delhi metro rail corporation limited contract: oew-799 ... · underground station of dmrc”....

12
DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799: Supply, Installation, testing & commissioning for panel gas flooding system with NOVEC 1230 at various Underground station of DMRC”. Addendum No.1 Summary Sheet S.No Tender Document Page No. Clause No. / Item No. Addendum / Corrigendum Remarks 1 Notice Inviting Tender 2 of 11 1.1.2 (e) Period of sale of tender is modified Replace page 2 of 11 with 2R of 11 2 Notice Inviting Tender 3 of 11 1.1.2 (h) Date of issuing amendment is modified Replace page 3 of 11 with 3R of 11 3 Notice Inviting Tender 3 of 11 1.1.2 i(i) Tender submission start Date is modified Replace page 3 of 11 with 3R of 11 4 Notice Inviting Tender 3 of 11 1.1.2 i(ii) Tender submission end Date is modified Replace page 3 of 11 with 3R of 11 5 Notice Inviting Tender 3 of 11 1.1.2 (j) Date of opening of Tender is modified Replace page 3 of 11 with 3R of 11 6 Notice Inviting Tender 3 of 11 1.2.1 (i) Content is added Replace page 3 of 11 with 3R of 11 7 Notice Inviting Tender 4 of 11 1.2.1 (vii) (a) Content is added Replace page 4 of 11 with 4R of 11 8 Notice Inviting Tender 6 of 11 1.2.1 (x) Content is added Replace page 6 of 11 with 6R(a),6R(b) & 6R(c) of 11 9 Special Conditions of Contract 6 of 6 Clause 16 Content is modified Replace page 6 of 6 with 6R of 6 10 Employer’s Requirement 3 of 6 Clause 4.14 Content is modified Replace page 3 of 6 with 3R of 6 11 Employer’s Requirement 4 of 6 Clause 5.1 Content is modified Replace page 4 of 6 with 4R of 6 12 Employer’s Requirement 6 of 6 Clause 11 Content is added Replace page 6 of 6 with 6R of 6 13 Bill of Quantity BOQ Content is modified BOQ has been replaced

Upload: others

Post on 07-Oct-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

DELHI METRO RAIL CORPORATION LIMITED

Contract: OEW-799: “Supply, Installation, testing & commissioning for panel gas flooding system with NOVEC 1230 at various Underground station of DMRC”.

Addendum No.1

Summary Sheet

S.No Tender Document

Page No. Clause No. / Item No.

Addendum / Corrigendum

Remarks

1 Notice Inviting

Tender 2 of 11 1.1.2 (e)

Period of sale of tender is modified

Replace page 2 of 11 with 2R of 11

2 Notice Inviting

Tender

3 of 11 1.1.2 (h)

Date of issuing amendment is

modified

Replace page 3 of 11 with 3R of 11

3 Notice Inviting

Tender

3 of 11 1.1.2 i(i)

Tender submission start Date is modified

Replace page 3 of 11 with 3R of 11

4 Notice Inviting

Tender

3 of 11 1.1.2 i(ii)

Tender submission end Date is modified

Replace page 3 of 11 with 3R of 11

5 Notice Inviting

Tender

3 of 11 1.1.2 (j)

Date of opening of Tender is

modified

Replace page 3 of 11 with 3R of 11

6 Notice Inviting

Tender 3 of 11 1.2.1 (i) Content is added

Replace page 3 of 11 with 3R of 11

7 Notice Inviting

Tender 4 of 11 1.2.1 (vii) (a) Content is added

Replace page 4 of 11 with 4R of 11

8 Notice Inviting

Tender 6 of 11 1.2.1 (x) Content is added

Replace page 6 of 11 with 6R(a),6R(b) & 6R(c) of

11

9 Special

Conditions of Contract

6 of 6 Clause 16 Content is modified

Replace page 6 of 6 with 6R of 6

10 Employer’s

Requirement 3 of 6 Clause 4.14

Content is modified

Replace page 3 of 6 with 3R of 6

11 Employer’s

Requirement 4 of 6 Clause 5.1

Content is modified

Replace page 4 of 6 with 4R of 6

12 Employer’s

Requirement 6 of 6 Clause 11 Content is added

Replace page 6 of 6 with 6R of 6

13 Bill of Quantity BOQ Content is modified

BOQ has been replaced

Page 2: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

Contract: OEW-799:“Supply, Installation, testing & commissioning for panel gas flooding system with NOVEC 1230 at various

Underground station of DMRC”.

