the Bidding Documents or submission of a Bid not
substantially responsive to the Bidding Documents in every respect will be at the
Bidder’s risk and may result in rejection of Bid.
ITB 6.5 The Bidder shall not make or cause to be made any alteration, erasure or obliteration
(Additional to the text of the Bid Documents as uploaded on the E-tender portal of Kerala Govt.
Para) e-tenders (http://etenders.kerala.gov.in).
ITB 6.6 The document including the Bid Documents and all annexed documents provided
(Additional by KMRL are and shall remain or becomes the property of KMRL and are
Para) transmitted to the Bidders solely for the purpose of preparation and the submission
of a Bid in accordance herewith. The provisions of this Para shall also apply mutatis
mutandis to the Bids and all other documents submitted by the Bidders, and KMRL
will not return to the Bidders any Bid, document or any information provided along
therewith.
ITB 6.7 Contents of Supporting Documents.
(Additional
Para)
ITB 6.7.1 The reference documents, reports, drawings containing site information
included in the Bidding Documents are for general information only and any
(Additional
interpretation of the results shall be construed as opinions only and not as
Para)
representations or warranties as to the actual site conditions. The Bidders’
attention is specifically drawn to ITB 6.7.3 below.
ITB 6.7.2 The Bidders shall make their own appraisal regarding existence of over
(Additional ground, at grade and underground structures, utilities and infrastructure in the
Para) near vicinity of the Works to be executed.
ITB 6.7.3 The accuracy or reliability of the documents and reports referred to in this Para
(Additional ITB 6.7 and of any other information supplied, prepared or commissioned at any
Para) time by the Employer or others in connection with the Contract is not warranted.
The Bidders’ attention is drawn to Clause 4.10 of GC / Sub Clause 4.10, Site
data of PC in this regard. Any site information given in this bidding document
is for guidance only. It shall be deemed that the Bidder has undertaken a visit
to the Site of the Works and is aware of and has ascertained itself, the site
conditions, traffic, location, surroundings, climate, availability of power, water
and other utilities for construction, access to Site, handling and storage of
materials, weather data, applicable laws and regulations, and any other matter
considered relevant by it prior to the submission of the Bid.
ITB 7.1 For clarification purposes only, the Employer’s address is:
(Additional
Para) Attention: Director Systems, Kochi Metro Rail Limited.
Address: 4th Floor, JLN Stadium Metro Station, Kaloor, Ernakulam
ZIP Code: 682017
Country: INDIA
Last date for raising enquiries: As per NIT.
e-mail id for seeking clarifications - [email protected]
ITB 7.6 Questions asked by Bidders, without identifying the source, and the responses
given, together with any responses prepared after the meeting, will be uploaded
on the E-Tender portal http://etenders.kerala.gov.in and KMRL website of
Kerala Govt. e-tenders accordance with ITB 6.3.
C. Preparation of Bids
The bidder should provide the relevant contact number and E-mail ID, Contact
No. along with the postal address in English, of issue authority / agency of such
documents for verification purpose. The experience certificate and other documents
submitted by bidders in support of eligibility and qualifications shall be verified
by KMRL, at its sole discretion, directly with the issuing authority. In case, no
reply is received from issuing authority within a stipulated period mentioned in the
letter of request,KMRL reserves the right to decide whether such documents shall
not be taken into consideration for evaluation.
The Bidder shall, on or before the date and time given in the Notice of Invitation
to Bid, upload his Bid on e-tendering portal http://etenders.kerala.gov.in in
accordance with provisions in ITB 22.1.
The Bidder shall, on or before the date given in NIT, submit his Bid online and
follow the procedure and steps of E-Tender portal of Kerala Govt. e-tenders.
Details havebeen given in E-Toolkit given in Annexure-II-A
Cost of the bid document: To be Paid online through E-Tender portal Kerala Govt.
e-tenders.
Bid Security: In the form of BG/Account Payee DD/FDR with lien marked to
KMRL /Online Payment to KMRL Bank Account. Scanned Copy of
BG/DD/FDR/Proof of online payment shall be uploaded on the e-
tender portal.
ITB 11.1 (i) List of document provided in Appendix 1 is not exhaustive. Bidder are requested to
examine the complete bid document by themselves and list out complete required
enclosures.
ITB 11.3 Engagement of any middleman & agent and payment of any commission / gratitude is
not permitted (As per Form of declaration in Section IV)
1. Bidder shall first download the Complete Bid Document along with all
Corrigendum/Addendum/Clarification etc. by logging in with E- Tender
using his DSC (i.e. DSC of POA/ Owner) read & examine the document
& process carefully.
2. For submission of Bid, bidder should upload the documents in the
technical packet in Kerala e Tenders portal, http://etenders.kerala.gov.in.
3. If the bidder has completed the submission process of his bid before due
date of submission and in between employer issue a corrigendum, in this
circumstances the bidder has to re-submit his bid using my bid history to
the new added corrigendum, in case the new corrigendum has any
implications to his already submitted bid. Bidder may, at his option,
amend his bid accordingly & re-submit it.
4. Physical Sign & seal of bidder on each page of Bid Documents available
online is required.
5. Scanned copy of all enclosure required as described in the Bid Document
at various place shall be uploaded in Technical Section / Technical Packet
of E-Tender Portal.
6. Documents shall be split and uploaded only in case of any restriction due
KOCHI METRO RAIL LIMITED Page 13 of 31
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
to size limit for single upload. In case if documents are compressed,
legibility shall be ensured
7. If the technical enclosures are more in numbers than the fixed entity of
Technical Section / Technical Envelope. Bidders have option to upload
any number of documents in “Additional Document” section of “Technical
Envelope/ Technical Section” of E-Tender Portal.
8. No information pertaining to “Financial Bid” shall be uploaded or
disclosed anywhere in “Technical Bid” Technical Section/ Technical
Envelope of E-Tender Portal.
9. All uploaded enclosure should bear page numbers and indexed properly.
The first file uploaded by bidder in the technical section shall
be “Index of Enclosures”.
10. Bidder shall submit his bid unconditional. No change/alteration in tender
conditions/suggestion sheet/assumption/exclusion or change in any text of
bid document is allowed by bidders. Bid enclosed with any of the above
shall be treated as conditional bid & such bids shall be rejected.
Note: -
(a) The Bidder may be requested by KMRL in writing to amplify, explain and
develop the Contractor's Technical Bid in substantially greater detail
during the detailed technical package evaluation period. This can be
incorporated into the Contract, only those aspects of the Contractor’s
Technical Bid that the Employer (at its sole discretion) considers clearly
conforming will form part of the Contract. Only those aspects of the
Contractor’s Technical Proposal that the Employer (at its sole discretion)
considers clearly conforming will form part of the Contract.
(b) Bidder has to submit the relevant forms as specified in the Part-1 Section-
IV: Bidding forms. The same is to be duly filled and uploaded in the
technical section of e-tender portal, http://etenders.kerala.gov.in.
ITB Submission of Fake & forged document
11.5
Additional (a) If bidder furnish false information, fake & forged experience certificate or
Para) any documents with the bid, which fails in authenticity verification by
KMRL, shall lead to disqualification from the tender process and
forfeitures of Bid Security / EMD and termination of contract even after
award of the contract, including forfeiture of Performance Guarantee.
Such bidder may be debarred from participation in the future bid of KMRL
(b) Submission of inconsistent or misleading information, Tampered/ altered/
Fabricated or concealed information shall lead to rejection of Bid &
forfeiture of EMD / Bid Security.
(c) All submitted work certificate, documents shall be exact certified copy of
original, without any change / alteration / correction / concealment /
forging / Tampering / fabrication. Any document pertains to bidders
eligibility criteria or evaluation criteria or for whatsoever stipulated
anywhere in bid document, submitted by bidder with partial, incomplete,
hidden, tampered or concealed information, shall not be consider in
support of eligibility, evaluation or whatsoever mentioned in tender
document & may lead to forfeiture of EMD / Bid Security.
KOCHI METRO RAIL LIMITED Page 14 of 31
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
ITB a) KMRL (Employer) reserves the right to postpone / defer / cancel orrecall/
11.6 withdraw the entire bidding procedure at any stage without assigning any
Additional reason. Such changes shall be notified in the form of Corrigendum
Para) published on E-Tender portal of Kerala Govt. e-tenders
(http://etenders.kerala.gov.in). In this circumstance, the bidders shall
nothave any claim towards the cost & expenditure incurred by bidders for
preparation of bid & bid document cost.
ITB 11.7.1 The Financial bid / Price bid shall be filled online in e-boq of Financial Envelope of
(Additional E-Tender Portal only.
Para)
ITB 11.7.1(a) a) The basic price quoted shall be exclusive of GST but including all other
(Additional applicable taxes, duties and other charges. GST rate and amount applicable
Para) shall be shown separately in the financial bid along with the HSN/SAC code
and if exempted, with appropriate exemption notification document.
b) Transportation, packing, forwarding, installation and other charges if any,
shall also be included in the quoted price.
c) Contract price will be the total price quoted inclusive of all taxes and
including GST.
d) The GST amount shall be calculated as per the percentage quoted in the
financial bid.
e) In case any bidders make arithmetical errors or quote with a different
percentage or omit to quote, the same will be corrected as per the percentage
applicable against the quoted HSN/SAC in the financial bid. In case no
HSN/SAC is provided the quoted rate shall be deemed as inclusive of
applicable GST. If the total corrected value exceeds the total quoted value in
the financial bid, then the base price will be adjusted so as to maintain the
originally quoted amount inclusive of taxes.
f) The tax liability as per GST Act rests with the contractor, ambiguity if any
regarding the percentage for that particular work or Services Accounting
Code (SAC)/HSN, etc. shall be cleared before offering of rates.
g) Any liability on account of wrong classification of goods or services for
arriving at taxes will be on the bidder.
h) Lowest offer will be decided based on the overall lowest amount calculated
with the basic price along with GST.
ITB 14.1 No discounts are allowed and also not to be quoted by the bidder in the Letter of
Bid and in the Schedules.
ITB 14.2 The bidder shall quote the price only in the e-boq. The price to be quoted shallbe
based on item rate basis for schedules and summery sheet, pricing or the bidders
quote should not be given in any other place in the entire bid document.
ITB 14.3 The price quoted in the e-boq shall be the total price bid after all discounts.
ITB 14.4 No discounts or any other methodology shall be quoted by the bidder in the Letter
of Bid by the bidder.
ITB 14.5 Price Quoted by the bidder shall be fixed.
Price adjustment / variation during the contract period shall be applicable as per
Price Adjustment Clause of Section-IX, Particular Condition of Contract.
ITB 14.6 No discounts are applicable.
ITB 14.7 The price quoted by bidders shall be to inclusive of all kinds of duties, taxes,
Cess and other levies payable as per GST, Custom tariff act etc. and as
prevailing on 28 days “Base Date” prior to final date of submission of bid
(Closing time & date of submission of online bid).The price quoted by bidders
deemed to be inclusive of all kinds of duties, taxes, and other levies payable as
per prevailing legislations, act of Govt. of India, 28 days ( “as on Base Date”)
prior to submission of bid.
