0% found this document useful (0 votes)
40 views191 pages

Bidding Procedure

The document outlines the bidding process for the design verification, engineering, supply, installation, testing, and commissioning of a 750V DC third rail traction electrification system for Phase II of the Kochi Metro Rail Project. It includes details on contract type, tender fees, eligibility criteria, and required experience for bidders. The project is managed by Kochi Metro Rail Limited, with a bid submission deadline of September 8, 2025.

Uploaded by

sahilsaleek02
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
40 views191 pages

Bidding Procedure

The document outlines the bidding process for the design verification, engineering, supply, installation, testing, and commissioning of a 750V DC third rail traction electrification system for Phase II of the Kochi Metro Rail Project. It includes details on contract type, tender fees, eligibility criteria, and required experience for bidders. The project is managed by Kochi Metro Rail Limited, with a bid submission deadline of September 8, 2025.

Uploaded by

sahilsaleek02
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Executive Summary

SI No. Description Details


Name of Work Design Verification, Detail Engineering, Supply, Installation,
Testing and Commissioning of 750V DC Third Rail Traction
1. Electrification including Traction Substations (TSS), Auxiliary
Substations (ASS) And Associated SCADA Systems for Phase -
II of Kochi Metro Rail Project
2. Organization Kochi Metro Rail Limited

3. Project Phase II, Kochi Metro Rail Project

4. Department Projects/Systems

5. Form of Contract Item Rate Contract


Type of Tender Open Tender - Two packet bidding (E- Tender) National
6.
Competitive Bidding
7. Bidding Type Two Packet System (Technical & Financial)

8. Tender Fee INR 35,400 (incl. 18% GST)

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

Bid security validity must be 45 days beyond bid validity of 180


days.

MSE’s will NOT be exempted from paying tender security. The


Scanned copy of BG /fixed deposit receipt with lien marked to
KMRL/ Account Payee Demand Draft /Proof of Online Payment
to KMRL Account shall be uploaded in the provision created in
the name of “EMD through BG/ST or EMD Exemption Allowed”
in e-tender Portal.

Bank details of the Employer as mentioned in ITB Clause 19.1

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.

General Design, Supply & Installation Experience

The Tenderers will be qualified only if they have completed


any of the following works within the last 5-year period ending
last day of month previous to the one in which bids are invited.

a. Electrical Traction & Power System Works in Metro


Rail/ Suburban Rail/ Main line Railways/ Monorail /
Tramways;
OR

b. High Voltage (33kV and above) Electrical Power


Works.

A1. Specific Experience in Supply, Installation & Contract


11. Experience Criteria Management

The tenderer will be qualified only if they have completed


similar work(s), within the last seven years, ending on the last
day of the month before the month in which bids are invited as
given below.

(i) At least One similar work that have been satisfactorily and
substantially completed of value INR 141.64 Cr or above.

OR

(ii) Two similar works that have been satisfactorily and


substantially completed each of INR 88.53 Cr or above.

Page 2 of 8
OR

(iii) Three similar works that have been satisfactorily and


substantially completed each of INR 70.82 Cr or above.

“Similar work” for this contract means

1. Supply, installation, testing & commissioning, in


Electrical Traction & Power System Works in Metro
Rail/ Suburban Rail/ Main line Railways/
Monorail/Tramways;

OR

2. Supply, installation, testing & commissioning in High


Voltage (33kV and above) Electrical Power Works.

A2. Specific Work Experience:

In addition to above, the tenderer will be considered qualified


only if they satisfy the following key requirements as prescribed
below, within the last seven years ending on the last day of the
month previous to the month in which bids are invited.
A minimum of construction experience in the following key
activities (A+B+C+D+E) is required to be successfully
completed as single entity or JV/Consortium.

(i) Key Activity A: ASS


Supply, Installation, Testing and 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


Supply, installation, testing and 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


Supply, Installation, Testing and Commissioning of at least
03nos of DC Traction Substations of 750V DC or above with
the use of AIS/GIS for Metro Rail/MRTS.
Page 3 of 8
(iv) Key Activity D: SCADA
Supply, Installation, Testing and Commissioning of Traction
SCADA system for Metro Rail/ MRTS for minimum length of
05 RKM

(v) Key Activity E: Third Rail


Supply, Installation, Testing and Commissioning of 750V DC
or above DC Third Rail Traction Electrification system for
Metro Rail/MRTS for minimum length of 05 RKM.

12. Liquidity Greater Than or equal to INR 12.65 crore

Net worth of tenderer during last audited financial year (ending


13. Net Worth
in March 2024) should be greater than INR 17.70 crore.

14. Bid Capacity Greater than or equal to INR 177.06 crore

1. Verification of designs provided by the DDC


2. Procurement/Manufacturing of equipment as per
approved specifications.
3. Delivery of equipment’s at KMRL site.
4. Installation plan, Engineering, Good for Construction
(GFC) drawing and method statements for installation
works
5. Testing, including Integrated Testing and Commissioning.
6. Engineering, Supply, Installation, Testing and
Commissioning of 33 kV MV Cable network connecting
various ASSs & ASSs + TSSs.
Brief Scope of 7. Engineering, Supply, Installation, Testing and
15.
Works commissioning of 33kV MV Cable from Kaloor KSEB to
Auxiliary and Traction Substation at Chembumukku.
8. Engineering, Supply, Installation, Testing and
Commissioning of 33 kV/ 415V Auxiliary Substation
equipment at Station ASS and ASS/TSS.
9. Engineering, Supply, Installation, Testing and
commissioning of 33kV feeders at JLN Stadium for
feeding to Palarivattom Junction ASS/TSS.
10. Engineering, Supply, Installation, Testing and
Commissioning of 33 kV/ 415 V Auxiliary Substation +
33 KV AC / 750V DC Traction Substation equipment at
Stations.

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)

Authority and Place GM (Procurement)


for submission of 4th Floor,
17.
EMD, Notarized JLN Stadium Metro Station, Kaloor,
documents Ernakulam, Kerala-682017
Opening location of
18. Same as above
Tender
Bid Document
19. downloading Start 06/08/2025
Date
14/08/2025 at 11:00 Hours At the registered corporate office of
the KMRL, 4th Floor, JLN Stadium Metro Station,
Pre-Bid date &
20. Kaloor, Ernakulam, Kerala-682017
address
Video call link: meet.google.com/utz-rkcx-cyc
Last date for receipt
21. 18/08/2025 @ 18.00 hrs
of bid queries
Clarifications and
22. 23/08/2025
corrigendum if any
Bid Document
08/09/2025 @15:00 hrs
23. Downloading End
Date
Last Date and Time
24. 08/09/2025 up 15:00 HOURS (E tender -online)
for Receipt of Bids
25. Bid Validity 180 Days

Technical bid
26. opening date and 09/09/2025 @ 16:00 Hours (E tender- online)
time

27. JV/Consortium Applicable

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.

In case the Contractor fails to submit the requisite Performance


Security, the Contract shall be annulled duly forfeiting Tender
Security and other dues, if any payable against the Contract.

The failed Contractor shall be debarred not only from


Performance participating in re-tender for that work but also in any other tender
30
Security of KMRL for a period of one year from date of issue of letter of
annulment of LOA.
The approved form provided in the “Instructions to Bidders‟
documents or any other form approved by the Employer shall be
used for Bank Guarantee. The Bank Guarantee shall be valid up
to 6 months beyond the Defect Liability Period.

KMRL Bank Account Details:

Beneficiary: Kochi Metro Rail Limited


Beneficiary Account No: 519201010033118
Bank Name and Address: Union Bank of India, Mid
Corporate Branch, Ernakulam, Kerala, Kochi-682011
IFSC Code: UBIN0551929

31. Office Inviting Bids Director(Systems)

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

KOCHI METRO RAIL LIMITED


BID DOCUMENTS

FOR

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.

TENDER NO. KBE-04

PART 1: BIDDING PROCEDURE

Kochi Metro Rail Limited (KMRL)


(A Joint venture company of Govt. of India & Govt. of Kerala)
4th Floor, JLN Metro Station, Kaloor, Ernakulam, Kerala, India, Pin- 682017
E-mail: [email protected]
Website: www.kochimetro.org
Telephone: 0484 2846700, 0484 2846770
Tender No. KBE-04/2025 PART 1: Bidding Procedure
Notice Inviting Tender

Table of Contents

 Notice Inviting Tender (NIT)

 PART 1: Bidding Procedures

 Section I. Instructions to Bidders (ITB)


 Section II. Bid Data Sheet (BDS)
 Annexure II- A. Tool Kit of e-tender
 Appendix-1 List of Document
 Section III. Evaluation and Qualification Criteria
 Section IV. Bidding Forms
 Section V. Eligibility in AIIB-Financed Procurement
 Section VI. Prohibited Practices

 PART 2: Works Requirements

 Section VII-A: General Specifications


 Section VII-B: Particular Specifications
 Section VII-C: Tender Drawings
 Section VII-D: Conditions of Contract on ESHS

 PART 3: Conditions of Contract and Contract Forms


 Section VIII. General Conditions of Contract (GC)
 Section IX. Particular Conditions of Contract (PC)
 Section X. Contract Forms

 Part 4: Financial Bid & Bill of Quantities


 Preamble
 BOQ

KOCHI METRO RAIL LIMITED


Tender No. KBE-04/2025 PART 1: Bidding Procedure
Notice Inviting Tender

INVITATION FOR BIDS


KOCHI METRO RAIL LIMITED
Kochi Metro Rail Project (Phase II)
(A joint venture of Govt. of India & & Govt. of Kerala)
4th Floor, JLN Metro station, Kaloor, Ernakulam, Kerala- 682017
E-mail: [email protected]
Website: www.kochimetro.org
Telephone: 0484-2846700
Tender Notice No. KBE-04/2025 Dt.06.08.2025

Name of the 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.

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.

In the event of cancellation /Discharge of bidding procedure


or withdrawal/recall of bid by KMRL, the cost of bid
document (Tender fee) may be returned at the sole discretion
of KMRL.
Pre-bid Meeting On Dt. 14.08.2025 at 11. 00 Hours in the Office of
Kochi Metro Rail Limited, 4th Floor,
JLN Stadium Metro Station, Kaloor,
Ernakulam, Kerala, India. –682017

Video call link: meet.google.com/utz-rkcx-cyc

E-mail if for seeking clarification [email protected]


Last date of submission of queries
for pre- bid by the bidder. 18.08.2025 @ 18:00 Hrs
Format as per Form 11 of Section-IV of Bidding Forms. (In
Hard & Soft Copy)
Page 1 of 2
Tender No. KBE-04/2025 PART 1: Bidding Procedure
Notice Inviting Tender

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.

Tender security shall also be payable as bank guarantee Or


Account Payee Demand Draft or Fixed Deposit with lien
Marked to KMRL or Online Payment to KMRL Bank
Account OR Transfer through e-tender portal.

Bank details of the Employer as mentioned in ITB Clause


19.1

MSE’s will NOT be exempted from paying tender security.


The Scanned copy of BG/ Fixed deposit receipt lien marked
to KMRL/ Account Payee Demand Draft/ Online Payment to
KMRL Bank Account shall be uploaded in the provision
created in the name of “EMD through BG/ST or EMD
Exemption Allowed” in e-tender Portal.
Udyam Registration /NSIC certificate etc. will not accepted as
Exemption for tender security/Tender fee.
Last Date of issuing
addendum/corrigendum/clarification 23.08.2025

Date & Time of submission of 08.09.2025 @ 15:00 Hrs.


Tender
on Kerala Government e-tender portal.
(http://etenders.kerala.gov.in)
Date and Time of Hard copy To be submitted one hour prior to the Technical Bid
submission of Stamp paper / POA/ Opening date and time (in a sealed envelope mentioning
Notarized documents / Original name of work) in the Tender Box available at the Kochi
BG/DD/FDR or any other Metro Rail Ltd, Corporate office, 4th Floor, JLN
documents required to be Stadium Metro Station, Kaloor, Kochi-682017.
submitted in hard copy as per this
tender.
Date & Time of Opening of At 16.00 Hours on Dt. 09.09.2025 or as decided by the
Technical Bid authority at the Office of Kochi Metro Rail Limited, 4th
Floor, JLN Stadium Metro Station, Kaloor, Ernakulam,
Kerala, India. Pin: 682 017
Sale of document, e-payment procedure, submission and other details are available on E- tender
portal http://etenders.kerala.gov.in.To view this tender notice, interested Agencies may visit the
Kochi MetroRail website “www.kochimetro.org ”.

DIRECTOR SYSTEMS
KOCHI METRO RAIL LIMITED

Page 2 of 2
KOCHI METRO RAIL LIMITED

BID DOCUMENTS

FOR

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.

TENDER NO. KBE-04

PART 1: BIDDING PROCEDURE

SECTION I: INSTRUCTION TO
BIDDERS

Kochi Metro Rail Limited (KMRL)


(A Joint venture company of Govt. of India & Govt. of Kerala)
4th Floor, JLN Metro Station, Kaloor, Ernakulam, Kerala, India, Pin- 682017
E-mail: [email protected]
Website: www.kochimetro.org
Telephone: 0484 2846700, 0484 2846770

KOCHI METRO RAIL LIMITED


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

Section I. Instructions to Bidders


Table of Clauses
A. General .................................................................................................................................1
1. Scope of Bid ...............................................................................................................1
2. Source of Funds .........................................................................................................1
3. Prohibited Practices ...................................................................................................1
4. Eligible Bidders .........................................................................................................3
5. Eligible Materials, Equipment, and Services .............................................................6

B. Contents of Bidding Documents........................................................................................6


6. Sections of Bidding Documents ................................................................................6
7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting ...........................7
8. Amendment of Bidding Documents .........................................................................8

C. Preparation of Bids ............................................................................................................9


9. Cost of Bidding ..........................................................................................................9
10. Language of Bid .......................................................................................................9
11.Documents Comprising the Bid ................................................................................9
12. Letter of Bid, Statement of Integrity, Bidding Forms and Schedules ....................10
13.Alternative Bids ......................................................................................................10
14. Bid Prices and Discounts .......................................................................................11
15. Currencies of Bid and Payment .............................................................................12
16. Documents Comprising the Technical Proposal ....................................................12
17.Documents Establishing the Qualifications of the Bidder ......................................12
18. Period of Validity of Bids ......................................................................................13
19. Bid Security ...........................................................................................................13
20. Format and Signing of Bid .....................................................................................15

D. Submission and Opening of Bids (as specified in BDS) ................................................16


21. Sealing and Marking of Bids .................................................................................16
22. Deadline for Submission of Bids ...........................................................................16
23. Late Bids ................................................................................................................16
24. Withdrawal, Substitution, and Modification of Bids .............................................16
25. Bid Opening (Replaced in BDS) ............................................................................17

E. Evaluation and Comparison of Bids ...............................................................................18


26. Confidentiality .......................................................................................................18
27. Clarification of Bids ...............................................................................................18
28. Deviations, Reservations, and Omissions ..............................................................19
29. Determination of Responsiveness ..........................................................................19
30. Nonmaterial Nonconformities ...............................................................................20
31. Correction of Arithmetical Errors (replaced in BDS) ............................................20
32. Conversion to Single Currency ..............................................................................20
33. Margin of Preference .............................................................................................20
34. Subcontractors........................................................................................................21
35. Evaluation of Bids..................................................................................................21
36. Comparison of Bids ...............................................................................................23
37. Qualification of the Bidder ....................................................................................23
38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ..................23

KOCHI METRO RAIL LIMITED Page I of Table of Contents


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

F. Award of Contract ............................................................................................................24


39. Award Criteria .......................................................................................................24
40. Notification of Award ............................................................................................24
41. Signing of Contract ................................................................................................24
42. Performance Security.............................................................................................25
43. Inspections and Auditing by the Bank…….............................................................25
44. Contract Award Notice……............................................................................................25
45. Procurement-Related Complaint……............................................................................26
46. Code of Conduct: Environmental, Social, Health and Safety (ESHS) …………....26
47. Environmental, Social, Health and Safety (ESHS) Requirements............................27

KOCHI METRO RAIL LIMITED Page I of Table of Contents


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

Section I. Instructions to Bidders


A. GENERAL
1. Scope of Bid 1.1 In connection with the Invitation for Bids specified in the
Bid Data Sheet (BDS), the Employer, as specified in the
BDS, issues these Bidding Documents for the procurement of
Works as specified in Section VII, Works Requirements. The
name, identification, and number of lots (contracts) of this
National Competitive Bidding (NCB) process are specified
in the BDS.
1.2 Throughout these Bidding Documents:
(a) the term “in writing” means communicated in written
form and delivered against receipt;

(b) except where the context requires otherwise, words


indicating the singular also include the plural and words
indicating the plural also include the singular; and

(c) “Day” means calendar day.

