Вы находитесь на странице: 1из 254

TENDER NO: DMRC/IT&PD/SLOK/EL/01

DELHI METRO RAIL CORPORATION LIMITED


(A Joint Venture of Govt. of INDIA & GNCTD)


TENDER DOCUMENT

FOR

ELECTRICAL , LV SYSTEM & FIRE FIGHTING WORKS

Of

Sushant Lok Metro Station PD Area

At

Sushant Lok , Gurgaon


Volume - 1


NOTICE INVITING TENDER , INSTRUCTIONS TO
TENDERER INCLUDING INITIAL FILTER (PQ) , SPECIAL
CONDITIONS OF CONTRACT & DMRC LABOUR WELFARE
RULES

DELHI METRO RAIL CORPORATION LIMITED
Metro Bhawan , 13 , Fire Brigade Lane
Barakhamba Road , New Delhi-110001, India



TENDER NO: DMRC/IT&PD/SLOK/EL/01

ELECTRICAL , LV SYSTEM & FIRE FIGHTING WORKS
of

Sushant Lok Metro Station PD Area
At
Sushant Lok, Gurgaon

SL. NO. DESCRIPTION


VOLUME 1

1 Notice Inviting Tender
2 Instruction to Tenderers (Including Annexure & Initial Filter)
3 Special Conditions of Contract
4 DMRC Labour Welfare Rules



VOLUME 2

1 Special Specifications



VOLUME 3 : NOT USED



VOLUME 4

1

Bill of Quantities (Including AMC & Facility Management for 3 years)



VOLUME 5

1 Tender Drawings



VOLUME 6

1 Condition of Contract of Safety , Health & Environment
2 General Conditions of Contract


NOTICE INVITING TENDER












Contract DMRC / IT&PD / SLOK / EL / 01- - Notice Inviting Tender
Confidential NIT 1 of 27 June 2010


CONTENTS

CLAUSE DESCRIPTION PAGE

SECTION 1 - NOTICE INVITING TENDER
1.1 GENERAL..2
1.2 POINTS TO BE NOTED..2

SECTION 2 - SCOPE OF WORK
2.1 GENERAL..4
2.2 WORK CONTENTS..4
2.3 TIME SCHEDULE.7

SECTION 3 - TENDER PRICES AND SCHEDULE OF PAYMENT
3.1 TENDER PRICES....9

SECTION 4- SITE INFORMATION
4.1 WORK SITE..10
4.2 GENERAL CLIMATIC CONDITIONS...10
4.3 SEISMIC ZONE ...10
4.4 FURTHER WORKS....10

SECTION 5- INTERFACE DOCUMENTS
5.1 GENERAL INSTRUCTIONS FOR INTERFACE....11
5.2 INTERFACE WITH OTHER CONTRACTORS...12















Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 2 of 27 June 2010

SECTION 1
NOTICE INVITING TENDER
1.1 GENERAL
1.1.1 NAME OF WORK:
Delhi Metro Rail Corporation (DMRC) Ltd. invites sealed tenders in Two Packages
(Technical Package With Initial Filter/Pre Qualification & Financial Package) from
Reputed Indian Manufacturers/Contractors /Joint Venture/Consortium for Electrical, LV
System & Fire Fighting Works of Sushant Lok Metro Station PD Area , Sushant Lok ,
Gurgaon.

Considering the scale and complexity of the work, the contractor should have
adequate financial and technical competence and should be able to provide
competent team of engineers for ensuring quality of execution.
Lac
1.1.2 Delhi Metro Rail Corporation (DMRC) Ltd. invites sealed tenders for the above
mentioned work (Clause 1.1.1).

Approximate cost of work Rs.17.37 Crores (Seventeen crores
Thirty Seven Lakhs
Only) (The estimated cost of the work is
inclusive of all taxes and duties except Delhi
VAT.
Tender Security Amount Rs. 17.37 Lakhs (Rupees Seventeen Lakhs
Thirty Seven Thousand Only )
Cost of Tender Form
(Non-refundable) including 4%
DVAT
Rs. 20,800/- (Rupees Twenty Thousands
Eight Hundred Only)
Completion period of the Work 8 Months from Issue of LOA (Letter of
Acceptance)
Tender Documents on Sale From 15
th
June 2010 to 21
st
June 2010 from
10:00 hrs to 17.00 hrs. on all Working Days
except Saturdays and On Saturday from
10:00 hrs to 13:30 hrs
Date of Pre-Bid Meeting 05-07-2010 at 11:00 hrs
Date and Time of Submission of
Tender
16-07-2010 up to 11.00 hrs.
Date and Time of Opening of
Tender
16-07--2010 at 11.05 hrs.
The Tender Documents (One set, non-transferable) can be obtained from the Office of
Chief Electrical Engineer (IT & PD), CPM/C Office , Shastri Park Depot, New Delhi-
110053. Payment shall be made by Demand Draft drawn in favour of DMRC Ltd.
payable at New Delhi.
1.2 POINTS TO BE NOTED
1.2.1 Works envisaged under this contract are required to be completed in all respects
within the period of completion mentioned above.
1.2.2 Deleted
1.2.3 Deleted
1.2.4 Tender documents consist of
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 3 of 27 June 2010
Volume 1-
- Notice Inviting Tender (NIT)
Instructions to Tenderers (ITT)
Initial Filter( Pre Qualification)
Special Conditions of Contract (SCC)
Labour Welfare Rules
Volume 2
Special Specifications
Volume 3
_ Not Used
Volume 4
Bill of Quantities
Volume 5(Drawings)
Tender Drawings
Volume 6
- Conditions of Contract on Safety , Health & Environment
- General Conditions of Contract
1.2.5 The Contract shall be governed by the documents listed in para 1.2.4 above and CPWD
specifications.
CPWD specifications are available in the market.
1.2.6 The Contract shall be governed by DMRC General Conditions of Contract (GCC) and the
documents listed in Para 1.2.4 above. GCC shall be deemed to be part of the Contract
Agreement.
1.2.7 The Tenderers may obtain further information in respect of these Tender Documents from
the Office of Chief Electrical Engineer (IT & PD), Shastri Park Depot, Shastri Park Delhi-
53.
1.2.8 All Tenderers are hereby cautioned that Tenders containing any material deviation or
reservation as described in Clause 24.0 of Instructions to Tenderers and/or minor
deviation without quoting the cost of withdrawal, shall be considered as non-responsive
and shall be summarily rejected.
1.2.9 DMRC reserves the right to accept or reject any or all proposals without assigning any
reasons, No tenderer shall have any cause of action or claim against the DMRC for
rejection of his proposal.
1.2.10 Late or Delayed Tenders shall not be accepted under any Circumstances.





Chief Electrical Engineer (IT&PD)

Delhi Metro Rail Corporation Ltd


Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 4 of 27 June 2010





SECTION- 2

SCOPE OF WORK
2.1 GENERAL

i) Tender No: DMRC /IT&PD/ SLOK / EL / 01

ii) Name of Work: Electrical, LV System and Fire Fighting Works of Sushant Lok
Metro Station PD Area , Sushant Lok , Gurgaon.

2.2 WORK CONTENTS

2.2.1 BRIEF SCOPE
(A) The Work content in this Contract consists of Electrical Works including Sub-station,
DG Sets and Internal Electrification Works, LV System Works including Fire Detection
& Building management System Works and Fire Fighting Works.

The Work is to be executed and maintained as per Relevant Codes, CPWD
Specifications, Special Specifications, Drawings and/or as directed by the Engineer

(B) This work-scope also covers:

(I) Annual Contract for three years period for Service Facility Management for
maintenance, operation of all equipments provided against Electrical, LV, BMS, Fire
Alarm and Fire Fighting System (except maintenance of HVAC system & Lifts) and
to provide other facilities as detailed under para 2.2.1.4.4.of NIT.


(II) 3 years Comprehensive Annual Maintenance Contract ( of
a) DG Sets * ( including AMF Panels and Its accessories)
b) BMS System
c) CCTV System
d) Pubic Address System
e) Electronic Billing System
f) Fire Alarm System
g) UPS System

* - AMC Contract of DG Sets will be Non Comprehensive

Agreements for Annual contracts (i.e. for Item 2.2.1-B-(I) &(II) of above para)
will be prepared separately from main contract (i.e. Item 2.2.1-A of above
para) and DMRC reserve the right to award or not award Service Facility
Management contract and /or Comprehensive Annual Maintenance Contract
depending upon conditions prevailing at that time. DMRC also reserve the
right to terminate the Facility Service Management contract or AMC
contracts (as described above) or both if performance not found satisfactory
and claim of any kind raised by contractor in this regard will not be
acceptable.
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 5 of 27 June 2010
2.2.1.1 Deleted
2.2.1.2 Deleted
2.2.1.3 Deleted
2.2.1.4 SCOPE OF ELECTRICAL, LV SYSTEM & FIRE FIGHTING WORKS

The Scope of Work under this contract shall include Facility Service Management
contract,Coprehensive AMC contract i.e. for Item 2.2.1-B-(I) &(II) of above para) & the Drawing
& Design, Manufacture, Testing at Manufacturers works, Supply, Transportation, Delivery,
Storage, Erection, Site Testing & Commissioning of Electrical, LV system & Fire
Fighting Works & other provisions as stipulated in General Conditions of Contract
(GCC), Special Conditions of Contract (SCC), Specifications, Drawings, Bill Of
Quantities & other Tender documents comprising of but not restricted to:-


2.2.1.4.1 SCOPE OF ELECTRICAL WORKS: -

I) Provision of 3 Nos 33kV/433V Indoor Dry type 2000 kVA capacity each
Transformers in Sub-station including, HT & LT Switch Gear, Measuring &
Protection System including 33 kV / 415 V Cabling & Bus Truncking, Control
Wiring, Battery & Battery charger etc.


II) 2 Nos. of 415V, 500 kVA capacity each & 1 No. 750 kVA Diesel Generator Sets
with Auto Load Management system, Auto Mains Failure & Auto
Synchronization System with Provision of Acoustics, Exhaust Chimney,
Underground Diesel storage Tank etc. Provisions to be made for Integration of
Sub-Station & DG sets with Building Management System & Ventilation &
Smoke Extraction System.
III) Internal Electrification including Wiring, Conduiting for Lights, Fans
Communication Accessories, Socket outlets etc.

IV) Light Fixtures, Fans, Switches, Sockets & other Electrical installations as
specified & directed.

V) Medium voltage 1100V grade XLPE/FRLS and Sheathed Armoured Cables as
per Specification including Cable Jointing with Crimped Sockets

VI) Main Distribution Boards, Sub-Distribution Boards, Lighting Distribution Boards,
bus ducts, Rising Mains, Tap Off Boxes including cabling etc.

VII) External Lighting including Cabling, Lighting Poles, Lighting Fixtures.

VIII) Earthing for the Electrical, LV, BMS, Fire Fighting, Lifts, HVAC, Communications,
CCTV, PA system, Access control, BMS, Electronic billing system etc including
provision of Earthing Pits, Earthing Strips etc.

IX) Lightning Protection System.

X) Provision of Conduiting, Raceways & Cable Trays for all power,
Communication /LV Systems Fiber Optics Transmission System etc.

XI) Provisions for BMS capability in required areas as per IO summary,
Specifications, Bill of Quantity and Requirement.

XII) Provision of On Line UPS system along with Back Up Maintenance Free
Battery.

XIII) Drawing approval and Sanction of Electrical Inspector for DMRC before
Energisation of 33 kV, 433 V Installations & DG sets.
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 6 of 27 June 2010
XIV) Integration with Building Management System, HVAC System, LV System, Fire
Fighting Systems, Lifts etc.

XV) All necessary Approvals/Statutory Approvals /No Objection Certificate/License
for DG sets and its related systems from CPCB/DPCB/DFS/Explosives
department etc.


2.2.1.4.2 SCOPE OF LV SYSTEM WORKS
I) Analogue Addressable Fire Detection System and Integration of the same
with HVAC System , Building Management System , Fire Fighting System ,
CO
2
Fire Trace Tube system, Provision of Electrified Exit Signages & PA
System
II) IP Based CCTV System
III) Digital Public Address System Including Emergency Public Address System
and EPBAX system and Its Integration with Fire Detection System
IV) Electronic billing system
V) Integration with Building Management System wherever specified.
VI) Building Management System.

a) The scope of work consists of supply and installation of Building
Management System (BMS) for monitoring and control of services as given
under:

i) HVAC including smoke extraction system, pressurization systems and all
types of ventilation and exhaust systems, AHUs, Valves, Dampers etc.
excluding High End Equipments like Chillers, Hot water generators, Cooling
Towers, Primary, Secondary & Condenser Water Pumps

ii) Complete Hydraulic systems including water supply and distribution system,
sewerage system, drainage system, water softening plan , R.O Plant etc.

iii) Sub-station and HT & LT power supply equipments including control and
monitoring of 33KV and 415V circuit breakers. Necessary Interlocking and
relay indications on a Real Time Basis are to be provided. Control of
maximum demand, ON/OFF/Trip status of HT & LT breakers, display of fault
status of equipments and Auto start of standby equipment.

iv) D.G. Sets with fuel tanks and AUTO load management, Auto Mains Failure
& Auto Synchronization, Bulk Fuel Oil Tank with Fuel Transfer Pumps.

v) Common Area and External lighting.

b)

The following services would only be monitored through B.M.S.


i) Fire Detection and Alarm system.
ii) U.P.S. supply
iii) Lift Management System
iv) Fire and Sprinkler Pumps, Fire Tanks Level
v) CO
2
Gas Flooding with Fire trace tubes in Various LT Panels.
vi) Measurement of electrical parameters, like kVAH, kWH, kVARH, P.F.,
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 7 of 27 June 2010
Current, Voltage, kW, kVAR, kVA, P.F. etc.

c) BMS would have integration with Fire detection system, HVAC Chiller
management system, Lift management system, Access Control system,
D.G. & Sub station equipments and HVAC System ,Hydraulic System


2.2.1.4.3 SCOPE OF FIRE FIGHTING WORKS

Fire Fighting System as per Latest Regulation of National Building Code, Applicable
National & International Codes, All Statutory Regulations and to the satisfaction of
Delhi Fire Service and Scope Of Work shall include the following but not limited to:

I) Fire Fighting Pumping System along with Piping, Valves and all other
Accessories.

II) External Fire Hydrant System along with Piping, Valves, Ring Mains & all other
Accessories.

III) Internal Hydrant System along with Piping, Valves & all other Accessories.

IV) Wet Riser System along with Drum, Hose Reels etc.

V) Automatic Sprinkler System Network along with Alarm Valves & Respective
Trims and Water Motor Gong, Sprinkler Heads, Flow Switches etc.

VI) Automatic CO
2
Gas Flooding System in Critical LT Panels with all Accessories.

VII) Portable Fire Extinguishers.

VIII) Passive fire protection with Fire rated sealant materials.

IX) All defined Electrical works pertaining to above.

X) Photo Luminescent Safety Signages

XI) To obtain No Objection Certification (NOC) from Delhi Fire Services.

XII) Integration with Building Management System & Fire Detection System.

Obtaining the Fire Design Clearance from Fire Authorities, Obtaining the Fire
Clearance Certificate from Fire Authorities and other Statutory approvals as
applicable including Electrical Inspectorate Approval.
Scope of work shall also include all Civil works as indicated in the Bill of Quantities
and also not covered in the Interface Document, Section 5 of NIT associated with
Electrical, LV System & Fire Fighting Works and making and painting the Civil works
as required.
Scope of work shall also include the following :
- Maintenance of the area during implementation stage for multy Storey Building
consisting of Basements, Ground , Mezzanine Level & Further Six Floors.
- De-mobilisation, Clearing of all Temporary Works and Facilities after completion
of job.
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 8 of 27 June 2010
- Establishing Site Office with Documentation, Communication & Transport Facility,
Material Storage Facility & Maintenance of the Area during implementation stage
for the Electrical, LV system & Fire Fighting works by the Electrical Contractor.
- Obtaining Necessary Permits / Approval to Commence work at site form Local
Authorities.
- Scope of Work shall also include obtaining all Statuary & Mandatory Permissions
/ Clearances / Approvals from the concerned authorities for Commissioning of the
Installations complete as stipulated is Para 6 of Special Conditions of Contract -
Part II.
- The Contractor shall include the Supply of entire material in accordance with
specification and whole of the work necessary for the complete installations as
set down in the specification and with the accompanying schedules & drawings .
Material & Components not specifically stated in the Specifications and / or
Bill of materials or not shown in the Drawings, but which are necessary for
satisfactory installation and Operations of the System, shall be deemed to
have been included in the Scope of Work.
- Any other item of work as may be required to be carried out for completing
the work under this Contract in all respects in accordance with the
provisions of the Contract and/or to ensure the safety of installation during
and after execution and its cost deemed to have been included in the
scope of work.
The Value of the Work shall be on Item Rates accepted in Letter of Acceptance
subject to such additions thereto or deductions there from as may be made under the
provisions of the Contract.
The Rates are inclusive of all Cost but not limited to the cost such as for Plants,
Equipments, Tools, All type of labours, Supervision, All materials from the source of
supplies as approved by Engineer/Employer including all lead and lifts, transport, all
temporary works, erection, maintenance, contractors profits & establishment /
overheads together with preparation of designs and drawings, all general risks, taxes,
royalties, duties, cess, octroi and other levies, insurance liabilities and all other
obligations set out or implied in the contract for completion of work except otherwise
specified in Bill of Quantities or elsewhere in the Tender documents. The Rates are
excluding Delhi VAT.

2.2.1.4.4 Annual Contract for Service Facility Management & Comprehensive AMC for
DG Sets (including AMF panels and other accessories),BMS System , Public
Announcement System, CCTV System, Fire Alarm System, Electronic Billing
System, UPS System:-

PREAMBLE

This Facility Management Annual Contract is for maintenance, operation of all
equipments provided against Electrical, LV, BMS, Fire Alarm and Fire Fighting
System (except maintenance of HVAC system) and to provide other facilities. This
contract is for 3 years period from the date of completion of Electrical, &, LV.System &
Fire Fighting works contract or engaging of regular F.M. by DMRC whichever is
earlier. The facility Management contract will be a Part of Main contract of EL
Tender & Firm have to give year- wise reasonable rates for 3 years period for Facility
Management contract separately.
(1) The Electrical contractor have to provide facility Management services after
completion of Main Contract work and issue of Completion Certificate (C C). The
Facility service contract will be operative in following three conditions:
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 9 of 27 June 2010
(a) Period after completion certificate issued and all equipments & Systems are under
Defect Liability Period(DLP) and Premises has not been occupied/allotted to any
occupier.
In this condition the Facility Service Contractor will provide Security Services,
Horticulture facility, Street light operation, water facility and operate equipment for
periodic checking & cleaning etc. i.e. proper upkeep of electrical equipments under
the contract and premises complete.
(b) Period after completion certificate issued, DLP over but building not occupied:
In this case also all the works mentioned in para a above will have to be done.

(c) Period after completion certificate issued and the equipments are either under
DLP or not under DLP but building occupied/ allotted to occupy :

(1.i) Detail of scope of work to be carried out under Facility Management Services
Contract has been explained in clause -2 below in detail under all the above 3
conditions.
(1.ii) As the labour and logistics required for Facility Service Management under above
three different conditions will vary, contractor is required to quote reasonable
rates year wise & condition wise in the given format.
(1.iii) These rates of 3 years Facility Service Maintenance contract will be taken into
account for evaluating the contract. While evaluating the contract, all the rates
(quoted for 3 years) for 1-a & 1-b above(i.e.B-1 &B-2 of rate summery sheet) and
comprehensive AMCs /non comprehensive AMCs (i.e.C-1 to C-7 of rate summery
sheet) will be added in the Main Contract and contract will be decided accordingly.
But Facility Service Maintenance contract shall be entered in agreement
separately. Cost of Work Covered under para 1-C above(i.e. item B-3 of rate
summery sheet) Will not be Included in Main Contract for Financial Evaluation.
(1.IV) Payment of Facility Service Maintenance charges will be on monthly pro-rata basis
and will be paid monthly and Payment of AMCs charges will be on quarterly basis
against submission of Bill.
(1.V) DMRC reserves the right to award or not to award the Facility Management contract
(i.e.item B-1, B -2, B-3 of Rate summery sheet) and/or Comprehensive/Non
Comprehensive AMCs of all/any equipments shown against C-1 to C-7 of rate summery
sheet, depending upon the conditions prevailing at that time.
(1.VI) AMC portion of Different Equipments required to quote against item C-1 to C-7 of
Rate summery sheet, will be operative fully or partly depending up on situation/Site
requirement and main tender DLP conditions and separate agreement will be
prepared for AMC work.
(1.VII) Full Tender Security for the amount as prescribed in Tender Document (NIT) will be
submitted at the time of submission of Tender documents.

(1.VIII) Performance Security equal to 10% of contract value will be submitted by contractor
at the time of Agreement. Performance Security for Electrical Works (item A of
rate summery sheet) , Service Facility Management Contract (item B of rate
summery sheet) and Comprehensive/Non Comprehensive AMC of different
Equipments (item C of rate summery sheet) will be submitted separately according
to accepted value for these works.

Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 10 of 27 June 2010
(2) Scope of Work

Scope of Work for (1-a &b):-

(2.1) When completion certificate issued & equipments are under DLP or not under DLP
and Building is not in use i.e. not allotted to occupiers:

Following works to be carried out.

(2.1.1) To clean maintain and keep in good condition the surrounding area.
(2,1,2) To keep safety of all the equipments and building by providing required Manpower/Guards
etc. Guards will be provided round the clock & round the months. Number of Guards to be
decided by DMRC.
(2.1.3) To operate water pumps, street lights & clean panels equipments and switchgears
regularly and check D.G. set etc. from time to time in presence of EL contractor/staff.
.
2.1.4) Replacement of lamps, tubes, starters, chokes of tube lights, LCBS; MCBs up to 60Amp.
Capacity and other equipments/accessories having repairing/replacement & attend defects
of wiring etc.
(2.1.5) Any other works nominated by CEE/IT&PD regarding safety and reliability of Building &
equipments.
(2.1.6) Maintenance of assets will be done by technically competent staff approved by DMRC .
(2.1.7) Keeping all the systems in good fettle always.
(2.1.8) To deployed requisit strength of staff for proper upkeep & functioning of Service Facility
Management, Firm should clarify in offer about the nos.of staff(category wise) which is
proposed to be deployed if contract awarded to the tenderer. This shall be minimum staff
to be deployed & DMRC can ask to Tenderer for increase of staff as per site & work
requirement and Tenderer shall be wound to depute required staff at no Extra Cost. In this
regard the decision of DMRC Engineer shall be final & will be acceptable to Tenderer.

DLP of the major equipments & Comprehensive AMC of other equipments/plants will be
guided by conditions of DLP.

(2.1.9) AMCs of equipments/plants (item C-1 of Rate Summery Sheet)has to be done through
OEM/authorized representative of OEM.
(2.1.10) Maintenance of equipments shall be carried out as per recommendation of OEM and
contractor shall maintain all the detail of maintenance of Equipments (i.e. History Sheet
Book) equipment wise & will make available History Sheet Book for inspection time to
time.
(2.2) Scope of Works when completion certificate issued and DLP period is over or not over
but building occupied by occupier/ allotted to occupier (i.e. 1-c) :
(2.2.1) In such conditions under Facility Service Management all the works mentioned in clause
2.3 below will be carried out .

(2.2.2) The contractor will do AMC of following equipments through OEM:

DG Sets (including AMF panels and other accessories),BMS System , Public
Announcement System, CCTV System, Fire Alarm System, Electronic Billing
System, UPS System.
The contractor will carry out CAMC work of these Equipments/Plants by OEM/Authorized
representative of OEM only. Except those Equipments/Plants which are cover against
AMC , rest all equipments will be in the scope of this Service Facility Management
Contract from maintenance point of view. After over of DLP only DG Sets (including AMF
panels and other accessories),BMS System , Public Announcement System, CCTV
System, Fire Alarm System, Electronic Billing System, UPS System will be covered in
Comprehensive AMC. Till AMC of these Equipments/Plants is not awarded, the
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 11 of 27 June 2010
maintenance of these Equipments/Plants also will be carried out under facility
Management contract. The work of Comprehensive AMC will be carried out by OEM/
authorized representative of OEM through the Main Contractor and agreement will be
made with Main Contractor only in the light of para: 1 V&VI above.

(2.2.3) While Quoting rates for this Scope, AMC rate should not be added in Facility Service
Management but it should be separately quoted in the prescribed format/ schedule. (item -
C of BOQ Rate summery sheet for AMC).

(2.2.4) The rates quoted for Facility Service Management when building occupied clause 1-C
above (i.e. item B-3 of rate summery sheet) if found unreasonable, will be negotiated at
the time of award the contract & entering in to agreement for this item.

(2.3) The complete maintenance and operation of the Electrical & LV System, BMS &Fire
Fighting will be the responsibility of the contractor with the following scope.

(2.3.1) General :

(i) Firm will maintain & keep all the documents provided by DMRC & made available at all
time to DMRC or Statutory / Government / Local authorities.
(ii) Maintain and keep in good conditions the common area of premises occupied by the
developer.
(iii) To arrange for cleaning & House keeping of all common areas.
(iv) To make available suitable qualified and experiences manpower along with necessary
tools & Plants, Machinery, Testing/equipments, maturing Material handling equipments,
etc.
(v) To provide approved dress i.e. badges/uniform to its manpower on duty.
(vi) To remove refuse from collusion points and to arrange for its disposal.
(vii) To maintain & improve amenities as provided by DMRC.
(viii) Managing-Agent will provide adequate experienced supervisors and Facility Manager at
site.
(ix) To provide signages to give adequate exposure of building and may/path etc. as & where
required.
(x) To provide proper Security, Pest Control, Horticultures arrangement House keeping as
per site & DMRC requirement.
(xi) After the contract is Over Or Terminated, the contractor will hand over all the
equipments in good, healthy & working condition along with drawings & manuals to
DMRC or authorized agency.
(xii) DMRC reserves the right to terminate the Facility Service Management contract or
AMCs contract, or both if performance not found satisfactory and claim of any kind raised
by contractor in this regard will not be acceptable.

1.0. Scope of Help Desk management Services

1.1 HELP DESK SERVICES
Single Point contact for all job requests/ information.
Co ordination with all service providers.
Help Desk Operation Centre Round the clock (24 X 7)
System manager for all IBMS equipment and LV Systems
Operation & Maintenance of Building Management system, PA/BGM, Electronic Billing
System, CCTV, Telephone & EPBX System, Fire Detection System and other E & M
Systems.

1.2 REVENUE COLLECTION / Payment to utilities companies / Statutory bodies

Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 12 of 27 June 2010
All the invoices pertaining to services provided to the Occupants will be raised as per the
schedule given by the DMRC.
Assisting DMRC on revenue collection and follow up.( For electricity Bills of Two months
earlier and revenue collection & follow up for all other dues should be of one month
earlier.)
Daily Report on revenue collection will be given to the DMRC.
Payment to utility companies e.g. BSES, DJB etc. On receipt of Payment Cheques /
DD from DMRC


1.3 LOSS/THEFT/ACCIDENTS MANAGEMENT

Scrutinizing of all incidence reports and their follow-up with the agencies concerned.
Preparation of reports where necessary in coordination with the service providers as well
as the Developer and their follow-up.
Liaison with the Police and other officials.
Assist the Developer in management of any type of incident or emergency.



1.4 OTHERS

To assist the Developer in legal issues viz supply of documents, liaison with lawyers etc.,
Liaison with Police, Various Govt Departments to include Electricity, Fire, DOT and so on.
Ensure all service providers comply with the statutory requirements as per existing Govt
orders.


2.0 Scope of E&M works:

2.1 Electrical Supply (HT & LT):

i. Operation & Preventive maintenance will be carried out as per specification / recommendation
of Original equipments manufacturers.
ii. Visual inspection of HT & LT panels every day, cleaning of panel, recording of various data
including; voltage, power, energy at different areas. Periodic checking of protection relays for
correct operation, tripping etc.
iii. Visual checking of 33kV sub station and transformers as installed including all Equipments.
iv. Visual inspection of main L.T. panel and capacitor panel, checking of breaker operation,
replacement of any blown control fuses/ indicating lamps, recording readings of voltmeter,
ammeter, kWh meter, etc. Cleaning of panel and periodic checking of relays for proper
tripping.
v. Visual checking and regular cleaning of all distribution boards, checking of proper operation of
MCBs, tightening of any loose contacts and wires, replacement of faulty MCBs / ELCBs etc.
vi. Visual checking feeder pillars and cables, cleaning of feeder cables, checking and tightening
of loose connections, replacement of lamps in street lighting poles, garden lighting, faade
lighting, Checking of Cables & Cable Trays and Necessary Attention etc.
vii. Physical checking and Attention of bus duct and bus risers for loose connections, cleaning of
bus ducts, checking of bus duct insulation by instruments, fire barriers, etc., tightening of nuts
and bolts for incoming and outgoing, checking of hot spots in bus ducts and cables.
viii. Replacement of lamps and tubes, starters, chokes/ Ballasts, tightening of wiring wires,
checking of conduits and wiring above false ceiling.
ix. Watering of earth pits, checking of earth resistance by instruments, tightening of all nuts and
bolts and cleaning of all joints, Checking & Attention of Earthing System.
x. Ensuring continuity of power from 33KV and11KV system and switching ON
and OFF the breaker in case of tripping and power failure. Liaisons with local electrical
authorities for continuation of power and checking and preparation of bills distribution.
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 13 of 27 June 2010
xi. Ensuring Availability & Reliability of 415 V Power Supply to All Occupants as well as to the
Common Services including all E&M Systems. Attention of All Breakdowns & Restoration of
Power Supply in the minimum possible time.
xii. Collection of Electricity Bills, Certification of Energy Consumption & Bills, Collection of
Cheque from DMRC & Submission of Cheque to Discoms.
xiii. Periodic Checking & Attention of HT & LT cables, Cable Trays, Raceways etc.

2.2 Emergency supply Generation and Distribution
i.) Operation & Day to Day Maintenance of DG Sets including Cleaning of generating sets, visual
inspection of diesel leakage and checking lubricating oil and diesel levels, test starting of
generating sets ensuring the set voltage etc., logging the data, Periodic change of oil filters
etc., checking of Radiators, pumps, DG Auxiliary Panels, Day Oil Tanks, Underground Fuel
Tank, Fuel Transfer Pumps etc.
ii.) Checking & Attention of AMF panel, cleaning, and setting relays for correct sequence,
cleaning of relay contacts, testing of AMF panel.
iii.) Visuals checking & Attention of LT bus duct for loose joints, loose suspension etc and
rectifying the same, checking of insulation & Temperature Rise by instruments.
iv) Regular checking of battery voltage and adding distilled water if required and, if necessary,
tightening of terminals on the batteries and the engine, Day to Day Maintenance as per the
Manufacturers Recommendations
v) Checking & Attention of the exhaust fans for any noise, balancing works etc.
vi) Monitoring the consumption of H.S.D and lube oil. Keep a check on the levels of the H.S.D
storage tank and individual day tanks daily and report for the same.
vii) (a) Making necessary arrangement for Procurement of HSD, lube oil, and DG spare parts
may have to be carried out byTenderer, and the cost towards these expenses will be
borne by DMRC.
(b) Standard operating procedure will be prepared and followed as per the DMRC norms for
Disposal of waste & scrap.
viii) Periodic checking and maintenance of All Electrical equipments and Earthing system as per
IS/ National/ International standards as applicable.
ix) Day to Day Maintenance & Periodic checking of Online Uninterrupted Power Supply System
(UPSs) including Batteries.
x) Annual Maintenance Contracts of DG Sets & Online UPS after completion of Defects Liability
Period will be taken by the DMRC. However, Liasioning with AMC Vendor/ Contractor and
Day to Day Execution of AMC shall be the Responsibility of LTIL.

2.3 FPS System:
The following are periodically checked and maintained.
(i) Wet riser cum down comer systems for Sprinkler & Hydrant Systems with all control
valves & other accessories.
(ii) Yard (External) hydrants with Hydrant Boxes, Hose reels, Fire Brigade Connections,
Valves etc.
(iii) Automatic Fire Sprinkler System with Isolation valves, Alarm Valves, Gong,
Sprinkler heads etc.
(iv) Analogue addressable type Automatic Fire Detection & Alarm System complete.
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 14 of 27 June 2010
(v) Portable Fire Extinguishers including refilling as per periodical schedules / as
requied. (Testing and usage during emergencies will be borne by DMRC).
(vi) Operation & Maintenance of Fire Pumps, Valves & other Accessories as per
Recommendations of the Manufacturer/ Relevant Standards.
2.4 Water supply and Plumbing
(i) Checking for water pumps, water level in the main tanks, overhead tanks etc.; operation and
maintenance of all kinds of Water Supply, Distribution, Drainage, Sewage, Sump & De-
watering pumps installed in the building. checking for water leakages and rectifying the
same to ensure proper and regular supply of water to the building.
(ii) Checking of rainwater shaft, drain shafts, toilet shafts, Other Shafts etc for leakages or other
defects and immediate rectification of the same.
(iii) Cleaning of all tanks and fountains
(iv) To ensure that the fountains are running smoothly and regular maintenance is carried out
(v) To ensure that all sumps are maintained clean at all times
(vi) Checking & Attention of all toilets and toilet fittings for loose connections, leakages, etc
(vii) Cleaning of external drain periodically.
(viii) Ensuring adequate water supply to various drinking water outlets and toilets.
(ix) Day to Day Operation & Maintenance of Water Filtration Plant, Chemical Dosing System &
R.O. Plant

2.5 Fascia Cleaning:
Structural glaze and Glasses cleaning will be done once a month as per the schedules.

2.6 HVAC: Operation & Maintenance of HVAC Equipment & Plants will be carried out by HVAC
Contractor.
2.7. LV System

(i) Day to Day Operation & Maintenance of Building Management System, PA/ BGM, Fire
Alarm & Detection System, CCTV System & Boom Barriers, Electronics Billing System,
Lift Management System, Chiller Plant Monitor and Telephone & EPBX System.
(ii) AMC of the following Systems will be awarded by the DMRC as per term & conditions of
clause 2.2.1.4.4 sub clause1.(V&VI) &2.2.2 above to Main Contractor.
a. Fire Detection System
b. P.A. System
c. Building Management System(BMS)
d. Electronic Billing System
e. CCTV System
f. UPS System
g. DG Sets (including AMF panels and other accessories

AMC for Lifts & HVAC system (Chillers) shall be awarded separately to their
tenderers/suppliers.

However, Liasioning with AMC Vendor/ Contractor and Day to Day execution of AMC and
over all responsibility will be of the Main Contractor.



Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 15 of 27 June 2010
2.8 LIFTS

Lift will be kept in auto mode during the regular use, where as freight lifts will be kept under
manual mode on request basis. The lift maintenance will be carried out by the supplier
during the warranty period and hence forth by AMC. However general cleaning inside the
lift will be carried out by LTIL as per the schedule.
Annual Maintenance Contract of the Lifts after completion of Defects Liability Period will be
awarded by DMRC. However, Liasioning with AMC Vendor/ Contractor and Day to Day
execution of AMC shall be the responsibility of the Electrical Contractor.

3.0 Scope of House Keeping works:


1. Common area cleaning in podium, floors, basements, terrace, machine rooms, All Service
Rooms, Substation etc.
2. Toilets cleaning, maintaining and replacing toiletries of ladies/gents toilets.
3. Cleaning of all around the building periphery, driveways & roads

3.1 Daily Schedules:

3.1.1 Entrance lobbies

(i) Wiping of the entrance glass doors on all the entrances.
(ii) Cleaning the entire common area at a convenient time with out hindering the occupants
movement which includes Sweeping, Mopping, Scrubbing and buffing.
(iii) Periodical Wiping of the entire side walls (Complete dado) Marble / Granite / Tiles
(iv) Periodical Dusting and wiping of all fixtures and furniture in all the entrance lobbies
(v) Ensuring the shine on the signages.
(vi) Sweeping and smooth brushing of the lift floors removal of all dirt etc throughout the day.
(vii) Dusting and Wiping of all the lift doors.
(viii) Periodical cleaning of the main tenants directory

3.1.2 Toilets

(i) Sweeping and mopping of the floor and keeping the floor clean through out the day.
(ii) Mopping of all glazed tiles and keeping them clean.
(iii) Washing of all the urinals, closets and washbasins with mild soap solution / cleaning
solutions. Ensuring the shine on the mirror throughout the day by periodic cleaning using
glass cleaner.
(iv) Replace toiletries such as fresheners, naphthalene balls, hand soap, tissue papers etc.
as and when required.
(v) Clean all toilet fixtures and fittings.
(vi) Clearing of the dustbins in the toilets periodically.


3.1.3 Staircases, Fire staircases

(i) Sweeping of all the staircases and common landings.
(ii) Removal of dust, etc from the skirting top.
(iii) Ensuring that all the fire signages are cleaned by dusting and using a mild wet mop as
and when needed.
(iv) Cleaning of all the fire escape doors.
(v) Cleaning of all the ceilings and walls for dust, cobwebs, etc.
(vi) Thoroughly wipe all door handles, latches, tower bolts, etc.

3.1.4 Common Areas

Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 16 of 27 June 2010
(i) Sweeping and mopping of all the common area floors including Terrace.
(ii) Ensuring that all the glass doors are stain free and shining throughout the day by using
standard make cleaning solutions.
(iii) Keeping the lift car clean inside & outside.
(iv) Ensuring that all the signboards in the common areas are clean at all times throughout
the day.
(v) Ensuring that the walls and ceilings for dust, cobweb etc.

3.1.5 Basements & All Service Rooms:

(i) Removal of grease and dirt stains from the surfaces.
(ii) Cleaning of machine rooms and other sensitive areas floors, walls and ceilings (in the
presence of the operators in these areas). The machinery itself will not be touched by the
cleaning staff since the operators will clean their own equipment cleaning of ceilings and
walls so that cobwebs, stains etc. are taken care of.
(iii) Cleaning of the car park area
(iv) Cleaning of Sub-Station, and Other Service Rooms without affecting the Operation of the
Equipments

3.1.6 Surroundings:

(i) Removal of all litter, mud, dust, etc with in the periphery of the building as and when felt
necessary during the day.
(ii) Taking necessary precautions to maintain the entrance to the building clean


3.1.7 Exterior of the building:

(i) Clean the glass and other structures inside and outside with a suitable approved glass
cleaner leaving no streaks behind.
(ii) Clean the metal frame dust as well as use a mild wet mop so that no stains remain on
its surface.
(iii) Extra care will be taken of the joints between the glass and the frame so that no dust
settles there.
(iv) Thoroughly cleaning and buffing of the granite / marble surfaces so that the stone retains
its shine and polish.
(v) Keeping the terrace clean of all litter.
(vi) Keeping all external signage clean
(vii) Cleaning of external wall & Surroundings


3.2 Weekly Schedules:

(i) Thoroughly suction cleans the corners and ledges.
(ii) Cleaning of manholes, gully traps, rainwater pipes, sewerage system, gutters and
removal of debris from same.
(iii) Thorough scrubbing and buffing of flooring including the entrance stairs. Attention should
be paid that the floor retains its shine and remains clean. Any defects, etc appearing on
the flooring or anywhere in the buildings will be immediately reported to the developer.
(iv) Cleaning of all the vertical surfaces - marble / granite / tiles thoroughly to ensure
cleanliness.
(v) Cleaning of all ceramic items with an approved solution
(vi) Cleaning of the top terrace area of the building

Note: -
1. All Areas as mentioned above are to be maintained all the time in Neat, Clean & in tidy
Condition. Frequency of Cleaning on a daily basis is to be decided accordingly.
2. All Consumables, Dust Bins, Mops, Cleaning Machinary & Plants etc are to be provided
by LTIL.
3. All Safety Precautions are to be followed. Proper signages are to be used.
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 17 of 27 June 2010
4. Wherever needed, Mechanised Cleaning is to be done.
5. To the extent possible, Environment Friendly Cleaning Reagents are to be used.

4.0. Scope for Horticulture:

1. Trimming, Raking, Spiking and Top Dressing.
2. Control of Weeds.
3. Control of humps and hollows provided inside lawns.
4. Pesticides, soil spreading, compost and fertilizing.
5. Watering.
6. Maintenance of Plants, Lawns, Flower Pots etc.
7. Planting of Seasonal Flowers& New Lawns developments (other than existing) will be
done as per the DMRC requirements at extra cost.
8. Replacement of plants & to develop New Lawn in place of Existing Lawn if not maintained
properly by LTIL.
9. Maintenance of water sprinkler system.




5.0 SCOPE OF THE SECURITY SERVICES:


(i) Ensuring the complete safety and security of man and materials.
(ii) Parking and traffic management with in the premises.
(iii) Effective involvement during the crisis management like fire accidents and
bomb threats and during periodical drills.
(iv) Visitors management in common, and during other special occasions.
(v) Having effective control on movement of materials in / out.
(vi) Physical guarding of entry / exit points.
(vii) Screening / directing of visitors.
(viii) Patrolling and guarding various common areas & surroundings to ensure
adequate safety and security.
(ix) Assisting the occupants during the Emergency Evacuation of the building.
(x) Rescue operation of passengers stranded in the lifts/ elsewhere in case of
mall operation of the lifts/ other Equipments.
(xi) Complete Disaster Management in case of Emergencies/ Disasters
(xii) Providing of Adequate Security as per the Requirement.
(xiii) Operation of Boom Barriers & Access Control System.







6.0 Scope of Services for PEST CONTROL:

i) Residual Spraying for control of Mosquitoes, spiders etc. in the Lift Lobbies, AHU
Rooms, Electrical Rooms, Basement, Toilets, Staircases, Common areas, All other
Service Rooms, Sub-station etc.
ii) Larvicidal Spraying for control of Mosquito & Fly Larvae in Drains Manholes in
basement, substation, STP plant, in and around the building and Common areas etc.
iii) Daily spraying for control of General pests in and around the building, Lift lobbies,
around floor, Main Entrance etc.
iv) Rodent control for control of Rats, Mice etc. in entire building including basement,
Cable Trenches, Electrical Rooms, AHU Rooms, Substation, All the shafts Rooms
Etc.
v) Disinfestations services in and around the building.
vi) Honeycomb removal as and when required.
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 18 of 27 June 2010
All other services not listed in the categories pertaining to the building regarding pest
control shall come under the purview of pest control.

7.0 Inclusion & Exclusion of the Services:

7.1 Inclusions
(i) Replacement of bulbs/ tubes /chokes/starters/ Ballasts for common area
/Service Rooms/ Sub-Station/ Out door lights including the landscaping.
(ii) Connectors/ contactors/ lugs/etc
(iii) Belts / Bearings / Grease / cotton waste / Silica Gel / CTC and other similar
minor items.
(iv) Toilet & Cleaning & House keeping Consumables including all other
detergents required for the building.
(v) PVC / GI couplings, Bends, fuse and other similar minor items
(vi) Repair & Rewinding Ventilation Fans / Pumps / Motors etc ( After Warranty
Period ).
(vii) Computer stationary, CDs floppies, audio cassettes as required for BMS / LV
Systems, Reception desk.
(viii) Administrative support will be provided by Tenderer for all insurance claims.
(ix) Submission of Daily Position Reports, Failure Investigation Reports,
Operation & Maintenance Reports
(x) Maintenance of Reports, Log Books etc for Operation & Maintenance of
Various Systems & Equipments.
(xi) Maintenance of Equipment History.
7.2 Exclusions:

(ii) Spares procurement of Capital Equipment. Tenderer team will recommend the
list, once the FM contract finalized.
(iii) Diesel Generator running cost (Diesel, Lube Oil & spares for Servicing) shall be
borne by DMRC.
(iv) Improvement of Refurbishments like Periodical Painting etc.
(v) Statutory Payment to Govt. Bodies
(vi) Annual Testing Fee / Rectification charges etc.
(vii) All Statutory & Service Taxes as applicable.
(viii) AMC of the following Systems will be awarded by the DMRC as per term &
conditions of clause 2.2.1.4.4 sub clause1.(V&VI) &2.2.2 above to Main
Contractor.
a. Fire Detection System
b. P.A. System
c. Building Management System(BMS)
d. Electronic Billing System
e. CCTV System
f. UPS System
g. DG Sets (including AMF panels and other accessories

AMC for Lifts & HVAC system (Chillers) shall be awarded separately to their
tenderers/suppliers.

However, Liasioning with AMC Vendor/ Contractor and Day to Day execution of AMC and
over all responsibility will be of the Main Contractor.


(ix) Insurance for Building, Fire, Equipments (other than Preventive & Breakdown
Maintenance) & Third party Insurance excluding Contractors Personnel, their
Equipments & their Deployed Manpower and due to Negligence attributed to
during Operation & Maintenance or otherwise processing. Necessary guidance
and documentation will be carried out by Contractor.
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 19 of 27 June 2010
(x) Specialized Tools / Tackles i.e. Chain Pulleys, Telescopic Ladder, portable
Hoists (Tractel Machine), Sludge Pumps, OTDR, Welding Generators etc. List of
the equipments required will be intimated to DMRC for the procurement.

8.0 Requirement for FM Office from DMRC


1. Rent free office & Voice connectivity.(Usage charges for Voice/Data to be paid by LTIL)
bare shell.
2. Power & water for the usage of FM with out charging.
3. Central store Room for keeping consumables / Tools etc.
4. Notice boards / key Boards at Reception / BMS Control Room.

9 Commercial Terms:

(i) The DMRC shall pay to Contractor Service Facility Management Charges on monthly
basis and AMCs charges on Quarterly Basis On submission of Bill.

(ii) Contractor will accept penalty clause in case of negligence attributable to the maintenance
personnel at site. In such cases the decision of DMRC officer shall be final and shall be
binding on contractor.
(iii) DMRC shall take third party insurance policy for any eventualities excluding Contractors
Personnel, their Equipments & their Deployed Manpower and due to negligence
attributed to during Contractor Operation & Maintenance or otherwise.
(iv) All the relevant documents pertaining to the installation and warranty / Guarantee
certificates / handing over and taken certificates from respective contractors / vendors is
to be handed over for smooth operation.
(v) Contractor will take insurance for their staff and ensure insurance coverage is provided for
the workers assigned by main Contractor to sub-contractors.

2.2.1.4.5 Designing of Electrical , LV & Fire Fighting System
a) Preliminary Drawings showing general dimensions & and details elaborating the scope
of work (not based on detailed drawing)will be supplied along with the tender
documents. Detail working Drawings will be supplied during Execution of work well in
time including one soft copy of Drawings.
b) The contractor will submit the Shop Drawings for approval by the Engineer. After
approval the contractor would supply 6 sets of these drawings including one soft copy
of the Drawings to the Engineer for the later use.
c) On completion of the Works, the Contractor shall arrange to furnish to the Employer
six bound sets of all As-Constructed Working Drawings and 2 sets of Soft Copy of
the same for every component of the Works, All such copies being on polyester film of
quality to be approved by the Engineer or his authorized Representative. The
Certificate of Completion of Works as per the provisions of Clause 78 of General
Conditions of Contract shall not be issued by the Engineer in the event of Contractors
failure to furnish aforesaid As-Constructed drawings for the entire works.
d) The Contractor shall promptly inform the Engineer of any error, omission, fault and
other defects in the Specifications, Drawings for the Works which are discovered
when reviewing the Contract Documents or in the process of execution of the Works.
2.2.1.5 INTERFACE WORK
The Contractor will be required to have close interface & coordination with following
Agencies but not limited to: -

a) Civil Works contractor
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 20 of 27 June 2010
b) HVAC contractor
c) Plumbing contractor
d) Lift Contractor
e) Any Other Contractor

In addition, the Contractor will be required to carryout various miscellaneous works as
per Interfacing Requirements.

The Scope of Work for various interfacing works for other contracts shall be but not
limited to as described below:

Cable ducts /cable tunnel/ cables / hangers / trays for routing all types of cables,
space cut-outs to the ceiling / wall finishes.
Earthing and lightning protection wherever required.

Interfacing requirements are detailed out in Interface Document in Section 5 of Notice
Inviting Tender (NIT).

2.2.3 Deleted
2.2.4 Reference to the Standard Codes of Practice
2.2.4.1 The contractor shall make available at site all relevant Latest InternationaI and Indian
Standard Codes of practice, CPWD and MOST Specifications and IRS & IRC Codes
as applicable and other relevant British/German/American Standard.
2.2.4.2 Wherever Indian Standards do not cover some particular aspects of
Design/Construction, relevant British/German/American or other International
Standards will be referred to.
2.2.4.3 In case of discrepancy among Standard codes of practice, CPWD Specifications,
Special Specifications and provision in sub-clauses in this NIT, the order of
precedence will be as below:
i. Provision in N.I.T.
ii. Special Specifications
iii. CPWD Specifications.
iv. Standard Codes of Practice.
In case of discrepancy among Standard Codes of Practice viz. IRS, CPWD, IRC, IS,
BS, DIN, MOST etc., the decision of Engineer will be final and binding.
2.2.5 Dimensions
2.2.5.1 As regards errors, omissions and discrepancies in Specifications and Drawings,
Clause 26.0 of Special Conditions of Contract will apply.
2.2.5.2 The levels, measurements and other information concerning the existing site as
shown on the drawings are believed to be correct, but the contractor should verify
them for himself.
2.2.6 ASSOCIATED WORKS

Works to be performed shall also include all general works preparatory to the above
mentioned work for Electrical, LV System and Fire Fighting works and works of any
kind necessary for the due and satisfactory execution, completion and maintenance
of the works to the intent and meaning of the drawings adopted and technical
specifications, to best Engineering standards and orders that may be issued by the
Engineer from time to time, compliance by the agency with all Conditions of Contract,
supply of all materials, apparatus, plants, equipment, tools, fuel, water, transport,
offices, stores, workshop, staff, labour and the provision of proper and sufficient
protective works, diversion, temporary fencing, lighting and watching required for the
safety of the public and protection of works on adjoining land; first-aid equipment,
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 21 of 27 June 2010
sanitary accommodation for the staff and workmen, effecting and maintenance of all
insurances, the payment of all wages, salaries, provident fund, fees, royalties, duties
or the other charges arising out of the erection of works and the regular clearance of
rubbish, clearing up, leaving the site perfect and tidy on completion.
2.2.7 Deleted
2.2.8 PRELIMINARY DRAWINGS
Preliminary drawings as listed in Volume -V represent Employers proposal based on
preliminary design. Detail working Drawings will be given for construction of work
subsequently.
2.2.9 Deleted
2.3 TIME SCHEDULE
The agency shall submit with the tender "Time Schedule" for completion of various
portions of works. This schedule is to be within the overall completion period of 12
months from Letter of Acceptance. The Intermediate Milestones as mentioned in
Clause 28.0 of Special Conditions of Contract are to be indicated specifically in the
Time schedule and these will have to be achieved. The Detailed Programme in the
form of a quantified bar chart or CPM Network shall include all activities from start to
completion for the Electrical, LV System and Fire Fighting Works as mentioned in
clause 2.2.1 ,2.2.1.4, 2.2.1.4.1 & 2.2.1.4.2 above.

2.4 Deleted










Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 22 of 27 June 2010
SECTION 3
TENDER PRICES AND SCHEDULE OF PAYMENT

3.1 TENDER PRICES
3.1.1 a. Unless explicitly stated otherwise in the Tender Documents, the contract shall
be for the whole works, based on the Bill of Quantities and payment shall be
as per accepted rates of Contract for the Items completed as certified by the
Engineer.
b. Deleted.
c. Deleted.
d. All duties, taxes, payable by the Contractor under the Contract shall be
included in the total Contract Price submitted by the Tenderer and the
evaluation and comparison of Tenders by the Employer shall be made
accordingly, as explained in 10.2 of Instructions to Tenderers. The rates
shall be excluding Delhi VAT.and DVAT shall be Reimbursed as per
actuals on submission of Supporting Documents.
e. Deleted
f. Deleted.
g. Price variation for Electrical, LV System, Fire Fighting Works
Price variation is not applicable for this Tender of Electrical, LV System, Fire
Fighting Works.
h. Tenderer must quote rates for 3 yrs period for Facility Management Contract
and Comprehensive AMC contract for Equipment & plants as mentioned in
clause 2.2.1.4.4 sub clause 1.iii to 1.viii and 2.2.2 of NIT section -2 above as
these rates (i.e. rates of item 1-a &1-b and BOQ rate summery Item B-1& B-2
and Comprehensive AMC of Equipment against BOQ Summary Item C-1 to
C-7 will be added in main contract cost and contract shall be decided
accordingly.
Deleted

3.1.3 Deleted

3.1.4 Deleted

3.1.5 Stage Payment for Electrical, LV System, Fire Fighting Works shall be made as per
Clause 51.0 of Special Conditions of Contract, Part-I, and Page 14 of 89 of SCC.

