Vous êtes sur la page 1sur 18

NCB No.

: JP/EW/1B/E2

REPLY TO PRE BID QUERIES

Bid NCB NO. JP/EW/1B/E2 Date of Pre Bid meeting:-11.07.2016

SN Ref. Clause Description Query JMRC Reply


Clause
No.
1. General Point In case a foreign "National Competitive
participant will be allowed Bidding allows the
to bid in this Bid given that participation of foreign firms
it is a National (from eligible countries;
Competitive Bid (NCB). If Under Section 5 of Bid
a foreign participant is document), if they want to
allowed to participate in submit a bid under the NCB
the Bid, will having an circumstances, with or
Indian partner be without a local (Indian)
mandatory. partner".

2. General Point Is this process intended Both the bidding (NCB No.
only for national (Indian) JP/EW/1B/E1
companies, or is it open to and JP/EW/1B/E2) are
international bidding? National Competitive
Bidding (NCB).
However, National
Competitive Bidding allows
the participation of foreign
firms (from eligible
countries; Under Section 5
of Bid document), if they
want to submit a bid under
the NCB circumstances,
with or without a local
(Indian) partner.
In case international As the Project is funded by
companies are accepted, Asian Develop Bank (ABD)
I would like to confirm that so these bidding are based
no EOI will take place and on Single Stage Two
only a single-stage Envelopes Procedure of
procedure is undertaken, ADB. The eligible
hence any company company/firm may procure
accomplishing the the bidding document
evaluation and (RFP) from JMRC and
qualification criteria may submit bid to JMRC. It is
acquire the RFP and single stage procedure i.e.
submit a bid. Technical bid and Price bid
both shall be submitted
simultaneously in two
different envelopes
enclosed together in an
outer single envelope. The
JMRC shall open the
Technical Bids in public at
the address, on the date,
and time specified in the
BDS in the presence of
Bidders designated
representatives and anyone
who choose to attend. The
technical bids shall be
evaluated first and the
Page 1 of 4
NCB No.: JP/EW/1B/E2

Employer will invite bidders


who have submitted
substantially responsive
Technical Bids and who
have been determined as
being qualified for award to
attend the opening of the
Price Bids. The date, time,
and location of the opening
of Price Bids will be
advised in writing by the
Employer. Bidders shall be
given reasonable notice of
the opening of Price Bids.
3. Section 1 The IFB may be read as National Request to clarify, No special preference will
ITB 1.1 Competitive Bidding(NCB) whether any preference be given to domestic
will be given to Domestic companies. Please follow
Companies and how does accordingly.
it impact duties and taxes
for International
companies
4. Section 1 In the schedules, Bidders shall As per clause 18.3 The prices are to be quoted
ITB 18.3 give the required details and Section 4 (Bidding Forms) as per price schedules as
& 18.4 breakdown of prices as follows: Price Schedules is to be contained in the Section 4
(a) Plant to be Supplied from followed for submission of Vol I & II. Please follow
Abroad (Schedules No. 1) Prices. Please confirm accordingly.
whether clause 18.4 will
(i) the price of the plant shall be
be applicable in this case
quoted carriage and insurance
or not?
paid (CIP)-named place of
destination basis specified in the
BDS;
5. Section 1 For Evaluation and comparison Please clarify that other Please follow bid conditions
ITB 37.1 purpose, the currenc(ies) of the sources of exchange
bid shall be converted into a rates viz.www.oanda.com
single currency as specified in the or www.xe.com can be
BDS The currency that shall be used as sometimes the
used for the bid evaluation and same are not available
comparison purposes to convert easily on RBI website.
all bid prices expressed in various
currencies into a single currency
is Indian Rupees(INR) The source
of the selling exchange rate shall
be : Reserve Bank of India The
date for selling exchange rate
shall be 28 days prior to the
deadline for submission of the bid.