Notice Inviting Tender Page 2R of 11

NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC Invites Open tender through e-tendering system (i.e. Technical and Financial bid) from eligible applicants who fulfill qualification criteria as stipulated in clause 1.2 of NIT for “Supply, Installation, testing & commissioning for panel gas flooding system with NOVEC 1230 at various Underground station of DMRC”. The brief scope of the work and site information is provided in ITT clause A2.

1.1.2 The key details are as follows:

a. Name of Work Contract: OEW-799: “Supply, Installation, testing & commissioning for panel gas flooding system with NOVEC 1230 at various Underground station of DMRC”.

b. Approximate Cost of work ₹233.20 Lakhs (Inclusive of all)

c. Tender Security Amount* (Earnest Money Deposit)

Amount of Tender Security: ₹2,33,205/- (Payment of tender security is to be made only by RTGS, NEFT and IMPS. No other mode of payment will be accepted. The detail of bank account of DMRC for payment of Tender security is mentioned in clause 1.1.2(p) of NIT. The bidders shall be required to upload the scanned copies of transaction of payment of tender security/ EMD including e-receipt (clearly indicating UTR No. & Tender reference i.e. OEW-799 must be entered in the remarks at the time of online transaction of payment, failing which payment may not be considered) at the time of online bid submission. For further details, clause C18.1.2 of ITT may be referred. Note: Bidders to note that the payment of tender security shall be made from the account of bidder only however, in case of JV/ Consortium the tender security can either be paid from JV/Consortium account or one of the constituent member of JV/Consortium. If tender security has been made from other than the account mentioned above, same shall not be accepted and all such bids shall be considered ineligible and summarily rejected.

d. Cost of Tender Documents* (Non-Refundable)

₹23,600/- (inclusive of 18% GST) Non-Refundable (Payment of cost of tender document / tender fee is to be made only by RTGS, NEFT & IMPS. No other mode of payment will be accepted. The detail of bank account of DMRC for payment of cost of tender document is mentioned in clause 1.1.2(p) of NIT. The bidders will be required to upload the scanned copies of transaction of payment of tender document cost/ tender fee including e-receipt (clearly indicating UTR No. & Tender reference i.e. OEW-799 must be entered in the remarks at the time of online transaction of payment, failing which payment may not be considered) at the time of online bid submission. (Copy of GST registration no. to be provided along with Tender document cost/ tender fee)

e. Tender Document available for sale on website

From 24.07.2020 to 27.08.2020 29.08.2020 (upto 14:00 hrs) on e-tendering website https://eprocure.gov.in/eprocure/app Tender document can only be obtained after registration of tenderer on the website https://eprocure.gov.in/eprocure/app.

f. Pre-bid Meeting

06.08.2020 at 11:00 Hrs The pre-bid meeting shall be conducted through video conferencing using software apps such as zoom.us, microsoft teams etc. All Prospective bidders shall provide the details of the person(s) (maximum up to two) who will be participating in such virtual meeting at least 24 hours before the meeting (latest by 11:00 Hrs on 05.08.2020) to the registered official email of DMRC i.e. [email protected], so that links having details such

Page 3: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

Contract: OEW-799:“Supply, Installation, testing & commissioning for panel gas flooding system with NOVEC 1230 at various Underground station of DMRC”.

Notice Inviting Tender Page 3R of 11

as software apps, meeting ID, password etc. can be mailed to these persons at least 12 hours before the scheduled pre-bid meeting.

g. Last date of Seeking Clarification 05.08.2020 (upto 17:00 Hrs) (Queries shall be submitted online through e-tendering portal against the respective tender)

h. Last date of issuing amendment, if any

14.08.2020 19.08.2020

i.(i) Tender submission Start Date and Time (online)

21.08.2020 24.08.2020 (from 09:00Hrs)

i.(ii) Tender submission end Date and Time (online)

27.08.2020 29.08.2020 (Upto 14:00Hrs)

j. Date & Time of opening of Tender (Technical Bid) (online)

28.08.2020 31.08.2020 at 14:30 Hrs.

k. Date & Time of opening of Financial Bid

Will be informed later on after the evaluation of Technical Bids (Only to the bidders who will successfully qualify the Technical Evaluation)

l. Validity of Tender 180 days from the last date of submission of tender.

m. Stipulated date of Commencement of work

Within seven days from the date of issue of “Letter of Acceptance” or as per the instructions of Engineer-in-charge.

n. Time Period 03 Years from the stipulated date of commencement of work.

o.