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.

KOCHI METRO RAIL LIMITED


Page 1 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

3.2 Definitions. In pursuance of this policy, the Bank defines the


terms set forth below as Prohibited Practices:
(a) “coercive practice” means impairing or harming, or threatening
to impair or harm, directly or indirectly, any party or the
property of a party to influence improperly the actions of a
party;
(b) “collusive practice” means an arrangement between two or
more parties designed to achieve an improper purpose, including
to influence improperly the actions of another party;
(c) “corrupt practice” means the offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to influence
improperly the actions of another party;
(d) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit
or to avoid an obligation.
(e) “misuse of resources” means improper use of the Bank’s
resources, carried out either intentionally or through reckless
disregard;
(f) “obstructive practice” means any of the following practices: (i)
deliberately destroying, falsifying, altering or concealing of
evidence material to a Bank investigation; (ii) making false
statements to investigators in order to materially impede a Bank
investigation into allegations of a Prohibited Practice; (iii)
failing to comply with requests to provide information,
documents or records in connection with a Bank investigation;
(iv) threatening, harassing or intimidating any party to prevent it
from disclosing its knowledge of matters relevant to a Bank
investigation or from pursuing the investigation; or (v)
materially impeding the exercise of the Bank’s contractual rights
of audit or inspection or access to information; and
(g) “theft” means the misappropriation of property belonging to
another party.
3.3 Any occurrence, or suspected occurrence, of a Prohibited
Practice in the procurement, award, or implementation of a
Bank-financed contract is dealt with in accordance with the
provisions of the Bank’s Policy on Prohibited Practices.
Suppliers, contractors, service providers and consultants selected
pursuant to the Bank’s Procurement Instructions for Recipients,
as well as the Recipient shall fully cooperate with the Bank (or a
cofinancier undertaking an investigation pursuant to the Bank’s
Procurement Instructions for Recipients) in any investigation
into an alleged Prohibited Practice to be carried out pursuant to
the Policy on Prohibited Practices, and permit the Bank or its
representative (including such co-financier) to inspect such of
their accounts and records as may be relevant for such

KOCHI METRO RAIL LIMITED


Page 2 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

investigation and to have such records and accounts audited by


the auditors appointed by the Bank
3.4 Provisions to this effect are included in the Legal Agreements
and the procurement contracts with such entities.
3.5 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 a 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.

4. Eligible Bidders 4.1 A Bidder may be a firm that is a private entity, a


government-owned entity—subject to ITB 4.3—or any
combination of such entities in the form of a joint venture
(JV) under an existing agreement or with the intent to enter
into such an agreement supported by a letter of intent. In the
case of a joint venture, all members shall be jointly and
severally liable for the execution of the Contract in
accordance with the Contract terms. The JV shall nominate a
Representative who shall have the authority to conduct all
business for and on behalf of any and all the members of the
JV during the bidding process and, in the event the JV is
awarded the Contract, during contract execution. Unless
specified in the BDS, there is no limit on the number of
members in a JV.
4.2 A Tenderer shall not have a conflict of interest. Any Tenderer

KOCHI METRO RAIL LIMITED


Page 3 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

found to have a conflict of interest shall be disqualified. A


Tenderer may be considered to have a conflict of interest for
the purpose of this Tendering process, if the Tenderer:

(a) directly or indirectly controls, is controlled by or is under


common control with another Tenderer; or
(b) receives or has received any direct or indirect subsidy
from another Tenderer; or
(c) has the same legal representative as another Tenderer ; or
(d) has a relationship with another Tenderer, directly or
through common third parties, that puts it in a position to
influence the Tender of another Tenderer, or influence
the decisions of the Employer regarding this Tendering
process;or
(e) or any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of
the Works that are the subject of the Tender (Ref.
Section-II, BDS also); or
(f) or any of its affiliates has been hired (or is proposed to be
hired) by the Employer for the Contract implementation ;
or
(g) would be providing goods, works, or non-consulting
services resulting from or directly related to consulting
services for the preparation or implementation of the
Project (under which this procurement is conducted) that
it provided or were provided by any affiliate that directly
or indirectly controls, is controlled by, or is under
common control with that firm; or
(h) has a close business or family relationship with a
professional staff of the Recipient (or of the project
implementing agency, or of any other beneficiary of the
Bank’s financing, or of any other party representing or
acting on behalf of the Recipient) who: (i) are directly or
indirectly involved in the preparation of the Tender
Document or specification of the Contract, and/or the
Tender evaluation process of such Contract; or (ii) would
be involved in the implementation or supervision of such
Contract unless the conflict stemming from such
relationship has been resolved in a manner acceptable to
the Bank throughout the Tendering process and execution
of the Contract; or

(i) is an affiliate of the Recipient, or of a procurement agent


engaged by the Recipient, unless the Recipient
demonstrates to the satisfaction of the Bank that there is
no significant degree of common ownership, influence or
control between the Recipient on the one hand, and the
Recipient’s agent and the affiliate on the other

KOCHI METRO RAIL LIMITED


Page 4 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

4.3 The Funding Agency’s eligibility criteria to bid are described


in Section V – Eligibility criteria and social and
environmental responsibility.
4.4 A Bidder shall not be under suspension from bidding by the
Employer as the result of the operation of a Bid Security.
4.5 This bidding is open only to prequalified Bidders or
specified in the BDS.
4.6 A Bidder shall provide such evidence of eligibility
satisfactory to the Employer, as the Employer shall
reasonably request.
4.7 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 their
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.
4.8 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/
4.9 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; and (d) are not under the
supervision of the Employer or its procuring agent.

KOCHI METRO RAIL LIMITED


Page 5 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

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.

(Ref. Section-II, BDS also for additional Paras)

B. CONTENTS OF BIDDING DOCUMENTS

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.

PART 1 Bidding Procedures

 Section I. Instructions to Bidders (ITB)


 Section II. Bid Data Sheet (BDS)
 Annexure II A Tool kit for using E-tender portal
 Appendix-1 List of Document
 Section III. Evaluation and Qualification Criteria
 Section IV. Bidding Forms
 Section V. Eligibility in AIIB-Financed Procurement
 Section VI. Prohibited Practices

PART 2 Works Requirements


 Section VII-A General Specification
 Section VII-B Particular Specification
 Section VII-C Tender Drawings
 Section VII-D Conditions of Contract on ESHS

PART 3 Conditions of Contract and Contract Forms


 Section VIII. General Conditions (GC)
 Section IX. Particular Conditions (PC)
 Section X. Contract Forms

KOCHI METRO RAIL LIMITED


Page 6 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

PART 4 BOQ & Financial Bid


 Preamble
 BOQ

6.2 The Invitation for Bids issued by the Employer is not part of
the Bidding Documents.

6.3 Unless obtained directly from the Employer, the Employer is


not responsible for the completeness of the Bidding
Documents, responses to requests for clarification, the
minutes of the pre-Bid meeting (if any), or Amendments to
the Bidding Documents in accordance with ITB 8. In case of
any contradiction, documents obtained directly from the
Employer shall prevail or as specified in BDS.

6.4 The Bidder is expected to examine all instructions, forms,


terms, and specifications in the Bidding Documents and to
furnish with its bid all information and documentation as is
required by the Bidding Documents or as specified in BDS.

(Ref. Section-II, BDS also for additional Paras)

7.1 A Bidder requiring any clarification of the Bidding


7. Clarification of
Documents shall contact the Employer in writing at the
Bidding
Employer’s address Specified in the BDS or raise its
Documents, Site
enquiries during the pre-bid meeting if provided for in
Visit, Pre-Bid
accordance with ITB 7.4. The Employer will respond in
Meeting
writing to any request for clarification, provided that such
request is received on or before the date specified in this
document. The Employer shall forward copies of its response
to all Bidders who have acquired the Bidding Documents in
accordance with ITB 6.3, including a description of the
inquiry but without identifying its source. If so specified in
the BDS, the Employer shall also promptly publish its
response at the web page identified in the BDS. Should the
clarification result in changes to the essential elements of
the Bidding Documents, the Employer shall amend the
Bidding Documents following the procedure under ITB 8 and
ITB 22.2.

(Ref. Section-II, BDS also for additional Paras)

KOCHI METRO RAIL LIMITED


Page 7 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

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.

7.4 If so specified in the BDS, the Bidder’s designated


representative is invited to attend a pre-bid meeting. The
purpose of the meeting will be to clarify issues and to answer
questions on any matter that may be raised at that stage (as
specified in BDS).
7.5 The Bidder is requested, as far as possible, to submit any
questions in writing, to reach the Employer not later than one
week before the meeting. (Refer BDS also).

7.6 Minutes of the pre-bid meeting, if applicable, including the


text of the questions asked by Bidders, without identifying
the source, and the responses given, together with any
responses prepared after the meeting, will be transmitted
promptly to all Bidders who have acquired the Bidding
Documents in accordance with ITB 6.3. Any modification to
the Bidding Documents that may become necessary as a
result of the pre-bid meeting shall be made by the Employer
exclusively through the issue of an Addendum pursuant to
ITB 8 and not through the minutes of the pre-bid meeting.
Non-attendance at the pre-bid meeting will not be a cause for
disqualification of a Bidder.

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

KOCHI METRO RAIL LIMITED


Page 8 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

Documents and shall be communicated in writing to all who


have obtained the Bidding Documents from the Employer in
accordance with ITB 6.3.The Employer shall also promptly
publish the addendum on the Employer’s web page in
accordance with ITB 7.1. (Refer BDS also)
8.3 To give Bidders reasonable time in which to take an
amendment into account in preparing their bids, the
Employer may, at its discretion, extend the deadline for the
submission of bids, pursuant to ITB 22.2

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.

11. Documents 11.1 The Bid shall comprise the following:


Comprising the Bid
(a) Letter of Bid in accordance with ITB 12;
(b) completed schedules as required, including Price
Schedules, in accordance with ITB 12 and 14;
(c) Bid Security or Bid-Securing Declaration, in
accordance with ITB 19.1(as specified in BDS)
(d) alternative bids, if permissible, in accordance with ITB
13 (as specified in BDS);
(e) written confirmation authorizing the signatory of the
Bid to commit the Bidder, in accordance with ITB 20.2;
(f) Statement of Integrity, Eligibility and Social and
Environmental Responsibility duly signed, in
accordance with ITB 12;
(g) documentary evidence in accordance with ITB 17
establishing Bidder’s continued qualified status or, if
post-qualification applies, as specified in accordance
with ITB 4.5, the Bidder’s qualifications to perform the
contract if its Bid is accepted;

KOCHI METRO RAIL LIMITED


Page 9 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

(h) Technical Proposal in accordance with ITB 16;


(i) Any other document required in the BDS.
11.2 In addition to the requirements under ITB 11.1, bids
submitted by a JV/Consortium shall include a copy of the
Joint Venture Agreement entered into by all members.
Alternatively, a letter of intent to execute a Joint Venture
Agreement in the event of a successful bid shall be signed by
all members and submitted with the bid, together with a copy
of the proposed Agreement.
11.3 The Bidder shall furnish in the Letter of Bid information on
commissions and gratuities, if any, paid or to be paid to
agents or any other party relating to this Bid (as specified in
BDS)
(Ref. Section-II, BDS also for additional Paras)

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)

13. Alternative Bids


13.1 Unless otherwise specified in the BDS, alternative bids shall
not be considered.
13.2 When alternative times for completion are explicitly invited, a
statement to that effect will be included in the BDS, as also
the method of evaluating different times for completion.
13.3 Except as provided under ITB 13.4 below, Bidders wishing to
offer technical alternatives to the requirements of the Bidding
Documents must first price the Employer’s design as described
in the Bidding Documents and shall further provide all
information necessary for a complete evaluation of the
alternative by the Employer, including drawings, design
calculations, technical specifications, breakdown of prices, and
proposed construction methodology and other relevant details.
Only the technical alternatives, if any, of the lowest evaluated
Bidder conforming to the basic technical requirements shall be
considered by the Employer (as specified in BDS)
13.4 When specified in the BDS, Bidders are permitted to submit
alternative technical solutions for specified parts of the
Works, and such parts will be identified in the BDS, as also
the method for their evaluation, and described in Section VII,
Works Requirements.

KOCHI METRO RAIL LIMITED


Page 10 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

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.

14.6 If so specified in ITB 1.1, bids are being invited for


individual lots (contracts) or for any combination of lots
(packages). Bidders wishing to offer discounts for the award
of more than one Contract shall specify in their bid the price
reductions applicable to each package, or alternatively, to
individual Contracts within the package. Discounts shall be
submitted in accordance with ITB 14.4, provided the bids for
all lots (contracts) are opened at the same time or as
specified in the BDS.

KOCHI METRO RAIL LIMITED


Page 11 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

.
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.

(Ref. Section-II, BDS also for additional Paras)

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

KOCHI METRO RAIL LIMITED


Page 12 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

Requirements; or (ii) in the opinion of the Employer, the


change may result in a substantial reduction in competition.
Any such change should be submitted to the Employer not
later than fourteen (14) days after the date of the Invitation for
Bids.

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:

KOCHI METRO RAIL LIMITED


Page 13 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

(a) an unconditional guarantee issued by any Scheduled bank


in India;
(b) an irrevocable letter of credit;

(c) Demand Draft, from any Scheduled Bank in India.


(d) another security specified in the BDS,
from a reputable source from an eligible country as specified
in Section V-Eligibility criteria and social and environmental
responsibility. If the unconditional guarantee is issued by a
financial institution located outside the Employer’s Country,
the issuing financial institution shall have a correspondent
financial institution located in the Employer’s Country to
make it enforceable. In the case of a bank guarantee, the bid
security shall be submitted either using the Bid Security Form
included in Section IV, Bidding Forms, or in another
substantially similar format approved by the Employer prior
to bid submission. The bid security shall be valid for twenty-
eight (28) days beyond the original validity period of the bid,
or beyond any period of extension if requested under ITB
18.2.

19.4 Any bid not accompanied by a substantially responsive bid


security or Bid-Securing Declaration shall be rejected by the
Employer as non-responsive.
19.5 The bid security of unsuccessful Bidders shall be returned as
promptly as possible upon the successful Bidder’s signing the
Contract and furnishing the performance security pursuant to
ITB 42.
19.6 The bid security of the successful Bidder shall be returned as
promptly as possible once the successful Bidder has signed
the Contract and furnished the required performance security.
19.7 The bid security may be forfeited or the Bid-Securing
Declaration executed:
(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 by the Bidder; or
(b) if the successful Bidder fails to:
(i) Sign the Contract in accordance with ITB 41; or
(ii) Furnish a performance security in accordance
with ITB 42.

19.8 The bid security or a Bid-Securing Declaration of a JV shall be


in the name of the JV that submits the bid. If the JV has not

KOCHI METRO RAIL LIMITED


Page 14 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

been legally constituted into a legally enforceable JV at the time


of bidding, the bid security or the Bid-Securing Declaration
shall be in the names of all future members as named in the
letter of intent referred to in ITB 4.1 and ITB 11.2. or as
Specified in BDS, Section-II
19.9 If a bid security is not required in the BDS pursuant to
ITB 19.1, and
(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 by the Bidder, or
(b) if the successful Bidder fails to sign the Contract in
accordance with ITB 41; or furnish a performance
security in accordance with ITB 42;
the Employer may, if provided for in the BDS, declare the
Bidder ineligible to be awarded a contract by the Employer
for a period of time as stated in the BDS.

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.

KOCHI METRO RAIL LIMITED


Page 15 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

D. Submission and Opening of Bids (as specified in BDS)

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.

21.2 The inner and outer envelopes shall:


(a) bear the name and address of the Bidder;
(b) be addressed to the Employer in accordance with ITB
22.1;
(c) bear the specific identification of this bidding process
specified in the BDS 1.1; and
(d) Bear a warning not to open before the time and date for
bid opening.
21.3 If all envelopes are not sealed and marked as required, the
Employer will assume no responsibility for the misplacement
or premature opening of the bid.

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

KOCHI METRO RAIL LIMITED


Page 16 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

clearly marked “WITHDRAWAL,” “SUBSTITUTION,”


“MODIFICATION;” and
(b) Received by the Employer prior to the deadline
prescribed for submission of bids, in accordance with
ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1


shall be returned unopened to the Bidders.
24.3 No bid may be withdrawn, substituted, or modified in the
interval between the deadline for submission of bids and the
expiration of the period of bid validity specified by the
Bidder on the Letter of Bid or any extension thereof.