ITB 14.8 Bidders shall quote for the entire work on a “single responsibility” basis such that
(Additional the Bid Price covers all Contractor’s obligations mentioned in or to be reasonably
Para) inferred from the Bid Documents in respect this Contract KBE-04/2025 and
completion of the whole of Works. This includes all requirements under the
Contractor’s responsibilities for testing and commissioning of the works executed
including integrated testing and commissioning, the acquisition of all permits,
approvals and tender licenses, etc.; the operation, maintenance and such other
items and services as may be specified in the Bid Documents.
ITB 14.9 The Employer may get, from the Government, partial or complete waiver of taxes,
(Additional royalties, duties, Labour, cess, octroi, and other levies payable to various
Para) authorities. The successful Bidder (the Contractor) shall maintain meticulous
records of all the taxes and duties paid and provide the same with each running
bill. In case the waiver becomes effective, the Contractor will be advised on the
process to be followed to obtain the refund from the concerned authority. The
Contractor shall arrange for the remit of the refund to the Employer. In case of
failure by the Contractor to remit such amounts, the same shall be recovered from
amounts due for payment to the Contractor. The Pro forma of undertaking is
provided in Section IV: Bidding Form (Form 21).
ITB 14.10 With the Bid submission, the Bidder shall submit the Pro forma of undertaking
(Additional provided in Section IV: Bidding Form (Form 22) stating that registrations under
Para) various fiscal and labour laws like Goods and Service Tax (GST), Import Export
Code, Employee State Insurance, Provident Fund, Kerala Labour Welfare Fund,
BOCW shall be obtained by the bidders in the event of award of the work.
ITB 15.1 (a) The currency of the Bid shall be Indian National Rupees (INR) and/or
foreign currencies as US Dollar / Euro specified in the pricing document.
The number of currencies including INR is limited to maximum of three
currencies only. The lowest bidder and inter-se position of bidders will be
decided by taking exchange rate of 28 days (Base Date) prior to final date of
submission of the bid, as per exchange rate declared by SBI (State Bank of
India) TT Selling rate.
(b) In case this particular day happens to be a holiday, the TT selling rate
rate at the closing of the business of the SBI (State Bank of India) on the
previous working day will be considered.
(c) The bid shall be evaluated in INR as per above exchange rate.
The payment currency (ies) shall be Indian National Rupees (INR) or foreign
currency (ies) as US Dollar / Euro quoted by the bidder.
ITB 16.1 Replace the existing ITB Clause 16.1
The Bidder shall furnish a Technical Proposal including a statement of work
methods, equipment, personnel, schedule, ESHS Methodology meeting the
requirements of the SHE specifications and any other information as stipulated
in Section IV – Bidding Forms, in sufficient detail to demonstrate the adequacy
of the Bidder’s proposal to meet the work requirements and the completion time.
Bid Security (in original) shall be accepted one hour prior to the opening
time of tender, in the office of General Manager (Procurement) at the
address mentioned hereinafter.
GM (Procurement)
Kochi Metro Rail Ltd.
4th Floor, JLN Stadium Metro Station,
Kaloor, Ernakulam, Pin 682017
ITB 19.3 Bid Security in the form of a Bank Guarantee for the INR1.77 Crores from
any of the scheduled commercial banks in India (which includes the Indian
Branch of a Foreign Bank) having office/branch at Kochi, recognized as a
Scheduled Bank by Reserve Bank of India must be submitted (if bid security
not paid online) with a validity period of 225 days from the last date of
submission of tender. The "Original" of this Bid security/any other format as
per RFP is to be submitted in a separate sealed envelope before the date
mentioned in “NIT”.
(a) if a Bidder withdraws its bid during the period of bid validity
specified by the Bidder on the Letter of Bid, or any extension thereto
provided bythe Bidder; or
If the bidder does not accept the correction of his Tender price, pursuant to ITB
clause 31.1
ITB 19.8 In case of joint venture/consortium, Bank Guarantee or FDR for Bid security
shall be in the name of Bidder.
ITB 20.1 Replaced as: The bid is to be submitted electronically through E-Tendering
onKerala Govt. e-tenders portal (http://etenders.kerala.gov.in).
ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
consist of a power of attorney established in the name of the signatory of the bid
The executor of the Power of Attorney should be authorized through an
appropriate Company Board Resolution or equivalent document, copy of such
company Board Resolution or equivalent document should also be attached and
shall be duly notarized. The name and position held by person signing the
authorization must be typed or printed below the signature.
If the DSC owner is different from the authorized person to sign the documents
a separate authorization letter must be submitted authorizing the DSC holder to
upload and submit the bid.
Further, a Power of Attorney signed by all the JV/ Consortium Members duly
supported by their board resolutions or statement of joint decision signed by
directors must also accompany the Bid authorizing the Lead Member, inter alia,
to submit the Bid on their behalf. The formats of the Power of Attorney as well
as the board resolution are provided in Section IV: Bidding Form (Form 9). All
the relevant forms 9A to 9F should be duly signed and submitted as per the
requirements of the forms.
Telephone : 0484-2826700
Fax number : 0484-2380686
This tender is an e-Tender and is being published online. The tender is invited
in 2 cover system from the registered and eligible firms through e-
procurement portal of Government of Kerala
(https://www.etenders.kerala.gov.in). Prospective bidders willing to
participate in this tender shall necessarily register themselves with above
mentioned e-procurement portal. The tender timeline is available in the
critical date section of this tender published in www.etenders.kerala.gov.in.
Bidders should have a Class III or above Digital Signature Certificate (DSC)
to be procured from any Registration Authorities (RA) under the Certifying
Agency of India. Details of Ras will be available on www.cca.gov.in. Once,
KOCHI METRO RAIL LIMITED Page 22 of 31
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
the DSC is obtained, bidders have to register on www.etenders.kerala.gov.in
website for participating in this tender. Website registration is a one-time
process without any registration fees. However, bidders have to procure DSC
at their own cost. Bidders may contact e-Procurement support desk of Kerala
State IT Mission over telephone at 0471-2577088/188/388 or via email:
[email protected]/ [email protected] for assistance in this
regard.
iii. Bid submission : Bidders have to submit their bids along with supporting
documents to support their eligibility, as required in this tender document on
www.etenders.kerala.gov.in. Manual submission of bids will not be accepted
under any circumstances.
v. The time taken to ascertain, evaluate and suggest a solution for the problem
reported by bidder may vary from case to case. Hence bidders are advised to
submit the bid at least 2 working days before the due date and time of bid
submission to avoid any last-minute issues that may come up.
vi. Opening of Technical Bid and Bidder short-listing : The technical bids will
be opened, evaluated and shortlisted as per the eligibility and technical
qualifications. All documents in support of technical qualifications shall be
submitted (online). Failure to submit the documents online will attract
disqualification. Bids shortlisted by this process will be taken up for opening
the financial bid.
vii. Opening of Financial Bids: Bids of the qualified bidder’s shall only be
considered for opening and evaluation of the financial bid.
C). DOCUMENTS COMPRISING BID :
(ii). The Second Stage (Financial Cover or as per tender cover system):
The Bidder shall complete the Price bid as per format given for download along
with this tender.
The Bidder shall pay, a tender document fees as one single transaction.
Online Payment modes: The tender document fees and EMD can be paid in the
following manner through e-Payment facility provided by the e-Procurement
system State Bank of India Multi Option Payment System (SBI MOPS
Gateway): Bidders are required to avail Internet Banking Facility for making
tender remittances in eProcurement System.
During the online bid submission process, bidder shall select SBI MOPS
option and submit the page, to view the Terms and Conditions page. On further
submitting the same, the e-Procurement system will re-direct the bidder to
MOPS Gateway, where two options namely SBI and Other Banks* will be
shown. Here, Bidder may proceed as per below:
a) SBI Account Holders shall click SBI option to with its Net Banking Facility.,
where bidder can enter their internet banking credentials and transfer the
Tender Fee and EMD amount.
b) Other Bank Account Holders may click Other Banks option to view the
bank selection page. Here, bidders can select from any of the 54 Banks to
proceed with its Net Banking Facility, for remitting tender payments.
* Bidders who are using Other Banks option under SBI MOPS Payment
Gateway, are advised by SBI to make online payment 72 hours in advance
before tender closing time.
Any transaction charges levied while using any of the above modes of online
payment has to be borne by the bidder. The supplier/contractor's bid will be
evaluated only if payment status against bidder is showing “Success” during
bid opening.
E. SUBMISSION PROCESS :
It is necessary to click on “Freeze bid” link/ icon to complete the process of bid
submission otherwise the bid will not get submitted online and the same shall
not be available for viewing/ opening during bid opening process.
The Bidder shall, on or before the date and time given in the Notice inviting Bid
KOCHI METRO RAIL LIMITED Page 24 of 31
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
or as may have been amended from time to time, upload his Bid on e-tendering
portal http://etenders.kerala.gov.in Bidders may refer to e-tender procedures
(Toolkit for using e-tender portal) at Annexure II-A.
The Bidders shall furnish the information strictly as per the formats given in
the Bid documents without any ambiguity. The KMRL shall not be held
responsible if the failure of any Bidder to provide the information in the
prescribed formats results in a lack of clarity in the interpretation and
consequent disqualification of its Bid.
In case of support or help required during online submission or difficulty
encountered during online submission, the Bidders may contact the following
officials Kerala Govt. E-tenders
ITB 23.1 As the bidding process is through online e-tendering process late submission of
bid will not be allowed by the e-tender portal of Kerala.
ITB 23.2 Bids received after due date and time of submission, in any form, shall not be
(new Para) accepted. KMRL will not be responsible for any delay, internet connection
failure or any error in uploading the Bid submission. The Bidders are advised
to upload their submissions well before the due date and time of Bid
submission to avoid any problems and last minute rush.
ITB 23.3 The Employer may, at his own discretion, extend the deadline for submission
(new Para) of Bids by issuing an amendment in accordance with ITB, in which case all
rights and obligations of the Employer and the Bidders previously subject to
the original deadline will thereafter be subject to the deadline as extended.
ITB 24.1, As the bid process is through e-tendering portal of Kerala Govt. e-tenders
24.2 & 24.3 http://etenders.kerala.gov.in only, any amendment/ modification/substitution
of bid can be done by going back into the Re-submit option of the e-tender
portal prior to the bid submission end time. Withdraw of already uploaded &
submitted bid is possible before the tender closing time.
ITB 25.1 Replace provisions of ITB 25.1 with the following:
The final bid submitted to the e-tender portal of Kerala Govt. e-tenders,
http://etenders.kerala.gov.in , after all the re-works shall be considered valid
and only the same shall be considered for evaluation. The bids which is not
full/ complete in any manner shall not be considered for evaluation.
ITB 35.6 Variations, deviations, alternative offers and other factors which are not in line
with the requirement and conditions of the bidding documents or otherwise
(Additional
result in the accrual of unsolicited benefits to the Employer shall not be taken
Para)
into account in Bid evaluation and such bid shall be considered non responsive
and shall not be considered for Financial Evaluation.
F. Award of Contract
ITB 39.1 Replace the existing ITB 39.1 with the following:
Subject to ITB 33.1, ITB 38.1 and ITB 29.2, the Employer will award the
Contract to the Bidder whose Bid has been determined to be substantially
responsive to the Bidding Documents and who has offered the Lowest Evaluated
Bid Price, and whose offer is balanced in terms of ITB 35.6, provided that such
Bidder has been determined to be eligible and qualified in accordance with
provisions of ITB 4.