6. Section 3 Experience of installation & Please clarify here MRTS Experience of SCADA in
Clause Commissioning of SCADA for refer to Metro System is a Must.
2.5 Traction or Power Supply system suburban/metro/mainline Please refer Addendum-1
for metro/suburban/mainline railways.
(page nos. 3-11R1, 3-
railway Minimum Criteria to be
12R1, 3-34R1 and 3-35R1)
met (at least one completed work
of MRTS within 7 years.)

7. Special Scope of Facilities As per point (b) and (c), The rates of the spare parts
Condition the contractor shall be valid for a period of
s of responsibility is extended 2 years after DLP.
Contract : up to ten years i.e. much However, in case the
S.no.3 beyond DLP period. spares are ordered by the
Page 2 of 4
NCB No.: JP/EW/1B/E2

Sub Moreover, the prices of employer (DLP+2years),


clause 7.3 spare parts will be the price adjustment clause
subjected to variation due as per appendix 2 shall be
to factors like inflation, applicable for a period of 10
obsolescence etc. years from the date of

completion. The completion


of contract shall be
governed by relevant
GCC/SCC clauses as
applicable. Please refer
Addendum-1
(Page No. 9-8R1)
8. SSC The term Engineer used The Project Manager/
clause 1 in bid document needs to Engineer is the authorised
be explained. In SCC officer of DMRC.
clause 1, the Project
Manager is defined as
authorised officer of
DMRC but role of Project
Manager is not defined in
elsewhere in bid
document. The Project
Manger and the
Engineer may be
defined as same entity.
9. SCC Price Variation Price variation clauses for Please follow bid conditions
Page 9-8 items mentioned are not
available specifically for
each item.
10. GS Chap Software Request to permit MS MS Project can also be
4 Project in addition for used in addition to existing
Primavera for Planning requirement.
Software as both are of

11. GS chap TSS Cable to FP to be in Please specify the 25 kV AC Cable from TSS
22, contractor scope number of runs and to the FP is not required.
Referenc location of FP. Hence not included in the
e of S price schedule.
No.56 of
SCC
12. Page 17 Mechanism of CB specified as Request to permit Please follow bid conditions
of 64 of Spring Type Magnetic Actuator
TS Vol. 2 mechanism based CB,
Clause which are proven in other
5.3.1.2.1 Metro systems

13. Page 26 The manufacturing process of Request to consider the Please follow bid conditions
of 64 of XLPE cable consist of conductor following, changes:
TS Vol.2 screen insulation & insulation 1. Permit CCV process of
clause 6.1 screen shall be extruded in a dry curing in addition to
single process ( triple extrusion) VCV as both the process
and cross linked by VCV Process are proven in various
dry curing technology. Metro Rail Systems.
2. Please allow Aluminium
conductor in addition to
Copper Conductor.

Page 3 of 4
NCB No.: JP/EW/1B/E2

14. General points Please clarify the 1. C-form shall not be


following points: provided by Employer
1. Will C-form be provided 2. High Sea Sale not
by Employer permitted
2. Is High Sea Sale
permitted
15. Space for contractors office & Adequate space for
store contractors office & storage
shall be provided by JMRC,
free of cost.
16. Bid submission Check list for Bid
Submission is attached
herewith.
Contractors have to submit
the bids as per the
checklist, the checklist
should be page numbered
& duly signed by authorised
signatory of the bidder.

17. SCC Sub Clause 27.2 Please refer Addendum-1


Clause (Page no. 8-15R1)
No. 25

18. SCC REQUIREMENTS UNDER GCC/SCC Please refer Addendum-1


Annexure (Page no. 8-55R1 and
-III 8-56R1)

19. Section 4 Bid Security Format The validity of the bid


Bidding security shall be 208 days
Forms from the date of Bid
Submission.