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

KOCHI METRO RAIL LIMITED


Page 17 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

for evaluation. The Letter of Bid and the Schedules are to be


initialed by a minimum of three representatives of the
Employer attending bid opening. The Employer shall neither
discuss the merits of any bid nor reject any bid (except for
late bids, in accordance with ITB 23.1)
25.4 The Employer shall prepare a record of the bid opening that
shall include, as a minimum: the name of the Bidder and
whether there is a withdrawal, substitution, or modification;
the Bid Price, per lot (contract) if applicable, including any
discounts and alternative bids; and the presence or absence of
a bid security. The Bidders’ representatives who are present
shall be requested to sign the record. The omission of a
Bidder’s signature on the record shall not invalidate the
contents and effect of the record. A copy of the record shall
be distributed to all Bidders.

(Ref. Section-II, BDS too for additional Paras)

E. EVALUATION AND COMPARISON OF BIDS


26. Confidentiality 26.1 Information relating to the examination, evaluation, and
comparison of the bids, and qualification of the Bidders and
recommendation of contract award shall not be disclosed to
Bidders or any other persons not officially concerned with the
bidding process until information on Contract award is
communicated to all Bidders in accordance with ITB 40.
26.2 Any attempt by a Bidder to influence the Employer in the
examination, evaluation, and comparison of the bids, and
qualification of the Bidders, or Contract award decisions may
result in the rejection of its bid.
26.3 Notwithstanding ITB 26.2, from the time of bid opening to
the time of Contract award, if a Bidder wishes to contact the
Employer on any matter related to the bidding process, it
shall do so in writing.

(Ref. Section-II, BDS too for additional Paras)


27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of
Bids the bids, and qualification of the Bidders, the Employer may,
at its discretion, ask any Bidder for a clarification of its bid,
given a reasonable time for a response. Any clarification
submitted by a Bidder that is not in response to a request by
the Employer shall not be considered. The Employer’s
request for clarification and the response shall be in writing.
No change, including any voluntary increase or decrease, in
the prices or substance of the bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic
errors discovered by the Employer in the evaluation of the

KOCHI METRO RAIL LIMITED


Page 18 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

bids, in accordance with ITB 31.


27.2 If a Bidder does not provide clarifications of its bid by the
date and time set in the Employer’s request for clarification,
its bid may be rejected.

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

(c) “Omission” is the failure to submit part or all of the


information or documentation required in the Bidding
Documents.

(Ref. Section-II, BDS also)


29. Determination of 29.1 The Employer’s determination of a bid’s responsiveness is to
Responsiveness be based on the contents of the bid itself, as defined in
ITB11.

29.2 A substantially responsive bid is one that meets the


requirements of the Bidding Documents without material
deviation, reservation, or omission. A material deviation,
reservation, or omission is one that,

(a) if accepted, would:


(i) Affect in any substantial way the scope, quality, or
performance of the Works specified in the Contract;
or
(ii) Limit in any substantial way, inconsistent with the
Bidding Documents, the Employer’s rights or the
Bidder’s obligations under the proposed Contract; or

(b) If rectified, would unfairly affect the competitive position


of other Bidders presenting substantially responsive bids.
29.3 The Employer shall examine the technical aspects of the bid
submitted in accordance with ITB 16, in particular, to
confirm that all requirements of Section VII, Works
Requirements have been met without any material deviation,
reservation or omission.
29.4 If a bid is not substantially responsive to the requirements of
the Bidding Documents, it shall be rejected by the Employer
and may not subsequently be made responsive by correction
of the material deviation, reservation, or omission.

KOCHI METRO RAIL LIMITED


Page 19 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

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.

30.2 Provided that a bid is substantially responsive, the Employer


may request that the Bidder submit the necessary information
or documentation, within a reasonable period of time, to
rectify nonmaterial nonconformities in the bid related to
documentation requirements. Requesting information or
documentation on such nonconformities shall not be related
to any aspect of the price of the Bid. Failure of the Bidder to
comply with the request may result in the rejection of its Bid.

30.3 Provided that a bid is substantially responsive, the Employer


shall rectify quantifiable nonmaterial nonconformities related
to the Bid Price. To this effect, the Bid Price shall be
adjusted, for comparison purposes only, to reflect the price of
a missing or non-conforming item or component.

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.

KOCHI METRO RAIL LIMITED


Page 20 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

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.

34.2 In case of Prequalification, the Bidder’s Bid shall name the


same specialized subcontractor as submitted in the
prequalification application and approved by the Employer,
or may name another specialized subcontractor meeting the
requirements specified in the prequalification phase.

34.3 In case of Post-qualification, the Employer may permit


subcontracting for certain specialized works as indicated in
Section III 4 Experience. When subcontracting is permitted
by the Employer, the specialized sub-contractor’s experience
shall be considered for evaluation. Section III describes the
qualification criteria for sub-contractors.

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.

35.2 To evaluate a bid, the Employer shall consider the following


(as specified in BDS):

(a) the bid price, excluding Provisional Sums and the


provision, if any, for contingencies in the Schedules, but
including Day work items, where priced competitively;

(b) price adjustment for correction of arithmetic errors in


accordance with ITB 31.1;

(c) price adjustment due to discounts offered in accordance


with ITB 14.4;

(d) converting the amount resulting from applying (a) to (c)


above, if relevant, to a single currency in accordance
with ITB 32;

(e) price adjustment due to quantifiable nonmaterial


nonconformities in accordance with ITB 30.3;

(f) The additional evaluation factors as specified in Section


III, Evaluation and Qualification Criteria.

35.3 The estimated effect of the price adjustment provisions of the


Conditions of Contract, applied over the period of execution
of the Contract, shall not be taken into account in bid
evaluation.
35.4 If these Bidding Documents allows Bidders to quote separate
prices for different lots (contracts), the methodology to
determine the lowest evaluated price of the lot (contract)

KOCHI METRO RAIL LIMITED


Page 21 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

combinations, including any discounts offered in the Letter of


Bid Form, is specified in Section III, Evaluation and
Qualification Criteria.
35.5 If Abnormally Low-Priced Tender is one where the Tender
price, in combination with other constituent elements of the
Tender, appears unreasonably low to the extent that it raises
material concerns with the Employer as to the capability of
the Tenderer to perform the Contract for the offered Tender
price.
In the event of identification of a potentially Abnormally
Low-Priced Tender, the Employer shall undertake a three-
step review process as follows:

(a) identify abnormally low costs and unit rates by comparing


them with the Engineer’s estimates, other substantially
responsive Tenders, or recently awarded similar contracts;
(b)clarify and analyze the Tenderer’s resource inputs and
pricing, including overheads, contingencies and profit
margins; and
(c) decide whether to accept or reject the Tender.
With regard to Clause (b) above, the Employer will seek a written
clarification from the Tenderer of the reasons for the offered
Tender price, including a detailed analysis of costs and unit
prices, by reference to the scope, proposed methodology,
schedule, and allocation of risks and responsibilities. This may
also include information regarding the economy of the
manufacturing process; the services to be provided, or the
construction method to be used; the technical solutions to be
adopted; and any exceptionally favorable conditions available to
the Tenderer for the works, equipment or services proposed.
After examining the clarifications given and the detailed price
analyses presented by the Tenderer, the Employer may:
(a) accept the Tender, if the evidence provided
satisfactorily accounts for the low price and costs, in
which case the Tender is not considered abnormally
low; or
(b) accept the Tender but require that the amount
of the Performance Security be increased at the
expense of the Tenderer to a level sufficient to protect
the Employer against financial loss in the event of
default of the successful Tenderer under the contract.
The amount of the Performance Security shall
generally not be more than 20% of the Contract Price.

KOCHI METRO RAIL LIMITED


Page 22 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

In such a case, the Employer shall seek written


confirmation from the Tenderer during Tender
evaluation. If the Tenderer does not accept the
increase of the amount of the Performance Security,
its Tender shall be rejected; or

(c) Reject the Tender if the evidence provided does not


satisfactorily account for the low tender price, and make a
similar determination for the next lowest evaluated Tender, if
required.

(Ref. Section-II, BDS too for additional Paras)


36. Comparison of Bids 36.1 The Employer shall compare the evaluated prices of all
substantially responsive bids established in accordance with
ITB 35.2to determine the lowest evaluated bid.

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.

37.3 An affirmative determination shall be a prerequisite for award


of the Contract to the Bidder. A negative determination shall
result in disqualification of the bid, in which event the
Employer shall proceed to the next lowest evaluated bid to
make a similar determination of that Bidder’s qualifications
to perform satisfactorily.

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.

KOCHI METRO RAIL LIMITED


Page 23 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

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.

40.2 Until a formal contract is prepared and executed, the


notification of award shall constitute a binding Contract.

40.3 The Employer shall promptly respond in writing to any


unsuccessful Bidder who, after notification of award in
accordance with ITB 40.1, requests in writing the grounds on
which its bid was not selected.

40.4 In exceptional circumstances, a contract negotiation may be


needed. In such case, the Employer shall send to the
successful Bidder a letter of invitation to negotiate which
should not be mistaken as a Letter of Acceptance which,
under FIDIC Conditions of Contract, triggers contractual
obligations from both Parties. The Letter of Acceptance shall
be sent once the contract negotiation ends successfully.
Minutes of negotiation meetings, and agreements reached
therein, shall be attached to the Letter of Acceptance.

(Ref. Section-II, BDS too for additional Paras)


41. Signing of Contract 41.1 Promptly upon notification, the Employer shall send the
successful Bidder the Contract Agreement.
41.2 In case the agreement is sent, within twenty-eight (28) days
of receipt of the Contract Agreement, the successful Bidder
shall sign, date, and return it to the Employer.(Additional
information in BDS)

KOCHI METRO RAIL LIMITED


Page 24 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

42. Performance Security

a. Within twenty-one (21) days of the receipt of notification of


award from the Employer, the successful Bidder shall furnish
the performance security in accordance with the General
Conditions of Contract, subject to ITB 35.5, using for that
purpose the Performance Security Form included in Section X
Contract Forms, or another form acceptable to the Employer. If
the performan ce security furnished by the successful Bidder is
in the form of a bond, it shall be issued by a bonding or
insurance company that has been determined by the successful
Bidder to be acceptable to the Employer. A foreign institution
providing a bond shall have a correspondent financial institution
located in the Employer’s Country.(as specified in BDS)
b. Failure of the successful Bidder to submit the above- mentioned
Performance Security or sign the Contract shall constitute
sufficient grounds for the annulment of the award and forfeiture
of the bid security or execution of the Bid- Securing
Declaration. In that event the Employer may award the Contract
to the next lowest evaluated Bidder whose offer is substantially
responsive and is determined by the Employer to be qualified to
perform the Contract satisfactorily.

43. Inspections and


Auditing by the Bank
Tenderers shall permit and shall cause their agents (whether
declared or not), subcontractors, sub-consultants, service
providers, suppliers, and their personnel, to permit the Bank
and/or persons or auditors appointed by the Bank to inspect
and/or audit all accounts, records and other documents relating
to the procurement process, including but not limited to any
prequalification process, tender submission, proposal
submission, and contract performance (in the case of award).
Any failure to comply with this obligation may constitute a
prohibited practice subject to contract termination and/or the
imposition of sanctions by the Bank (including without
limitation a determination of ineligibility) in accordance with the
Bank’s prevailing sanctions procedures.

44. Contract Award Notice


Within ten (10) Business Days after the date of transmission of
the Letter of Acceptance, the Employer shall publish a
Contract Award Notice which shall contain at least the
following information:
(a) name and address of the Employer.
(b) name and reference number of the contract being
awarded, and the procurement method used.

KOCHI METRO RAIL LIMITED


Page 25 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

(c) names of all Tenderers that submitted Tenders, and their


Tender prices as read out at Tender opening, and as
evaluated, and when rated criteria are used, the evaluated
tender scores;
(d) names of all Tenderers whose Tenders were rejected
either as nonresponsive or as not meeting qualification
criteria, or were not evaluated, with the reasons therefor;
and
(e) the name of the successful Tenderer, the final total
contract price, the contract duration and a summary of its
scope.
45. Procurement-Related Complaint

The procedures for making a Procurement-related Complaint are


as specified below. The procedures for making a Procurement-
related Complaint are detailed in the Bank’s Procurement
Instructions for Recipients. If a Tenderer wishes to make a
Procurement-related Complaint, the Tenderer should submit its
complaint following these procedures, in writing (by the quickest
means available, such as by email or fax), to:
For the attention: [insert full name of person receiving
complaints]
Title/position: [insert title/position]
Employer: [insert name of Employer]
Email address: [insert email address]
Fax number: [insert fax number] delete if not used
A Procurement-related Complaint may challenge any of the
following:
1. the terms of the Tender Documents; and
2. the Employer’s decision to award the contract.

46. Code of Conduct: Environmental, Social, Health and Safety (ESHS)


The Tenderer shall submit the Code of Conduct that will
apply to the Contractor’s employees and subcontractors. The
Code of Conduct shall ensure compliance with the ESHS
provisions of the contract, including those as may be more
fully described in the Works Requirements in Section VII.
Refer Attachment 29 of Section IV. Bidding Forms.

KOCHI METRO RAIL LIMITED


Page 26 of 27
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION I: Instruction to bidder

47. Environmental, Social, Health and Safety (ESHS) Requirements


Tenderers shall submit the following:
 Management Strategies and Implementation Plans
(MSIP) to manage the related key ESHS risks;
 Code of Conduct for Contractor’s Personnel to ensure
compliance with the Contractor’s ESHS obligations
under the Contract;
 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.

KOCHI METRO RAIL LIMITED


Page 27 of 27
KOCHI METRO RAIL LIMITED

BID DOCUMENTS

FOR

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

TENDER NO. KBE-04

PART 1: BIDDING PROCEDURE

SECTION II: BID DATA SHEET

Kochi Metro Rail Limited (KMRL)


(A Joint venture company of Govt. of India & Govt. of Kerala)
4th Floor, JLN Metro Station, Kaloor, Ernakulam, Kerala, India, Pin- 682017
E-mail: [email protected]
Website: www.kochimetro.org
Telephone: 0484 2846700, 0484 2846770

KOCHI METRO RAIL LIMITED


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

Section II. Bid Data Sheet


A. Introduction
Definitions & The following terms are used in the Bidding Documents shall have the same
Abbreviations meaning and interpretations:
The following terms, if used anywhere in the Bidding Documents shall have the
meaning and interpretations as under:
 ‘Tender(s)’ and ‘Bid (s)’ are synonymous
 ‘Tenderer(s)’ and ‘Bidder(s)’ are synonymous
 ‘Employer’s Requirements’ and ‘Work Requirements’ and Scope of the
work
 “Affiliate(s)” means an individual or an entity that directly or indirectly
controls, is controlled by, or is under common control with the
Contractor.
 “Applicable law” means the laws and any other instruments having the
force of law in the Client’s country, , as they may be issued and in force
from time to time.
 “Agency” means Any funding agency who provide financial assistance in
terms of loan for the project.
 “Bank” which detail about the source of fund means AIIB
 “Bidder” or “Tenderer” means “Contractor” who is intended to
participatein submission of RFP for this work.
 “Base Date” 28 days prior to the date of last date of submission of Bid
 “Client” means the implementing agency that signs the Contract for the
Services with the selected Contractor i.e. Kochi Metro Rail Limited
 “Contractor” means a legally-established professional firm or an entity
that may provide or provides the Services to the Client after entering in
to Contract with client.
 “Bidder” means a legally-established professional services provider firm
or an entity that may provide or provides the Services to the Client
under the Contract.
 “COD / ROD” Commercial/ Revenue operation Date
 “Contract” means a legally binding written agreement signed between
the Client and the Contractor. It includes all the attached documents
listed in its Clause 1 (the General Conditions of Contract (GCC), the
SpecialConditions of Contract (SCC), and the Appendices).
 “Bid Data Sheet” means an integral part of the Instructions to Bidders
(ITB) Section 2 that is used to reflect modifications, to the provisions of
the ITB.
 “Day” means a calendar day of English Calendar.
KOCHI METRO RAIL LIMITED Page 1 of 31
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
 “Experts” means, collectively, Key Experts, Non-Key Experts, or any
otherpersonnel of the Contractor, Sub-Contractor or Joint Venture
member(s).
 “Government” means the government of the Client’s country.
 “Joint Venture (JV)” means an association with or without a legal
personality distinct from that of its members, of more than one
Contractor where one member has the authority to conduct all business
for and on behalf of any and all the members of the JV, and where the
members of the JV are jointly and severally liable to the Client for the
performance of the Contract.
 “Key Expert(s)” means an individual professional whose skills,
qualifications, knowledge and experience are critical to the performance
of the Services under the Contract and whose CV is taken into account in
the technical evaluation of the Contractor’s proposal.
 “ITB / ITC” (this Section 1 of the RFP) means the Instructions to
Contractors that provide the shortlisted Contractors with all information
they need to prepare their Proposals.
 “LOI”/LOA: means the Letter of Intent / Letter of Award being sent by
the Client to the finally selected Contractors.
 KMRL: Kochi Metro Rail Limited.
 “Non-Key Expert(s)” means an individual professional provided by the
Contractor or its Sub-Contractor and who is assigned to perform the
Services or any part thereof under the Contract and whose CVs are not
evaluated individually.
 “Proposal” means the Technical Proposal and theFinancial Proposal of
the Contractor.
 “RFP” means the Request for Proposals to be prepared by the Client for
the selection of Contractors, based on the SRFP.
 “Services” means the work to be performed by the Contractor pursuant to
the Contract Agreement.
 “Sub-Contractor/ Sub-Bidder” means an entity to whom the Contractor
intends to subcontract any part of the Services while remaining
responsibleto the Client during the performance of the Contract.
 “SRFP” means the Standard Request for Proposals, which may be used
bythe Client as the basis for the preparation of the RFP.
 “TORs” / Scope of the work means the Terms of Reference that explain
the objectives, scope of work, activities, and tasks to be performed,
respective responsibilities of the Client and the Contractor, and expected
results.