The prices quoted by bidder must be realistic and workable and KMRL reserve
the right to ask a detail analysis of price quoted by the bidder. If the quoted price
does not seems workable or bidder fails to justify its workability, in that
circumstance the employer is not bound to award the work to lowest bidder.
ITB 40.5 The “Letter of Award” will be sent in duplicate to the successful Bidder, who
(Additional will return one copy to the Employer duly acknowledged and signed by the
Para) authorized signatory, within one week of receipt of the same by him. The Letter
of Award will constitute a part of the Contract.
ITB 41.2 Addition to the existing ITB 41.2 with the following:
In the event of successful Bidder’s acceptance of the LOA, the Bidder will be
required to execute the Contract Agreement in the form specified in Section X.
Contract Forms with such modifications as may be considered necessary at the
time of finalization of the Contract.
The successful bidder shall submit two sets of hard Copies of whole tender
documents duly signed by authorized signatory as per the bid submitted along
with the submission of PBG.
ITB 42.1 The Performance Guarantee required in accordance with Clause 4.2 of the GC
shall be for an amount as specified in Section IX. Particular Conditions, Part A
–Contract Data in the form of a bank guarantee issued (draft attached in contract
forms) from a Scheduled commercial bank of India (excluding Cooperative
Banks) or from a scheduled Foreign Bank having business office in Kochi,
Kerala India as defined in Section 2(e) of RBI Act 1934 read with Second
Schedule in the types and proportions of currencies in which the Contract Price
is payable. The performance Bank Guarantee shall be submitted before
execution of the agreement.
TB 42.3 In case of a JV, the BG towards performance security shall be provided by all
(Additional partners in proportion to their participation in the project.
Para)
ITB 42.4 The Bidder has to furnish other Guarantees, Undertakings, and Warranties, in
(Additional accordance with the provisions of the General Conditions of Contract and
Para) Particular Conditions of Contract (refer ITB 43).
ITB 42.5 Failure of the successful Bidder to comply with the requirements of ITB 41 and
(Additional ITB 42 shall constitute sufficient grounds for the annulment of the award and
Para) forfeiture of the Bid Security.
BID DOCUMENTS
FOR
ANNEXURE II-A-Toolkit
Annexure- II A
(Tool Kit for using E-Tender Portal of Kerala) TENDERING
PROCEDURE
This tender is an e-Tender and is being published online .The tender is invited in 2 cover system from
the registered and eligible firms through e-procurement portal of Government of Kerala
(https://www.etenders.kerala.gov.in). Prospective bidders willing to participate in this tender shall
necessarily register themselves with the above-mentioned e-procurement portal.
The tender timeline is available in the critical date section of this tender published in
www.etenders.kerala.gov.in.
Bidders should have a Class III or above Digital Signature Certificate (DSC) to be procured from any
Registration Authorities (RA) under the Certifying Agency of India. Details of RAs will be available
on www.cca.gov.in. Once, the DSC is obtained, bidders have to register on www.etenders.kerala.gov.in
website for participating in this tender. Website registration is a one-time process without any
registration fees. However, bidders must procure DSC at their own cost.
Bidders may contact e-Procurement support desk of Kerala State IT Mission over telephone at 0471-
2577088/188/388 or via email: [email protected] / [email protected] for assistance in this
regard.
i. Downloading of tender document: Tender document will be available for free download on
www.etenders.kerala.gov.in. However, tender document fees shall be payable at the time of bid
submission as stipulated in this tender document.
iii. Bid submission: Bidders have to submit their bids along with supporting documents to support
their eligibility, as required in this tender document on www.etenders.kerala.gov.in. Manual
submission of bids will not be accepted under any circumstances.
iv. In case bidder encounters any technical issues pertaining to e-Procurement system while acting
on the tender, computer screen shot of the error message with date & time stamp on the web-
browser along with the query shall be e-mailed by the bidder to the help desk
([email protected] / [email protected] ), for resolution of the problem. At the
same time, the problem must be intimated to the concerned Tender Inviting Authority via
email.
iv. The time taken to ascertain, evaluate and suggest a solution for the problem reported by the
bidder may vary from case to case. Hence bidders are advised to submit the bid at least 2
working days before the due date and time of bid submission to avoid any last-minute issues
that may come up.
v. Opening of Technical Bid and Bidder short-listing: The technical bids will be opened,
evaluated and shortlisted as per the eligibility and technical qualifications. All documents in
support of technical qualifications shall be submitted (online). Failure to submit the documents
online will attract disqualification. Bids shortlisted by this process will be taken up to open the
financial bid.
vii. Opening of Financial Bids: Bids of the qualified bidders shall only be considered for opening
and evaluation of the financial bid on the date and time mentioned in critical date’s section.
Pre-Qualification or Technical proposal shall contain the scanned copies of the documents other than
Price bid
The department doesn’t take any responsibility for any technical snag or failure that has taken place
during document upload.
(ii). The Second Stage (Financial Cover or as per tender cover system):
The Bidder shall complete the Price bid as per format given for download along with this tender.
Note: The blank price bid should be downloaded and saved on the bidder’s computer without changing
filename otherwise the price bid will not get uploaded. The bidder should fill in the details in the same
file and upload the same back to the website.
Fixed price: Prices quoted by the Bidder shall be fixed during the bidder's performance of the contract
and not subject to variation on any account. A bid submitted with an adjustable/ variable price
The Bidder shall pay; a tender document fees and EMD as one single transaction.
Online Payment modes: The tender document fees and EMD can be paid in the following manner
through e-Payment facility provided by the e-Procurement system
State Bank of India Multi Option Payment System (SBI MOPS Gateway): Bidders are required to
avail Internet Banking Facility for making tender remittances in eProcurement System.
During the online bid submission process, the bidder shall select SBI MOPS option and submit the
page, to view the Terms and Conditions page. On further submitting the same, the e-Procurement
system will re-direct the bidder to MOPS Gateway, where two options, namely SBI and Other Banks*
will be shown. Here, Bidder may proceed as per below:
a) SBI Account Holders shall click SBI option with its Net Banking Facility, where the bidder can
enter their internet banking credentials and transfer the Tender Fee and EMD amount.
b) Other Bank Account Holders may click Other Banks option to view the bank selection page. Here,
bidders can select from any of the 54 Banks to proceed with their Net Banking Facility, for remitting
tender payments.
* Bidders who are using Other Banks option under SBI MOPS Payment Gateway, are advised by SBI
to make online payment 72 hours in advance before tender closing time.
Any transaction charges levied while using any of the above modes of online payment have been
borne by the bidder. The supplier/contractor's bid will be evaluated only if payment status against
bidder is showing “Success” during bid opening.
For submission of bids, all interested bidders must register online as explained above in this document.
After registration, bidders shall submit their Technical bid and Financial bid online on
www.etenders.kerala.gov.in along with online payment of tender document fees and EMD.
It is necessary to click on “Freeze bid” link/ icon to complete the process of bid submission otherwise
the bid will not get submitted online and the same shall not be available for viewing/ opening during
bid opening process.
FOR
This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. The
Bidder shallprovide all the information requested in the forms included in Section IV, Bidding Forms.
Wherever a Bidder is required to state a monetary amount, Bidders should indicate the INR equivalent
using the rate of exchange determined as follows:
For turnover or financial data required for each year - Exchange rate prevailing on the State Bank of
India TT selling rate on last working day of the respective Financial year (as applicable).
For similar works/work commitments/contract amount in clause 2 of Evaluation and Qualification criteria-
Exchange rate as mentioned below.
For successfully completed work, the value shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum for Indian Rupee and 2% per annum for
foreign currency portions, calculated from the date of completion to the last day of month previous
to the one in which bids are invited. Further, all prices will be converted to Indian Rupees using the
Exchange rates as per State Bank of India TT selling rate on last working day of previous month in
which the tender is published.
For substantially completed work, the value of substantial completion shall be converted to Indian
Rupees using the Exchange rates as per State Bank of India TT selling rate on last working day of
previous month in which the tender is published.
Any error in determining the exchange rates in the Bid may be corrected by the Employer.
1. Evaluation
In addition to the criteria listed in ITB 35.2 the following criteria shall apply:
1.1 Assessment of adequacy of Technical Proposal with Requirements
The assessment of the Technical Proposal submitted by a Bidder shall comprise (a)
evaluation of the Bidder’s technical capacity to mobilize key equipment and key
personnel to carry out the works, (b) manufacture / construction method, (c)
manufacture / construction schedule (d) sufficiently detailed supply sources, in
accordance with requirements specified in Section VII – Works Requirements.
“In accordance with BDS16 and BDS29, the ESHS Methodology submitted by the
Bidder shall be evaluated to determine whether it is substantially responsive (i.e. without
material deviation, reservation or omission) to the requirements specified in Section VII
–D, SHE Specifications.”
1.2 Multiple Contracts - Not Applicable
2. Qualification
Note: - The bidders who do not qualify the following evaluation and qualification criteria (3.1(i), 3.1(ii), 3.1(iii), 3.2, 4.1, 4.2(a),4.2(b)) as per
Section - III shall not be considered for evaluation.
1.0 Eligibility
Must meet
1.1 Nationality Nationality in accordance with ITB Must meet Must meet N/A Forms ELI–1.1
4.3 requirement requirement requirement and 1.2, with
attachments
Must meet
1.2 Conflict ofInterest No conflicts of interest Must meet Must meet N/A Letter of Bid
inaccordance with ITB 4.2 requirement requirement requirement
Letter of Bid)
3.1 Financial (i) Liquidity: Must meet Must meet Must meet N/A Form FIN-3.1
Capabilities requirement requirement requirement FIN-3.3
The Bidder shall demonstrate that it as per their % Form 15
has access to, or has available, liquid share in the
assets, unencumbered real assets, JV
lines of credit from bank,and other
financial means (independent of any
contractual advance payment)
sufficient to meet the construction
cash flow requirements estimated
as INR 12.64 Cr.
(or INR equivalent for the subject
contract(s)
1Non-performance, as decided by the Employer, shall include all contracts where (a) non-performance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective
contract, and (b) contracts that were so challenged but fully settled against the contractor. Non-performance shall not include contracts where Employers decision was overruled by the dispute resolution mechanism. Non-
performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract
2This requirement also applies to contracts executed by the Bidder as JV member.
In Case of JV / Consortium:
Requirement of working capital is to
be distributed between members as per
their percentage participation and
every member (Excluding Non-
Substantial Partners as mentioned in
Clause ITB 4.1.3(b)) should satisfy the
requirement for his portion.
Where,
4.0 Experience
4.1 General Design, The Tenderers will be qualified Must meet Must Meet Must meet N/A Form EXP – 4.1
Supply & only if they have completed any requirement Requirement requirement
Installation of the following works within
Experience last 5 Years preceding from
the last day of month previous to
the one in which bids are invited:
OR
OR
OR
OR
No. Subject Requirement Single Entity Joint Venture/ Consortium (Existing) Documentation
(i) Key Activity A: ASS Must meet NA NA Must meet Form EXP-
Supply, Installation, Testing and requirement requirement 4.2(b)
Commissioning of at least 3
Auxiliary Sub-Stations with
primary voltage of 33kV and above
in any industry involving high
voltage power.
(ii) Key Activity B: Cabling Must meet NA NA Must meet Form EXP-
Supply, installation, testing and requirement requirements 4.2(b)
commissioning of HV (11kV or
above) cable network system for
minimum length of 6 RKM in any
industry involving high voltage
power.