Page 4 of 4
Procurement of Works
JAIPUR METRO RAIL CORPORATION LIMITED
BIDDING DOCUMENT
for
Procurement
of

NCB No.- JP/EW/1B/E2

DESIGN, DETAIL ENGINEERING, MANUFACTURE, SUPPLY, INSTALLATION,


TESTING AND COMMISSIONING OF 25 KV AC TRACTION (RIGID OHE), 33 KV
AUXILIARY SUB STATIONS (ASS), ASSOCIATED CABLING AND SCADA
SYSTEMS FOR UNDERGROUND CORRIDORS OF JAIPUR MASS RAPID
TRANSPORT SYSTEM PROJECT PHASE-1B

ADDENDUM-1

JAIPUR METRO RAIL CORPORATION LTD.


Khanij Bhawan, Tilak Marg,
C- Scheme, Jaipur (Rajasthan) PIN-302005
Country: India
CONTRACT PACKAGE- JP/EW/1B/E2

CONTENTS OF ADDENDUM-1

Part-1
Sr. Reference Page No. Description
No.
1. 3-11R1 Clause No. 2.5 Subcontractor
Evaluation and
2. Qualification Criteria 3-12R1 Clause No. 2.4.2 Experience in Key
Activities
3. 34R1 Form EXP-2: Experience in key
Bidding Forms
Activities
4. 4-35R1 Form EXP-3:Subcontractors

Part-2
Sr. Reference Page No. Description
No.
1. SCC Clause-25 8-15R1 Defect Liability
2. Annexure-III 8-55-56R1 Requirement under GCC/SCC
3. Contract Forms 9-8R1 Price Adjustment for items

General
Sr. Reference Page No. Description
No.
1. JP/EW/1B/E2 --- Checklist for Bid Submission
Section 3 - Evaluation and Qualification Criteria 3-11 R1

Participation in at least three must meet must meet not applicable not applicable Form EXP - 1
requirement requirement as
contracts that have been
follows:
successfully or substantially
Either one
completed within the last 7 partner must
years and that are similar to meet
the proposed contract, where requirement Or
the value of the Bidders All partners
participation is INR 12 Crore combined must
demonstrate
or more. The similarity of the three
Bidders participation shall be successfully or
based on the physical size, substantially
nature of works, complexity, completed
contract of
methods, technology or other similar size
characteristics as described in and nature
below item 2.4.2 and Section
6 (Employers Requirements).

2.4.2 Experience in Key Activities


(Must be complied with by the Bidder in all. In case of a Joint Venture Bidder, at least one of the partners
must have experience in the key activity. If the activity can be subcontracted, the requirement must be
specified in criterion 2.5 of Section 3.)
Criteria Compliance Requirements Documents

Single Joint Venture Submission


Requirement All Partners Each One
Entity Combined Partner Partner
Requirements

For the above or other contracts executed must meet must meet Not Not Form EXP - 2
applicable applicable
during the period stipulated in 2.4.1 above, a requirements requirements
minimum experience in the following key
activities:
1. Design, Detail Engineering, Manufacture, must meet must meet Not Not Form EXP - 2
applicable applicable
supply, Installation, Testing and requirements requirements
commissioning of 1.5 kV and above Traction
(Rigid OHE)

2. Design, Detail Engineering, Manufacture, must meet must meet Not Not Form EXP - 2
requirements requirements applicable applicable
supply, installation, testing and
commissioning of 11 kV and above Indoor
auxiliary substation.

3. Installation & commissioning of SCADA for must meet must meet Not Not Form EXP - 2
applicable applicable
traction or Power supply system for metro requirements requirements
railway system/suburban/mainline railways

4. 11kV and above cable laying, testing & must meet must meet Not Not Form EXP - 2
requirements requirements applicable applicable
commissioning

Bidding Document for JP/EW/1B/E2 Procurement of Plant Single-Stage: Two-Envelope


3-12 R1 Section 3 - Evaluation and Qualification Criteria

Note: Key activates at S. No 3 & 4 can be subcontracted as specified in criteria 2.5 of section 3

2.5 Subcontractors
Subcontractors or Manufacturers for the following major items of plant and services must
meet the following minimum criteria, herein listed for that item. Failure to comply with this
requirement will result in rejection of the subcontractor as well as the Bidder.