KOCHI METRO RAIL LIMITED Page 2 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

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

KOCHI METRO RAIL LIMITED Page 3 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

ITB 4.1 In addition to the existing clause:

 Bidder shall be Legal entity.

JV/Consortium is permitted

Maximum number of members in the JV shall be: 2 (Two) (Including


Substantial and non-substantial Member)

1. In the case of a JV or Consortium, all members of the Group shall be


jointly and severally liable for the performance of whole contract

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.

3. LEAD PARTNER/ NON SUBSTANTIAL PARTNERS/ CHANGE


IN JV/ CONSORTIUM
(a) Lead partner must have a minimum of 51% participation in the
JV/Consortium.

(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.

(c) The number of members in JV/Consortium–should not be more than


two.
(d) In case of JV/Consortium, change in constitution or percentage
participation shall not be permitted at any stage after their
submission of application otherwise the applicant shall be treated as
non-responsive.
(e) The tenderer, in case of JV/Consortium, shall clearly and
unambiguously define the role and responsibilities for each
substantial/non-substantial partner in the JV agreement / MOU
submitted, providing clearly that any abrogation/subsequent re-
assignment of any responsibility by any substantive/non-substantive
partner of JV/Consortium in favour of other JV/Consortium partner
or any change in constitution of partners of JV/Consortium (without
written approval of Employer) from the one given in JV agreement /
MOU at tender stage, will be treated, as ‘breach of contract
condition’ and/or ‘concealment of facts’ (as the case may be and
acted accordingly.
(f) POA for JV members and JV agreement must be uploaded and to be
submitted in originals as hardcopy.
(g) No letter of intent of entering into a future JV/Consortium agreement
is permitted in this tender. Bidders are required to upload the PoA
for the JV/Consortium, Board Resolution for the PoA and duly
KOCHI METRO RAIL LIMITED Page 4 of 31
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
notarized copy of JV/ Consortium agreement along with the bid
submission and also to submit the original hard copy of the above
documents at this office before the opening date and time.

(h) The authorized representative from lead member of JV/Consortium


shall be signatory of the bid. (Ref. Form: Power of attorney for lead
member of consortium, Section IV of Part-1)
(i) The Joint Bidding Agreement shall be in the format as provided
under Section IV.(Form 8)
4. If the contract is awarded to a JV, shall be registered (if not done
before) as a separate legal entity in the same share holding pattern as
mentioned in the JV agreement, prior to execution of the contract
agreement.
ITB 4.5 This Bidding Process is in Single stage two-packet system through e-
tender portal of Kerala Govt. e-tenders (http://etenders.kerala.gov.in) &
open to all eligible bidders as per qualification criteria mentioned under
Section-III. Unless otherwise approved by the Employer, the Bids for this
Contract will be considered only from those companies, corporation,
partnerships, consortia or joint ventures and any legal entity that pass the
Eligibility Criteria under Section III based on submissions with the Bid.
ITB 4.10 The bidders or any member of JV/ Consortium must not been banned or
(Additional blacklisted by any Central / State government department/ or public sector as
Para) on the date of Bid submission. Bidder shall submit Attachment 30 of bidding
forms in this regard.
Simultaneously the bidder or any of its member of JV/Consortium should not
be listed in exclusion list of Section-V. The Bidder should submit
undertaking to this effect.
ITB 4.11 Where the Bidder is a Joint Venture or Consortium, the Bidder shall submit
(Additional the following additional information to meet the qualification criteria for
Para) eligibility:
(a) A Joint Venture / Consortium Agreement shall be provided duly
notarized by the notary public or registered with the appropriate authority
of country of origin.
(b) Nomination of one of the Members of the JV/Consortium or Joint
Venture to be in-charge (“Lead member”); and this authorization shall be
covered in the Power of Attorney signed by the legally authorized
signatories of all Members of Consortium or Joint Venture.
(c) Details of the intended financial participation by each member shall be
furnished with complete details of the proposed division of
responsibilities and relationships among the individual Members.
(d) The Lead member shall be authorized to incur liabilities, receive
payment and receive instructions for and on behalf of any or all Members
of the Consortium / Joint Venture.
(e) All members of the Consortium / Joint Venture shall be jointly and
severallyresponsible for the execution of the Contract in accordance with
the terms and conditions of the Contract.
(f) Deleted.
(g) The Bid shall be signed by duly authorized signatory of the Lead
KOCHI METRO RAIL LIMITED Page 5 of 31
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
Member, as envisaged in this document, to be legally binding on all the
Members of the JV/ Consortium.
ITB 4.12 Indian Bidders, or Indian Members of a JV/ Consortium shall submit, a copy
(Additional of the Permanent Account Number (PAN) issued by the Income Tax
Para) Authorities and a certified copy of the 3 years (including the latest Financial
Year 2023- 24) income tax return, duly acknowledged by Income Tax
department with their Bid and the Technical Package. In case the Indian
member of a JV/Consortium is a wholly owned 100% subsidiary of their
foreign partner in the said JV/Consortium and this Indian company has been
formed less than 3 years ago, the certified copy of the latest Financial Year
income tax return (applicable only if company was formed more than a year
ago), duly acknowledged by Income Tax department shall be submitted in
the Technical Package.
The foreign partner of the JV/Consortium/Foreign Bidder shall submit
appropriate documents pertaining to their financial capability/ balance sheets
audited by statutory auditor for any three out of the last five financial years
ending in March 2024(In the case of Foreign bidders that follow a different
financial year, financial statements may be submitted for their respective
financial year ending within March 2024) and clearances of taxes as per the
relevant law of the country of their origin.
ITB 4.13 Canvassing or offer of an advantage or any other inducement by any person
(Additional witha view to influencing acceptance of a Bid will be an offence under laws of
Para) India. Such action will result in the rejection of the Bid, in addition to other
punitive measures.

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.

KOCHI METRO RAIL LIMITED Page 6 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

B. Bidding Documents

ITB 6.1 Replaced provisions of ITB 6.1 with the following:

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.

PART 1: Bidding Procedures

 Section I. Instructions to Bidders (ITB)


 Section II. Bid Data Sheet (BDS)
 Annexure II-A. Tool Kit of e-tender (enclosed)
 Appendix-1 List of Document
 Section III. Evaluation and Qualification Criteria
 Section IV. Bidding Forms
 Section V. Eligibility in AIIB-Financed Procurement
 Section VI. Prohibited Practices

PART 2: Works Requirements


 Section VII-A: General Specifications
 Section VII-B: Particular Specifications
 Section VII-C: Tender Drawings and Reference Documents
 Section VII-D Conditions of Contract on ESHS
PART 3: Conditions of Contract and Contract Forms

 Section VIII. General Conditions of Contract (GC)


 Section IX. Particular Conditions of Contract (PC)
 Section X. Contract Forms

PART 4: Financial Bid & Bill of Quantities


 Preamble
 BOQ

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.

KOCHI METRO RAIL LIMITED Page 7 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

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.

The bid submitted by the bidder should be unconditional & No deviation /


alteration/ reservation & omission is permitted.

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.

KOCHI METRO RAIL LIMITED Page 8 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

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]

A Bidder requiring any clarification of the Bidding Document may notify


the Employer online through email at [email protected] or raise its
inquiries during the pre-bid meeting if provided for in accordance with ITB
7.4.

KMRL shall endeavor to respond to the questions raised or clarifications


sought by the Bidders by uploading the same in the form of
corrigendum/clarification in the e-tender portal of Kerala Govt. e-tenders
within the time and date specified in the NIT. KMRL will not respond and
reply to each of the bidders individually.

KMRL may also on its own motion, if deemed necessary, issue


Interpretations and clarifications to all Bidders in the form of Addendum
and the same shall be uploaded on e-tender portal of Kerala Govt. e-tenders
(http://etenders.kerala.gov.in). All clarifications and interpretations issued
by KMRL shall be deemed to be part of the Bid Documents. Verbal
clarifications and information given by KMRL or its employees or
representatives shall not in any way or manner be binding on KMRL.

KOCHI METRO RAIL LIMITED Page 9 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
ITB 7.1.1 Should the Bidder for any reason whatsoever, be in doubt about the meaning of
(Additiona anything contained in the Bid Documents or the extent of detail in the Works
lPara) Requirements (General Specification and Technical Specification) and Bidding
Drawings, the Bidder shall seek clarification from KMRL, not later than the date
specified. Bidders are advised to use the format attached in Section IV: Bidding
Forms (Form 11) while seeking clarifications.
ITB 7.4 A Pre-Bid meeting shall take place at the following date, time and place:
Date: (As per NIT)
Time: (As per NIT)
Place: 4th Floor, JLN Metro Station, Kaloor, Ernakulam, Kerala, India-
682017

Prebid Meeting Link: meet.google.com/utz-rkcx-cyc


ITB 7.5 The Bidder is requested, as far as possible, to submit any questions in writing,
to reach the Employer before the date and time specified for Pre-Bid meeting
in NIT & ITB 7.4 above. The bidder may send such queries by mail to
[email protected]

Clarification seeking end date: (As per NIT)


Last date of reply to clarification: (As per NIT)

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.

ITB 8.2 Following is added to existing ITB 8.2


Such modification in the form of an addendum/Corrigendum will be uploaded
on the e- tendering portal http://etenders.kerala.gov.in within the date given
in NIT, which shall be available for all the prospective Bidders who have
purchased the Bidding Documents in the Bid period. Without prejudice to the
general order of precedence prescribed in the Clause 1.5 of GC and Sub Clause
1.5 Priority of documents, of PC, the provisions in any such addenda/
Corrigenda shall take priority over the Invitation to Bidders and Bidding
Documents previously issued. Bidder shall ensure these documents should be
submitted along with their original Bid documents submission. All these
addendums, corrigendum and clarifications shall be part of the contract
agreement.

KOCHI METRO RAIL LIMITED Page 10 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
ITB 8.4 The Bidder should note that there might be aspects of its Bid and/or the
(Additional documents submitted as part of Bid that will necessitate discussion and
Para) clarification. It is intended that any aspect of the said documents and any
amendments or clarification that are to have contractual effect will be
incorporated into the Contract either:

(a) by way of Particular Conditions of Contract to be prepared by the


Employer and agreed in writing by the Bidder prior to and conditional upon
acceptance ofthe Bid; or
(b) by the Bidder submitting, at the written request of the Employer,
documents which, are expressly stated to form part of the contract, whether
requested before or after submission of the documents forming part of the
Bid, and whether as supplements to, or amended versions of such
documents.

KOCHI METRO RAIL LIMITED Page 11 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

C. Preparation of Bids

ITB 10.1 The language of the bid is: English


All correspondence/ exchange shall be in the English language.

Language for translation of supporting documents and printed literature is English.

Supporting documents related to Work Experience, Financial & Technical


eligibility criteria enclosed with the bid, other than English language should
accompany a translated copy by a certified translator in English and will have to be
notarized. The contact address & identification of certified translator must be
mentioned at the end of the translated copy of the document.

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.

ITB 11.1 In addition to the existing clause:

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.

Technical Package: To be submitted at appropriate place i.e. Technical Section on


e-tender portal

Financial Package: Financial bid (E BoQ) form to be duly filled up directly in


the Financial Envelope only on e-tender portal and not
anywhere else.
 The bidder should ensure that the none of the part of Financial Bid should
be uploaded in anywhere in the technical section, if the bidder does so then
his bid will be considered as invalid bid and rejected outright and not
considered for further evaluation.
KOCHI METRO RAIL LIMITED Page 12 of 31
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

 The original Bank Guarantee/DD/FDR of Bid Security shall be submitted


One Hour Prior to the opening of bid at the office of KMRL at address (ITB
7.1)

For Bid Security: refer BDS ITB 19.1 below.

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)

Each Bidder (each Member in the case of a JV/Consortium) is required to


confirm and declare with its Bid that no agent, middleman or any intermediary
has been, or will be, engaged to provide any services, or any other item or work
related to the award and performance of this Contract. Such Bidder or Member
will have to further confirm and declare in the Bid that no agency commission or
any payment which may be construed as an agency commission has been, or will
be, paid and that the Contract Price will not include any such amount. If the
Employer subsequently finds to the contrary, the Employer reserves the right to
declare the Bidder as non-compliant, and declare any Contract if already awarded
to the Bidder to be null and void. Specific declaration to this effect exactly as per
Section IV: Bidding Form (Form 18) shall be submitted with the Technical
Package.
ITB 11.4 Technical Package:
(Additional
Para) The Bidder shall submit/ upload (through digital signature in the “Technical
Package” / “Technical Section in the e-tender portal of Kerala.

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.

b) In the event of cancellation /Discharge of bidding procedure or


withdrawal/recall of bid by KMRL, the cost of bid document (Tender
fee) may be returned at the sole discretion of KMRL. No interest or any
other charges on bid security (paid by BG) by the bidder shall be payable
to the bidder in these circumstances.

ITB 11.7 Financial Package


(Additional
Para)

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.

KOCHI METRO RAIL LIMITED Page 15 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
i) Invoice as per GST Act should be furnished prior to every running
account/final bills.
j) The GSTIN of Kochi Metro Rail Ltd is 32AAECK5274H1ZL
k) GST at actuals shall be paid on the quoted/corrected base value as per GST
law in India after submission of appropriate GST invoices with GSTIN of
the bidder and GSTIN of Kochi Metro Rail Ltd - 32AAECK5274H1ZL.
l) Under GST law the contractor shall also comply regarding filing of all the
returns to the GST network/government departments within the stipulated
time every month or such other period as required by the Government. If the
contractor does not comply with any of the GST laws and procedures and if
KMRL incurs any liability on this account or does not get the input credit
from the GST Network/Government as goods and/or service receiver due to
the contractor’s failure to comply with the procedures of filing / uploading
of data/submissions of documents etc. in time then all such liability
including the input credit of the GST lost by KMRL and the penalties and
interest incurred by KMRL would be the liability of the contractor and the
same shall be recovered either by recovery from security deposits / any
other amount payable by the contractor to KMRL or through direct
payment. The contractor shall submit the copy of latest filed return - GSTR1
along with the invoice.

ITB 13.1 Alternative bids shall not be permitted.

ITB 13.2 Assigned time of completion of proposed work is 24 (Twenty-Four) Months


from the date of issue of LoA.
Alternative times for completion not permitted.

ITB 13.3 Alternative technical solutions shall not be permitted.

ITB 13.4 Alternative technical solutions shall not be permitted

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.

KOCHI METRO RAIL LIMITED Page 16 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

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.

KOCHI METRO RAIL LIMITED Page 17 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
ITB 14.12 Contractors shall import goods at their Importer-Exporter Code (IEC) & GSTIN.
(Additional Financial implication, if any, on account of the instruction not being followed in
Para) letter and spirit by the contractor shall solely borne by the contractor. The
responsibility, risk and liabilities arising on account of import and delivery of
these goods at site, lie with the contractor.
The contractor shall be solely responsible to find out and ascertain whether their
supplies for Kochi Metro Rail Project under this contract will qualify and be
eligible for the concessional duty benefits under Chapter 98.01 of Customs Tariff
Act for Project Imports. On award of contract, at the written request of the
Contractor, KMRL can facilitate the contractor with sponsoring /
recommendation Letter for getting themselves registered for availing Project
Import Benefits. However, the responsibility to avail the concessional benefits
under Project Import or otherwise as extended in accordance with the law of the
land shall solely rest with the contractor. The contractor shall also ensure
completion of all formalities including closure of Project Import etc., if any, with
the customs authorities in terms of the Regulations.