Authority and place for submission of tender cost & Tender Security (EMD), required documents (if any) and seeking clarifications on tender documents

CE/Tender (O&M), Delhi Metro Rail Corporation Ltd., 5th Floor, C-Wing, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi –110001

p. To facilitate payment of Tender Fee and Tender Security through RTGS, NEFT & IMPS, the

details of bank account of DMRC is mentioned below:

Name of Bank Bank’s Address Account Name & No. Name of Bank Bank’s Address

Punjab National

Bank

ECE House

Branch, Connaught

Place, New Delhi -

110001

DMRC Ltd. O&M

Expenditure A/C,

1120005800000032

Punjab National

Bank

ECE House

Branch,

Connaught Place,

New Delhi -

110001

1.1 QUALIFICATION CRITERIA 1.2.1 Eligible Applicant

i. The tenders for this contract will be considered only from those tenderers {proprietorship firms, partnership firms, companies, corporations, consortia or joint ventures (JV hereinafter)} who meet requisite eligibility criteria prescribed in the sub-clauses of Clause 1.2 of NIT. 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. Indian Contractor(s)/ Subsidiary (ies) regd in India with minimum 74% share in a JV / Consortium with foreign company with maximum 26% share in JV / Consortium. Indian Contractor / Indian Subsidiary to be lead member of JV/ Consortium.

ii A tenderer shall submit only one bid in the particular tendering process, either individually as a tenderer or as a partner of a JV/Consortium. 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 sub-contractor while submitting a bid individually or as a partner of a JV/Consortium 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.

iii Tenderers shall not have a conflict of interest. All Tenderers found to have a conflict of interest shall be disqualified. Tenderers shall be considered to have a conflict of interest with one or more parties in this bidding process, if:

(a) A tenderer has been engaged by the Employer to provide consulting services for the preparation related to procurement for on implementation of the project; or

Page 4: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

Contract: OEW-799:“Supply, Installation, testing & commissioning for panel gas flooding system with NOVEC 1230 at various Underground station of DMRC”.

Notice Inviting Tender Page 4R of 11

(b) A tenderer is any associates/affiliates (inclusive of parent firms) mentioned in sub-paragraph (a) above; or

(c) A tenderer lends, or temporarily seconds its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for an implementation of the project, if the personnel would be involved in any capacity on the same project.

iv The payment of the tender cost is acceptable from any account. However tenderer shall submit such transaction details along with their tender submission on e-portal. If the same transaction reference number has been submitted for more than one bids. All such bids shall be considered ineligible and summarily rejected.

v (a) DMRC/ any other Metro Organization (100% owned by Govt.) / Ministry of Housing & Urban Affairs / Order of Ministry of Commerce, applicable for all Ministries must not have banned business with the tenderer (including any member in case of JV/consortium) as on the date of tender submission. The tenderer should submit undertaking to this effect in Appendix-6 of form of Tender.

v (b). Also no contract of the tenderer of the value more than 10% of NIT cost of work, executed either individually or in a JV/Consortium, should have been rescinded / terminated by DMRC/ any other Metro Organization (100% owned by Govt.) after award during last 03 year (from the last day of the previous month of tender submission) due to non-performance of the tenderer or any of JV/Consortium, members. The tenderer should submit undertaking to this effect in Appendix-6 of form of Tender.

v (c) Tenderer (including any member in case of JV/consortium) for the work awarded by DMRC / any other Metro Organization (100% owned by Govt.) must have been neither penalized with liquidated damages of 10% (or more) of the contract value due to delay nor imposed with penalty of 10% (or more) of the contract value due to any other reason in any Engineering works of value more than 10% of NIT cost of work, during last three years. The tenderer should submit undertaking to this effect in the Appendix-6 of Form of Tender.

v (d). If the tenderer or any of the constituent ‘substantial member(s)’ of JV/Consortium does not meet the criteria stated in the Appendix 6, the tenderer including the constituent ‘substantial member(s)’ of JV/Consortium shall be considered ineligible for participation in tender process and they shall be considered ineligible applicants in terms of Clause 1.2.1 of NIT.