Documents
Item Minimum Criteria to
Description of Item Submission
No. be met
Requirements
1 Experience of installation & commissioning of At least one completed
SCADA for traction or Power supply system for similar work of MRTS
Metro railway System/suburban/mainline railways Metro railway System
within last 7 years.

2 Experience of 11kV and above cable laying, At least one completed


testing & commissioning. similar work of
Government/PSU
within last 7 years.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for JP/EW/1B/E2


4-34 R1 Section 4 - Bidding Forms

Form EXP - 2: Experience in Key Activities

Fill out one (1) form per contract.

Contract with Similar Key Activities


Contract No . . . . . . of . . . . .
Contract Identification
.

Award Date Completion Date

Role in Contract  Contractor


 Management
 Subcontractor
Contractor

Total Contract Amount INR

If partner in a Joint Venture


or subcontractor, specify
Percent of Total Amount
participation of total
contract amount

Employers name
Address
Telephone number
Fax number
E-mail

Description of the key activities in accordance with Criterion 2.4.1 b of Section 3


1.Design, Detail Engineering, Manufacture, supply, Installation, Testing
and commissioning of 1.5 kV and above Traction (Rigid OHE)
2.Design verification, Detail Engineering, Manufacture, supply,
installation, testing and commissioning of 11 kV and above Indoor
auxiliary substation.
3.Installation & commissioning of SCADA for traction or Power supply
system for MRTS Metro System
4.11kV and above cable laying, testing & commissioning

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for JP/EW/1B/E2


Section 4 - Bidding Forms 4-35 R1

Form EXP - 3: Subcontractors

Fill out one (1) form per contract.

Contract for the Major Items

Contract No . . . . . . of . . . . . . Contract Identification

Award Date Completion Date

Role in Contract  Contractor


 Management
 Subcontractor
Contractor

Total Contract Amount INR

If partner in a Joint Venture


or subcontractor, specify
Percent of Total Amount
participation of total
contract amount

Employer s name
Address
Telephone number
Fax number
E-mail

Description of the major items in accordance with Criterion 2.5 of Section 3

Experience of installation & commissioning of SCADA for traction or Power


supply system for MRTS Metro System.

Experience of 11kV and above cable laying, testing & commissioning.


Note:-
The bidder shall enclose the undertaking/ MOU from the intended sub-
contractors to substantiate their willingness and experience in the concern
field. The details regarding completion of works shall be submitted for
bidder and intended sub-contractors. The proposal will be evaluated
accordingly.

Bidding Document for JP/EW/1B/E2 Procurement of Plant Single-Stage: Two-Envelope


Section 8 - Special Conditions of Contract 8-15 R1

The Guarantee Test of the Facilities shall be successfully completed


within 3 months from the date of Completion.

23. Sub Clause 26.2 Completion Time Guarantee


Time is the essence of the contract and therefore if the work is delayed
on account of the contractor, liquidated damage shall be recovered @
0.01% of the contract value per one week delay of the individual KD
(Key Dates). However the total liquidated damage is subjected to 10%
of the contract value. The liquidated damage of 0.01% is for two
stations (Choti Chaupar and Badi Chaupar) which will be distributed
equally for each station and the same shall be levied only for the
station (s) where key date is not achieved.