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.

KOCHI METRO RAIL LIMITED Page 18 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

ITB 18.1 The bid validity period shall be 180 days.


ITB 18.3 (a) The bid price shall remain fixed even on extension of bid validity
ITB 19.1 A Bid Security is required as per details below:
INR 1.77 Crores (One Crore Seventy Seven Lakhs only)
Bid security to be submitted in the form of
• Bank Guarantee (including e-bank guarantee), OR
• Account Payee Demand Draft OR
• Fixed Deposit OR
• Transfer through e-tender portal OR
• Online payment to KMRL Bank Account.

Bid security in the form of unconditional bank guarantee (payable at


branch in Kochi) 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. In the form of Bid Security as per Form in Section-IV:
Bidding Forms.

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

The Scanned copy of Bank Guarantee OR Account Payee Demand


Draft OR Fixed Deposit Receipt Lien marked to KMRL OR transfer
through e-tender portal OR Online payment to KMRL Bank Account
shall be uploaded in the provision created in the name of “EMD
through BG/ST or EMD Exemption Allowed” in e-tender Portal.

Bank Details (Beneficiary/ Bank Name/ Branch/ IFSC Code) forprocessing


Bank Guarantee as stated below:

1. BANK NAME: Union Bank Of India


2. Branch with Address: Mid Corporate Branch
3. Bank Account Name: Kochi Metro Rail Limited
4. Bank Account No.: 519201010033118
5. Bank Account type: Current Account
6. IFS Code: UBIN0551929
Note:-
(a) A scanned copy of this BG is to be uploaded online and the Bidder
should ensure physical submission of the original bank guarantee at the
office of KMRL at address specified in Bidding Documents one hour
KOCHI METRO RAIL LIMITED Page 19 of 31
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
prior to the opening time of tender.
(b) If the Bidder fails to submit bid prior to the date of opening ,his bid shall
not be considered for opening & shall be rejected .
(c) The Bid Security shall remain valid for a period of 45 days beyond the
validity period for the Tender.
ITB 19.2 Bid securing declaration is not applicable in this tender

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”.

Scan copy of BG/Other forms (as mentioned in ITB 19.1) to be uploaded in


website and also to be submitted as hard copy.
ITB 19.4 Any bid not accompanied by a substantially responsive i.e. bankable bid security,
shall be rejected by the Employer as non-responsive and will not be taken up for
evaluation.
ITB 19.5 The bid security of unsuccessful Bidders shall be returned as promptly as
possible upon finalizing the tender process or within 30 days after opening
financial bid whichever is earlier.
ITB 19.7 Replace the existing ITB Clause:

The bid security may be forfeited,

(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

(b) if the successful Bidder:

(i) Fails to Sign the Contract in accordance with ITB 41; or

(ii) Fails to furnish a performance security in accordance with ITB 42.

(iii) If bidder furnish false information, false & forged experience


certificate/documents with the bid, which fails in authenticity
verification by KMRL, shall lead to disqualification from the
tender.

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.

KOCHI METRO RAIL LIMITED Page 20 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
ITB 19.9 Not applicable as Bid Security is required in this bid.

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.

“As the Contract Agreement will be required to be executed by all other


Members of the Consortium also in addition to signing by the Lead Member,
therefore each of such other Members is required to issue a Power
of Attorney authorizing an individual as its authorized signatory, inter alia, to
sign the Contract Agreement. The format of the Power of Attorney is provided
in Section IV: Bidding Form (Form 9D).”

In case of Foreign Bidders, Power of Attorney(s) and Board Resolution


confirming authority on the persons issuing the Power of Attorney for such
actions shall be submitted with embassy attested similar document from their
country of origin/ Apostille certificate for countries that are part of The Hague
Legislation Convention 1961. Also, in case the documents are in foreign
language the translation of the same shall be authenticated by
Embassy/Apostilled as above mentioned.
ITB 20.3 i. A firm, who has purchased the Bid Document in his name shall submit
(Additional the Bid in his own name by using his DSC.
Para) ii. In case of JV / Consortium the power of attorney holder of
JV/Consortium is authorized to sign all legal documents and other
enclosures. However the digital signature (DSC) of any member of
KOCHI METRO RAIL LIMITED Page 21 of 31
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
JV/Consortium may be used for accessing/downloading/uploading &
submitting the tender documents.
iii. Such digital signature holders who is submitting the bid shall be jointly
and appropriately authorized by all JV/Consortium partner & a notarized
authority letter should be enclosed with the bid.
iv. The facility in the e-tender portal of Kerala Govt. e-tenders is also available
for viewing & downloading the document free of cost.
ITB 21 Bids shall be submitted through e-tender portal of Kerala Govt. e-tenders only.
(Replaced) ‘Technical Envelope’ shall contain the Technical Proposal and ‘Commercial
Envelope’, shall contain Schedule of Prices or the Pricing Documents in
accordance with the provisions of ITB 11.4.

Hard copy submission permitted only for stamp paper/notarized documents


(Power of Attorney, EMD as bank guarantee/other formats specified in ITB
19.1) only. Tender reference number and name must be super scribed on the
envelope being submitted.
ITB 22.1 Bid submission start time : As per NIT
Deadline for bid submission : As per NIT

For hard copy submission of stamp paper/notarized documents only, the


Employer’s address is

Attention : General Manager (Procurement)


Address : Kochi Metro Rail Ltd.
4th Floor, JLN Stadium Metro Station,
Kaloor, Ernakulam.
City : Kochi
ZIP Code : 682017
Country : India

Telephone : 0484-2826700
Fax number : 0484-2380686

General Tender Terms & Conditions for e-Procurement

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.

A). ONLINE BIDDER REGISTRATION PROCESS :

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.

B) ONLINE TENDER PROCESS :

The tender process shall consist of the following stages:

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.

ii. Publishing of Corrigendum: All corrigenda shall be published on


www.etenders.kerala.gov.in and shall not be available elsewhere.

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, problem must be intimated to the concerned Tender
Inviting Authority via email.

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 :

i). The First Stage (Pre-Qualification or Technical Cover):

Pre-Qualification or Technical proposal shall contain the scanned copies of the


KOCHI METRO RAIL LIMITED Page 23 of 31
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
documents other than Price bid.
The department does not 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.

D) TENDER DOCUMENT FEES AND EMD

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 :

For submission of bids, all interested bidders have to 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.

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 bid opening/ shall take place at office of:


GM (Procurement)
Kochi Metro Rail Limited (KMRL)
4th Floor, JLN Stadium Metro Station, Kaloor, Ernakulam - 682017
Date: (As per NIT)
Time: (As per NIT)
The bidders have only option to submit their bids electronically, the electronic
bidopening procedure shall be as under:-

The Technical Section / Packages of Online Submitted Bids shall be opened/


downloaded by the opening committee on due date and time of Bid opening.
After evaluation of Technical Bid received electronically via E-Tender portal of
Kerala Govt. e-tenders, http://etenders.kerala.gov.in, the Financial/
Commercial Package/ Section of bid of technically successful bidder shall be
opened.

KOCHI METRO RAIL LIMITED Page 25 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
Result of Technical Evaluation shall be communicated electronically by
updating in e-tender portal.

ITB 25.2 Replace provisions of ITB 25.2 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 25.3 Replace provisions of ITB 25.3 with the following:


The reading out of the Technical Proposal shall include the presence or absence
of a bid security, the name of bidder and any other details as the Employer may
consider appropriate.

ITB 25.4 Replace provisions of ITB 25.4 with the following:


The Employer shall prepare a record of the bid opening that shall include,
minimum the name of the Bidder and the presence or absence of a bid security
and tender fee. The Bidders’ representatives who are present shall be requested
to sign the record. The omission of a Bidder’s signature on the record shall not
invalidate the contentsand effect of the record.

KOCHI METRO RAIL LIMITED Page 26 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

E. Evaluation, and Comparison of Bids


ITB 29.1 General Evaluation: Prior to the detailed evaluation of Bids, the Employer will
(Additional determine whether each Bid:
Para)  Contains all enclosures, declarations, formats and BOQ
 the complete bid document is uploaded to the e-tender portal of Kerala
Govt. e-tenders, http://etenders.kerala.gov.in through digital signature of
bidders along with all enclosures as instructed and procedures describes in
ITB 11.4 above.
 has been accompanied by a valid Bid Security & Tender fee; and meets the
Qualification & Evaluation Criteria - Bidders, which do not qualify the
eligibility criteria as per Section III shall not be considered for further
evaluation of Technical packages and shall be rejected
 meets the other aspects of general evaluation as per BDS ITB 4.1 to 4.12

The employer will determine whether each tender is substantially responsive to


the requirements of the Tender Documents i.e. it conforms to all terms,
conditions and specifications of the tender document. In case of any
unconformity, the tender shall be disqualified and rejected.

ITB 31.1 Replace existing ITB 31 and its sub-Para as under


Bids determined to be substantially responsive will be checked by the Employer
for any arithmetic errors. Errors will be corrected by the Employer on the
following basis:
(a) 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) 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;
(c) If there is a discrepancy between words and figures, the amount in words
shall prevail, unless the amount expressed in words is related to an
arithmetical error, in which case the amount in figures shall prevail
subject to (A) and (B) above.
(d) If the Bidder does not accept the corrected Bid, its Bid will be rejected
and the Bid Security shall be forfeited.
(e) Bidders are required to quote the price against each item described in
financial bid/BOQ. If bidders fail to quote price of any item/items it will
be assumed that its price has been already considered in the price of
other items and execution of such item shall be binding on the successful
contractor.

KOCHI METRO RAIL LIMITED Page 27 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
ITB 32.1 Bids will be compared in Indian National Rupees (INR) only. This will be
achieved by conversion of the Foreign Currency, if any, of the Bid into Indian
Rupees by using the Exchange Rates at the rate as per State Bank of
India TT selling rate on the “Base Date” (28 Days prior to final date of
Bid submission), and then adding the same to the Indian Rupee portion (if any)
of the Bid. In case this particular day happens to be a holiday the next working
day shall be considered.

ITB 34.1 No subcontractor is selected by Employer.

ITB 34.4 Sub-Contract


(Additional Sub–contracting shall be generally limited to 50% of the awarded price of the work,
Para)
excluding the cost of design, if any. The terms and conditions of subcontracts and
the payments that have to be made to the Subcontractors shall be the sole
responsibility of the Contractor.
Prior consent and written approval of the Employer is required for proposed
Subcontractors for any work assigned. The terms and conditions of subcontracts
and the payments that have to be made to the Subcontractors shall be the sole
responsibility of the Contractor. The credentials of the Sub-contractor and Vendor
need approval of employer. The Contractor shall certify thatthe cumulative value of
the subcontracts awarded is within the aforesaid 50% limit. In this regard the
Bidder’s attention is drawn to Sub-Clause 4.4 Subcontractors of PC. Any
proposals by the Bidders intheir offer shall not be construed as an approval of the
vendor.
The Subcontractor / Vendor shall fully comply with the technical specifications
included in the Works Requirements. An undertaking as in Appendix 4.4-D and
proof to be submitted during the submission of tender.
ITB 35.2 Evaluation of Bids will be done on the basis of prices including GST, post
correction of arithmetical errors if any.

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.

KOCHI METRO RAIL LIMITED Page 28 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet

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.

KOCHI METRO RAIL LIMITED Page 29 of 31


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION II: Bid Data sheet
ITB 51 Guarantees and Warranties
(Additional The Contractor shall submit other all Warranties, Guarantees & Undertakings
Clause)
(as applicable) in accordance with New Sub-Clause 4.2A Guarantees and
Warranties & Undertakings of PC and Section I ITB and Section X-Contract
form.
If the Bidder comprises a Consortium, a parent company of each Member of
such Consortium will be required to execute the Undertakings and Guarantees
referred to in sub-paragraphs (b) and (c) of Sub-Clause 4.2A Guarantees and
Warranties & Undertakings of PC and also Section X-Contract form.
The Contractor should note that all Guarantees, Undertakings and Warranties
except Advance Payment Guarantee, Retention Money Guarantee shall be
executed prior to signing of the Contract.

KOCHI METRO RAIL LIMITED Page 30 of 31


KOCHI METRO RAIL LIMITED

BID DOCUMENTS

FOR

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

TENDER NO. KBE-04

PART 1: Bidding Procedure

ANNEXURE II-A-Toolkit

Kochi Metro Rail Limited (KMRL)


(A Joint venture company of Govt. of India & Govt. of Kerala)
4th Floor, JLN Metro Station, Kaloor, Ernakulam,
Kerala, India, Pin- 682017
E-mail: [email protected]
Website: www.kochimetro.org
Telephone: 0484 2846700, 0484 2846770
Tender No. KBE-04/2025 PART 1: Bidding Procedure
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.

A). ONLINE BIDDER REGISTRATION PROCESS:

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.

B). ONLINE TENDER PROCESS:

The tender process shall consist of the following stages:

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.

ii. Publishing of Corrigendum: All corrigenda shall be published on www.etenders.kerala.gov.in and


shall not be available elsewhere.

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.

KOCHI METRO RAIL LIMITED


Page 2 of 4
Tender No. KBE-04/2025 PART 1: Bidding Procedure
Annexure II-A- Toolkit

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.

C). DOCUMENTS COMPRISING BID:

(i). The First Stage (Pre-Qualification or Technical Cover):

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

KOCHI METRO RAIL LIMITED


Page 3 of 4
Tender No. KBE-04/2025 PART 1: Bidding Procedure
Annexure II-A- Toolkit

quotation will be treated as non - responsive and rejected.

D). TENDER DOCUMENT FEES AND EARNEST MONEY DEPOSIT (EMD)

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.

E). SUBMISSION PROCESS:

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.

KOCHI METRO RAIL LIMITED


Page 4 of 4
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation andQualification Criteria

KOCHI METRO RAIL LIMITED


BID DOCUMENTS

FOR

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

TENDER NO. KBE-04

PART 1: BIDDING PROCEDURE

SECTION III: EVALUATION & QUALIFICATION


CRITERIA

Kochi Metro Rail Limited (KMRL)


(A Joint venture company of Govt. of India & Govt. of Kerala)
4th Floor, JLN Metro Station, Kaloor, Ernakulam, Kerala, India, Pin- 682017
E-mail: [email protected]
Website: www.kochimetro.org
Telephone: 0484 2846700, 0484 2846770

KOCHI METRO RAIL LIMITED


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and
Qualification Criteria

SECTION-III: Evaluation & Qualification Criteria

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

1.3 Alternative Completion Times – Not Applicable


1.4 Technical alternatives – Not Applicable

KOCHI METRO RAIL LIMITED Page 1 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and
Qualification Criteria

2. Qualification

KOCHI METRO RAIL LIMITED Page 2 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

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.

No. Subject Requirement Single Entity Joint Venture/ Consortium Documentation


(existing)
All Parties Each Any one
Combined member member

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

Must meet Statement of


1.3 Agency Eligibility Not being ineligible to the Agency Must meet Must meet N/A Integrity
financing, as described in ITB 4.3 requirement requirement requirement (appendix to

Letter of Bid)

Must meet Forms ELI –


1.4 Government Meet conditions of ITB 4.3 Must meet Must meet N/A
Owned Entity of requirement requirement requirement 1.1 and 1.2,with
the Borrower attachments
country

2 Historical Contract Non-Performance

KOCHI METRO RAIL LIMITED Page 3 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

Non-performance of a contract1 did Must meet Form CON-2


2.1 History of Non- not occur as a result of contractor’s Must meet requirement Must meet N/A
Performing default in the past five (5) years. requirement2 requirement2
Contracts

Must meet Letter of Bid


2.2 Suspension Based Not under suspension for Must meet requirement Must meet N/A
on Bid securing defaulting Bid Securing Declaration requirement requirement
declaration of of other tenders
other tenders

N/A Form CON-2


2.3 Pending Litigation All pending litigation shall in total Must meet Must meet N/A
not represent more than one hundred requirement requirement
percent (100%) of the Bidder’s net
worth

3.0 Financial Situation and Performance

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.

KOCHI METRO RAIL LIMITED Page 4 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

No. Subject Requirement Single Entity Joint Venture/ Consortium Documentation


(existing)
All Parties Each Any one
Combined member member
Notes: 3.1 (i)
The liquidity shall be ascertained
from Net Working Capital {Current
Assets – (current liabilities +
provisions)} as per latest audited
balance sheet of FY 2023-24 and/or
from the Banking reference(s).