v (e). If there is any misrepresentation of facts with regards to undertaking submitted vide Appendix-6, the same will be considered as “fraudulent practice” under Clause 4.33.1 a (ii) of GCC and the tender submission of such tenderers will be rejected besides taking further action as per Clause 4.33.1 (b)&13.2.1 of GCC.

vi. Tenderer (any member in case of JV/consortium) must not have suffered bankruptcy/ insolvency

during the last 5 years. The tenderer should submit undertaking to this effect in the Appendix-6 of Form of Tender

vii. LEAD PARTNER/NON SUBSTANTIAL PARTNERS/ CHANGE IN JV/CONSORTIUM

a. Lead partner must be a substantial partner in the JV/Consortium i.e. it should have a minimum of 26% participation in the JV/Consortium. Each substantial partner in case of JV/Consortium shall have experience of executing at least one “similar work” ** of value of ₹ 93.28 lakhs or more as defined in clause 1.2.2 (a) of NIT in last 05 years.

In case of JV/consortium with non-Indian firm, Indian Contractor/ Indian Subsidiary to be lead member of JV/ Consortium.

b. Each non-substantial partner should have a minimum of 20% participation in the JV/Consortium. 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. In the tender of above work, a Joint Venture/ Consortium to qualify, each of its non-substantial partner must have experience of executing at least one Electrical work of minimum value of ₹46.64 lakhs in last 05 years.

c. 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.

d. 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

Page 5: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

Contract: OEW-799:“Supply, Installation, testing & commissioning for panel gas flooding system with NOVEC 1230 at various Underground station of DMRC”.

Notice Inviting Tender Page 6R a of 11

c) Procedure for Purchase Preference in procurement of goods or works which are not

divisible in nature and in procurement of services where the bid is evaluated on price

alone: APPLICABLE FOR THE SUBJECT TENDER

i. Among all qualified bids, the lowest bid will be termed as L 1. If L1 is from a local

supplier, the contract will be awarded to L 1.

ii. If L1 is not from a local supplier, the lowest bidder among the local suppliers, will be

invited to match the L 1 price subject to local supplier's quoted price falling within the

margin of purchase preference, and the contract shall be awarded to such local

supplier subject to matching the L1 price.

iii. In case such lowest eligible local supplier fails to match the L 1 price, the local

supplier with the next higher bid within the margin of purchase preference shall be

invited to match the L 1 price and so on and contract shall be awarded accordingly.

iv. In case none of the local suppliers within the margin of purchase preference matches the L 1 price, then the contract may be awarded to the L 1 bidder.

d) Minimum local content and verification of local content: i. The local supplier at the time of tender shall be required to provide self-certification

that the item offered meets the minimum local content and shall give details of the

location(s) at which the local value addition is made.

ii. In case of procurement for a value in excess of ₹10 crores, the local supplier shall

be required to provide a certificate from the statutory auditor or cost auditor of the

company or from a practising cost accountant or practising chartered accountant

giving the percentage of local content after completion of works to the Engineer.

iii. If any false declaration regarding local content is found, the company shall be

debarred for a period of three years from participating in tenders of all metro rail

companies.

iv. Supplier/bidder shall give the details of the local content in a format attached as Appendix-

22 and Appendix-23 of FOT duly filled to be uploaded along with the technical bid.

In case, bidder do not upload Appendix-22 and Appendix-23 of FOT duly filled along

with their technical bid, local content shall be considered as 'Nil' in tender

evaluation.

e) Complaints relating to implementation of Purchase Preference Fees for such complaints shall be ₹2 Lakh or 1% of the value of the local item being procured (subject to maximum of ₹5 Lakh), whichever is higher. In case the complaint is found to be incorrect, the complaint fee shall be forfeited. In case, the complaint is upheld and found to be substantially correct, deposited fee of the complainant would be refunded without any interest.

X. Restriction of Bidders from Countries sharing Land Borders with India: Any bidder from a country which shares a land border with India will be eligible to bid either as a single entity or as a member of a JV / Consortium with others, in any procurement whether of goods, services (including consultancy services and non-consultancy services) or works (including turnkey projects) only if the bidder is registered with the Competent Authority. The Competent Authority for registration will be the Registration Committee constituted by the Department for Promotion of Industry and Internal trade (DPIIT). Political & Security clearance from the Ministries of External and Home Affairs respectively will be mandatory. However, above condition shall not apply to bidders from those countries (even if sharing a land border with India) to which the Government of India has extended lines of credit or in which the Government of India is engaged in development projects. Updated lists of countries to which lines of credit have been extended or in which development projects are undertaken are given in the website of the Ministry of External Affairs.