The liquidated damages are recovered by the Employer from the


Contractor for delay and not as penalty.
The Employer may, without prejudice to any other method of recovery,
deduct the amount of such damages from any sum due, or to become
due, to the Contractor. In the event of an extension of time being
granted, the amount due under this Sub-Clause shall be recalculated
accordingly, and any over-payment refunded. The payment or
deduction of such damages shall not relieve the Contractor from his
obligations to complete the Works, or from any other of his duties,
obligations or responsibilities under the Contract.
The Contractor shall use and continue to use his best endeavours to
avoid or reduce further delay to the Works, or any relevant Stages.
At any time after the Employer has become entitled to liquidated
damages, the Engineer may give notice to the Contractor under
clause 42 of GCC requiring the Contractor to complete the Works
within a specified reasonable time. Such action shall not
prejudice the Employer's entitlements to recovery of liquidated
damages, under this Sub-Clause and to terminate under clause
42 of GCC.

24. Sub Clause 26.3 No bonus will be given for earlier Completion of the Facilities or part
thereof.

25. Sub Clause 27.2 Defect Liability


Defect liability period shall be 24 months from the date of issue of
taking over completion certificate for the facilities or any part thereof.
During the Defects Liability Period the Contractor shall provide, free of
cost, competent and skilled personnel and maintain adequate stock of
spares so as to promptly fulfil his obligations during the Defects
Liability Period as laid down in GCC and Employer's Requirements. A
penalty of Rs.10000/- per day in DLP period will be imposed if major
equipment (as defined in the contract documents) or any complete
system is not working for more than 24 Hrs.

Bidding Document for JP/EW/1B/E2 Procurement of Plant Single-Stage: Two-Envelope


Section 8 - Special Conditions of Contract 8-55 R1

Annexure-III

REQUIREMENTS UNDER GCC/SCC

S.N DESCRIPTION Clause Ref. REQUIREMENT

i Amount of Performance Clause 9 of the 10% of the Contract Price in types and
Security SCC proportions of currencies in which the
contract price is payable. In the event of
variations during the execution of the
contract which result in payments to the
Contractor over and above the contract
price, the Performance Security shall be
suitably adjusted.

ii Latest date for Clause 4 of the 7 days from the date of LOA or Employers
commencement of the Works SCC Notice to Proceed

iii Time for completion of the Clause 8.2 of the As per key dates
work from the date of GCC
commencement of the work

iv Liquidated Damages Clause 17 23 of As per the referred clauses of SCC


the SCC
v Defects Liability Period for the Clause 18 25 of As per clause 18 25 of SCC after the date
whole of the Works the SCC of issue of Completion Certificate for the
Part of the Works or from the date of ROD
for the equipments and systems employer
starts using and accepted by employer for
DLP.

vi Amount of advance payment Clause 8 of the As per the referred clauses of SCC
SCC

vii Amount of Professional Clause 43 51 of AOA (any one accident) limit equal to 6%
Indemnity Insurance (PII). (for SCC of the contract value against BOQ in
the contracts having Design in respect of design and construct with AOY
scope of work) (any one year) limit of 2 incidents in a
year. In the Professional Indemnity
insurance Policy the deductible amount
shall not be more than 5% of AOA limit. PII
Policy shall be obtained within four weeks
from date of commencement and shall be
valid for five years after date of issue of

Bidding Document for JP/EW/1B/E2 Procurement of Plant Single-Stage: Two-Envelope


8-56 Section 8 - Special Conditions of Contract

Performance Certificate. Wherever the


contractor submits policy for shorter period
/annual renewable policy, the same shall
be renewed before its expiry date. In such
situation, the performance guarantee (5%
of contract value) shall be retained till
required validity period. The contractors
submission of such shorter period
/renewable policy shall be construed as
their irrevocable consent for retention of the
performance guarantee.

viii Insurance cover for Clause 34 of the 100% of the Total Contract Price.
Contractors All Risk and other GCC
requirements as specified in
the GCC

ix Amount of Third Party Clause 34 of GCC INR 0.50 Million for any one incident, with
Insurance no. of incidents unlimited.

x Period in which all insurances Clause 34 of GCC Within 4 weeks from the Date of
have to be submitted commencement of Work

xi Contract Key Dates As per Appendix-2 4 of Contract


Agreement Section-9 (Contract Forms)