(iii) Key Activity C: TSS Must meet NA NA Must meet Form EXP-
Supply, Installation, Testing and requirement requirements 4.2(b)
Commissioning of at least 03 nos of
DC Traction Substations of 750V
DC or above with the use of AIS/GIS
for Metro Rail/MRTS.
(iv) Key Activity D: SCADA Must meet NA NA Must meet Form EXP-
Supply, Installation, Testing and requirement requirements 4.2(b)
Commissioning of Traction
SCADA system for Metro Rail/
MRTS/Railways.
(v) Key Activity E: Third Rail Must meet NA NA Must meet Form EXP-
Supply, Installation, Testing and requirement requirements 4.2(b)
Commissioning of 750V DC or
above DC Third Rail Traction
Electrification system for Metro
Rail/MRTS for minimum length of
05 RKM.
*“Substantially completed” shall mean at least eighty percent (80%) completion (value wise) under the contract. In the case of ongoing contracts with
government clients, substantial completion shall be recognized, as of the last day of the month preceding the one in which bids are invited. The Tenderer
must submit a specific work completion certificate issued by the client for the completed portion, clearly stating the value of the completed work along
with a certificate of functional completion in accordance with the similar work criteria, along with all other required supporting documents as per the
qualification criteria.
**Documentary proof such as copy of work order and completion certificates from client clearly indicating the nature/scope of work, actual
completion cost and actual date of completion for such work are required to be submitted. In case the work is executed for private client, copy
of work order, bill of quantities, bill wise details of payment received certified by C.A with UDIN., and copy of final/last bill shall also be
submitted in addition to Documentary proof.
Foot Notes:
1. The tenderer shall submit details of work executed by them in the Performa of Form 5.9 EXP 4.2(a) section IV Bidding Forms for the works to be
considered for qualification of work experience criteria.
2. In case of joint venture / Consortium, full value of the work, if done by the same joint venture shall be considered. However, if the qualifying work(s)
were done by them in JV/Consortium having different constituents, then the value of work as per their percentage participation in such
JV/Consortium shall be considered.
3. For the above qualifying criteria, the credentials/ documentary proof of Group Companies, Parent Companies or Sister Companies shall not be
considered for evaluation. The bidder either its own capacity or as a JV/Consortium should meet the eligibility criteria as specified in the tender.
4. In case of any composite work (work involving other than similar work also), value of successfully completed or substantially completed portion of
similar work up to last day of the month previous to the month in which bids are invited shall be considered for qualification of work experience
Criteria."
5. In Case of JV / Consortium: Partners having less than 26% participation will be termed as non-substantial partner and shall not be considered for
evaluation, which means that their financial soundness and work experience shall not be considered for evaluation of JV/ Consortium.
6. In case of Foreign bidders that follow a different financial year, financial statements may be submitted for their respective financial years ending
within March 2024.
7. In case of Foreign bidders that follow a different financial year, Liquidity shall be calculated based on the last audited financial statement for the financial
year ending within March 2024 and/or supported by relevant banking references. Net Worth shall be calculated solely based on the last audited financial
5. Personnel
The bidder must demonstrate that it has the personnel for the key positions that meet the following requirements:
2. Third Rail Design 1 Engineering Graduate Minimum total experience of 5 years out of
Engineer which, minimum 03 years should be in
designing projects of similar nature
similar nature
Notes:
1. The contractor shall deploy resources as per the above-mentioned minimum requirement and also confirm to deploy manpower over and above the
minimum numbers indicated above, if the work requires so.
2. These minimum resources are as per the requirements of the various activities at different stages of work. All resources need not to be mobilized
simultaneously; resources as per the requirement of various stages of work shall be mobilized in accordance with the instructions of the Engineer.
The decision of the Engineer shall be final and bonding.
3. The performance of project personnel deployed will be evaluated periodically by the Employer during the contract period. In case the performance
of any of the personnel is not satisfactory, the contractor shall replace them with good personnel immediately as per the directions of the Engineer.
4. To be stationed at Site project office and shall be reporting to Engineer/ Engineer representative via biometric attendance/attendance book at project
office.
5. All the above Personal to be stationed at Phase II project site except Third Rail Design Engineer &ASS/TSS Design Engineer from the day of issue
of LOA/NTP.
6. The bidder shall provide the details of the proposed personnel and their experience records using Forms PER-1 and PER -2 included in section IV,
Bidding forms.
FOR
1A. Pro-Forma Letter of Participation from Each Partner of Joint Venture (JV)….Deleted
2. Appendix to Bid
2.1 Schedule of Adjustment Data...................................................................……..Deleted
2.2 Statement of Integrity, Eligibility, social and environmental responsibility……Deleted
3. Schedules ...............................................................................................................................6
20. Undertaking for ensuring supply of critical spares and availability of technical
support ........................................................................................................................61
22. Undertaking for obtaining registrations under various fiscal and labour laws .........63
25. Performa for submission of the list of Goods, Works & Services Tentatively…Deleted
29. Code of Conduct: Environmental, Social, Health and Safety (ESHS) ....................... 75
1. Letter of Bid
[The Bidder shall prepare his Letter of Bid on a Letterhead paper specifying his name and
address]
Date:
ICB/NCB No.:
Invitation for Bid No.: XXX
Alternative No.: XXX
To:
(a) We have examined and have no reservations to the Bidding Documents, including
Addenda/corrigenda issued in accordance with Instructions to Bidders (ITB 8) ;
(c) We have not been suspended nor declared ineligible by the Employer in absence of a Bid
Security in the Employer’s country in accordance with ITB 4.4.
(d) We offer to execute in conformity with the Bidding Documents the following Works:(Name of
Work)
;
(e) The total price of our Bid is available in the e-boq submitted
(f) Our bid shall be valid for a period of 180 days from the date fixed for the bid submission
deadline in accordance with the Bidding Documents, and it shall remain binding upon us
and may be accepted at any time before the expiration of that period;
(g) If our bid is accepted, we commit to obtain a performance security in accordance with ITB
42 of the Bidding Documents;
(h) We are not participating, as a Bidder, in more than one bid in this bidding process in
accordance with ITB 4.2(e), other than alternative bids submitted in accordance with ITB
13
(i) We understand that this Bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a formal
contract is prepared and executed;
(j) We acknowledge and agree that the Employer reserves the right to annul the bidding
process and reject all Bids at any time prior to contract award without thereby incurring
any liability to us; and
(k) We hereby certify that we have taken steps to ensure that no person acting for us or on our
Page 1 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
(l) We have not paid, or will pay the following commissions, gratuities, or fees with respect
to the bidding process or execution of the Contract.
(m) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive.
(n) We hereby undertake that the documents submitted by us in support of this bid are true,
authentic, and in full compliance with the requirements stipulated under ITB Clause No
11.5
(o) Eligibility: We meet the eligibility requirements and have no conflict of interest in
accordance with Clause 4.2 of ITB;
(p) Suspension and Debarment: We, along with any of our subcontractors, suppliers,
consultants, manufacturers, or service providers for any part of the contract, are not subject
to, and not controlled by any entity or individual that is subject to, a temporary suspension
or a debarment or any ineligibility imposed or recognized by the Bank. Further, we are not
ineligible under the Employer’s Country laws or official regulations or pursuant to a
decision of the United Nations Security Council;
(q) Suspension Based on Bid securing declaration of other tenders: We here by certify that
we are not under suspension for defaulting Bid Securing Declaration of other
tenders.
(r) State-owned enterprise or institution: [select the appropriate option and delete the
other] [We are not a state-owned enterprise or institution] / [We are a state-owned
enterprise or institution but meet the requirements of Clause ITB 4.9];
(s) Prohibited Practice: We hereby certify that we have taken steps to ensure that no person
acting for us or on our behalf engages in any type of Prohibited Practice; and
(t) Inspection and Audit: We agree to permit the Bank or its representative to inspect our
accounts and records and other documents relating to the tender submission and to have
them audited by auditors appointed by the Bank.
(u) Covenant of Integrity: Attachment 28 of Section IV. Bidding Forms is part of Letter of Bid
(v) Letter of Credit (L/C): We hereby certify that All payments to the vendor for the foreign
currency portion shall be through a Letter of Credit [As per PCC clause 14.7, Payment].
In case of failure to open the L/C, we are liable for contract termination.
Page 2 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as
Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be
attached with the Bid
Page 3 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
Page 4 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
2. Appendix to Bid
2.1 Schedule of Adjustment Data
[Note: this schedule should be inserted in the Bidding Document when prices are to be
adjustable – refer to BDS ITB 14.5; it must be deleted for a fixed price Contract]
Deleted
Page 5 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
Deleted
Page 6 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
3. Schedules
Page 7 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
4. Technical Proposal
Page 8 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
The Bidder shall provide with the Bid a complete Schedule and Organization chart. The
minimum requirements of the key personnel is given in the following Table.
(1) The name, background and professional experience of each key staff member to be
assigned to this project, with particular reference to his experience of a nature similar to
that of the proposed assignment.
(2) An organization chart with assignment of each key staff member (identified by name),
duration & timing together with clear description of the responsibilities of each key staff
member within the overall work programme.
(3) The Bidder must demonstrate that it has the personnel for the key positions that meet the
minimum requirements stipulated in Eligibility Criteria Section III
(4) The Bidder shall provide details of the proposed personnel and their experience records
using Forms PER-1 and PER-2 included in Section IV, Bidding Forms.
(5) Please note that in case Employer judges that the continuation of any person of the Bidder
including its subcontractor(s) is not in the interest of the project, a written notice will be
given to Bidder who will promptly remove the person within a week.
(6) The Bidder shall submit the Site Organization Chart with narrative description and the
relationship between Head Office and the Site Management clearly indicating the clearly
distribution of authority and responsibility between Head Office and Site Management.
We hereby confirm that this is minimum project specific mobilization and these will be suitably
augmented, as required for achieving the Works requirements and key dates. We also confirm
to deploy manpower required for safety as per SHE Manual attached with the Bidding
Documents.
Page 9 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
Page 10 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
1. The Bidder shall submit a Work Plan as a part of the Bid, which shall contain the following:
2. The Bidder’s proposed Works Programme shall indicate how the Bidder intends to organize
and carry out the Works and achieve Stages and complete the whole of the Works by the
appropriate Key Dates. The Works Programme shall be prepared in terms of weeks from
the Commencement Date of Works.
3. Deleted
4. Deleted
5. The Works Programme shall include details as stipulated in the particular specification of
the Works Requirements – General Specification, for review by the Engineer.
7. The proposed Works Programme shall show achievement of all Key Dates as mentioned in
Part -2 Section VII B Chapter 5
8. The proposed Works Programme shall contain sufficient detail to assure the Employer of
the feasibility of the plan and approach proposed by the Tenderer.
9. The Bidder should have regard to the possibility, as per Instructions to Bidders that during
the bid evaluation period the proposed Works Programme may be developed into a
Programme which, in the event of award of the Contract, would be the submission of the
Preliminary Works Programme. To facilitate this process the Bidder shall, in the
preparation of the proposed Works Programme, take due account of the provisions of
Works Requirements in so far as they concern the Works Programme.
10. The proposed Works Programme shall be accompanied by a narrative statement that shall
describe Programme activities, assumptions and logic in developing the works programme
for Construction, EMP works etc.