3.1.6 Payment will be made based on the actual quantity executed.

3.1.7 In the event of exemption of custom duties and excise duties, sales tax/VAT or
any other cess /levy being granted by Government in respect of Works, the
benefit of the same shall be passed on to Employer. The Contractor shall
maintain meticulous record of all the taxes and duties paid and will provide the
same as and when required by Employer, so that the Employer is able to avail
exemption/ reimbursement of same. Alternatively, the Employer may direct the
Contractor to get the reimbursements based on exemption certificates/
Governments order and it shall be obligatory on part of the contractor to get the
reimbursements from statutory authorities.




Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 23 of 27 June 2010
SECTION 4
SITE INFORMATION
4.1 WORK SITE
4.1.1 The project site is located in the National Capital Territory of Delhi. The location of the
work and the general site particulars are shown in the General Arrangements
Drawings enclosed in the tender documents.
4.1.2 Sushant Lok Metro Station PD Area is being constructed at, Sushant Lok , Gurgaon
4.1.3 The contractor shall plan his works keeping in view restriction of approach and
availability of space and time.
4.2 GENERAL CLIMATIC CONDITIONS
4.2.1 The area in which the work lies is mostly plain terrain falling within latitudes 28-20'
and 28-45' North and longitudes 76-56' and 77-20' East.
4.2.2 The recorded highest and lowest temperatures in the past 10 years are 45.8 degree
Celsius and 2.4 degree Celsius respectively.
4.2.3 Summer season is from April to June and winter season is from November to March.
4.2.4 Mean average annual rainfall in the area over a five-year period is of the order of 735
mm, a good portion of which is concentrated during July to mid September, when
about 75% of the annual rainfall occur. The heaviest rainfall recorded during 24-hour
period is 191 mm.
4.3 SEISMIC ZONE
Delhi falls in Seismic Zone IV. Earthquake of Maximum Magnitude VIII on Modified
Mercalli scale has been experienced in the past, in the region.
4.4 FURTHER WORKS
4.4.1 Deleted.
4.4.2 Deleted
4.5 Deleted

Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 24 of 27 June 2010
SECTION 5

INTERFACE DOCUMENTS


5.1 GENERAL INSTRUCTIONS FOR INTERFACE
Civil Construction works, HVAC Works & Lift Works of this project is being executed
by separate Civil Contractor HVAC Contractor & Lift Contractor. The Electrical
Contractor shall ensure efficient interface and coordination with Civil, HVAC, Lifts
Contractors concerning Electrical, LV System & Fire Fighting Works, etc. on site. Such
Coordination responsibility of the contractor shall include the following:
(i) To obtain from the Civil Contractor information reasonably required to enable
the contractor to meet the construction target dates.
(ii) Electrical Contractor will make sure that he provides the updated valid
documents, for the reference of the Civil Contractor, where Electrical
Contractor requires the Civil Contractor to execute his work as per the
requirement of the Electrical Contractor. Those documents will be the
references documents for the interfacing management being carried out by the
Civil Contractor.
(iii) Where the execution of the work of the Civil Contractor depends upon the site
management or information to be given by the Electrical Contractor, the
Electrical Contractor shall provide correct and accurate information, in time , so
as to enable them to meet their respective programs.
(iv) Civil contractor will ensure that all provisions for access and delivery of Plant is
Co-ordinate with and reflected in the Electrical Contractors Delivery Route
Drawings. The Electrical Contractor shall also ensure that all Plants are
delivered at the time agreed to allow openings to be left in the structure for
such delivery in accordance with the Civil Contractors programme.
(v) The Electrical Contractor shall conduct regular meetings with the Civil
Contractor as necessary to clarify particular aspects of the interfacing
requirements of the Works. He will also attend regular Co-ordination meetings
convened by the Engineer for interface
(vi) The Electrical Contractor, shall in carrying out his co-ordination responsibilities,
raise in good time and provide sufficient information for the Engineer to decide
on any disagreement with Civil Contractor. If such disagreement cannot be
resolved by the Contractor despite having taken all reasonable efforts, then the
decision of the Engineer shall be final.
(vii) The Electrical Contractor shall ensure that information required by Civil
Contractor for any concreting /other works where electrical work is involved is
made available to the Civil Contractor in time.
(viii) Electrical Contractor will coordinate with Civil Contractor for provision of
panels, electrical equipments, fixtures, Earthing, lightning and air-craft
warning lights.
(ix) Civil Contractor will ensure smooth access to the staff of the Electrical
Contractor for carrying out their works and bringing materials and
Equipments at the site .However ,the security of material and Equipments
brought at the site, by the Electrical Contractor is Electrical Contractors
responsibility.
(x) The Electrical Contractor shall also interface with the Civil Contractor regarding
water supply arrangement to meet the fire fighting requirement.
(xi) Where the Civil works has to be executed in order for Electrical, LV System and
Fire Fighting Works to be completed, the Electrical contractor shall give
advance notice of minimum 3 days to Civil contractor to enable Civil contractor
to complete his work.
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 25 of 27 June 2010
(xii) The Electrical contractor shall issue their detailed construction schedule to the
Civil contractor before start of the project with those activities highlighted in red
which cannot be taken up by Electrical contractor unless Civil contractor
complete his work.
(xiii) The Electrical contractor shall critically go through detailed construction
schedule of Civil works in order to plan their work so that activities of civil
contractor do not lag behind their schedule.
(xiv) As per the requirement of Electrical Contractor for bringing the materials at
Site, Civil Contractor shall provide suitable Temporary Roads & Paths as
necessary.
5.2 INTERFACE WITH OTHER AGENCIES BUT NOT LIMITED TO: -

5.2.1 The Contractor shall be required to carry out various Miscellaneous Works as per
Interfacing requirements with other designated contractors working at site at some
point of time. The Scope of Work of various Interfacing Works shall be as follows
but not limited to:-

5.2.2



INTERFACE WITH FOLLOWING CONTRACTORS :-

Civil Contractor
HVAC Contractor
Lift Contractor
Plumbing Contractor
Any other Contractor

5.2.3

SCOPE OF WORKS

a) Providing Power Supply and Earthing linkage to HVAC panels in Plant Room and
other areas for Chillers , Pumps and all other HVAC SYSTEMS.

b) Providing Power Supply and Earthing linkage to Lift panels

c) Proving Power Supply and Earthing linkage to Ventilation & Smoke Extraction
system, Exhaust system in Power Panels.

d) Proving Power Supply and Earthing linkage to AHUs PANELS and Fan Coil units
as per relevant HVAC drawings.

e) Providing 6 Amp Switch Socket outlets in each AHU room. DDC Supply will be
also taken from this Switch Socket.

f) Providing Power Supply and Earthing linkage to Water Supply and Distribution
Pumps, Sump Pumps, Drainage Pumps, Sewage Pumps, Fire Fighting Pumps
etc.

g) Providing Power Supply and Earthing linkage to Tubewells.

h) Providing Foundation Details as required for Fire Protection & Sprinkler Pumps,
Pedestals for Pipings etc.

i) Providing Foundation Details as required for Transformers, DG sets, Chimney,
Pedestal for Fencing of Transformers etc. to the Civil Contractor and ensuring
work to meet requirement.

j) vProviding Foundation Details as required for Terrace Level Fire Protection System
pipelines.

k) Defining Cutouts required in False Ceilings for Light Fittings, Fire/Smoke
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 26 of 27 June 2010
Detectors/Devices, PA System Speakers, CCTV Cameras, Occupancy Sensors,
Trap Doors etc. to the concerned Contractors as required.

l) Based on the Shop Drawings provided by designated Contractors, Contractor
shall issue Coordination Drawings.

m)

The Contractor Shall interface with and co-ordinate activities with the other
contractors and his Sub-Contractors and shall keep the Employers representative
fully informed in respect of such interface, such information being given to the
Employers Representative in a manner and form at such intervals as required by
the Employers Representative.

i) The Contractor shall jointly with the other Contractors develop, update and
execute an Interface Management Plan in consultation with Civil works
Contractor after the Commencement of work and throughout execution of the
work to ensure that.

ii) All interface issues with other Contractors are satisfactorily identified and
resolved and

n) All the Construction Tolerances at the Interface shall meet the requirements of
the Respective Specifications relating to Interface Points.

o) Tunnel works to be coordinated for laying cables, busducts etc.

p) The Contractor has to make sure that Cutouts, Sleeves and Holes for Fire
Protection, Inergen Gas Piping, Sprinkler Piping & Cabling etc. are made as per
Final Coordinated Drawings to meet the requirement by Civil Contractor.

q) The Contractor has to ensure Puddle Flanges and Inserts in the Water Tanks
by Civil Contractor.

r) The Contractor has to ensure Provisions of Niches for Fire Hose Cabinets by Civil
Works Contractor.

s) The Contractor has to ensure the Final False Ceiling Levels, Finalizing &
Coordinating the Bottom levels of Main Pipes and Headers, Leaving Opening in the
False Ceiling etc. by Civil Works Contractor.

t) The Contractor shall ensure that there are adequate NO/ NC Contacts
available on all feeders that are to be interfaced with BMS, Whether Specified
or not at no extra cost to the Employer.

u) The Contractor has to ensure that sockets have been provided in Pipes, AHUs,
Fans, Cooling Towers etc. to fix BMS Sensors.

v) The Contractor has to ensure that all Motorised Valves, Motorised Dampers etc.
have been fixed and provided by HVAC Contractor.

w) Wherever BMS is required to be integrated with Another System in the Contract or
to any Third Party System, Necessary Integrators shall be provided to Complete the
Entire System whether specified or not at No Extra Cost to the Employer.

x) The Contractor has to Coordinate with Lift Contractor for BMS Integration.

y) All Systems & Equipments which are going to be controlled or monitored by BMS,
should have the necessary Interface Cards & Software to have Seamless
Connectivity with BMS, whether Specifically Mentioned or not.

z) Each Software provided by the Contractor shall be Licenced & the Contractor shall
Contract DMRC / IT&PD /SLOK / EL / 01- Notice Inviting Tender


Confidential Page 27 of 27 June 2010
furnish the Valid Licence with Guarantee for free update at least for 10 years from
the Date of Commissioning.

z-a) The Contractor has to give details to Civil Contractor for providing Pedestals for
External Hydrant System.

z-b) The Contractor has to ensure Baffle Wall between Oil Type Transformers by Civil
Contractor.

z-c) The Contractor has to ensure all connected Civil Works with High Velocity Water
Spray System for Transformers.

z-d) The Contractor has to ensure Provision of Cable Tunnel from substation to Building
by Civil Works Contractor. The Cable Tunnel shall be provided with Lighting,
Ventilation, Smoke Extraction & Fire Fighting Systems.

z-e) The Contractor has to ensure provision of sleeves for piping etc. by Civil
Contractor.
















INSTRUCTIONS TO TENDERERS
(INCLUDING ANNEXURE)










Contract DMRC/IT&PD/SLOK/EL/01 ( Instructions to Tenderer)

Confidential ITT - 1 of 56 June 2010
INSTRUCTIONS TO TENDERERS
INDEX
Clause Description Page
GENERAL 3
1.0 Introduction 3
2.0 Post Qualification Requirements 4
3.0 Cost of Tendering. 5
4.0 Site Visit. 5
TENDER DOCUMENTS 5
5.0 Contents of Tender Documents. 5
6.0 Clarification on Tender Documents.. 5
7.0 Amendment to Tender Documents.. 6
PREPARATION OF TENDER.. 6
8.0 Language of Tender 6
9.0 Documents Comprising the Tender 6
10.0 Tender Prices 10
11.0 Currencies of the Tender 11
12.0 Tender Validity.. 11
13.0 Tender Security 11
14.0 Not Used 12
15.0 Pre-Bid Meeting. 12
16.0 Format and Signing of Tenders. 12
SUBMISSION OF TENDERS.. 13
17.0 Sealing and Marking of Tenders. 13
18.0 Submission of Tenders 14
19.0 Late Tenders. 14
20.0 Not Used. . 14
TENDER OPENING AND EVALUATION. 14
21.0 Tender Opening 14
22.0 Process to be Confidential 15
23.0 Clarification of Tenders... 15
24.0 Determination of Responsiveness 15
25.0 Evaluation of Tender 16
26.0 Correction of Error 17
AWARD OF CONTRACT 17
27.0 Award Criteria.. 17
28.0 Employer's Right to Accept any Tender and to Reject any or All Tenders 17
29.0 Notification of Award 17
30.0 Signing of Agreement. 18
31.0 Performance Security. 18
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 2 of 56 June 2010

32.0 Annual Maintenance Contract 18
Appendix I. 20
Index on Proforma of Forms 21
Form of Tender (Form-A) with Appendix 22
Form of Bank Guarantee for Tender Security (Form-B) 26
Proforma for Statement of Deviations (Form-C) 28
Form of Performance Security (Form-D)
(Guarantee) by Bank
29
Form of Agreement (Form-E) 31
General Information and Joint Venture Data (Form T-I) 33
Experience Record of Sub-Contractors (Form T-II) 34
Resources Proposed for The Project-Personnel (Form T-III) 37
Proposed Site Organisation (Form T-IV) . 38
Resources Proposed for the Project-Plant & Equipment (Form T-V). 39
Financial Data (Form T-VI) 41
Tender Index (Form T-VII) 41
Annexure A.. 44
Annexure B .. 45



Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 3 of 56 June 2010

Electrical, LV System & Fire Fighting Works of Sushant Lok Metro Station PD Area , at
Sushant Lok , Gurgaon
INSTRUCTIONS TO TENDERERS
(GENERAL)
1.0 INTRODUCTION
1.1 Delhi Metro Rail Corporation (DMRC) Ltd. invites sealed tenders in Two Packages (Technical
Package With Initial Filter/Pre Qualification & Financial Package) from Reputed Indian
Manufacturers/Contractors/Joint Venture/Consortium for Sushant Lok Metro Station PD Area ,
at Sushant Lok , Gurgaon.

The Delhi Metro Rail Corporation Limited, hereinafter called the Employer, for Works in
accordance with this Tender Package. The Scope of Work under this contract shall include
Facility Service Management contract , AMC contract for Equipment & Plants(as
specified in Tender) , and the Drawing & Design, Manufacture, Testing at Manufacturers
works, Supply, Transportation, Delivery, Storage, Erection, Site Testing & Commissioning of
Electrical, LV System & Fire Fighting Works & other provisions as stipulated in General Conditions of
Contract (GCC), Special Conditions of Contract (SCC) & other Tender documents comprising of
but not restricted to.
The tender papers consist of the following documents, along with their Annexures,
appendices, addenda and errata if any.
Volume 1
- Notice Inviting Tender (NIT)
- Instructions to Tenderers (ITT)
-
-
Initial Filter (Pre qualification of Tenders)
Special Conditions of Contract (SCC)
Volume 2
Special Specifications
Volume 3
- Not Used
Volume 4
- Bill of Quantities (Electrical, LV System &Fire Fighting Works)
Volume 5 (Drawings)
- Tender Drawings
Volume 6
- Safety Manual
- General Conditions of Contract
Tenderers should procure CPWD specifications referred from the market.
Tenders shall be prepared and submitted in accordance with the instructions given herein.
1.2 Relevant address for correspondence relating to this tender is given below:
Chief Electrical Engineer (IT&PD),
Office of Chief Electrical Engineer (IT&PD) ,
Shastri Park Depot, Shastri Park , Delhi 110 053.
Tel. No. (011)22564610 FAX: 91-011-22564610
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 4 of 56 June 2010

1.3 Some essential data/requirements pertaining to this Tender along with reference to
Clause Number of this Volume where full details have been given are detailed below :
a. Tender Security to be furnished by the Tenderer (Clause 13.0) -----Rs. 17.37 Lakhs
(valid for 150 days from date of submission of tender
submittal)
b. Pre-Bid meeting Pre-Bid meeting will be held at 11:00 hrs. on 05/07/10 at Office
of Chief Electrical Engineer (IT&PD), Shastri Park Depot,
Shastri Park,
c-i. Last date for submitting letter of Query/clarifications regarding this tender -- 28
th
June
2010 .
c-ii. Last date for issuing addendum and replying clarifications if any ------09
th
July 2010
.
d. Tenders will be accepted in the Office of Chief Electrical Engineer (IT&PD), Shastri
Park Depot, Shastri Park, up to 11.00 hrs. on. 16
th
July 2010. Late or Delayed
tenders will not be accepted under any circumstances..
e. Date and Time of Opening of Technical Package (Clause 21.0) - 11:05 hrs. on 16
th

July 2010
f. Period for which the tender is to be kept valid (Clause 12.0) - 120 days from the date
of submission of Tender.
g. Period of Commencement of Work (Form A) - 7 days from the date of issue of "Letter
of Acceptance".
h. Maintenance Period (Form A) -- 12 Calendar months from the date of issue of
Completion Certificate.
i. Period of completion (Form A) -- 8 calendar months from Letter of Acceptance
j. Validity Period for Performance Security (Form D) -- within one month of issue of
LOA and up to 6 months beyond the date of expiry of Maintenance period as per
GCC condition..
2.0 POST QUALIFICATION REQUIREMENTS
2.1 ELIGIBLE TENDERER
2.1.1 The Open Tender for this Work had been invited in two Packages. The technical
submission of the Tenderer shall be subjective to an Initial Filter (Pre Qualification of
Tenderers) to determine his eligibility for Detailed Technical Evaluation as mentioned
in Para 21.6 of ITT.
The Tenderer should note that no clarification will be sought for the information
furnished by the Tenderer in Annexure-1 of ITT i.e. Initial Filter(PQ) and the Evaluation
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 5 of 56 June 2010

will be done solely on the basis of information furnished by the Tenderer in various
appendices of Annexure-1 of ITT i.e. Initial Filter Documents.
2.1.2 Each agency shall submit only one tender EITHER HIMSELF OR AS a Lead Partner /Lead
Constituents in a Joint Venture/ Consortium. The Tenderer who submits more than one tender for
the same work will be disqualified.
2.1.3 This Tender has been invited from reputed Indian Manufacturers/contractors/Joint Venturers/Consortiums
only and all Plants, Materials and Services shall be to the Satisfaction of the Employer and Engineer. The
Payments will be made in INR as well in foreign currency as indicated by the Tenderer in case of
imported equipments. However, exchange rate shall be taken as per clause 10.10 of the ITT. The
information on Plant & Material included in the Tenderer proposals and incorporated into the Contract
Document shall not be construed as a submission to Engineer under the Contract. However, the
Tenderer should note the requirements for Transfer of Technology.
Initial Filter (PQ) documents is complete in one set and tenderer has to submit these documents duly
filled ,signed & stamped along with all required documents /statements/ declarations as per instruction
there in. Initial Filter (PQ) documents are to be submitted in two sets (one marked original and another
marked Copy).Each set should be placed in separate envelop and these both envelop further to be
placed in one envelop marked INITIAL FILTER .
There may be some statements/ annexures/documents required/asked for in Initial Filter and same may
also be required/asked for in Technical Bid or in Financial Bid. Tenderer should make it sure to submit
these statements/ annexures/documents saperately in each case as required.
Initial Filter (PQ) and Technical Bid will be opened on same day simultaneously, but evaluation of Initial
Filter (PQ) shall be done first and those tenderers who shall qualify Pre Qualification their Technical Bid
shall be evaluated simultaneously. Those Tenderers who will not Qualify Initial Filter (PQ), their Technical
Bid will not be evaluated and Tender shall be ignored.
2.2 All tenders submitted shall include the following information:
2.2.1 General information on the Tender shall be furnished in Form T-1. Copies of Original Documents
defining the constitution and legal status, certificate of registration and ownership, principal place of
business of the company, corporation, firm or partnership or, if a joint venture including consortium, of
each party thereto constituting the tenderer will also be required to be furnished. All the group members
in a joint venture will be jointly and severally responsible for the performance under the contract.
2.2.2 In the case of tender by a joint venture of two or more firms or companies as partners or as members of a
consortium as the case may be, joint venture data must be furnished in the format prescribed (Form T-1)
along with the documents as mentioned therein. The following requirements shall also be complied with.
a) the tender, and, in the case of a successful tender, the Form of Agreement, shall be individually signed so
as to be legally binding on all partners/constituents as the case may be.
b) in case of the partnership, one of the partners shall be nominated as being Incharge as Lead or Prime
partner and this authorization shall be evidence by submitting a attested/notarized copy of Power of
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 6 of 56 June 2010

Attorney signed by the partner and Board Resolution or legally authorized signatories of all the
partners. In case of consortium, it will similarly authorize a person to be in-charge and this authorization
shall be evidenced by a power of attorney in favour of that person.
c) The partner in-charge or the person in-charge as aforesaid, shall be authorized to incur liabilities and
receive instructions for and on behalf of any and all the partners of the joint venture or constituent of the
consortium and the entire execution of the contract including payment shall be carried out exclusively
through the partner in-charge or joint venture and person in-charge of a consortium.
d) All partners of the joint venture or constituents of the consortium shall be liable jointly and severally for the
execution of the contract in accordance with the Contract terms and a relevant statement to this effect
shall be included in the authorization mentioned under (b) above, as well as in the Form of tender and the
Form of agreement (in case of successful Tender).
e) In the event of default by any partner in the case of the joint venture and constituent in the case of a
consortium in the execution of his part of the Contract, the partner/person in-charge will have the authority
to assign the work to any party acceptable to the Employer to ensure the execution of that part of the
Contract.
f) A copy of the Agreement entered into by the joint venture/consortium partner shall be submitted along
with the Tender.
2.2.3 In case the Tenderer is an Association, Consortium or Joint Venture, the tenderer shall provide the
following:
a) Nomination of one of the members of Association, Consortium or Joint Venture to be in-charge or Lead
Member. This authorization shall be issued by the legally authorized signatories of all members of the
Association, Consortium or Joint Venture.
b) Details of the intended percentage participation given by each member, with complete details of the
proposed division of responsibilities and corporate relationships among the individual members.
c) Each member of the Association, Consortium or Joint Venture shall be jointly and severally liable for the
undertaking of this Contract.
2.2.4 The Tenderers to qualify for award of Contract, shall submit a written power of attorney and Board
Resolution authorizing the signatory(ies) of the tender to commit the tenderer or each member of the
partnership, consortium or joint venture. IN case of foreign partners, power of attorney and Board
Resolution for such action shall be submitted duly notarized by the Notary Public in the country of origin
and stamped by Indian Embassy/High Commission.
2.3 Each page of tender shall be signed by the authorized signatory of the tenderer. Attested/notarized
copy of Power of Attorney and Board Resolution in favour of the signatory will be required to be
furnished as detailed in Clause 16.0.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 7 of 56 June 2010

2.4 Cancellation or creation of a document such as Power of Attorney, Partnership deed, Constitution
of firm etc., which may have bearing on the tender/contract shall be communicated forthwith in
writing by the tenderer to the Engineer and the Employer.
2.5 Deleted
2.6 Each tenderer, or any associate will be required to confirm and declare in the tender submittal that
no agent, middleman or any intermediary has been, or will be, engaged to provide any services,
or any other items of work related to the award and performance of this contract. They will have to
further confirm and declare in the submittal that no agency commission or any payment which
may be construed as an agency commission has been, or will be paid and that tender price will
not include any such amount. If the Employer subsequently finds to the contrary, the Employer
reserves the right to declare the tender as non-compliant and declare any contract if already
awarded to the tenderer to be null and void.
3.0 COST OF TENDERING
3.1 The agency shall bear all costs associated with the preparation and submission of his tender and
the Employer will in no case be responsible or liable for these costs, regardless of the conduct or
outcome of the tendering process.
4.0 SITE VISIT
4.1 Any site information given in this tender document is for guidance only. The tenderer is advised to
visit and examine the Site of Works and its surroundings at his/their cost and obtain for himself on
his own responsibility, all information that may be necessary for preparing the tender and entering
into a Contract. The visit should cover complete study of the site and understand the interfacing
requirement.
4.2 The agency shall be deemed to have inspected the Site and its surroundings beforehand and taken
into account all relevant factors pertaining to the Site in the preparation and submission of the
Tender.

5.0 TENDER DOCUMENTS

CONTENTS OF TENDER DOCUMENTS
5.1 The tenderer is expected to examine carefully all the contents of the tender documents as
mentioned in Sub-clause 1.1 including instructions, conditions, forms, terms, specifications and
drawings and take them fully into account before submitting his offer. Failure to comply with the
requirements as detailed in these documents shall be at the tenderers own risk. Tenders which are
not responsive to the requirements of the tender documents will be rejected.
5.2 The Tenderer shall not make or cause to be make any alteration , erasure or obliteration to the text
of Tender Documents.
6.0 CLARIFICATION ON TENDER DOCUMENTS
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 8 of 56 June 2010

6.1 While all efforts have been made to avoid errors in the drafting of the tender documents, the
tenderer is advised to check the same carefully. No claim on account of any errors detected in the
tender documents shall be entertained.
6.2 A prospective tenderer requiring any clarification of the tender documents may notify the Engineer
in writing or by tele-fax at the Engineers mailing address indicated in Clause 1.2. The Engineer will
respond in writing to any request for clarification which he receives prior to dead line mentioned in
Clause 1.3. Written copies of the Engineers response will be sent to all prospective tenderers who
have received the tender documents. Only written communications/clarifications can be considered
as valid. Notwithstanding the above a pre-tender meeting would be held for consultations as per
Clause 15.0.
7.0 AMENDMENT TO TENDER DOCUMENTS
7.1 At any time prior to the deadline for the submission of tenders, the Engineer may, for any reason,
whether at his own initiative or in response to a clarification or query raised by a prospective
tenderer, modify the tender documents by an amendment.
7.2 The said amendment in the form of an addendum will be sent to all prospective tenderers who have
received the tender documents, on or prior to last date mentioned in Clause 1.3. This
communication will be in writing or by telefax and the same shall be binding upon them. Prospective
tenderers should promptly acknowledge receipt thereof by telefax to the Engineer.
7.3 In order to afford prospective tenderers reasonable time for preparing their tenders after taking into
account such amendments, the Engineer or the Employer may, at his discretion, extend the
deadline for the submission of tenders in accordance with Sub-clause 18.1.
PREPARATION OF TENDER
8.0 LANGUAGE OF TENDER
8.1 The tender prepared by the tenderer and all correspondence and documents relating to the tender
exchanged between the tenderer and the Employer/Engineer shall be in the English language.
9.0 DOCUMENTS COMPRISING THE TENDER
9.1 TECHNICAL PACKAGE
9.1.1 The technical package, clearly labeled TECHNICAL PACKAGE, will comprise:
(a) Tender Guarantee in original in a separate sealed envelope,
(b) Notarized certified copy of Power of attorney along with the Copy of Board Resolution (as
per Clause 16.4 of ITT) in favor of authorized signatory of the tender.
(c) Initial Filter (Pre Qualification) Document in separate sealed envelope.
(d) Deleted,
(e) Financial Data
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 9 of 56 June 2010

(I) Total value of Electrical, LV System& Fire fighting Works done for the last five financial
years along with list of all on-going contracts may be given in the format prescribed (Form
T-VI)
(II) Attested copy of the Registration Certificate and Clearance Certificate under Delhi VAT Act,
2005 is required to be submitted. The foreign based contractors shall be required to
submit the necessary document as applicable to them according to Delhi VAT Act 2005.
As per Delhi VAT Act, the party who is executing work in Delhi has to have registration
with DVAT authority of Delhi. If a tenderer from outside of Delhi intends to participate in
DMRC tender, he can be permitted provided he gives an undertaking to the fact that he will
get himself registered with Delhi VAT authorities, in the event of issue of letter of
acceptance to the tenderer and shall submit registration number before claming initial
advance or first payment whichever is earlier. In the absence of registration detail with
Delhi VAT Department, EPF authority, first payment shall not be released.
If Tenderer fails to provide DVAT Registration & Clearance Certificate during the
Tender Stage , The Tenderer must submit a declaration in writing under clear
signature that We confirm that if we are considered to award this contract , we
shall submit the DVAT Registration & Clearance certificate to DMRC within one
month of issue of letter of acceptance.

(f) Tender documents as listed in below:
Volume 1
i) Notice Inviting Tender (NIT)
ii) Instructions to Tenderers (ITT)
iii) Initial Filter (Pre qualification ) documents.
IV) Special Conditions of Contract (SCC)
Volume 2
i) Special Specifications
Volume 3
i) Not Used
Volume 4
i) Bill of Quantities (with price left Blank in Technical Package & duly signed each
page)
Volume 5
i) Tender Drawings
Volume 6
i) Safety Manual (SHE)
ii) DMRC General Conditions of Contract
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 10 of 56 June 2010

All these volumes duly signed and stamped (and duly filled where required) are to be
submitted with technical package along with other documents. The Bill of Quantity (BOQ)
volume - 4 is to be submitted without Rates with technical package.
All the documents of Financial package with prices left blank has to be submitted in support
of the Financial Bid with Technical Bid Submittal. While in Financial Package submittal
these will be filled accordingly.
(g) Technical Proposal
The proposal should cover in detail the following:
i. The general approach and methodology proposed for carrying out the services
covered in the Scope of Work, including such detailed information as deemed
relevant. Also, tenderer shall submit the preliminary scheme of sequencing and
erection methodology of the work.
ii. Tender Work Schedule
A detailed overall work programme and a bar chart indicating the duration and timing of all
major activities including intermediate milestones as mentioned in clause no. 28.0 of
Special Conditions of Contract (SCC) Pt-I. Bar chart shall be made showing the activity to
be performed for along with duration of each activity.
If Tenderer fails to provide General Approach & Methodology , Work Programme
and Bar Chart during the Tender Stage , The Tenderer must submit a declaration in
writing under clear signature that We confirm that if we are considered to award
this contract , we shall submit the General Approach & Methodology , Work
Programme and Bar Chart to DMRC within one month of issue of letter of
acceptance.

9.1.2 In addition the technical proposal shall contain:
(a) An organization chart proposed to be deployed for this work with assignment of each key
staff member (identified by name) duration and timing together with clear description of the
responsibilities of each key staff member within the overall work programme. The minimum
level of supervision and qualification/experience of site-staff is given under Annexure B.
(b) The name, background and professional experience of each key staff member to be
assigned to the project, with particular reference to his experience of a nature similar to that
of the proposed assignment. The majority of the key staff shall be regular members of the
firm for at least six months (Form T-III and T-IV).
(c) The details of the name, background and CV of any Sub-contracted staff who will be
employed on the project (Form T-III and T-IV). Alternatively, tenderer should submit the
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 11 of 56 June 2010

undertaking for deployment of staff/engineer for the project in the format provided in Form
T-III.
(d) Names and addresses of Sub-contractors who are proposed to be engaged for execution
of different types of works as well as the details of the experience and past performance of
such Sub-contractors will be required to be furnished in the format prescribed (Form T-II).
This information shall be given for all critical items of works on/off site irrespective of the
status of the Sub-contractors in the Tender. In case of sub-contractors the complete details
as per the format prescribed (Form T-II) will be furnished.
The Tenderer should note that he is required to clearly indicate how Works are proposed to
be executed and integrated:
1. Electrical
2. LV Systems (including BMS)
3. Fire Fighting
The Contractors can execute the work of LV Systems and Fire Fighting System, in house
from their own sources or can get this work executed through reputed sub-contractors who
have experience of carrying out similar works. For this purpose, the Tenderer will submit
proposal for appointment of sub-contractors for each activity proposed to be sub-
contracted along with Tender-Document, complete with details of similar works carried
out by the sub-contractor, his staff strength, Credentials etc.

In case, DMRC does not consider the proposed Sub-contractor acceptable, the Tenderer
will be asked to propose alternate firm acceptable to DMRC.
The Tenderer has to very clearly & unambiguously give the details of activities to be Sub-
contracted and proposed Sub-contractors for the same with requisite details.
If Tenderer fails to provide the above information & documents at tender stage, firm
must submit declaration in writing that we confirm that if we are considered to
award this contract, we shall follow all terms and conditions of DMRC for
deployment of sub-contractor and no sub-contractor shall be deployed without prior
approval of DMRC. We also confirm that all the required data/details regarding sub-
contractor shall be submitted to DMRC within one month of issue of letter of
acceptance.
(e) Details of Plant & Equipment assessed as required for the Tendered Work as well as those
available as on date in the format prescribed (Form T-V). Major Plant & Equipments are to
be provided as per the minimum scale indicated in Form T-V.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 12 of 56 June 2010

(f) QUALITY ASSURANCE PLAN
(i) The tenderers shall submit their Corporate Quality Policy Document duly signed by the
corporate head or any other authorized person.
ii. The tenderers shall submit an OUTLINE Quality Plan, illustrating the intended means of
compliance with Volume 2, Special Specifications for the work including project quality
requirements and setting out in summary form an adequate basis for the development of
the more detailed document. The Outline Quality Plan shall contain sufficient information to
demonstrate clearly the proposed method of achieving the Tenderers Quality objectives
with regard to the requirements of the contract and shall, as a minimum, address the quality
system elements as required by ISO 9001 1994 Model for Quality Assurance in Design,
Development Procurement, Installation and Servicing.
Details of the quality assurance system and organization to enforce the same (Tenderer
may furnish the details in a narrative form).
iii. The contractor shall also associate for the checks conducted by DMRC / nominated
agencies for the QA and take necessary steps for improvement/ confirmation.
iv. If Tenderer fails to provide the above information/documents at tender stage, firm
must submit declaration in writing(as required in clause-11 of Form-A of ITT) that
we confirm that if we are considered to award this contract ,the Quality Assurance
Plan adopted by us shall be in conformity with Quality Assurance Plan requirements
as detailed in Appendix-II of Pt-III of Special Condition Of Contract( Volume-1) and
required documents shall be submitted to DMRC within one month of receive of
Letter of Acceptance.


(g) ENVIRONMENT PLAN

i. The tender shall submit as part of his tender on Outline Environment Plan
illustrating the intended means of compliance with Appendix III and V of SCC
Part III and setting out in summary form an adequate basis for the development
of the more detailed document to be submitted under sub clause (iv) of this
clause. The Outline Environmental Plan shall contain sufficient information to
demonstrate clearly the proposed method of achieving the tenderers
environmental objectives with regard to the requirement of the contract.

ii. The Outline Environmental Plan shall be headed with a formal statement of policy
in relation to Environmental Protection and signed by their corporate head or
authorized representative. The Outline Environmental Plan shall include the
methods and procedures for monitoring Environment Impact of works under the
contract.

iii. The Site Environmental Plan shall include detailed policies and procedures which when
implemented, will ensure compliance with Appendix III and V of SCC Part III.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 13 of 56 June 2010

iv. If Tenderer fails to provide the above information/documents at tender stage,
firm must submit declaration in writing(as required in clause-12 of Form-A of
ITT) that we confirm that if we are considered to award this contract ,the
Environment Plan adopted by us shall be in conformity with Environment Plan
requirements as detailed in Appendix-III of Pt-III of Special Condition Of
Contract( Volume-1) and required documents shall be submitted to DMRC
within one month of receive of Letter of Acceptance
(h) SAFETY PLAN
i. The tenderer shall submit as part of its tender, an OUTLINE Safety Plan which shall
contain sufficient information to demonstrate clearly the tenderers proposals for
achieving effective and efficient safety procedures. The Outline Safety Plan should
include an outline of safety procedures and regulations to be developed and the
mechanism by which they will be implemented for ensuring safety as required by
Appendix VI of SCC Part III.
ii. The Outline Safety Plan shall be headed with a formal statement of [policy in relation to
safety and shall be sufficiently informative to define the tenderers safety plans and set
out in summary an adequate basis for development of Site Safety Plans.
iii. The form and content of Site Safety Plan shall be in accordance with Appendix VI of
SCC Part III and shall include detailed policies, procedures and regulations which,
when implemented, will ensure compliance with Appendix VI of SCC Part III.
iv) The contractor should associate themselves with any Safety checks undertaken by
DMRC or any agency nominated by DMRC for Safety and take necessary steps for
improvement / confirmation.
If Tenderer fails to provide the above information/documents at tender stage, firm
must submit declaration in writing(as required in clause-13 of Form-A of ITT
also) that we confirm that if we are considered to award this contract ,the Safety
Plan adopted by us shall be in conformity with Safety Plan requirements as detailed
in Appendix- IV of Pt- III of Special Condition Of Contract(Volume-1) and required
documents shall be submitted to DMRC within one month of receive of Letter of
Acceptance
9.1.3 No information relating to financial terms of services or cost should be included
in the Technical Proposal.
9.1.4 Deviation statement Form C-1 (Without Price), C-2 ,C-3 duly filled & signed.
9.1.5 The Bill of Quantity (BOQ) volume - 4 is to be submitted without Rates with technical
package.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 14 of 56 June 2010

9.1.6 Firm should confirm that rates of Service Facility Management Contract &
Comprehensive AMC for maintenance of Equipment &plants as mentioned in NIT
Clause 2.2.1.4.4 of section -2 has been quoted in Financial BID.
9.2 FINANCIAL PACKAGE
The financial package, clearly labeled FINANCIAL PACKAGE will contain the following:
i. Form of tender and Appendix thereof (Form A).
ii. Deleted
iii. Bill of Quantities duly filled with cost. (including cost of Service Facility Management
Contract & Comprehensive AMC for maintenance for maintenance of Equipment &plants
in respective table of Rate Summery Sheet in BOQ)
iv Deviation statement Form C-1 With Price duly filled & signed.
9.2.2 The financial proposal should be separately completed and submitted in a separate
sealed envelope. The prices shall be entered in the Form of Tender and the BOQ
enclosed. These prices should include all costs associated with the contract(Excluding
DVAT only). All Documents Should be in Duplicate and properly marked i.e. one original
and one Copy.
9.3 Documents to be submitted by the tenderer under technical and financial packages have
been described under the respective Clauses 9.1 and 9.2. This list of documents has
been prepared mainly for the convenience of the tenderer and any omission on the part of
the Employer shall not absolve the tenderer of his responsibility of going through the
various clauses in the Tender
Documents including the specifications and to submit all the details specifically called for (or
implied) in those clauses.
9.4 All documents issued for the purposes of tendering as described in Clause 1.1, and any
amendments issued in accordance with Clause 7.0 shall be deemed as incorporated in the Tender.
9.5 Deleted
10.0 TENDER PRICES
10.1 The tenderer is required to quote for all the items as per tender documents.
10.2 Rates / cost quoted should include all taxes , duties and surcharges insurance and other
liabilities but excluding Delhi VAT.
10.3 The rate for each item shall be reasonable and not unbalanced. If the Engineer/ Employer come
across any unbalanced rates, he may require the tenderer to furnish detailed analysis to justify the
same. If after its examination, the Engineer/ Employer still feels the rates to be unbalanced, he may
ask the tenderer for additional Performance Security or other safeguards to protect Employers
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 15 of 56 June 2010

interest against financial loss. Should the tenderer fail to comply with this, his tender shall be liable
to be rejected by the Employer, who may award the Contract to any other tenderer.
10.4 The tenderer shall keep the contents of his tender and rates quoted by him confidential.
10.5 The tenderer shall utilize Indian labour, staff and materials to the maximum extent possible in
execution of Works.
10.5.1 Rates/cost quoted should include all taxes , duties and surcharges insurances etc. but
excluding DVAT. The DVAT Shall be reimbursed as per actual on submission of documents.
10.6 In the event of exemption of custom duties and Excise duties, sales tax/VAT or any other
cess /levy being granted by Government in respect of Works, the benefit of the same shall be
passed on to Employer. The Contractor shall maintain meticulous record of all the taxes and
duties paid and will provide the same as and when required by Employer, so that the
Employer is able to avail exemption/ reimbursement of same. Alternatively, the Employer
may direct the Contractor to get the reimbursements based on exemption certificates/
Governments order and it shall be obligatory on part of the contractor to get the
reimbursements from statutory authorities.
10.7 Deleted
10.8 Tenderer should make his own assessment for Service Tax and consider the same in his prices.
The same is not separately reimbursable. The prices offered by the firms/ bidders should be quoted
accordingly.
10.9 Basic Amount is given in the summary sheet of Bill of Quantities. Tenderer has to quote a
single percentage Above / Below of the Basic Amount for Electrical, LVSystem & Fire
Fighting Work (Part of A of rate summary sheet) and should quote year wise and Item wise
cost for Part-B & Part- C of BOQ rate summary sheet.
10.10 The Term CIF shall be governed by the rules in the current edition of Incoterms published by
the International Chamber of Commerce,38 Cours Albert I
er,
75008,Paris, France.
10.11 For the purpose of comparative evaluation of offers, all tender prices will be converted to Indian
Rupees by using the exchange (selling) rates for those currencies at the close of Business of the
State Bank of India 28 days before the latest date for submission of Tenders.
10.12 As regards Delhi VAT, the tenderer should not include the same in their offer price as the same
will be reimbursed by DMRC as per actual against documentary proof based on tax invoices
raised by the tenderer..
10.13 Tender Price should be complete in all respect covering all activities and including Design , Drawing
, Supply , Erection , Testing , Commissioning & Overall Satisfactorily Operation of
Plant/Units/System,Service Facility Management Contract & Comprehensive AMC for
maintenance of equipments & plants as mentioned in tender documents and If any Item Required
for completion of the work and not mentioned will be deemed to have been included in
Scope of Work.


Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 16 of 56 June 2010

11.0 CURRENCIES OF THE TENDER
11.1 Tender prices shall be quoted in Indian Rupees only. In case of the Imported Equipments the
break-up of Tender Price in Freely convertible International Trading Currency and INR as per Bill of
Quantity shall be given.
12.0 TENDER VALIDITY
12.1 The tender shall remain valid and open for acceptance for a period of 120 days from the Last date
of submission of tender.
12.2 In exceptional circumstances, prior to expiry of the original tender validity period, the Employer/the
Engineer may request the tenderers for a specified extension in the period of validity. The request
and the response thereto shall be made in writing or by telefax. A tenderer may refuse the request
without forfeiting his tender security. A tenderer agreeing to the request, shall not be required or
permitted to modify his tender but will be required to extend the validity of his tender security
correspondingly.
13.0 TENDER SECURITY
13.1 The tenderer shall furnish, as tender security, an amount as mentioned in Clause 1.3.
13.2 The tender security will be in the form of a Bank Guarantee from a Scheduled Commercial bank
based in India. The format of the Bank Guarantee shall be generally in accordance with the sample
form of tender security (Form B) included in this volume of tender documents. Other formats may
be permitted subject to the prior approval of the Employer. Bank guarantees shall be irrevocable
and operative for a period not less than 30 days beyond the validity of the tender ( 150 days from
the date of tender). The Tender Security shall be endorsed/pledged in favour of the Employer and
shall be submitted in a separate envelope superscribed Tender security for----- ----(Name of Work
as mentioned under Clause 1.1.1 of NIT) --------------".
13.3 Any tender not accompanied by an acceptable tender security will be summarily rejected by the
Employer/Engineer as non-responsive.
13.4 The tender securities of unsuccessful tenderers shall be discharged/returned by the Employer as
promptly as possible but not later than 30 days after the expiration of the period of tender validity as
defined in Clause 12.0. In this connection, Clause 29.3 may also be referred to.
13.5 The tender security of the successful tenderer shall be returned upon the tenderer executing the
Contract Agreement after furnishing the required performance guarantee for performance, as
mentioned in Clause 31.0.
13.6 The tender security shall be forfeited :
a. if a tenderer withdraws his tender during the period of tender validity, or
b. if the tenderer does not accept the correction of his tendered price in terms of Clause 26.0,
or
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 17 of 56 June 2010

c. in the case of a successful tenderer, if he fails to :
i. furnish the necessary performance guarantee for performance as per Clause 31.0
and/or
i. enter into the Contract within the time limit specified in Clause 30.0
ii. Commence the Work as per Tender Conditions
13.7 No interest will be payable by the Employer on the tender security amount cited above.
14.0 NOT USED
15.0 PRE BID MEETING: - A Pre-Bid meeting ,open to all intending tenderers may be held to discuss
the issues referred in Clause 1.2 of Special Conditions of Contract.
16.0 FORMAT AND SIGNING OF TENDERS
16.1.1 If the tender is submitted by a proprietary firm it shall be signed by the proprietor above his full
name and the full name of his firm with its current address.
16.1.2 If the tender is submitted by a firm in partnership, it shall be signed by a partner holding the power
of Attorney for the firm. A certified copy of the Partnership deed and power of attorney shall
accompany the tender. Alternatively, it shall be signed by all the partners.
16.1.3 If the tender is submitted by a limited company or a limited corporation, it shall be signed by a duly
authorized person holding the power of attorney for the firm. A certified copy of the power of
attorney shall accompany the tender.
16.1.4 If a Tender is submitted by a Joint Venture or Consortium of two or more Firms, it shall submit
complete information pertaining to each Firm or Joint Venture or Consortium and state along with
the Tender as to which one of the firms shall have the responsibility for Tendering and for
Completion and due performance of the Contract. Full information & Satisfactory evidence
pertaining to participation of each Member of the Joint Venture or Consortium in the Tender shall be
furnished along with the Tender. All Members shall be jointly and severally responsible for all
aspects of the Tender and the Consequent Contract. Provision under Clause 2.2 may be referred to
in this connection.
16.2. The documents required to be submitted by the Tenderer will be as described under Clause 9.0
herein.
16.3 Entries to be filled in by the Tenderer shall be typed or written in indelible ink. Each page of such
document should be signed in full at the bottom by the person submitting the Tender along with the
date of signing. Each page of printed documents should be initialled at the bottom by the person
submitting the tender along with the date of initialling.
16.4 In case of all documents listed in Clause 9.0 above, the person signing/initialling the documents
shall be one who is duly authorized in writing by or for and on behalf of the Tenderer and/or by a
Statute Attorney of the Tenderer. Such authority in writing in favour of the person signing the tender
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 18 of 56 June 2010

and/or notarially certified copy of the Power of Attorney as the case may be, shall be enclosed
along with the tender.
16.5 The complete tender shall be without alterations, overwriting, interlineations or erasures except
those to accord with instructions issued by the Employer, or as necessary to correct errors made by
the tenderer. All amendments/corrections shall be initialled by the person or persons signing the
tender.
16.6 All witnesses and sureties shall be persons of status and probity and their full names, occupations
and addresses shall be written below their signatures.
16.7 For the purpose of Clause 16.1.3 and 16.1.4, firm shall mean and include proprietary firm and
Partnership firm and company or Corporation.
SUBMISSION OF TENDERS
17.0 SEALING AND MARKING OF TENDERS
17.1 The Tenderer shall follow the procedure as indicated below:
17.1.1 Tender will be submitted in Three sets. One marked Technical Package,2
nd
marked Initial
Filter(PQ) and 3
rd
marked Financial Package
17.1.2 Each set will further contain to Sets marked Original and COPY and both will be sealed in
separate two envelopes and then both in one common large envelop marked Initial Filter(PQ) or
TECHNICAL PACKAGE or FINANCIAL PACKAGE as case may be.. All the three envelopes
shall be wrapped in an outer envelope addressed to The Chief Electrical Engineer (IT&PD), DMRC
duly super scribing on top, tender number, name of work, time and date for submission and time
and date for opening. The envelope should also bear the name and address of the tenderer.
17.1.3 The contents of Technical Package and Financial Package shall be as detailed under Clauses 9.1 and
9.2 herein. Initial Filter shall be part of Technical BID but shall be submitted separately Power of attorney
and Tender Security shall also be submitted in separate envelops as mentioned in Clause 9.1.1.
17.2 No responsibility will be accepted by the Employer/Engineer for the misplacement or premature
opening of a tender, not sealed or marked as per aforesaid instructions.
17.3 Two copy of all the tender documents one original & one Copy, including (i.e. Vol-1,2,4,5,6)
tender drawings and addenda thereto, with each page signed and stamped required to be
submitted with Technical Package to confirm Acceptance by tenderer of the contents.
Volume -4 (i.e. BOQ) is to be submitted unfilled without cost with technical submittal.
18.0 SUBMISSION OF TENDERS
18.1 Tenders shall be submitted at the following address:
Chief Electrical Engineer (IT&PD), Office of CEE/IT&PD, Shastri Park Depot, Shastri Park,
Delhi 110 053, on time, as mentioned in Clause 1.3.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 19 of 56 June 2010

The Employer/Engineer may, at his discretion, extend this date for the submission of tender by
amending the Tender Documents in accordance with Clause 7.0, in which case all rights and
obligations of the Employer and the tenderer previously subject to the original date shall thereafter
be subject to the new deadline as extended. If such nominated date for submission of tender is
subsequently declared as a Public Holiday by the Employer, the next official working day shall be
deemed as the date for submission of tender.
18.2 Tenders shall be submitted in person to Office of the Chief Electrical Engineer (IT&PD), DMRC.
The Engineer/Employer cannot take any cognizance and shall not be responsible for delay in
transit.
18.3 Tenders sent telegraphically or through other means of transmission (telefax etc.) which cannot be
delivered in a sealed envelope shall be treated as defective, invalid and shall stand rejected.
19.0 LATE TENDERS
19.1 Any tender received in Office of the Chief Electrical Engineer (IT&PD) after the deadline prescribed
for submission of tenders in Clause 18.1 herein will be returned unopened to the tenderer and will
not be considered.
20.0 NOT USED
20.0 TENDER OPENING AND EVALUATION
21.1 The Employer/ Engineer will open the Technical Package including Initial Filter(PQ), in the
presence of tenderers or their representatives who choose to attend on date & time as mentioned
as per Clause 1.3 of ITT in the Office of Chief Electrical Engineer (IT&PD), Shastri Park Depot,
Shastri Park, Delhi 110 053. If such nominated date for opening of Tender is subsequently
declared as a Public Holiday by the Employer, the next official working day shall be deemed as the
date of opening of Technical Package. The Tender of any Tenderer who has not complied with one
or more of the foregoing instructions may not be considered.
21.2 On opening of the Main Tender envelopes, it will be checked if they contain Technical, Initial Filter
& Financial Packages.
21.3 Technical Package with Initial Filter(PQ) of the Tender will thereafter be opened. They will be
examined to see if they are complete, whether the requisite Tender security has been furnished,
whether the documents are in order. If the documents do not meet the requirements of the
Employer, a note will be recorded accordingly by the Tender Opening Authority, and the
said Tenderers Financial Package will be considered only after Evaluation of Initial
Filter(PQ) &Technical Bid by DMRC. Such Tender may or may not be considered
depending on nature of shortfall and the decision of DMRC will be final.
21.4 The tenderers name, the presence or absence of the requisite tender security and such other
details as the Employer or his authorized representative, at his discretion, may consider
appropriate will be announced at the time of tender opening.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 20 of 56 June 2010

21.5 The sealed financial package will be kept in the safe custody of the Employer and will be opened
on a subsequent date after evaluation of technical packages. Financial packages of all technically
found suitable offers will be opened and the date for opening of financial package shall be
informed separately.
21.6 Although it is essential that Initial Filter should be complete in itself as per Tender
requirement and no back reference for Initial Filter shall be make, but DMRC may consider
some data submitted in Technical Bid if found essential for evaluation, but will be solely on
discrimination of DMRC.
22.0 PROCESS TO BE CONFIDENTIAL
22.1 Except the public opening of Tender, information relating to the examination, clarification,
evaluation and comparison of tenders and recommendations concerning the award of Contract
shall not be disclosed to tenderers or other persons not officially concerned with such process.
22.2 Any effort by a tenderer to influence the Employer/Engineer in the process of examination,
clarification, evaluation and comparison of tenders and in decisions concerning award of contract,
may result in the rejection of the tenderers tender.
23.0 CLARIFICATION OF TENDERS
23.1 Technical evaluation of technical packages with Initial Filter submitted by tenderers shall be
undertaken based on details submitted in the technical package only. Tenderer shall not be
required to submit on their own, additional information or material subsequent to the date of
submission and such material if submitted will be disregarded. It is therefore essential that all the
details are submitted by tenderer accurately and specifically in their technical package avoiding
vague answers. No clarification/additional information in this regard will generally be sought from
tenderer. However, Employer reserve the right to ask any clarification (for technical Bid & financial
bid only and not for Initial Filter) from tenderers for details submitted with technical package if it so
desires during the technical evaluation.
23.2 To assist in the examination, evaluation and comparison of Financial package, the Engineer/
Employer may ask tenderers individually for clarification of their tenders, including breakdowns of
prices. The request for clarification and the response shall be in writing or by telefax but no
change in the price or substance of the tender shall be sought, offered or permitted except as
required to confirm correction of arithmetical errors discovered by the Engineer during the
evaluation of tenders in accordance with Clause 25.0 herein.