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for JP/EW/1B/E2


9-8R1 Section 9 Contract Forms

c. If the currency in which the Contract price, Po, is expressed is different from the currency of the
country of origin of the labor and/or materials indexes, a correction factor will be applied to avoid
incorrect adjustments of the Contract price. The correction factor shall correspond to the ratio of
exchange rates between the two currencies on the base date and the date for adjustment as defined
above.

d. No price adjustment shall be payable on the portion of the Contract price paid to the Contractor as an
advance payment against the equipment if applicable.

e. The price adjustment shall be applicable for the following only:-

S. No. Item
1 Dry type Transformers as per BOQ
2 33 Kv Cable FRLSOH, as per BOQ
3 33 KV GIS Switchgear as per BOQ
4 25 KV Cable
5 25 KV GIS Switchgear
6 ROCS Conductor Rail, Interlocking Joints & Insulators
7 Contact Wire
8 Steel Parts
9 Overhead Protection Conductor (OPC)
10 Return Conductor (RC)
11 Tunnel Earth Wire (TEW)

Note: The price adjustment shall also be applicable for spares in case, ordered by the
employer beyond DLP (DLP+2years).

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for JP/EW/1B/E2


JAIPUR METRO RAIL CORPORATION

Name of the Bid: Design, Detail Engineering, manufacture, Supply, Installation, Testing and Commissioning of
25 kV AC Traction (RIGID OHE), 33 kV Auxiliary Sub Stations (ASS), associated cabling and
SCADA Systems for Underground Corridors of Jaipur Mass Rapid Transport System Project
Phase-1B
NCB NO: JP/EW/1B/E2
Name of the Bidder:

CHECKLIST FOR BIDDERS QUALIFICATION SUBMISSION


(To be attached with Technical Bid submission)

Submitted
SL Reference to Submitted on page no
No the Bid Description of Item YES NO
BDS Submission has "ORIGINAL" and Two true copies of
1 clause22.1 the same.
Section-4 Vol-
2 I Letter of Technical Bid
Section-4 Vol-
3 I Letter of Price Bid

ITB-21&
4 Section-4 Vol- Bid security as per applicable format
5 I Banks detail for bid security

6 ITB-3 Undertaking for Corrupt & Fraudulent Practice


7 Tender index
In case of single entity, articles of incorporation or
constitution of the legal entity in accordance with
8 ITB-4 ITB4.1 and ITB4.2
Authorization to represent the firm or Joint Venture
9 ITB-22.2 in accordance with ITB 22.2
In case of Joint Venture, letter of intent to form
Joint Venture or Joint Venture agreement, in
10 ITB-4.1 accordance with ITB 4.1
Memorandum of Understanding in case of
JV/Consortium/Pratnership as per BDS clause
11 ITB22.2

Power of Attorney having the specimen signature of


12 authorized signatory duly notarized is enclosed.

Board of Resolution or delegation of authorization


13 for the concerned PoA is enclosed.
Submitted
SL Reference to Submitted on page no
No the Bid Description of Item YES NO
Article of Incorporation of Applicant JV/Consortium
14 partners are enclosed.
Notes:
(i)
In case of Foreign Partner(s), Power of
Attorney(s)and Board of Resolution confirming
authority on the person(s) issuing the Power of
Attorney for such actions, shall be submitted duly
15 notarized by the notary public of origin
(ii)
In the case of government-owned enterprise,
documents establishing legal and financial
autonomy and compliance with commercial law, in
accordance with ITB 4.5
16
17 BDF section- Form PER-I Proposed Personnel
18 BDF section- From PER-II Resume of proposed personnel
BDF section-
19 4 Form ELI - 1: Bidders Information Sheet
BDF section-
20 4 Form ELI - 2: Joint Venture Information Sheet
BDF section-
21 4 Form LIT - 1: Pending Litigation and Arbitration