Banking Reference should be in the


format provide in Section IV
Bidding forms:

In case the Net Working Capital (as


seen from the Balance Sheet) is
negative, only the Banking
reference(s) will be considered,
otherwise the aggregate of the Net
Working Capital and submitted
Banking reference(s) will be
considered for working out the
Liquidity.

In case the Bidder is a JV /


Consortium and if Banking
Reference is issued by the bank in
favor of the JV / Consortium for this
Contract, then it will be
considered for the Bidder and if the
Banking reference(s) is issued in

KOCHI METRO RAIL LIMITED Page 5 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

favor of any member of JV /


Consortium it will be considered
only for that 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.

Example: Let member-1 has


percentage participation = M and
member-2 has percentage
participation = N. If minimum
working capital required is ‘W’ then
𝑊𝑀
working capital of member-1 ≥ 100
and working capital of member-2 ≥
𝑊𝑁
.
100

KOCHI METRO RAIL LIMITED Page 6 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

No. Subject Requirement Single Entity Joint Venture/ Consortium Documentation


(existing)
All Parties Each Any one
Combined member member
ii Bid Capacity Evaluation of Bid Capacity Must meet Must meet N/A N/A Form FIN-3.4
requirement requirement
The Bidders will be qualified only
if their available bid capacity is
more than INR 177.06 Crore.
Available bid capacity will be
calculated based on the following
formula:
Available Bid Capacity=
1.5*A*N –B

Where,

A = Maximum of the value of


Works executed in any one year
during the last five financial years
reckoned up to 31st March 2024
(updated to price level on 31.07.2025
assuming 7% inflation per year for
Indian project and 2% for foreign
currency portion per year.

N = Number of years prescribed for


completion of the present work

B = Value of existing commitments


(as on 31.07.2025 for on-going
construction works during period of
24 months w.e.f. 01.10.2025).

KOCHI METRO RAIL LIMITED Page 7 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

No. Subject Requirement Single Entity Joint Venture/ Consortium Documentation


(existing)
All Parties Each Any one
Combined member member
Note:
In Case of JV/ Consortium –Bid
capacity shall be calculated as
below:

Suppose there are ‘P’ and ‘Q’


members of the JV / group with
their participation in the JV / group
as 70% and 30% respectively and
available bid capacity of these
members as per above formula
individually works out ‘X’ and ‘Y’
respectively, then Bid Capacity of
JV / group shall be as under:
Bid Capacity of the JV / group =
0.7X + 0.3Y

 Financial data for latest last five


financial years (ending in March
2024) has to be submitted by the
tenderer in Form Fin 3.1 in
section IV along with audited
financial statements. The
financial data in the prescribed
format shall be certified by the
Chartered Accountant with his
stamp and signature in original
with membership number &
UDIN.
KOCHI METRO RAIL LIMITED Page 8 of 18
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

No. Subject Requirement Single Entity Joint Venture/ Consortium Documentation


(existing)
All Parties Each Any one
Combined member member
(iii) Net Worth Net Worth of tenderer during last Must meet Must Meet N/A N/A Form FIN - 3.1
audited financial year (FY 2023-24) requirement requirement
should be greater than INR 17.70
crore.

In Case of JV/ Consortium, Net worth


will be based on the percentage
participation of each member
(Excluding Non-Substantial Partners as
mentioned in Clause ITB 4.1.3(b)):

In Case of JV/ Consortium –Networth


will be calculated as mentioned
below:

IF Member – 1 has percentage


participation = M and Member – 2 has
percentage participation = N, and the
Net worth of Member – 1 be ‘A’ and
that of Member – 2 be ‘B’, then,
Net worth of the tenderer = (AM +
BN) /100.

KOCHI METRO RAIL LIMITED Page 9 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

No. Subject Requirement Single Entity Joint Venture/ Consortium Documentation


(existing)
All Parties Each Any one
Combined member member
3.2 Average Minimum average annual turnover of INR Must meet Must meet Each Lead Member Form FIN – 3.2
Annual 53.12 Cr for any three out of the last five requirement requirement substantial to have 40%
Turnover audited financial years ending in FY 2023- partner to of Turnover
24. have requirement.
minimum
Note: 25% of the
In case of Companies, which follows turnover
Financial Year as Calendar Year (January requirement.
to December), data for the year 2019 shall
be treated equivalent to the data of FY
2019-20 and so on.

In Case of JV/ Consortium-Turnover will


be calculated as mentioned below:

IF Member – 1 has percentage


participation = M and Member – 2 has
percentage participation = N, and the
average annual turnover of Member – 1 be
‘A’ and that of Member – 2 be ‘B’, then,
Average Annual Turnover of the tenderer =
(AM + BN) /100

Financial data substantiating the required


minimum average turnover value `has to be
submitted by the bidder with the audited
balance sheets/profit-loss statements. The
financial data in the prescribed format shall
be certified by independent Chartered
Accountant with his stamp signature &
UDIN.
KOCHI METRO RAIL LIMITED Page 10 of 18
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

No. Subject Requirement Single Entity Joint Venture/ Consortium Documentation


(existing)
All Parties Each Any one
Combined member member

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:

A. Electrical Traction & Power


System Works in Metro Rail/
Suburban Rail/ Main line
Railways/ Monorail / Tramways;

OR

B. High Voltage (33kV and


above) Electrical Power Works.

KOCHI METRO RAIL LIMITED Page 11 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

No. Subject Requirement Single Entity Joint Venture/ Consortium Documentation


(existing)
All Parties Each Lead
Combined member Member
member
4.2 (a) 1. Specific The tenderer will be qualified only Must have
Must meet Must meet N/A Form EXP
Experience in if they have completed similar executed “similar
requirement requirement 4.2(a)
Supply, work(s), within the last seven years work”
Installation & ending on the last day of the from **Documentary
Contract month previous to the month in one contract of proof shall be
Management which bids are invited as given minimum INR submitted.
below.
70.82 Cr.
At least One similar work that
have been satisfactorily and
Substantially* completed of value
INR 141.64 Cr or above.

OR

Two similar works that have


been satisfactorily and
Substantially* completed each of
INR 88.53 Cr or above.

OR

Three similar works that have


been satisfactorily and
Substantially* completed each of

KOCHI METRO RAIL LIMITED Page 12 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

INR 70.82 Cr or above.

“Similar work” for this contract


means:

1. Supply, installation, testing &


commissioning, in Electrical
Traction &Power System
Works in Metro Rail/ Suburban
Rail/ Main line Railways/
Mono Rail/Tramways;

OR

2. Supply, installation, testing &


commissioning in High Voltage
(33kV and above) Electrical Power
Works.

KOCHI METRO RAIL LIMITED Page 13 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

No. Subject Requirement Single Entity Joint Venture/ Consortium (Existing) Documentation

All Parties Each member Any one


Combined member
4.2 (b) Specific In addition to above, the tenderer Must meet NA NA Must meet Form EXP-
Experience will be considered qualified only if Requirement the following 4.2(b)- (for
they satisfy the following key requirements A,B,C,D,E to
for the key be provided in
requirements as prescribed below,
activities separate form)
within the last seven years ending listed below
on the last day of the month
previous to the month in which
bids are invited.
A minimum construction
experience in the following key
activities (A+B+C+D+E) is
required to be successfully
completed as single entity or
JV/Consortium.

(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.

KOCHI METRO RAIL LIMITED Page 14 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

(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.

KOCHI METRO RAIL LIMITED Page 15 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

*“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

KOCHI METRO RAIL LIMITED Page 16 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

statement for the financial year ending within March 2024.

KOCHI METRO RAIL LIMITED Page 17 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION III: Evaluation and Qualification Criteria

5. Personnel

The bidder must demonstrate that it has the personnel for the key positions that meet the following requirements:

No. Position Minimum Requirement Qualification In Similar Works Experience (years)

1. Chief Project 1 Engineering Graduate Minimum total experience of 15 years out of

Manager which, minimum 8 years should be in


projects of similar nature, not below role of
Deputy Project Manager.

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

3. ASS/TSS Design 1 Engineering Graduate Minimum total experience of 5 years out of


Engineer which, minimum 03 years should be in
designing of projects of similar nature

4. Installation Engineer 2 Engineering Minimum total experience of 5 years for


Third Rail (Each team comprising Graduate/Diploma Graduates & 8 yrs for Diploma out of
necessary engineering and which, minimum 03 years for Graduates &
technical staff) 5 yrs for Diploma should be in projects of

KOCHI METRO RAIL LIMITED Page 18 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure

similar nature

5. Installation Engineer 3 Engineering Minimum total experience of 5 years for


ASS/TSS/Cabling (Each team comprising Graduate/Diploma Graduates & 8 yrs for Diploma out of
necessary engineering and which, minimum 03 years for Graduates &
technical staff) 5 yrs for Diploma should be in projects of
similar nature

6. Quality Assurance 1 Engineering Graduate Minimum total experience of 5 years out


Specialist of which, minimum 03 years should be in
projects of similar nature

7. Interface 1 Engineering Graduate Minimum total experience of 5 years out


Manager of which, minimum 03 years should be in
projects of similar nature

8. Planning 1 Engineering Graduate Minimum total experience of 8 years out


Engineer of which, minimum 4 years should be in
projects of similar nature

9 Testing and 1 Engineering Graduate Minimum total experience of 10 years out


commissioning of which, minimum 5 years should be in
Engineer projects of similar nature.

10 Store In charge 1 Graduate Minimum total experience of 5 years out


of which, minimum 03 years should be in
projects of similar nature

11 Billing Engineer 1 Graduate Minimum total experience of 5 years out


of which, minimum 03 years should be in

KOCHI METRO RAIL LIMITED Page 19 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure

projects of similar nature

12 SHE manager 2 Engineering Graduate As per the conditions of SHE manual,


section VII D.

*** END OF TABLE***

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.

KOCHI METRO RAIL LIMITED Page 20 of 18


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

KOCHI METRO RAIL LIMITED


BID DOCUMENTS

FOR

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.

TENDER NO. KBE-04

PART 1: BIDDING PROCEDURE

SECTION IV: BIDDING FORMS

Kochi Metro Rail Limited (KMRL)


(A Joint venture company of Govt. of India & Govt. of Kerala)
4th Floor, JLN Metro Station, Kaloor, Ernakulam, Kerala, India, Pin- 682017
E-mail: [email protected]
Website: www.kochimetro.org
Telephone: 0484 2846700, 0484 2846770

KOCHI METRO RAIL LIMITED


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

Section IV. Bidding Forms


Table of Forms
1. Letter of Bid ..........................................................................................................................1

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

4. Technical Proposal ...............................................................................................................7


4.1 Staffing Schedule and Organization Chart ...............................................................8
4.2 Method Statement…………………………………………………………..Deleted
4.3 Works Programme .................................................................................................10
4.4 Bidder’s Technical Submissions ............................................................................12
4.5 Form EQU: Equipment……………………………………………………..Deleted
4.6 Personnel ................................................................................................................22
4.7 Outline Quality Plan ...............................................................................................24
4.8 Outline Safety Assurance Plan ...............................................................................25
4.9 Outline Safety, Health and Environmental Plan ....................................................26
4.10 Outline Project Management Plan........................................................................27
4.11 Structure of the Bidder ..........................................................................................28
4.12 Statement of deviation………………………………………..……..……...Deleted

5. Bidders Qualification without prequalification ...............................................................30


5.1 Form ELI-1.1..........................................................................................................31
5.2 Form ELI-1.2..........................................................................................................32
5.3 Form CON – 2………………………………………………………………Deleted
5.4 Form FIN–3.1:........................................................................................................34
5.5 Form FIN–3.2:........................................................................................................36
5.6 Form FIN–3.3:........................................................................................................37
5.7 Form FIN–3.4:........................................................................................................38
5.8 Form EXP-4.1 ........................................................................................................40
5.9 Form EXP - 4.2(a) ..................................................................................................41
5.10 Form EXP - 4.2(b)................................................................................................44

6. Form of Bid Security ..........................................................................................................45

7. Form of Bid-Securing Declaration…………………………………………………Deleted

8. Form of Joint Bidding Agreement…………………………………………………Deleted

9. Form of Legal Capacity / Power of Attorney ..................................................................49

KOCHI METRO RAIL LIMITED Page II of Table of content


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

10. Bid Index ...........................................................................................................................52

11. Form for seeking clarification on Bidding Documents .................................................53

13. Letter of Undertaking Regarding Confidentiality of Bid Information .......................54

14. Undertaking for Downloaded Bidding Documents .......................................................55

15. Sample Format for Banking Reference for Liquidity...................................................56

16. Form of Certificate confirming submission of all documents of Financial


Package in the Technical Package with prices left blank .......................................57

17. Form of Certificate confirming downloading of all Bidding Documents,


Corrigendum and Addenda ......................................................................................58

18. Form of Declaration for non-engagement of any agent, middleman or


intermediary ...............................................................................................................59

19. Form of certificate confirming careful examination of all the contents of


Bidding Documents and signing of all pages of Bidder’s proposal ........................60

20. Undertaking for ensuring supply of critical spares and availability of technical
support ........................................................................................................................61

21. Undertaking for passing on benefits of exemptions to KOCHI-METRO and


for adjustment of amounts due from balance due...................................................62

22. Undertaking for obtaining registrations under various fiscal and labour laws .........63

23. Declaration of undertaking ........................................................................................... ..64

24. Declaration of Undertaking for local content……………………………………..Deleted

25. Performa for submission of the list of Goods, Works & Services Tentatively…Deleted

26. Environmental, Social, Health and Safety (ESHS) Cost Schedule……..……….Deleted

27. Vendor Approval Undertaking...................................................................................... 68

28. Covenant of Integrity ...................................................................................................... 69

29. Code of Conduct: Environmental, Social, Health and Safety (ESHS) ....................... 75

30. Letter of Undertaking (as per Clause ITB 4.10)………………………………………78

31. Extended Warranty Undertaking……………………………………………………..79

KOCHI METRO RAIL LIMITED Page II of Table of content


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

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:

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda/corrigenda issued in accordance with Instructions to Bidders (ITB 8) ;

(b) We have no conflict of interest in accordance with ITB 4;

(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

behalf will engage in any type of fraud and corruption.

(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.

Name of the Bidder*


Name of the person duly authorized to sign the Bid on behalf of the Bidder**

Title of the person signing the Bid

Signature of the person named above

Date signed day of ,

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

1A. Pro-Forma Letter of Participation from Each Partner


of Joint Venture (JV)_Deleted
(On each Firm's Letter Head)

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

2.2 Statement of Integrity, Eligibility and Social and Environmental


Responsibility

Deleted

Page 6 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

3. Schedules

Refer to Part-4: Financial Bid /BoQ

Page 7 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

4. Technical Proposal

- 4.1 Staffing Schedule and Site Organization

- 4.2 Method Statement_Deleted

- 4.3 Works Programme and Design Submission Programme

- 4.4 Bidder’s Technical Submissions

- 4.5 Equipment - Form EQU_Deleted

- 4.6 Personnel – Forms PER-1 and PER-2

- 4.7 Outline Quality Plan

- 4.8 Outline Safety Assurance Plan

- 4.9 Outline Safety, Health and Environmental Plan

- 4.10 Outline Project Management Plan

- 4.11 Structure of the Bidder

- 4.12 Statement of Deviations - Deleted

Page 8 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

4.1 Staffing Schedule and Organization Chart

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.

SIGNATURE OF AUTHORIZED SIGNATORY


ON BEHALF OF BIDDER

Page 9 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

4.2 Method Statement_Deleted

Page 10 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

4.3 Works Programme


Requirements for proposed Works Programme

1. The Bidder shall submit a Work Plan as a part of the Bid, which shall contain the following:

a. Proposed Works Programme.


b. [Deleted]

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.

6. The proposed Works Programme or Programmes shall be developed as a critical path


network using the Precedence Diagramming Method and be presented in bar chart and time
scaled logic network format and shall clearly show the division of the Works, the start and
completion dates for each activity and their inter-relationships and Key Dates. The network
must be fully resourced and show the co-ordination with Designated Contractors. it shall
also include the resource allocation.

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

4.4 Bidder’s Technical Submissions


Requirements for Bidder’s Technical Proposals
A. Requirements of Tenderer’s Technical Proposals

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.4 A general description of the complete construction, installation, testing and


commissioning of works for stations and viaduct portions for this Contract with brief
technical description of each system as indicated in the following sections.

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. Proposal for Sub-Contractors

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)

D. Proposal for Construction Machinery_Deleted

E. Proposal for Transfer of Technology-

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. Proposal for equipment / systems-

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. Understanding of scope of work and interface requirements

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).