Page 6: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

Contract: OEW-799:“Supply, Installation, testing & commissioning for panel gas flooding system with NOVEC 1230 at various Underground station of DMRC”.

Notice Inviting Tender Page 6R b of 11

“The successful bidder shall not be allowed to sub-contract works to any contractor from a country which shares a land border with India unless such contractor is registered with the Competent Authority”

Definitions pertaining to “Restriction of Bidders from Countries sharing Land Borders with

India” Clause

Bidder" (including the term 'tenderer', 'consultant' 'vendor' or 'service provider' in certain contexts) means any person or firm or company, including any member of a consortium or joint venture (that is an association of several persons, or firms or companies), every artificial juridical person not falling in any of the descriptions of bidders stated hereinbefore, including any agency, branch or office controlled by such person, participating in a procurement process. "Bidder from a country which shares a land border with India" means: a) An entity incorporated, established or registered in such a country; or

b) A subsidiary of an entity incorporated, established or registered in such a country; or

c) An entity substantially controlled through entities incorporated, established or

registered in such a country; or

d) An entity whose beneficial owner is situated in such a country; or

e) An Indian (or other) agent of such an entity; or

f) A natural person who is a citizen of such a country; or

g) A consortium or joint venture where any member of the consortium or joint

venture falls under any of the above

"Beneficial owner" will be as under: (i) In case of a company or Limited Liability Partnership, the beneficial owner

is the natural person(s), who, whether acting alone or together, or through one or more juridical person(s), has a controlling ownership interest or who exercises control through other means.

Explanation

a. "Controlling ownership interest" means ownership of, or entitlement to,

more than twenty-five per cent of shares or capital or profits of the

company;

b. "Control" shall include the right to appoint the majority of the directors or

to control the management or policy decisions, including by virtue of their

shareholding or management rights or shareholders agreements or voting

agreements;

(ii) In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting alone or together, or through one or more juridical person, has ownership of entitlement to more than fifteen percent of capital or profits of the partnership;

(iii) In case of an unincorporated association or body of individuals, the beneficial owner is the natural person(s), who, whether acting alone or together, or through one or more juridical person, has ownership of or entitlement to more than fifteen percent of the property or capital or profits of such association or body of individuals;

(iv) Where no natural person is identified under (i) or (ii) or (iii) above, the beneficial owner is the relevant natural person who holds the position of senior managing official.

(v) In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural person exercising ultimate effective control over the trust through a chain of control or ownership.

"Agent" is a person employed to do any act for another, or to represent another in dealings with third persons.

Page 7: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

Contract: OEW-799:“Supply, Installation, testing & commissioning for panel gas flooding system with NOVEC 1230 at various Underground station of DMRC”.

Notice Inviting Tender Page 6R c of 11

1.2.2 Minimum Eligibility Criteria

(a) Work Experience : The tenderers will be qualified only if they have successfully completed work(s) during last 5 years ending last day of the month previous to the month of tender submission as given below:

(i) At least one “similar work”** of value of ₹186.56 lakh or more OR

(ii) Two “similar works” **each of value of ₹116.60 lakh or more OR

(iii) Three “similar works”**each of value of ₹ 93.28 lakh or more AND

(iv) “Supply, Installation, Testing & Commissioning of fire suppression system for electrical equipment using gas flooding/ NOVEC 1230" of minimum value of ₹46.64 lakh or more which may be a part of (i), (ii) or (iii) above or a separate work.

**"Similar work” for this contract shall be “Supply, Installation, Testing & Commissioning of Electrical & Mechanical works/equipment".

Page 8: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

Contract: OEW-799:“Supply, Installation, Testing & Commissioning for panel gas flooding system with NOVEC 1230 at various

Underground station of DMRC”.

15 Sub-Clause 6.7 Health and Safety Contractors are required to have tie-up with well-equipped reputed hospitals having facilities of MRI, CT Scan, Ultrasound, Blood Bank, specialist Doctors like neurosurgeon, orthopaedic as mandatory requirement and fire station located in the neighbourhood for attending to the casualties promptly and emergency vehicle kept on standby duty during the working hours for the purpose.