24.0 DETERMINATION OF RESPONSIVENESS
24.1 Prior to the detailed evaluation of tenders, DMRC will determine whether each tender passes
the Initial Filter and is responsive to the requirements of the tender documents.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 21 of 56 June 2010

24.2.1 The Tenderer should submit his tender who conforms to the tender Documents, without material
deviations or reservations. Where, however, the Tenderer gives his financial offer subject to certain
Conditions, qualifications, deviations etc. He shall provide in a separate schedule (Form C1, C2 &
C3) the increase or descrease in the tender price for the unqualified withdrawal of each such
conditions qualifications/deviation,etc. Tenders not accompanied by such schedule are liable
to be rejected.
24.2.2 Tenderers shall further note that except for deviations listed in Form C1, C2 & C3 of Instructions to
tenderer (ITT) the tender shall be deemed to comply with all the requirements in the tender
documents including Employers Requirements, without any extra cost to the Employer irrespective
of any mention to contrary, anywhere else in the Tender.
24.2.3 The Employer may request the tenderer to withdraw any of the conditions, qualifications,
deviations, etc., if any, proposed by him at the cost stated in the tender . In case the Tenderer does
not withdraw the Conditions, Qualifications, deviations etc., if any, proposed by him at cost stated in
the Tender, his Tender is likely to be rejected and Tender Security forfeited.
24.3 If a tender is not substantially responsive to the requirements of the tender documents or if the
construction methods proposed by the tenderer are considered impracticable, it will be rejected by
the Employer, and will not subsequently be permitted to be made responsive by the tenderer by
correction or withdrawal of the non-conformity or infirmity. However minor clarifications if required
may be asked from tenderer at the time of evaluation of Technical or Financial Bid. No query shall
be made for evaluation of Initial Filter.
24.4 The decision of the Engineer/Employer as to which of the tenders are not substantially responsive
or have impractical / defective design or construction technology shall be final.
24.5 Cost of any item not quoted in financial package and also not clarified in deviation Form C1, C2 &
C3 in technical package but found shortfall in financial package, then it will be deemed to comply
with tender requirements, without any extra cost to the Employer.

24.6 Tenderer should ensure to quote cost for Service Facility Management Contract and AMC
as per BOQ.

25.0 EVALUATION OF TENDER
25.1.1 As Tenderer passes the Initial Filter the Employer will, keeping in view the contents of Clause 9.1,
carry out technical evaluation of submitted technical proposals for experience/financial standing to
determine that the tenderer has a full comprehension of the work of the contract and he has
requisite technical and financial capability for executing the work. Where a tenderers technical
submittal is found unsatisfactory or non-compliant with the requirement of work, it may be rejected.
This process is to assure that only technically acceptable proposals are considered for the work.
Procedure for evaluation is given in clause 25.1.2 below.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 22 of 56 June 2010

25.1.2 Bidding Capacity :-
The Tenderers who meet the minimum qualification criteria will be qualified only if their
available Bid capacity is more than 17.37 crore. for this tender. He should furnish the relevant
data in the given formats. Available bid capacity will be calculated as under :-

Available Bid Capacity = 2(A x N) B

Where A = Maximum Turnover / Value of Works executed of any one year during the last 5
years.(updated to 31-03-2010 price level)

N = Completion Period of work in Years (N is 8 months in this Tender case)

B = Value of Existing commitments (i.e. work in hand as on date of submission of Tender)
and ongoing works to be completed during the completion of Work for this Bid (i.e 9 months
from date of submission of Tender taking 8 months for completion period from date of issue
of LOA plus approx. one months anticipated period for issue of LOA from date of Tender
Submission)

NOTE:
I) Adequacy of Bid Capacity will also be judged while evaluating the Tender from Pre
Qualified Contractors. Tenderer will have to furnish the requisite details for calculating the
bid capacity taking into account the New commitments if any.
II) In case of a group , the above formula will be applied to each member of the next extent of
his participation in the execution of the work. If the proposed % participation is not
mentioned then equal participation will be assumed.
25.1.3 After opening of the technical package with Initial Filter , the submission of the
Tenderer shall be evaluated to determine whether they pass Initial Filter to become
eligible for detailed technical evaluation. The items/areas which are to be
checked/verified in Initial Filter, along with criteria for evaluation, are listed in
Annexure I of ITT. Such of those Tenderers who do not meet the criteria/pass the
Initial Filter, shall not be considered for technical evaluation. The technical package
of those Tenderers, who do not pass the Initial Filter will be rejected and the
corresponding financial packages will be returned unopened without assigning any
reason for rejection. Evaluation of Initial Filter and Technical Bid Will be done
simultaneously and who do not pass the Initial Filter, their Technical Bid shall not be
evaluated.
25.1.4 Although it is essential that Initial Filter should be complete in itself as per Tender
requirement and no back reference for Initial Filter shall be make, but DMRC may
consider some data I submitted in Technical Bid if found essential for evaluation,
but will be solely on discrimination of DMRC.
25.2 All technically acceptable tenders will be eligible for opening of their financial proposals. DMRC will
notify all successful tenderers to attend the opening of the financial proposal. The financial proposal
will then be opened in front of attending tenderers and all prices recorded.
25.3 The evaluation of financial proposals by the Employer / Engineer will take into account, in addition
to the tender amounts, the following factors:
a. Arithmetical errors corrected by the Employer/Engineer in accordance with Clause 26.0;
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 23 of 56 June 2010

b. Such other factors of administrative nature as the Employer/Engineer may consider to have a
potentially significant impact on contract execution, price and payments, including the effect of
items or unit rates that are unbalanced or unrealistically priced.
25.4 Offers, deviations and other factors, which are in excess of the requirements of the tender
documents or otherwise will result in the accrual of unsolicited benefits to the Employer, shall not be
taken into account in tender evaluation.
25.5 The Tenderer is required to quote price including all taxes and duties etc. Except Delhi VAT, as per
Section 3/NIT & Clause 10.6/ITT, in his financial offer as per format in summary sheet of BOQ.
In the event of exemption of custom duties and Excise duties, sales tax/VAT or any
other tax/ cess /levy being granted by Government in respect of Works, the benefit of the
same shall be passed on to Employer. The Contractor shall maintain meticulous record of
all the taxes and duties paid and will provide the same as and when required by
Employer, so that the Employer is able to avail exemption/ reimbursement of same.
Alternatively, the Employer may direct the Contractor to get the reimbursements based
on exemption certificates/ Governments order and it shall be obligatory on part of the
contractor to get the reimbursements from statutory authorities.
25.6 It is important to note that as mentioned in NIT clause 2.2.1.4.4 of section-2 sub clause(1.III)
the cost of Service Facility Contract and AMC contract called against item no.B-1,B-2 and
C-1 to C-7 of BOQ rate summery sheet shall be added in the main contract and contract will
be decided accordingly . The cost of item B-3 of BOQ rate summery sheet shall not be
included in main contract for financial evaluation. However rates quoted must be
reasonable.

26.0 CORRECTION OF ERRORS
26.1 Tenders determined to be technically acceptable after technical evaluation will be checked by the
Engineer/ Employer for any arithmetical errors in computation and summation during Financial
evaluation. Errors will be corrected by the Employer / Engineer as follows:
a. Where there is a discrepancy between amounts in figures and in words, the amount in
words will govern; and
b. Where there is a discrepancy between the unit price and the total amount derived from the
multiplication of the unit price and the quantity, the unit price as quoted will normally govern
unless in the opinion of the Employer / Engineer there is an obviously gross misplacement
of the decimal point in the unit price, in which event, the total amount as quoted will govern.
26.2 If a tenderer does not accept the correction of errors as outlined above, his tender will be rejected
and the tender security forfeited.
AWARD OF CONTRACT
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 24 of 56 June 2010

27.0 AWARD CRITERIA
27.1 Subject to Clause 25.0, the Employer will award, the Contract to the tenderer, whose tender has
been determined to be substantially responsive, complete and in accordance with the tender
documents, and whose Evaluated Price has been determined to be the lowest as per 3.1.1(d) of
Section 3 / NIT.

28.0 EMPLOYER'S RIGHT TO ACCEPT ANY TENDER AND TO REJECT ANY OR ALL TENDERS
28.1 Notwithstanding Clause 27.0, the Employer reserves the right to accept or reject any tender, and to
annul the tender process and reject all tenders, at any time prior to award of Contract, or to divide
the Contract between/amongst tenderers without thereby incurring any liability to the affected
tenderer or tenderers or any obligations to inform the affected tenderer or tenderers of the grounds
for the Employer's action.

29.0 NOTIFICATION OF AWARD
29.1 Prior to the expiry of the period of tender validity prescribed by the Engineer/Employer, the
Engineer/Employer will notify the successful tenderer by telegram or telefax, to be confirmed in
writing by registered letter, that his tender has been accepted. This letter (hereinafter and in the
Conditions of Contract called 'the Letter of Acceptance') shall name the sum which the Employer
will pay to the Contractor in consideration of the execution, completion, maintenance and guarantee
of the works by the Contractor as prescribed by the Contract (hereinafter and in the conditions of
Contract called 'the Contract Price'). The "Letter of acceptance" will be sent in duplicate to the
successful tenderer, who will return one copy to the Employer duly acknowledged and signed by
the authorized signatory, within one week of receipt of the same by him. No correspondence will be
entertained by the Employer from the unsuccessful Tenderers.
29.2 The Letter of Acceptance will constitute a part of the contract.

30.0 SIGNING OF AGREEMENT
30.1.1 The Employer shall prepare the Agreement in the Proforma (Form E) included in this Document,
duly incorporating all the terms of agreement between the two parties. Within 30 days from the date
of issue of the letter of acceptance the successful tenderer will be required to execute the Contract
agreement. The performance guarantee should be submitted immediately after issue of letter of
acceptance but not later than the agreement is signed between the parties. One copy of the
Agreement duly signed by the Employer and the Contractor through their authorized signatories,
will be supplied by the Employer to the Contractor.
30.2 Prior to signing of the Contract Agreement, the successful tenderer shall submit the following
documents within a period of 30 days from the date of issue of the Letter of Acceptance:
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 25 of 56 June 2010

a. Performance Guarantee
b. Power of Attorney(s)
30.3 Upon "Agreement" being signed by the successful tenderer, the employer will promptly notify the
unsuccessful tenderers and discharge / return their tender securities.
30.3 DMRC shall enter in agreement for Service Facility Contract and AMC of Plants and
Equipments as mentioned tender separately away from main contract. Further DMRC
reserve the right to award or not award these two contract as per NIT clause 2.2.1.4.4 of
section-2 sub clause((1.III , 1.V & 1.VI and 2.2.2 ).

31.0 PERFORMANCE SECURITY
31.1 The successful tenderer shall furnish to the Employer a security in the form of a bank guarantee for
an amount of 10% of the Contract Price, in accordance with Clause 15.0 of the General Conditions
of Contract. The Bank Guarantee has to be from a Scheduled Commercial bank based in India and
the Form of Performance Security (Form D) provided in this Volume shall be used. The
Performance Security shall be furnished within the time limit specified in Clause 30.0.
31.2 Performance security for Service Facility Contract and AMC of Plants and Equipments as
mentioned tender will be submitted at the time of agreement for these contracts as
mentioned in NIT clause 2.2.1.4.4 of section-2 sub clause (1.VIII ).
31.3 Failure of the successful tenderer to lodge the required Performance Security shall constitute
sufficient grounds for the annulment of the award of Contract and forfeiture of the tender security, in
which event the Employer may make the award to the next lowest evaluated tenderer.

32.0 Deleted

33.0 INDIGENISATION/TRANSFER OF TECHNOLOGY
34.0 In case of Imported equipments (Partly/Fully) the Tenderer will be required to make credible
arrangements for ensuring availability of Critical Spares & Technical Support, during the Defect
Liability Period and also after the Contract Period, during the Service life of the
Equipments/Spares/M&P/Systems Commissioned.
35.0 To ensure proper availability of Technical Support, the Tenderer may be required to transfer
Technology in certain key areas to his Local associates/contractors/partners.



Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 26 of 56 June 2010

APPENDIX-I
CHECK LIST OF DOCUMENTS TO BE SUBMITTED WITH THE TENDER
COMPILED FROM THE PROVISIONS IN THIS VOLUME
Sl.
No.
Document No. of sets to
Be submitted
Reference to
Clause No. of
"Instructions
to Tenderers"
SEPARATE SEALED ENVELOP
1. Tender security (Form B) (Original & Copy) 13.0
TECHNICAL PACKAGE (with Initial Filter) COMPRISING OF:
1. Tender documents (Volume-1,2,4,5,6) duly signed
and stamped on each page(Volume-4 BOQ should
be unfilled & without cost)
(Original &copy) 9.1.1 (f)
2. Attested/Notarized copy of Power of attorney and
Board Resolution for individuals signing on behalf of
Company/Firm
(Original & Copy) 2.2,2.3 &16.0

3. (Initial Filter(PQ) Annexure-1 To ITT complete set
duly filled & signed
(Original & Copy) 9.1.1-c &2
4. Financial Data (Form T-VI) (Original & Copy) 9.1.1(e)
5 Attested copy of Sales Tax Registration & latest
Clearance Certificate (STCC) / or Value Added Tax
Registration& latest Clearance Certificate (VATCC)
(Original & Copy) 9.1.1(e-ii)
6 Technical Package other Forms:
I)Form T- I (General Information Data)
II)Form T- II (Sub Contractors Data Along with
Declaration))
III) Form T- III (For project Personals )

IV) Form T- IV (For Site Organisation in chart form)

V) Form T- V (For Plant & equipments)

VI) Form T- VII (Tender Index)

(Original & Copy)
(Original & Copy)


(Original & Copy

(Original & Copy
(Original & Copy

2.2.1
9.1.2 (d)
9.1.2 (d)

9.1.2 (a)

9.1.2(e)

---
6 Technical Package other documents :
I)Methodology
II)Bar Chart
III)Quality Assurance Plan
IV)Environment Plan
V) Safety Plan
VI) Addendums & clarifications issued by DMRC if
any
All in two sets

(Original & Copy)



9.1.2(f,g,h)
7 Statement of deviation from Tenderer Documents
Form C1 (Without Price), C-2., C-3 filled &signed
(Original & Copy) 24.2,&9.1.4
FINANCIAL PACKAGE COMPRISING OF:
1
2
3
Form of Tender and Appendix thereof (Form A)
Bill of Quantities filled with cost
Deviation Form C-1 with Price
All in two sets
(Original & Copy)

9.2
NOTE: Any other information or documents asked for in Tender Documents and not listed here
should also be submitted as this list is for assistance to contractors only.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 27 of 56 June 2010

INDEX ON
PROFORMA OF FORMS
1. PROFORMA OF FORMS GENERAL
(Items (iv) & (v) applicable only for successful tenderers)
FORM
I. Form of Tender with Appendix A
ii. Form of Bank Guarantee for Tender Security B
iii. Proforma for Statement of Deviations C 1 , C 2 & C 3
iv. Form of Performance Security (Guarantee) by Bank D
v. Form of Agreement E

2. PROFORMA OF FORMS POST QUALIFICATION PARTICULARS
FORM
I. General information and Joint Venture Data T-I
ii. Experience Record of Sub-contractors T-II
iii. Resources Proposed for the Project-Personnel T-III
iv. Proposed Site Organization T-IV
v. Resources Proposed for the Project-Plant & Equipment T-V
Vi Financial Data T-VI
Vii Tender Index T-VII

Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 28 of 56 June 2010

FORM A
PAGE 1 OF 4
FORM OF TENDER
Note: i. The Appendix forms part of the Tender
ii. Tenderers are required to fill up all the blank spaces in this form of Tender and Appendix.
Name of Work : (As mentioned under Clause 1.1.1 of NIT)
To : Managing Director,
Delhi Metro Rail Corporation Limited,
Fire Brigade Lane,
Barakhamba Road,
New Delhi 110001.

1. Having visited the site and examined the General as well as Special conditions of contract,
CPWD specifications, Special Specifications, Instructions to Tenderers, Preliminary Drawings
and Addenda for the execution of above named works, we the undersigned, offer to execute
and complete such works and remedy defects therein in conformity with the said Conditions
of Contract, Specifications, Preliminary Drawings and Addenda for the sum of
Rs._______________________________________________________________________
(Amount in figures and words) for Electrical, LV System and Fire Fighting Works of Sushant
Lok Metro Station PD Area , Sushant Lok , Gurgaon or such other sum as may be
ascertained in accordance with the said conditions.
2. We acknowledge that the Appendix forms an integral part of the Tender.
3. We undertake, if our Tender is accepted, to commence the works within 7 days of issue of the
Engineer's order to commence and to complete the whole of the Works comprised in the
Contract by as indicated in the Appendix.
4. If our Tender is accepted, we will furnish a Bank Guarantee for Performance as security for
the due performance of the Contract. The amount and form of such guarantee or bond will be
in accordance with Clause 15.0 of the General Conditions of the Contract and as indicated in
the Appendix.
5. We have independently considered the amount shown Clause 57.5 of the General Conditions
of Contract as liquidated damages and agree that they represent a fair estimate of the
damages likely to be suffered by you in the event of the work not being completed in time.
6. We agree to abide by this Tender for a minimum period of 120 days from the date fixed for
receiving the same and it shall remain binding upon us and may be accepted at any time
before the expiry of that period or any extended period mutually agreed to.
7. Unless and until a formal Agreement is prepared and executed, this Tender, together with
your written acceptance thereof, shall constitute a binding contract between us.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 29 of 56 June 2010

FORM A
PAGE 2 OF 4
8. We declare that the submission of this Tender confirms that no agent, middleman or any
intermediary has been, or will be engaged to provide any services, or any other item of 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 tender price does not include any such amount. We
acknowledge the right of the Employer, if he finds to the contrary, to declare our Tender to be
non-compliant and if the Contract has been awarded to declare the Contract null and void.
We understand that you are not bound to accept the lowest or any tender you may receive.
9. If our Tender is accepted we understand that we are to be held solely responsible for the due
performance of the Contract.
10. The Rates quoted by us are inclusive of all taxes, duties, fees, Octroi and other levies
including Central Excise & Custom Duties etc. excluding Delhi VAT. We have also quoted
Rates for Service Facility Contract and AMC of Equipment & plants contract ( ie. DG
Sets (including AMF panels and other accessories),BMS System, Public Announcement System,
CCTV System, Fire Alarm System, Electronic Billing System, UPS System. as per Tender
requirement.
11. We hereby confirm that information on our technical & financial Competence/ Credentials
furnished by us at the time of our participation are still valid. It is confirmed that there has
been no adverse change in availability of Liquid assets, line of credit & financial resources,
availability of Technical Competence (changes if any are to be indicated in the Statement of
Deviations).
12. We hereby confirm that the Quality Assurance Plan adopted by us shall be in conformity with
Quality Assurance Requirements detailed in Appendix II of, Part III of Special Conditions of
Contract Volume I and shall be submitted as per Time Schedule laid therein, in case of our
being considered for Award.
13. We hereby confirm that the Environmental Plan adopted by us shall be in conformity with
Environmental Protection Requirements detailed in Appendix III of Part III of Special
Conditions of Contract Volume I and shall be submitted as per Time Schedule laid therein,
in case our being considered for Award.




Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 30 of 56 June 2010

FORM A
PAGE 3 OF 4

14. We hereby, conform that the Safety Plan adopted by us shall be in Conformity with Safety
Measures & Requirements for the outline Site Safety Plan, detailed in Appendix VI of Part III
of Special Conditions of Contract, Volume-I and shall be submitted as per Time Schedule
laid therein, in case of our being Considered for Award.

Dated thisday of.2010
Signature
Name.. in the capacity of ..
duly authorized to sign Tenders for and on behalf of..
Address ....
Witness Signature .
Name ..
Address
Occupation
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 31 of 56 June 2010

FORM A
PAGE 4 OF 4
APPENDIX TO THE FORM OF TENDER
Condition of Contract
Clause No.

i. Amount of Bank Guarantee as
Performance Security
15.0 of General Conditions
of Contract
10 percent of the Contract
Price.

ii. Minimum amount of Third Party
Insurance
23.0 of General Conditions
of Contract
Rs. 0.50 Million for any one
incident, with no. of incidents
unlimited.
iii Period for commencement of
work from the date of issue of
letter of acceptance
7 days
Iv Time for completion from the date
of issue of the Letter of
Acceptance
28.0 of Special Conditions
of Contract
8 calendar months
v. Amount of liquidated damages in
case of extension of completion
date due to delays by the
Contractor
57.5 of General Conditions
of Contract
0.50% of Contract value of
works for each week or part
of week, Contractor is in
default, subject to maximum
of 10% of Contract value
vi Period of maintenance from the
date of issue of Completion
certificate

80.0 of General Conditions
and 38.0 of Special
Conditions
12 Calendar Months
vii. ----

12 Calendar Months

Period of warranty for equipment
against faulty design and
defective manufacture from the
date of completion of period of
maintenance.


Signature of authorized signatory
on behalf of Tenderer




Date Name .
Place .. . Address .
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 32 of 56 June 2010

FORM B
PAGE 1 OF 2

FORM OF BANK GUARANTEE FOR TENDER SECURITY
(Ref: Clause 13.0 of Instructions to Tenderers)

1. KNOW ALL MEN by these presents that we. ... (Name of
Bank) having our registered office at (Name of country) (hereinafter
called the Bank) are bound unto Delhi Metro Rail Corporation Limited (hereinafter called the
Employer) in the sum of for which payment will and truly to be made to the said Employer,
the Bank binds itself, its successors and assigns by these presents.
2. WHEREAS(Name of Tenderer) (hereinafter called the Tenderer) has
submitted its tender dated__________for (Name of the work as mentioned under Clause
1.1.1 of NIT) hereinafter called the tender.

AND WHEREAS the Tenderer is required to furnish a Bank Guarantee for the sum of Rs.17.37
Lakhs (Rupees Seventeen Lakhs Thirty Seven Thousands only) as Tender Security against
the Tenderers offer as aforesaid.
AND WHEREAS_______________(Name of Bank) have, at the request of the Tenderer,
agreed to give this guarantee as hereinafter contained.
3. We further agree as follows:
a. That the Employer may without affecting this guarantee grant time or other indulgence
to or negotiate further with the Tenderer in regard to the conditions contained in the
said tender and thereby modify these conditions or add thereto any further conditions
as may be mutually agreed upon between the Employer and the Tenderer.
b. That the guarantee hereinbefore contained shall not be affected by any change in the
constitution of our Bank or in the constitution of the Tenderer.
c. That any account settled between the Employer and the Tenderer shall be conclusive
evidence against us of the amount due hereunder and shall not be questioned by us.
d. That this Guarantee commences from the date hereof and shall remain in force till-----
----(date to be filled up) (up to 150 days from the date of tender submission).
e. That the expression the Tenderer and the Bank herein used shall, unless such an
interpretation is repugnant to the subject or context, include their respective
successors and assigns.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 33 of 56 June 2010

FORM B
PAGE 2 OF 2
4. THE CONDITIONS OF THIS OBLIGATION ARE :
a. If the Tenderer withdraws his Tender during the period of Tender validity specified in
the Form of Tender, or
b. If the Tenderer does not accept the correction of his tender price in terms of Clause
26.0 of the Instructions to Tenderers.
c. If the Tenderer having been notified of the acceptance of his tender by the Employer
during the period of tender validity:
i. Fails or refuses to furnish the Performance Security in accordance with Clause 31.0
of the Instructions to Tenderers and/or
ii. Fails or refuses to enter into a Contract within the time limit specified in Clause 30.0
of the Instructions to Tenderers.
iii. Fails to Commence the Work as per Tender Conditions.
We undertake to pay to the Employer upto the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand provided that in his demand
the Employer will note that the amount claimed by him is due to him owing to the occurrence
of any one or more of the conditions (a), (b), (c) mentioned above, specifying the occurred
condition or conditions.
Signature of .
Authorized Official of the Bank
Signature of the witness
.
Name of Official ..
Designation ..
Name of the Witness
.
Stamp/Seal
of the Bank
Address of the Witness
.


Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 34 of 56 June 2010

Page 1 of 3
Form C - 1

Proforma for Statement of Deviations Conditions , Qualifications etc.
Refer Clause 24.0 of ITT , Volume-1

To.

Dear Sir,
Our prices given in Statements 1 to 8 are subject to the following deviations, conditions, qualifications
etc. These deviations, conditions, qualifications etc. are exhaustive. Except for these deviations,
conditions, qualifications, etc., the entire work shall be performed as per the Tender Documents. We
are also furnishing below the cost of unconditional withdrawal for the deviations, conditions,
qualification, etc. proposed by us. We confirm that we shall withdraw the deviations, conditions,
qualifications etc. at the cost of withdrawal indicated in this statement failing which our Tender may be
cancelled and the Tender Guarantee forfeited.

Cost of unconditional withdrawal of each
deviation In INR
S. No Deviations/Conditions/
Qualifications etc.







(- To be included in the Technical Package without Price and in Financial package with Price)
- Where there is No Deviation , the statement should be returned duly signed with an
endorsement indicating No Deviation
Note:-
1. We hereby confirm that the pricing for unconditional withdrawn of above deviations has been
given in the financial bid.
2. We hereby confirm that all implicit and explicit deviations, comments and remarks mentioned
elsewhere in our proposal shall be treated as NULL and VOID and stand withdrawn.
3. No additional Deviations/Conditions/Qualifications, etc has been included with Financial Offer.
(This note is to be included in case of Technical Package only and not in Financial Package)
4. We hereby confirm that for the deviations, comments, remarks, conditions, qualifications, etc.
noted in this Form, our proposal is fully and truly Compliant.
5. Any additional deviations / comments/ remarks / conditions,/qualifications, etc. if included in
Financial Offer shall be treated as NULL and VOID and stand withdrawn.
Date.. (Signature)
Place (Printed Name)
(Designation) .
(Common Seal) .

Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 35 of 56 June 2010

Form C-2
Page 2 of 3
Proforma for Statement of Deviations
Refer Clause 24.0 of ITT , Volume-1
GENERAL SPECIFICATIONS

Chapter
Number
Clause
Number
Details of Deviations Remarks
( Including Justification)













(Where there is no deviation, the statement should be returned with an endorsement indicating No
Deviation)

Note:-
1. We hereby confirm that the pricing for unconditional withdrawn of above deviations has
been given in the financial bid.
2. We hereby confirm that all implicit and explicit deviations, comments and remarks
mentioned elsewhere in our proposal shall be treated as NULL and VOID and stand
withdrawn.
3. We hereby confirm that but for the deviations noted in this Form C our offer is fully
and truly compliant.
4. No additional Deviations/Conditions/Qualifications, etc has been included with Financial
Offer. (This note is to be included in case of Technical Package only and not in Financial
Package)
5. Any additional deviations/ comments/remarks/ conditions/qualifications, etc. if included
in Financial Offer shall be treated as NULL and VOID and stand withdrawn.


Signature of the Tenderer
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 36 of 56 June 2010

FORM C-3
Page 3 of 3
Proforma for Statement of Deviations Conditions , Qualifications etc.
Refer Clause 24.0 of ITT , Volume-1

SPECIAL SPECIFICATIONS ( Vol II)

Chapter
Number
Clause
Number
Details of Deviations Remarks
( Including Justification)













(Where there is no deviation, the statement should be returned with an endorsement indicating No
Deviation )
Note:-
1. We hereby confirm that the pricing for unconditional withdrawn of above deviations has
been given in the financial bid.
2. We hereby confirm that all implicit and explicit deviations, comments and remarks
mentioned elsewhere in our proposal shall be treated as NULL and VOID and stand
withdrawn.
3. We hereby confirm that but for the deviations noted in this Form C our offer is fully
and truly compliant.
4. No additional Deviations/Conditions/Qualifications, etc has been included with Financial
Offer. (This note is to be included in case of Technical Package only and not in Financial
Package)
5. Any additional deviations/ comments/ remarks/ conditions/qualifications, etc. if included
in Financial Offer shall be treated as NULL and VOID and stand withdrawn.

SIGNATURE OF THE TENDERER
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 37 of 56 June 2010

FORM D
PAGE 1 OF 2
FORM OF PERFORMANCE SECURITY (GUARANTEE) BY BANK
(Refer Clause 31.0 of Instructions to Tenderers)

1. This deed of Guarantee made this day of_________ between Bank of________________(hereinafter
called the Bank) of the one part, and Delhi Metro Rail Corporation Limited (hereinafter called the
Employer) of the other part.
2. Whereas Delhi Metro Rail Corporation Limited has awarded the contract for ----------(Name of
work as mentioned under Clause 1.1.1 of NIT) (hereinafter called the contract) to
______________ (hereinafter called the Contractor).
(Name of the Contractor)
3. AND WHEREAS the Contractor is bound by the said Contract to submit to the Employer a
Performance Security for a total amount of Rs.____________________________________(Amount
in figures and words).
4. Now we the Undersigned_________________________________________________(Name of the
Bank)
being fully authorized to sign and to incur obligations for and on behalf of and in the name
of_______________________________(Full name of Bank), hereby declare that the said Bank will
guarantee the Employer the full amount of Rs.______________________________________
(Amount in figures and Words) as stated above.
5. After the Contractor has signed the aforementioned Contract with the Employer, the Bank is engaged
to pay the Employer, any amount up to and inclusive of the aforementioned full amount upon written
order from the Employer to indemnify the Employer for any liability of damage resulting from any
defects or shortcomings of the Contractor or the debts he may have incurred to any parties involved in
the Works under the Contract mentioned above, whether these defects or shortcomings or debts are
actual or estimated or expected. The Bank will deliver the money required by the Employer
immediately on demand without delay without reference to the Contractor and without the necessity of
a previous notice or of judicial or administrative procedures and without it being necessary to prove to
the Bank the liability or damages resulting from any defects or shortcomings or debts of the Contractor.
The Bank shall pay to the Employer any money so demanded notwithstanding any dispute/disputes
raised by the Contractor in any suit or proceedings pending before any Court, Tribunal or Arbitrator/s
relating thereto and the liability under this guarantee shall be absolute and unequivocal.
6. This Guarantee is valid till .. (The initial period for which this Guarantee will be valid
must be for at least six (6) months longer than the anticipated expiry date of Maintenance period as
stated in Clause 15.1 of the General Conditions of Contract.)

Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 38 of 56 June 2010

FORM D
PAGE 2 OF 2
7. At any time during the period in which this Guarantee is still valid, if the Employer agrees to grant a time
extension to the Contractor or if the Contractor fails to complete the Works within the time of completion
as stated in the Contract, or fails to discharge himself of the liability or damages or debts as stated
under Para 5, above, it is understood that the Bank will extend this Guarantee under the same
conditions for the required time on demand by the Employer and at the cost of the Contractor.
8. The Guarantee hereinbefore contained shall not be affected by any change in the Constitution of the
Bank or of the Contractor.
9. The neglect or forbearance of the Employer in enforcement of payment of any moneys, the payment
whereof is intended to be hereby secured or the giving of time by the Employer for the payment hereof
shall in no way relieve the bank of their liability under this deed.
10. The expressions the Employer, the Bank and the Contractor hereinbefore used shall include their
respective successors and assigns.
In witness whereof I/We of the bank have signed and sealed this guarantee on the ----------
day of ----------- (Month) 2010 being herewith duly authorized.
For and on behalf of
the_____________Bank.
Signature of authorized Bank official

Name : ..
Designation :
Stamp/Seal of the Bank: ..

Signed, sealed and delivered
for and on behalf of the
Bank by the above
named___________in
the presence of :

Witness 1.
Signature .
Name
Address
Witness 2.
Signature
Name ..
Address ..
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 39 of 56 June 2010

FORM E
PAGE 1 OF 2

FORM OF AGREEMENT
(Refer Clause 30.0 of Instructions to Tenderers)
This Agreement is made at New Delhi on the ___________ day of _____________ 2010 Between
Delhi Metro Rail Corporation Limited, Fire Brigade Lane, Barakhamba Road, New Delhi 110001
hereinafter called the Employer of the one part and _________________ (Name of Contractor)
(Address of Contractor) ______________________________________ ____________________ of
____________ hereinafter called the Contractor of the other part.
Whereas the Employer is desirous that (*** certain Goods and Services should be provided and)
certain Works should be executed, viz. ----------(Name of work as mentioned under Clause 1.1.1)
hereinafter called the Works and has accepted a Tender by the Contractor for the execution and
completion of such works (*** as well as guarantee of such works) and the remedying of defects
therein. NOW THIS AGREEMENT WITNESSETH as follows:
1. In this Agreement words and expression shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz:
(a) General Conditions of Contract
(b) Special Conditions of Contract(SCC)
(c) Special Specifications
(d) Notice Inviting Tender & ITT
(e) Drawings and Specifications submitted by the Contractor.
(f) Bill of Quantities
(g) Form of Tender with Appendix
(h) Letter of acceptance
(i) Addendums, if any
(j) Other conditions agreed to and documented as listed below
(i) Tenderers Work Schedule as amended if required
(ii) Details of Quality assurance system and organization
(iii) Alternative designs (if applicable)
(iv) Statement of deviations (if applicable)
(v) Guarantee for the system offered (if applicable)
(vii) Any other item as applicable
(k) Safety Manual
3. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and
complete the works by **________ and remedy any defects therein in conformity in all
respects with the provisions of the Contract.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 40 of 56 June 2010

FORM E
PAGE 2 OF 2
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the works and the remedying of defects therein, the Contract Price of
**Rs__________ being the sum stated in the letter of acceptance subject to such additions
thereto or deductions there from as may be made under the provisions of the Contract at the
times and in the manner prescribed by the Contract.
5. OBLIGATION OF THE CONTRACTOR
The contractor shall ensure full compliance with tax laws of India with regard to this contract
and shall be solely responsible for the same. The contractor shall submit copies of
acknowledgements evidencing filing of returns every year and shall keep the Employer fully
indemnified against liability of tax, interest, penalty etc. of the contractor in respect thereof,
which may arise.
6. JURISDICTION OF COURT
The Courts at Delhi/ New Delhi shall have the exclusive jurisdiction to try all disputes arising
out of this agreement between the parties.

IN WITNESS WHEREOF the parties hereto have caused their respective Common Seals to be
hereunto affixed / (or have hereunto set their respective hands and seals) the day and year first above
written.
For and on behalf of the Contractor

For and on behalf of the Employer
Signature of the authorized official Signature of the authorized official
Name of the official Name of the official
Stamp/Seal of the Contractor Stamp/Seal of the Employer

SIGNED, SEALED AND DELIVERED
By the said
________________________ Name
___________________
on behalf of the Contractor in the presence of:
Witness _________________
Name ___________________
Address__________________
________________________
By the said
_________________________ Name
____________________
on behalf of the Employer in the presence of:
Witness _________________
Name ____________________
Address___________________
_________________________
Note :
* To be made out by the Employer at the time of finalization of the Form of Agreement.
** Blanks to be filled by the Employer at the time of finalization of the Form of Agreement.
*** to be deleted if not applicable
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 41 of 56 June 2010

FORM T- I

FORM-TI PAGE 1 OF 1

GENERAL INFORMATION AND JOINT VENTURE DATA
[Refer Clauses 2.2.2 (a & b) ]

NOTES:

(i) Attach an attested/notarized photo copy of certificate of Registration and Ownership as
well as of constitution and legal status.
(ii) In case of Joint Venture/Consortium, attach an attested photocopy of Agreement
indicating inter alia distribution of responsibilities among the Members/constituents.

1. Name of Participating Members/constituents:
a).
b).
c).

2. Address, Telephone, Telefax No. of each member/constituent:
Registered Office Office of Correspondence
a).. .
. .
b)..
. ..
c)




Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 42 of 56 June 2010

FORM T-II
PAGE 1 OF 3
EXPERIENCE RECORD OF SUB-CONTRACTORS
(Refer Clause 9.1)
Note:
(i) The Electrical Contractors can execute the work of LV System and Fire Fighting system in house
from their own resources or can get the work executed through reputed Sub-Contractors who have
experience of carrying out similar works.

The tenderer shall indicate whether the LV System including BMS & Fire Fighting works are
proposed to be executed by them or through sub-contractor. In case these works are to proposed to
be executed through sub-contractor, the requisite information shall be submitted as per the
performa given below, at this stage. In Case, the Tenderer wants to execute LV System and/or Fire
Fighting Works completely or part of it In house, he shall submit credentials as per the Format given
in T-II to prove that he has capacity to execute such Works Inhouse.

The proposed sub-contractors shall have the minimum capacity of having executed Similar Works as per
the following Table:
Cost of Similar Works successfully completed during
last 5 years ending 31.03.2010 *
Sr.
No.
Name of the Work
One Work of
Rs.
Two Works
Or Each of Rs.
Three Works
Or Each of
Rs.
1. LV System Works
a) Fire detection System
b) PA & EPBX System
c) Building Management System
d) CCTV System
e) Electronic Billing system
2. Fire Fighting System Works
a) Panel Protection System with
Fire Trace Tubing
b) High Velocity Water Spray
System for Oil Type
Transformers
c) Balance Fire Fighting System

8
0
%

o
f

p
r
o
p
o
s
e
d

v
a
l
u
e

o
f

S
u
b
c
o
n
t
r
a
c
t


5
0
%

o
f

p
r
o
p
o
s
e
d

v
a
l
u
e

o
f

S
u
b
c
o
n
t
r
a
c
t



4
0
%

o
f

p
r
o
p
o
s
e
d

v
a
l
u
e

o
f

S
u
b
c
o
n
t
r
a
c
t


The Tenderer can propose a Single Sub-Contractor for LV System and Fire Fighting System respectively or
Individual Sub-Contractor or any combination of them for the activities as mentioned in the above Table.
For Each Sub-Contractor, Tenderer shall furnish details on separate sheets as asked for in the Tender
Documents. In case of Combination, the Cost of works will have to be added accordingly. Any other activity
to be Sub-contracted, shall be clearly brought out at this stage & all the details pertaining to proposed Sub-
contractors shall be submitted on separate sheets in the similar manner.
* - Attested Completion certificates from the Employer should be submitted.

Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 43 of 56 June 2010

FORM T-II
PAGE 2 OF 3
(ii) In para 2 furnish experience record of each sub-contractor by way of works executed during
the last five years and of works in progress now. Details may be furnished of only works similar
in nature to the work proposed for Sub-contracting.
(iii) In para 2 col.3 Employer means the organization which paid for the works and the Engineer
means the consulting Engineer for the project.
PROPOSALS FOR SUB-CONTRACTED WORKS
FOR LV System & FIRE FIGHTING WORKS

INFORMATION TO BE FURNISHED BY CONTRACTOR FOR IN HOUSE MANUFACTURING OR SUB-
CONTRACTORS
S.No. Equipment In House
Manufacturing
Proposed
Subcontracted Works
Names of Proposed Vendors /
Subcontractors
% Description % Description A B C etc.




1. We hereby confirm that if any sub-contractor is proposed by us for any of the works
listed above, we will submit a proposal, complying with sub-contractors
requirement of GCC and SCC for Employers approval.
2. We also confirm that electrical sub- contractor works will be executed by licensed
Electrical Sub- Contractors.

Signed

For and on behalf of

(Name of Tenderer/Joint Venture)

Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 44 of 56 June 2010

FORM T-II
PAGE 3 OF 3

Contract Period Certificates Placed
at
Actual Annexure
No.
Page
No.
Sl.
No.
Name
of Sub-
contract
or
Name of work
executed by the
pro-posed sub-
contractor with
location and
name & address
of Employer as
well as
Engineer
Total
value of
the
work
(Rs.
Millions)
Value for
which the
proposed
subcontractor
was
responsible
(Rs. Millions)
Stipulated
(Years)
Start
(date)
Completion
(date)

1 2 3 4 5 6a 6b 6c 7a 7b










Notes :
(i) Details submitted in any other proforma will not be considered.
(ii) All the details should be supported by attested copies of certificates from clients for
each entry otherwise it will not be considered.
(iii) Additional pages may be attached if required.
(iv) All the pages must be signed by the authorized signatory of the tenderer.
(v) Form T-II shall be submitted separately for each Sub-contractor.

Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 45 of 56 June 2010

RESOURCES PROPOSED FOR THE PROJECT PERSONNEL Form T-III
(Page 1 of 3)
(Refer Clause 9.1.2)
Sr.No
Sector Name(s) Age Education Proposed
Designation
Total
Years of
Experience
Relevant
Experienc
e in years


1
Staff for Works Execution

Project Manager (1)

2 Electrical Engineer (2)
3 Design& Erection Engineer- (1)
4 Material Manager (1)
5 Quality Control Manager (1)
6 Safety Officer (1)
7 Others
Note:
1) Only Regular employees of the Tenderer, who have been with the Tenderer for at least 6
months, are to be listed out.
2) CVs of all employees proposed for this work are to be enclosed.
3) Only Minimum No. of required personnel are indicated in the Brackets.
4) In a Separate Sheet, Organization for each Sub-contractor in the same Performa as given in Form
T-III are to be submitted. The Organization proposed should be adequate for Timely Execution of
each Sub-contracted work.
5) The Tenderer shall indicate his Separate Personnel for coordination with all Sub-contractors.







Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 46 of 56 June 2010

Form T-III
(Page 2 of 3)

6) A summary of the qualification and work experience of each key staff, to be attached. If
personnel of collaborator are involved, the same may be indicated separately.
7) Value of similar projects executed by the key personnel proposed for general management
and administration of the Contract, within the past five years, should be furnished as a
supplement to this form. Project Manager who will be in overall in charge at site, must have a
minimum experience of at least 15 years in execution of works.
8) The minimum level of qualification/experience of site-staff is given under AnnexureB
9) Employees required above are for Work Execution at Site while those required against Safety
, Health and Environment (SHE) shall be deputed as per DMRC General Instructions No.
DMRC/SHE/001/MPR/200106 ( Page 93 of 117 , Volume-6).
10. The Safety for Supply Part (SHE) will be taken care of by the Manufacturer at the Factory
itself. Tenderer /Contractor has to depute the shaft for erection, Testing and Commissioning
part of the Contract Value ; as per SHE Guidelines reference in Item 9 above.
11. Alternatively, Undertaking should be submitted for Deployment of Staff / Engineers in
the Enclosed Format on next page :-





























Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 47 of 56 June 2010



Form T-III
(Page 3 of 3)


LETTER OF UNDERTAKING
(On Tenderers Letter Head to be submitted with Form T-III )
Date

To
The Managing Director
Delhi Metro Rail Corporation Limited
13,Fire brigade lane,
Barakhamba Road,
New Delhi-110001
SUPPLY, INSTALLATION,TESTING,COMMISSIONING AND HANDING OVER OF
ELECTRICAL , LV SYSTEM & FIRE FIGHTING WORKS OF SUSHANT LOK METRO
STATION PD AREA ,SUSHANT LOK ,GURGAON( TENDER NO:
DMRC/IT&PD/SLOK/EL/01)
-------------
1. We Hereby confirm that if we are considered to award this contract, we shall follow all the
terms and conditions of DMRC for deployment of Project Personals (i.e. staff for work
execution and staff for SHE) as mentioned in ITT Form T-III and in tender Document.

2. We Confirm that minimum requirement of Project Personals as mentioned in ITT Form T-III
will be deployed and staff will be experts of requisite experience & qualification ( minimum
graduate in engineering with minimum 15 years experience as project Manager for Project
Manager s and minimum 5 years experience of relevant discipline for other engineers) will
be mobilized by us for the work in addition to semiskilled & skilled staff.

3. We also confirm that this is minimum project specific organization and these will be
suitably augmented , as required for achieving the tender requirements and key dates.


Signed-------------------------
For and on behalf of

(Name of Tenderer/Joint Venture)



















Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 48 of 56 June 2010

FORM T-IV
PAGE 1 OF 1
PROPOSED SITE ORGANISATION
(Refer Clause 9.1)

A. SITE ORGANISATION CHART






B. NARRATIVE DESCRIPTION OF SITE ORGANISATION CHART







C. DESCRIPTION OF RELATIONSHIP BETWEEN HEAD-OFFICE AND *SITE
MANAGEMENT





* Indicate clearly distribution of authority and responsibility between Head Office and Site
Management.
Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 49 of 56 June 2010

FORM T-V
PAGE 1 OF 2
Resources Proposed for the Project-Plant & Equipment
(Refer Cause 9.1)
Following information must be furnished: -
Details of equipment Available for work S.
No.
Type of equipment required
for the work
No. of Units
of
equipment
required for
the work
Make Distingui-
shing
number
Capacity
/Size
Year of
manufa-
cture
Present
condition
Present
location
Owned
or
leased
Remarks
if any
1. 500 V, 1000 V & 2.5 kV &
5.0 kV Insulation Meggar (1
each)

2. Multimeters (5)
3. Earth Meggar (2)
4. Hydraulic Crimping Tools (4)
5. Lux Meters (2)
6. HV testing / kit (Hi-Pot
Testing Kit) (1)

7. Primary Injection &
Secondary Injection Kit (1
each)

8. Relay Testing Kit (1)
9. Sound Level Meter (1)
10. Contact less (2)
Thermometers

11. Cable fault Locator (1)
12. Hydraulic Platforms
13. Ladders
14. Electrical Tool Boxes.
15. Mechanical Tool Boxes
16. Diesel Generator Sets
17. BDV Testing Kit for
Transformer Oil

18. Transformer Oil Circulation
Plant of Suitable Capacity

19. Any other Item


Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 50 of 56 June 2010

FORM T-V
PAGE 2 OF 2

NOTE: -

1. The figure indicated in the bracket are the minimum number of Equipments required.
2. Major plants & Equipments are to be provided as per the minimum scale indicated in
Form T-V. Any proposal with Major plant & Equipment lesser than specified will not be
acceptable.
3. It is confirmed that minimum Plant & Equipment as per Tender requirement will
be deployed and if required the Plant & Equipment will be augmented to meet the
work schedule.



Signature of Tenderer

Name----------------------


Seal-----------------------


































Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 51 of 56 June 2010

FORM T-VI
PAGE 1 OF 3

FINANCIAL DATA & BID CAPACITY

Bid capacity ( Refer Clause 25.1.1 of ITT Page 17 of 50)

The Tenderer should have bidding capacity more than 17.37 crores . For this, he should furnish the
relevant data in the formats given below. The Bid Capacity shall be calculated as follows


Available Bid Capacity = 2(A x N) B

Where A = Maximum Turnover / Value of Works executed of any one year during the last 5
years.(updated to 31-03-2010 price level)

N = Completion Period of work in Years , (N is 8 months in this Tender case)

B = Value of Existing commitments (i.e. work in hand as on date of submission of
Tender) and ongoing works to be completed during the completion of Work for this
Bid (i.e 9 months from date of submission of Tender taking 8 months for completion
period from date of issue of LOA plus approx. one month anticipated period for issue
of LOA from date of Tender Submission)

NOTE:
i) Adequacy of Bid Capacity will also be judged while evaluating the Tender from Pre
Qualified Contractors. Tenderer will have to furnish the requisite details for calculating
the bid capacity taking into account the New commitments if any.
ii) In case of a group , the above formula will be applied to each member of the next
extent of his participation in the execution of the work. If the proposed % participation
is not mentioned then equal participation will be assumed

iii) Tenderer should submit full detail of works in hand and anticipated during
completion period and should also submit their own calculation for Bid
Capacity being important criteria.


FINANCIAL DATA
(Cost in Million of Rs.)
* Total Value of Works/Sales & Services (in terms of Rupee equivalent
adjusted to 31.03.2010 level by assuming 5 % escalation for Indian Rupees
Year and 2 % for foreign currency portion per year)
Original After Escalation
2005-2006
2006-2007
2007-2008
2008-2009
2009-2010

* Attach attested copies of the Audited Financial Statement of last five financial years as Annexure. Financial
Value to be given in Million of Rupees. In case latest audited Financial Statement for year2009-10 is not readily
available then firm should submit latest relevant statement duly certified by Chartered Accountant .

2. Value of Work in Hand (B) - Applicants or each group member should indicate. in the form below ,
details for each contract/commitment which is anticipated to be in hand as on 15/07/2010 and the expected
year wise value of the balance works in the next four year. (Applicants are to present this information in the
format given below:.

Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 52 of 56 June 2010

FORM T- VI
Page 2 of 3
FINANCIAL DATA
(Refer Clause 9.2)
List of Ongoing Contracts
Amount INR (Lacs)
Name of the Applicant :-
Applicant should provide information on their current commitments or all contracts that have been
awarded or for which a letter of intent of acceptance has been received or for contracts approaching
completion but for which a completion certificate is yet to be issued. (Give only the value of work
assigned to the applicant(s)). (Assume inflation as 5% for Indian Rupees and 2% for foreign
currency for year).
N
a
m
e

a
n
d

b
r
i
e
f

p
a
r
t
i
c
u
l
a
r
s

o
f

c
o
n
t
r
a
c
t

(
c
l
e
a
r
l
y

i
n
d
i
c
a
t
e

t
h
e

p
a
r
t

o
f

w
o
r
k

a
s
s
i
g
n
e
d

t
o

a
p
p
l
i
c
a
n
t

)


N
a
m
e

o
f

c
l
i
e
n
t

w
i
t
h

t
e
l
e
p
h
o
n
e

n
u
m
b
e
r

a
n
d

f
a
x

n
u
m
b
e
r


C
o
n
t
r
a
c
t


v
a
l
u
e

i
n

R
u
p
e
e
s


e
q
u
i
v
a
l
e
n
t


(

v
a
l
u
e

o
f

w
o
r
k

a
s
s
i
g
n
e
d

t
o

a
p
p
l
i
c
a
n
t
)

V
a
l
u
e

o
f

b
a
l
a
n
c
e

w
o
r
k

y
e
t

t
o

b
e


d
o
n
e

i
n

R
u
p
e
e

(
a
s

o
n

0
1
.
4
.
2
0
1
0

O
r
i
g
i
n
a
l

c
o
m
p
l
e
t
i
o
n

d
a
t
e

E
s
t
i
m
a
t
e
d

c
o
m
p
l
e
t
i
o
n

d
a
t
e

D
e
l
a
y

i
f

a
n
y
,

w
i
t
h

r
e
a
s
o
n


V
a
l
u
e

o
f


W
o
r
k

t
o

b
e

d
o
n
e

i
n

2
0
1
0
-
1
1

V
a
l
u
e


o
f

W
o
r
k

t
o

b
e


d
o
n
e

i
n

2
0
1
1
-
1
2

V
a
l
u
e


o
f

W
o
r
k

t
o

b
e

d
o
n
e

i
n

2
0
1
2
-
1
3



















































Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 53 of 56 June 2010

FORM T-VI
Page 3 of 3

FINANCIAL DATA:
Name of Applicant
Amount INR (Lacs)
Actuals for previous five years ending 2009-2010 No. Financial Information
in Rupee equivalent
with exchange rate at
the end of concerned
year


2005-2006


2006-2007


2007-2008


2008-2009


2009-2010
Projection
for the
2010-2011
1 Total Assets
2 Current Assets
3 Current Assets+ Loans
& Advances

4 Total Liabilities
5 Current Liabilities
6 Current Liabilities+
Provision

7 Profit before Interest and
Tax

8 Profit before Tax
9 Profit after Tax
10 Net worth
11 Total Debt (including
current Liabilities) / Total
Equity (including
preference capital)

Note:
1. Please provide Audited Balance sheets / Profit & Loss Accounts in support of
information given above .
2. Financial Data submitted by the applicant in the above format earlier than 2005-2006 will not
be considered. Submitted Financial Data shall be duly certified by Chartered Accountant.
3. Also indicate contingent liabilities not provided for and any post balance sheet developments
having financial impact in relation to the financial statements of 2009-2010.


Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 54 of 56 June 2010

FORM T-VII
PAGE 1 OF 1

TENDER INDEX



The Tenderer shall include with his tender an index which cross refers all of
the Employers tender requirements elaborated in these documents to all the
individual sections within tender Package-1 (Technical Package) & tender
Package-2(Financial Package) which the Tenderer intend to be the responses
to each and every one of those requirements.

























Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 55 of 56 June 2010

Annexure-A


Deleted

























Contract DMRC//IT&PD/SLOK/EL/01 (Instructions to Tenderers)


Confidential ITT 56 of 56 June 2010

Annexure B

DESIRED SITE ORGANISATION STRUCTURE
Minimum level of supervision & qualification/ experience of site staff is as follows:
S.
No
.
DESIGNATION QUALIFICATION EXPERIENCE LEVEL
1. Project Manager (Team Leader)

Graduate in Electrical/ Mechanical
Engg.
Minimum 3 years as In-
charge of similar works
and Minimum total
experience 15 yrs.
2. HVAC Engineers

Graduation/Diploma in concerned
Discipline

Minimum 5 years relevant
Experience.
3. Design Engineer Graduation in Electrical/ Mechanical
Engg.
Minimum 5 years relevant
Experience.
4. Safety Officer Graduation /Diploma in Engg. Minimum 5 years relevant
Experience.
5. Material Manager Graduation in any Discipline
/Diploma in Engg.
Minimum 5 years relevant
Experience.
6. Quality Control Manager Graduation in any Discipline
/Diploma in Engg.
Minimum 5 years relevant
Experience.


Note :- For other SHE Staff , Instructions given in Condition of contract on Safety ,
Health & Environment at Page 95 of 117 of Voulme-6 ( General Instructions of
DMRC : DMRC/SHE /GI/002/QE /281105) will apply.


INITIAL FILTER
(PRE-QUALIFICATION)










Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 1 of 50 June 2010

(ANNEXURE-1 OF ITT)



Initial Filter (Pre-Qualification) For Electrical, LV System & Fire Fighting
Works of Sushant Lok Metro Station PD Area , Gurgaon



(TENDER NO. DMRC/IT&PD/SLOK/EL/01)



PART- I :- (PRE-QUALIFICATION ENQUIRY DOCUMENTS)
PART- II :- (PRE-QUALIFICATION QUESTIONNAIRE)
PART- III :- (EVALUATION CRITERIA)
























Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 2 of 50 June 2010



Initial Filter (Pre-Qualification) For Electrical , LV System & Fire Fighting
Works of Sushant Lok Metro Station PD Area ,Gurgaon (TENDER NO.
DMRC/IT&PD/SLOK/EL/01)



PART- I
(PRE-QUALIFICATION ENQUIRY DOCUMENTS)


Table of Contents


ENQUIRY DOCUMENTS
Page nos.
1. General Instructions 3
2. Introduction 4
3. Scope of work 4
4. Instructions to Tenderers 5
5. Project Organisation 6
6. Project Descriptions 6
7. Contractual Matters 6
8. Pre-qualifications Submittal 7
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 3 of 50 June 2010
Part-I

Initial Filter (Pre-Qualification) For Electrical , LV System & Fire Fighting System Works
of Sushant Lok Metro Station PD Area ,Gurgaon
1. General Instructions
i) Applicants are required to read carefully the contents of this document and to provide
required information in sufficient details so that the capabilities of the applicant can be
fully appreciated and assessed.
ii) Applicants may be single firms or may be members of a group formed for the pre-
qualification. Applicants must read carefully the directions concerning the requirements
for groups. All members of a group will have their submittals individually evaluated in
addition to evaluating their role in the group.
iii) Applicants are to complete the Questionnaire and provide the required information. The
completed Questionnaire shall be prepared in Sections as described in the "Contents of
Sections". These documents shall be submitted in sets of one original and one copy, and
so marked. The use of sections is to separate the information provided so that there is no
doubt as to the intention of the applicant, and to simplify the process of assessment of
the applicant's capability and suitability.
iv) Submittals will be assessed to demonstrate convincingly that the applicant possesses the
experience, technical, administrative and financial capability of the contractor to perform
the contract and has good performance record in the relevant area. Tenderers will not be
considered if they have a poor performance record such as: abandoning of works; not
properly completing contracts, inordinate delays in completing contracts; litigation
history, poor quality of works, financial failure, etc. DMRC reserves the right to approach
previous clients of the applicants.
v) All documents shall be in the English Language.
vi) The tender shall be submitted in Two Packages, one Initial Filter (PQ) cum Technical Package and
another Financial Package. The Initial Filter (PQ) cum Technical Package will be opened first and
evaluated simultaneously .Firms who will clear Initial Filter(PQ) ,will also be evaluated for
Technical Bid. Financial offer of Only those Firms will be opened and evaluated who will qualify
Initial Filter(PQ) and Technical Evaluation at the same time ,and who will not Qualify ,their
Financial Offers will be returned unopened.
It should be noted that DMRC will not discuss with firm any aspect of the evaluation
process and the result of the evaluation.
vii) Tenderers should note clearly the date and time of submittal of Tender documents
along with Initial Filter. No late or delayed Tender submittal will be accepted on
any account including postal delay.
Applicants are reminded that no supplementary material for Initial Filter (Pre-Qualification)
Document will be entertained by DMRC, and that evaluation of Initial Filter will be carried
out only on the basis of documents received by the closing time for receiving submittals.
viii) In the event of a conflict between documents submitted by the applicant, the material
contained in the original set only will prevail.
ix) Applicants will not be considered if they make misleading or false representations in
statements, attachments and pre-qualification questionnaire submitted in proof of the
qualification requirements.
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 4 of 50 June 2010
2. INTRODUCTION

2.1 Delhi Metro Rail Corporation (DMRC) is to construct Sushant Lok Metro Station PD Area ,
Gurgaon and to carry out Electrical , LV System & Fire Fighting works of this building .

2.2 This Initial Filter (pre-qualification) document is for Electrical , LV System & Fire Fighting
works of Sushant Lok Metro Station PD Area ,Gurgaon
2.3 The officials so nominated from time to time will supervise the work of the
Contractor as the Engineer. The Detailed Design will be prepared by Consultants
engaged by DMRC.

2.4 DMRC intends to invite suitable tenders with initial Filter for the Electrical , LV System &
Fire Fighting works mentioned above in clause 2.2 for Sushant Lok Metro Station PD Area
,Gurgaon Approximate Estimated cost of tender will be Rs. 17.37 crores

2.5 The opening and evaluation of the above Tender shall be carried out as per clause 1
(vi) above.

The qualified contractors can execute the work of LV System and Fire Fighting
System, in house from their own sources or can get this work executed through sub-
contractors experienced in requisite disciplines. For this purpose the contractor can
submit proposal for appointment of Sub-contractor for each activity along with tender
document, complete with details of similar works carried out by the Sub-contractor,
his staff strength and credentials. DMRC will examine the same and approve the Sub-
contractor or otherwise.

2.6 This document describes the pre-qualification procedure and requirements for
Electrical tenderers.
3.0 Scope of work:
Construction will be undertaken by the contractor based on the design and technical
requirements prepared by the Detailed Design Consultant (DDC) for Electrical ,LV
System & Fire Fighting Works.

The work involves Supply, Installation, Testing, Commissioning and Handing
over of :

3.1 Sushant Lok Metro Station PD Area ,Gurgaon

Electrical ,LV System & Fire Fighting works for PD Area of Sushant Lok Metro
Station as under :

3.1.1 ELECTRICAL WORKS

A. 33 KV switchgear including Vaccum Circuit Breakers, 3 Nos. 2000 kVA capacity
each , 33 KV/.433 kV Dry Type Cast Resin Transformers, Numerical / Static Relays
etc.
B. 3 Nos. of DG sets capacity 2x 500 kVA each & 1 no. 750 kVA with AMF Panels for
providing 100% standby power.
C. LT Distribution switchgear Panel with Auto Change Over System
D. HT & LT Cables, Bus duct and rising mains
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 5 of 50 June 2010
E. Internal electrical works
F. Fixtures and fittings for all common areas
G. External and Landscape lighting including light fixtures
H. UPS System 2 nos. of 20 kVA capacity each
I. Miscellaneous Electrical works
3.1.2 LV WORKS
A Building management system
B Addressable Fire Alarm & Detection System
C PA & Back Ground Music System
D True IP Based CCTV System
E Data and Voice Communication including voice and data wiring by excluding of all
hardware
F Electronic Billing System

3.1.3 FIRE FIGHTING WORKS

Wet Risers, Hydrants, Sprinkler System, Fire Extinguishers, Pressurized pumping & high
velocity water spray system etc. including all accessories.
NOTE:- Scope of work mentioned above is indicative only. Detailed and exact scope
of work is given in the Tender Documents.
4.0 INSTRUCTIONS TO Tenderer for Initial Filter (Pre Qualification)

4.1 Interested Indian contractors may submit their tenders as a sole contractor or in joint
venture, partnership or consortium herein after referred to as Group. It will,
however, not be permitted to tender as an individual firm and at the same time as part
of a group. No individual firm will be a member of more than one group. All the
members of the Consortium / Joint Venture will be jointly and severally liable for the
performance of whole Contract.

4.2 Tenderers should note that this Pre-qualification Enquiry and Questionnaire is
intended to provide preliminary information. The information contained herein shall
not in anyway be construed as binding on Delhi Metro Rail Corporation Limited, its
agents, successors or assigns.

4.3 Applicants are advised that selection of contractors will be entirely at the discretion of
DMRC. Applicants will be deemed to have understood and agreed that no explanation
or justification of any aspect of the Pre-qualification, Technical or Financial
evaluation and process will be given and that DMRC's decisions are without any right
of appeal whatsoever.

4.4 All costs incurred by an applicant for Tender shall be borne by the Tenderer, and
DMRC, its agents, successors and assigns are entirely without liability for such costs.

4.5 DMRC reserves the right not to proceed with the Tender procedure at any time
without notice or liability.
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 6 of 50 June 2010

4.6 All documents and other information supplied by DMRC or submitted by tenderer to
DMRC shall remain or become the property of DMRC. Applicants are to treat all
information as strictly confidential. The DMRC will not return any Tender-submittal
except the Financial unopened Package of those firms who do not qualify Initial Filter
or Technical evaluation and declared Unsuccessful Tenderer.

4.7 Applicants are advised that in case of Initial Filter, DMRC will not respond to
enquiries or enter into communication concerning or relating to the Tender process or
to the pre-qualification procedure. Initial Filter shall be evaluated on submitted
documents only as per clause 8.10 of Initial Filter part-I.

4.8 Each applicant (each member in the case of a group) or any Associate, or Agent will be
required to confirm and declare that no agent, middleman or any intermediary has
been, or will be, engaged to provide any services, or any other items or work related to
the award and performance of this Contract. They will have to further confirm and
declare in the submittal that no agency commission or any payment which may be
construed as an agency commission has been, or will be, paid and that the tender price
will not include any such amount.

5. PROJECT ORGANISATIONS

5.1 DMRC will be the "Employer" under the terms of contract to be awarded and
CEE/IT&PD shall be Executing Agency for Tender Work from DMRC side.

5.2 DMRC, through the Government of India (GOI) and the Government of National
Capital Territory of Delhi (GNCTD) will arrange for land and right-of-way to enable
the construction and operation of the project

5.3 The DMRC officials so nominated, and notified from time to time to the Contractor,
will supervise the construction activities as the Engineer.

6. PROJECT DESCRIPTION

6.1 At the time of Awarding Tender and entering with agreement the copy of tender
documents submittal including Conceptual Drawings, Employer's Requirements,
Technical & Performance Specifications for Construction, General Conditions of
Contract, Special Conditions of contract, Bill of Quantities etc will be given to firm.

6.2 The expected period of completion of Contract is 8 months from the date of Issue of
Letter of Acceptance

7. CONTRACTUAL MATTERS

7.1 The contractor shall submit construction method statements and schedules in
accordance with the Contract Documents. Work shall also include environmental
matters and pollution controls. The contractor shall be required to operate as a
minimum an internal Quality Control programme and contractor shall be responsible
for safety of existing structures adjacent to the alignment and men, material for &
around the work.

Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 7 of 50 June 2010
7.2 The contractor shall be required to coordinate his works system wise and with adjacent
Civil, HVAC & Lift contractors etc. Such integration and coordination is of
paramount importance for timely and satisfactory completion of project.

7.3 The contractor shall be responsible for obtaining relevant certificates or clearness from
local civic authorities viz. Electrical Inspector to Govt. of India clearance (for all
related electrical works), DG related Clearnces , Fire-Fighting related and any other
such clearances etc. DMRC shall extend necessary assistance wherever possible.

7.5 If a contract is awarded to a group, as discussed in above, each member thereof shall
be severally and jointly liable for the whole performance of the contract obligations.
However, a single performance guarantee from the lead member only shall be
submitted for a group.

7.6 The contractor will be required within his Internal Quality Control programme to
ensure that all work are checked and completed to Indian / International Standards.

8 Initial Filter (Pre Qualification) Submittal

8.1 Tenderers for Initial Filter are required to submit the Pre-qualification Questionnaire,
other documents and associated information as herein requested.

8.2 Tenderers shall submit the requisite information in the sectional arrangements as
indicated in the Table "Contents of Sections" in the pre-qualification questionnaire.

8.3 Tenderers should attach clearly marked and referenced continuation sheets in the
event that the space provided in the Questionnaire is insufficient. Alternatively,
applicants may format the questionnaire making due provision for incorporation of
the requested information.

8.4 Tenders documents should be submitted by hand so as to reach the office of the
DMRC in time.
Late or delayed applications will not be received or considered.
Delay by late delivery of mail is the sole responsibility of the Applicant.

8.5 Submissions shall be made to the Chief Electrical Engineer/ IT&PD, DMRC at the
address given below:

Chief Electrical Engineer/IT&PD/ DMRC
Office of CEE/IT&PD
Shastripark-Metro Depot
Shastri Park Delhi -53
(DOT & TeleFax) 011-22564610

All envelopes shall be titled name of Tender and clearly marked in English as:
Name of Applicant:
Contact Number:
Copy Number (i.e. Original or Copy).

8.6 Information supplied by an applicant (or other constituent member if the applicant is a
group) must apply to the applicant or constituent member named in the application
and not, unless specifically requested, to other associated companies or firms.
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 8 of 50 June 2010
Invitation to tender documents will only be issued to contractors or groups whose
identity and/or constitution is identical to that at pre-qualification.

8.7 A Group comprising a joint venture, partnership or consortium may apply for Tender.
In the case of Tender submittal is from groups, a statement of participation for each
group member shall be submitted to the effect that they are bona fide members of the
group submitting Tender and that, in the event of pre-qualification, they agree to be
jointly and severally liable to DMRC under the contract which may be subsequently
awarded to the group. Details of the existing or proposed joint venture, partnership or
consortium agreement in the form of a Memorandum of Understanding (MOU)
signed by all participants will be required.

8.8 DMRC will review and evaluate the information submitted by tenderers and select the
Tenders for opening of Financial Package. During evaluation of Initial- Filter
weightage will be given not limited to but the following items.

Liquidity and banking reference
Net worth
Academic qualification of key staff
Experience of key staff
Quality Assurance
Annual Turnover
Major Electrical Works completed during last 5- years
Works on hand and Bidding capacity

8.9 In responding to the pre-qualification submission, Tenderers should
demonstrate their capabilities, by providing material based on their
experience, past performance, their personnel, equipment and financial
resources, including:

Capability to execute the project to the requisite standard and to monitor and control
construction development.
Capability to programme and re-programme the work, monitor progress against
programme and to utilise computer programming and monitoring techniques.
Capability to manage, supervise and undertake the work in a manner and to a
quality commensurate with that achievable in international circumstances.
Capability to undertake pro-actively and to manage contract interfaces and co-
ordination
Capability to execute the work in time by having adequate resources.
Operate a construction quality control programme.

In case the application is from Joint Venture or consortium, each member of the
group including sub-contractor proposed if any should substantially satisfy the pre-
qualification requirements.

8.10 Applicants will not be required to submit on their own, additional information or
material for Initial Filter(Pre Qualification) subsequent to the date of
submission and such material if submitted will be disregarded. It is therefore
essential in achieving selection to ensure that all questions are answered fully on
the proforma or otherwise. The pages of the PQ document submitted shall be
numbered sequentially and the page number of each answer should be noted
against the respective proforma question. General responses such as included in
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 9 of 50 June 2010
brochure without specific item reference and information without summaries
are unlikely to achieve a high assessment. To this end it is essential that all pages
of the submission should be uniquely numbered and used to cross reference the
supporting documents to the answers given. No query shall be made for Initial
Filter.

8.11 The bidder should posses Electrical contractors license valid for NCT of Delhi region
for executing electrical works .

8.12 All documents submitted by applicants shall be in the English Language. Submitted
documents will not be returned.

8.13 DMRC reserve the right to use the list of bidders pre qualified in this tender for other
similar works of DMRC.

---



























Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 10 of 50 June 2010
PART- II
( Initial Filter)


(PRE-QUALIFICATION ENQUIRY DOCUMENTS)

---





Initial Filter (Pre-Qualification) For ELECTRICAL , LV SYSTEM & FIRE
FIGHTING Works of Sushant Lok Metro Station PD Area ,Gurgaon


(TENDER NO. DMRC/IT&PD/SLOK/EL/01)















(PART-II PRE-QUALIFICATION QUESTIONNAIRE)













Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 11 of 50 June 2010
PART-II Of Initial Filter


PRE-QUALIFICATION QUESTIONNAIRE

This document contains pro-forma letters and the Pre-qualification Questionnaire. These
are to be reproduced and completed as appropriate and submitted as part of the Tender's
pre-qualification submission.


TABLE OF CONTENTS

Description Page nos.

Contents of Each Section 12-14

Application for Pre-Qualification 15-18

Pre-Qualification Questionnaire 19

Section 1 21

Section 2 24

Section 3 26

Section 4 33

Section 5 34

Verification Statement 36







Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 12 of 50 June 2010
CONTENTS OF EACH SECTION

SECTION
NUMBER
CONTENTS OF EACH SECTION REMARKS
1. Pro-Forma General
Letter of Application
Pro-forma letters are on pages 15 & 17 of
this document
Completed Pre-qualification
Questionnaire
The Pre-qualification Questionnaire is from
pages 19 to 35 in this document.
2. Pro-forma - Section 2
Memorandum and Articles of
Association, or Partnership Deeds
A copy in English of the Memorandum and
Articles of Association (or equivalent) for an
incorporated Tenderers(or, in the case of a
group, for each corporation forming a part
of the applicant)/partnership Deeds.
Documents relating to a joint
venture, partnership or consortium.
(a) Statement of participation from
Constituent members.
(b) Details of previous
collaborations.
(c) MOU/ Agreement of Joint
Venture, partnership, or consortium
(d) Details of proposed equity/other
Participations and areas of
specialisation.
Tenderer's attention is drawn to paragraph
8.7 of the Enquiry Document. A proforma
statement of participation to be completed
by each member is on page 16 of the
Questionnaire.
Particulars of the authority which
empowers the person or persons
signing the Tender Documents (and if
appropriate, the statement of
Participation from constituent
members of groups) to represent the
applicant.
DMRC wishes to ensure that Tender
Documents are submitted under the
signature(s) of persons who properly
represent the applicant. Accordingly, copies
(at this stage unattested) of such documents
as powers of attorney, signed minutes of
board meetings confirming board
resolutions, current published lists of
Directors / Executive Directors etc., shall be
submitted. In case of Groups, the Power of
Attorney to one of the Employees of the
individual Partner of the Group, who shall
be signing the letter of participation and
interacting with the DMRC, in addition to a
Power of Attorney to the Lead Member of
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 13 of 50 June 2010
SECTION
NUMBER
CONTENTS OF EACH SECTION REMARKS
the Group who shall be submitting the
Tender.
3. Pro-forma - Section 3
Documents relating to performance,
current contracts, relevant
experience.
The Tenderer shall submit details in support
of statements in the Questionnaire or
annexes thereto, which relate to
performance, current contracts and relevant
experience. The applicant shall also give a
year-wise break up of construction works of
the balance works for the current contracts.
4. Pro-forma - Section 4
Documents relating to Staff.
The Tenderer shall submit details in support
of statements in the Questionnaire or
annexes there to which relate to its
management organisation (existing or
proposed, in the case of new groups), and of
staff/principal or key members of staff
proposed for project as provided in the
Questionnaire.
5. Pro-forma - Section 5
Documents relating to ownership and
control of an applicant (or, in the
case of a group, each constituent
member).

Details shall be submitted giving full details
of the ownership and control of the
Tenderer (or, in the case of a group, each
constituent member.
Documents relating to the financial
condition of an applicant (or, in the
case of a group, each constituent
member).
The following documents should be
submitted in respect of each member
whether applying individually or as part of a
group:
1. Audited accounts for each of the last five
full accounting periods together with
their Auditor's Certificate. Such
accounts shall include the Profit and
Loss statement and the Balance Sheet.
The Tenderer shall clearly indicate in a
statement form, year-wise profit or loss
for the previous five years. The
Tenderer also shall indicate the year-
wise net worth of each member for the
previous five years.
2. A financial statement covering the
period between the end of the last full
accounting period and the end of 31
st

Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 14 of 50 June 2010
SECTION
NUMBER
CONTENTS OF EACH SECTION REMARKS
March 2010. This statement should
indicate all significant financial matters
subsequent to the end of the last full
accounting period. Additionally, the
financial statement should indicate any
significant off balance sheet liabilities,
including contingent liabilities. The
financial statement should be signed by
competent person.
Documents relating to the holding or
parent company of an applicant (or,
in the case of a group, each
constituent member).
If an Tenderer (or member of a group) is
wholly or significantly owned by a holding or
parent companies, the information relating
to audited accounts and financial statement
(as described above) shall be provided for
such intermediate or ultimate holding or
parent companies. This information shall be
provided in respect of all applicants,
whether applying individually or as a group
together with Auditors certification.
Document including banking
reference to demonstrate that the
Tenderer has the liquidity to meet
the requisite cash flow, after
meeting requirements for known
commitments
In respect of all Tenderer (whether applying
individually or as part of a group) and all
holding or parent companies thereof, a
bankers reference (in English) should be
provided from the applicant's or company's
principal bank in its country of incorporation
or registration. Such reference should
indicate the financial standing of the
applicant and access to lines of credit of
other financial resources.









Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 15 of 50 June 2010
PRE-QUALIFICATION QUESTIONNAIRE

PRO-FORMA LETTERS

PRO-FORMA LETTER OF APPLICATION (on Firm's Letter Head)
(Separate letter required for each Applicant)

The Managing Director,
Delhi Metro Rail Corporation Ltd.,
Metro Bhavan, Fire Brigade Lane
Barakhamba Road , New Delhi 110001,
India.
(Applicant to provide date and reference)
Dear Sir,

Application For Pre-Qualification/ Initial Filter for Electrical , LV System & Fire
Fighting Works of Sushant Lok Metro Station PD Area ,Gurgaon (Tender No:
DMRC/IT&PD/SLOK/EL/01)


----
We, hereby make application for pre-qualification as a tenderer for the Electrical,LV system & Fire
Fighting Works of Sushant Lok Metro Station PD Area ,Gurgaon (Tender No:
DMRC/IT&PD/SLOK/EL/01) In support of the application we submit herewith one Original and
one Copy of the required documents.
We understand that in the event of any information furnished by us being found later on to be
incorrect or any material information having been suppressed, the following action can be
taken:
i. Our name will be removed and will not be consider for initial filter.
ii. Tender submitted by us may not be considered.
iii. If any tender from us is accepted and a contract awarded to us on the basis of our pre-
qualification, the tender acceptance may be withdrawn and the contract awarded to us
cancelled with out any financial claim / Arbitration request from our side.

(In the case of other than a sole proprietorship firm add this following paragraph)

A Power of Attorney to sign and submit this letter is attached on page .

(In the case of a joint venture/partnership/consortium add this paragraph)
This application is submitted on behalf of a joint venture/partnership/consortium (applicant to
delete as appropriate) comprising .. (applicant to state the names of each
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 16 of 50 June 2010
member) and of which . (applicant to insert name of
leading member of joint venture/partnership/consortium) has agreed to act as leader. Each
member has prepared a statement of participation in relation to this application and these are
contained in Section 2 herewith on page.

Yours faithfully,

(signature)

Name of signatory:
Capacity of signatory:
Name and address of applicant (or of leader if applicant is a group)
..
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 17 of 50 June 2010
PRO-FORMA LETTER OF PARTICIPATION FROM EACH MEMBER OF A GROUP
(On each Firm's Letter Head)
(Separate letter required for each Applicant)

The Managing Director,
Delhi Metro Rail Corporation Ltd.,
Metro Bhavan, Fire Brigade Lane
Barakhamba Road , New Delhi 110001,
India.
(Applicant to provide date and reference)
Dear Sir,
Application For Pre-Qualification/ Initial Filter for Electrical , LV System & Fire Fighting
works of Sushant Lok Metro Station PD Area ,Gurgaon (Tender No:
DMRC/IT&PD/SLOK/EL/01)

---
We wish to confirm that our company/firm (delete as appropriate) has formed/intends (delete as
appropriate) to form a group with . (Member to insert names of all other
members of the group) for purposes associated with Contract for Electrical , LV
System & Fire Fighting works Sushant Lok Metro Station PD Area ,Gurgaon (Tender No:
DMRC/IT&PD/SLOK/EL/01).

We understand that in the event of any information furnished by us being found later on to be
incorrect or any material information having been suppressed, the following action can be
taken:
i. Our name will be removed and will not be consider for initial filter.
ii. Tender submitted by us may not be considered.
iii. If any tender from us is accepted and a contract awarded to us on the basis of our
pre-qualification, the tender acceptance may be withdrawn and the contract awarded
to us cancelled with out any financial claim / Arbitration request from our side.
(Members who are not the lead member of the group should add the following paragraph).
The group is led by (Member to insert name of lead member) whom we
hereby authorise to act on our behalf for the purposes of applying for pre-qualification.
(Members being the lead member of the group should add the following paragraph)
In this group we act as leader and, for the purposes of applying for pre-qualification,
represent the group.
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 18 of 50 June 2010

In the event of our group being considered to award Contract for Electrical , LV
System & Fire Fighting works of Sushant Lok Metro Station PD Area
,Gurgaon (Tender No: DMRC/ IT&PD/SLOK/ EL/01), We agree to be jointly (with
other members of our group) and severally liable to Delhi Metro Rail Corporation Limited
(DMRC), its successors and assigns for all obligations, duties and responsibilities arising
from or imposed by any contract subsequently entered into between DMRC and our
group.


Yours faithfully,

(Signature)

(Name of Signatory)

(Capacity of Signatory)
















Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 19 of 50 June 2010





PRE-QUALIFICATION QUESTIONNAIRE

Notes:
1. Each page of the Questionnaire and contents of Sections shall be signed by the Applicant.
2. This entire Questionnaire pro-forma shall be completed in all respects.
3. Questionnaire pro-forma relating to the various sections shall be incorporated in the respective
sections i.e. Pro-forma Section-2 (replies to questions 9 to 14) will be included in the contents of
Section 2.
4. In the box Y denote Yes and N denote No. Please tick-mark whichever is applicable.
5. The pages of the Initial Filter(PQ Document) submitted shall be numbered sequentially and the
page number of each answer should be noted against the respective item




--






















Y N
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 20 of 50 June 2010
PRO-FORMA SECTION 1


1.

Tender No for which pre-qualification is sought: -------------Tender No: DMRC/ IT&PD/ SLOK/ EL/01

2. Name of Work of Tender for which pre-qualification is sought:------ Electrical , LV System & Fire
Fighting works of Sushant Lok Metro
Station PD Area ,Gurgaon
3.
State the structure of the Tenderer's organisation (Tenderer to complete/delete as appropriate)
Individual company or firm
Joint venture
Partnership
Consortium
Other (please specify)

4.
For Tenderers who are individual companies or firms, state the following:
Name of Company or firm:
Legal status: (e.g. incorporated private company, unincorporated business, etc.)

Registered address:
Year of Incorporation

Principal place of business: ...
Country of incorporation or domicile: ..
Contact person: ..
Contact person's title:
Address, telephone and facsimile number of contact person:
..
...


5. Tenderers who are in a group, State the following:
Names of members Legal Status Registered address Percentage Country of
(Lead member first): and principal place participation Incorporation
of business: or Domicile.

(1)
(2)
(3)
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 21 of 50 June 2010

Contract person (from lead member)

Contact person's title: ---------------------------------------------
Address, telephone,and facsimile number of contact person:---



6.

Tenderers are to present this information in Section 1,on sheets in response to this Question.

For the Tenderers, ( in case of group, for each group member), state the following information in section

Date of incorporation of organisation.

ii) Names and titles of Directors or partners.

Has the company or firm or any partner of the group ever failed to
complete any work awarded to it? If Yes give explanation.

iii) Is the firm or company involved or financially interested in any other business
not directly associated with the area of work for which pre-qualification is
sought? If yes give details.

iv) Does the company or firm have an office or branch office in India?
If so, provide address(es)

v) Has the firm or company or any partner of the group been blacklisted
by any organisation.

7. Summary of Contractual Information
Name of Group Members
1. (Lead Member)
2. ...
3.
Have you enclosed in Section-2 the following (refer para 8.7 of Enquiry Document)? If so, indicate
page numbers.
Letter of application from lead member Page No. --------
(Refer page 15of Questionnaire)
Letter of participation from other members Page No. --------
(Refer page 17 of Questionnaire.)
Power of Attorney to a person of lead member to sign and
submit the letter of application from the lead member and Page No. --------
from other members of the group (in case of Group)
(Refer Pro-forma Section 2, Question 9)
AOA (Articles of Association) of each member Page No. --------
(Refer Pro-forma Section 2, Question 10)
Power of Attorney to own employee by each member Page No. --------
Y N
Y N
Y N
Y N
Y N
N Y
Y N
Y N
Y N
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 22 of 50 June 2010
( Refer Pro-forma Section 2, Question 11)
Undertaking for Joint and Several Responsibility signed Page No. --------
( Refer Pro-forma Section 2, Question 11)
MOU/ Joint Venture/Consortium Agreement Page No. --------
(Refer Pro-forma Section 2, Question 13)
Division of Work between the members of the Group Page No. --------
(Refer Pro-forma Section 2, Question 14)

8 In case of International applicants, is an Indian partner experienced in the appropriate
discipline a member of the Group?

If yes, provide list of disciplines
.
If not, give reasons for exclusion.
.




















N Y
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 23 of 50 June 2010
PRO-FORMA SECTION -2

9. Does Section-2 contain Power of Attorney which empowers the person or
persons to sign and submit the letter of application on behalf of the
applicant and in case of groups Power of Attorney from the authorised
person of each member of the group to the authorised representative of the
Lead Member to sign and submit the letter of application.

If the answer is yes, have you enclosed the statements of participation on
behalf of all group members?

If not, give reasons.
.

10. In the case of an incorporated Tenderer (or group members who are
incorporated) does Section-2 contain copies, in English, of the
Memorandum and Articles of Association or equivalent expression of
corporate capacity?

If not, give reasons.
.

11.


In the case of Tender from groups, does Section 2 contain statements of
participation in the form appearing in the Pre-qualification Brochure for each
member, along with Power of Attorney from the authorised person of the
organisation, for signing the statements of participation.

If not, give reasons.
..

In the case of groups have you enclosed a MOU signed by each
member that they will be jointly and severally responsible for the
entire work?

If not, give reasons.
.

12. Have there been previous collaborations between group members in any
other project?

If yes give details.


Y N
Y N
Y N
Y N
Y N
Y N
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 24 of 50 June 2010


13.

In the case of applications from groups, does Section -2 contain copies of
the MOU, Joint Venture or Consortium or other group agreements or other
documents establishing or intending to establish the formation of such
agroup?

If not, give reasons.
.

14. In the case of applications from groups, does Section -2 contain details of :

Proposed equity participation by each member for the proposed work?

Areas of specialisation/responsibility of each member for the proposed work?


Extent of participation (including deployment of major plant items and key
personnel) by each member for the proposed work?

If the answer to any question is No, please give reasons.
.





















Y N
Y N
Y N
Y N
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 25 of 50 June 2010
PRO-FORMA SECTION -3

15. State the number of years the applicant (or each group member) has been in business under
the business name appearing in the answer to question 4 or 5 above.
Name
(1) .
(2) .
(3) .
Etc.

No. of years
..
..
..

16. State the number of years the applicant (or each group member) has been undertaking work
similar in scope and nature to the works for which pre-qualification is sought.
Name
(1) .
(2) .
(3) .
Etc.

No. of years
..
..
..

17a.














Performance Record
Tenderer should scrutinise the contract description contained in this Pre-qualification
Brochure and compile a list showing their previous experience of Electrical, LV System &
Fire Fighting works completed during the last five-years costing Rs. 3 Crores each
completed Work
Information and literature associated with the performance and relevant experience of the
applicant or each constituent member shall be clearly referenced and enclosed in Section -
3. All material should be clearly referenced as being in response to this Question -17a. The
applicant also shall give year-wise break up of cost of works constructed by each Member
of the Applicant. The applicants shall also submit the completion certificate of each
structure completed as referred here in the form. In addition, the applicant shall give year-
wise break up of works constructed by each member of the applicant.

Do you (and each group member of the group) authorise DMRC to make enquiries with
any of the Clients listed by the Applicant?

Have you (and each group member of the group) provided details required on Annexur
for Contracts completed in the last five- years together with a summary thereof in
Annexure-1A.

(Use a separate sheet for each Contract and include in the Questionnaire and also attach
certificate issued by the respective employer)



Y N
Y N
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 26 of 50 June 2010
Applicants Name:

ANNEXURE -1

a) Electrical Works including LV System & Fire Fighting Works costing Rs. 3-crores or above each in last 5
years. Reference Q 17(a).
b) Internal Electrification of a building / complex costing Rs 1 cr or above in last 5 years (reference Q)

Project Title: Location:
Scope: (Give salient features of the work) Address:
Client:
Client's Representative: Tel.:
Type of Contract (a) Construct (b) Design and Construct



Was the work carried out as a member of a group?

If a group, indicate percentage participation and area/s of
participation.

Date of commencement of work Date of completion of work
Was the date of completion given in the original contract extended?
If so, how much and why?
Were any penalties imposed?
If yes, give details
Was arbitration /
litigation
Commenced?


Were any penalties imposed for
Reasons other than delay. If yes,
give details.


If answer is Yes, then give number of
arbitration / litigation cases & details thereof.

Contract Value* (in Rupees on 31
st
March, 2010 prices, assuming 5.0% inflation for Indian Rupees every
year and 2.0% for foreign currency portion per year)
At the time of Award Rs. As on 31.03.10
Rs.
Y N
Y N Y N
Y N
Y N
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 27 of 50 June 2010
Details of Electrical Works( including LV System & Fire Fighting works if any) undertaken, indicate also
year-wise break up of both cost and lengths as on 31.03.10 of multi-storied buildings constructed,
separately for each category.
Were Quality Assurance obligations required in the contract?

If Yes whether they were fulfilled?
If not, why?
Has the Tenderer (or any member of a group) been
blacklisted by a client?

If Yes Why?
Project Description:
(Clearly indicate, the part of
the work assigned to the
applicants(s) )



* Only the value of contract as executed by the applicant/ member in his own name should be indicated. Where a
work is undertaken by a group, only that portion of the contract which is undertaken by the concerned applicant/
member should be indicated and the remaining work done by the other members of the group be excluded.
Y N
Y N
Y N
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 28 of 50 March 2010

ANNEXURE - 1A: Summary of Information provided in Annexure-1
Cost in Rs -Million
Number of contracts of each
type
Number for which the
applicant went in for
No. of
contracts
delayed, i.e.,
completed
beyond the
original date
of
completion
Nos of
Company
regular
Employee
Deployed
for the
Contract
Total value
of all works
completed in
the last 5-
Years
(cost as on
31.03.10)

Indicate here the type of
work
Litigation
Name of
Tenderer
(each
member in
case of
group)
Total
Number of
completed
Works
Each
Costing
more than
Rs.3-Crores
works) and
Rs 1 cr of
internal
Electrificatio
n

A
Construct Only


B
Desig
n &
Const
ruct
Arbitratio
n















Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 29 of 49 JUNE 2010

17b.

Work in Hand. Tenderer or each group member should indicate, in the form below, details for
each contract/commitment which is anticipated to be in hand as on the 31.03.2010 and the
expected year-wise value of completion of the balance works in the next four years. (Tenderers
are to present this information in the format shown below but on sheets which are to be included
in the Questionnaire.)
Have you (and each group member) provided details required in
Annexure-2 and a summary as in Annexure in -2A.
(Use a separate sheet for each Contract and included in the Questionnaire)

Y N
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 30 of 49 JUNE 2010
Average Overall Annual Financial Turnover of the firm in the last five years .

Year


Annual Financial Turnover (in terms of rupee equivalent adjusted to 31.03.10 by
assuming 5% escalation for Indian-Currency and 2% for foreign-currency portion
per year)
17c.

This should be given by the applicant, and in case of a Group, separately by each member of
the Group .
17d. Has the applicant during last 5-years executed in any one year;
(a) Major Electrical Works ( including LV System & Fire Fighting works if any)
of value more than Rs 3 crores
If yes, give details (In case the tenderer comprises of joint venture/consortium, this information is
to be given for each member. Then the works carried out by each member will be clubbed
together and a consolidated experience will be evaluated.)
Give reference of the work as submitted in Annexure-1 in reply to Question-17(a) and shall also
give the reference of submitted supported completion certificate from the client.

17e. Has the applicant executed in last 5-years, the following works:

HT Sub-station works of total 4500-kVA capacity.
In case the tenderer comprises of joint venture/consortium, this information is to be given
for each member. Then the works carried out by each member will be clubbed together and
a consolidated experience will be evaluated.


DG sets complete with AMF panel etc. of total 2500 kVA
capacity.
If yes, give details (In case the tenderer comprises of joint venture/consortium, this
information is to be given for each member. Then the works carried out by each member will
be clubbed together and a consolidated experience will be evaluated.)

Integration of Building Management System of minimum one
building/Complex during last 5 years either in house or through a sub-
contractor.
If yes, give details (In case the tenderer comprises of joint venture/consortium,
this information is to be given for each member. Then the works carried out by
each member will be clubbed together and a consolidated experience will be
evaluated.

Internal Electrification works costing Rs. 1 crore during last 5 years.
If yes, give details (In case the tenderer comprises of joint venture/consortium, this
information is to be given for each member. Then the works carried out by each member will
be clubbed together and a consolidated experience will be evaluated.)



Y N
Y N
Y N
Y N
Y N
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 31 of 49 JUNE 2010
Tender No. DMRC/IT&PD/JM/EL/01 (Initial Filter/PQ)


ANNEXURE 2: Works in hand
Reference Q 17 (b)

Name of the applicant and member of the group : .
Tenderer (each member of the Group) should provide information on their current commitments or all contracts that have been awarded or for
which a letter of intent of acceptance has been received or for contracts approaching completion but for which a completion certificate is yet to
be issued. (Assume inflation as 5% for Indian Rupees and 2% for foreign currency for year)

List only 10 largest similar works Cost in INR in Million
Name and
brief
particulars
of contract
(clearly
indicate the
part of the
work
assigned to
the
applicant(s)
)
Name of
client with
telephone
number
and fax
number
Contract
Value In
Rupees
Equivalent
(Give only
the value of
work
assigned to
the
applicant(s)
(Assume
inflation as
given in
Annexure1)
Value of
balance
work yet to
be done in
Rupee as
on 31-03-
2010
(equivalent
Assume
inflation as
given in
Annexure-
-1)
Original
Completion
Date
Estimated
Completion
Date
Delay if
any,
with
reason
Value of
work to
be done
in 2008-
2009
Value
of
work
to be
done
in
2009-
2010.
Value of
work to
be done
in 2010-
2011.
Value of
work to
be done
in 2011-
2012.







































































































T
e
n
d
e
r

N
o
.

D
M
R
C
/
I
T
&
P
D
/
S
L
O
K
/
E
L
/
0
1



(
I
n
i
t
i
a
l

F
i
l
t
e
r
/
P
Q
)

C
o
n
f
i
d
e
n
t
i
a
l
















































































P
a
g
e

3
2

o
f

5
0












































































M
a
r
c
h


2
0
1
0







A
N
N
E
X
U
R
E
-
2
A
:

*
S
u
m
m
a
r
y

I
n
f
o
r
m
a
t
i
o
n

f
o
r

W
o
r
k
s

i
n

H
a
n
d

R
e
f
e
r
e
n
c
e

Q

1
7

(
b
)


C
o
s
t

i
n

R
s
-
M
i
l
l
i
o
n

N
u
m
b
e
r

o
f

c
o
n
t
r
a
c
t
s

o
f

e
a
c
h

t
y
p
e

N
u
m
b
e
r

f
o
r

w
h
i
c
h

a
p
p
l
i
c
a
n
t

w
e
n
t

i
n

f
o
r

N
o
.

o
f

c
o
n
t
r
a
c
t
s

i
n

w
h
i
c
h

d
a
t
e

o
f

c
o
m
p
l
e
t
i
o
n

g
i
v
e
n

i
n

t
h
e

o
r
i
g
i
n
a
l

h
a
s

a
l
r
e
a
d
y

b
u
r
s
t

*
*

T
o
t
a
l

v
a
l
u
e

o
f

b
a
l
a
n
c
e

w
o
r
k
s

y
e
t

t
o

b
e

d
o
n
e

i
n

R
u
p
e
e

a
s

o
n

0
1
-
0
5
-
2
0
1
0

(
e
q
u
i
v
a
l
e
n
t

a
s

o
n

3
1
.
0
3
.
1
0
)

W
o
r
k

d
o
n
e

a
n
d

t
o

b
e

d
o
n
e

i
n

:



2
0
0
8
-
2
0
0
9

2
0
0
9
-
2
0
1
0

2
0
1
0
-
2
0
1
1

2
0
1
1
-
2
0
1
2

N
a
m
e

o
f

t
h
e

T
e
n
d
e
r
e
r

(
c
o
n
s
t
i
t
u
e
n
t

m
e
m
b
e
r

i
n

c
a
s
e

o
f

g
r
o
u
p
)

T
o
t
a
l

n
u
m
b
e
r

o
f

w
o
r
k
s

i
n

h
a
n
d

A

C
o
n
s
t
r
u
c
t

O
n
l
y

B

D
e
s
i
g
n

&

C
o
n
s
t
r
u
c
t

A
r
b
i
t
r
a
t
i
o
n

L
i
t
i
g
a
t
i
o
n































T
h
i
s

i
n
f
o
r
m
a
t
i
o
n

s
h
o
u
l
d

b
e

f
o
r

a
l
l

t
h
e

w
o
r
k
s

i
n

p
r
o
g
r
e
s
s

i
n
c
l
u
d
i
n
g

t
h
o
s
e

l
i
s
t
e
d

i
n

A
n
n
e
x
u
r
e
-
2
.

B
a
l
a
n
c
e

w
o
r
k

a
s

o
n

1
5
/
0
4
/
2
0
1
1





a
n
d

a
s

o
n

3
1
-
3
-
2
0
1
2

s
h
o
u
l
d

b
e

s
h
o
w
n

i
n

y
e
a
r

2
0
1
1
-
2
0
1
2


a
b
o
v
e
.



*

A
p
p
l
i
c
a
n
t

(
e
a
c
h

m
e
m
b
e
r

o
f

t
h
e

g
r
o
u
p
)

s
h
o
u
l
d

p
r
o
v
i
d
e

i
n
f
o
r
m
a
t
i
o
n

o
n

t
h
e
i
r

c
u
r
r
e
n
t

c
o
m
m
i
t
m
e
n
t
s

o
r

a
l
l

c
o
n
t
r
a
c
t
s

t
h
a
t


h
a
v
e

b
e
e
n

a
w
a
r
d
e
d

o
r

f
o
r

w
h
i
c
h

a

l
e
t
t
e
r

o
f

i
n
t
e
n
t

o
r

a
c
c
e
p
t
a
n
c
e

h
a
s

b
e
e
n

r
e
c
e
i
v
e
d

o
r

f
o
r

c
o
n
t
r
a
c
t
s

a
p
p
r
o
a
c
h
i
n
g


c
o
m
p
l
e
t
i
o
n

b
u
t

f
o
r

w
h
i
c
h

a

c
o
m
p
l
e
t
i
o
n

c
e
r
t
i
f
i
c
a
t
e

i
s

y
e
t

t
o

b
e

i
s
s
u
e
d
.

*
*

T
h
i
s

f
i
g
u
r
e

s
h
o
u
l
d

a
l
s
o

i
n
c
l
u
d
e

t
h
e

y
e
a
r
-
w
i
s
e

b
r
e
a
k
-
u
p

o
f

p
a
r
t

v
a
l
u
e

o
f

w
o
r
k
s

t
o

b
e

e
x
e
c
u
t
e
d

i
n

t
h
e

f
o
u
r

y
e
a
r
s

p
e
r
i
o
d


(
2
0
0
8
-
0
9

t
o

2
0
1
1
-
1
2
)

e
v
e
n

i
f

c
o
m
p
l
e
t
i
o
n

o
f

s
u
c
h

w
o
r
k
s

s
p
i
l
l
s

o
v
e
r

b
e
y
o
n
d

t
h
i
s

y
e
a
r
s

p
e
r
i
o
d
(
2
0
0
8
-
0
9

t
o

2
0
1
1
-
1
2
)
.

Tender No. DMRC/IT&PD/J M/EL/01 (Initial Filter/PQ)
Confidential Page 34 of 50 March 2010
PRO-FORMA SECTION - 4

18. Staff: Applicants (and each group member) should indicate the number of staff employed (total and
at specified offices) by each applicant or each member of the group. Specify number of each
members managerial, technical, supervisory staff and skilled labour at each location. This
information should be only in respect of regular employees who are for more than six months with
the applicant.
Name of Applicant (Each member of the group)

Managerial


(1)
Technical &
Engineers

(2)


Supervisory
(other than (1)
and (2)
(3)


Skilled Labour


(4)


Location




1.
2.
3.
. etc.
TOTAL

Provide the following information for the applicant (or in case of a group for each member). To
include only the regular employees of the applicant who have been with the applicant for at least 6
months (Member in case of Group). CVs of all employees proposed for this work to be
enclosed. ( In response to Q.20) Minimum number of required personnel are indicated in the
brackets category wise (total . Key Personnel minimum-7 nos)

Numbers which will be made available for this contract
19a.
Name of Applicant:
(Member in case of Group):
Graduate
And
above
Diploma Others
(Technical
Staff only)
Total

Discipline
Project Manager (1)
Electrical Engineers (2)
Design Engineer (1)
Safety Officer (1)
Material Manager (1)
Quality Control Manager (1)
SHE and Others officials (Give details)








Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 34 of 49 JUNE 2010
19b.
Which member of the Applicant (in case of group) will provide the Project Leader?

Name (of the member)
Has the applicant provided the academic and professional qualifications and
Experience of the proposed Project Leader in Section 4.

and
20.
For the specific key positions essential to contract implementation, the applicant should
provide CVs incorporating, interalia, detailed data on their experience, and academic and
professional qualifications. Such candidates should have been regular employees with the
applicant (or member concerned in case of group) for at least 6 months. The key positions
should not be less than 15nos including SHE staff for this contract (for all members put
together in case of group) and should cover disciplines mentioned in Q19a, for which the
applicant (or member in case of group) will provide staff for the proposed work.


PRO-FORMA SECTION- 5

21. Include in Section -5 details of ownership and control of Tenderer or if a group, of each
constituent member.
22.
Have you in Section -5 enclosed documents, including Banking Reference, to demonstrate
that you have access to, or have available, liquid assets, lines of credit and other financial
means sufficient to meet the required cash flow, after meeting your commitments for
other contracts and other liabilities, as indicated below;
Rs. 300 Lakhs
Do you authorise DMRC to make enquiries with any of the Banks you listed in this
application?


Have you provided Annual Financial Reports of the Applicant (and of each group mem
together with Auditors certificate for each of the previous five years
.


Have you provided the information asked in Annexure-3 and demonstrated
soundness of the financial position (for each group member)

Y N
Y N
Y N
Y N
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 35 of 49 JUNE 2010

ANNEXURE- 3

Name of Applicant :
(Member in Case of Group)

Amount in INR in Millions
Actuals for previous five years ending 2009-2010 No. Financial
Information in
Rupee equivalent
with exchange rate
at the end of
concerned year 2005-2006 2006-2007 2007-2008 2008-2009 2009-2010
Projection for the
2010-2011
1 Total Assets
2 Current Assets
3 Current Assets +
Loans & Advances

4 Total Liabilities
5 Current Liabilities
6 Current Liabilities +
Provision

7 Profit before
Interest and Tax

8 Profit before Tax
9 Profit after Tax
10 Net worth
11 Total Debt
(including current
Liabilities) / Total
Equity (including
preference capital)



Note: 1.Please provide Audited Balance Sheets / Profit & Loss Accounts and Bank certified Documents in support
of information given above.
2. Financial Data submitted by the applicant in the above format earlier than 2005-2006 will not be
considered.
3. Also indicate contingent liabilities not provided for and any post balance sheet developments having
financial impact in relation to the financial statements of 2009-2010.
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 36 of 49 JUNE 2010

23. Quality Assurance Program:

Do Applicants or each constituent member currently maintain an
In-house Quality Assurance Programme?

If yes, give details.

Have you (or each constituent member in the case of group) had
Any of your recent projects ISO 9000 certified?

If yes, give details.

24
Do you have cost control mechanism in your organisation?
If yes, give details.


VERIFICATION STATEMENT

I confirm and declare that no agent, middleman or any intermediary has been, or will be
engaged by me to provide any services, or any other item or work related to the award and
performance of this contract. I 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 by me
and that the tender price will not include any such amount.

Signed:
(to be signed by applicant and each member of the group).

Date:

Applicants are to verify that the information contained in this completed Questionnaire, any
annex thereto and all supporting and explanatory information is, to their best knowledge and
belief, truthful and exact.
By virtue of my signature below, I confirm to my best knowledge and belief the information
contained in this questionnaire and sections, any annex thereto and all supporting and
explanatory information is truthful and exact .
All relevant documents has been attached here with. No more documents will be
required to support the answers of Quetionnaire.
Signed: .
(Same signatory as on letter of application) Date

25.
26.
Y N
Y N
Y N
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 37 of 49 JUNE 2010
Initial Filter (Pre-Qualification) For Electrical , LV System & Fire Fighting Works
of Sushant Lok Metro Station PD Area ,Gurgaon
(TENDER NO. DMRC/IT&PD/SLOK/EL/01)



PART- III (of PQ )




(TENDER NO. DMRC/IT&PD/JM/EL/01)



Part - III
(EVALUATION CRITERIA)


Table of Contents
ENQUIRY DOCUMENTS
Page nos.


1. Introduction 38
2. Evaluation Criteria 38
3. Assessment Topics 38
4. Assessment Score 42
5 Basis for Awarding Points 43
6. Bidding Capacity 47
7. Initial Filter Of A CHECKLIST 48












Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 38 of 49 JUNE 2010

Part - III



EVALUATION CRITERIA

1. INTRODUCTION

This Evaluation Criteria is prepared for use in evaluating the Tenderers for their suitability
to execute contract for Electrical , LV System & Fire Fighting Works of Sushant Lok Metro
Station PD Area ,Gurgaon (TENDER NO. DMRC /IT&PD/ SLOK/ EL/01)

1.1 Evaluation Factors
The Enquiry document required Tenderers to demonstrate their capabilities by providing
material based on their experience, past performance, their technical and organisational
capability, equipment and financial resources.

2. EVALUATION CRITERIA

The Evaluation Team will first see whether the applicant passes the initial criteria, which will
act as an initial filter. The items included in this Initial Filter are in Annexure-1 of this Part-
III. The Initial Filter (PQ) cum Technical Package will be opened first and evaluated
simultaneously .Firms who will clear Initial Filter(PQ) ,will also be evaluated for Technical
Bid. Financial offer of Only those Firms will be opened and evaluated who will qualify Initial
Filter(PQ) and Technical Evaluation at the same time ,and who will not Qualify ,their
Financial Offers will be Returned Un- opened .Tenderers who will not clear this initial
evaluation will not be considered for further evaluation of Technical Bid. For initial filter ,the
Tenderers will be assessed on the topics listed below with marks up to 3 and weightage as
given in the Table- 2 here below. It is also necessary that a minimum of 50% score is
necessary in each of the three divisions and 60 % of the aggregate is 'Pass' score for Pre-
qualification.

A. Financial standing
B. Technical and Organizational Capability
C. Experience Record
3. ASSESSMENT TOPICS
3.1 The number of topics to be assessed is shown in Table 1.







Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 39 of 49 JUNE 2010

Table -1


Assessment Topics for Contract for Electrical , LV System & Fire Fighting Works for Sushant
Lok Metro Station PD Area ,Gurgaon (TENDER NO. DMRC /IT&PD/ SLOK/ EL/01)


Topic No. Assessment Topic
A-Financial Standing
T
1
Liquidity and Banking Reference
T
2
Net worth
B- Technical & Organizational Capability
T
3
Academic Qualifications
T
4
No. of Technical Staff
T
5
Experience of Key Staff
T
6
Quality Assurance
C- Experience Record
T
7
Annual Turn Over
T
8

Major Electrical Works
T
9,
T
10,
T
11 ,
T
12,

Work Experience

3.2 Assessment Topics
The assessment topics have been designed to meet the requirements of the
contract:
T
1
Liquidity and Bankers References
This information will be seen from financial information submitted in Annexure
3 of Pt-II, extracted from the balance sheet/annual statements and from the
banking reference submitted by the tenderer. The tenderer should note that
the CA/Auditor of the firm should countersign the above statement. The
documents including banking reference, should show that the tenderer has
access to or has available liquid assests, lines of credit and other financial
means to meet cash flow of Rs. 30 Million for this contract, net of applicants
commitments for other Contracts for the year 2009-10 (In case the applicant
have not provided final audited balance sheet for the year 2009-2010, figures
shall be considered from 2008-2009).



Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 40 of 49 JUNE 2010
Net current assets (liquidity) = (current assets + loans and
advances) (current liabilities + provisions)

In case the tenderer comprises of joint venture/consortium, then the
lead member is required to have at least 40 % of above requirement
and each other member is required to have at least 25 % of above
requirement and the tenderer collectively should have 100 % of the
total requirement

T
2
Net worth
This information will be calculated from financial information submitted
in Annexure 3 of Pt-II, extracted from the annual statements and the
Net worth (average of last two years) should be at least 60 million.

Net worth = Total assets Total liabilities

In case the tenderer comprises of joint venture/consortium, if one
member has the requisite net worth, it will be considered adequate
provided each other member has no negative Net Worth.
The tenderer should submit the above information in the Annexure-3 of
Pt-II.

T
3
Academic Qualification of Staff
The Applicant must have well qualified staff to undertake this project. In
case of Joint Venture/consortium this shall be evaluated independently
for each member & average marking will be taken into account.
T
4
Technical Staff
The Applicant must be able to field a complete team for the contract. In
case the tenderer comprises of joint venture/consortium, this shall be
evaluated independently for each member and total marking will be
taken into account.

T
5
Experience of Key Staff
This supports T
4.
The staff is the most visible asset of an Applicant. In
case of Joint Venture/consortium shall be evaluated independently for
each member & average marking will be taken into account.

T
6
Quality Assurance
Quality of the contractor's output is essential for the DMRC to achieve
its goals. It would be desirable if contractor possess and practices a
QC programme as per ISO-9001 or equivalent. In case of Joint
Venture/consortium shall be evaluated independently for each member
& average marking will be taken into account.

T
7
Annual Turn-Over
This shows the Over all Average Annual turn over of the firm for the
last 5-years .

In case the tenderer comprises of joint venture/consortium, then the
lead member is required to have atleast 40 % of above requirement
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 41 of 49 JUNE 2010
and each other member is required to have at least 25 % of above
requirement and the tenderer collectively should have 100 % of the
total requirement

T
8
Major Electical works
The applicant must demonstrate its experience in undertaking the
Electrical Works of internal and external electrification including Sub
Station and DG Sets completed during the last 5 years.

In case the tenderer comprises of joint venture/consortium, then the
works carried out by each member will be clubbed together and a
consolidated experience will be evaluated.

Work Experience

T
9
Electrical Works
The applicant must demonstrate its experience in execution of Sub-
station works of total 4500-kVA capacity. In case the tenderer
comprises of joint venture/consortium, then the works carried out by
each member will be clubbed together and a consolidated experience
will be evaluated

T
10
DG Sets
The applicant must demonstrate its experience in execution of work of
DG sets complete with AMF panels etc. of total 2500 kVA capacity. In
case the tenderer comprises of joint venture/consortium, then the
works carried out by each member will be clubbed together and a
consolidated experience will be evaluated

T
11
Integration with Building Management System
The applicant must demonstrate its experience in execution of work for
integration of Building Management System of minimum one
Building/Complex during last 5 years either in-house or through a
Subcontractor. In case the tenderer comprises of joint
venture/consortium, then the works carried out by each member will be
clubbed together and a consolidated experience will be evaluated

T
12
Internal Electrification Works

The applicant must demonstrate its experience in execution of
minimum one work of internal electrification works costing
Rs 1 crore during last 5 years. In case the tenderer comprises of joint
venture/consortium, then the works carried out by each member will be
clubbed together and a consolidated experience will be evaluated.

Note:
1) In case of groups for topics T
3
T
5
the total resources proposed by the
group members to be considered.
2) For topics T
3
& T
5
the CVs submitted by the applicant against the proposed
key personnel shall be considered.

Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 42 of 49 JUNE 2010
3.3 Assessment Score
This is based on the weightage to be given to each Topic relative to the whole of the
pre-qualification topics, and the points scored by the Applicant against each topic.


Table- 2

TOPIC
NO.
ASSESSMENT TOPIC MAX.
POINTS
WEIGHTAGE

MAX.
SCORE
Financial Standing
T
1
Liquidity and Banking
Reference
3 8 24
T
2
Net worth 3 8 24
Total 48


Technical and Organisational
Capability

T
3
Academic Qualifications 3 6 18
T
4
No. of Technical Staff 3 8 24
T
5
Experience of Key staff 3 8 24
T
6
Quality Assurance 3 6 18
Total 84
Experience Record
T
7
Annual Turnover 3 7
21
T
8
Major electrical works including
substation & DG Sets completed
in last 5 years
3 12
36
T
9
Substation work of total 4500 kVA
capacity
3 12
36
T
10
DG set complete with AMF panel
etc of total 2500 kVA capacity
3 10
30
T
11
Integration of Building
management System of
Buildng/Complex
3 8
24
T
12
Internal Electrification works
costing more than 1 crore
3 7
21
Total 168
Total Max. Possible Score 300


Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 43 of 49 JUNE 2010
Table 3: ASSESSMENT SCORING

The Points Scored will be based on:
Poor = 0
Average = 1
Good = 2
Excellent = 3

3.4 Basis for Weightage

The weightage has been determined by the importance of the Topic. The weightage
is graded, depending on the relative importance of the assessment topic.

3.5 Basis for Awarding Points

The purpose of the points system is to assess the Applicants objectively. Therefore
whilst there may be some subjective consideration as to what constitutes the award
of points, as much as possible criteria for awarding points has been laid down based
on the response of the Applicant to the Questionnaire. It must be appreciated that
the answer to some Topics are a 'Yes' or 'No' answer, with only 3 points or 0 points
awarded.

In case the tenderer comprises of joint venture/consortium, then the lead
member is required to have atleast 40 % of above requirement and other
members at least 25 % of above requirement and the tenderer collectively
should have 100 % of the total requirement

The basis for award of points is:

T
1
It is necessary that the firm/group can withstand the Cash Flow that the
contract will require until payment received from DMRC. Liquidity therefore
becomes an important consideration. This can be seen from the balance
sheets and from the banking reference. Net current assets (Item 3 Item 6 of
Annexure 3 of Pre-qualification documents), documents including banking
reference, should show that the applicant has access to or has available liquid
assets, lines of credit and other financial means to meet cash flow of
Rs. 300lakhs net of applicants commitments for other Contracts for the year
2009-2010 (In case the applicant have not provided final audited balance
sheet for the year 2009-2010, figures shall be considered from 2008-2009)

Adequate Liquidity = 3 points
Inadequate Liquidity = 0 points

T
2
Net Worth as Item 10 of Annexure 3 of pre-qualification document.
> Rs. 18 Crore 3 points
> Rs. 12Crore 2 points
> Rs. 6Crore 1 point
< Rs. 6Crore 0 point

Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 44 of 49 JUNE 2010
T
3
Academic Qualifications of key staff limited to 7 in number in various
disciplines available for this work:
>75% of key staff Graduate = 3 points
>50% of key staff graduates = 2 points
>50% of key staff Diploma / Graduates = 1 point
Otherwise = 0 points

The areas/disciplines where key staff are to be evaluated:

S.No Position Nos.
1. Project Manager 1
2 Electrical Engineer 2
3 Design Engineer 1
4 Safety Officer 1
5 Material Manager 1
6 Quality Control Manager 1
7 Others (give details)
Total 7

T
4
Numbers of relevant personnel made available for this contract will determine
capability to take up this work (refer Q 19a).

> 12 = 3 points
> 10 = 2 points
> 7 = 1 point
< 7 = 0 points

T
5
Experience of key staff (limited to 7 in number) available for the project based
on length of service of each personnel points to be scored and average taken
for 7.(refer Q.20)

> 6 years = 3 points
> 4 = 2 points
> 2 = 1 point
< 2 years = 0 point

T
6
Quality Assurance Programme for Electrical in place. This is a Major
requirement. (refer Q. 23)

Possesses QA Programme certified by ISO = 3 points
Follows Internal QA Programme = 2 points
Does not have QA Programme = 0 points

T
7
Average Over all Annual turn over for last 5 years (refer Q.17C).
> Rs. 30 Cr 3 points
> Rs. 20 Cr 2 points
> Rs. 15Cr 1 point
< Rs. 15Cr 0 point
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 45 of 49 JUNE 2010

T
8
Major Electrical Works (including LV & Fire Fighting Works if any)

Number of Works completed during last 5- years: (as Annexure 1)

>1 work of 18 crores or total works of 18
crore for which each work should be at least
of 5 crores at 31.03.10 price level. 3 points

>1 work of 12 crores or total works of 12
crore for which each work should be at least
of 3 crore at 31.03.10 price level. 2 points
>1 work of 6 crores or 2 work of 3 crore
each at 31.03.10 price level. 1 point

T
9
Execution of Substation work with adequate transformers total installed capacity
(refer Q. 17 e)

> 6000 kVA 3 points
> 4000 kVA 2 points
> 2000 kVA 1 point
< 2000 kVA 0 point

T
10
Execution of work of DG sets of adequate capacity complete with AMF panels,
chimney etc. (refer Q. 17 e)
> 2500 kVA 3 points
> 1750 kVA 2 points
> 1500 kVA 1 point
< 1500 kVA 0 point

Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 46 of 49 JUNE 2010
T
11
Execution of work for Integration of Building management System of a Building
Complex etc. (refer Q. 17 e)

> BMS Integration of 3 Building/complexes 3 points
> BMS Integration of 2 Building/complexes 2 points
> BMS Integration of 1 Building/complexes 1 point
otherwise 0 point

T
12
Execution of Internal electrification works of a building/complex etc.(refer Q. 17 e)
> Internal electrification of 3 buildings/complexes 3 points
> Internal electrification of 2 buildings/complexes 2 points
> Internal electrification of 1 building/complex 1 point
Otherwise 0 point

4.0 Bidding Capacity

The applicants who meet the minimum qualification criteria will be qualified only if
their available bid capacity is more than Rs.17.37 Crores. i.e. the estimated cost of
work. Available bid capacity will be calculated as under:

Available Bid Capacity = 2 (A x N) B

Where,

Where A = Maximum Turnover / Value of Works executed of any one year during the
last 5 years.(updated to 31-03-10 price level)
N = Completion Period of work in Years (N is 8 months in this Tender case)
B = Value of Existing commitments (i.e. work in hand as on date of submission of
Tender) and ongoing works to be completed during the completion of Work for this Bid (i.e 9
months from date of submission of Tender taking 8 months for completion period from date of
issue of LOA plus approx. one months anticipated period for issue of LOA from date of Tender
Submission.
NOTE:
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 47 of 49 JUNE 2010
I) Adequacy of Bid Capacity will also be judged while evaluating the Tender from Pre Qualified
Contractors. Tenderer will have to furnish the requisite details for calculating the bid capacity
taking into account the New commitments if any.
ii) In case of a group , the above formula will be applied to each member of the next extent of his
participation in the execution of the work. If the proposed % participation is not mentioned then
equal participation will be assumed
Note: Firm should also give its own calculation for Bid capacity on separate sheet.
The estimated cost of works may be taken as Rs. 17.37 Crores.

Completion period for this work shall be 8 months from date of LOA .

5.0 EVALUATION PROCESS

Aforesaid evaluation will be done by nominated committee.

---
Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 48 of 49 JUNE 2010
Annexure-1

EVALUATION OF PRE-QUALIFICATION APPLICATIONS

(Submitted for Initial Filter (Pre-Qualification) For Electrical , LV System & Fire Fighting Works of
Sushant Lok Metro Station PD Area ,Gurgaon (TENDER NO.
DMRC/IT&PD/SLOK/EL/01)

INITIAL FILTER OF APPLICANTS CHECKLIST

Name of Applicant:

No. Criteria Yes No

1 Has the Applicant abandoned any work in the last ten years?


2 Has the Applicant involved in frequent litigations in the last ten years?


3 Has the Applicant been frequently penalised due to delay in the last ten years?


4 Has the Applicant been frequently penalised due to any other reason in the last
ten years?


5 Has the Applicant suffered bankruptcy / insolvency in the last five years?


6 Has the Applicant been blacklisted by any organization?


7
Has any misleading information been given in the application?


8 Is the Applicant financially not sound to perform the work as per criteria T
1
?
(For T1 score* of 0will be not financially sound)

Tender No. DMRC/IT&PD/SLOK/EL/01 (Initial Filter/PQ)
Confidential Page 49 of 49 JUNE 2010

9 Is the Net Worth negative?


10
Has the applicant failed to certify that no agent / middleman has been or will
be engaged or that any agency or commission has been or will be paid?


11 Do the documents submitted by the applicant reveal that agency commission
has been or will be paid?


12
I s the applicant not having the required bid capacity for the work


13
Has applicant not executed atleast 2 Electrical works, costing Rs. 3 Crores or 1
Electrical Work of Rs. 6 crores ( at 31.03.10 price level.)


Note: A YES answer to any of the questions will disqualify the Applicant.

* Those scoring zero in T1 will be considered financially not sound

Signature of Tenderer
Seal----------------------
SPECIAL CONDITIONS OF
CONTRACT










Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract-
Confidential SCC 1 of 100 June 2010


SPECIAL CONDITIONS OF CONTRACT
CONTENTS

Clause Description Page
PART I Special Conditions of Contract (General)
1.0 Special Attention 4
2.0 Pre-Bid Meeting 4
3.0 Right Of Way 4
4.0 Coordination With Other Contractors. 4
5.0 Rules And Regulations 4
6.0 Sufficiency Of Tender 4
7.0 Notices And Instructions 4
8.0 Responsibility For Specifications, Design And Drawings 4
9.0 Not Used 5
10.0 Plans & Drawings for Layout of Plant & Equipment 5
11.0 Reference Points & Bench Marks 5
12.0 Supply Of Materials, Tools, Plant And Equipment By The Employer 5
13.0 Use And Care Of Site 5
14.0 Not Used 5
15.0 Not Used 5
16.0 Duties, Taxes, Octroi, Royalty Etc. 6
17.0 Sales Tax/VAT Clearance Certificate 6
18.0 Changes In Cost Due To Legislation 6
19.0 Housing Facilities 6
20.0 Supply Of Water And Electric Power 6
21.0 Labour Camp Regulations 6
22.0 Not Used 7
23.0 Inter Communication Facilities 7
24.0 Access Roads And Haul Roads 7
25.0 Lighting And Fire Prevention 7
26.0 Errors, Omissions And Discrepancies In Specifications And
Drawings
7
27.0 Deduction To Be Made From The Contractors Bill 8
28.0 Programme 8
29.0 Not Used 9
30.0 Land For Construction 9
31.0 Security Measures 10
32.0 Ancillary And Temporary Works 10
33.0 Ecological Balance 10
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 2 of 100 ` June 2010

Clause Description Page

34.0 Resources Report 11
35.0 Not Used 11
36.0 Testing Of Materials 11
37.0 Day Work 11
38.0 Maintenance Period 12
39.0 Price Variation 12
40.0 Brief Scope Of Work 12
41.0 Programme Of Work 12
42.0 Method Of Measurements And Payment 12
43.0 Not Used 12
44.0 Contractors Office 12
45.0 Project Monitoring 12
46.0 Cash Flow Estimate 13
47.0 Not Used 13
48.0 Noise And Disturbance/Pollution. 13
49.0 Advances 13
50.0 Variation in Quantities of Item Covered by Bill of Quantities 13
51.0 Stage Payment 14
52.0 Release of Performance Security 15

PART II Special Condition of Contract
1.0 General 17
2.0 Intent Of Specifications 17
3.0 Specifications and Schedules 18
4.0 Site Conditions 18
5.0 Materials and Equipment 18
6.0 Statutory Approvals 21
7.0 Co-ordination of work at site 22
8.0 Particulars to be furnished along with tender 22
9.0 Scope of work 22
10.0 Drawings and other documents 28
11.0 Safety Regulations 35
12.0 Cleaning, Final Painting and Marking 36
13.0 Workmanship 37
14.0 Certification of Work 37
15.0 Maintenance during defects liability period 37
16.0 Training & Demonstration 38
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 3 of 100 ` June 2010

Clause Description Page
17.0 Approved Makes 39
18.0 Site Office 39
19.0 Organisation 39
20.0 Time Schedule 39
21.0 Power Supply 41
22.0 Tools and spare 41
23.0 Testing and handing over 41
24.0 Temporary work 42
25.0 Maintenance plan 42
26.0 Documentation 43
27.0 Protection of Equipment installed 44
PART III Special Conditions Of Contract (Additional)
1.0 Not used 45
2.0 Obtaining Clearances From Authorities 45
3.0 Drawings For Permanent Works 45
4.0 Design, Drawing By Contractor 45
5.0 Drawing Management At Site 47
6.0 Co-Operation With Other Contractors 47
7.0 Not Used
47
8.0 Phased Completion
47
9.0 Name Board
47
10.0 Not Used
47
11.0 Not Used
47
12.0 Programme Requirements - Appendix I
47
13.0 Quality Assurance - Appendix II 48
14.0 Environmental Protection Requirements - Appendix III 48
15.0 Not Used 48
16.0 Environmental Quality Management Manual - Appendix V 48
17.0 Safety Measures and Requirements for the Site Safety Plan
Appendix VI
48
18.0 General Requirement Construction Appendix VII 48
Appendix I 49
Appendix II 58
Appendix III 60
Appendix IV 66
Appendix V 67
Appendix VI 83
Appendix VII 93

Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 4 of 100 ` June 2010

PART I
SPECIAL CONDITIONS OF CONTRACT
(General)
1.0 SPECIAL ATTENTION
1.1 Deleted
1.2 On receipt of tender documents, if any clarification or additional information is desired, the Tenderer
may submit a written request to that effect immediately. Clause 6.2 of Instructions to Tenderers
may be referred to in this regard.
1.3 The Contract will be awarded to the Tenderer whose responsive tender is determined to be the
lowest evaluated tender and who satisfies the appropriate standards of capacity and financial
resources. Clause 27.0 and 28.0 of Instructions to Tenderers may be referred to in this
connection.
2.0 PRE-BID MEETING
2.1 A Pre-Bid Meeting, open to all intending tenderers, may be held to discuss the issues referred in
Sub-Clause 1.2 above. Clause 15.0 of Instructions to Tenderers gives full details on Pre Bid
Meeting.
3.0 RIGHT OF WAY (Supplemental to Clause 56.0 of General Conditions of Contract)
3.1 Right of way (within DMRC land) to the work site will be provided to the Contractor.
4.0 COORDINATION WITH OTHER CONTRACTORS
4.1 The contractor for this package shall plan and execute work in coordination and in co-operation with
other contractors working for adjacent/other packages, so that on completion, the proposed work
becomes an integral part of the Office Complex at Sushant Lok Metro Station PD Area at Sushant
Lok , Gurgaon..
5.0 RULES AND REGULATIONS
5.1 The Tenderers are advised to familiarize themselves with rules, regulations and by laws
applicable to them as indicated in Clause 9.0 of General Conditions of Contract. Ignorance of
rules, regulations and bye laws shall not constitute a basis for any claim at any stage of work.
6.0 SUFFICIENCY OF TENDER
6.1 The Tenderer shall be entirely responsible for sufficiency of rates quoted by him in his tender.
6.2 The Contractor (Successful Tenderer) shall be paid for only at quoted/accepted rates for finished
works as per approved construction drawings. Where such agreed/accepted rates are not available,
the contractor shall be paid at rates to be decided in accordance with Clause 64.0 of General
Conditions of Contract.
7.0 NOTICES AND INSTRUCTIONS
7.1 The Contractor shall furnish to the Employer/Engineer the postal address of his site office. Any
notice or instructions to be given to the Contractor under the terms of the contract shall be deemed
to have been served on him if it has been delivered to his authorized agent or representative at site
or if it has been sent by registered post to the site office, or to the address of the firm last furnished
by the Contractor. Clause 86.0 of General Conditions of Contract may be referred to in this
connection.
8.0 RESPONSIBILITY FOR SPECIFICATIONS, DESIGN AND DRAWINGS (Supplemental to Sub-
Clauses 8.2, 8.4 and Clause 18.0 of General Conditions of Contract.)
8.1 SPECIAL SPECIFICATIONS
One copy of Special specifications shall be supplied to the Contractor. CPWD specification/other
Specifications viz. IS, IRS, IRC, DSR,IEC etc. shall be procured by the Contractor from the market.
8.2 DRAWINGS FOR PERMANENT WORKS.
Preliminary Drawings showing general dimensions & details elaborating the scope of work (not
based on detailed design) will be supplied along with the tender documents. Detailed working
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 5 of 100 ` June 2010

drawings will be supplied during execution of work well in time including one soft copy of the
drawings.
8.3 DESIGN, DRAWINGS AND SPECIFICATIONS.
8.3.1 The contractor will submit the Shop Drawings for approval by the Engineer. After approval the
contractor would supply 6 sets of these drawings including one soft copy of the Drawings to the
Engineer for the latters use.
8.3.2 On completion of the Works, the Contractor shall arrange to furnish to the Employer six bound
sets of all As-Constructed Working Drawings and 2 sets of Soft Copy of the same for every
component of the Works, All such copies being on polyester film of quality to be approved by the
Engineer or his authorized Representative. The Certificate of Completion of Works as per the
provisions of Clause 78 of General Conditions of Contract shall not be issued by the Engineer in
the event of Contractors failure to furnish aforesaid As-Constructed drawings for the entire
works.
8.3.3 The Contractor shall promptly inform the Engineer of any error, omission, fault and other defects
in the Specifications, Drawings for the Works which are discovered when reviewing the Contract
Documents or in the process of execution of the Works.
9.0 NOT USED.
10.0 PLANS AND DRAWINGS FOR LAYOUT OF PLANT AND EQUIPMENT
10.1 The Contractor shall submit the following information, in triplicate, to the engineer for approval,
within the time stipulated against each item given below :-
a. A General layout plan for construction plant and equipment required for execution of work,
within thirty days from the date of issue of Letter of Acceptance.
b. Drawings or prints showing the locations of major facilities which he proposes to put up at
site, at least fourteen days prior to the commencement of the respective work; and
c. Any other details and drawings as required under the contract, within the time as specified in
the contract.
11.0 REFERENCE POINTS AND BENCH MARKS
11.1 Deleted
11.2 The Contractor shall establish at his cost, at suitable points, additional reference lines and
bench marks as may be necessary. The Contractor shall remain responsible for the
sufficiency and accuracy of all his benchmarks and reference lines. He shall take
precautions to see that lines, points and bench marks fixed by the Engineer are not
disturbed by his work and shall make good any damage thereto.
12.0 SUPPLY OF MATERIALS TOOLS, PLANT AND EQUIPMENT BY THE EMPLOYER
(Supplemental to Clauses 25.0 and 26.0 of General Conditions of Contract)
12.1 No material, tools, plant and equipment shall be supplied by the Employer. The Contractor has
to arrange all tools, plant, equipment as well as materials required for the work. The Contractor
shall have to identify sources for supply of all such materials and get them approved by the
Engineer before the supply starts. The Contractor shall submit the sample to the Engineer and
shall arrange for supply only after the sample is approved. Nothing extra shall be payable to the
Contractor on this account. List of the Approved Makes/Manufacturers/Suppliers has been given
in the Special Specifications. Items are to be supplied of Approved Makes only after obtaining
the Approval of Engineer. Where Make has not been Specified, Contractor shall give a proposal
for a Reputed Make and obtain Engineers Approval.
13.0 USE AND CARE OF SITE (Supplemental to Clauses 33.0 and 44.0 of General Conditions
of Contract).
13.1 The Contractor shall not demolish, remove or alter structures or other facilities on the site without
prior approval of the Engineer.
13.2 All garbage shall be burnt or removed from site daily or as they accumulate. All surface and sub-
soil drains shall be maintained in a clean, sound and satisfactory state of performance.
14.0 NOT USED.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 6 of 100 ` June 2010

15.0 NOT USED.
16.0 DUTIES, TAXES, OCTROI, ROYALTY ETC. (Supplemental to Clause 37.0 of General
Conditions of Contract)
16.1 The rates quoted by the Tenderer for all materials, required to be purchased for the satisfactory
performance of this contract, shall be deemed to be inclusive of all duties, taxes, octroi, royalties,
rentals etc. excluding Delhi VAT, where payable except as provided in clause 77.3 of General
Conditions of Contract substituted as per correction slip no. 5 to General Conditions of Contract
dated 6
th
June 2005. Clause 10.0 of Instructions to tenderers may be referred to in this
connection.
16.2 In the event of exemption of custom duties and Excise duties, sales tax/VAT or any other cess
/levy being granted by Government in respect of Works, the benefit of the same shall be passed
on to Employer. The Contractor shall maintain meticulous record of all the taxes and duties paid
and will provide the same as and when required by Employer, so that the Employer is able to
avail exemption/ reimbursement of same. Alternatively, the Employer may direct the Contractor
to get the reimbursements based on exemption certificates/ Governments order and it shall be
obligatory on part of the contractor to get the reimbursements from statutory authorities.
16.3 The Contractor shall ensure full compliance with tax laws of India with regard to this contract and
shall be solely responsible for the same. He shall submit copies of acknowledgements evidencing
filling of returns every year and shall keep the Employer fully indemnified against liability of tax,
interest, penalty etc, of the Contractors in respect thereof, which may arise.
17.0 SALES TAX/VAT CLEARANCE CERTIFICATE
17.1 If the Contractor is a Sales Tax / VAT assesses, he should produce a valid Sales Tax /VAT
Clearance Certificate before payment of final bill; otherwise, final payment to the Contractor will
be withheld.
17.2 If the Contractor is not liable to Sales Tax / VAT assessment, a certificate to this effect from a
competent Tax authority shall be produced before payment of final bill. Otherwise final payment
to the Contractor will be withheld.
18.0 CHANGES IN COST DUE TO LEGISLATION
18.1 If, after the due date for submission of tenders for the works, there occurs any change to any
Central or State Law or any regulation or bye-laws of any Local or duly constituted Authority, or
any enactment is passed by a competent legislature, relating to Excise duty and/or VAT which
causes additional or reduced cost to the Contractor in the execution of works, other than due to
price variation as per Clause 66.0 and Clause 67.0 of General Conditions of Contract, such
additional or reduced cost shall be certified by the Engineer after examining records provided by
the Contractor and shall be paid by or credited to the Employer.
18.2 Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid or
credited if,
(a) The same shall have been reflected in the indexing of any of the inputs to the Price Adjustment
Formula in accordance with the provisions of Clause 66.0 and Clause 67.0 of General
Conditions of Contract, or
(b) The same shall have been taken into account under any other clause of the contract.
18.3 Deleted.
18.4 Change in Law means the occurrence or coming in to force of any of the following, at any time
after the Date of Submission of the Tender.
(a)any new tax which is imposed after the due date of submission of tender and which
substantially impact the performance of the contractor with increased cost or which results in
extra financial gain to the contractor due to decreased cost in execution of work.
(b) Change in rates of any Existing Tax
(c) Change in law pertaining to work having the above said impact
Then such additional or reduced cost shall be certified by the engineer after examining
records provided by the contractor and shall be paid by or credited to the employer.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 7 of 100 ` June 2010

However change in rate of any existing tax will not be considered a Change in Law. Any risk
of change of tax what so ever related to the work lies with the contractor
19.0 HOUSING FACILITIES (Supplemental to Clause 34.0 of General Conditions of Contract)
19.1 The Contractor shall have to make his own arrangements for housing facilities for his staff and
labour.
20.0 SUPPLY OF WATER AND ELECTRIC POWER (Supplemental to Clause 38.0 of General
Conditions of Contract)
20.1 The Contractor shall have to make his own arrangements for Water supply and Electrical Power
necessary for the Works.
21.0 LABOUR CAMP REGULATIONS (Supplemental to Clause 35.0 of General Conditions of
Contract)
21.1 On completion of work the contractor shall clear away the labour camps, hutments and other
related installations and restore the land to its original condition to the satisfaction of the Engineer
within 45 days of the physical completion of work failing which the same shall be got cleared by
the Employer through other agency at the expense of Contractor, the employer and/or Engineer
shall not be held liable for any loss or damage to Contractors property at labour camp site due to
such removal therefrom.
21.2 Removal may be effected by means of public sale of such material, plant and property or in such
a manner as may be deemed fit and proper by the Engineer. All expenses on such
removal/clearance shall be debitable to the Contractor as loans due from Contractor to Employer
and the Engineer shall be the Competent Authority to recover the same from Contractors on-
account or final bills or from performance security amount or from any other amount payable to
the Contractor.
22.0 NOT USED
23.0 INTER COMMUNICATION FACILITIES
Telegraphic, telephone and fax services are available at Delhi. Should the Contractor wish to use
Radio communication on the site, the Employer will recommend to the appropriate authority the
application for allocation of radio frequencies to the Contractor.
24.0 ACCESS ROADS AND HAUL ROADS (Supplemental to Clauses 32.0, 55.0 and 56.0 of
General Conditions of Contract)
24.1 Existing roads and other public roads may be used by the Contractor to carry out construction
activities, with prior approval of the competent authority. The Contractor shall pay the statutory
vehicle license and permit fees for use of public roads.
24.2 The Contractors heavy construction traffic or tracked equipment shall not travel on any public
road or bridge, unless the Contractor has made arrangements with the authority concerned and
has obtained the approval of the Engineer to such arrangements. Provisions in Clause 32.0 of
General Conditions of Contract will be specially relevant. The Contractor shall include in his
price the cost of strengthening any such public road or bridge if he considers it would be
necessary.
24.3 The Contractor shall repair any damage to the road or bear the cost thereof due to movement of
contractors plants and equipment, vehicles etc. to the specifications and satisfaction of road
authorities as well as of Engineer.
24.4 The Contractor shall plan transportation of construction materials to work site in accordance with
traffic regulations enforced by local traffic authorities from time to time and in such a way that
road accidents are avoided. The Contractor should study this aspect thoroughly before quoting
for the work. No claim whatsoever shall be entertained on this account. They may note that
transportation of materials may not be possible during day and may have to be carried out within
time schedule specified by traffic police.
24.5 Deleted
24.6 Deleted
24.7 After Construction of foundation and filling back with due compaction, the surrounding area shall be
restored back to the existing condition.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 8 of 100 ` June 2010

25.0 LIGHTING AND FIRE PREVENTION (Supplemental to Clause 21.0 of General Conditions of
Contract)
25.1 Where night working is permitted by the Engineer to facilitate the Contractors Work operations,
temporary lighting equipment as per approved layout shall be provided, installed, maintained for
the duration of the contract and removed after completion of work by and at the expense of the
Contractor.
25.2 The Contractor shall provide and maintain adequate fire fighting equipment and take adequate
fire precautions for the safety of all personnel and temporary and permanent works and shall take
action to prevent damage to or destruction by fire of trees, shrubs and grasses.
25.3 No extra payment will be made for the provision of temporary lighting and fire prevention
measures and entire cost of all such work shall be deemed to have been included in the costs of
items of Bill of Quantities.
26.0 ERRORS, OMISSIONS AND DISCREPANCIES IN SPECIFICATIONS AND DRAWINGS
(Supplemental to Clause 8.0 of General Conditions of Contract)
26.1 It shall be the responsibility of the Contractor to promptly bring to the notice of Engineer any error
or discrepancy in the contract documents and obtain his orders thereon. Only stated dimensions
are to be taken and not those obtained from scaling drawings. In case any feature of the work is
not fully described and set forth in the drawings and specifications, the Contractor shall forthwith
apply to the Engineer for further instructions, drawings or specifications.
26.2 In case of errors, omissions and/or disagreement on the drawings or between the drawings and
specifications the following principles shall be followed:
26.2.1 As between the written description or written dimensions on the drawing and the
corresponding one in the specifications, the former shall apply.
26.2.2 As between the written description of the item in Bill of Quantities and the detailed
description in the specification of the same item, the former shall prevail.
26.2.3 The drawings on a large scale shall take precedence over those on a smaller scale; and
26.2.4 Drawings approved as construction drawings from time to time shall supersede
corresponding drawings previously approved.
26.2.5 As between the written description or terms or conditions given in Special Conditions Of
Contract(SCC),or NIT or ,ITT and the description or terms or conditions given in General
Conditons Of Contract (GCC) of same items the former(i.e. SCC,NIT,ITT) shall prevail.
27.0 DEDUCTIONS TO BE MADE FROM CONTRACTORS BILL (Supplemental to Clause 75 of
General Conditions of Contract)
27.1 Calculations for interest and deductions towards recovery of advances and interest thereon shall
be made from Contractors bills as provided hereunder:
27.1.1 The following shall be calculated on the first day of every month separately:
(a) amounts of mobilisation advance, advances for plant and machinery required for work and
brought to site and advance on construction material, outstanding on the last day of the
preceding month;
(b) amounts of interest remaining to be recovered on the last day of the preceding month. All
advances shall carry a simple interest at 10%.
27.1.2 Recovery on account of advances and interest thereon shall be made as per Clause 75.0 of
General Conditions of Contract and shall not exceed 30% of each bill.
27.1.3 Amount due for recovery on account of hire charges of Employers Machinery and other facilities
(if provided) as also for other services and electricity charges and expenditure, if any, incurred by
the Employer on Contractors behalf on labour, materials and equipment which may become due
from the Contractor as per terms of this contract as well as under any other prevailing laws will be
recovered from the payments to the Contractor as and when due.
27.1.4 Tax Deduction at source from each on-account progress bill shall be made by the Employer as
per the provisions of the statutes / act of statutory bodies / local Authorities. Etc.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 9 of 100 ` June 2010

28.0 EXECUTION PROGRAMME (Supplemental to Clause 53.0 of General Conditions of
Contract)
28.1 The Contractor shall prepare and submit his detailed construction programme in accordance with
Clause 53.0 of General Conditions of Contract and Clause 45.0 of Special Conditions of Contract. The
Contractor may also be asked to complete the work in a phased manner fixing priorities to the different
stretches of the work to give access to other Interfacing Contractors such as Civil, HVAC, Plumbing,
Interior, Lift, S&T Contractors and their Sub-Contractors as per requirement of Project from time to time and
to achieve following Intermediate milestones.
28.2
Sr.
No.
Intermediate Milestones Target Period for
Electrical Contractor
1. Vendor Selection and Technical Submittal At the end of Ist month
2. Placement of Order for long lead items From Ist month to 2
nd
month
3 GFC Drawing/Shop Drawing As & when required
4 Wiring & Conduiting for Electrical , LV System ( Fire
Detection System, PA System, Telephone System, BMS
System,CCTV System, Electronic billing System)
(Basements , ground & all floors including terrace)
From 2
nd
month to 6
th
month
5. Supply , Laying & Termination of all 33kV & 433 V Cables &
busducts through Trenches/Tunnels between Buildings, ASS
rising main Shafts & other related works
From 4th month to 6
th
month
6.
Supply Installation & testing of 33kV Transformers & all HT
& LT Panels with all metering protection and related BMS
Interface along with all accessories & Substation related Works
From 3
rd
month to 5
th
month
7.
Supply, Installation & Testing of DG Sets
with all accessories, Underground Fuel Tank,
Piping, Chimney, Acoustics etc. & other DG Sets
related Work
From 3
rd
month to 5
th
month
8
Final Testing, EIG Approval & other approvals

From 6
th
month to 7
th
month
9
Removal of snags
From 6
th
month to 7
th
month
10
Erection, Testing & commissioning of Fire
Fighting
From 3
rd
month to 6
th
month
11 Testing & Commissioning of complete Electrical Work , LV System
Fire Fighting Work including Final Testing , Removal of Snags ,
getting Statutory Approvals as required and commissioning,
Integrated Testing , Identify Defects and Defects Rectification &
Taking over.
8 months from LOA of
Electrical , LV System & Fire
Fighting work.

Note: I) Electrical Contractor shall follow the work Schedule of Civil Contractor, Intermediate Milestones & FinalSchedule
of Completion of Electrical,LV system & Fire Fighting Tender No: DMRC/IT&PD/SLOK/EL/01 Works.)


Penalty
Penalty for not achieving the Intermediate Milestones will be levied separately and it shall be Rs.30000/- (Rupees Thirty
thousands) per day for each Milestone.
This penalty shall not relieve the contractor from his obligation to complete the works or from any other of his
obligations and liabilities under the contract.
These penalties are in addition to the liquidated damages as mentioned in Clause 57.5 of GCC, which is
related to the overall completion of work.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 10 of 100 ` June 2010

The Contractor shall co-ordinate his programme to the extent feasible with the programmes of other
contractors to be engaged at the site or in the vicinity of the site, as furnished by the Engineer so that the
project can be completed in time as per the overall programme
28.2 As regards Project Monitoring and updating of construction programme, Clause 45.0 may be referred to.
29.0 NOT USED
30.0 LAND FOR CONSTRUCTION
30.1 The Employer will acquire and provide land for permanent works and right of way (within DMRC
land) for access thereto over routes established by the Contractor. Any additional right of way to
the land, desired by the Contractor, for Execution purpose shall be arranged by the Contractor
without any expense to the owner as provided in Clause 55.0 of the General Conditions of
Contract.
31.0 SECURITY MEASURES
31.1 Security arrangements for the work shall be in accordance with general requirements and the
Contractor shall conform to such requirements and shall be held responsible for the action or
inaction on the part of his staff, employees and the staff and employees of his sub contractors.
31.2 Contractors as well as Sub contractors employees and representatives shall wear Identification
Badges (cards), uniforms, helmets, gum boots & other safety/protection wear as directed by
Engineer, and to be provided by the Contractor. Badges shall identify the Contractor and show
the employees name and number and shall be worn at all times while at site.
31.3 All vehicles used by the Contractor shall be clearly marked with the Contractors name or
identification mark.
31.4 The Contractor shall be responsible for security of works for the duration of the contract and shall
provide and maintain continuously adequate security personnel to fulfill these obligations. The
requirements of security measures shall include, but not be limited to, maintenance of Law and
order at site, provision of all lighting, guard, flagmen, and all other measures necessary for
protection of works within the colonies, camps and elsewhere at site, all materials delivered to the
site and all persons employed in connection with the works continuously throughout working and
non-working periods including nights, Sundays and holidays, for the duration of the Contract.
However, at work sites in close proximity of traffic corridors where public and traffic are likely to
come close to the work area, suitable barricading as directed by Engineer shall be provided.
31.5 Separate payment for provision of security services will not be made and deemed to be included
in the item of Bill of Quantities.
32.0 ANCILLARY AND TEMPORARY WORKS
32.1 The Contractors proposals for erection of all ancillary and temporary works shall be in conformity
with the proposals submitted along with the tender and modifications thereto as approved by the
Engineer.
32.2 The Contractor shall submit drawings, supporting design calculations where called for by the
Engineer and other relevant details of all such works to the Engineer for approval at least one
month before he desires to commence such works. Approval by the Engineer of any such
proposal shall not relieve the Contractor of his responsibility for the sufficiency of such works.
32.3 No extra payment will be made for complying with the provisions of this clause and the cost of the
work under this element shall be deemed to be included in the Bill of Quantities.
33.0 ECOLOGICAL BALANCE
33.1 The Contractor shall maintain ecological balance by preventing deforestation, water pollution and
defacing of natural landscape. The Contractor shall, so conduct his, operations, as to prevent any
avoidable destruction, scarring or defacing of natural surrounding in the vicinity of work. In
respect of ecological balance, the Contractor shall observe the following instructions.
(a) Where destruction, scarring, damage or defacing may occur as a result of operations
relating to Permanent or Temporary works, the same shall be repaired, replanted or
otherwise corrected at Contractors expense. All work areas shall be smoothened and
graded in a manner to conform to natural appearance of the landscape as directed by the
Engineer.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 11 of 100 ` June 2010

(b) All trees and shrubbery, which are not specifically required to be cleared or removed for
execution purposes, shall be preserved and shall be protected from any damage that may
be caused by Contractors operations and equipment. The removal of trees or shrubs will
be permitted only after prior approval by the Engineer. Special care shall be exercised
where trees or shrubs are exposed to injuries by construction equipment, blasting,
excavating, dumping, chemical damage or other operation and the Contractor shall
adequately protect such trees by use of protective barriers or other methods approved by
the Engineer. Trees shall not be used for anchorage. The Contractor shall be responsible
for injuries to trees and shrubs caused by his operations. The term injury shall include,
without limitation, bruising, scarring, tearing and breaking of roots, trunks or branches. All
injured trees and shrubs shall be restored as nearly as practicable, without delay, to their
original condition at Contractors expenses.
(c) NOT USED
(d) In the conduct of construction activities and operation of equipment, the Contractor shall
utilize such practicable methods and devices as are reasonably available to control, prevent
and otherwise minimize air/noise pollution.
(e) Excessive emission of dust into the atmosphere will not be permitted during manufacture,
handling and storage of concrete aggregates/fly ash/earth/building materials and the
Contractor shall use such methods and equipment as are necessary for collection and
disposal or prevention of dust during these operations. The Contractors method of storing
and handling cement shall also include means of eliminating atmospheric discharge of dust.
Equipment and vehicles that give objectionable emission of exhaust gases shall not be
operated. Burning of materials resulting from cleaning of trees, bushes, combustible
construction materials and rubbish may be permitted only when atmospheric conditions for
burning are considered favourable.
33.2 Separate payment shall not be made for complying with provisions of this clause and all cost shall
be deemed to have been included in the price in the Bill of Quantities.
34.0 RESOURCES REPORT
34.1 The Contractor shall submit to the Engineer each month a detailed list by trade classification, of
manpower employed during the report period as also a list of all serviceable major items of
construction plant and equipment on site.
35.0 Deleted
36.0 TESTING OF MATERIALS (SUPPLEMENT TO CLAUSE 48.0 OF GENERAL CONDITIONS
OF CONTRACT)
36.1 Materials shall be tested in Contractors laboratory or at any other place directed by the
Engineer and results furnished by such authorities shall be considered as final. Engineers
representative shall, however, be given access to all operations and tests that may be
carried out as aforesaid so that he may satisfy himself regarding the procedure and
method adopted. It shall be the Contractors responsibility to arrange for the work,
materials and finished items, to the required standard as determined by laboratory tests.
36.2 The Contractor shall ensure that one of Engineers representatives remains present at the
time of taking samples and shall authenticate facts, if required.
37.0 DAY WORK
37.1 The Engineer may, if he considers it necessary or desirable, order in writing that any additional or
substituted work shall be executed on a day work basis. The Contractor shall then be paid for
such work in terms of provision contained in Sub-Clause 64.5 of General Conditions of Contract
on payment for extra items of Works not included in the Bill of Quantities.
37.2 The Contractor shall furnish to the Engineer such receipts or other vouchers as may be
necessary to prove the amounts paid and, before ordering materials, shall submit to the Engineer
quotations for the same for his approval.
37.3 In respect of all works executed on a day work basis, the Contractor shall, during the continuance
of such work, deliver each day to the Engineer an exact list in duplicate of the name, occupation
and times of all workmen employed on such works and a statement, also in duplicate, showing
the description and quantity of all materials and plant used thereon or therefore. One copy of
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 12 of 100 ` June 2010

each list and statement, after verification, shall be signed by the Engineer and returned to the
Contractor.
37.4 At the end of each month the Contractor shall deliver to the Engineer a priced statement of
labour, material and plant, used and the Contractor shall not be entitled to any payment unless
such lists and statements have been fully and punctually rendered. Provided always that if the
Engineer shall consider that for any reason the sending of such lists or statements by the
Contractor, in accordance with the foregoing provision, was impracticable, he shall be entitled to
authorize payment for such work, on being satisfied as to the time employed and plant and
materials used on such work, either as day work at such value therefore as shall, in his opinion,
be fair and reasonable.
38.0 MAINTENANCE PERIOD (Supplemental to Clause 80.0 of General Conditions of
Contract)
38.1 Maintenance period shall be as mentioned in Clause 1.3 of Instructions to Tenderers.
39.0 This contract is a fixed rate contract and hence provisions contained in price variation
clauses (GCC clause no. 66 and 67) are not applicable.
40.0 BRIEF SCOPE OF WORK
Brief scope of work is included in Sub-Clause 2.2 of Notice Inviting Tender issued with the tender
documents.
41.0 PROGRAMME OF WORK (Supplemental to Clause 53.0 of General Conditions of
Contract)
41.1 The programme of work is included in Clause 2.3 of the Notice Inviting Tender issued with the
tender documents.
42.0 METHOD OF MEASUREMENT AND PAYMENT
42.1 For the purpose of On-account payment, the contractor shall submit detailed measurements,
recorded in Measurement sheets, Abstract sheets along with recorded bill for the item actually
executed for checking and payment. Measurement shall be witnessed by Employers
representative. Payment will be effected based on unit rates as approved in the Bill of Quantities.
42.2 Deleted.
43.0 NOT USED
44.0 CONTRACTORS OFFICE
44.1 The Contractor shall establish an office in the National Capital Territory of Delhi in consultation
with the Engineer for planning, design, co-ordination and monitoring the progress of the Work and
intimate the same in writing to Engineer. The office shall be headed by a qualified person whose
credentials shall be approved by the Engineer. In addition, the Contractor may set up field
construction offices at convenient and approved locations for co-ordination and for monitoring the
progress of fieldwork. The entire cost shall be borne by the contractor.
45.0 PROJECT MONITORING (Supplemented by Appendix-I)
45.1 Activities in the works programme would be arranged as per the Works Break Down Structure
(WBS) of the work .The WBS Structure of the work would be developed by the contractor in
consultation with the Engineer. Contractor would get WBS structure approved by the Engineer.
45.2 The contractor will prepare an Execution Programme based on Computerized CPM network
using the Precedence Diagramming Method. The tentative Execution Programme shall be
submitted within 15 days of award for approval as Baseline Programme. The Baseline Program
shall clearly reflect Interface & Access dates for civil/system contracts.
45.3 After the work has started, the Contractor shall deliver in the first week of every month to the
Engineer an update of the Execution Programme showing changes, if any, in planning or
progress scheduling and reflecting the progress of all the activities of the network and the project
status as at the end of previous month.
45.4 If the Contractor falls behind the approved Execution Programme by more than one month, he
shall, within fourteen days of the date of such information, submit for approval, a revision of the
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 13 of 100 ` June 2010

execution programme showing the proposed measures, including augmentation of plant, labour
and material resources to complete the works on time.
45.5 Whenever the Contractor proposes to change the execution programme he shall immediately
advise the Engineer in writing and, if the Engineer considers the change a major one, the
Contractor shall submit a revised programme for approval.
45.6 Detailed Network Plan (Works Programme)
Detailed Network Plan shall be prepared by the Contractor for each and every activity within the
same time frame and in the same sequence as indicated in the master network plan. Activity at
this level shall not be more than 15 days duration, except for summary items like procurement/
mobilization etc.
45.7 The Contractor shall select a PC-based broad planning and control software on which the two
networks shall be implemented. Software selected shall be Microsoft Project ,Version-2002
(MSP-2002) or higher version. If any other compatible software is used, approval of the Engineer
will be required. The Contractor shall supply one licensed copy of the software selected along
with the Baseline program network and detailed network plan free of cost and load it on the PC
system of the Engineer so that uniform monitoring of the project is done and any slippages are
identified well in time and corrective action taken.
45.8 The following reports, in agreed formats and frequency, shall be submitted by the Contractor at
his own cost:
(a) Progress Reports
(b) Material Status Reports
(c) Equipment and Manpower Development Reports
(d) Any other Report desired by the Employer or the Engineer
45.9 The Engineers monitoring team will have access to all the data/information of the Contractor,
required for the assessment of the progress and monitoring. If necessary, the monitoring team
will visit the Vendor/Contractors works in order to assess the status of critical activities.
45.10 Periodic Project Status Review Meetings will be held by the Employer or the Engineer. The
Contractor shall depute his Engineers/Managers at appropriate level as decided by the Engineer
to attend the Review Meetings.
45.11 Progress photographs of the major events shall be submitted by the Contractor along with the
Progress Reports. Video Recording of the progress of works shall be maintained from beginning
till completion of work as directed by the Engineer. Cost shall be borne by the Contractor.
45.12 The Contractor shall provide additional inputs whenever the PERT-CPM diagram indicates a
possible slippage in the completion schedule. Such additional inputs may require supplementing
of equipment, personnel, work in excess of the normal work per day, work in excess of the normal
work per week or other resources. Provisions under Sub-Clause 57.5 of General Conditions of
Contract will be applicable in cases of delays due to Contractor.
46.0 CASH FLOW ESTIMATE
The Contractor shall furnish to the Engineer the detailed cash flow estimate in respect of the
works within 3 months of the award of the Contract. This shall be up-dated and submitted every
three (3) months thereafter till the completion of the works.
47.0 NOT USED
48.0 NOISE AND DISTURBANCE/POLLUTION
48.1 All works shall be carried out without unreasonable noise and disturbance. The Contractor shall
indemnify and keep indemnified the Employer from and against any liability for damages on
account of noise or other disturbance created while carrying out or in carrying out the work, and
from and against all claims, demands, proceedings, damages, costs, charges, and expenses,
whatsoever, in regard or in relation to such liability.
48.2 Subject and without prejudice to any other provision of the Contract and the law of the land and
its obligation as applicable, the Contractor shall take all reasonable precautions.
48.2.1 Deleted
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 14 of 100 ` June 2010

48.2.2 Deleted
49.0 ADVANCES (Supplemental to Clause 75.0 of General Conditions of Contract)
49.1 Mobilization advance up to 10 % of the Original Contract Value , on which Annual Simple
Interest @ 10 % will be charged and as required by the Contract shall be payable against a
Bank Guarantee of a Scheduled Commercial Bank based in India subject to other terms
and conditions of Sub-Clause 75.2 of General Conditions of Contract.
49.2 Deleted.
49.3 All advances shall carry a simple interest @ 10%.
50.0 VARIATION IN QUANTITIES OF ITEMS COVERED BY BILL OF QUANTITY
The quantities of items shown in the Bill of Quantities are approximate, and liable to vary for
carrying out similar works anywhere on DMRC Network during the actual execution of the work.
The Contractor shall be bound to carry out and complete the stipulated work irrespective of
variation in individual items, at the same rate as specified in the Bill of Quantities subject to
variation in the value of the Contract being limited to 25% of the total original/enhanced value of
the contract.
The above provisions supercede the Clause 63.0 of GCC.
51.0 STAGE PAYMENT
51.1 In accordance with the provisions of GCC clauses 72, 73, 74 and 77 the employer will pay the
contractor in the following manner and at the following items on the basis of the prices given in
the Statement of Prices. Applications for payment in respect of part deliveries of completed items
may be made by the contractor as work proceeds.
51.2 Payments will be made to the Contractor in Indian Rupees.
51.3 Notwithstanding anything stated herein, the Employers representative retains the right to withhold
payment on any pay item due for payment when the service is to be performed is not performed,
or is not carried out to the Employers Representatives satisfaction.

51.4 The Stage Payment shall be made as under:

I) Payment after material being brought to site - 65 %
II) Payment after Erection / Installation - 15 %
III) Payment after successful Testing and Commissioning -10%
IV) Payment after issue of Completion Certificate - 10%

51.5 The On-account payment will be made against indemnity bond of a format acceptable to the
engineer.

52.0 Release of Performance Security

52.1 The whole of the Performance Security, amount, shall be liable to be forfeited to the employer at
the discretion of the Employer, in the event of any breach of Contract on the part of the
Contractor or if the Contractor fails to perform or observe any of the conditions of the Contract.
The Performance Security amount, shall become due and shall be paid to the Contractor, after
the expiry of the period of the maintenance specified in the Contract, reckoned from the date on
which the engineer shall have issued the Certificate of Completion comprising the whole of the
Works, and after all failures, defects and faults have been rectified by the Contractor, to the
satisfaction of the Engineer.

Provided always that, no Performance Security amount shall become due nor payable to the
Contractor, unless all the stipulations of the Contract have been fulfilled by the contractor and all
claims and demands made by the Employer for and in respect of damage or loss by, from or in
consequence of the Works, but excluding the claims made by the Contractor on the Employer,
have been finally satisfied.