I. Proposal of agency for simulation studies_Deleted.

Page 15 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

Appendix 4.4-A: Certificate of Compliance

(On Bidder’s Letterhead)

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

Appendix 4.4-B: Schedule of Subcontractors –Deleted

Page 17 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

Appendix 4.4-C: Proposals for Construction Machinery/ Equipment / Systems_Deleted

Page 18 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

Appendix 4.4-D: Subcontractor Undertaking

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.

1.......................(ITEMS & ACTIVITIES AS IN THE SCOPE OF WORK)


2. .......................
3. ........................
4. .....................
5. .......................

SIGNATURE OF THE BIDDER


Seal
Date:

Page 19 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

Appendix 4.4-E: Interfacing Requirement Undertaking

Our understanding of the interfacing requirement is enclosed herewith.

We hereby confirm that our offer is fully compliant with the interfacing requirement with Other
Designated Contractors/ Power Supply Authorities/ Statutory Authorities.

SIGNATURE OF THE BIDDER


Seal
Date:

Page 20 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

Appendix 4.4-F: Scope of Work Compliance Undertaking

Our understanding to the scope of work is enclosed herewith.

We hereby confirm that our offer is fully compliant with the scope of work detailed in Works
Requirements.

SIGNATURE OF THE BIDDER


Seal
Date:

Page 21 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

4.5 -Form EQU: Equipment_Deleted

Page 22 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

4.6 Personnel

Form PER-1: Proposed Personal

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

*As listed in ‘4.1 Staffing Schedule and Site Organization’.

Page 23 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

Form PER-2: Resume of Proposed Personnel

Name of Bidder

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience over the last 10 years, in reverse chronological order. Indicate particular
technical and managerial experience relevant to the project.

From To Company / Project / Position / Relevant technical and management


experience

Page 24 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

4.7 Outline Quality Plan

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

4.8 Outline Safety Assurance Plan

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

4.9 Outline Safety, Health and Environmental Plan

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

4.10 Outline Project Management Plan

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

4.11 Structure of the Bidder

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.

COMPOSITION OF THE BIDDER


1. A notarized copy of Consortium Agreement relating to the composition of the Bidder
shall be submitted, if the Bidder is a Consortium. Should the Bidder be an entity
established or to be established to Bid for this Contract, details of the shareholders’
agreement or proposed shareholders’ agreement or proposed shareholders’ agreement
shall be supplied together with the percentage participation and percentage equity in the
agreements.
2. The contractual arrangements and copies of agreements in relation thereto must, as a
minimum, provide information on all members or participants involved, their respective
participation in the Bid, the management structure, ownership and control of the
members or participants comprising the Bidder and the name of the Lead Member who
would have overall lead management responsibility for the Works, the registered
addresses of all parties and the names of their respective senior partners, chairmen or
managing directors as appropriate. Such agreements should also reflect the joint and
several liabilities of the members to the Employer in the event that the Contract is
awarded to them and provide “deadlock” provisions in the event that decisions of the
Consortium cannot be reached by unanimous agreement.
3. The Bidder shall provide written confirmation that:
(a) The agreement or agreements submitted represent the entire agreement between
the members or participants comprising the Bidder as to the Bidder’s legal persona;
(b) There is or are no other agreements relating to the Bidder’s incorporation, powers
or organization which may affect in any way its ability to carry out the Works; and
(c) No changes will be made to any such agreements during the Bidding period or
during the contract period (if contract awarded) without first obtaining the
Employer’s agreement to the proposed change or changes.

Page 29 of 79
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

4.12 Statement of Deviations


DELETED

KOCHI METRO RAIL LIMITED Page 30 of 79


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

5. Forms for qualification

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.

KOCHI METRO RAIL LIMITED Page 31 of 79


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

5.1 Form ELI-1.1


Bidder Information Form
Date:
NCB No. and title:
Page of pages

Bidder's name

In case of Joint Venture (JV), name of each member:


Bidder's actual or intended country of registration:
[indicate country of Constitution]
Bidder's actual or intended year of incorporation:

Bidder's legal address [in country of registration]:

Bidder's authorized representative information


Name:
Address:
Telephone/Fax numbers:
E-mail address:
1. Attached are copies of original documents of
 Articles of Incorporation (or equivalent documents of constitution or association), and/or
documents of registration of the legal entity named above.
 In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
 In case of Government-owned enterprise or institution, in accordance with ITB 4.3
documents establishing:
a) carrying-out or are established for a business purpose, and are operating on a commercial
basis;
b) financially and managerially autonomous
c) not controlled by the government on day-to-day management;
d) not under the supervision of the Employer or its procuring agent.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

KOCHI METRO RAIL LIMITED Page 32 of 79


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

5.2 Form ELI-1.2

Bidder's JV Information Form


(to be completed for each member of Bidder’s JV and any specialized subcontractor if
applicable)

Date:
NCB No. and title:
Page of pages

Bidder’s JV name:

JV member’s name:

JV member’s country of registration:

JV member’s year of constitution:

JV member’s legal address in country of constitution:

JV member’s authorized representative information


Name:
Address:
Telephone/Fax numbers:
E-mail address:
1. Attached are copies of original documents of
 Articles of Incorporation (or equivalent documents of constitution or association), and/or registration
documents of the legal entity named above.
 In case of a Government-owned enterprise or institution, documents, in accordance with ITB 4.3,
documents establishing:
a) carrying-out or are established for a business purpose, and are operating on a commercial basis;
b) financially and managerially autonomous
c) not controlled by the government on day-to-day management;
d) not under the supervision of the Employer or its procuring agent.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

KOCHI METRO RAIL LIMITED Page 33 of 79


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

5.3 Form CON – 2

Historical Contract Non-Performance, Pending Litigation and Litigation


History
(to be completed by the Bidder and by each member of the Bidder’s JV)

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.

KOCHI METRO RAIL LIMITED Page 34 of 98


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

Year of Amount in Contract Identification Total


dispute dispute Contract
(currency) Amount
(currency),
INR
Equivalent
(exchange
rate)
Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
Party who initiated the dispute:
Status of dispute:
Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

5.4 Form FIN–3.1:

Financial Situation and Performance


(CA certified with UDIN)

Bidder’s Name:
Date:
JV Member’s Name
1. Financial data ICB No. and title:
Page of pages

Type of Financial information Historic information for previous 5 years,


in
(currency) (amount in currency, currency, exchange rate*, INR
equivalent)
Year 1 Year 2 Year 3 Year 4 Year 5
2019-2020 2020-2021 2021-2022 2022-2023 2023-2024
(Exchange (Exchange (Exchange (Exchange (Exchange
rates if rates if rates if rates if rates if
applicable applicable applicable applicable applicable
shall be shall be shall be shall be shall be
mentioned mentioned mentioned mentioned mentioned in
in bracket) in bracket) in bracket) in bracket) bracket)
Statement of Financial Position (Information from Balance Sheet)

Total Assets (TA)


Total Liabilities (TL)

Total Equity/Net Worth (NW)

Current Assets (CA)

Current Liabilities (CL)

Working Capital (WC)

Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

Cash Flow Information

Cash Flow from Operating


Activities
*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.

KOCHI METRO RAIL LIMITED Page 34 of 79


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

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).

(b) Be independently audited or certified in accordance with local legislation.

(c) Be complete, including all notes to the financial statements.

(d) Correspond to accounting periods already completed and audited.

(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.

KOCHI METRO RAIL LIMITED Page 37 of 79


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

5.5 Form FIN–3.2:

Average Annual Turnover


(CA certified with UDIN)
Bidder’s Name:
Date:
JV Member’s Name
NCB No. and title:
Page of pages

Annual turnover data


Year Amount Exchange rate INR equivalent
Currency [insert amount
and indicate currency]
2019-2020

2020-2021
2021-2022
2022-2023
2023-2024
Average
Annual
Turnover *

* See Section III, Evaluation and Qualification Criteria, Sub-Factor 3.2.

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

KOCHI METRO RAIL LIMITED Page 38 of 79


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

5.6 Form FIN–3.3:

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)

KOCHI METRO RAIL LIMITED Page 39 of 79


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

5.7 Form FIN–3.4

Part A (for Bid capacity calculation)

Current Contract Commitments / Works in Progress as on “31.07.2025”

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.

Name and Name of Contract Date of Expected Value of Value of Value of


brief client Value In Completio Completio work to be work to be work to be
particulars with Rupees n as n Date done in done in done in
of telephone Equivalent per 2025-26 2026-27 2027-28
contract number (Give only Agreemen In INR In INR In INR
(Clearly and fax the value of t equivalent as on equivalent as on equivalent as on
indicate the number work 31.07.2025 31.07.2025 31.07.2025
part of the assigned (1st October 2025 (1st April 2026 (1st April 2027
work to the to to to
assigned applicant( 31st March 31st March 30th september
to the s) 2026) 2027) 2027)
applicant(s))
1
2
3
.
.
.
.

Total

KOCHI METRO RAIL LIMITED Page 40 of 79


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form

Part B (for Bid capacity calculation)


(WORKS DONE DURING THE LATEST LAST FIVE FINANCIAL YEARS)

NAME OF THE TENDERER (CONSTITUENT


MEMBER IN CASE OF JV/CONSORTIUM):
(All amounts in INR equivalent)
Financial Data for Last 5 Audited Financial Years

S. No. DESCRIPTION Year Year Year Year Year


2019-2020 2020-2021 2021-2022 2022-2023 2023-2024
Total value of
construction works
1
done as per audited
financial statements

KOCHI METRO RAIL LIMITED Page 41 of 79


Tender No. KBE-04/2025 PART 1: Bidding Procedure
SECTION IV: Bidding Form
5.8 Form EXP-4.1
General Work Experience

(Each Bidder or member of a JV must fill this form)


Bidder’s Name:
Date:
JV Member’s Name
Tender No. and title:
Page of pages

Starting Ending Contract Identification Role of


Year* Year Bidder

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

KOCHI METRO RAIL LIMITED Page 42 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

5.9 Form EXP - 4.2(a)


Specific Work Experience

(Each Bidder or member of a JV must fill this form)


Bidder’s Name:
Date:
JV Member’s Name
Tender No. and title:
Page of pages

Information
Similar Contract No.

Contract Identification
Award date
Completion date
Completion cost (as on actual Currency (as stated in client’s certificate):
completion date)

Amount in respective currency: ____

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

Form EXP - 4.2(a) (cont.) Specific Work Experience (cont.)

Similar Contract No. Information

Description of the similarity in


accordance with Sub-Factor 4.2(a) of
Section III:

1. Amount

2. Physical size of required works


items

3. Complexity

4. Methods/Technology

5. Timeline for key activities

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)

Experience in Key Activities


(for clause no. 4.2(b), Key Activity A, B, C, D, E to be provided in separate form)

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)

Quantum of the similar work executed


If JV/Consortium member, specify
percentage participation in contract &
quantum of the similar work executed *

Quantum of work in support of In case of JV/Consortium, actual


Clause No. 4.2 (b) works executed by the applicant
(Duly substantiated with client
certificate

*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

6. Form of Bid Security


(Demand Guarantee)

EMD BANK GUARANTEE


(To be printed on Non-judicial stamp paper of appropriate value)
This Deed of Guarantee made this the --- day of 20XX by -------- (Name of the Bank), having its registered office
at --------------------, and one of its branches at ---------- (Address of the Branch) (hereinafter called the Guarantor)
in favour of Kochi Metro Rail Ltd, -------------------------------- (hereinafter called the beneficiary).
WHEREAS M/s. (Name and Address of the Entity participating in the tender) having
their address/ registered Office at (Address of the
Firm’s registered Office) (hereinafter called the “Tenderer”) wish to participate in the Tender No.
for of (supply / Erection / Supply & Erection
/ Work/others- specify the purpose) of (Name of the material /
equipment / work/others- specify) floated by Kochi Metro Rail Limited (hereinafter called the “Beneficiary”) and
WHEREAS an EMD of Rs /- has to be submitted by the Tenderer for participating in the aforesaid Tender
and
WHEREAS the tenderer has requested the Guarantor for issuing a Bank Guarantee for Rs.
(Amount of EMD) valid till (mention here date of validity of this Guarantee which will be -------
days beyond initial validity of Tender) towards EMD payable to the Beneficiary, and
WHEREAS the Guarantor has agreed to issue such Bank Guarantee to the Beneficiary as hereunder mentioned:
We, (Name of the Bank and address of the Branch giving the Bank Guarantee)
having our registered Office at (Address of Bank’s registered Office) hereby give this
Bank Guarantee No. dated and do hereby irrevocably undertake to pay
immediately on demand, through our designated Branch in Kochi, without requiring any previous notice and
without any demur, reservation, recourse, contest or protest and without referring to any other sources including
the Tenderer and without the beneficiary having to substantiate its demand, to the beneficiary a sum not exceeding
Rs. (amount of EMD) (Rupees ) (in words) on
behalf of the Tenderer. Guarantor agrees that any demand in writing made by the authorised officials of the
Beneficiary shall be conclusive as regards the amount due and payable by the Guarantor under this Guarantee.
We, (Name of the Bank) further undertake to pay without
demur the aforesaid amount in lump sum on demand or such part there of as the beneficiary may demand from
time to time irrespective of the fact whether the said tenderer admits or denies such claim or questions correctness
in any court, Tribunal or Arbitration proceedings or before any authority. The aforesaid guarantee will remain in
force and we shall be liable under the same irrespective of any concession or time being granted by the beneficiary
to the tenderer and this guarantee will remain in full force irrespective of any change of terms, conditions or
stipulation or any variation in the terms of the said tender.

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

7. Form of Bid-Securing Declaration

DELETED

Page 49 of 79
Tender No. KBE-04/2025 Part-1: Bidding Procedure
Section-IV:
Bidding Form

8. Form of Joint Bidding Agreement_Deleted


(JV/ Consortium Agreement)

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

g. To submit proposal and participate in the above-mentioned bid specification of KMRL


on behalf the “Consortium/ Joint venture Members”.
h. To negotiate with the Purchaser the terms and conditions for award of the contract
pursuant to the above-mentioned bid and to sign the Contract with KMRL for and on
behalf of the “Consortium / Joint venture Members”.
i. To do any other act or submit any document related to the above.
j. To receive, accept and execute the contract for and on behalf of the “Consortium / Joint
venture Members”.
k. To authorise any person, employee or otherwise to represent the Lead Member and
Consortium/JV for doing the aforesaid
l. In the event of an order placed on the Joint Venture/Consortium the work shall be
executed as per the terms and conditions of the Purchase Order issued and the Agreement
executed between KMRL and the Joint Venture.

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

Authorized Signatory Authorized Signatory

Page 52 of 79
Tender No. KBE-04/2025 Part-1: Bidding Procedure
Section-IV: Bidding Form

(G) Format for PoA for Single bidder

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

11.Form for seeking clarification on Bidding Documents


(Shall be submitted by bidder at the time of pre-bid meeting in soft copy as well as in hard copy)

Name of the Bidder:

SN Volume Clause
Bid Condition Bidder’s Queries
No. No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

SIGNATURE OF THE BIDDER

Page 55 of 79
Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

13. Letter of Undertaking Regarding Confidentiality


of Bid Information
(This document is to be prepared by the Bidder and submitted on Bidder’s Letter head as part
of Technical Package as per Instructions to Bidder BDS ITB 11.4)

To: Date: ……………….

The Director (Systems)


Kochi Metro Rail Limited,
4th Floor, JLN Stadium
Metro Station, Kaloor,
Ernakulam,
Kerala, Pin:682017

Sub: [“Insert Name of the work”]

Contract No. [“Insert Contract No.”]- Regarding Letter of Undertaking

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: ……………………….

For and on behalf of


(Name of Bidder / Joint Venture / Consortium)
(To be signed by each member of the Joint Venture / Consortium, as applicable)

KOCHI METRO RAIL LIMITED Page 56 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

14. Undertaking for Downloaded Bidding Documents

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.

Company name ………………………....


Name …………………………..
Signature …………………………..
Postal address …………………………..
E-mail ID …………………………..
Phone …………………………..

KOCHI METRO RAIL LIMITED Page 57 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

15. Sample Format for Banking Reference for Liquidity

(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

KOCHI METRO RAIL LIMITED Page 58 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

16. Form of Certificate confirming non-submission of Financial


Package in the Technical Package
a. This is to certify that the no data relating to price bid is submitted along with
technical package
b. It is further certified that there are no additional comments, remarks, deviations,
terms and conditions in our Financial Package and even if it is there, it shall be
treated as NULL and VOID and stand withdrawn.

SIGNATURE OF BIDDER

KOCHI METRO RAIL LIMITED Page 59 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

17. Form of Certificate confirming downloading of all


Bidding Documents, Corrigendum and Addenda
This is to certify that we, M/s [* Name of the Bidder] have
downloaded all Bidding Documents, Corrigendum, Clarifications and Addenda for Contract
No. as listed below:

a. Addendum No. …………


b. …………………………..
c. …………………………..
d. ……………………………

SIGNATURE OF BIDDER

* In case of a Consortium, to be submitted by the Authorized representative of the Lead


Member.