16 Sub Clause 10.1 Defect liability period Defect Liability Period is 12 months after the date of issue of Taking-Over Certificate for the Whole of the works completed per station wise. After expire of DLP, Guarantee/Warrantee given by OEM of the parts shall also be extended to DMRC and relevant Guarantee/Warrantee document of such parts shall also be submitted to DMRC by the contractor before processing of the final bill.

17

17.1

17.2

Sub-Clause 11.1

Sub-Clause 11.1.1

Sub-Clause 11.1.4

Contract Price (Inclusion/Exclusion)

In respect of All Inclusive Contract

The Contract Price, subject to any adjustment thereto in accordance with the contract conditions, shall be all inclusive (including all taxes, duties, royalties etc.)

Changes in Taxes/Duty:

(a) (a) “Change in Taxes/Duties/Levies” means the occurrence or coming into force of the following, at any time after the date of submission of tender.

(i) Any new tax which is imposed and applicable on this work. (ii) (ii) Change in the rate of GST on applicable to this work, as per GST

Act. (b) The Contract Price shall be adjusted due to any of the above two

conditions. Adjustment in contract price will be applicable up to the stipulated date of completion of work including the extended period of completion where such extension has been granted under sub clause 8.4.1 of GCC or it is specifically mentioned that extension is with adjustment for changes as stated above.

(c) If the extension of contract period is on account of contractor’s fault

under Sub-clause 8.4.3 of GCC, no compensation shall be made towards upward revision towards “change in Taxes/Duty (taking place during the said extended contract period)” as mentioned at Sl. No. (a) (i) & (ii) above, during the original contract period or extended contract period shall be on employer’s account.

(d) Any other changes (except on account of Clause (a) (i) & (ii) above) in

existing taxes/new taxes on supply of materials/services/works etc will not be considered and its impact shall be considered covered in the price variation clause provided in the Contract and in contract where price variation clause is not provided, the impact on any other change (except on account of clause a (i) & (ii) above in existing taxes/ new taxes on supply of materials/services/works etc. will be deemed to be included in the quoted contract price.

(e) Also the contract price shall not be adjusted on account of fluctuations in the rates of exchange between the foreign currencies of the contract and Indian Rupees from the last date of submission of tender.

18 Sub clause 11.1.3 Price Variation This is a fixed price contract and no Price Variation is admissible in this contract.

19

Sub-Clause 11.2

Advance No Advance is admissible in this contract

Special Conditions of Contract Page 6R of 6

Page 9: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

Contract OEW-799: “Supply, Installation, Testing & Commissioning of panel gas flooding system with

NOVEC 1230 at various Underground station of DMRC”

Page 3R of 6

21

MDHS N

22 DSTO E&W

23

L-6

JGPA N & S

24 JLNS N & S

25 KM N & S

4. Scope of work

4.1 All the new NOVEC 1230 installation shall be provided in existing electrical panels of Auxiliary Sub Stations and other electrical panels of station as per the direction of engineer in-charge so that the overall efficiency of the system is not be affected.

4.2 Contractor shall follow the NFPA 2001 while executing the NOVEC 1230 system.

4.3 Contractor shall integrate the NOVEC 1230 system with existing Notifier/Simplex any other fire detection system after providing necessary cable and monitor module of Notifier/Simplex any other make at stations. All the integration work shall be carried out by certified engineer of Notifier/Simplex.

4.4 Power supply for Main Control Unit of NOVEC 1230 shall be installed by contractor with 3 core x 2.5 sq. mm. For this LSZH copper cable/wire from the nearest UPS-DB of the plant/sub-station in GI flexible/hard conduit inclusive of power switch & socket box to be provided by contractor for which nothing shall be paid extra.

4.5 Cable used for system integration with existing Notifier/Simplex any other system shall be of specification: Heat resistance cable 2C x 1.5 sq.mm cable, colour-Red, Non armored, BS 8434-1.2003 BSEN50200.2006 PH120 BS7629-1.1997(H) BS7629 CWZ 300/500V-2. The contractor to supply, lay, install & integrate the cable with existing FACP system for which nothing shall be paid extra.

4.6 All the necessary clamps, hooks etc required for holding of tube, cylinder or MCU etc shall be provided by contractor.

4.7 The contractor shall make all the necessary arrangement and machinery for drilling, welding, brazing required for completion of work, nothing shall be paid extra.