The above provisions override provisions of GCC clause 15.2.

Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 15 of 100 ` June 2010

(PART -II)

1.1 GENERAL

1.2 Work under this contract shall be executed as given in this tender document and as required at
site whether specifically shown or not. The Contractor shall carry out and complete the work
under this contract in every respect in conformity with the contract documents, as per directions
of and to the satisfaction of the Employers' Representative.
1.3 The tenderer shall constitute a competent qualified team to execute the Electrical, LV System &
Fire Fighting Works in strict compliance to statutory rules and specifications, drawings and
relevant standards, whether specifically mentioned in Tender or Drawings or BOQs or not. The
Electrical Contractor carrying out this work shall have valid License suitable for working on
Voltage Clauses.
1.3.1 In case the any part of Electrical, LV System & Fire Fighting Works are planned to be executed
through Sub Contractors, the tenderer shall assess the capabilities of the Subcontractors and
satisfy himself as regard to suitability, time schedule of work and quality standards of sub-
contractors and furnish complete credentials viz. Willingness to quote, legal status, registration,
owners /partnership, IT return, sales tax registration, past experience, solvency certificate and
other information asked in ITT regarding the proposed sub contractor/s which shall not be
changed except in the cases where the change is approved by Employers Representative to
control the quality and timely completion of work. The main bidder shall make available all the
tender documents, specifications and drawings to the Sub-contractors prior to bidding to ensure
quality, timely completion and under standing of work by Sub Contractors.
1.3.2 An undertaking from such sub contractors for having received above information and related
documents, having understood the Scope of Work and willing to execute the work shall be
submitted at the time of submission of tender, however the employer reserves the right to reject
/change the sub contractor at any stage. Sub contractor shall be deemed to be aware of the Site
Conditions, contractual conditions, nature of work, and all the risks associated with the work. Sub
contractors shall at all times keep upon work site competent and experience personnel with
communication and transport facility. Any instruction given to the representative shall be deemed
as given to Contractor and Sub contractor. No Sub Contractor shall be Engagement by Main
contractor without getting Prior approval from DMRC and no work shall be given to subcontractor
till approval.
1.3.3 No Sub letting by the contractor shall be permitted except for specific items such as the
Distribution Panels/Board Manufacture, subject to approval of Employers Representative.
1.4 In case of any contradiction between Part I and Part II of Special Conditions of Contract, the
order of Preference shall be as follows: -
a) Part II Special Conditions of Contract.
b) Part-I Special Conditions of Contract.
2.0 INTENT OF SPECIFICATIONS
2.1 Technical specifications forming a part of this contract are intended to cover work referred above.
It is not the intent to specify completely herein all aspects of design, constructional features of
equipment and details of the work to be carried out, but nevertheless the intent of the
specification is to ensure that the equipment and work shall conform in all respects to the relevant
Bureau of Indian Standard Specifications, Codes of Practice, Relevant International Codes &
Standards, Indian Electricity Act, Indian Electricity Rules and other Statutory Regulations as may
be applicable and to high standards of engineering, design and workmanship. The equipment
and work shall perform in continuous operation in a manner acceptable to the Employers'
Representative who will interpret the meaning of the specifications and drawings and shall have
the right to reject or accept any equipment or work which in their assessment is not complete to
meet the requirements of this specification and/or applicable Codes and Standards.
2.2 The work shall conform to all provisions of the relevant Government Legislation, Regulations and
Bye- laws of the Central/State/Local Authorities and of any State Electricity Boards/Companies to
whose system the installation is proposed to be connected. The Contractor shall give all
necessary notices required under the said Acts, Regulations and/or Bye- laws.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 16 of 100 ` June 2010

2.3 The contractor shall examine the installations' specifications, drawings & schedule of quantities
for feasibility & safety and may suggest or ask for change required if any to provide satisfactory &
safe services of the equipment designated for the Project.
3.0 SPECIFICATIONS AND SCHEDULES
3.1 The technical specifications and schedule of quantities shall be considered as part of this contract
and any work or materials shown in schedule and not called for in the specifications or vice versa,
shall be executed as if specifically called for in both. The drawings are for the guidance of the
contractor. Exact locations, distances and levels will be governed by the site conditions.
3.2 Special conditions of contract shall be read in conjunction with the General Conditions of the
Contract, Technical Specifications, Bill of Quantities, drawings and any other document forming
part of this contract. For any discrepancy between the General Conditions and Special
Conditions, provisions of Special Conditions shall prevail. For any discrepancy between
Technical Specifications and Bill of Quantities, the provisions of Bill of Quantities shall prevail.
3.3 Wherever it is mentioned in the specifications that the Contractor shall perform certain work or
provide certain facilities, it is understood that the Contractor shall do so at his own cost.
3.4 Where the Contract Technical Specifications stipulate requirements in addition to those contained
in the applicable Indian Standard Codes Relevant International Codes & Standards and
Specifications, these additional requirements shall also be satisfied.
3.5 The Contractor must get acquainted with the proposed site for the works and study specifications
and conditions carefully before tendering. The work shall be executed as per programme
approved by the Employers' Representative. If part of site is not available for any reason or there
is some unavoidable delay in supply of materials stipulated to be supplied by the Employers'
Representative, the programme of construction shall be modified accordingly and the Contractor
shall have no claim for any extras or compensation on this account.
3.6 Should the tenderer wish to depart from the provisions in these technical specifications, such
departure shall be listed in a separate schedule with full particulars and reasons for the same.
3.7 Contractor shall get the arranged material inspected/tested as required before use and shall not
move/ dispose off the material so arranged without the written permission of authorized
representative of Employer.
4.0 SITE CONDITIONS
4.1 Tenderers, if they so desire, can, before submitting the tender, inspect the site of the work after
obtaining prior approval from Employers' Representative in order to familiarize themselves of the
conditions of work prevailing at site as also quantum of statutory levies (taxes, duties etc.)
applicable. No extra claim on account of lack of such knowledge shall be entertained after award
of contract.
4.2 All equipment and work covered by this contract shall be capable of operating continuously and
delivering the rated output at ambient conditions prevailing at site. The anticipated maximum and
minimum extremes at site are as below.
Location - Delhi
Elevation - Around 300 m above sea level
Maximum extreme - Temperature = 45 C -- RH = 90%
Minimum extreme - Temperature = 0 C -- RH = 90%
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 17 of 100 ` June 2010

5.0 MATERIALS AND EQUIPMENT
5.1 PROCUREMENT OF MATERIAL
Contractor shall order for the approved make of material only and shall progressively forward the
copy of order placed and test certificates of the material to the Engineer/Employers
Representative. Contractor shall propose the make of the material as per List of approved make
available in Tender Document & obtain vendor approval from the Employer before ordering the
material. It may so happen, where particular material does not appear in list of Approved Makes of
the Tender Document / Bill of Quantities or Else where in the Tender Document. In such case,
Tenderer shall propose a reputed make and obtain Employers approval before Ordering.

5.2 MAKE
5.2.1 Contractor shall use the material of approved make as per approved list unless specified in
BOQ or as approved by the Employers representative.
5.2.2 The contractor shall ensure the correct selection of the approved make meeting the
specifications and application duties. Before placing order for procurement, the sample of
approved make shall be got verified for its suitability to the specification and application duty.
However in case Employers representative/ engineer, whose decision will be final and
binding on both parties, considers that the make/ model proposed by the contractor does not
meet the requirement, the contractor will be required to propose an alternative make
acceptable to the Employers Representative.
5.2.3 The Contractor shall quote the rates for material and equipments as per the list of approved
makes. In the event of contractor wanting to use alternate makes other than those stipulated
for any reason, the contractor can send a proposal after ensuring that what he proposes at
least meets both the quality, and safety standard of the stipulated makes, and the financial
benefit that will accrue to the Employer. He shall also stand full guarantee to his alternate
proposal. The alternate makes can be used only after an approval accorded by the
Employer, whose decision will be final in the matter.

5.2.4 Vendor Approval Procedure
The approval of any equipment or product to be used Works shall be done in two stages
(a) The first stage is Vendor Approval, which is
Assessment of capability of proposed Vendor to supply a particular equipment or
product, with quality and performance requirements, as required by Specifications as
well as other contract conditions.
Assessment of the financial and functional strength of the Vendor to supply the
requisite quantity of equipment and product as per delivery schedule acceptable to
contractor.
(b) In the second stage, called as Technical Submission Approval Stage, selection of
Equipment or product from the equipment / products manufactured / supplied by the
approved vendor will be done. This stage includes thorough technical assessments about
the conformance of the offered equipment / product to the Specifications and other
requirements.
(c) To obtain Vendor Approval the Contractor must apply with the five sets of the following
documents to the Engineer
(i) Company Profile and Experience of the Vendor
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 18 of 100 ` June 2010

(ii) Details of the facilities available at the Works / Manufacturing Unit where the
proposed equipment / product shall be manufactured.
(iii) ISO 9000 Certification for the Works / Manufacturing Unit where the
proposed equipment / product shall be manufactured (The Works /
Manufacturing Unit where the proposed equipment / product shall be
manufactured must have ISO 9000 Certification)
(iv) Proof regarding compliance to Manufacturers Qualifications. The offered
products must be proven in service before.
(v) Audited Financial Statements of the Vendor for the last three years.
(vi) Type test certificates from accredited laboratories for the proposed type of
equipment / products to establish the technical capability of the vendor (In
case, specific requirements are mentioned in the relevant sections of
Specifications with regard to type testing, same shall also be complied
additionally). Proposal received without the type tests certificates as
mentioned above, shall not be considered as a Vendor Proposal and
summarily rejected.
(vii) Clause wise compliance of the relevant Clauses of Specifications.
(viii) Details of supplies / orders executed in last ten years for the type of
equipment / product offered. Any other item as required by Employer /
Employers Representative.
(d) Contractor must check and certify that vendor Proposal is complete and all the above
documents are available in the Vendor Proposal. In addition, the Contractor must check /
certify compliance to the Specifications before forwarding the same.
(e) Incomplete Vendor Proposal will not be treated as a submission and will be returned.
(f) Engineer will give Approval to the Vendor Proposal (received complete with all the
documents mentioned above) within ten working days from the date of receipt.
(g) Technical submission shall be accompanied with the calculations / other technical
documents to justify the selection of any particular model of equipment / product, detailed
technical features / parameters of the selected product, type test certificates from the
accredited laboratories for the offered products, any other document required by the
Engineer.
(h) Engineer will give Approval to the Technical Proposal (received complete with all the
documents mentioned above) within ten working days from the date of receipt.
5.2.5 It may be noted that Approval of Vendors above shall only be done by Employer / Engineer
after the award of this work. Vendor Approval Submissions shall not be included in the Tender
Packages. Conditional Tender offers received from Tenderers with particular Vendors for
supply of equipment / products shall not be considered.
5.2.6 It may further be noted that Employer / Engineer shall be under no obligation to accept
equipment / products manufactured by the successful Tenderer, unless it meets the entire
criterion mentioned above.

5.3 SAMPLES
A list of items of materials and equipment together with samples, as required, shall be submitted
to 'Engineer' as per agreed schedule, for approval, before being used on work. No change in
samples and deviations from drawings of equipments shall be made from without the written
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 19 of 100 ` June 2010

instructions of the Employers' representative. Approvals given by the Employers' representative
to any samples or drawings submitted by the Contractor shall not in any way exonerate the
Contractor from his liability to carry out the work in accordance with the terms of the contract and
serving the purpose as per the standards.

5.4 SUBSTITUTE MATERIALS
Any item, which is proposed as a substitution, shall be accompanied by all technical data giving
sizes, Performance Data, Utilization Data, Technical Specifications, Technical Literature,
Particulars of Materials, Rate Analysis and the Manufacturer's name. At the time of the
submission of proposed substitution the Contractor shall state the credit, if any, due to the owner,
in the event the substitution is approved. All changes and substitutions shall be requested in
writing and approvals obtained in writing from the Employers' Representative. Any Proposed
substitute material shall be of Reputed make.

5.5 MANUFACTURERS INSTRUCTIONS
If manufacturers furnish specific instructions relating to the materials used in this contract covering
points not specifically mentioned in this document, manufacturers instructions shall be brought to
the notice of Employers' Representative for further instructions in the matter. Such instructions
from the manufacturer shall be complied by the Contractor.

5.6 INTERCHANGEABILITY
All similar parts and/or equipments shall be interchangeable with one another.

5.7 MATERIAL TESTING
The Employers' representative shall have full powers to require any material used in work to be
tested by an independent agency at the Contractor's expense in order to prove its soundness and
adequacy.

5.8 ASSEMBLY AND INSPECTION OF BMS

a. Shop assembly of all component parts shall be made to ensure that all parts are
properly fitted to minimize installation problems.

b. The Employer reserves the right to inspect any machinery, material and component
(hereinafter collectively called apparatus) finished or used by the contractor under this
contract and may reject which is defective in workmanship or design or otherwise
unsuitable for the use and purpose intended or which is not in accordance with the
intent of this contract. The contractor shall on demand by the Employer, remedy/replace
at the contractors expenses any such defective or unsuitable apparatus at No cost to
the Employer. The contractor shall advise the Employer in advance when apparatus is
ready for inspection in the contractors workshop and/or in his sub Contractors
workshop.

c. The Employers Representative shall at all times have access to all parts of shops
where apparatus are being manufactured and also shall be provided with all reasonable
inspection facilities by the contractor and his Sub Contractor.

d. None of the apparatus to be furnished or used in connection with this contract will be
supplied until shop inspection and performance testing, wherever possible, satisfactory
to the Employers Representative has been made. Such shop inspection of the
apparatus shall not however, relieve the contractor from full responsibility for furnishing
the apparatus confirming to the requirements of this contract not prejudice any claim,
right or privilege which the Employer may have because of the supply of defective or
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 20 of 100 ` June 2010

unsatisfactory apparatus. Should the Employer waive the right to inspect any
apparatus, such waiver shall not relieve the contractor from his obligation under this
contract.

e. The above clauses are in addition to the provisions available in the Tender Document,
elsewhere which are applicable.

f. In addition to the above, the provisions as per Specifications, Codes, Standards &
Tender Documents are to be followed.

5.9 INSTALLATION AND COMMISSIONING OF Electrical, LV System & Fire Fighting
Systems

a. The contractor shall carry out the complete installation and commissioning. All work
shall commence on previously prepared locations for the main and sub systems. All the
materials shall be moved from their place of storage into the plant by the contractor.
The contractor shall make his own arrangement to off load materials received at various
points, dispatch to site and to store all material received at site. The Employer shall
provide clear storage and installation space only. All installation tools and tackles as
and when required to suit the installation programme shall be provided by the
contractor.


b. All Consumables required for Erection / Installations/ Testing/Commissioning such as
cotton waste, Kerosene Oil, Emery Paper, Scaffolding Materials, Welding Rods, Gas for
Welding/Cutting etc. shall be arranged by the Contractor. Protective & Finish Painting
shall be carried out by the Contractor. Steel surfaces shall be thoroughly cleaned before
Painting. Electricity for the construction Works shall be arranged by the Contractor. The
Contractor shall remove all Wastes & Rubbish from the work site in an acceptable
manner.

c. The above clauses are in addition to the provisions available in the Tender Document
elsewhere which are applicable.

In addition to the above, the provisions as per Specifications, Codes, and Standards &
Tender Documents are to be followed.

5.10 TESTING OF BMS

a. On completion of the installation, the contractors shall arrange to carry out various initial
tests as detailed below, in the presence of and to the complete satisfaction of the
Engineer. Any defects or shortcomings found during the tests shall be speedily rectified
or made good by the contractor at his own expenses.

b. The initial tests shall include but not be limited to the following:

i) To operate and check the proper functioning of all electrically operated components viz
controller relays, automatic valves, sensors, digital switches as well as any other
electronic components.

ii) To test and check the electronic circuits, safety and other control circuits to ensure their
proper functioning.

iii) To check and adjust the valve positions in the water circuits, so that the rate of flow is
as per the design through the condensers, chillers, AHUs, cooling towers, etc.

iv) To check the systems against communication break in different circuits.

v) To load the necessary software programmes in the main PC as well as the dedicated
programmes in the various sub-controllers.

vi) To check and input the floor plans, sections and elevation of the building, wherever
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 21 of 100 ` June 2010

graphics or dynamic graphics are specified.

vii) To check control settings and all such other tests which are essential for smooth
functioning of the system.

viii) To check and demonstrate connectivity and remote operation of all the equipments and
ancillaries that are specified to be controlled and monitored by this system.

c. In addition to the initial tests the contractor shall also give one continuous operation of
test of the system, of 24 hours duration. The tests shall be conducted when all the
connected plants and systems are fully operational. The running tests shall be taken
on the completion of the initial tests, provided the connected systems are operational.

d. The contractor shall provide all necessary tools, Instruments, gauges, flow meter,
Manometer, ammeter etc. As may be required for conducting the various tests. He shall
also provide necessary lubricants, and the required personnel for the tests. However,
water and power for the tests shall be provided by the employer.

e. The above clauses are in addition to the provisions available in the Tender Document,
elsewhere which are applicable.

f. In addition to the above the provisions as per Specifications, Codes, Standards &
Tender Documents are to be followed.
6.0 STATUTORY APPROVALS
6.1 The Contractor shall submit the required applications, drawings, etc., to the concerned statutory
authorities and obtain their approval, license, permission, clearance and/or sanction. All the workmen
and supervisory staff shall be qualified and certified license holders or have competency from National /
Internationally recognized agency empowered to issue, to carry out similar work or authority.
6.1 The final completion certificate shall be obtained by the Contractor from all statutory authorities to
enable the Employers' representative to commission the equipments/installation for utilization. The
Contractor shall bear all expenditure to be incurred for getting the installations approved and obtaining
the statutory approvals. The work shall not be deemed to have been completed until all the approvals
etc., have been obtained by the Contractor. All Legitimate Fees paid by the Contractor to the statutory
authorities shall be reimbursed by the Employers' representative on production of receipts. However, all
other charges and liasoning work expenses shall be borne by the Contractor. Obtaining statutory
approvals by the Contractor shall form a part of the Contractors scope of the contract work. The
Contractor shall obtain all the required statutory approvals including but not restricted to the following.
a) ELECTRICAL WORKS: -
Approval from Electrical Inspector to Govt. of India for DMRC for all HT & LT Works
including approval on submittal and of Works before Energisation. Clearance from
Statutory Authorities for Energising the System after Completion of Work as required.
b) FIRE DETECTION AND FIRE FIGHTING SYSTEM
Approval of Fire detection and Fire Fighting system layout from Delhi Fire Service prior
to commencement of work. Contractor should co-ordinate with Detailed Design
Consultants (DDC) of DMRC for getting Design clearance. DDC will provide all the
technical support required by Delhi Fire Service for obtaining necessary Fire Clearance.
Clearance from Delhi Fire Service for energizing the systems after completion of work
and to obtain No Objection Certificate from Delhi Fire Services.
Approval of Drawings as required and clearance from authorities after Completion of
work.
c) DG SETS
Approval from Electrical Inspector to Govt. of India for DMRC for Complete DG
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 22 of 100 ` June 2010

Installations for Energisation. Pollution Control Board Clearance for the Complete DG
System. No Objection Certificate from Department of Explosives. Permission, on behalf
of Employers Representative from Electric Supply Authorities to Operate the DG Sets if
required.

d) LV SYSTEM
Approval of Drawings as required and clearance from authorities after Completion of
Work.
The Contractor shall be reimbursed on documentary proof, any statutory payments
made in connection with carrying out above activities. The quoted rates shall be
inclusive of carrying out all the above activities and nothing extra shall be payable on
the above account.

e) Any other approvals as required for the complete systems as per the scope of tender.

7.0 CO-ORDINATION OF WORK AT SITE
The Contractor shall work in co-ordination and co- operation with the Building Contractor and/or
any other agencies at site and shall arrange to place the pipes/ conduits/inserts etc in the
masonry and concrete as required, along with the progress of building works. Any hold up of the
building or other works because of delay in placing the pipes/Conduits/ inserts etc or otherwise
shall be the responsibility of the Contractor and shall make him liable for damages as may be
considered and levied by the Employers' representative.
8.0 PARTICULARS TO BE FURNISHED ALONG WITH TENDER
Tenderer is expected to go through technical specifications, drawings and other details carefully
and confirm full compliance to the same. Whenever technical specifications are not mentioned,
contractor is required to follow latest national/ international standards to ensure highest quality of
work.
In case the Tenderer finds himself unable to adhere to any of the specification/parameter, ha
should clearly indicate the reasons for the same in schedule of deviations and propose alternative
standards as per the International/National practice.

9.0 SCOPE OF ELECTRICAL WORK

The scope of work under this contract shall include the Design, Manufacture, Testing at
Manufacturers works, Supply, Transportation, Delivery, Storage, Erection, Site Testing &
Commissioning, shop drawings, approvals from relevant authorities of Electrical, LV system
& Fire Fighting Works including co-ordination & visioning with other Contractors/Agencies &
DDC as required to complete the work, & other provisions as stipulated in General
Conditions of Contract (GCC), Special Conditions of Contract (SCC), Special
Specifications, Bill of Quantities & other Tender documents comprising of but not restricted
to :

9.1 SCOPE OF ELECTRICAL WORKS: -

i) 33 kV / 433 V Indoor Sub-station including Dry Type Transformers, HT & LT Switch
Gear, Measuring & Protection System including 33 kV / 415 V Cabling & Bus
Truncking, Control Wiring, Battery & Battery Charger Interlocking etc. Integration
with Building Management System.

iv) 2 Nos. of 500 kVA each & 1 nos. 750 kVA Diesel Generator Sets with Auto Load
Management system, Auto Mains Failure & Auto Synchronization System with
Provision of Acoustics, Cooling Towers, Exhaust Chimney, Underground Diesel
Storage Tank etc. with Integration of Sub-Station & DG sets with Building
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 23 of 100 ` June 2010

Management System & Associated works.

v) The Internal Electrical Installations including wiring in GI rigid conduits with PVC
insulated FRLS cable/wires and including switches and accessories etc. for lights,
fans and socket outlets and including earthing of all points

vi) Medium voltage 1100 volt grade aluminium conductor XLPE insulated and
sheathed armoured FRLS cables in ground and/or in cable trays including cable
jointing with crimped sockets. External cabling for lighting, street lighting and
landscape lighting, provision of poles, earthing and including lighting fixtures with
lamps and accessories complete as required.

vii) Main Distribution Boards, Sub-Distribution Boards, Lighting Distribution Boards,
Rising Mains, Tap Off Boxes including cabling, Switchgear, Protection, Indications,
Meters etc.

viii) External Lighting including Cabling, Lighting Poles, Lighting Fixtures etc.

ix) Earthing for the Electrical, LV, BMS, Fire Fighting, Lifts, HVAC, Communications,
CCTV, PA system, Electronic billing system etc including provision of Earthing Pits,
Earthing Strips etc.

x) Lightning Protection System

xi) Provision of Conduiting, Raceways & Cable Trays for all Electrical, LV,
Communication System, Fibre Optics Transmission System etc

xii) Lighting Fixtures, Fans, Switches, Sockets & other Electrical installations as
specified & directed

xiii)


xiv)
Provision of On Line UPS system with all accessories, Measurement & Protection
Systems.

Provision of Solar power plant and solar system based external lighting fixtures.

xv) Preparation of Shop drawings, Approval of drawings from authorities etc.

xvi) Sanction of Electrical Inspector for DMRC before Energisation of 33kV Installations
& DG sets and obtaining other Statutory approval as applicable like clearance from
explosive department for Underground Fuel Tank, Certificates from Pollution
Control Board etc.

xvii) Integration with Building Management System.

xviii) Any other works as required to Complete Overall Electrical Works in all respect.

9.2 SCOPE OF LV SYSTEM WORKS

9.2.1 ANALOGUE ADDRESSABLE FIRE DETECTION SYSTEM :-

a. Main & Repeater Addressable Fire Alarm & Control Panels,
b. Multi Criteria Photo Electric Smoke & Heat Detectors.
c. Duct Smoke Detectors

d. Heat Detectors
e. Manual Call Boxes
f. Control Modulus

g. Dry Contact Monitor Modules
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 24 of 100 ` June 2010

h Isolator Modules
i. Combined Audio & Visual Communication Devices
j. Wiring by means of Fire Survival Cable i.e Mineral Insulated Copper Cable (MICC)
to withstand upto 950 C for 3 hours.

k Integration of Fire Detection System, with HVAC System, Emergency PA System,
Smoke Extraction System, Sprinkler System, Lift Well & Staircase Pressurization
System, Ventilation System & Building Management System.

l. Any other work to complete the Fire detection System work.

m. Obtaining of No Objection Certification from Delhi Fire Services.

9.2.2 DIGITAL PUBLIC ADDRESS SYSTEM & EPBX System Including Emergency
Public Address System.

a. Digital Amplifiers

b. Digital Audio Communication Devices

c. Emergency Talk Back handset

d.

Cable Trays, Conduiting & Wiring

e. Integration of Emergency Public Address System with Fire Detection System

f. Any other Work to complete the Emergency Public Address System Work

g. Obtaining of No Objection Certification from Delhi Fire Services
h. EPBAX system and its associated equipments, wiring, instruments & Integration.

9.2.3 BUILDING MANAGEMENT SYSTEM

a) The scope of work consists of supply and installation of Building Management
System (BMS) for monitoring and control of services as given under:

i) HVAC including smoke extraction system, pressurization systems and all types
of ventilation and exhaust systems.

ii) Complete Hydraulic systems including water supply and distribution system,
sewerage system, drainage system, water softening plant etc.

iii) Sub-station and HT & LT power supply equipments including control and
monitoring of 11KV and 415V circuit breakers. Necessary Interlocking and
relay indications would be provided. Control of maximum demand,
ON/OFF/Trip status of HT & LT breakers, display of fault status of equipments
and Auto start of standby equipment.

iv) D.G. set with fuel tanks and load management panel.

v) Common area and external lighting.

b) The following services would only be monitored through B.M.S.
i) Occupancy Sensors
ii) Fire Detection & Alarm System.
iii) U.P.S. supply
iv) Lift Management System
v) Fire and Sprinkler Pumps.
vi) CO
2
Gas Flooding with Fire Trace Tube in LT Panels.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 25 of 100 ` June 2010

vii) Measurement of electrical parameters, kVAH, kWH, kVARH, P.F., Current,
Voltage, kW, kVAR, kVA, P.F. etc.

c) BMS would have integration with Fire Detection System, HVAC Chiller
Management System, Lift Management System, Access Control System, 11kV
/ 415 V Power Supply System, D.G. Panels, Air Handling Units, Smoke
Extraction System, Ventilation System, Hydraulics etc.

d) Microprocessor based Building Management System

i) Supply, Installtion & Commissioning of Main Operator Stations

ii) Necessary Software package as required to execute the required Functions &
Generate necessary Graphics, Building Plans, BMS Programme etc.(Imported)

e) Providing, Installation, Testing & Commissioning of Network Supervise
Controller unit with all accessories

f) Providing, Installation & Commissioning of Programmable Controller
(Imported) with all accessories

g) Providing, Installation & Commissioning of Application Specific field controller
BACNET compatible with all Accessories

h) Switching Relays/Current Relays, Local/Remote Switches, Portable Operator
Terminal (POT)

i) Integrators/Modems/Gateways for Integration of Standalone Systems

j) Sensors & Field devices, Transducers

k) Rigid GI Conduiting, Wiring & Cabling including Cable Trays., Raceways

l) Any other Work to complete Building Management System Work as per
Employers Requirement.


9.2.4 True IP CCTV SYSTEM

1) IP CCTV Cameras
2) Digital Video Management Softwares
3) All required power modules and controls etc
4) RG wiring and required Conduiting.
5) Supply, Installation, testing & Commissioning of the PC, Printer with all Hardware,
Software & Accessories.

6) Any other item required for completion of the IP CCTV system.

9.2.5 ELECTRONIC BILLING SYSTEM

1) Supply of EEM and TVM and installation in existing panels.
2) Wiring and Conduiting
3) Supply, installation, testing and commissioning of the PC with necessary hardwares,
software And accessories.

4) All other items required for completion of Electronic billing as per client requirements.

(C) SCOPE OF FIRE FIGHTING WORKS
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 26 of 100 ` June 2010


Fire Fighting System as per Latest Regulation of National Building Code, Applicable National
& International Codes, All Statutory Regulations and to the satisfaction of Delhi Fire Service
and Scope Of Work shall include the following but not limited to:

I) Fire Fighting Pumping System along with Piping, Valves and all other accessories.

II) External Fire Hydrant System along with Piping, Valves, Ring Mains & all other
Accessories.

III) Internal Hydrant System along with Piping, Valves & all other Accessories.

IV) Wet Riser System along with Drum, Hose Reels etc.

V) Automatic Sprinkler System Network along with Alarm Valves & Respective Trims
and Water Motor Gong, Sprinkler Heads, Flow Switches etc.

VI) CO2 gas based Fire trace tube system in Critical LT panels with all Accessories.

VII) Portable Fire Extinguishers.

VIII) All defined Electrical works pertaining to above.

IX) Photo Luminescent Safety Signage

X) Passive fire protection with Fire rated sealant materials.

XI) To obtain No Objection Certification (NOC) from Delhi Fire Services.

XII) Integration with Building Management System.

Obtaining the Fire Clearance Certificate from Fire Authorities and other statutory
approvals as applicable including Electrical Inspectorate Approval.
Scope of work shall also include all Civil works as indicated in Bill of Quantities and
also not covered in Interface Document, Section 5 of NIT associated with Electrical,
LV system and Fire Fighting works and making and painting the Civil works as
required.
Scope of work shall also include the following:
- Maintenance of the area during implementation stage for Multy Storey Building
consisting of 2 Basements.
- De-mobilisation, Clearing of all Temporary Works and Facilities after completion
of job.
- Establishing Site Office with Documentation, Communication & Transport Facility,
Material Storage Facility & Maintenance of the Area during implementation stage
for the Electrical, LV system & Fire Fighting works by the Electrical Contractor.
- Obtaining Necessary Permits / Approval to Commence work at site form Local
Authorities.
- Scope of work shall also include obtaining all Statuary & Mandatory Permissions /
Clearances / Approvals from the concerned authorities for Commissioning of the
Installations complete as stipulated is Para 6 of Special Conditions of Contract -
Part II.
- The Contractor shall include the Supply of entire material in accordance with
specification and whole of the work necessary for the complete installations as
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 27 of 100 ` June 2010

set down in the specification and with the accompanying schedules & drawings.
Material & Components not specifically stated in the Specifications and / or Bill of
materials or not shown in the Drawings, but which are necessary for satisfactory
installation and Operations of the System, shall be deemed to have been
included in the Scope of Work.
- Any other item of work as may be required to be carried out for completing the
work under this Contract in all respects in accordance with the provisions of the
Contract and/or to ensure the safety of installation during and after execution.

The value of the work shall be on Item Rates accepted in Letter of Acceptance
subject to such additions thereto or deductions there from as may be made under the
provisions of the Contract.
The Rates are inclusive of all Cost but not limited to the cost such as for Plants,
Equipments, tools, all type of labours, supervision, all materials from the source of
supplies as approved by Engineer/Employer including all lead and lifts, transport, all
temporary works, erection, maintenance, contractors profits & establishment /
overheads together with preparation of designs and drawings, all general risks, taxes,
royalties, duties, cess, octroi and other levies, insurance liabilities and all other
obligations set out or implied in the contract for completion of work except otherwise
specified in Bill of Quantities or elsewhere in the Tender documents. The Rates are
excluding Delhi VAT.
Work of the Service Facility Management Annual Contract and
Comprehensive AMC of various System as given in Main BOQ Summary Rate
Sheet, will be part of this tender if awarded by DMRC. The DMRC reserve the
right to award or not award the Service Facility Management Annual Contract
and Comprehensive AMC depending up on the conditions prevailing at that
time..

10.0 DRAWINGS & OTHER DOCUMENTS
10.1 Working drawings (Shop Drawings) and Particulars to be furnished by the Contractor
before Commencement of Work

The Contractors shall submit Six sets of following drawings and technical particulars along with
Two soft copies (CDs) after the award of contract for approval of Employers representative
before commencement of work at site/fabrication at manufacturers work. The mode of
submission and procedure for incorporations of comments by Employers on such drawings,
resubmission and final approval shall be as finalized at site by the Employer.

10.1.1 Electrical works
10.1.1.1 33 kV Power Supply Arrangement Drawings in meter room duly indicating Provision of 33 kV
Panels/RMU along with Measuring & Protection System, Bus-bar Connections, Interlocking
Scheme etc.
10.1.1.2 33 kV Power Supply Arrangement Drawing for 33 kV Sub-Station duly indicating Provision of
33kV / 433V transformers along with Measuring & Protection System, Bus Bar Connections,
Interlocking Scheme etc.
10.1.1.3 Schematic Drawing of all Sub-Stations duly indicating all components, their
Ratings, Protection etc.
10.1.1.4 Schematic Drawings of all HT & LT Panels.
10.1.1.5 HT & LT Cable Route Diagrams.
10.1.1.6 Earthing Drawing
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 28 of 100 ` June 2010

10.1.1.7 Conduit layout for lights, fans, socket outlets and sub-mains showing size of conduit, number
and size of wires in each run, location and size of accessories like junction boxes, ceiling
boxes, fan hooks, draw boxes, switch boxes, bends, size and route of earth continuity
conductor, mode of fixing fittings and fixtures etc.
10.1.1.8 GA and schematic drawings of MV Switchboards/Distribution boards prepared by the
manufacturer showing name of the manufacturer, material and size of sheet steel/bus-
bars/interconnections and makes and ratings of switchgear including details of protection,
metering, indication, interlocks and foundation details etc.
10.1.1.9 Layouts showing the complete earthing in substations and main building.
10.1.1.10 All HT & LT Equipment Layouts
10.1.1.11 DG Set Schematic Diagram & Layout
10.1.1.12 GA and Layout drawings of DG Sets, Pumps, Pipings, Bulk Oil Tank etc prepared by the
manufacturer showing name of the manufacturer, material and size and foundation details etc.
10.1.1.13 DG Set Chimney arrangement Drawing
10.1.1.14 DG Set Acoustic arrangement Drawing
10.1.1.15 Underground Fuel Tank Drawings
10.1.1.16 Sub-Station Layout
10.1.1.17 All HT/LT Switchgear, MDB, SDB, Lighting Distribution Board Drawings
10.1.1.18 Lightning protection Drawing
10.1.1.19 All Electrical Drawings of Each Floor
10.1.1.20 UPS Layout & Schematic Drawing (GA)
10.1.1.21 Index and marking schedule for cabling, wiring and earthing including the identification tags,
markers and painting of values.
10.1.1.22 Cabling /busduct arrangement inside the Tunnel, trenches etc.
10.1.1.23 Manufacturers Drawing for all Equipments
10.1.1.24 Interlocking Scheme & Drawing
10.1.1.25 Protection Scheme & Drawings along with Relay Setting Calculations
10.1.1.26 Bus Trunking & Rising Main Drawings
10.1.1.27 Cable Tray & Race Ways Layouts
10.1.1.28 BMS and other system interface Drawings & Scheme
10.1.1.29 Lighting Drawings
10.1.1.30 Foundation & Mounting Drawings for all Equipments as applicable.
10.1.1.31 Erection Schedule & Erection Drawings.
10.1.1.32 Control Wiring Drawing
10.1.1.33 DG Set & Sub-Station Management, AMF & Auto-Synchronization Drawings.
10.1.1.34 Solar power plant system and solar based external lighting drawings.
10.1.1.35 Interface Drawings
10.1.1.36 Any other Drawing Required for Completion of Electrical Works.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 29 of 100 ` June 2010

10.1.1.37 Vendor drawings of all equipments including compliance statements.
10.1.2 LV System
10.1.2.1 Analogue Addressable Fire Detection System Drawings including Detector Layouts, Panel
Layouts, Schematic Drawing, Mounting arrangement, Fire Detection Scheme Zone Wise,
Equipment Layouts, Wiring Diagram, Interface Drawing etc
10.1.2.2 Digital PA System & EPABX Drawings including System Architecture, Equipment Layout,
Schematic Diagram, Mounting Arrangement / Wiring Diagram, Cabling Diagram etc.
10.1.2.3 Conduiting Drawings.
10.1.2.4 IP CCTV/ Electronic Billing System Drawings including System Architecture, Equipment Layout,
Schematic Diagram, Schemes, Cabling Diagram Interface Drawings etc.
10.1.2.5 Building Management System Drawings including System Architecture, DDC Diagrams, PLC
Diagrams, Logic Diagrams, I/O Summary, Interfacing & Integration Diagrams, Layout drawing
showing location of work station, supervisory controller, DDC panels, field devices etc., GA &
Schematic Drawing of controllers, Typical control Schematic & Schematic Logic Diagrams for all
controlled Items.
10.1.2.6 Layout drawings showing details of detectors, local and main control units, speakers, amplifiers
and fire control room etc.
10.1.2.7 Conduit & Cabling layout for all components of LV System.
10.1.2.8 Details of fire detection cable routing showing size, type, and number of cables and mode of
installations.
10.1.2.9 GA and schematic diagram of main control panel, amplifier racks etc.
10.1.2.10 All Interface Drawings
10.1.2.11 Any other Drawing required for completion of LV System Works.
10.1.2.12 Equipment layout with details of furniture, equipment, routing of various system cables/wires etc.
10.1.3 Fire Fighting Works
10.1.3.1 Automatic CO2 Gas based Fire Trace Tube system in Critical LT Panels Drawings including
Equipment Layout, Schematic Diagram, Interfacing Drawing etc.
10.1.3.2 Pump Room Layout
10.1.3.3 External & Internal Hydrant Piping Layouts including Laying, Clamping & Hanging arrangement
including Hydraulic Calculation.
10.1.3.4 External & Internal Hydrants Drawings indicating Pipes, Pipe fittings, Valves etc including
Hydraulic Calculation.
10.1.3.5 Fire Hose Cabinet arrangement Drawings, Layouts etc. for Internal & External Hydrants.
10.1.3.6 Automatic Sprinkler System Drawings including Layouts, Schematic Diagrams etc including
Hydraulic Calculation.
10.1.3.7 All Equipment Drawings & Layouts
10.1.3.8 Foundation & Plinth Drawings.
10.1.3.9 All Interface Drawings.
10.1.4 Approval of concerned authority as required of layout/working drawing prior to commencement
of works.
10.2.1 MANUALS
The contractor shall provide/produce 6 copies of Manuals along with Two Soft copies in bound
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 30 of 100 ` June 2010

term as approved by the Employer for all Contractor-supplied equipment and systems. The
following Set of Manuals are to be provided separately for Electrical, LV System & Fire Fighting
Works:
a) SYSTEM MANUALS
A comprehensive description of all system principles at block diagram level giving details
regarding power distribution and protection scheme.
b) USER MANUALS
Broken down into as many sub-sections as may be necessary and providing sufficient
information to enable non-technical staff to fully exploit the facilities of each system.
c) WORKSHOP MANUALS
Installation and circuit descriptions, full schematics, circuits, wiring diagrams, mechanical
construction drawings and itemized parts list to enable all maintenance rectification and
setting-up to be carried out.
d) EQUIPMENT ROOM MANUALS
All wiring diagrams and circuits, protection scheme, equipment layout, terminal and cable
listing and including such external equipment as may be necessary for completeness.
e) MAINTENANCE AND SERVICING MANUALS
To specify procedures and servicing intervals for Preventive/ Corrective maintenance and
in addition to convey sufficient information on equipment principles and practice to enable
first line, Second line & third Line fault diagnosis and rectification by technician staff.
Infrastructure required for Maintenance.
f) INSTALLATION & COMMISSIONING TEST PROCEDURES AND TEST VALUES
Shall cover commissioning test procedures for all the equipment and the final test values of
the equipment on load, without load, protective earthing and measures taken to avoid
surprise failures. Installation, Testing & Commissioning procedure shall be made and got
approved before Installation for all Equipments & Systems.
g) CONDITION MONITORING MANUAL
Shall cover the condition monitoring procedures, yardsticks, equipment wise condition
norms etc. to facilitate monitoring of equipment and avoid surprised failures
h) OPERATION MANUAL
All Information related to Operation of Equipments, Systems including Trouble Shooting &
Diagnosis should be covered.
i) SOFTWARE MANUALS
Wherever applicable, Software Manuals covering details regarding Software, Usage,
System Administration etc. will be provided.
j) MANUFACTURERS MANUALS
Operation & Maintenance Manuals of Manufacturers for all Equipments & Systems shall be
provided.

10.2.2 The User Manuals and the Maintenance and Servicing Manuals shall be prepared in both English
and Hindi Languages. Other technical manuals shall be supplied in the English language only.
10.2.3 Contractor shall submit all Manuals for review by the Employers representative prior to
Installation and the Contractor provide 3 copies of all Manuals well in advance and explain so as
to understand the manuals by the user prior to commissioning.
10.3 OTHER DOCUMENTS
The Contractors shall supply Six sets of hard copies and two sets of soft copies (CDs) of the
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 31 of 100 ` June 2010

following after completion of work: Work shall not be deemed complete till this requirement is
satisfactorily complied with. Two reproducible copies of such drawings shall also be submitted
separately.
10.3.1 ELECTRICAL WORKS
(a) As built conduit layouts for lights, fans, socket outlets and sub-mains showing sizes of
conduits, numbers and sizes of wires in each run, locations and sizes of accessories like
junction boxes, ceiling boxes, fan hooks, draw boxes, switch boxes, bends, sizes and
routes of each continuity conductor etc.
(b) As built layout of lights, fans, socket outlets, switch boards, rising mains, bus ducts external
lighting etc.
(c) As built details of cable routing drawings showing size, type and number of cables and
mode of installation including wiring index plan.
(d) As built details of earth pits and earthing conductors with markings and earth resistance
values.
(e) As built GA and schematic drawings of MV panels, distribution boards, etc. showing
material and size of sheet steel/bus bars/inter connections and make and rating of switch
gear including details of protection, metering, indication and interlocks etc. In addition to
this, laminated diagram, interlocking schematic etc for LV Switch Boards and DBs, shall be
pasted on inner side.
(f) As built Drawings for DG Sets, Cooling Towers Piping, Exhaust Piping, Bulk Oil Tank and
Schematic Drawings for Cooling Tower Piping.
(g) As built Drawings for UPS System.
(h) As built 33 kV Power Supply arrangement in meter room of the 33 kV Panels along with
Measuring & Protection System, Bus-bar Connections, Interlocking Scheme.
(i) As built drawings of 33 kV/ 433 V transformer yard, Measuring & Protection System,
earthing Connections, Interlocking Scheme etc.
(j) As built Schematic Drawing of Sub-Station duly indicating all components, their
Ratings, Protection etc.
(k) As built Schematic Drawings of all HT & LT Panels.
(l) As built HT & LT Cable Route Diagrams.
(m) As built Earthing Drawing
(n) As built All Wiring & Conduiting Diagrams
(o) As built All HT & LT Equipment Layouts
(p) As built DG Set Schematic Diagram & Layout
(q) As built DG Set Chimney arrangement Drawing
(r) As built DG Set Acoustic arrangement Drawing
(s) As built Underground Fuel Tank Drawings
(t) As built DG Set & PLC Load Management, AMF & Auto-Synchronization Drawings.
(u) As built Sub-Station Layout
(v) As built All HT/LT Switchgear, MDB, SDB, Lighting Distribution Board Drawings
(w) As built Lightening Arrestor Drawing
(x) As built All Electrical Drawings of Each Floor
(y) As built UPS Layout & Schematic Drawing
(z) As built Cabling arrangement inside the Tunnel
za. As built Manufacturers Drawing for all Equipments.
zb. As built Interlocking Scheme & Drawing
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 32 of 100 ` June 2010

zc. As built Protection Scheme & Drawings along with Relay Setting Calculations
zd. As built Bus Trunking & Rising Main Drawings.
ze As built Cable Tray & Race Ways Layouts
zf. As built Relay coordination Drawings & Scheme
zg. As built Lighting Drawings
zh. As built Foundation & Mounting Drawings for all Equipments as applicable.
zj. As built Erection Schedule & Erection Drawings.
zj. As built Control Wiring Drawing
zk. As built Interface Drawings
zl. As built Any other Drawing
zm. Results of commissioning test like insulation resistance, earth resistance, polarity, earth
continuity and other tests as required and specified. The contractor shall be required to
carry out all tests required as per specifications and applicable National / International
Codes with his own equipment and at his own cost and in case the tests results are not
within permissible values, take necessary remedial action at his cost to bring them to
desired levels.
zn. Technical Literature and Test Certificates as required together with Field Test results and
Manufacturers Test Certificates, Type Test certificates.
10.3.2 LV Works
AS BUILT DRAWINGS FOR FOLLOWING:-
a. As Built Analogue Addressable Fire Detection System Drawings including Detector
Layouts, Panel Layouts, Schematic Drawing, Mounting arrangement, Fire Detection
Scheme Zone Wise, Equipment Layouts, Wiring Diagram, Interface Drawing etc
b. As Built Digital PA System/EPBAX Drawings including System Architecture, equipment
Layout, Schematic Diagram, Mounting Arrangement / Wiring Diagram, Cabling Diagram
etc.
c. As Built Conduiting Drawings.
d. As Built IP CCTV / Electronic Billing System Drawings including System Architecture,
Equipment Layout, Schematic Diagram, Schemes, Cabling Diagram Interface Drawings
etc.
e. As Built Building Management System Drawings including System Architecture, DDC
Diagrams, PLC Diagrams, Logic Diagrams, I/O Summary, Interfacing & Integration
Diagrams, Layout drawing showing location of work station, supervisory controller, DDC
panels, field devices etc., GA & Schematic Drawing of controllers, Typical control
Schematic & Schematic Logic Diagrams for all controlled Items.
f. As Built Layout drawings showing details of detectors, local and main control units,
speakers, amplifiers and fire control room etc.
g. As Built Conduit & Cabling layout for all components of LV System.
h. As Built Details of fire detection cable routing showing size, type, and number of cables and
mode of installations.
i. As Built GA and schematic diagram of main control panel, amplifier racks etc.
j. As Built all Interface Drawings.
k. As Built Results of commissioning test like insulation resistance, earth resistance, polarity,
earth continuity and other tests as required and specified. The contractor shall be required
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 33 of 100 ` June 2010

to carry out all tests required as per specifications with his own equipment and at his own
cost and in case the tests results are not within permissible values, take necessary
remedial action at his cost to bring them to desired levels.
l. As Built Technical Literature and Test Certificates as required together with Field Test
results and Manufacturers Test Certificates.
m. Any other As Built Drawings.
10.3.3 FIRE FIGHTING WORKS
a) As Built routing layouts of all fire fighting works.
b) As Built Automatic CO2 Gas Flooding by Fire Trace Tube in Critical LT Panels Drawings
including Equipment Layout, Schematic Diagram, Interfacing Drawing etc.
c) As Built Pump Room Layout.
d) As Built External & Internal Hydrant Piping Layouts including Laying, Clamping & Hanging
arrangement including Hydraulic Calculation.
e) As Built External & Internal Hydrants Drawings indicating Pipes, Pipe fittings, Valves etc
including Hydraulic Calculation.
f) As Built Fire Hose Cabinet arrangement Drawings, Layouts etc. for Internal & External
Hydrants.
g) As Built Automatic Sprinkler System Drawings including Layouts, Schematic Diagrams etc
including Hydraulic Calculation.
h) As Built All Equipment Drawings & Layouts
i) As Built Foundation & Plinth Drawings.
j) As Built Interface drawing
k) As Built Any other Drawing Required for Completion of Fire Fighting Works
l) As Built Results of commissioning test like insulation resistance, earth resistance, polarity,
earth continuity and other tests as required and specified. The contractor shall be required
to carry out all tests required as per specifications with his own equipment and at his own
cost and in case the tests results are not within permissible values, take necessary
remedial action at his cost to bring them to desired levels.
m) As Built Technical Literature and Test Certificates as required together with Field Test
results and Manufacturers Test Certificates.
10.3.4 GENERAL
a. Manufacturers Manuals for all Equipments & Systems
b. Manufacturers Drawings for all Equipments & Systems
c. Part lists & Part Drawings
d. Rate Lists for all Consumables, Components / Sub- Assemblies, Assemblies, equipments
etc.
e. Vendors Addresses & Telephone Nos. for Equipments, Systems, Consumables,
Components, Sub-assemblies, Assemblies etc.
f. Technical Literature, Test Certificates & Operation & Maintenance Manuals for all
Equipments & Systems.
g. List of Maintenance Spares, Components & Consumables along with quantities to be kept
during Maintenance Period for Electrical, LV System & Fire Fighting Works.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 34 of 100 ` June 2010

h. List of Recommended Spares, Components & Consumables to be kept by Employer during
Post Maintenance Period.
i. All Drawings shall be Dimensionally Coordinated. Actual Dimensions are required to be
indicated.
10.4 TEST CERTIFICATES
Contractor has to carryout all type tests, acceptance tests, special tests, routine tests and
commissioning tests as per IS, other codes, specifications, etc., as required by Engineer.
Contractor shall furnish 6 copies (bound, as approved by the Engineer) of certificates for the type-
tests, routine-tests carried out as per the relevant Standard Specification for every equipment /
component/ fitting either at the manufacturers works or in a laboratory approved by the Engineer,
and the cost thereof shall be borne by the Contractor. Test certificates of successful prototype tests
shall be furnished within a month of completion of the prototype test and routine test certificates
after passing of the equipment /component/ fitting by the Engineers Representative on inspection.
The type test to be witnessed will be on the sole discretion of the Engineer.
(a) The Tests have been included at the appropriate places in the Specifications.
In the Special Conditions of Contract, the following has been included:
i. The Contractor has to carry out Type Test / produce Type Tests certificates (for
identical items) for all Major Equipment like Panels, Transformers, DG sets, HT &
LT cables, Bus Ducts, Rising Mains, Measurement System, Protection System,
HT&LT Switchgear, Wires, UPSs, etc, LV System and Fire Fighting System as
applicable whether specifically mentioned in the Specifications or not. Employer
has a discretion to ask for Type Testing of any Equipment / Type Test Certificate
of Identical Equipment whether mentioned or not.
ii. The Type Tests which will be witnessed by Employers Representative will be
decided solely by the Employers Representative.
iii. The Costs of all Testing is to be included in the rates except for expenses of travel
and boarding of Employers Representative.
The Contractor has to record the Type Tests for all equipment and submit it in 6 copies to the
Employer. Further, the Test certificates for Acceptance Tests, Special Tests, Routing Tests and
Commissioning Tests, which will be performed in the presence of Employers Representative has
to be submitted in 6 copies. However, this will not absolve the Contractor of the Complete
System to be made functional in all respects. An Integrated Testing & Commissioning shall be
done for the complete Electrical, LV System & Fire Fighting system specified.