This narrative statement shall also indicate which elements of the Works, the Bidder intends
to carry out off-shore and/or in India with details of the proposed locations of where any
such work is to be carried out, the facilities available and/or proposed to be set up. In
Page 11 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
particular the Bidder must clearly bring out how major activities (specifically the
following) are proposed to be executed and explain his ability to mobilize the required
plant, machinery and resources for the same.
11. The Bidders’ attention is drawn to the Programme Logic Diagrams, which shows the
general relationship between the Works under the Contract, Contract periods of Designated
Contracts and Key Dates (Section IX. Particular Conditions Part A – Contract Data ‘Table:
Summary of Sections’) (including that for completion of the Works). The logic diagrams
shall be developed and submitted along with the Works Programmes as submitted during
the course of the Works.
Page 12 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
A.1 The Bidders’ attention is drawn to the List of Definitions and List of Abbreviations in
the Works Requirements and to Clause 1 of the General Conditions in which terms are
defined.
A.2 The Bidders’ Technical Proposals shall comply or, subject to reasonable development,
be capable of complying with the Works Requirements in all respects. The Bidders’
Technical proposal shall demonstrate such compliance.
A.3 The Bidders’ Technical Proposals shall establish the safety standards to be followed and
installation and testing methods that will be employed.
A.4 The following paragraphs list the minimum documentation that shall be supplied by the
Bidder as part of his technical package for technical evaluation of the Bid. The Bidder
shall include any further information necessary to demonstrate the suitability of his
proposal.
B. General Requirements
B.1 The Bidder shall provide a valid fully compliant proposal for the systems as detailed in
the Works Requirement.
B.2 (Deleted).
B.3 The Bidder shall also advise the conflicts, if any, in the Bidding Documents between
various functional requirements or specifications.
B.5 (Deleted)
B.6 The Bidder shall detail any potential problems or hazards that have been identified during
the Bidders’ assessment of the Works Requirement. -Deleted
B.7 Brief plan for installation, testing and commissioning of each system/ arrangements
proposed method of interfacing and final integration of the system with relevant
Designated Contractors shall be given.
Page 13 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
B.8 The Bidder shall submit the details of proposed systems with specific reference to the
parameters, such as Reliability, Availability, Maintainability, Safety, Service-Capacity,
and Recoverability and corrosion control as stipulated in Works Requirements. -Deleted
C.1 The Bidder should confirm that in case a Subcontractor / Vendor is proposed for the
major activities, covered in the scope of work. The Bidder should clearly identify how
the following major activities, covered in the scope of work, are proposed to be
executed (refer Clause 4.4 Section IX PC).
C.2 (Deleted)
C.3 An undertaking for the subcontractor shall be provided as per Appendix 4.4-D herein
C.4 (Deleted)
The Bidder shall identify items, which he proposes to import, and what methodology will
be adopted by the Bidder for transfer of technology to ensure availability of spares and
services for service life of the equipment. (Refer Form 20 of Section IV. Bidding Forms)
F.1 The Contractor shall develop the design based on this specification and on proven and
reliable Engineering Practices. The design details shall be submitted with technical data
and calculations to the Engineer for review and acceptance.
F.2 The System, including all Sub-systems and Equipment shall be of proven design practice.
Sub-systems and Equipment of similar design philosophy shall have been in use and have
established their performance reliability on at least two Mass Rapid Transit System or
Suburban Railway System in Revenue Service over a period of at least three years.
Bidders are required to submit Performance certificates from users in support of the
above performance requirements.
F.3 Where similar equipment or Sub-systems of a different rating are already proven in
service, then the design shall be based on such equipment. In case these stipulations are
not fulfilled, the Contractor shall furnish sufficient information to prove the basic
soundness and reliability of the offered Sub-system and can be adopted only after the
approval of the Employer. The system will be permitted to be energized only after the
technical audit by an independent renowned agency.
F.4 Deleted
F.5 The Bidders should note that the submission of details, in respect of providers of
equipment / systems, does not mean approval of the Vendor. The successful Bidder will
be required to submit proposal for vendor approval for various equipment, assemblies,
sub-assemblies, systems and sub-systems after award of the Contract. The vendor detail
Page 14 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
submission at this stage is only from the point of view of understanding of the offer of
the Bidder. The Bidders should satisfy themselves that the vendor details submitted by
them are in line with the requirements of vendor approval and selection procedures as
per General Specifications.
G. Spares
The Bidder should submit an undertaking, in Form 20 of Section IV. Bidding Forms that
he will make credible arrangements for ensuring availability of critical spares and
technical support, during the service life of the equipment / spares / Machinery & Plant /
systems commissioned. The Bidders’ technical proposal should also explain as to how
he will ensure availability of critical spares and technical support for maintenance / up-
gradation during the service life of the equipment.
H.1 The technical proposal shall also explain the Bidder’s understanding of interfacing with
other designated contractors / power supply authorities / statutory authorities (refer
Appendix 4.4-E herein).
H.2 The technical proposal should also contain the Bidder’s understanding of scope of work
(refer Appendix 4.4-Fherein).
Page 15 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
This Certificate is issued in the full knowledge that the Technical Proposals submitted by us,
are in Clause-by-Clause Compliance with the Works Requirements and other specifications,
including Addenda/Corrigenda thereon.
Signed
Authorized Representative
Seal:
Date:
Page 16 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
Page 17 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
Page 18 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
We hereby confirm that if any sub-contractor is proposed by us for any of the works listed below, we will
submit a proposal, complying with sub-contractor’s requirement of GCC and PCC for Employer’s approval.
We hereby confirm that the Sub contractor for electrical works will hold a Valid electrical license of appropriate
voltage issued by the Licensing Board of Kerala State for execution of Electrical works. In case the Sub contractor does
not posses a license from Kerala, Sub contractor shall obtain relevant license from Licensing Board of Kerala State
before commencement of works. Copy of the license will be furnished before start of electrical works.
Also, we hereby confirm that the sub-contractor will have completed at least one metro rail experience in DC
traction and third rail system within the last 5 years.
Page 19 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
We hereby confirm that our offer is fully compliant with the interfacing requirement with Other
Designated Contractors/ Power Supply Authorities/ Statutory Authorities.
Page 20 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
We hereby confirm that our offer is fully compliant with the scope of work detailed in Works
Requirements.
Page 21 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
Page 22 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
4.6 Personnel
Bidders should provide the names of suitably qualified personnel to meet the specified requirements. The data on
their experience should be supplied using the Form below for each candidate.
1. Title of position*
Name
2. Title of position*
Name
3. Title of position*
Name
4. Title of position*
Name
Page 23 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
Name of Bidder
Position
Professional qualifications
Address of employer
Fax E-mail
Summarize professional experience over the last 10 years, in reverse chronological order. Indicate particular
technical and managerial experience relevant to the project.
Page 24 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
The Contractor shall establish and maintain a Quality Assurance System in construction
procedures and the interfaces between them. This Quality Assurance system shall be applied
without prejudice to, or without in any way limiting, any Quality Assurance Systems that the
Contractor already maintains.
The Bidder shall submit as part of his Bid an Outline Quality Plan which shall contain sufficient
information to demonstrate clearly the Bidder’s proposals for achieving effective and efficient
Quality Assurance System. The Outline Quality Plan should include an outline of the
procedures and regulations to be developed and the mechanism by which they will be
implemented for ensuring Quality as required.
The Bidder may be requested to amplify, explain or develop its Outline Quality Plan prior to
the date of acceptance of the Bid and to provide more detail with a view to reaching provisional
acceptance of such a plan.
Overall responsibility for Quality assurance for manufacture, testing, commissioning and DLP
shall be with the Consortium member based on whose experience and strength, the Bidder has
qualified for this Bid.
Page 25 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
The Bidder shall submit as part of its Bid an Outline System Safety Assurance Plan which shall
contain sufficient information to demonstrate clearly the Bidder’s proposals for achieving
effective and efficient safety procedures in the design, manufacture, transport, integrated
testing and commissioning of Works. The Outline System Safety Assurance Plan should
include an outline of the safety procedures and regulations to be developed and the mechanism
by which they will be implemented for ensuring safety including Hazard Analysis, Fire
Control, Electromagnetic compatibility / Electro-magnetic Interference Control, reliability,
availability and maintainability as given in this Bid.
The Bidder shall also include in the Outline Safety Plan sufficient information to demonstrate
clearly the Bidder’s proposal for the safety of the Works / Plant / Equipment and personnel at
the site. On the basis of this information, the Contractor shall develop a Detailed Site Safety
Plan as given in this Bid.
The Outline System Safety Assurance Plan shall be headed with a formal statement of policy
in relation to safety and shall be sufficiently informative to define the Bidder’s safety plans and
set out in summary an adequate basis for the development of the Safety Plan to be submitted
in accordance with the conditions of this Bid.
The Bidder may be requested to amplify, explain or develop its Outline System Safety
Assurance Plan prior to the date of acceptance of the Bid and to provide more details with a
view to reaching provisional acceptance of such a Plan.
Page 26 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
The Bidder shall submit as part of his Bid an Outline Safety, Health & Environment Plan which
shall contain sufficient information to demonstrate clearly the Bidder’s proposals for achieving
effective and efficient compliance to the conditions of contract on SHE manual. The Outline
Plan should include an outline of the procedures and regulations to be developed and the
mechanism by which they will be implemented for ensuring safety as required by Sub-Clause
4.18 of the GC and Clause 14 of PC.
The Outline Plan shall be headed with a formal statement of policy in relation to Safety, Health
& Environment protection and shall be sufficiently informative to define the Bidder’s plans
and set out in summary an adequate basis for the development of the Site Safety, Health &
Environment Plan to be submitted in accordance with Sub-Clause 4.18 of the GC and Clause
14 of PC.
The Bidder may be requested to amplify, explain or develop its Outline Environmental Plan
prior to the date of issue of Letter of Acceptance and to provide more details with a view to
reaching provisional acceptance of such a plan.
Page 27 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
The Bidder shall submit with its Bid a Project Management Plan as prescribed in Works
Requirements - inter-alia indicating names, qualifications, professional experience and
corporate affiliation of all proposed key management and engineering personnel (above the
level of supervisor) and specialists.
The Bidder shall include its proposals for its Co-ordination Control Team and include the name
and qualifications of the Team Leader responsible for the interface co-ordination with
Designated Contractors.
The Bidders shall provide a complete staffing schedule and organization chart as per
requirement.
The Bidder shall include in its proposals the methods that it shall employ to implement the
Employer’s requirements for Quality, Safety and Environmental Assurance. These shall
include a commentary on how the programmes shall be initiated, maintained and reported, the
tests that shall be carried out, and who shall be responsible for controlling and monitoring the
programmes.
Page 28 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
The Bidder shall supply a chart particularizing the structure of the Bidder (identifying all companies
comprising the Bidder in the event that the Bidder is a Consortium) and the ownership of the Bidder
including the ownership of each of the companies comprising the Bidder, identifying all respective
intermediate and ultimate holding companies.
Page 29 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
To establish its qualifications to perform the contract in accordance with Section III
(Evaluation and Qualification Criteria) the Bidder shall provide the information requested
in the corresponding Information Sheets included hereunder.