BDF section-
Form FIN - 1: Historical Financial Performance
4
22 (certified by Chartered Accountant)
BDF section- Form FIN - 2: Average Annual Turnover ( certified
23 4 by Chartered Accountant)
BDF section- Form FIN 3: Availability of Financial Resources
24 4 (certified by Chartered Accountant)
Form FIN- 4: Financial Requirements for Current
BDF section-
Contract Commitments (certified by Chartered
4
25 Accountant)
BDF section- Form FIN- 5: Compliance Check of Financial
26 4 Resources (certified by Chartered Accountant)
BDF section-
27 4 Form EXP 1: Contracts of Similar Size and Nature
BDF section-
28 4 Form EXP 2: Experience in Key Activities
BDF section-
29 4 Form EXP 3: Subcontractors
Details regarding Letter of Acceptance/Work
completion certificates /taking over certificates to
substnatiate the expetience details filled in from
30 EXP-1, EXP-2 , EXP-3
Submitted
SL Reference to Submitted on page no
No the Bid Description of Item YES NO
Successfully or substantially completed certificates
successfully from client clearly indicating the
nature/scope of work, actual completion cost and
actual date of completion for such work should be
31 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 Chartered Accountant
under his signature, stamp and membership
number, Tax Deducted at Source (TDS) certificates
for all payments received and copy of final/last bill
32 paid by client shall be submitted
33 Technical submission in PDF format in a CD

ER Statement of Deviaitons as per item no.10 of


34 Section 6 Employer Requirement
Requirements for Bidder's Technical Proposals as
BDF
35 per Section 4
36 BDF Schedule of Sub-Contractors
Schedule of Vendors/ Equipment & Systems as per
ER
37 Item no.15
Project Organisation as per item no. 7 Section 6 and
BDF/ER
38 PER-I & II of Section 4
Proposal for Contractors Machinery as per form
39 BDF EQU and item no. 8 of Section 4

ER
40 Detail of Foreign Currency as per item no.14 of Sec6
Section-6
41 Clause-12 Outline Quality Plan
Section-6
42 Clause-13 Outline Safety, Health & Environment Plan
Section-6
43 Clause-7 Staffing Schedules and Organization Chart
The supporting documents /printed literature are
translated in English language and is duly certified
44 by the authorized signatory

Each page of the submittal has been numbered ,


45 signed and stamped by authorized signatory.

Undertaking

This is to undertake that I have checked the above list with our submittal . I am also aware that if the
application is not containing the above documents, our application is liable to be rejected

Authorized Signatory
Name of the Bid: Design, Detail Engineering, manufacture, Supply, Installation, Testing and
Commissioning of 25 kV AC Traction (RIGID OHE), 33 kV Auxiliary Sub Stations
(ASS), associated cabling and SCADA Systems for Underground Corridors of
Jaipur Mass Rapid Transport System Project Phase-1B
NCB NO: JP/EW/1B/E2
Name of the Bidder:

CHECK LIST FOR FINANCIAL SUBMISSION


(To be attached with Financial Bid submission)

Submitted
SL Submitted
Reference Description of Item on page no
No
YES NO
Pricing of Unqualified Withdrawal of
Conditions, Qualifications, Deviations, etc
as per item no. 10 of Section 6
1 ER
Bill of Quantities / Pricing Document in
Sealed condition in Financial package
envelope as per Section 4 Vol I & II
BDF Vol
2
I&II
Priced BOQ in MS Excel format in a CD
in sealed condition in Financial package
3 envelope.
The supporting documents/ printed
literature are translated in English
language and is duly certified by the
4 authorized signatory
Each page of the submittal has been
numbered, signed and stamped by
5 authorized signatory.
Financial Submission has 'ORIGINAL' and
'Two true copies' of the same as per ITB
6 Clause 22.1.

Undertaking

This is to undertake that I have checked the above list with our submittal . I am also
aware that if the application is not containing the above documents, our application is
liable to be rejected

Authorized Signatory

Vous aimerez peut-être aussi