11.0 SAFETY REGULATIONS
11.1 The Contractors shall, at his own expense, arrange for safety provisions as per safety codes of
Indian Standards Institution, Indian Electricity Act and such other Rules, Regulations and Laws as
may be applicable, as indicated below, in respect of all labour, directly or indirectly employed in
the work for performance of the Contractors part of this agreement.
11.2 While the Indian Electricity Rules 1956, as amended up to date, are to be followed in their
entirety, particular attention is drawn to the variation clauses indicated in Appendix C. Any
installation or portion of installation which does not comply with these rules should be rectified
immediately.
11.3 It shall be ensured that the control switches and distribution boards are duly marked , the
distribution diagrams of sub-stations are prominently displayed, and the sub-station premises,
main switch rooms and D.B enclosure are kept clean. Particular care should be taken to prevent
the sub-station being used as store for inflammable materials, broken furniture, waste materials
etc.
11.4 No inflammable materials shall be stored in places other than the rooms specially constructed for
this purposes in accordance with the provisions of Indian Explosives Act. If such storage is
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 35 of 100 ` June 2010

unavoidable, it should be allowed only for a short period and in addition, special precautions,
such as cutting off the supply to such places at normal hours, storing materials away from wring
and switch boards, giving electric supply for a temporary period with due permission of Engineer
shall be taken.
11.5 Rubber or insulating mats should be provided in front of the main switch boards or any other
control equipment of medium voltage and above.
11.6 Protective and safety equipments such as portable fire extinguishers rubber gauntlets or gloves,
earthing rods, linemens belt, portable artificial respiration apparatus etc. should be provided in
easily identifiable locations. Where electric welding or such other nature of work is undertaken,
goggles shall also be provided.
11.7 Necessary number of caution boards such as Man on Line, Dont switch on should be readily
available in easily identifiable locations.
11.8 Standard first aid boxes containing materials as prescribed by the St. John Ambulance Brigade or
Indian Red Cross should be provided in easily identifiable locations and should be readily
available.
11.9 Periodical examination of the first aid facilities and protective and safety equipments provided
shall be undertaken and proper records shall be maintained for their adequacy and effectiveness.
11.10 Charts (one in English and one in regional language ) displaying methods of giving artificial
respiration to any recipient of electrical shock shall be prominently displayed at appropriate
places.
11.11 A chart containing the names, addresses and telephone numbers of nearest authorized medical
practitioners, hospitals, Fire Brigade and also of the officers in charge shall be displayed
prominently along with the First Aid Box.
11.12 Steps to train supervisory and authorized persons of the Engineering staff in the First aid
Practices, including various methods of artificial respiration with the help of local authorities such
as Fire Brigade, St. Johns Ambulance Brigade, Indian Red Cross or other recognized institutions
equipped to impart such training shall be taken, as prompt rendering of artificial respiration can
save life at time of electric shock.
11.13 All new recruits should be given such First Aid Training immediately after appointment.
11.14 All supervisory and authorized persons of the Engineering staff should be deputed for refresher
course in First Aid Training periodically.
11.15 Electrical wiring and control switches should be periodically inspected and any defective wiring,
broken parts of switches, which will expose live parts, should be replaced immediately to make
the installations safe.
11.16 No work shall be undertaken on live installations, or on installations, which could be energized
unless another person is present to immediately isolate the electric supply in case of any accident
and to render first aid, if necessary.
11.17 No work on live HT/ L.T. bus bar or pedestal switchboards should be handled by a person below
the rank of a licenced Wireman and such a work should preferably be done in the presence of the
Contractors Engineer .
11.18 When working on or near live installations, suitably insulated tools should be used, and special
care should be taken to see that those tools accidentally do not drop on live terminals causing
shock or dead short.
11.19 The electrical Switchgear and distributions boards should be clearly marked to indicate the area
being controlled by them.
11.20 Before starting any work on the existing installation, it should be ensured that the electric supply
to that portion in which the work is undertaken is preferably cut off. Precautions like displaying
Men at Work cautions boards on the controlling switches, removing fuse carrier from theses
switches and these fuse carriers being kept with the person working on the installation, etc.
should be taken against accidental energisation. Permit to Work should, be obtained form the
Engineer. No work on H.T. main should be undertaken unless it is made dead and discharged to
earth with an earthing lead of appropriate size. The discharge operation shall be repeated several
times and the installation connected to earth positively before any work is started.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 36 of 100 ` June 2010

11.21 Before energizing an installation after the work is completed, it should be ensured that all tools
have been removed and accounted, no person is present inside any enclosure of the switch
board etc. any earthing connection made for doing the work has been removed, Permit to Work is
received back duly signed by the person to whom it was issued in token of having completed the work
and the installation being ready for re-energizing and Men at Work caution boards removed.
11.22 In case of electrical accidents and shock, the electrical installation on which the accident occurred
should be switched off immediately and the affected person should be immediately removed from
the live installation by pulling him with the help of his coat, shirt, wooden rod, broom handle or
with dry cloth or paper. He should be removed from the place of accident to a nearby safe place
and artificial respiration continuously given as contained in BIS. Code and Standard prescribed
by St. John Ambulance Brigade or Fire Brigade.
11.23 While artificial respiration on the affected person is started immediately, help of Fire Brigade and
Medical Practitioner should be called for and artificial respiration should be continued
uninterrupted until he recovers or medical help is availed.
11.24 POWER BLOCK & PERMIT TO WORK
For carrying out 33 kV HT Panel Work at meter room at IT Park shastri park,Delhi Contractor shall
avail Power Block and Permit to Work from the Employers Representative before commencement
of Work well in advance and after completion of Work, shall Cancel Power Block and Permit to
Work. Power Block and permit to work shall be granted only during Non-operational /
Maintenance hours of existing IT Park. The Scheduled Work has to be completed & Power Block
& Permit to Work have to be cancelled & Power Supply System Normalcy is to be restored well
before Completion of Non-operational hours / Maintenance hours. This shall be ensured by the
Contractor. Contractor has to deploy a proper & adequate team with at least a Senior Engineer
as a Team Leader.
11.25 These instructions should be explained in Hindi/local language to those staff who do not
understand English.
12.0 CLEANING, FINAL PAINTING AND MARKING
12.1 All exposed steel work not actually embedded shall be painted as instructed. The Contractor shall
be required to clean all equipment under erection as well as the work area and site at regular
intervals to the satisfaction of the Employers' representative. In case the cleaning is not to
Owner's satisfaction the same shall be got done at the Contractors cost.
12.2 STAGE OF DEBRIS AT SITE
(a) Debris and wastes like cable cut copies, conduit pieces etc. shall be stored only in an
identified and approved location at site.
(b) There shall be periodically disposed, so that the site is maintained clean and tidy.
13.0 WORKMANSHIP
Good workmanship is an essential prerequisite to be complied for this work. Skilled workers under
competent supervision shall carry out entire work in the most workmanlike manner by skilled
workers under competent supervision.
14.0 CERTIFICATION OF WORK
14.1 The methodology shall be framed mutually agreed to certify the work, through checklists,
standards progressively. Installation, Testing & Commissioning procedure shall be made and got
approved well before Installation. The installations shall be checked by a quality assurance team
of the contractor, Employers Representative.
14.2 The Contractor shall enlist the equipment assemblies/ sub assemblies/ components accessories
and other movable components on successful installation and commissioning of the equipment.
14.3 The prior approval for energisation from the competent authority shall be obtained as per the
statutory regulations in force. The Contractor shall be responsible for all safety aspects included
and approved.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 37 of 100 ` June 2010

15 MAINTENANCE DURING DEFECTS LIABILITY PERIOD
15.1 During the defect liability period the contractor shall maintain all the assets on the lines of a
Comprehensive Maintenance Contract which will include replacement/rectification of defective
equipment/component .The contractor is also required to carry out all the preventive maintenance
schedules, specified by the manufacturers .The consumables required for undertaking preventive
maintenance schedules shall be supplied by the contractor. The contractor shall be responsible
for preventive as well as corrective maintenance. The infrastructure including T&Ps, M&P,
Testing Instruments, Material Handling Equipments, Jigs & Fixtures and ladder etc. are to be
arranged by the contractor for Maintenance during Defect Liability Period. Contractor shall furnish
a List of M&Ps, T&Ps, Testing Instruments, Material Handling Equipments, Jigs & Fixtures, Unit
Exchange Spares, Rotational Spares, and Components and Consumables along with quantities
to be kept in DMRC premises during Defects Liability Period.

15.2 Contractor shall establish an office for the purpose with communication facility so as to facilitate
communication for reporting failures and liaison with DMRC maintenance staff manning Sushant
Lok PD Area round the clock .The supervisor in-charge of contractor should be provided with
mobile communication facility to ensure his presence at the site within 2 hours of reporting.
Contractor shall ensure restoration /rectification/replacement within 4 hrs. for attending to Defects
/ Failures of Minor Nature and 8 hrs. for attending Defects / Failures of Major Nature to the
satisfaction of Employers Representative. The Employers Representative in case of the delay as
deem fit shall be empowered to carry out the maintenance at the risk and cost of the Contractor.

The Contractor shall carryout Corrective Maintenance at any time during 24 hrs. X 365 days
based on the occurrence of failures / breakdowns.

15.3 Deleted

15.4 The work of Full Service Maintenance shall be carried out as follows:-

15.4.1 Full Service Maintenance of the Electrical, LV System & Fire Fighting works executed by the
Contractor under this contract during the Defects Liability period, during which, the Contractor
shall be responsible for maintenance of the installation to achieve the Uptime stipulations including
providing all consumables and spares as described hereunder. This shall be provided by the
contractor at no extra cost and is deemed to be included in the quoted rates for the installation.
Consumables required for Operation of Electrical, LV and Fire Fighting System alone shall be
provided by the Employer. F.E. Diesel Oil and not lubricant alone shall be provided by the
Employer. However, Items required for Testing & Commissioning will have to be provided by the
contractor.




15.5 ROUTINE MAINTENANCE

15.5.1 Submit a schedule for routine maintenance which shall include the Manufacturers
recommendations and / or common engineering practice (for all plant and equipment). Any
comment / instruction given by the Engineer in Charge vis a vis the maintenance
schedule shall not absolve the contractor of his obligation to properly and fully maintain all the
Electrical, LV & Fire Fighting Systems at all times.

15.5.2 Plant and equipment history card shall be maintained by the Contractor which shall give full
details of equipment and frequency of checks and overhaul.

15.5.3 Submit Weekly status report to the Engineer in Charge.

15.6 REPAIRS

15.6.1 All equipment that require repairing shall be immediately serviced and repaired. All replacement
parts and labour shall be supplied promptly.

15.7 Deleted
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 38 of 100 ` June 2010


15.8 MANPOWER

15.8.1 Adequate number of persons shall be provided including relief personnel for satisfactory
maintenance.

15.8.2 Duty allocation and Roster control shall be the contractors responsibility but shall be subject to
the approval of the Engineer in Charge.

15.8.3 The Contractor shall furnish the bio-data of all the personnel whom he proposes to deploy for the
maintenance work for the approval of the Engineer in Charge. The Contractor shall deploy
only those personnel who are approved by the Engineer in Charge. Such approval shall not
absolve the Contractor of his obligations of proper conduct and performance of his personnel.
The Engineer in Charge shall have the right, without assigning any reason whatsoever, to ask
the Contractor to remove from the Site any person, regardless of his having been approved
earlier by the Engineer in Charge, and replace with another suitable person approved by the
Engineer in Charge. The contractor shall expeditiously comply with all such instructions.

15.9 SHUT DOWN

15.9.1 No routine shut downs shall be permitted.

15.9.2 Contractor shall carry out Preventive Maintenance during Non-Operational hours with prior
permission of the Engineer in Charge. Corrective Maintenance is to be carried out as and
when failures/ defects occur any time during 24 Hrs. X 365 days.
15.10 Deleted
15.11 SPARE PARTS, SPECIAL TOOLS & TEST EQUIPMENT
During the Defects Liability Period, the Contractor shall provide free of cost all materials
including consumables, unit exchange spares and emergency spares required for
maintenance (routine and breakdown) of the Electrical and Mechanical Systems (EMS).
EMS also include Environmental Control and Building Management System provided under
the Contract. The provision of spares during the DLP excludes any spares / consumable
required for routine / breakdown maintenance of operation. Before the commission of
Works the contractor shall supply the spares, jigs and fixtures materials not later than 6
weeks before the commissioning of the services. A list of such spares and materials
required for maintenance during the Defects Liability Period and to be provided free
of cost by the Contractor and if list is found insufficient then the same need to be
augmemented for preventive and corrective maintenance of all the equipments
supplied under the contract.
If these spares are not consumed during the Defects Liability Period, these shall become
the property of the Employer at the end of Defects Liability Period.
16.0 Training
Training in Electrical, LV System & Fire Fighting Works is to be given to Employers nominated
personnel adequately. Training is to be given at least 3 months prior to Date of Completion of
Sub-Station & DG Sets Work and at least 2 months prior to Date of Completion of Balance
Works.
Prior to commissioning and final inspection or acceptance, Contractor will train and
instruct the designated operating and maintenance personnel in the operation,
adjustment, and maintenance of all the system plant and equipment .The training plan
shall be submitted to DMRC for approval.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 39 of 100 ` June 2010

This training will cover:
A demonstration to the designated O&M personnel, all procedures necessary to operate and
maintain all equipment and systems on a continuing basis

Preparation and review of the contents of the O&M Manuals with the designated O&M
personnel in full detail to explain all aspects of the Manual and the operation and maintenance
of all equipment and systems

The contractor shall arrange for theoretical as well as practical training to both supervisors and staff
adequately. Any training can be arranged in Delhi as well as outside Delhi within India with a
minimum duration of 3 days. Separate Training will have to be arranged for Different Systems. The
cost of Training except for Travel & Boarding Expenses of Employers Personal is to be borne by
the Contractor. Training manual shall be submitted for DMRC approval. At the end of training,
competency certificate should be issued to trained personnel by contractor.
17.0 APPROVED MAKES
The Contractor shall arrange to provide all equipment/ accessories as required for the work as per
the approved list of the makes as specified in the specifications unless the change is approved by
the Engineer in case of non availability or better substitute in writing.
18.0 SITE OFFICE
Deleted
19.0 ORGANISATION
The Contractor/Sub contractor shall provide at his own cost Qualified Site Engineer with minimum
staff as approved by the Engineer at site and maintain an all time team at its headquarter office
for prompt liason. Necessary details as asked in formats be furnished regarding Electrical
contractor team and the sub contractors team proposed for the work
20.0 TIME SCHEDULE
20.1 It is desirable that all the Electrical, LV System & Fire Fighting works are completed one Month prior
to the Date of Completion except those Items mentioned for Intermediate Milestones which are to
be completed accordingly.

The submittals of Contractor/sub-contractor at construction stage shall include the following but
not limited to:
Submittal


Tentative schedule
A Letter of Intent to the contractor D
B Submission by contractor regarding appointment of
approved sub contractor
D+15 days
C Release of the organisation proposed/deployed for
the work and person to be coordinated with
Commencement (D +15)
Complete Organization
Deployment (D+30)
D Establishment of the Site Office with communication,
fax, transport facility within contractor premises.
D+45 days
E Release of general arrangement drawings for the
approval of consultant/employer
Progressively, as
decided mutually
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 40 of 100 ` June 2010

Submittal


Tentative schedule
F Proposal for approved makes proposed D+30 days or before
G Samples submission At least 15 days prior to
use or mutually decided
H Subletting proposal for Materials as per the tendered
drawings with a clause to adhere to changes as
proposed by employer within the items of BOQ with
delivery schedule as per the requirement of testing
and commissioning one month prior to scheduled
date of completion of concerned system/equipment.
D+45 days
I Release of Good for Construction Drawings D1
J Assessment of quantities by electrical team / sub
contractor from issue of good for construction
drawings
D1 +7 days or mutually
agreed
K Release of shop drawings D1+15 days but prior to
other inter-linked date
L Proposal for delivery schedule of items to be
procured, detailing item, lead time, installation,
testing and commissioning period and tentative date
of completion of activity or item
Any date mutually
agreed but ensuring
availability of Item 15
days prior to Installation
M Release of order for procurement items with delivery
period as per requirement with an advise to employer
giving details of item, firm address & phones and
delivery period
Progressively D1+15
days but ensuring
availability of Item 15
days prior to Installation
(Order to be released
immediately after
Approval)
N Inspection of Items at manufacturers works as
required
As decided mutually
O Delivery at Site and inspection there off Progressively, 15 days
prior to Installation
P Report on execution of work, Estimated variation in
quantities

Monthly or as decided
mutually
Q Installation, testing and commissioning at site with
progressive inspection as required
Without delaying any
activity or as decided
mutually/as advised to
achieve Milestones
R
Final inspection of Electrical, LV System & Fire
Fighting Works excluding items mentioned for
Intermediate Milestones.
1month prior to
completion date /
finishes / or as advised
S Submission of draft completion drawings, manuals
and other documents as required
One month prior to
completion date of the
Concerned
system/equipment.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 41 of 100 ` June 2010

Submittal


Tentative schedule
T Hand over of the utilities and manuals, drawings,
warranty/guarantee papers and deployment of
maintenance staff for defect liability
Prior to completion date
U Any other items/item as required by employer As decided mutually

20.2 The Contractor shall within 15 days of award of Contract submit his time schedule, which shall be
binding on him. However employer reserves the right to amend /modify any of the dates in the
interest of the work. Contractor/sub contractor shall propose the inspection/delivery dates as per
mutual agreement. Contractor/ sub-contractor shall take in to account all such considerations
while quoting for the offer.

21. POWER SUPPLY
21.1 Power supply is available at 415/240V 3 Phase 4 wire 50 Hz earthed neutral system and all
equipment shall be suitable for the above power supply with a variation of + 10% to 15 %. All
equipment shall operate at these voltages and any equipment or component operating at other
than the above power supply shall be provided with necessary transformer.
21.2 Tenderer shall quote separately for Spares recommended by him for two years operation of each
type of equipment covered by these specifications after Defects Liability Period.
22. TOOLS AND SPARE PARTS
All tools, tackle, scaffolding and staging required for erection and assembly of the equipment and
installation covered by the contract shall be obtained by the contractor himself. All other
materials such as foundation bolts, nuts etc. are required for the installation of the plant shall also
be supplied and included in the contract.

23. TESTING & HANDING OVER
23.1 The contractor shall carry out tests on different equipment as specified in various section in the
presence of the Engineer in order to enable them to determine whether the plant, equipment and
installation in general comply with the specifications.
23.2 All equipment shall be tested after carrying out the necessary adjustments and balancing to
establish equipment ratings and all other design conditions, the test data shall be submitted in the
Acceptance Test Forms in an approved format. At least four sets of reading shall be taken for
each item tested and submitted. Instruments required for testing shall be furnished by the
contractor for testing with initial requirements of all consumables.
23.3 The plan shall be handed over after satisfactory testing along with six sets of hard copies & two
sets of soft copies (CDs) each consisting of :
i) Detailed equipment data in the proforma approved by the Engineer.
ii) Manufacturers maintenance and operating instructions.
iii) Set of as-built drawings, showing plant layouts, piping, ducting etc.
iv) Approved Test readings for all equipment & installation.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 42 of 100 ` June 2010

v) Certificates of approval from Statutory or Local Authorities for the operation and
maintenance of the installation and equipment, wherever such approval or certification is
required.
vi) List of Recommended spares.
vii) Certificate from the contractors that they cleared the site of all debris and litter caused by
them during the construction.
viii) Manuals & other Documents as per S.C.C. Part-II Clause 10.2 & 10.3.
ix) Test Certificates as per clause 10.4 of SCC Part-II.
x) List of Spares, Consumables, T&P, M&P, Material Handling equipments, Test Instruments,
Jigs & Fixtures etc. along with Quantities to be kept by Contractor in Delhi Metro premises
during Defects liability Period for maintenance.
xi) All type of Softwares with valid Licences.
xii) Completion of all Electrical, LV System and Fire Fighting Works in all respect.
xiii) Any other Item as per Tender Document
23.4 Submission of the above documentation shall form a precondition for the final acceptance of the
plant and installation.
24. TEMPORARY WORK
24.1 All designs for temporary work shall confirm to and comply with all requirements given in the
latest editions of the relevant Indian Standard specifications and codes of practice and other
technical Specifications as detailed in this tender.
24.2 For all work for which the contractor has to submit design for approval of the Employer, the same
shall be got prepared by the contractor from approved consultants who are specialized in this
field. For particular item of scaffolding, staging and shuttering, use of any proprietary method of
staging should be supplemented with proper designs of such system after getting approval from
the Engineer.
24.3 The Contractor shall assess with due care the supplementary site Investigations needed to verify
all Topographical, Hydrological & Other Site data indicated in the Tender and also collect such
additional site data / Geo Technical data as may be necessary for doing the job and safety of
Structure.
24.4 The Engineer at his discretion may order any supplementary site Geo-technical Investigation after
award of the contract for verification & Evaluation of any relevant data including Geo-Technical
data, and no claim for extra payment on this account of variation of site data so evaluated shall
be tenable subject to other relevant provisions of the Tender elsewhere.
25. MAINTENANCE PLAN
A Maintenance Plan shall be provided which will include the following:
a) Operating and Maintenance Instructions which describe the procedures for operating and
maintaining each item, unit / equipment and which will include all technical data for its
operation, routine inspection/survey, routine maintenance, procedures for removal and
replacement of components and test running.
b) Parts catalogue along with Pricelist and Recommended List of Spares for One Years
operation and for 10 Years of Operation after Defects Liability Period along with Vendors
Addresses.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 43 of 100 ` June 2010

c) A List of Special Tools, Material Handling Equipments, Jigs and Fixtures required for
dismantling & assembling and test/diagnostic equipment for Performance
Monitoring/Maintenance.
d) List of M&P, T&P, Testing Instruments, Material Handling Equipments, Jigs & Fixtures etc.
required for Maintenance to be submitted.
e) Training requirements.
f) Manpower Plan required for Maintenance.
On completion of Trial Running, Contractor will provide to DMRC copies of all
Manufacturing drawings, Schedules and Software for all Components, as well as all As
Built Drawings. On commissioning, Contractor will deliver to the Employer Copies of all
such Manufacturing Drawings, Schedules and Software for all Components, as well as all
such As Built Drawings, as will have been amended or updated since the Completion of
Trial Running.

26. DOCUMENTATION
Separate set of Manuals are to be given for Electrical, LV System and Fire Fighting Works. The
documentation included within the various Operation and Maintenance manuals being supplied
will include the following sections as appropriate to the specific equipment and systems being
provided:
a) SYSTEM MANUALS - A comprehensive description of all system principles at block
diagram level.
b) OPERATING/USER MANUALS - broken into as many sub-sections as may be necessary
and providing sufficient information to enable non-technical staff to exploit fully the facilities
of each system.
c) WORKSHOP MANUALS - installation and circuit descriptions, full schematics, circuits,
wiring diagrams, mechanical construction drawings and itemised parts list to enable all
maintenance rectification and setting-up to be carried out.
d) SOFTWARE SYSTEM MANUALS - for each software package and each piece of
equipment, which incorporates programmable devices and for which bespoke software has
been prepared specifically for this application. Source code listings with comprehensive
comments will be provided for all bespoke software together with configuration listings for
all configured standard software packages.
e) EQUIPMENT ROOM MANUALS - all wiring diagrams and circuits, equipment layout,
terminal and cable listing and including such external equipment as may be necessary for
completeness.
f) MAINTENANCE AND SERVICING MANUALS - to specify requirements, procedures and
servicing intervals for planned preventative maintenance and in addition to convey
sufficient information on equipment principles and practice to enable first line fault
diagnosis and rectification by technician staff.
g) Operation manuals
h) Commissioning, Test Procedures & Test Values Manuals.
i) Condition Monitoring Manual.
j) Manufacturers Operation & Maintenance Manuals.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 44 of 100 ` June 2010

k) Training Manuals.
The Operating/User Manuals & Maintenance & Servicing Manuals shall be prepared in both
the English and Hindi languages. Other technical manuals will be supplied in the English
language only.
Contractor will submit all Manuals for review by DMRC prior to Commissioning of Systems
well in advance.
Six controlled Hard copies & Two soft copies of all Manuals will be supplied to DMRC.
Contractor will maintain all Manuals in an up-to-date condition throughout the Contract
Period.
Documentation to be provided will also include:
Test Procedures
Test Reports
Inspection records
General Arrangement drawings
Assembly drawings
Wire termination drawings
Schematic diagrams
O & M Manuals

Recommended spares

A Soft Copy, in CD, shall also be submitted for all the documents.

27. Protection of Equipments installed

Any plant and equipment that has been installed prior to completion of the whole works but not
required for immediate use will be protected to ensure that there will be no deterioration to its
condition.

Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 45 of 100 ` June 2010

PART III
ADDITIONAL SPECIAL CONDITIONS OF CONTRACT
1.0 DELETED
2.0 OBTAINING CLEARANCES/CERTIFICATES FROM AUTHORITIES
2.1 The contractor shall arrange stage wise as may be required, submission of all the required
documents and drawings for execution and installation of the works and their inspection and
obtain approval/completion certificates with respect to his work as required for use and
connection of the utilities and occupation of the building from the Statutory Authorities. The
Contractor shall obtain and deliver to the Engineer, on completion of the works, the final
Inspection Report and approval from the Authorities.
2.2 The Contractor shall warrant that all actions taken by him in the execution of the Contract shall
conform to all applicable City, State and Central Laws, Ordinances and Regulations. The
Contractor shall defend and keep Employer harmless from loss, cost of damage by reason of any
actual or alleged violation of any statutory requirements.
3.0 DRAWINGS FOR PERMANENT WORKS
(Supplemental to Sub-Clause 8.2 of SCC Part - I)
3.1 For guidance of the bidder, drawings as listed, are enclosed with the tender documents. These
drawings are broadly indicative of the work to be carried out. These drawings are not
Construction Drawings and details indicated therein are for general guidance only and shall be
modified by the Engineer, to incorporate additional details as per design, and as described in the
Specifications and the Schedule of Quantities.
No claim whatsoever shall be admissible on account of any changes that may be introduced by
the Engineer.
3.2 The "Good for Construction" drawings which shall be issued to the Contractor by the Engineer
after the award of work, shall delineate the extent of work to be done by the Contractor.
No deviation shall be made from these drawings without a written authorization from the
Engineer.
4.0 DESIGN, DRAWINGS BY CONTRACTOR
(Supplemental to Sub-Clause 8.3 of SCC Part I)
4.1 Shop drawings by Contractor.
(a) Based on "Good for Construction" drawings issued by the Engineer the Contractor shall
prepare shop/fabrication drawings to scale as specified, indicating the required details. The
shop drawings shall be prepared before execution of work, after taking actual site
dimensions and all existing and proposed services/structures etc
(b) Shop drawings submitted by the Contractor shall be in sufficient detail to indicate the type,
size, arrangement, breakdown for packing and shipment, the external connections, fixing
arrangements required, the dimensions required for installation and interconnections with
other equipment and materials, clearances and spaces required between various portions
and any other information specifically called for.
(c) All reference points shall be in relation to the levels and locations, given in the Architectural
and Services drawings duly cross-checked on site and confirmed. All locations and levels
should be indicated with respect to grid and reduced levels with respect to the Bench Mark
adopted for the Project and indicated in the drawings issued by the Engineer.
(d) The Contractor shall verify the dimensions of all the necessary structural, architectural,
Mechanical, Electrical & Plumbing (MEP) Services and other elements, relevant to the
system being done, before proceeding with the preparation of the shop drawings and
proceeding with the physical work at site and make suitable adjustments to accommodate
within the spaces available.
(e) The Contractor shall submit all drawings only after they have been duly detailed, checked
and verified within the Contractor's organization ensuring that the details and data
shown/furnished on the drawings are correct and that the requirements of other disciplines
have been taken care. The names and complete signatures of the Contractor's personnel
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 46 of 100 ` June 2010

responsible for the drawings shall be contained on each drawing. Any drawing which does
not contain the above names and signatures shall be summarily returned to the Contractor
and treated as not having been submitted.
(f) The drawings submitted for approval shall be in any one of the standard sizes - AO, Al, A2,
A3 or A4, in accordance with Indian standards.
(g) All drawings shall show the following particulars in the lower right hand corner in addition to
the Contractor's name.
Name of the Owner.
Project Title.
Contract No.
Name of the System /Work (i.e LV Works)
Title of Drawing.
Scale
Date of Drawing.
Contractor's Drawing Number.
Space for the Engineers drawing number.
Name of the Engineer.
Name of Review Consultant.
This drawing is based on Drawing No.(s).
Further detail is given on Drawing No.(s).
(h) Each drawing shall carry a revision number, date of revision and brief details of revisions
carried out. Whenever any revision is carried out, the revision number must be updated.
The revisions carried out on the drawing shall be clearly marked by clouding and each
cloud revision numbered by marking the revision number in triangle. The clouding shall be
done on the backside of the tracing by pencil.
(i) All dimensions on drawings shall be metric units, unless otherwise specified. However, all
levels shall be in meters.
j) All shop drawings shall be prepared on CAD using AutoCAD release 14.
4.2 Revision of Approved Shop drawings.
If, at any time before the completion of the Work, changes are made necessitating revision of
approved shop drawings, the Contractor shall make such revisions and proceed in the same
manner and observe procedure for obtaining approval of the Engineer as for the approval of the
original shop drawing.
4.3 Documents by Contractor.
The contractor shall submit to the Engineer, for approval, Quality Assurance plans, Design
Calculations, Material specifications for each item and system, samples, as may be called for in
the Specifications or as the Engineer may reasonably require. Wherever necessary, the
Contractor shall provide As Built dimensions to facilitate proper Good for Construction drawings
being prepared for various construction detailing.
4.4 Number of Copies of Shop drawings and documents.
All shop drawings, documents, schedules etc. and revisions thereof shall be submitted by the
Contractor to the Engineer in 6 Hard copies and one Soft copy as per the requirement of the
Engineer. Copies required in excess of' these shall be paid for by the Engineer at a reasonable
rate, which shall include the direct cost of the documents, together with a reasonable amount to
cover the Contractor's overheads associated therewith.
4.5 Completion Drawings.
On completion of the work in all respects the contractor shall submit the following.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 47 of 100 ` June 2010

Six number portfolios (300 mm x 450 mm) each containing complete set of drawings on
approved scale indicating the work "As Built". Each portfolio shall also contain technical
literature.
These drawings shall be prepared on CAD using Auto-Cad release 14 and shall be
recorded on CDs and one set of these CDs shall also be submitted.
Six sets of catalogues & manuals of all manufactured materials with the name and
addresses of the manufacturers for all equipment provided by him.
The Contractor shall also submit one set of original "AS Built" drawings on tracing.
The Certificate of Completion of Works as per the provisions of Clause 78 of General
Constructions of Contract shall not be issued by the Engineer in the event of Contractor's failure
to furnish aforesaid "As-Constructed" drawings for the entire works.
4.6 The Contractor shall promptly inform the Engineer of any error, omission, fault and other defects
in the Specifications, Drawings for the Works which are discovered when reviewing the Contract
Documents or in the process of execution of the Works.
5.0 DRAWING MANAGEMENT AT SITE
5.1 The Contractor shall ensure that all drawings meant for further engineering, fabrication, erection
and field work are issued to his personnel in a controlled manner - a proper record shall be
maintained to show to whom the drawing is issued and to ensure that the latest revisions of the
drawing is being followed for further work. All superseded drawings shall be promptly withdrawn
from the personnel to whom they are issued and stamped "SUPERSEDED" in RED. The
Contractor shall maintain a register of drawings, with their revision/issue number, as received
from the Engineer and a record of their distribution to the designated personnel within their
organization.
5.2 The Contractor shall maintain at Site a set of the drawings issued by the Engineer on which
changes shall be progressively marked and initialed by the Engineer so that "As-Built" drawings
can be made correctly and expeditiously at the end of their Work at Site.
6.0 COOPERATION WITH OTHER CONTRACTORS
(Supplemental to Clause 4.0 of SCC Part- I)
6.1 Agencies other than the Contractor shall also simultaneously execute works other than those
covered under this Contract in connection with the Project. The Contractor shall cooperate with all
such other agencies and allow full access to them to places of work.
6.2 During course of the Works the Contractor shall extend his facilities to other agencies working on
the same Project and shall enable incorporation of their works into his work. He shall provide
levels, grid alignments, thickness of finishing items, clearances etc. as may be required by the
Engineer, to enable other contractors to coordinate their work. The Contractor shall bring to the
notice of the Engineer, works to be carried out by others which would hold up the execution of his
work.
7.0 Deleted
8.0 PHASED COMPLETION
8.1 The Contractor shall schedule his work to complete the same block-wise/area-wise/system wise,
should the Engineer so decide. Nothing extra shall be payable on this account.
9.0 NAME BOARD
9.1 The Contractor shall not display any name board for the works without the written permission of
the Engineer.
10.0 Deleted
11.0 Deleted
12.0 PROGRAMME REQUIREMENTS (See Appendix I)
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 48 of 100 ` June 2010

13.0 QUALITY ASSURANCE (See Appendix II)
14.0 ENVIRONMENTAL PROTECTION REQUIREMENTS (See Appendix III)
15.0 ACCOMMODATION, EQUIPMENT AND TRANSPORT FOR ENGINEER (See Appendix IV)
16.0 ENVIRONMENTAL QUALITY MANAGEMENT MANUAL (See Appendix V)
17.0 SAFETY MEASURES AND REQUIREMENTS FOR THE OUTLINE SITE SAFETY PLAN -
(Appendix VI)
18.0 GENERAL REQUIREMENTS-CONSTRUCTION - (See Appendix-VII)
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 49 of 100 ` June 2010

Appendix I
PROGRAMME REQUIREMENTS
1.1 GENERAL
(1) Purpose of Programme
The purpose for the requirement of Programme (Scheduling) information described in this
document is to provide the Engineer with status reports for managing,

monitoring and
coordinating the awarded contract during the execution within the overall multi-contract
project schedule. It describes a series of reports to be submitted by the Contractor to the
Engineer during the execution of the contract, following the award of Contract.
(2) The Tenderer/ Contractor shall programme his work at all times to meet the Key
Dates and the Works Area Hand-over Dates specified in the tender documents and
the specified interface periods for the design and installation of the Works with
those of the Designated Contractors and shall during the progress of the Works
constantly monitor his progress against the programmes described below.
(3) The Tenderer/ Contractor shall include in all programmes his work obligations
towards shared access, shared Site areas and other coincident or adjacent Works
Areas.
(4) The Works Programme, and all more detailed or revised versions, shall be submitted
to the Engineer for his consent.
1.2 METHODOLOGY
(1) The computerized Critical Path Method (CPM) network using the Precedence Diagramming
Method (PDM), has been selected by the Employer as the technique for contract
management system and in coordinating the multi-contract project. This technique shall
also be employed by the Tenderer in preparing their Tender submissions and by the
Contractor in their Construction Stage submissions.
(2) Unless otherwise agreed by the Engineer, all programmes submitted by the Contractor
shall be produced using computerized Critical Path Method (CPM) Networks developed
implementing the Precedence Diagramming Method (PDM) with Cost Loaded Charts and
Tables.
(3) The Contractor shall implement and use throughout the duration of the Contract, a
computerized system to plan, execute, maintain and manage the planning, design, pre-
construction, construction, and sub-contracts in executing the CPM scheduling by PDM.
The reports, documents and data provided shall be an accurate representation of the
current status of the Works and of the work remaining to be accomplished; shall provide a
sound basis for identifying problems, deviations from the planned works, and for making
decisions; and shall enable timely preparation of the same for presentation to the Engineer.
1.3 PROGRAMME MANAGEMENT SOFTWARE
(1) CPM programming software used shall be Microsoft Project ,Version-2002 (MSP-
2002) or later. Any other compatible system capable of direct file interchange
capability with software program used by the Employer can be used with
Engineers consent. Scheduling software and relevant instruction manuals, licensed
for use in connection with the contract, shall be provided by the Contractor
according to the Employers specifications for Engineers use.
(2) The Tenderer may use a system other than MSP-2002 but will be required to
demonstrate that full electronic data transfer to be available and that the various
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 50 of 100 ` June 2010

levels of reporting and coding capabilities are at least equivalent to MSP-2002.
Compatibility between SAP system and the Tenderers proposed system should be
demonstrated in his Tender submission.
(3) The Contractor shall supply the Engineer with an original licensed copy, including
manuals and approved training of the software and any subsequent versions thereof
at no extra cost.

1.4 SUBMISSIONS
1.4.0 The Contractor shall develop his Tender Programme into the Initial Works Programme including
an outline Narrative Statement and submit within 15 days of the date of issue of Letter of
acceptance and its more detailed version within 30 days of receiving the Engineers consent to
the proposed Initial Works Programme.
1.4.1 Activity in the initial works program should be arranged as per the Works Break Down Structure
(WBS) of the work. The WBS structure of the work would be developed by the contractor in
consultation with the Engineer .Contractor would get the WBS structure approved by the
Engineer.
1.4.2 The first Three Month Rolling Programme shall be submitted within 15 days of the date of issue
of Letter of acceptance and all subsequent editions shall accompany the Monthly Progress
Report. The Monthly Progress Reports shall also include a Programme Update as described
below. These programmes shall subsequently be updated as described below.
1.4.3 Following the Contractors Initial Works Programme submission but in any case no later than one(1)
months from the date of award of contract, the contractor shall make submissions of the detailed
Works Programme suitably amended to take into account the programmes of Designated
Contracts. It is the Contractors responsibility to ensure timely co-ordination with the Designated
Contractors to review, revise and finalize his Initial Work Programme so as not to affect the progress
of Works/ and or the works of the Interfacing Contractors. The resubmitted programme when
approved by the Engineer shall form the Baseline Programme against which actual progress of the
Contract shall be reckoned. As the work progresses, it may be necessary to update/ revise the
Baseline programme but such updating shall only be carried out with the prior consent of the
Engineer or when directed by them.
1.4.4 For Initial & Detail Work Programme submission, one (1) original and six (6) copies each of the
following Programmes and Reports shall be submitted to the Engineer:
a) Programme: Baseline CPM Network
b) Programme: Baseline Milestone based Cost Activity Schedule
c) Baseline Schedule Report
d) Narrative
e) Baseline Physical Progress S curve
f) Baseline Resource Charts
1.4.5 The Engineer shall review and comment on the Contractors programmes and information submitted.
The Engineer will confirm his consent or otherwise of the submissions within thirty (30) calendar
days.
1.4.6 The Employers Representative shall require the Contractor to re-submit within thirty (30) calendar
days if he is of the opinion that the programmes and information submitted by the Contractor is
unlikely to meet the Contract key dates.
1.4.7 If in the opinion of the Engineer, any of the Contractors revised programmes or Baseline Schedule
Report is not acceptable, it shall be construed as a failure of the Contractor to meet a Milestone.
1.4.8 Notwithstanding the above, the Engineer may at any time during the course of the Contract require
the Contractor to reproduce the computer-generated Baseline Schedule Report described above to
reflect actual activity dates and generate schedules based upon what if statements. The initial
computer-generated report after receiving the Engineers consent will serve as the base against
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 51 of 100 ` June 2010

which the contract progress will be measured. Any changes to the Report reflected in subsequent
Baseline Schedule Reports shall also require the Engineers consent.
1.4.9 Failure to include any element of work required for performance of the Contract shall not relieve the
Contractor from completing all works required under the Contract to achieve the original or any
extended key completion date.
1.5 WORKS PROGRAMME

(1) The Works Programme shall show the Contractors plan for organizing and carrying
out whole of the Works.
(2) The Works Programme shall be a computerized Critical Path Method (CPM) network
developed using the Precedence Diagramming Method (PDM) and shall be present in
bar chart and time-scaled network diagram format to a weekly or monthly time scale.
(3) Tasks in the Works Programme shall be sufficiently detailed to describe activities
and events that include, but are not limited to, the following:

(a) Key Dates,
(b) All physical work to be undertaken in the performance of the Contract obligations,
including Temporary Works,
(c) The requested date for issue of any drawings or information by the Engineer,
(d) Procurement of major materials and the delivery and/or partial delivery date on-Site
of principal items of Contractors Equipment,
(e) Any off-site work such as production or pre-fabrication of components,
(f) Installation of temporary construction facilities,
(g) Interface periods with Designated Contractors or utility undertakings,
(h) Design, supply and/or construction activities of sub-contractors,
(i) Any outside influence which will or may affect the Works.

(4) The Works Programme shall show achievement of all Key Dates. The Works
Programme shall also show all Milestones, but the Milestones shall not be taken as
imposing any constraints that in any way affect the logic or limit any other dates in
the programme.

(5) Activity descriptions shall be unique, describing discrete elements of work. Any
activity creating an imposed time or other constraint shall be fully defined by the
Contractor.

(6) The Works Programme shall be organized in a logical work-breakdown-structure
including work stages and phases, and shall clearly indicate the critical path(s).

(7) Activity duration shall not exceed 15 days, unless otherwise consented to by the
Engineer, except non-construction activities such as submittals, submittal reviews,
procurement and delivery of materials or equipment. The Contractor shall submit
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 52 of 100 ` June 2010

a Programme/Project Calendar cross reference clearly indicating the allowance for
holidays.

(8) The Works Programme, in each submission, shall be accompanied by an Activity
Report and a Narrative Statement as described below in both electronic (CD-R) and
hard copy format (time scale logic diagrams in A1 size, reports in A4 size).

(9) Activity Report shall list all activities, and events in the Works Programme, sorted by
activity identification number.

The Activity Report shall include the following for each activity and event:
(a) Activity identification number and description,
(b) Duration expressed in Days,
(c) Early and late start, & early and late finish dates. Planned start and finish dates,
(d) Calculated total float and free float,
(e) Predecessor(s) and successor(s), accompanying relationships and lead/lag
duration,
(f) Imposed time or date constraints,
(g) Calendar.

(10) Narrative Statement

The Narrative shall be a comprehensive statement of the Contractors plan and approach for
the execution of the Works and the achievement of key dates, handover dates, submission
dates and any intermediate dates. It shall incorporate outline method statements in respect of
major items of work. It shall fully explain the reasons for the main logic links in the Programme
and include particulars of how activity duration are established. This shall include estimated
quantities, production rates, hours per shift, work days per week and a listing of the major
items of Construction Equipment planned for use on the project. Activities, which may be
expedited by use of overtime or additional shifts, shall be identified and explained. A listing of
holidays, and other special non-work days being used for the computer reports shall be
included.
(11) Baseline Physical Progress S Curve
The Contractor shall also submit a forecast Cumulative Physical Progress S curve based on
the time-phased distribution of cost in the CPM Network Logic Diagram, expressed in
percentage terms. This S curve shall be generated from the computerized CPM Network
Logic Diagram.
(12) Baseline Resource Charts
The Contractor shall also submit a Resource Charts, generated from the Contractors CPM
Network Diagram, showing the anticipated manpower and main Construction Equipment
usage during the execution of the Project.
All submissions of proposed Works Programmes subsequently, after approval of the Initial
Works Programme, shall include the actual physical progress of work and forecast of the
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 53 of 100 ` June 2010

remaining work . Actual progress shall be stated in percent complete, remaining duration,
and actual start and finish dates for each activity in the Works Programme.
1.5 INITIAL WORKS PROGRAMME
(1) The Initial Works Programme submitted as under Clause 4.1 need not include the full
details given under Clause 1.5 above. It should be a condensed version with combined
activities of longer duration but must show clearly how the requirements of the Contract are
to be achieved in the initial work program should be arranged as per the Works Break
Down Structure (WBS) of the work. The WBS structure of the work would be developed by
the contractor in consultation with the Engineer. Contractor would get the WBS structure
approved by the Engineer . The outline Narrative Statement shall be in sufficient detail to
clearly show the Contractors intention.
(2) Within 30 days of the Engineers consent to the Initial Works Programme, the Contractor
shall submit to the Engineer an expanded and more detailed version of the Initial Works
Programme containing all of the information and detail required under Clause 1.4 above.
(3) Such submission shall make use of the Tender Programme submitted earlier but refined to
include the best estimates of dates for the work of Designated Contracts which has impact
on the Contractors programme. Such programmes shall be amended subsequently to
incorporate the actual dates/ schedule of the affecting contracts. It is the Contractors
responsibility to ensure timely co-ordination with the Designated Contractors to finalize the
Initial Programme, without affecting progress of the work.
1.6 WORKS PROGRAMME REVISIONS
(1) The Contractor shall immediately notify the Engineer in writing of the need for any
changes in the Works Programme, whether due to a change of intention or of
circumstances or for any other reason. Where such proposed change affects timely
completion of the Works or any other Key Date the Contractor shall within fourteen (14)
days of the date of notifying the Engineer submit for the Engineers consent its proposed
revised Works Programme and accompanying Narrative Statement. The proposed
revised Works Programme shall show the sequence of operations of any and all works
related to the change and the impact of changed work or changed conditions.
(2) If at any time the Engineer considers the actual or anticipated progress of the work
reflects a significant deviation from the Works Programme, he may request the
Contractor to submit a proposed revised Programme which together with an
accompanying Activity Report and Narrative Statement, shall be submitted by the
Contractor within fourteen (14) days after the Engineers instruction. The proposed
revised Works Programme shall show the sequence of operations of any and all work
related to the change and the impact of changed work or changed conditions.
(3) All activities that have negative float must be analyzed by the Contractor to identify the
impact on the timely completion of the Works or on the achievement of Key Dates.

1.7 THREE MONTH ROLLING PROGRAMME
(1) The Three Month Rolling Programme shall be an expansion of the current Works
Programme, covering sequential periods of three months. The Three Month Rolling
Programme shall provide more detail of the Contractors plan, organization and execution
of the work within these periods. In particular, the Contractor shall expand each activity
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 54 of 100 ` June 2010

planned to occur during the next three (3) month period, if necessary to a daily level of
detail.
(2) The Three Month Rolling Programme shall be developed as a Critical Path Method (CPM)
network, and shall be presented in bar chart and time-scaled network diagram format. Bar
charts shall be presented on an A4 and time-scaled networks diagrams on an A1 size
reproducible media. Tasks in the programme shall be derivatives of and directly related to
tasks in the approved Works Programme.
(3) The Contractor shall describe the discrete work elements and work element inter-
relationships necessary to complete all works and any separable parts thereof including
work assigned to sub-contractors.
(4) Activity duration shall not exceed two (2) weeks unless otherwise consented to by the
Engineer.
(5) Each activity in the Three Month Rolling Programme shall be coded, or described so as
clearly to indicate the corresponding activity in the Works Programme.

1.8 THREE MONTH ROLLING PROGRAMME REVISIONS AND UPDATE
(1) The Three Month Rolling Programme shall be extended forward each month as described
under Clause 1.5(1) above. Each submission of the Three Month Rolling Programme shall
be accompanied by a Programme Analysis Report, describing actual progress to date, and
the forecast for activities occurring over the next three-month period.
(2) If the Three Month Rolling Programme is at variance with the Works Programme, the
Programme Analysis Report shall be accompanied by a supporting Narrative Statement
describing the Contractors plan for the execution of the activities to be undertaken over the
three month period, including programme assumptions and methods to be employed in
achieving timely completion.
(3) The Contractor shall revise the Three Month Rolling Programme or propose revisions of the
Works Programme, or both, from time to time as may be appropriate to ensure consistency
between them.
1.9 THREE WEEK ROLLING BAR CHART SCHEDULE
Once a week, on a day mutually agreed to by the Engineer and the Contractor, a meeting will be
held to assess progress by the Contractor during the previous week. The Contractor shall submit
a construction schedule listing activities completed and in-progress from the previous week and
the activities scheduled for the succeeding two weeks based on the detailed Works Programme.
Copies of the schedule shall be submitted on A3 sized papers.
1.10 PROJECT CALENDAR
For the Project, the Contractor shall adopt 7 days a week calendar, identical calendar for the
purpose of programming and Execution of Works. Official documents shall be transacted during 5
days week Monday through Friday, except for National (Govt. of India) Holidays. For Project
purposes, a week begins at 0001 hours on a Monday and ends at 2359 hours on a Sunday. The
completion of an activity or the achievement of an event when given a week number shall be
taken to mean midnight on the Sunday at the end of the numbered week. An access date or
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 55 of 100 ` June 2010

activity start date when given as a week number shall be taken to mean 0001 hours on a Monday
of the Numbered week.

1.11 PROGRAMMING PERSONNEL
The Contractor shall submit, as part of its Staff Organization Plan, the names and required
information for the staff to be employed on Works Programming. The principal Works
Programmer shall hold reputable professional qualifications acceptable to the Engineer including
at least five (5) years relevant experience in programming construction works. Others in the
group shall have at least three (3) years experience in such work. The programmers shall be
employed by the Contractor full time on the Contract until the completion or such earlier time the
Engineer may give his consent.
1.12 PROGRAMME AND REPORT SUBMISSION FORMAT
The Contractor shall submit one (1) original and six (6) copies and one (1) reproducible (for
Programmes) of all submissions to the Engineer. All submissions shall be in A0, A1, A3 or A4 size,
as appropriate except as may otherwise be agreed by the Engineer. In addition, the computerized
programme and report shall be submitted in Compact Discs (CDs) (similarly for submissions required
under Clause 5.4).
The format for all Programme and Report submissions shall be strictly in accordance with the format
as stated herein or as requested by the Engineer.
2.0 MONTHLY PROGRESS REPORTS
2.1 GENERAL
(1) The Contractor shall submit to the Engineer, a Monthly Progress Report. This Report shall
be submitted by the end of each calendar month and shall account for all work actually
performed from 26
th
day of the last month and up to and including the twenty-fifth (25
th
) day
of the month of the submission. It shall be submitted in a format to which the Engineer
shall have given his consent and shall contain sections/sub-sections for, but not be limited
to, the topics listed in clauses below.
2.2 FINANCIAL STATUS
(1) A narrative review of all significant financial matters, and actions proposed or taken in
respect to any outstanding matters.
(2) A spreadsheet summarizing each Cost Center, the budget, costs incurred during the
period, costs to date, costs to go, cost forecast (total of costs to date and costs to go) and
cost variance (difference between cost forecast and budget).
(3) A spreadsheet indicating the status of all payments due and made.
(4) A report on of the status of any outstanding claims. The report shall in particular provide
interim updated accounts of continuing claims.
2.3 PHYSICAL PROGRESS
(1) It shall describe the status of work performed, significant accomplishments, including
critical items and problem areas, corrective actions taken or planned and other pertinent
activities, and shall, in particular, address interface issues, problems and resolutions.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 56 of 100 ` June 2010

(2) It shall include a simplified representation of progress measured in percentage terms
compared with percentage planned as derived from the Works Programme.

2.4 PROGRAMME UPDATE (For Entire Project)
Programme updating shall include:
(a) The monthly Programme Update which shall be prepared by recording actual activity
completion dates and percentage of activities completed up to the twenty-fifth (25
th
) of the
month together with estimates of remaining duration and expected activity completion
based on current progress. The Programme Update shall be accompanied by an Activity
Report and a Narrative Statement. The Narrative Statement shall explain the basis of the
Contractors submittal:
(i) Early Work and Baseline Submittals explains determination of activity duration and
describes the Contractors approach for meeting required Key Dates as specified in
the Contract.
(ii) Updated Detail Programme Submittals state in narrative the Works actually
completed and reflected along Critical Path in terms of days ahead or behind
allowable dates. Specific requirements of narrative are:
If the Updated Detailed Work Programme indicates an actual or potential delay to
Contract Completion date or Key Dates, identify causes of delays and provide
explanation of Work affected and proposed corrective action to meet Key Dates
or mitigate potential delays. Identify deviation from previous months critical path.
Identify by activity number and description, activities in progress and activities
scheduled to be completed.
Discuss Variation Order Work Items, if any.
(b) The Programme Status which shall:
(i) Show Works Programme status up to and including the current report period, display
Cumulative progress to date and a forecast of remaining work.
(ii) be presented as a bar-chart size A3 or A4 and as a time-related logic network
diagram on an A1 media, including activity listings;
(c) The Activity Variance Analysis which shall analyze activities planned to start prior to or
during the report period but not started at the end of the report period as well as activities
started and/or completed in advance of the Works Programme.
2.5 MILESTONES STATUS
A report on the status of all Milestones due to have been achieved during the month and
forecasts of achievement of any missed Milestones, and those due in the next month.
2.6 THREE MONTH ROLLING PROGRAMME
The monthly issue of the Three Month Rolling Programme.
2.7 In case of failure of the contractor to make submissions as per section 1.4 herein above, the
Employer/ Engineer shall retain 5% of the due progress payment till the submissions. For non-
submission of Monthly Update and Progress Reports as per Clause 2.0 herein above, the
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 57 of 100 ` June 2010

Employer/ Engineer shall retain 5% of the due progress payment in each case which shall be
released upon submission o the same. In case the submissions are not made in the month it is
due, the retained payment would be released only in the next Monthly Running Bill.