Bidder's name
Date:
NCB No. and title:
Page of pages
Bidder’s JV name:
JV member’s name:
Bidder’s Name:
Date:
JV Member’s Name
NCB No. and title:
Page of pages
Non-Performed Contracts in accordance with Section III, Evaluation and Qualification Criteria
Contract non-performance did not occur since 31st July 2020 specified in Section III, Evaluation
and Qualification Criteria, Sub-Factor 2.1.
Contract(s) not performed since 31st July 2020 specified in Section III, Evaluation and
Qualification Criteria, requirement 2.1
Year Non- Contract Identification Total Contract
performed Amount (current
portion of value, currency,
contract exchange rate
and INR
equivalent)
Please refer
exchange rate
condition in
Section III-
Eligibility
criteria.
[insert [insert amount Contract Identification: [indicate complete contract [insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non-performance: [indicate main
reason(s)]
Pending Litigation, in accordance with Section III, Qualification Criteria and Requirements
No pending litigation in accordance with Section III, Qualification Criteria and Requirements,
Sub-Factor 2.3.
Pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor
2.3 as indicated below.
Bidder’s Name:
Date:
JV Member’s Name
1. Financial data ICB No. and title:
Page of pages
2. Financial documents
The Bidder and its parties shall provide copies of financial statements for 5 (five) years pursuant
Section III, Evaluation and Qualifications Criteria, Sub-factor 3.1. The financial statements shall:
(a) Reflect the financial situation of the Bidder or in case of JV member, and not an
affiliated entity (such as parent company or group member).
(e) In case of a foreign bidder, the financial statements shall be independently audited by a statutory
auditor.
Attached are copies of financial statements1 for the 5 (five) years required above and
complying with the requirements.
2020-2021
2021-2022
2022-2023
2023-2024
Average
Annual
Turnover *
Exchange rate prevailing on the State Bank of India TT selling rate on last working day of the bidder’s respective
Financial (as applicable) year
Financial Resources
Specify proposed sources of financing, such as liquid assets, unencumbered real assets,
lines of credit, and other financial means, net of current commitments, available to meet
the total construction cash flow demands of the subject contract or contracts as specified in
Section III (Evaluation and Qualification Criteria) with necessary proof shall be
submitted.
Financial Resources
No. Source of financing Amount ( INR equivalent)
Bidders and each member to a JV should provide information on their current commitments
on all contracts that have been awarded, or for which a letter of intent or acceptance has
been received, or for contracts approaching completion, but for which an unqualified, full
completion certificate has yet to be issued.
Total
Contract name:
Brief Description of the Works performed by
the Bidder:
Amount of contract:
Name of Employer:
Address:
Contract name:
Brief Description of the Works performed by the
Bidder:
Amount of contract:
Name of Employer:
Address:
Contract name:
Brief Description of the Works performed by the
Bidder:
Amount of contract:
Name of Employer:
Address:
* See Section III Evaluation and Qualification Criteria – Sub Factor 4.1
Information
Similar Contract No.
Contract Identification
Award date
Completion date
Completion cost (as on actual Currency (as stated in client’s certificate):
completion date)
If member in a JV or sub-
contractor, specify participation in
total Contract amount
Employer's Name:
Address:
Telephone/fax number
E-mail:
Page 43 of 79
Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form
1. Amount
3. Complexity
4. Methods/Technology
6. Other Characteristics
Note:
Documentary proof such as completion certificates from client clearly indicating the nature/scope of
work, actual completion cost and actual date of completion for such work should be submitted. The
offers submitted without this documentary proof shall not be evaluated. In the absence of completion
certificate for Govt. projects or the work is executed for private client, documents such as copy of work
order, bill of quantities, bill wise details of payment received certified by CA with UDIN, TDS
certificates for all payments received and copy of final/last bill paid by client shall be submitted.
In the case of ongoing contracts with government clients, substantial completion shall be recognized
only if more than 80% (value-wise) of the overall contract has been completed, as of the last day of the
month preceding the one in which bids are invited. The Tenderer must submit a specific work
completion certificate issued by the client for the completed portion, clearly stating the value of the
completed work along with a certificate of functional completion in accordance with the similar work
criteria, along with all other required supporting documents as per the qualification criteria. For
contracts with private clients, the Tenderer must provide additional appropriate documentary proof in
accordance with the qualification requirements.
For Successfully completed works, value of work done shall be updated to the price level on the last day
of month previous to the one in which bids are invited, assuming 7% inflation for Indian Rupees every
year and 2% for foreign currency portions per year. For the purpose of evaluation of work experience,
all prices will be converted to Indian Rupees using the Exchange (selling) rates for those currencies at
the close of business of the State Bank of India at last working day of previous month in which the
tender is published. Any error in determining the exchange rates in the Bid may be corrected by the
Employer.
Page 44 of 79
Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form
For substantially completed work, the value of substantial completion shall be converted to Indian
Rupees using the Exchange rates as per State Bank of India TT selling rate on last working day of
previous month in which the tender is published.
In case of any composite work (work involving other than similar work also), value of successfully
completed or substantially completed portion of similar work up to last day of the month previous to the
month in which bids are invited shall be considered for qualification of work experience Criteria."
In case of JV / Consortium, full value the work, if done by the same JV / Consortium or any of members
of the JV / Consortium shall be considered. If the work done by them in any other JV / Consortium,
value of work as per his percentage participation in that JV / Consortium shall be considered.
Page 45 of 79
Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form
5.10 Form EXP - 4.2(b)
Bidder's Name:
Date:
Bidder's JV Member Name:
Tender No. and title:
Page of pages
1. Key Activity:
Information
Contract Identification
Award date
Completion date
Employer’s Name
Employer’s Address:
Telephone:
Email:
Role in Contract (Individual/JV/Consortium)
*Only the quantum as executed by the applicant/member in his own name should be indicated. Where a work is
undertaken by a JV/Consortium, only that portion of the contract which is undertaken by the concerned
applicant/member should be indicated and the remaining done by the other members of the group be excluded.
This is to be substantiated with documentary evidence.
Note: Separate sheet for each work along with clients certificate to be submitted. The client certificate shall
explicitly indicated the quantity executed by applicant either a individual/JV/consortium.
Page 46 of 79
Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form
Page 47 of 79
Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form
This Bank Guarantee shall be valid and binding on this Bank upto and inclusive of
(mention here the date of validity of Bank Guarantee) and shall not be terminated or affected by liquidation or
winding up or insolvency or change in constitution of the tenderer or for any other reason. This guarantee shall
not be terminated by the guarantor under any circumstances including change in the constitution of the Bank and
our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations
made, given, conceded with or without our knowledge or with or without consent by or between the Tenderer and
the beneficiary.
NOT WITHSTANDING anything contained hereinbefore, our liability under this Guarantee is restricted to Rs.
(amount of EMD) (Rupees (in words). Our Guarantee shall remain
inforce till ( days after the date of validity of the Bid/tender as stipulated). Unless demands or
claims under this Bank Guarantee are made to us in writing on or before ((date should be at least
one year over and above the validity period of BG), all rights of Beneficiary under this Bank Guarantee shall be
forfeited and we shall be released and discharged from all liabilities there under.
The bank do hereby guarantee and undertake to pay the Employer, immediately on demand any or all monies
payable under this BG to the extent of the BG value at any designated branch in Kochi.
Place:
Signature of the Bank’s Authorized Signatory
Date: with Official Seal
Page 48 of 79
Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form
DELETED
Page 49 of 79
Tender No. KBE-04/2025 Part-1: Bidding Procedure
Section-IV:
Bidding Form
Page 50 of 79
Tender No. KBE-04/2025 Part-1: Bidding Procedure
Section-IV: Bidding Form
9. Power of Attorney
(A) Format for PoA for Other Member(s)
POWER OF ATTORNEY
POWER OF ATTORNEY BY THE JOINT VENTURE/CONSORTIUM
MEMBERS
(To be printed on Non-Judicial Stamp paper of appropriate value and duly notarized)
To know all men by these presents that we parties whose details are as follows;
1. M/s , a Company/LLP/Partnership/Proprietorship
incorporated under the provisions of the Companies Act, 1956/Limited Liability
Partnership Act, 2008/The Partnership Act, 1936, and having its registered
office/principal place of business at (hereinafter referred as
“ ”, which the term shall unless otherwise repugnant to the context shall mean
and include all its successors and permitted assigns) and represented by its
.
2. M/s , a Company/LLP/Partnership/Proprietorship
incorporated under the provisions of the Companies Act, 1956/Limited Liability
Partnership Act, 2008/The Partnership Act, 1936, and having its registered
office/principal place of business at (hereinafter referred as
“ ”, which the term shall unless otherwise repugnant to the context shall mean
and include all its successors and permitted assigns) and represented by its
.
Have entered into a Joint Venture/Consortium agreement for the purpose of request for
qualification/proposal/securing the work of vide tender No:
and with our principal place of business at
(hereinafter referred as “ ”, which the term shall unless otherwise repugnant to the
context shall mean and include all its successors and permitted assigns)
We, the above said parties, through this power of attorney mutually agrees to hereby constitute,
nominate and appoint “ ”, who is the lead member of the JV/Consortium as our duly
constituted Lawful Attorney (hereinafter referred as “Attorney/Lead Member”) to exercise all or
any of the powers for and on behalf of the Joint Venture Company/Consortium Members in
regards to the Specification No: the bids for which have been invited by the Kochi
Metro Rail Limited (herein after referred to as “KMRL”)
Page 51 of 79
Tender No. KBE-04/2025 Part-1: Bidding Procedure
Section-IV: Bidding Form
It is expressly understood that this Power of Attorney shall remain valid, binding and irrevocable
until the completion of the tender or till the completion of the tenure of contract to be executed
between the Joint Venture/Consortium and Kochi Metro Rail Limited, if tender is awarded in
favour of the JV/Consortium.
We hereby agrees to ratify all the acts, deeds and things lawfully done by the Attorney/Lead
Member and its authorised person/s pursuant to this Power of Attorney and that all acts, deeds
and things done by above mentioned Attorney/Lead Member shall always be deemed to have
been done by us.
IN WITNESS THEREOF, the Members constituting the Joint Venture/Consortium as
previously mentioned have executed these presents on this day of under the Common
Seal(s) of their companies.
For For
Page 52 of 79
Tender No. KBE-04/2025 Part-1: Bidding Procedure
Section-IV: Bidding Form
POWER OF ATTORNEY
(To be printed on Non-Judicial Stamp paper of appropriate value and duly notarized)
To know all men by these presents that, I, ____________, holding the post of _______________ and
competent authority of __________________ (the Bidder/Lead Member of the Joint Venture/Consortium) do
hereby constitute, appoint, authorise and nominate --------------------------(Name & Designation) whose
signature is attested herein below, to do all such acts, deeds and things necessary to the application in
connection or incidental with the RFQ/ RFP/Tender No: __________, floated by M/s Kochi Metro Rail
Limited for ---------------) including signing and submission of all the documents and providing necessary
information/response to Kochi Metro Rail Limited and also to bid, negotiate and also to execute the contract,
in case is the tender is awarded.
This Power of Attorney shall remain valid, binding and irrevocable until the completion of the tender or till
the completion of the tenure of contract to be executed between ------(the Bidder/Joint Venture/Consortium)
and Kochi Metro Rail Limited, if tender is awarded in favour of ------(the Bidder / JV/Consortium),
whichever is applicable.