KOCHI METRO RAIL LIMITED Page 60 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

18. Form of Declaration for non-engagement of any agent,


middleman or intermediary
[We hereby declare / we hereby jointly and severally] declare that the submission of this Bid
confirms that no agent, middleman or any intermediary has been, or will be engaged to provide
any services, or any other item or work related to the award and performance of this Contract.
We further confirm and declare that no agency commission or any payment, which may be
construed as an agency commission, has been, or will be paid and that the Bid price does not
include any such amount. We acknowledge the right of the Employer, if it finds to the contrary,
to declare our Bid to be non-compliant and if the Contract has been awarded to declare the
Contract NULL and VOID.

SIGNATURE OF THE BIDDER

(In case of a partnership, joint venture or consortium, to be submitted by the each constituent member)
@ Strike out whichever is not applicable

KOCHI METRO RAIL LIMITED Page 61 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

19. Form of certificate confirming careful examination of


all the contents of Bidding Documents and signing of all
pages of Bidder’s proposal
This is to certify that we, M/s [*Name of the company/consortium] have
carefully examined all the contents of the Bidding Documents including Addenda or
corrigenda (if any) and all the pages of our proposal have been signed and stamped by
our authorized signatory.

SIGNATURE OF BIDDER

In case of a joint venture or consortium, such pages to be signed by authorized signatory of


the Lead member.

KOCHI METRO RAIL LIMITED Page 62 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

20. Undertaking for ensuring supply of critical spares and


availability of technical support during the service life of
the equipment supplied.
(To be submitted on Bidder’s Letterhead)
Dated:…………..
To:

The Director (Systems),


Kochi Metro Rail Limited,
4th Floor, JLN Stadium Metro
Station, Kaloor, Ernakulam,
Kerala, Pin:682017

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)

KOCHI METRO RAIL LIMITED Page 63 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

21. Undertaking for passing on benefits of exemptions to


KOCHI-METRO and for adjustment of amounts due
from balance due
(To be submitted on Bidder’s Letterhead)
Dated:…………..
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
reimburse / pass on benefit of any duty draw back / export, import incentive / exemption /
concession / benefit etc. obtained for the Kochi Metro Rail project to KMRL. I will maintain
proper records as required by KMRL and relevant statute. I will furnish such records to KMRL
as and when required by them.

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.

I state that everything declared by me is true and correct to my belief.

Signed……………..
For on behalf of
(Name of Bidder / Consortium)

KOCHI METRO RAIL LIMITED Page 64 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

22. Undertaking for obtaining registrations under various


fiscal and labour laws
(To be submitted on Bidder’s Letterhead)
Dated:…………..

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.

I state that everything declared by me is true and correct to my belief.

Signed……………..
For on behalf of
(Name of Bidder / Consortium)

KOCHI METRO RAIL LIMITED Page 65 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

23. Declaration of Undertaking


We underscore the importance of a free, fair and competitive procurement process that
precludes abusive practices. In this respect we have neither offered nor granted directly or
indirectly any inadmissible advantages to any public servant or other person nor accepted such
advantages in connection with our bid, nor will we offer or grant or accept any such incentives
or conditions in the present procurement process or, in the event that we are awarded the
contract, in the subsequent execution of the contract. We also declare that no conflict of interest
exists in the meaning of the kind described in the corresponding Guidelines6. We also
underscore the importance of adhering to minimum social standards (“Core Labour Standards”)
in the implementation of the project. We undertake to comply with the Core Labour Standards
ratified by the country of @ (name of country). We will inform our staff about their respective
obligations and about their obligation to fulfil this declaration of undertaking and to obey the
laws of the country of @ (name of country). We also declare that our company/all members of
the consortium has/have not been included in the list of sanctions of the United Nations, nor of
the EU, nor of the German Government, nor in any other list of sanctions and affirm that our
company/all members of the consortium will immediately inform the client and Bank/KMRL
if this situation should occur at a later stage.
We acknowledge that, in the event that our company (or a member of the consortium) is added
to a list of sanctions that is legally binding on the client and/or Bank/KMRL , the client is
entitled to exclude our company/the consortium from the procurement procedure and, if the
contract is awarded to our company/the consortium, to terminate the contract immediately if
the statements made in the Declaration of Undertaking were objectively false or the reason
for exclusion occurs after the Declaration of Undertaking has been issued.
....................................................... (Place)… .................................. (Date)
(Name of company) .......................................................

(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”

KOCHI METRO RAIL LIMITED Page 66 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

24. Declaration of Undertaking for local content

DELETED

KOCHI METRO RAIL LIMITED Page 67 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

25. Performa for Submission of the List of the Goods,


Works & Services Tentatively

DELETED

KOCHI METRO RAIL LIMITED Page 68 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

26. Environmental, Social, Health and Safety (ESHS) Cost


Schedule

DELETED

KOCHI METRO RAIL LIMITED Page 69 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

27. Vendor Approval Undertaking

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.

SIGNATURE OF THE BIDDER

Seal

Date:

KOCHI METRO RAIL LIMITED Page 70 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

28. Covenant of Integrity

To: _________________________ [insert name of Employer]

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

KOCHI METRO RAIL LIMITED Page 71 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

(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:

Name of Entity Required to be Reason for Disclosure is Required1


Disclosed

We understand that a misrepresentation in relation to or an omission to provide full disclosure of the


information as required by this Covenant may result in the rejection of the tender and it may also lead to
actions to be taken as set out in accordance with the Bank’s Policy and the Directive on Prohibited
Practices.

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.

KOCHI METRO RAIL LIMITED Page 72 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

Annexure I

Form CER
Quality Management / Environmental, Social, Health and Safety
(ESHS) Certification

Bidder’s Legal Name: Date:


Bidder’s JV Member name: ICB No.:

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]

Address [insert street / number / town or


city / country]
Telephone/fax number [insert phone/fax no., incl. country
& city area codes]
E-mail [insert e-mail address, if
available]
Compliance with international The certificate is [ISO 9001, ISO 14001, OHSAS
standards 18001] [select as appropriate]
□ Yes / □ No
If no, proof of conformity with ISO The Bidder shall provide a conformity assessment of
standards by the Bidder its certificate by an internationally recognized
Accredited Certification Body
The Bidder shall fill this Form for each Certification required under sub criteria 5.1 of Section
III – Evaluation and Qualification Criteria

KOCHI METRO RAIL LIMITED Page 73 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

Annexure I

Form ESHS
Environmental, Social, Health and Safety (ESHS) Documentation

Bidder’s Legal Name: Date:


Bidder’s JV Member name: ICB No.:

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.

KOCHI METRO RAIL LIMITED Page 74 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

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…)

KOCHI METRO RAIL LIMITED Page 75 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

Annexure I

Form EXP – ESHS


Environmental, Social, Health and Safety (ESHS) Experience_Deleted

KOCHI METRO RAIL LIMITED Page 76 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

29. Code of Conduct: Environmental, Social, Health and Safety (ESHS)


As Bona fide Contractor, [enter name of Contractor] for the project (enter name of the project) we have signed
a contract with [enter name of Employer] for [enter specific description of the Works]. These Works will be
carried out at [enter the Site and other locations where the Works will be carried out]. Our contract requires us
to implement measures to address environmental and social risks related to the Services and Works, including
the risks of misdemeanor in workplace / worker’s camps, sexual exploitation, abuse, harassment, and gender-
based violence.
This Code of Conduct is part of the measures to deal with environmental and social risks related to the Works.
This involves all workers, labor camps and the workplace. It applies to all our staff, laborers and other
employees at the Works Site or other places where the Works are being carried out. It also applies to the
personnel of each subcontractor and any other personnel assisting us in the execution of the Works. All such
persons are referred to as “Contractor’s Personnel” and are subject to this Code of Conduct.
This Code of Conduct identifies the conduct that is required from all Contractor’s Personnel.
In our workplace, unsafe, offensive, abusive, or violent behavior will not be tolerated, and all persons should
feel comfortable raising issues or concerns without fear of retaliation.
Contractor’s Personnel shall:

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.

KOCHI METRO RAIL LIMITED Page 77 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

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.

CONSEQUENCES OF VIOLATING THE CODE OF CONDUCT


Any violation of this Code of Conduct by Contractor’s Personnel may result in serious consequences, up to and
including termination and possible referral to legal authorities.

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:

-------------------------------------------------------------------------------------------------------------------------------

FOR CONTRACTOR’S PERSONNEL:

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.

KOCHI METRO RAIL LIMITED Page 78 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

Name of Contractor’s Personnel: [insert name]


Signature: __________________________________________________________
Date: (day month year): _______________________________________________

Countersignature of authorized representative of the Contractor: [insert name]


Signature: ________________________________________________________
Date: (day month year): ______________________________________________

KOCHI METRO RAIL LIMITED Page 79 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

30. LETTER OF UNDERTAKING


(Undertaking as per clause ITB 4.10)

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.

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

----------------------------------------------------------------------------------------------------------------------------- -----------------------

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.
.

KOCHI METRO RAIL LIMITED Page 80 of 79


Part-1: Bidding Procedure
Tender No. KBE-04/2025 Section-IV: Bidding Form

31. Extended Warranty Undertaking

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.

SIGNATURE OF THE BIDDER

Seal

Date:

KOCHI METRO RAIL LIMITED Page 81 of 79


Tender No. KBE-04/2025 PART 1: Bidding Procedure
Section-V: Eligibility Criteria Social &
Environmental Responsibility

KOCHI METRO RAIL LIMITED

BID DOCUMENTS

FOR

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

TENDER NO. KBE-04

PART 1: BIDDING PROCEDURE

SECTION V: Eligibility in AIIB-Financed


Procurement

Kochi Metro Rail Limited (KMRL)


(A Joint venture company of Govt. of India & Govt. of Kerala)
4th Floor, JLN Metro Station, Kaloor, Ernakulam, Kerala, India, Pin- 682017
E-mail: [email protected]
Website: www.kochimetro.org
Telephone: 0484 2846700, 0484 2846770

KOCHI METRO RAIL LIMITED


Tender No. KBE-04/2025 PART 1: Bidding Procedure
Section-V: Eligibility Criteria Social &
Environmental Responsibility

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.

KOCHI METRO RAIL LIMITED Page 2 of 2


KOCHI METRO RAIL LIMITED
BID DOCUMENTS

FOR

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.

TENDER NO. KBE-04

PART 1: BIDDING PROCEDURE

SECTION VI: PROHIBITED PRACTICES

Kochi Metro Rail Limited (KMRL)


(A Joint venture company of Govt. of India & Govt. of Kerala)
4th Floor, JLN Metro Station, Kaloor, Ernakulam, Kerala, India, Pin- 682017
E-mail: [email protected]
Website: www.kochimetro.org
Telephone: 0484 2846700, 0484 2846770
Tender No. KBE-04/2025 Part 1: Bidding procedure
Section VI: Prohibited Practices

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:

(a) “Coercive practice” means impairing or harming, or threatening to impair or harm,


directly or indirectly, any party or the property of a party to influence improperly the
actions of a party.
(b) “Collusive practice” means an arrangement between two or more parties designed
to achieve an improper purpose, including to influence improperly the actions of
another party.
(c) “Corrupt practice” means the offering, giving, receiving or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another party.
(d) “Fraudulent practice” means any act or omission, including a misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation.
(e) “Misuse of resources” means improper use of the Bank’s resources, carried out
either intentionally or through reckless disregard.
(f) “Obstructive practice” means any of the following practices:
(i) deliberately destroying, falsifying, altering or concealing of evidence material to
a Bank investigation.
(ii) making false statements to investigators in order to materially impede a Bank
investigation into allegations of a Prohibited Practice.
(iii) failing to comply with requests to provide information, documents or records in
connection with a Bank investigation.
(iv) threatening, harassing or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to a Bank investigation or from pursuing the
investigation; or
(v) materially impeding the exercise of the Bank’s contractual rights of audit or
inspection or access to information; and

KOCHI METRO RAIL LIMTED Page 1 of 2


Tender No. KBE-04/2025 Part 1: Bidding procedure
Section VI: Prohibited Practices

(g) “Theft” means the misappropriation of property belonging to another party.

3. Any occurrence, or suspected occurrence, of a Prohibited Practice in the


procurement, award, or implementation of a Bank-financed contract is dealt with in
accordance with the provisions of the Bank’s Policy on Prohibited Practices.
Suppliers, contractors, service providers and consultants selected pursuant to the
Bank’s Procurement Instructions for Recipients, as well as the Recipient shall fully
cooperate with the Bank (or a co-financier undertaking an investigation pursuant to
the Bank’s Procurement Instructions for Recipients) in any investigation into an
alleged Prohibited Practice to be carried out pursuant to the Policy on Prohibited
Practices, and permit the Bank or its representative (including such co-financier) to
inspect such of their accounts and records as may be relevant for such investigation
and to have such records and accounts audited by the auditors appointed by the
Bank.

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.

KOCHI METRO RAIL LIMTED Page 2 of 2


KOCHI METRORAILLIMITED

BID DOCUMENTS

FOR

DESIGN VERIFICATION, DETAIL ENGINEERING, MANUFACTURE,


SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 750 V
DC THIRD RAIL TRACTION SYSTEM ELECTRIFICATION AND
AUXILIARY SUB STATIONS (ASS) AND ASSOCIATED SCADA
SYSTEMS FOR PHASE – 2 OF KOCHI METRO RAIL PROJECT.

TENDER NO. KBE-04

PART 1: Bidding Procedure


APPENDIX-1-List of Documents

Kochi Metro Rail Limited (KMRL)


(A Joint venture company of Govt. of India & Govt. of Kerala)

4th Floor, JLN Metro Station, Kaloor, Ernakulam- 682017


E-mail: [email protected]
Website: www.kochimetro.org
Telephone: 0484 2846700
Tender No. KBE-04/2025 PART 1: Bidding Procedure
APPENDIX-1 List of Documents

List of documents/enclosures to be enclosed with the Tender

(Signed/attested and Scanned Copy is to be uploaded by bidder in Technical Section)

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

 Outline Quality Plan


 Outline Safety Assurance Plan
 Outline Safety, Health and Environmental Plan
 Outline Project Management Plan
 Structure of the Bidder
11. Forms For Qualification:
 Form ELI-1.1: Bidder Information Form
 Form ELI-1.2 : Bidder's JV Information Form
 Form FIN–3.1: Financial Situation and Performance along with Last Five Financial
years audited financial statements ending in March 2024 ((In the case of Foreign
bidders that follow a different financial year, financial statements may be
submitted for their respective financial year ending within March 2024)
 Form FIN–3.2: Average Annual Turnover
 Form FIN–3.3: Financial Resources
 Form FIN–3.4: Part A (for Bid capacity calculation)
 Form FIN–3.4: Part B (for Bid capacity calculation)
 Form EXP-4.1: General Work Experience
 Form EXP - 4.2(a): Specific Work Experience along with documentary proof as
specified in the tender document.
 Form EXP - 4.2(b): Experience in Key Activities along with documentary proof as
specified in the tender document.

12. Bid Index


13. Letter of Undertaking Regarding Confidentiality of Bid Information
14. Undertaking for Downloaded Bidding Documents
15. Sample Format for Banking Reference for Liquidity
16. Form of Certificate confirming non -submission of Financial Package in the Technical
Package.
17. Form of Certificate confirming downloading of all Bidding Documents, Corrigendum and
Addenda.
18. Form of Declaration for non-engagement of any agent, middleman or intermediary.
19. Form of certificate confirming careful examination of all the contents of Bidding
Documents and signing of all pages of Bidder’s proposal
20. Undertaking for ensuring supply of critical spares and availability of technical support

Page 2 of 4
Tender No. KBE-04/2025 PART 1: Bidding Procedure
APPENDIX-1 List of Documents

during the service life of the equipment supplied


21. Undertaking for passing on benefits of exemptions to KOCHI-METRO and for adjustment
of amounts due from balance due
22. Undertaking for obtaining registrations under various fiscal and labour laws
23. Declaration of Undertaking
24. Annexure I Form CER Quality Management / Environmental, Social, Health and Safety
(ESHS) Certification
25. Annexure II Form ESHS Environmental, Social, Health and Safety (ESHS) Documentation
26. Covenant of Integrity
27. Code of Conduct: Environmental, Social, Health and Safety (ESHS)
28. LETTER OF UNDERTAKING
29. Vendor Approval Undertaking

30. Extended Warranty Undertaking.

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

You might also like