4.8 During, DLP preventive & corrective maintenance as per 6.0 is in contractor scope.

4.9 Electrical wiring connection including cables, wire, connectors and installation accessories shall be in scope of contractor as per the direction of engineer in-charge.

4.10 Electrical cables or wiring installed outside the electrical panels shall be protected by metallic flexible/hard conduit as per the direction of engineer in-charge.

4.11 Contractor shall carry out the wiring/cable etc. as required with proper dressing and saddle as direction of engineer in-charge.

4.12 Contractor shall follow the relevant IE rules / acts etc. during execution of work.

4.13 Proper safety shall be responsibility of the contractor during work on HV and LV electrical system.

4.14 If gas releases due to any defect of mal-operation/function, the cost shall be born borne by contractor during the completion period and DLP.

4.15 The contractor shall submit the scheduled planning for execution of work at least two days in advance to the engineer in-charge.

4.16 All the work shall be executed in non-revenue hours (night) for that nothing shall be paid extra.

Page 10: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

Contract OEW-799: “Supply, Installation, Testing & Commissioning of panel gas flooding system with

NOVEC 1230 at various Underground station of DMRC”

Page 4R of 6

4.17 Contractor shall clean & dispose the released scrap/material etc. as per DMRC environmental policy.

4.18 Contractor shall bring all tools & tackles required to carry out the work. No T&P etc. shall be provided by DMRC

4.19 Contractor shall provide onsite training for operation and maintenance of above system.

4.20 Contractor shall also submit 2 copies in hard and one soft copy the station wise layout plan for system.

4.21 Any defects of Workmanship, materials, performance, maladjustment, non-compliance with this specification or other irregularities which become apparent during the tests or commissioning shall be rectified by the Contractor, at its own expense, Installation shall be free from defects and in full working order to the complete satisfaction of the Engineer.

4.22 The contractor shall also be responsible to repair the defects / faults arise during the defect liability period after the completion of work.

4.23 If there is any other technical requirement for system completion the same shall be explained by the contract to Engineer in-charge.

4.24 Any other minor work required for completion of job shall be in scope of contractor, nothing shall be paid extra.

4.25 The contractor shall be responsible for shifting of released/scrap Argonite/Inrgen gas cylinder to the any underground station (as per site information furnished at clause 2.0 of ER) and DMRC Depot. The contractor shall arrange the T&P/Transport/manpower required for shifting /transportation of Argonite/Inrgen gas cylinder nothing shall be paid extra in this account.

If there is any deviation in the technical specification, same should be highlighted at the time of tendering only

5.0 Completion period for phase manner execution of work

5.1 The stations specified above at item no 3.1 shall be completed with in within six months from the date of issue of work order. The completion of work means “complete Supply, installation, Testing & commissioning and integration of one location as specified by engineer in-charge”

5.2 The stations communicated other than above; the completion time for same shall be maximum 4 months per station.

6.0 Preventive & corrective schedule During Defect liability period.

6.1 Preventive maintenance : Shall be carried out as per OEM recommendation / DMRC check list . A complete check list shall be prepared in consultation with DMRC Engineer – in – charge to carry out the preventive maintenance schedule

6.2 Corrective Maintenance: The Corrective/Breakdown Maintenance is to be carried out any time during 24 hrs x 365 days inclusive of all Sundays & Holidays.

Response Time (Max): 06 hrs

A. To attend the Minor Repair

Attending time (Max.) 48 hrs

B. To attend the Major Repair

Attending time (Max.) 4 days

However, the decision regarding minor/major maintenance shall be of DMRC, which will be binding on

the contractor. If fault not rectified in stipulated time, the work shall be carried out by DMRC on the

risk & cost of contractor.

Page 11: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

Contract OEW-799: “Supply, Installation, Testing & Commissioning of panel gas flooding system with

NOVEC 1230 at various Underground station of DMRC”

Page 6R of 6

Janus Fire Systems Manufacturer of Sv Series, Mv Series and Lv Series systems using Novec 1230 fluid.

Kidde Fire Systems (Carrier) Manufacturer of ADS and ECS Clean Agent Fire Suppression systems using Novec 1230 fluid.

Lifeline Manufacturer of Lifeline Zero (ZERO, 360 and 2000) systems using Novec 1230 fluid.

Martec

Manufacturer of 40- and 80-bar GV80 fire suppression systems using Novec 1230 fluid.

Minimax Manufacturer of MX 1230 systems using Novec 1230 fluid.