We hereby agrees to ratify all the acts, deeds and things lawfully done by the Attorney pursuant to this Power
of Attorney and that all acts, deeds and things done by above mentioned Attorney shall always be deemed to
have been done by us on behalf of ------(the Bidder/ Joint Venture/Consortium).
IN WITNESS THEREOF, WE ----(the Bidder/ Lead Member of the Joint Venture/Consortium as previously
mentioned) have executed these presents on this ___ day of ______ at______.
For -----(Bidder/ Lead Member)
Competent Authority
Accepted.
………………(Signature)
..…..Name & Address of the Attorney
Specimen signature of the Attorney is attested
For ----- (Bidder/ Lead Member)
Competent Authority
Page 53 of 79
Tender No. KBE-04/2025 Part-1: Bidding Procedure
Section-IV: Bidding Form
10.Bid Index
The Bidder shall include with its Bid an index which cross refers all of the Employer’s bidding
requirements elaborated in these documents to all the individual sections within Package 1:
Technical Package and Package 2: Financial Package which the Bidder intends to be the responses
to each and every one of those requirements.
The Packages submitted must be clearly presented, all pages numbered and laid out in a logical
sequence with main and subheadings to facilitate evaluation.
Page 54 of 79
Tender No. KBE-04/2025 Part-1: Bidding Procedure
Section-IV: Bidding Form
SN Volume Clause
Bid Condition Bidder’s Queries
No. No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Page 55 of 79
Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form
We (Name of Bidder / Consortium) hereby undertake that the Bid drawings, both in hard copy
and digitized format, and the Bidding documents purchased as a necessary part of our
preparation of this Bid shall be used solely for the preparation of the Bid and that if the Bid is
successful, shall be used solely for the execution of Works.
We further undertake that the aforesaid Bid drawings and documents prepared by KMRL, shall
not be used in whole, in part or in any altered form on any other project, scheme, design or
proposal that the Bidder / Consortium / Members of Consortium or its/their parent companies
or sub-contractors of the Bidder / Consortium are, or will be involved with either in India or in
any other Country.
Signed: ……………………….
We hereby confirm that, we have downloaded , read and understood well the complete set of Bid
Documents, addendum, corrigendum, clarifications along with the set of enclosures hosted in e-
tendering portal http://etenders.kerala.gov.in . We confirm that the Bidding Documents has not
been edited or modified by us. In case, it is observed by KMRL that the Bidding Documents have
been edited or modified, we agree for the rejection of our Bid by KMRL. We confirm that we have
gone through the bid documents, addendums, corrigendum and clarifications for this work placed
up to the date of opening of bid on the e-tendering portal http://etenders.kerala.gov.in. We confirm
our unconditional acceptance for the same and have considered for these in the submission of our
financial bid.
(To be submitted on the letter head of the Bank with Contact details, Address, Phone Number, E.
Mail id, etc.)
BANK CERTIFICATE
This is to certify that M/s .................................................... is a reputed company with a good
financial standing.
If the contract for the work, namely ........................................................................is awarded to the
above firm, we shall be able to provide overdraft / credit facilities to the extent of Rs ..... to meet
their working capital requirements for executing the above contract.
Signature: -
Name of Bank:
Senior Bank Manager
Address of the Bank
SIGNATURE OF BIDDER
SIGNATURE OF BIDDER
(In case of a partnership, joint venture or consortium, to be submitted by the each constituent member)
@ Strike out whichever is not applicable
SIGNATURE OF BIDDER
Letter of Undertaking
CONTRACT No. [“Insert Contract No.”]
[“Insert Name of the work”]
We hereby certify that we will make credible arrangements for ensuring supply of critical
spares and availability of technical support for maintenance and up gradation of equipment /
systems / Machinery & Plant / Software, etc., which will become part of the Permanent Works
executed under the contract [“Insert Contract No.”] For a minimum of 10 years or the service
life, whichever is higher.
Signed……………..
For on behalf of
(Name of Bidder / Consortium)
I agree to adjustment of any benefits/ duty draw back / export, import incentive / exemptions /
concessions to be made from the balance due to me without any prejudice.
I also undertake to indemnify KMRL in case of any loss caused due to non-reimbursement /
passing on the benefit of duty draw back / export, import incentive / exemption / concession
etc.
Signed……………..
For on behalf of
(Name of Bidder / Consortium)
Letter of Undertaking
CONTRACT No. [“Insert Contract No.”]
[“Insert Name of the Work.”]
I (State Name of Director/Partner/ Karta/Authorized Person) in capacity of
of (State name of the undertaking organization) here by undertake to get
registered under (state the type of registration to be obtained) before (state
time line) (preferably immediately after award of Contract).
I also undertake to indemnify KMRL in case of any loss caused due to non-registration.
Signed……………..
For on behalf of
(Name of Bidder / Consortium)
(Signature(s))
6 See “Guidelines for the Assignment of Consultants in Financial Cooperation with Partner Countries“ and “Guidelines for
Procurement of Goods, Works and associated Services in Financial Cooperation with Partner Countries”
DELETED
DELETED
DELETED
We hereby confirm that Proposed Systems/ sub-systems shall have been in use and have established
their satisfactory performance and reliability on at least Two mass rapid transit systems (including
Railway or Airports) in revenue service over a period of three years or more either outside the country
of origin at an average in two different countries or in KMRL.
We also confirm that if proposed System/ Sub-system has not been supplied in any of the Indian Metro
Rail Project (including Indian Railways), 5 years extended warranty of the System/ Sub-system will be
ensured and the erection, testing and commissioning will be carried out in the physical presence of the
OEM’s representative.
Seal
Date:
We declare and covenant that neither we nor anyone, including any of our subsidiaries and affiliates, and
all of our directors, employees, agents or joint venture members, as well as any subcontractors, suppliers,
sub-suppliers, concessionaires, consultants or sub-consultants, where these exist, acting on our behalf with
due authority or with our knowledge or consent, or facilitated by us, has engaged, or will engage, in any
Prohibited Practice (as defined In Section VI – Prohibited Practices) in connection with the procurement
process or in the execution or supply of any works, goods or services for [insert the name of the Contract]
(the “Contract”) and covenant to so inform you if any instance of any such Prohibited Practice shall come
to the attention of any person in our organization having responsibility for ensuring compliance with this
Covenant.
We declare that we have paid, or will pay, the following commissions, gratuities, or fees with respect to the
procurement process or execution of the Contract:
Name of Recipient Address Reason(s) Amount
We declare that no affiliate of the Employer is participating in our submission in any capacity
whatsoever.
We shall, for the duration of the procurement process and, if we are successful in our tender, for the
duration of the Contract, appoint and maintain in office an officer, who shall be a person reasonably
satisfactory to you and to whom you shall have full and immediate access, having the duty, and the
necessary powers, to ensure compliance with this Covenant.
We declare and covenant that, except for the matters disclosed in this Covenant of Integrity:
(i) we, our subsidiaries and affiliates, and all of our directors, employees, agents or joint venture members,
where these exist, have not been convicted in any court of any offence involving a Prohibited Practice in
connection with any procurement process or provision of works, goods or services during the ten years
preceding the date of this Covenant;
(ii) none of our directors, employees, agents or a representatives of a joint venture member, where these exist,
has been dismissed or has resigned from any employment on the grounds of being implicated in any
Prohibited Practice during the ten years preceding the date of this Covenant;
(iii) we, our subsidiaries and affiliates and our directors, employees, agents or joint venture members, where
these exist, have not been excluded by any major Multilateral Development Bank or International
Financial Institution (including World Bank Group, Asian Infrastructure Investment Bank, Asian
Development Bank, African Development Bank Group, European Bank for Reconstruction and
Development, European Investment Bank or Inter-American Development Bank) from participation in a
procurement procedure or entering into a contract with any of such institutions on the grounds of
engaging in a Prohibited Practice;
(iv) we, our directors, subsidiaries and affiliates, as well as any subcontractors, or suppliers or affiliates of
the subcontracts or supplier are not subject to any sanction imposed by resolution of the United Nations
Security Council; and
(v) we further undertake to immediately inform the Employer and the Bank if this situation were to occur at
a later stage.
If applicable, full disclosure of any convictions, dismissal, resignations, exclusions or other information
relevant to Clause (i), (ii), (iii) or (iv) are provided below:
At any time following the submission of our tender, we shall permit, and shall cause our JV members,
as well as our directors, employees, agents, Subcontractors and any other third parties engaged or
involved for any part of the Contract to permit the Bank and/or persons appointed by them, the right to
inspect and copy all accounts, books, records, and other documents (on any media or in any format)
relating to the procurement process and execution of the Contract and to have any such accounts, books,
records, and documents audited the Bank and by auditors appointed by the Bank. We accept to preserve
these records generally in accordance with applicable law but in any case for at least six years from the
date of substantial completion of the Contract.
Name:
In the capacity of:
Signed:
Duly authorized to sign for and on behalf of:
Date:
3 For each matter disclosed, provide details of the measures that were taken, or shall be taken, to ensure that neither the disclosed entity nor any of its directors, employees or agents commits any prohibited conduct in
connection with the procurement process for the Contract.
Annexure I
Form CER
Quality Management / Environmental, Social, Health and Safety
(ESHS) Certification
DESCRIPTION INFORMATION
Identification of the certificate [insert full name of the certificate]
First award date [insert day, month, year of first
certificate award]
Last update of the certificate [insert day, month, year of latest
renewal, if any]
Issuers Name [insert full name]
Annexure I
Form ESHS
Environmental, Social, Health and Safety (ESHS) Documentation
The Bidder shall demonstrate the existence of the following in-house policies and procedures.
DESCRIPTION SUPPORTING DOCUMENTATION
REQUIRED IN ENGLISH (ORIGINAL OR
TRANSLATION)
1 Health & Safety Policy Policy document or the index of the health & safety
manual or other relevant documents acceptable to
the Employer.
2 Environmental Management Policy Policy document or the index of the Environmental
Management manual or other relevant documents
acceptable to the Employer
3 Declaration of compliance with ILO core The Bidder certifies (by ticking explicitly)
labour standards4 in operations complying with the following core labour standards
Freedom of Association
Forced Labour
Discrimination
Child Labour
4 Reviews, inspections and audits related Provide detailed samples of such reviews or audits
to ESHS issues within the company and which were carried out during the past 5 years
especially on construction sites
5 Internal and external integration and Provide information on:
enforcement policy
- how the Bidder ensures that subcontractors,
suppliers or temporary workforce a) are aware
of and b) comply with ESHS requirements
4
See relevant ILO conventions C087, C098, C029, C105, C100, C111, C138, C182; more detailed information
are available at www.ilo.org/ilolex/english/docs/declworld.htm.
The Bidder shall demonstrate the existence of the following in-house policies and procedures.
DESCRIPTION SUPPORTING DOCUMENTATION
REQUIRED IN ENGLISH (ORIGINAL OR
TRANSLATION)
- nature and content of the ESHS trainings
provided to employees
6 Procedures on main ESHS issues Unless information is already provided in policy
documents submitted under the requirements of
Articles 1 and 2 above, provide in-house procedures
for managing the following E&S issues, acceptable
to the Employer:
[Delete items if not applicable and add items
specific to the works and resulting from the
project’s ESMP if any – refer to the “User Guide for
including Environmental and Social (E&S)
Criteria” located at the start of this SBD of Works]
a) Wastewater effluents
b) Air emissions, noise and traffic
c) Waste
d) Erosion and sedimentation
e) Site rehabilitation and revegetation
f) Hazardous products
g) Training and recruitment
h) Safety on construction sites
i) First aid and medical evacuation for staff
j) Control of infectious and communicable
diseases (HIV/AIDS, malaria…)
Annexure I
General Conduct
1. Make earnest efforts to understand his/her responsibilities detailed in this Code of Conduct and any
other documents and trainings, as directed by the Employer. Proactively seek clarifications to enable
work to be undertaken in strict compliance with this Code of Conduct.