Rotarex Firetec Manufacturer of the CLEANFIRE® Clean Agent Fire Suppression Systems and FireDETEC Fire Suppression Systems using 3M Novec 1230 fluid.

Safecraft Manufacturer of Model PB3/PB5, Model UTV, Model LT & Model AT systems using Novec 1230 fluid.

Sea-Fire Manufacturer of SEA-FIRE NMD & NMG, NFG & NFD systems using Novec 1230 fluid.

SEVO Systems Manufacturer of Force500™, FireFlex®, Flex™, Cube™ and modular systems using Novec 1230 fluid.

Siemens Building Technologies Manufacturer of Sinorix 1230 systems using Novec 1230 fluid.

Tyco (Johnson Controls) Manufacturer of SAPPHIRE® clean agent systems using Novec 1230 fluid.

The Viking Corporation Manufacturer of VSH1230 Fire Extinguishing Systems using 3M Novec 1230 fluid.

10.2 Hose: Hose shall be of SAE approved (i.e. SAE1002AT-8, 12.5mm x 2W EN858/2SN/12/DIN)

10.3 Cable: KEI/ Polycab/ Cords/Bonton

11.0 Safety guidelines on COVID-19 to be followed as per directions of Central/State Govt.

Page 12: DELHI METRO RAIL CORPORATION LIMITED Contract: OEW-799 ... · Underground station of DMRC”. Notice Inviting Tender Page 2R of 11 NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 DMRC

69) DELHI METRO RAIL CORPORATION

DELHI AE TRO RAL CORPORATIoN LTO Bill of Quantities (BOQ) Contract: OEW-799: Supply, Installation, testing & commissioning of panel gas flooding system with NOVEC 1230 at various Underground station of DMRC for 3 years

S. No. Item Rate (In Unit Qty. Amount (In INR) INR

Schedule-A

|Supply, nstallation, testing and commissioning of Automatic linear| pneumatic Tube Detection based NOVEC 1230 System for Electrical Panels, consisting of the following components:

|10 lbs Capacity (DLP) cylinder (NFPA (DOT) approved) of NOVEC 1230 system complete with all necessary accessories, NOVEC 1230 Gas, Fitting Each Support and accessories, connected with valve.

1.01 28 60829.44 1703224.32

SITC of 10lbs capacity (1LP) cylinder (NFPA (DOT) approved) of Novec

1.02 1230 system complete with all necessary accessories, NOVEC 1230 gas, fitting support etc with connected valves

Each 48 63772.80 3061094.40

SITC of S Ibs Capacity (DLP) cylinder (NFPA (DOT) approved) of NOVEC 1.03 1230 system complete with all necessary NOVEC 1230 Gas, Fitting

Support and accessories, connected with valve.

Each 118 43169.28 5093975.04

Each 166 2020.48 335399.68 1.04 End of Line Adaptor

Each 190 3384.64 643081.60 1.05 Pressure Switch

SITC of Flexible Polymer Detection Tube with all necessary fittings & 8430 784.00 6609120.00 Meter 1.06

supports which should be UL listed.

Master Control Unit for connecting each system with electronic hooters

1.07 and productivity input to Scada/ Fire alarm system including all

necessaries + electrical wiring to make each entire system functional

162 5886.72 953648.64 ach

Supply & installation of Discharge pipe should be high pressure braided

hose with heavy duty adopters and one nozzel for each hose. The

nozzle should be made of Brass/ Gun Metal and should have 180 degree

discharge pattern with nozzel kit for ILP 10 lbs NOVEC 1230 cylinder.

162 13245.12 2145709.44 Each

1.08

Software integration to generate graphics on panel.

Fixing, integration, testing and commissioning of Notifier monitor

module with existing Notifier fire detection system and Benerate the

Braphics in Fire PC along with laying of cable inclding all accessries

required, complete as per site .

162 11773.44 1907297.28 Each

2.01

B Supply of material

Supply of Addressable Monitor Module with suitable junction box, FMM-|

1, Make-Notifier

2746.24 444890.88 ach 162

3.01

97.44 422889.60 4340

Supply of Heat resistance cable 2C x 1.5 sqmm cable, color Red, Non

3 02 armored, BS 8434-1.2003 BSENS0200.2006 PH120 BS7629-1. 1997(H)| Meters

BS6387.1994 CWZ 300/500V-2 2,33.20,330.88

Total Amount