2. Carry out his/her duties competently and diligently.
3. Comply with this Code of Conduct and all applicable laws, regulations, and other requirements,
including requirements to protect the health, safety and well-being of other Contractor’s Workers,
colleagues working under the same contractor and any other person.
4. Maintain a safe working environment by:
a. Abiding by safety guidelines to ensure that workplaces, machinery, equipment, and processes
under each person’s control are safe and without risk to health.
b. Using required Personal Protective Equipment.
c. All works are conducted with safety clearance and under appropriate supervision.
d. Using appropriate measures relating to chemical, physical, and biological substances, and
agents.
e. Following applicable emergency operating procedures.
f. Providing separate, safe, and easily accessible working and accommodation facilities for
women and men working on the site.
5. Report to the Supervisor about work situations that he/she believes are not safe or healthy and remove
himself/herself from a work situation which he/she believes presents an imminent and danger to his/her
life or health.
6. Treat other people with respect, and not discriminate against specific groups such as women, persons
with different sexual orientation, people with disabilities, migrant workers, or children.
7. Not engage in sexual harassment which includes unwelcome sexual advances, requests for sexual
favors, and other unwanted verbal or physical conduct of a sexual nature in the workplace or with
respect to neighboring communities.
8. Engage with the community and/or project affected persons with utmost respect. Intimidation, threats,
and coercive behavior will not be tolerated.
9. Not engage in sexual exploitation and abuse, which means any actual or attempted abuse of position of
vulnerability, differential power, or trust, for sexual purposes, including, but not limited to, profiting
monetarily, socially, or politically from the sexual exploitation of another.
10. Not engage in sexual assault, which means any form and/or threat of non-consensual sexual contact.
11. Not engage in any form of sexual activity with individuals under the age of 18.
12. Not make any inappropriate and unwanted sexual advances to people in the adjoining (host)
communities or settlements.
13. Not work or be present in the worksite(s) under the influence of any intoxicating substances, such as
alcohol or drugs.
14. Not possess alcohol or any other illegal/ intoxicating substances while on duty or in the labor camps.
15. Return to the labor camp no later than 22:00, unless working on night shift.
16. Participate and complete relevant training courses that will be provided related to the environmental
and social aspects of the Contract, including on health and safety matters, Gender-based violence
(GBV), Sexual Exploitation, Abuse and Harassment (SEAH).
17. Report violations of this Code of Conduct.
18. Not retaliate against any person who reports violations of this Code of Conduct, whether to AIIB or the
Employer, or who makes use of the grievance mechanism for Contractor’s Workers or the project’s
Grievance Redress Mechanism.
RAISING CONCERNS (Please refer to section on GRM in the Tender Document and provide information
as needed: An appropriate GRM shall be constituted by the contractor for grievances in the worksite. This
should include an effective mechanism for receiving and promptly addressing allegations of SEA and/or SH
from the Contractor’s or Employer’s Personnel or any other person including third parties.)
If any person observes a behavior that he/she believes may represent a violation of this Code of Conduct, or that
otherwise concerns him/her, he/she should raise the issue promptly. This can be done in either of the following
ways:
1. Contact [enter name of the Contractor’s Social Expert] in writing at this address [X] or by telephone at [X] or
in person at [X]; or
2. Call [X] to reach the Contractor’s hotline (if any) and leave a message.
The Complainant’s identity will be kept confidential, unless reporting of allegations is mandated by the country
law. Anonymous complaints or allegations may also be submitted and will be given all due and appropriate
consideration. We take seriously all reports of possible misconduct and will investigate and take appropriate
action. We will provide warm referrals to service providers that may help support the person who experienced
the alleged incident, as appropriate.
There will be no retaliation against any person who raises a concern in good faith about any behavior prohibited
by this Code of Conduct. Such retaliation would be a violation of this Code of Conduct.
The information contained in this note will be disseminated to all Contractor’s Personnel. At the time of
engagement of any worker/ personnel, the above information will be provided verbally, and a copy of the Code
of Conduct will be provided signed by the Personnel and countersigned by the Contractor. A prototype is
provided below:
-------------------------------------------------------------------------------------------------------------------------------
I have received a copy of this Code of Conduct written in [X] language that I understand. I recognize that if I
have any questions about this Code of Conduct, I can contact [enter name of Contractor’s contact person with
relevant background in handling gender-based violence] requesting an explanation.
We do hereby undertake that KMRL/ any Central / State government department / public sector
undertaking / other government entity or local body has not banned business with us as on the date of
Bid submission.
----------------------------------------------------------------------------------------------------------------------------- -----------------------
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.
.
We hereby confirm if the proposed System/ Sub-system has not been supplied in any of the Indian
Metro Rail Project (including Indian Railways) then we will ensure 5 years extended warranty of the
System/ Sub-system and also ensure that the erection, testing and commissioning will be carried out in
the physical presence of the OEM’s representative with specific experience.
Seal
Date:
BID DOCUMENTS
FOR
Section-V
Eligibility in AIIB-Financed Procurement
Any firm or individual from any country may be eligible to participate in the Bank financed
procurement or be awarded a Bank financed contract; or goods, works and/or services to be supplied
under a Bank financed contract may have origin in any country, subject to the following restrictions:
(a) as a matter of law or official regulations, the Recipient’s country prohibits commercial
relations with the firm or individual’s country, provided that the Bank is satisfied that such exclusion
does not preclude effective competition for the supply of goods or the contracting of works or services
required; or
(b) by an act of compliance with a decision of the United Nations Security Council taken
under Chapter VII of the Charter of the United Nations, the Recipient’s country prohibits any import
of goods or contracting of works or services from the firm or individual’s country, or any payments
to any country, person, or entity in that country.
Any firm or individual that has been declared, and remains, as at the relevant date, ineligible
pursuant to the Bank’s Policy on Prohibited Practices, shall be ineligible to be prequalified for,
shortlisted for, tender for, propose for, or be awarded a Bank-financed contract or benefit from a
Bank-financed contract, financially or otherwise, during such period of time as the Bank shall
have determined. The list of debarred firms and individuals is available at the Bank’s external
website: https://www.aiib.org/debarment/.
State-Owned Enterprises
Tenderers that are state-owned enterprises or institutions in the Employer’s Country may
be eligible to compete and be awarded a Contract(s) only if they can establish, in a manner
acceptable to the Bank, that they
(a) are carrying out or are established for a business purpose, and are operating on a
commercial basis.
(b) are financially and managerially autonomous.
(c) are not controlled by the government on day-to-day management.
(d) are not under the supervision of the Employer or its procuring agent.
FOR
Section VI
PROHIBITED PRACTICES
1. Prohibited Practices
1. The Bank requires compliance with the Bank’s Policy on Prohibited Practices, and
that the Recipient (and all other beneficiaries of the Bank financing), as well as
tenderers, suppliers, contractors, concessionaires and consultants under Bank-
financed contracts for the Project observe the highest standard of transparency and
integrity during the procurement, execution and implementation of such contracts.
2. Definitions. In pursuance of this policy, the Bank defines the terms set forth
below as Prohibited Practices:
4. Provisions to this effect are included in the Legal Agreements and the procurement
contracts with such entities.
5. If the Project is financed by a sovereign-backed loan, the Bank (or, where relevant,
a co-financier having undertaken an investigation pursuant to the Bank’s
Procurement Instructions for Recipients):
(a) may take any of the following additional actions in connection with
Prohibited Practice under the Project:
(i) reject a proposal for award if it determines that the tenderer
recommended for award, or any of its personnel, or its agents, or its sub-
consultants, subcontractors, service providers, suppliers or their
employees, has, directly or indirectly, engaged in a prohibited practice in
competing for the contract in question; and
(ii) cancel the undisbursed portion of the loan allocated to a contract (and
require reimbursement of the disbursed portion of the loan allocated to
the contract) if it determines at any time that representatives of the
Recipient or of a recipient of any part of the proceeds of the loan engaged
in a prohibited practice during the procurement, administration or
implementation of the contract in question; and
(b) requires that a clause be included in tender documents and in contracts
financed by the Bank loan, requiring tenderers, suppliers and contractors, and
their subcontractors, agents, personnel, consultants, service providers, or
suppliers, to permit the Bank (and a co-financier undertaking an investigation
pursuant to the Bank’s Procurement Instructions for Recipients) to inspect all
accounts, records, and other documents relating to the submission of tenders
and contract performance, and to have them audited by auditors appointed by
the Bank.
BID DOCUMENTS
FOR
1. Copy of Bid Security / EMD in the applicable format is available in the tender document.
2. Copy of Notarized Power of Attorney authorizing the signatory of tender along with
supporting Board resolution.
3. Notarized Power of Attorney from each member of the JV/Consortium Along with Board
resolution.
4. Power of Attorney issued by the Joint Venture/Consortium in favour of the authorized
signatory for signing and submitting the Tender.
5. Notarized Agreement of Joint Venture / Consortium (In case of JV), clearly stating extent of
participation percentage of all members and clearly identifying the broad responsibility of
each member separately for this tender and authorized signature of both members on the
same.
6. Copy of PAN no. of firm/ company/ JV/Consortium members. (For Indian bidders only)
7. Copy of registration certificate of firm / company with registrar of firms or under Indian
company act etc. If registered in India or as per norms of country of origin in case a foreign
bidders. In case of Foreign Company as a sole member/constituent, it should be registration /
incorporation under relevant legislation for working in India and certificate of approval
/permissions from RBI/FEMA.
8. GST registration at the principal place of business, (If available)
9. Letter of Bid
10. Technical Proposal:
Staffing Schedule and Site Organization
Works Programme and Design Submission Programme
Bidder’s Technical Submissions
a. Appendix 4.4-A: Certificate of Compliance
b. Appendix 4.4-D: Subcontractor Undertaking
c. Appendix 4.4-E: Interfacing Requirement Undertaking
d. Appendix 4.4-F: Scope of Work Compliance Undertaking
Personnel – Forms PER-1 and PER-2
Page 1 of 4
Tender No. KBE-04/2025 PART 1: Bidding Procedure
APPENDIX-1 List of Documents
Page 2 of 4
Tender No. KBE-04/2025 PART 1: Bidding Procedure
APPENDIX-1 List of Documents
31. Management Strategies and Implementation Plans (MSIP) to manage the related key ESHS
risks
32. Code of Conduct for Contractor’s Personnel to ensure compliance with the Contractor’s
ESHS obligations under the Contract.
33. A Labour Management Plan to include general terms and conditions of employment,
regulation of working hours, payment modalities, living conditions of the workers, and a
Grievance Redress Mechanism (GRM) for resolution of labour related conflicts.
Note: - The above list of enclosures is only a guide to bidders and may not cover all
the documents that are required to be uploaded. Bidders are advised to examine the
tender document in detail & enclose the relevant document accordingly
Page 3 of 4