2.8 PROCUREMENT REPORT
(1) A summary of all significant procurement activities during the month, including action taken
to overcome problems.
(2) A report listing major items of plant and materials which will be incorporated into the Works.
The items shall be segregated by type as listed in the Specifications and the report should
show as a minimum the following activities:
(a) Purchase Order Date Scheduled/ Actual,
(b) Manufacturer/ Supplier and Origin,
(c) Letter of Credit Issued Date,
(d) Manufacturer/ Supplier Ship Date Scheduled/ Actual,
(e) Method of Shipment,
(f) Arrival Date in India Scheduled/ Actual.
2.9 PRODUCTION AND TESTING
(1) A review of all production and manufacturing activities during the month.
(2) Summaries of all production and manufacturing outputs during the month together with
forecasts for the next month.
(3) Review of all testing activities (both at site or at the manufacturers premises) during the
month.
2.10 SAFETY
(1) A review of all safety aspects during the month including reports on all accidents
and actions proposed to prevent further occurrence.
2.11 ENVIRONMENTAL
(1) A review of all the environmental issues during the past month to include all
monitoring reports, mitigation measures undertaken, and activities to control
environmental impacts.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 58 of 100 ` June 2010

Appendix II
QUALITY ASSURANCE
1.1 General
The Contractor shall implement a Project Quality Management Plan in accordance with ISO-9001
Quality System Model for Quality Assurance in Design/Development, Production, Installation
and Servicing or any other system as approved by Engineer to ensure that all materials,
workmanship, plant and equipment supplied and work done under the contract meets the
requirements of the contract. This plan shall apply to all activities related to the quality of items,
including designing, purchasing, inspecting, handling, assembling, testing, storing, and shipping
of materials and equipment and different elements of construction work and installations of
system components.
The Quality Plan to be prepared by the Contractor and submitted to the Engineer shall follow the
requirements of ISO 9001 and address each element therein. This Quality Plan / QA manual,
specific to this work must be submitted with in one month of award of contract.
Running on account payment will be released after the following milestones are achieved and
Engineer has issued a Notice of No Objection or a Notice of No Objection subject to
(specifying the condition).
a. Release of on-account payment after two months of signing the contract agreement On
submittal of QA Manual duly approved by Engineer (ER). Otherwise 10% of the running bill
be withheld till compliance.
b. Closure of Non-conformance Report Action taken on non-compliance and its closure to
be ensured within 15 days of issue of non conformance report. In case of non closure of
report, running on-account bill will be with held @ 1 % of amount for every non closure, till
the same are closed satisfactorily.
c. Release of on-account payment after four months and thereafter every 3 months from the
date of start of work On submittal of Internal Quality Audit Report duly reviewed by
Engineer and Action Taken Report. Otherwise 10% of the running bill be withheld till
compliance.
d. Release of Final bill i. Closure of all non-conformance reports
ii. Submittal of all quality documented record pertaining
to monitoring and accountability including QA Manual
& Procedures
Registration of the Contractors organization, or subcontractors or sub-consultants is not required
for this Project but the Project Quality Management Plan as submitted shall meet the intent of the
ISO 9001 requirement in that there is a comprehensive and documented approach to achieving
the project quality requirements.
1.2 Quality Assurance Management Plan
The Project Quality Management Plan (PQMP) shall as a minimum address the quality system
elements as required by ISO 9001, generally noting the applicability to the Contractors Works
Programme for the Project. Procedures or Quality Plans to be prepared by others (Suppliers,
Subcontractors, Sub-consultants) and their incorporation in the overall PQMP shall be identified.
The Contractor shall provide and maintain a Quality Assurance Plan (QA) to regulate methods,
procedures, and processes to ensure compliance with the Contract requirements. The QA Plan,
including QA written procedures, shall be submitted to the Engineer for his review.
Adequate records shall be maintained in a readily retrievable manner to provide documented
evidence of quality monitoring and accountability. These records shall be available to Employer
at all times during the term of the Contract and during the Defects Liability Period and for a five
year period thereafter.
The Plan shall identify:
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 59 of 100 ` June 2010

Design Process: that control, check and verify the accuracy, completeness and integration
of the design shall be performed by certified personnel and in accordance with documented
procedure that have the written consent of the Engineer.
Special Processes: that control or verify quality shall be performed by certified personnel
and in accordance with documented procedures that have the written consent of the Engineer;
Inspection and Test: Inspection and testing instructions shall provide for reporting non-
conformances or questionable conditions to the Engineer; Inspection shall occur at appropriate
points in the installation sequence to ensure compliance with drawings, test specifications, process
specifications, and quality standards. The Engineer shall designate, if necessary, inspection hold
points into installation or inspection planning procedures;
Receiving Inspection: These procedures shall be used to preclude the use of
nonconforming materials and to ensure that only correct and accepted items are used and installed;
Identification and Inspection Status: a system for identifying the progressive inspection
status of equipment, materials, components, subassemblies, and assemblies as to their
acceptance, rejection, or non-inspection shall be maintained;
Identification and Control of Items: an item identification and tractability control shall be
provided;
Handling, Storage, and Delivery: provide for adequate work, surveillance and inspection
instructions.
The Plan shall ensure that conditions adverse to quality such as failures, malfunctions,
deficiencies, deviations, and defects in materials and equipment shall be promptly identified and
corrected.
The Plan shall provide for establishing, and maintaining an effective and positive system for
controlling non-conforming material including procedures for the identification, segregation, and
disposal of all non-conforming material. Dispositions for the use or repair of non-conforming
materials shall require the Engineers consent.
1.3 Plan Implementation and Verification
The Plan shall clearly define the QA Organization. Management responsibility for the QA shall be
set forth on the Contractors policy and organization chart. The Plan shall define the
requirements for QA personnel, their skills and training. Records of personnel certifications shall
be maintained and monitored by the QA personnel. These records shall be made available to the
Engineer for review, upon request.
The QA operations shall be subject to the Engineers, Employer or Employers authorized
representatives verification at any time, including: surveillance of the operations to determine that
practices, methods and procedures of the plan are being properly applied; inspection to measure
quality of items to be offered for acceptance; and audits to ensure compliance with the Contract
documents.
The contractors Quality Audit Schedule shall be submitted to the Engineer for consent every
three months or more frequently as required.
The results of Quality Audits shall be summarized in the Contractors Monthly ---- reports.
The Contractor shall provide all necessary access, assistance and facilities to enable the
Engineer to carry out on-site and off-site surveillance of Quality Assurance Audits to verify that
the quality system which has the consent of the Engineer is being implemented fully and properly.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 60 of 100 ` June 2010

Appendix III
ENVIRONMENTAL PROTECTION REQUIREMENTS
1.1 GENERAL
(1) The Contractor shall conform to the Indian Environmental Laws and codes as applicable.
The current national standards established by the Ministry of Environment and Forest,
Government of India and other government agencies for control of environmental pollutants
such as air, water, noise and visual impacts/aesthetics shall be followed for compliance
during project construction.
(2) The Contractor shall comply with all enactments which shall include but are not limited to:
a. Environment Protection Act,1986
b. Air (Prevention and control of Pollution) Act,1981
c. Water (Prevention and Control of Pollution) Act,1974
d. Requirements of Delhi Urban Arts Commission and Central Vista Committee
(3) The provisions listed herein regarding Environmental Protection shall apply to and be
binding upon the Contractor for any works on the site and the persons employed by sub-
Contractors. The Contractor shall ensure that proper and adequate provisions to this end
are included in all sub-contracts placed by him.
(4) The provisions of this Appendix however, shall not be applicable in the case of emergency
works necessary for saving of life and property or safety of the Works.
(5) The Contractor has been issued with the Employers Environmental Quality Management
Manual. Within 4 weeks of notification of acceptance of the Tender, the Contractor shall
submit for review by the Engineer, his own contract specific Site Environmental Plan based
on the Employers Environmental Quality Management Manual and his construction
methodology
(6) This contract specific Site Environmental Plan of the Contractor shall be consistent with the
provisions of the Environmental Management Plan outline, as given in the Employers
Environmental Quality Management Manual.
(7) The Contractor shall undertake environmental monitoring as required under the contract,
including setting up of monitoring stations. The monitoring locations, frequency, and
reporting are given in the Employers Environmental Quality Management Manual.
(8) The Contractor shall ensure that audits of all the activities detailed in his Site Environmental
Plan are carried out at weekly intervals or at such intervals as the Engineer may require to
ensure the continuing effectiveness and compliance with the Site Environmental Plan. The
Contractor shall make available on request any document, which relates to his recent
internal audits.
(9) The Engineer may conduct quarterly Audits of the Contractors Site Environmental Plan
and its effective implementation on the works site. Not less than 2 weeks notice will be
given by the Engineer. During the audit by the Engineer, the Contractor shall provide
suitably qualified staff to accompany the auditor.
(10) Running on account payment will be released after the following milestones are achieved
and Engineer has issued a Notice of No Objection or a Notice of No Objection subject to
(specifying the condition).
a. Release of on-account payment after two months of signing the contract agreement
On submittal of Site Environment Plan duly approved by Engineer Otherwise 10% of
the running bill be withheld till compliance.
b. Closure of Non-conformance Report Action taken on non-compliance and its
closure to be ensured within 15 days of issue of non conformance report. In case of
non closure of report, running on-account bill will be with held @ 1 % of amount for
every non closure, till the same are closed satisfactorily.
c. Release of on-account payment after four months and thereafter every 3 months
from the date of start of work On submittal of Environment Audit Report duly
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 61 of 100 ` June 2010

reviewed by Engineer and Action Taken Report. Otherwise 10% of the running bill
be withheld till compliance.
d. Release of Final bill i. Closure of all non-conformance reports
ii. Submittal of all environment documented record
pertaining to monitoring and accountability including
Environment Manual & Procedures
(11) Requirements established in this Appendix shall apply to all sites and all activities of the
Contractor, and shall supplement the Employers Requirements Construction.
1.2 AVOIDANCE OF NUISANCE
The Contractor shall take all precautions to avoid any nuisance arising from his operations. This
shall be accomplished, wherever possible by suppression of nuisance at source rather than
abatement of the nuisance once generated.
(1) Following site clearing and before construction, the Contractor shall remove all trash, debris
and other weeds.
(2) The Contractor shall ensure that the work place is free of trash, garbage, debris and
weeds. He shall provide and ensure proper uses of refuse containers to ensure that
rodents, flee and other pests are not harbored and attracted.
(3) The Contractor shall provide at site, metal or heavy-duty plastic Refuse Containers with
tight fitting lids for disposal of all garbage or trash associated with food. The containers
shall not have openings that allow access by rodents.
(4) To keep the area free of litter and garbage, specific locations shall be designated for
consuming food and snacks to prevent random disposal of waste. All waste shall be
deposited in the refuse containers described in (3) above. Suitable notice shall be
deployed prominently for strict compliance of these requirements.
(5) The refuse containers shall be kept upright with their lids shut tight. These containers shall
be emptied at least once daily by the Contractor to maintain site sanitation.
1.3 AIR QUALITY
(1) The Contractor shall take all necessary precautions to minimise fugitive dust emissions
from operations involving excavation, grading, clearing of land and disposal of waste. He
shall not allow emissions of fugitive dust from any transport, handling, construction or
storage activity to remain visible in atmosphere beyond the property line of emission source
for any prolonged period of time without notification to the Engineer.
(2) The Contractor shall use construction equipment designed and equipped to minimise or
control air pollution. He shall maintain evidence of such design and equipment and make
these available for inspection by Engineer.
(3) If after commencement of construction activity, Engineer believes that the Contractors
equipment or methods of working are causing unacceptable air pollution impacts then
these shall be inspected and remedial proposals shall be drawn up by the Contractor,
submitted for review to the Engineer and implemented.
(4) In developing these remedial measures, the Contractor shall inspect and review all dust
sources that may be contributing to air pollution. Remedial measures include use of
additional/ alternative equipment by the Contractor or maintenance/modification of existing
equipment of the Contractor.
(5) Dust generating materials shall be:
(i) Transported in closed containers or covered trucks.
(ii) Loaded and unloaded in closed systems or wind protected areas.
(iii) Watered as appropriate to minimise dust production.
(6) Contractors transport vehicles and other equipment shall conform to emission standards
fixed by Statutory Agencies of Government of India from time to time at Delhi. The
Contractor shall carry out periodical checks and undertake remedial measures including
replacement, if required, so as to operate within permissible norms.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 62 of 100 ` June 2010

(7) In the event that approved remedial measures are not being implemented and serious
impacts persist, the Engineer may direct the Contractor to suspend work until the measures
are implemented, as required under the Contract.
(8) The Contractor shall cover loads of materials, debris and soil transported from construction
sites. All trucks carrying loose material should be covered and loaded with sufficient free-
board to avoid spills through the tail board or side boards.
(9) The Contractor shall be responsible for ensuring that no earth, rock or debris is deposited
on public or private right of way as a result of his operations, including any deposits arising
from the movement of loaded/unloaded trucks and/or other construction vehicles.
(10) The Contractor shall make his own arrangements for water for purposes stated in above
clauses and wherever it may be required to control air pollution, dust and debris.
(11) The Contractor shall establish and maintain records of routine maintenance program for
internal combustion engine powered vehicles and equipment used on this project. He shall
keep records available for inspection by Engineer.
(12) The Contractor shall promptly transport all excavation disposal materials of whatever kind so
as not to delay work on the project. Stockpiling of materials will only be allowed at sites
designated by the Engineer.
(13) The Contractor shall protect structures, utilities, pavements and other facilities from
disfiguration and damage.
(14) The Contractor shall place excavation materials in the dumping/disposal areas designated in
the plans as given in the specifications.
(15) The temporary dumping areas shall be maintained by the Contractor at all times until the
excavate is re-utilized for backfilling or as directed by Engineer.
(16) The Contractor shall place material in a manner that will minimise dust production. Material
shall be stabilized each day and wetted, to minimise dust production.
(17) During dry weather, dust control methods must be used daily especially on windy, dry days to
prevent any dust from blowing across the site perimeter.
(18) The Contractor will make water sprinklers, water supply and water delivering equipment
available at any time that it is required for dust control use.
(19) Dust control activities shall continue even during any work stoppage.
(20) The Contractor shall water down construction sites as required to suppress dust, during
handling of excavation soil or debris or during demolition.
(21) At each construction site, the Contractor shall provide storage facilities for dust generating
materials and shall be:
(i) Closed containers/bins or;
(ii) Wind protected shelters or;
(iii) Mat covering or;
(iv) Walled.
Or any combination of the above to the satisfaction of the Engineer.

(22) The Contractor shall submit to the Engineer an Air Monitoring and Control Plan (AMCP)
under contract specific Site Environmental Plan to guide construction activity insofar as it
relates to monitoring, controlling and mitigating air pollution.

1.4 WATER QUALITY
(1) The Contractor shall comply with the Indian Government legislation and other State
regulations in existence in Delhi in so far as they relate to water pollution control and
monitoring.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 63 of 100 ` June 2010

(2) The Contractor shall provide adequate precautions to ensure that no spoil or debris of any
kind is pushed, washed, falls or deposited on land adjacent to the site perimeter.
(3) In the event of any spoil or debris from construction works being deposited on adjacent
land any silt washed down to any area, then all such spoil, debris or material and silt shall
be immediately removed and the affected land and areas restored to their natural state by
the Contractor to the satisfaction of the Engineer.
(4) Due to lowering of potable water supplies in Delhi and subsequent contamination of ground
water, the Contractor is not allowed to discharge water from the site without the approval of
the Engineer. The Contractor must comply with the requirements of the Central Ground
Water Board for discharge of water arising from dewatering. Any water obtained from
dewatering systems installed in the works must be either re-used for construction purposes
and this water may subsequently be discharged to the drainage system or, if not re-used,
recharged to the ground water at suitable aquifer levels. The Contractor must submit his
proposals for approval of Engineer, on his proposed locations of dewatering of excavation
and collection of water for either construction re-use or recharge directly to aquifers. The
Contractors recharge proposals must be sufficient for recharging of the quantity of water
remaining after deduction of water re-used for construction. The Contractor will not be
permitted to directly discharge, to the drainage system, unused ground water obtaining
from the excavation without obtaining approval of Engineer or the Agency controlling the
system.
(5) The Contractor shall prevent soil particles and debris from entering the wells or water
discharge points by use of filters and sedimentation basins as required.
(6) The Contractor shall provide treatment facilities as necessary to prevent the discharge of
contaminated ground water.
(7) The Contractor shall at all times ensure that all existing stream courses and drains within,
and adjacent to the site are kept safe and free from any debris and any excavated
materials arising from the Works. The Contractor shall ensure that earth, chemicals and
concrete agitator washings etc. are not deposited in the watercourses but are suitably
treated and effluents and residue disposed off in a manner approved by local authorities.
(8) All water and waste products (surface runoff and wastewater) arising on the site shall be
collected and removed from the site via a suitable and properly designed temporary
drainage system and disposed off at a location and in a manner that will cause neither
pollution nor nuisance.
(9) Any mud slurry from drilling, grouting etc. shall not be discharged into the drainage system
unless treatment is carried out that will remove silt, mud particles, etc.
(10) The Contractor shall discharge wastewater arising out of site office, canteen or toilet
facilities constructed by him into sewers after obtaining prior approval of agency controlling
the system. A wastewater drainage system shall be provided to drain wastewater into the
sewerage system.
(11) Oil removal / interceptors shall be provided to treat oil waste.
(12) The Contractor shall take measures to prevent discharge of oil and grease during spillage
from reaching drainage system or any water body through Spill Prevention and Control
Plan.
1.5 NOISE
1.5.1 General
(1) The Contractor shall consider noise as an environmental constraint in his design, planning
and execution of the Works. The Contractor shall, at his own expense, take all appropriate
measures to ensure that work carried out by the Contractor and by his sub-Contractors,
whether on or off the Site, will not cause any unnecessary or excessive noise which may
disturb the occupants of any nearby dwellings, schools, hospitals, or premises with similar
sensitivity to noise.
(2) Without prejudice to the generality of the foregoing, noise level reduction measures shall
include the following:
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 64 of 100 ` June 2010

(a) The Contractor shall ensure that all powered mechanical equipment used in the
Works shall be effectively sound reduced using the most modern techniques
available including but not limited to silencers and mufflers.
(b) The Contractor shall construct acoustic screens or enclosures around any parts of
the Works from which excessive noise may be generated.
(3) The Contractor shall ensure that noise generated by work carried out by the Contractor and
his sub-Contractors during day time and night time shall not exceed the maximum
permissible noise limits, whether continuously or intermittently, as given in the Employers
Environmental Quality Management Manual. The same may be varied from time to time by
and at the sole discretion of the Engineer, In the event of a breach of this requirement, the
Contractor shall immediately re-deploy or adjust the relevant equipment or take other
appropriate measures to reduce the noise levels and thereafter maintain them at levels
which do not exceed the said limits. Such measures may include without limitation the
temporary or permanent cessation of use of certain items of equipment.
(4) The noise monitoring requirements including monitoring locations are given in the
Employers Environment Quality Management Manual.
1.5.2 Control Requirements
Construction material should be handled and transported in such a manner as not to create
unnecessary noise as outlined below.
Under the Contract, the Contractor shall:
(1) Perform Work within the procedures outlined herein and comply with applicable codes,
regulations, and standards established by the Central and State Government and their
agencies.
(2) Keep noise to the lowest reasonably practicable level. Appropriate measures will be taken to
ensure that construction works will not cause any unnecessary or excessive noise, which
may disturb the occupants of any nearby dwellings, schools, hospitals, or premises with
similar sensitivity to noise. Use equipment with effective noise-suppression devices and
employ other noise control measures as to protect the public.
(3) Schedule and conduct operations in a manner that will minimize, to the greatest extent
feasible, the disturbance to the public in areas adjacent to the construction activities and to
occupants of buildings in the vicinity of the construction activities.
(4) The Contractor shall submit to the Engineer a Noise Monitoring and Control Plan (NMCP)
under contract specific Site Environmental Plan. It shall include full and comprehensive
details of all powered mechanical equipment, which he proposes to use during daytime and
nighttime, and of his proposed working methods and noise level reduction measures. The
NMCP shall include detailed noise calculations to demonstrate the anticipated noise
generation by the Contractor.
(5) The NMCP prepared by the Contractor shall guide the implementation of construction activity.
The NMCP will be reviewed on a regular basis and updated as necessary to assure that
current construction activities are addressed. It shall appear as a regular agenda item in
project coordination meetings.
1.6 WASTE

(1) The Contractor shall handle waste in a manner that ensures they are held securely without
loss or leakage thus minimizing potential for pollution.
(2) The Contractor shall remove waste in a timely manner. Scrap and waste material shall be
removed and disposed off at landfill sites after obtaining approval of Conservancy and
Sanitation Engineering Department of Municipal Corporation of Delhi for its disposal.
(3) Burning of wastes is prohibited. The Contractor shall not burn debris or vegetation or
construction waste on the site but remove it in accordance with (2) above.
(4) The Contractor shall maintain and clean waste storage areas regularly.
(5) If encountered or generated as a result of Contractors activity, then waste classified as
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 65 of 100 ` June 2010

hazardous under the Hazardous Wastes (Management & Handling) Rules, 1989 and
chemicals classified as hazardous chemicals under Manufacture, Storage and Import of
Hazardous Chemical Rules,1989 of Environment (Protection) Act,1986 `shall be disposed
off in a manner in compliance with the procedure given in the rules under the aforesaid act.
1.7 PREVENTION OF MOSQUITO BREEDING
(1) Measures shall be taken to prevent mosquito breeding at site. The measures to be taken
shall include:
(a) empty cans, oil drums, packing and other receptacles which may retain water shall be
deposited at a central collection point and shall be removed from the Site regularly;
(b) still waters shall be treated at least once every week with oil in order to prevent mosquito
breading;
(c) Contractors Equipment and other items on the Site which may retain water shall be stored,
covered or treated in such a manner that water could not be retained.
(d) Water storage tanks shall be suitably provided.
(2) Posters in both Hindi and English which draw attention to the dangers of permitting
mosquito breeding shall be displayed prominently on the Site.

Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 66 of 100 ` June 2010

Appendix IV


Deleted


Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 67 of 100 ` June 2010

Appendix V
ENVIRONMENTAL QUALITY MANAGEMENT MANUAL
1.0 INTRODUCTION
1.1 The Environmental Quality Management Manual (EQM) forms an essential part of the overall
Environmental protection system employed by DMRC for the construction of Delhi MRTS project.
1.2 This manual is set out as follows:
Section 2 highlights the purpose and scope of this Manual
Section 3 outlines the objectives of the manual which will form a basis for Environmental
Management System
Section 4 specifies the domain or contract application of this manual
Section 5 lists the definitions and abbreviation of terms used in the manual
Section 6 sets out the responsibilities for application of the procedures
Section 7 provides guidance to the Contractor for preparation of his contract specific Site
Environmental Plan
Section 8 focuses on the Environmental Performance Review of Contractors activities through
Environmental Audits
Section 9 specifies the submittals as required in the manual
Section 10 details the measures to control Air Pollution that shall be implemented by the
Contractor during construction phase
Section 11 details measures to control water pollution
Section 12 details measures that shall be implemented by the Contractor to control construction
noise
Section 13 deals with waste pollution
Section 14 details issues on landscape and aesthetics
Section 15 on Environmental Monitoring lists the relevant impact monitoring equipment,
compliance criteria and monitoring programme to be undertaken by the Contractor during
construction
Section 16 highlights the purpose of Event Contingency Plan which shall be prepared by the
Contractor for exceedance of limiting values
Section 17 details requirements for impact monitoring for air quality including Air Monitoring and
Control Plan
Section 18 details requirements for impact monitoring for noise including Noise Monitoring and
Control Plan
Section 19 describes the Environmental Site Inspection process to be implemented by the
Contractor
Section 20 details the Reporting requirements under this manual
Section 21 sets out the Complaint response process
Section 22 details when the Environmental Quality Management programme shall be
completed
2.0 PURPOSE & SCOPE
2.1 The purpose of this Environmental Quality Management Manual (EQM), is to make the Contractors
aware of the environmental concerns of DMRC, and to establish guidelines for the application of
environmental controls during the construction phase of the project.
2.2 This manual is intended to translate into practice, three important principles of DMRC's mandate --
that construction activities should not:
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 68 of 100 ` June 2010

Inconvenience or endanger public
Create a permanent visual eyesore
Result in unmitigated ecological or environmental degradation.
2.3 This manual has been prepared to facilitate construction progress while ensuring fulfillment of
environmental commitments. It provides systematic procedures for monitoring and minimizing
environmental impacts that may arise from the construction activities.
2.4 This manual is intended to guide and assist the Contractors in exploring all reasonable and feasible
means for reducing construction related environmental impacts as they prepare and produce
contract-specific Site Environmental Plans as required by the Contract.
2.5 This manual stipulates environmental controls that, in lieu of alternative controls specified by the
contractor, must be applied.
2.6 Environmental controls adopted by the individual contractors as an alternative to the measures
identified herein must be as protective of the environment.
2.7 The scope of this manual is to establish procedures to:
Carry out monitoring of air and noise during construction through an impact monitoring
programme
Supervise Contractors compliance with defined environmental control criteria by carrying out
reviews of monitored impact data
Oversee the procedure of identification of mitigation measures, their design and
implementation
Undertake additional ad hoc monitoring if required to address specific instances
3.0 OBJECTIVES
3.1 The various components included in this manual along with the reporting requirements will form the
basis of an Environmental Management System to be implemented by DMRC which will enable it to
manage the environmental challenges and resolve environmental issues posed during construction
of MRTS, Delhi.
3.2 The main objectives are to:
Provide database from which environmental impacts of the project can be determined.
Provide timely indication if any environmental control measure fails to achieve acceptable
standards.
Monitor effectiveness of environmental mitigation measures.
Initiate remedial action if unacceptable impacts arise.
Determine contractors compliance with regulatory requirements.
4.0 DOMAIN
4.1 This manual will apply to all construction works of Delhi Metro Rail Corporation for both Rail and
Metro Corridors carried out by the Contractors and Sub-contractors.
5.0 DEFINITION & ABBREVIATIONS
5.1 Environment- The total surroundings of an organism including water, air and land and other living
creatures.
5.2 Environmental Pollutant means any solid, liquid or gaseous substance present in such
concentration as may be or tend to be injurious to environment.
5.3 Environmental Pollution means the presence in the environment of any environmental pollutant.
5.4 Nuisance is annoyance, which results from any construction activity that affects the material
comfort and quality of life of the inhabitants of the area surrounding the construction site.

5.5 Monitoring is the use of direct or indirect reading field instrumentation to provide information
regarding the levels of pollutants released during construction.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 69 of 100 ` June 2010

5.6 Construction Site is the contract limits for construction. It shall be all the area within the limits of the
work as shown on the Plans. Construction site shall also include staging, and debris disposal areas
and transportation routes to and from these areas.
5.7 Noise is any unwanted sound disturbance of the environment around the area of construction
operations.
5.8 Decibel is a measure on a logarithmic scale of the magnitude of a particular quantity (such as
sound pressure, sound power) with respect to a standardized reference quantity).
5.9 A - weighted Noise levels in Decibels (referenced to 20 micro-Pascal) as measured with A-
weighting network of standard sound level meter, abbreviated dB(A).
5.10 Energy Equivalent Level (L
eq
) is the level of a steady noise, which has the same energy as the
fluctuating noise level integrated over the period of measurement. L
max
is the maximum Noise Level
during the period of measurement. L
10
and L
90
are the are the percentile exceeding levels of sound
which is exceeded 10% and 90% of the time of measurement.
5.11 Waste is unwanted surplus substances arising from the application of all construction operations
and any substance or article which is required to be disposed.
5.12 Suspended Particulate Matter is abbreviated as SPM and measured in g/m
3
.
5.13 Environmental Quality Management Manual is abbreviated as EQM.
5.14 Air Monitoring and Control Plan is abbreviated as AMCP.
5.15 Noise Monitoring and Control Plan is abbreviated as NMCP.
5.16 Ministry of Environment and Forest, Government of India is abbreviated as MOEF.
5.17 Central Pollution Control Board, New Delhi is abbreviated as CPCB.
6.0 RESPONSIBILITIES
6.1 The Employer or Engineer will monitor Contractor's performance of tasks specified, and will inspect
necessary records, reports and procedures as defined in this manual.
6.2 The Engineer will ensure that this procedure is followed by the institution of a monitoring and
reporting system that provides information about the environmental performance of the construction
contractor throughout the duration of the contract.
7.0 SITE ENVIRONMENTAL PLAN
7.1 To effectively implement mitigation, monitoring and remedial requirements, an appropriate
contractual and supervisory framework needs to be established.
7.2 This document, the EQM Manual, provides the scope for construction monitoring, the parameters to
be measured, the frequency of monitoring and the actions to be taken in the event of the
environmental parameters being exceeded.
7.3 The basis of framework within which implementation will be managed is through the preparation of
contract-specific Site Environmental Plans by the Contractor. The Engineer will audit the contract-
specific and advise the necessary remedial actions required through contractual means.
7.4 The Site Environmental Plan shall provide details of the means by which the Contractor (and all
subcontractors working for the Contractor) will implement the recommended mitigation measures
and achieve the environmental performance standards defined both in Indian environmental
legislation and in the Employers Requirements.
7.5 The primary reason for adopting the EQM Manual approach is to make the Contractor aware of his
environmental responsibilities and to ensure his commitment to achieving the standards specified.
7.6 Based on Environmental Management Plan outline given in this document, each Tenderer shall
prepare an Outline Environmental Plan for submission as part of the tender process.
7.7 The Outline Environmental Plan will demonstrate the determination and commitment of Contractors
organization towards environment and indicate how the environmental performance requirements
laid out in the Employers requirements documentation will be met and, where appropriate
exceeded.
7.8 Within 20 weeks of the date of Notice to Proceed, the Contractor shall submit a draft contract -
specific Site Environmental Plan for the approval of the Engineer and a final version prior to the
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 70 of 100 ` June 2010

commencement of the works (along with Design Coordination Submission).

8.0 ENVIRONMENTAL PERFORMANCE REVIEWS
8.1 Environmental Performance Reviews, through an Environmental Audit Programme, shall be carried
out quarterly to assess the effectiveness of the Site Environmental Plan, and that the required
mitigation measures are routinely implemented and environmental standards are maintained.
8.2 The preliminary objective of the audit programme will be to assess the effectiveness of the
management systems established by the Contractor to implement the environmental mitigation
measures.
8.3 The criteria against which the review will be undertaken will be derived from (but not be limited to):
(a) The approaches, procedures and commitments given by the Contractor in the Site
Environmental Plan
(b) The clauses contained within the Employers Requirements-Appendix 10
(c) The allocation of responsibility for fulfilling environmental requirements and the effective
lines of communication with regard to environmental issues;
(d) Compliance with procedures established to enable an effective response to environmental
incidents, exceedance or non-compliance;
(e) The extent and accuracy of record-keeping related to environmental performance
indicators;
(f) The effectiveness of ensuring high levels of awareness with regard to environmental
requirements; and
(g) The effectiveness of environmental management activities, including the speed and
effectiveness of responses to complaints.
8.4 A checklist of environmental requirements will be prepared and amended as necessary, throughout
the construction phase to focus on areas of frequent non-compliance and to reflect the potential
impacts associated with specific activities within the construction programme.
8.5 The reviews by Engineer shall focus on the effectiveness of the implemented measures to achieve
the purpose, not simply the fact that a measure has been implemented.
9.0 SUBMITTALS
9.1 The contractor is obliged to monitor and control operations to minimize pollution that may result
from construction activities.
9.2 The Contractor shall develop a contract-specific Site Environmental Plan to monitor and control
pollution.
9.3 The contract-specific Site Environmental Plan will contain description of all procedures developed
to meet the objectives defined in 1.0 and 2.0 above, to control environmental pollution. Elements of
the plan must address the management of pollutants, the monitoring programme, and the reporting
requirements.
9.4 The Contractor shall designate a staff member as Pollution Control Representative who shall be
responsible for environmental control, pollution monitoring, and record keeping and be available to
the Engineer or his assistant to explain and clarify as and when required.
10.0 AIR POLLUTION CONTROL
10.1 CONTROL REQUIREMENTS DURING TRANSPORT OF MATERIAL
(1) The Contractor shall take precautions to minimise visible particulate matter from being
deposited upon public roadways as a direct result of his operations. Precautions include
removal of particulate matter from equipment before movement to paved streets or prompt
removal of material from paved streets onto which such material has been dropped. All
construction equipment should be washed clean of visible dirt/mud before exiting the
construction sites. Any deposition of material on public streets by construction equipment
should be removed by sweeping.
(2) The Contractor shall provide a washpit or a wheel washing and/or vehicle cleaning facility
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 71 of 100 ` June 2010

at the exits from each site. At such facility, high-pressure water jets will be directed at the
wheels of vehicles to remove all spoil and dirt. Wheel washing facilities will be provided with
efficient drainage, incorporating silt traps to prevent any excessive build up of water. These
facilities could include water re-circulation apparatus to minimise water consumption.
(3) The Contractor shall ensure that vehicles with an open load carrying area used for moving
potentially dust-producing materials shall have properly fitting side and tailboards. Materials
having the potential to create dust shall not be loaded to a level higher than the side and
tail boards, and shall be carried in vehicles fitted with cover lids or clean tarpaulin cover in
good condition. The tarpaulin shall be properly extended beyond side / tail board and
secured properly.
(4) Should dust problems continue to occur, the Contractor must be able to have controls in
place on 24-hour basis.
10.2 CONTROL REQUIREMENTS AT DUMPING SITES
(1) The Contractor shall place excavated materials in the dumping/disposal areas designated in
the drawings.
(2) The Contractor shall place material in a manner that will minimise dust production. Material shall be
stabilized each day by watering or other accepted dust suppression techniques.
(3) The heights from which materials are dropped shall be the minimum practical height to limit
fugitive dust generation.
(4) The Contractor shall stockpile the material in the locations designated by Engineer, with
suitable slopes. The area shall be enclosed on three sides with walls extending above the
height of stockpile. The fourth side shall be progressively covered even as material is being
placed at that site to required quantity. Thereafter, the site shall be accessible through a
lockable gate that shall allow for easy entry and exit of men, material and machines.
(5) During dry weather, dust control methods must be used daily especially on windy, dry days to
prevent any dust from blowing.
(6) The Contractor shall provide water sprinklers at any time that they are required for dust
control use.
(7) Sufficient equipment, water, and personnel shall be available on dumping sites at all times to
minimise dust formation and movements to prevent nuisance.
(8) Dust control activities shall continue during work stoppages.
10.3 CONTROL REQUIREMENTS AT CONSTRUCTION SITES
(1) The Contractor shall spray water at construction sites as required to suppress dust, during
handling of excavation soil or debris or during demolition.
(2) The Contractor shall implement dust suppression measures, which shall include, but not be
limited to the following:
(3) Stockpiles of sand and aggregate greater than 20 m
3
for use in concrete manufacture shall
be enclosed on three sides, with walls extending above the pile and two (2) metres beyond
the front of the pile.
(4) Effective water sprays shall be used during the delivery and handling of all raw sand and
aggregate and other similar materials, when dust is likely to be created and to dampen all
stored materials during dry and windy weather.
(5) Areas within the Site where there is a regular movement of vehicles shall have an approved
hard surface that is kept clear of loose surface material.
(6) If conveyors are used, conveyor belts shall be fitted with windboards, and conveyor transfer
points and hopper discharge areas shall be enclosed to minimise dust emission. All
conveyors carrying materials that have the potential to create dust shall be totally enclosed
and fitted with belt cleaners.
(7) Unless the Engineer has given consent otherwise, the Contractor shall restrict all motorised
vehicles on the Site to a maximum speed of 15 kilometers per hour and confine haulage
and delivery vehicles to the designated roadways inside the Site.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 72 of 100 ` June 2010

(8) At the Batching plant the following additional conditions shall be complied with:
The Contractor shall undertake at all times the prevention of dust nuisance as a result
of his activities.
The Contractor shall frequently clean and water the concrete batching plant and
crushing plant sites and ancillary areas to minimise any dust emissions.
Dry mix batching shall be carried out in a totally enclosed area with exhaust through
suitable fabric filters.
(9) The Contractor shall erect boarding at least 2 m high, securely around all construction work
sites during the main construction activity, when reasonably practicable, to contain dust
within the site area and also to reduce air turbulence caused by passing traffic.
10.4 CONTROL REQUIREMENTS DURING DRILLING AND BLASTING
(1) Watering should be undertaken to control dust during breaking of rock/concrete.
(2) During blasting operations, appropriate precautions should be taken to minimise dust such
as the use of blast nets, canvas covers and watering.
(3) Wire mesh, gunnysacks and sand bags should be used over blast area on each shot to
prevent flying rock and reduce dust.
(4) Fitting of blast doors at the portals may be used to control dust and debris from tunnel
works.
11.0 WATER POLLUTION CONTROL
11.1 A drainage system should be constructed at the commencement of the Works to drain off all
surface water from the work site into suitable drain outlet. Temporary drainage works should be
maintained, removed and reinstated as necessary, and all other necessary precautions should be
taken for avoidance of damage by flooding and silt.
11.2 Sedimentation tanks or other acceptable measures, of sufficient capacity to trap silt laden water
before discharge into the outlet drain should be provided. The system should be flexible and be
able to handle multiple inputs from a variety of sources.
11.3 Temporary open storage of excavated materials from cut and cover tunneling work used for backfill
on site should be covered with tarpaulin or similar fabric during rainy season or at any time of the
year when rainstorms are likely. Washout of construction or excavated materials should be
diverted to drainage system through appropriate sediment traps.
11.4 Bentonite slurries or other grouts used in diaphragm wall construction should be collected in a
separate slurry collection system. If reuse is not practicable then it should be disposed off at
nearest landfill site after obtaining permission from agency owning the landfill and under the
conditions imposed by the agency concerned.
11.5 The Contractor shall discharge wastewater arising from site offices, canteens or toilet facilities
constructed by him into sewers after obtaining prior approval of agency controlling the system. A
wastewater drainage system shall be provided by the Contractor to drain wastewater into the
sewerage system.
11.6 Oil separator / interceptors shall be provided to prevent the release of oils and grease into the
drainage system. These shall be cleaned on a regular basis.
11.7 A Spill Prevention and Control Plan (SPCP) in the site Environmental Plan shall be prepared to
identify project components such as storage areas, storage tanks that could allow discharge of oil
or grease or hazardous materials to the drainage system or ultimately in any water body during
spillage. The volume of spill should be calculated as well as storage volume to contain spill within
the materials storage containment areas. The Plan shall contain a written description of the actions
that will be taken in order to prevent, contain and mitigate transportation of oil, grease or hazardous
materials to the drainage system or any water body.
12.0 NOISE CONTROL
12.1 To the extent required to meet the noise limits the Contractor shall use reasonable efforts to include
noise reduction measures listed below to minimize construction noise emission levels. Noise
reduction measures Include, but not be limited to the following:
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 73 of 100 ` June 2010

(a) Scheduling truck loading, unloading, and hauling operations so as to minimize noise impact
near noise sensitive locations and surrounding communities.
(c) Locating stationary equipment so as to minimize noise impact on the community.
(c) Equipment and plant are not to be kept idling when not in use.
(d) Use only well maintained plant at site, which should be serviced regularly.
(e) Plant and equipment known to emit noise strongly in one direction should, where possible, be
oriented in a direction away from noise sensitive receptor
(f) Silencers and mufflers on construction equipment should be properly fitted and maintained.
(g) Reducing the number of plant and equipment operating in critical areas close to noise
sensitive receptors.
(h) Limiting the use of enunciators or public address systems, except for emergency notifications.
(i) Maintaining equipment such that parts of vehicles and loads are secure against vibrations
and rattling.
(j) Limit the time that temporary street decking or covered excavated areas are in use.
(k) Maximize physical separation between noise generators and noise receptors
(l) Grading of surfaced irregularities on construction sites to prevent the generation of impact
noise and ground vibrations by passing vehicles.
(m) Schedule work to avoid simultaneous activities that both generate high noise levels.
(n) The construction of temporary physical noise barriers
(o) If back-up alarms are used on construction equipment, their noise emission level near
noise sensitive receptors such as residences, schools, hospitals and similar areas where
quiet is essential, should be regulated, especially at night time.
13.0 WASTE CONTROL
13.1 The transportation and disposal of all waste shall be strictly managed.
13.2 The transportation of construction spoil shall be allowed only to officially designated dumpsites after
obtaining necessary permission from appropriate authority.
13.3 A procedure to facilitate tracking of loads should be developed to prevent illegal disposal of waste.

13.4 Careful design, planning and good site management can minimise waste of materials such as
concrete, mortars and cement grouts.
13.5 The design of formwork should maximise use of wooden panels so that high reuse levels can be
achieved.
13.6 Construction waste should be segregated as much as possible at site to increase the feasibility of
recycling. Concrete and masonry can be used for filling material while steel bars can be used by
scrap steel mills.
13.7 Litter disposal and collection points should be established around all construction work sites.
14.0 LANDSCAPE AND AESTHETICS
14.1 The construction of the railway line will have negative but temporary impacts on the landscape and
aesthetics due to loss of amenities and trees. Large scale construction activity will impact
negatively on roadside areas and residential communities immediately adjacent to the construction
sites.
14.2 However, transplanting, replanting of trees and additional landscape treatment along the rail
corridor is likely to result in long-term beneficial impacts.
14.3 Lights used for construction lighting can illuminate adjacent areas in undesired ways. Such lighting
and glare shall be prevented from striking adjacent areas, where feasible, through directional
shielding.
14.4 The other measures include but not limited to:
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 74 of 100 ` June 2010

(1) Erection of decorative screen hoarding prominently displaying the logo of Delhi Metro Rail
Corporation and other suitable things.
(2) Minimizing height of temporary buildings.
(3) Careful positioning of construction equipment.
15.0 ENVIRONMENTAL MONITORING
15.1 The Contractors Environmental Team shall carry out the monitoring of environmental impacts
during construction. Representative sensitive receivers in the vicinity of the works shall be
monitored for noise and air quality impacts.
15.2 For carrying out impact monitoring for noise and air, equipment shall be provided, operated and
maintained by the Contractor. The equipment shall be kept in a good state of repair in accordance
with the manufacturers recommendations and maintained in proper working order with sufficient
spare equipment available in the event of breakdown to maintain the planned monitoring
programme.
15.3 The calibration of monitoring instruments and their respective calibrators shall be carried out in
accordance with the manufacturers requirements to ensure they perform to the same level of
accuracy as stated in the manufacturers specifications.
15.4 Suspended Particulate Matter (SPM) levels shall be measured by following the standard high
volume sampling method as set out in High Volume Method for Suspended Particulate, BIS: 5182-
1981
15.5 24-hour average SPM concentration shall be measured by drawing air through a High Volume
Sampler (HVS) fitted with pre-weighted Glass Fiber filter paper at an average flow rate not less than
1.1m
3
per minute.
15.6 The minimum requirements to the specifications of sound level meter are given in IS: 9779-1981
15.7 Engineer will undertake baseline monitoring to establish background levels. Action Level of the
Contractor shall be based on the results of baseline monitoring programme, which will be made
available to him prior to start of construction.
15.8 The Contractors monitoring programme is summarized in Table 1.

TABLE-1
SUMMARY OF CONTRACTORS MONITORING PROGRAMME
Parameter Noise
Air
Sampling Day Time (6 AM 9PM):
L
max
, L
eq
, L
10
, L
90

Night Time (9 PM 6AM):
L
max
, L
eq
, L
10
, L
90

SPM
24-hour.

Frequency

Once a week (when noise generating
activities are underway.
Two 24-hour Samples every fifteen
days.

Locations To be determined by the Contractor
based on noise sensitive receptors.
To be determined by the Contractor
based on air sensitive receptors.

Duration of
Monitoring by
Contractor
During Civil Construction During Civil Construction
Additional
Requirements
Ad hoc monitoring as required. Ad hoc monitoring as required
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 75 of 100 ` June 2010

16.0 EVENT CONTINGENCY PLAN
16.1 The Contractor shall prepare an Event Contingency Plan under his Site Environmental Plan. The
purpose is to provide, in addition to monitoring activities, procedures for ensuring that if any
environmental exceedance of limiting values (either accidental or through inadequate
implementation of mitigation measures on part of the Contractor) does occur, the cause is quickly
identified and remedied, and that the risk of a similar event recurring is reduced.
17.0 AIR MONITORING
17.1 Construction activities that will generate dust impacts include excavation, material handling and
stockpiling, vehicular movement, and wind erosion of unpaved work areas.
17.2 The impact of fugitive dust on ambient air pollution depends on the quantity generated, as well as
the drift potential of the dust particles injected into the atmosphere. Large dust particles will settle
out near the source and smaller particles are likely to undergo dispersal over greater distance from
the sources and impeded settling. SPM levels will be monitored to evaluate the dust impact during
the construction phase of the Project.
17.3 The Air Quality Monitoring and Control Plan (AMCP) in contract-specific Site Environmental Plan
prepared by the Contractor shall establish procedures to monitor impact air quality and measures to
control air pollution including dust suppression due to construction activities at work sites. This plan
shall contain description of activities that will cause degradation in air quality, environmental
procedures to manage pollutants, monitoring programme, record keeping and reporting.
17.4 The Engineer shall monitor Contractors performance of tasks specified, and will inspect necessary
records, reports and procedures related to the control of air quality given in AMCP.
17.5 Information gathered during the AMCP will be catalogued and maintained by the Contractor and
shall be available for review by the Engineer.
17.6 The exact location of the air monitoring stations located near air sensitive receptors adjoining the
construction sites, such as residences, schools, and hospitals and placement of monitoring
equipment thereat shall be agreed with the Engineer prior to commencement of air monitoring
programme.
17.7 Impact monitoring during the course of the Works shall be carried out at the monitoring stations for
two days (continuous twenty-four hours) every fifteen days and where there is a perceived air
quality problem.
17.8 The Contractor shall construct suitable fence, lockable gate, 220V AC power point and suitable
access at each air monitoring station. Monitoring stations shall be free from local obstructions or
sheltering.
17.9 Should impact monitoring record dust levels which are:
Indicative of a deteriorating situation such that closer monitoring is reasonably indicated, or
When in the opinion of the Engineer additional measurements are required in view of
deteriorating air quality,
Then the Engineer may require the Contractor to increase the frequency of impact monitoring at
any one or more of the monitoring stations until the results indicate an improving and acceptable
level of air quality.
17.10 The Contractor shall keep records of air quality monitoring (including location, date, time). The
Contractor shall submit a copy of monitoring results to the Engineer. The results should represent a
statistical evaluation of data by calculating maximum, minimum, mean, standard deviation,
geometric mean and percentile calculations for evaluation of frequency distribution, trends, and
comparison with emission standards.
17.11 The National Ambient Air Quality Standards given in Air (Prevention and Control of Pollution) Act,
1981 may be referred by the Contractor for Limit Levels of SPM in ambient air which may be
followed in estimating the pollution level caused by Contractors activities.
17.12 Where the Engineer determines that the recorded dust (TSP) level is significantly greater than the
Limit levels, the Engineer may direct the Contractor to take effective remedial measures including,
but not limited to, reviewing dust sources and modifying working procedures.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 76 of 100 ` June 2010

17.13 Where the recorded baseline levels exceed the ambient air quality standards, then at such
locations the action level is the recorded base line. Contractor shall take all effective remedial
measures to contain the levels to their baseline value as a result of his activities. The action level
may be varied by and at the sole discretion of the Engineer.
17.14 The Contractor shall inform the Engineer of all steps taken to investigate cause of exceedance and
immediate action taken to avoid further exceedance through written reports and proposals for
action under an Event Contingency Plan.
18.0 NOISE MONITORING
18.1 The activities which are expected to cause noise during the construction of MRTS, Delhi include
noise from construction equipment, construction activities such as portal construction, earthwork
excavation, concreting, viaduct construction and removal of spoil and movement of construction
vehicles and delivery vehicles traveling to and from the construction and disposal sites.
18.2 The level of impact of these noise sources depends upon the noise characteristics of the equipment
and activities involved, the construction schedule, and the distance from noise sensitive receptors.
18.3 The Noise Monitoring and Control Plan (NMCP) in contract specific site Environmental Quality
Management Plan prepared by the Contractor shall establish procedures to monitor construction
noise and determine when to apply measures to control noise pollution due to construction activities
at work sites.
18.4 The NMCP will provide site description, define acceptable noise monitoring equipment, provide siting
and operating procedures for noise equipment, indicate reports and record keeping on noise
monitoring data.
18.5 The NMCP will provide guidance for construction activity. It shall also address noise performance
criteria used in the selection of construction equipment.
18.6 The Noise Monitoring and Control Plan shall provide for:
a) Definition of noise-sensitive uses in the zones affected by construction.
b) Calculation of future noise levels at the closest noise-sensitive receptors to the construction
activity based on construction activity and ambient noise levels.
c) Evaluation and specification of the noise abatement measures that can be applied to meet
the noise objectives.
d) Monitoring construction activity and providing adjustments to noise abatement controls that
may be required to increase their effectiveness
e) Regular reporting
f) Requirements of NMCP:
(i) It shall specify the nighttime and daytime construction activities, monitoring locations,
equipment, procedures, and schedule of measurements and reporting methods to be
used.
(ii) It shall contain a scaled plan indicating monitoring locations, including measurements
to be taken at construction site boundaries and at nearby residential zones.
(iii) A record of the noise characteristics of powered mechanical equipment proposed to
be used during day time and night time and of proposed working methods and of
potential noise level reduction measures.
(iv) Provisions for immediate notification when measured noise levels exceed allowable
limits,
(v) Provide a reporting procedure whereby noise-monitoring data is furnished to the
Engineer on a weekly basis.
18.7 In defining the requirements of the NMCP, available measures for noise control, such as, the use of
equipment with special exhaust silencers or enclosures, and the construction of temporary enclosures
or noise barriers around specific construction site activity areas shall be considered.
18.8 If the measured noise levels exceed the noise limits, the noise levels shall be reduced by appropriate
abatement measures.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 77 of 100 ` June 2010

18.9 The NMCP will be reviewed on a regular basis and updated as necessary to assure current
construction activities are addressed.
18.10 The Engineer shall monitor Contractors performance of tasks specified, and will inspect necessary
records, reports and procedures related to the control of noise.
18.11 Impact monitoring shall be carried out at noise sensitive receptor locations within 200 feet of the
construction site once each week and after a change in construction activity. Construction noise
measurements shall coincide with daytime and nighttime periods of maximum noise generating
construction activities.
18.12 Noise monitoring data will be submitted in a Noise Measurement Report Form. It will contain the
type of measurement, duration of measurement, distance of monitoring from construction site, and
construction equipment working during monitoring period.
18.13 The appropriate parameter for measuring construction noise impacts shall be the equivalent A-
weighted sound pressure level (L
eq
) measured in decibels (dB). The two statistical sound levels L
10
and L
90
; the level exceeded for 10 and 90 percent of the time respectively, shall also be recorded
during monitoring. The L
90
may be considered as the ambient level into which the L
10
as average
peak level intrudes. The L
max
, L
eq
, L
10
and L
90
values will be reported in the noise measurement
form along with allowable noise limit. The duration of monitoring shall be for a minimum of 30
minutes.
18.14 In no case shall the Contractor expose the public to construction noise levels exceeding
90dBA(slow) or to impulsive noise levels with a peak sound pressure level exceeding 140dB as
measured on an impulse sound level meter.
18.15 Limit for construction noise is based on the existing ambient noise levels in areas adjoining the
construction sites.
18.16 The noise levels emanating from any source during construction, shall not exceed 5

dB(A) or more
above existing ambient pre-construction noise levels when measured at a point outside the
premises of the location of source. The same may be varied from time to time by and at the sole
discretion of the Engineer.
18.17 Where there are no ambient noise measurements, the construction activities shall be limited to
levels measured at a distance of 200 feet from the construction limits or at the nearest affected
building, whichever is closer, as given in Table-2.
TABLE-2
ALLOWABLE CONSTRUCTION NOISE
LAND USE MAXIMUM NOISE LEVELS- L
max
dB(A)
Day Time Night Time
Residential 75 65
At all Times
Commercial 85
Industrial 90


18.18 The ground borne noise levels within building structures due to tunnel boring machine and any
other underground and tunneling construction activities shall not cause interior noise levels to
exceed the levels given below as measured in the inside of the affected noise sensitive structure:
Residential: L
max
55dB(A)
Commercial: L
max
60dB(A)
18.19 At the surface of the construction site during night time hours, the Contractor shall use only
equipment that operating under full load meets the noise limits specified in Table-3, if a sensitive
receptor would be affected.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 78 of 100 ` June 2010

TABLE-3
NOISE EMISSION LIMITS FOR CONSTRUCTION EQUIPMENT USED DURING NIGHTTIME
HOURS; MEASURED AT 50 FEET FROM CONSTRUCTION EQUIPMENT*

Equipment Category

L
max
Level dB(A)
Backhoe 80
Bar Bender 75
Chain Saw 81
Compactor 80
Compressor 80
Concrete Mixer 85
Concrete Pump 82
Crane 85
Dozer 85
Front End Loader 80
Generator 82
Gradall 85
Grader 85
Paver 85
Pneumatic Tools 85
Scraper 85
Tractor 84

Noise emission limits apply to equipment used at surface of the construction site during
night time hours of 9 p.m. to 6 a.m.
18.20 The adjustments for close in equipment noise measurement shall be made in accordance with Table-
4.
TABLE 4
ADJUSTMENTS FOR CLOSE-IN EQUIPMENT NOISE MEASUREMENTS
(Measurement Values to be subtracted from Measured Sound)

Distance (Feet) Level to Estimate Sound Level at 50 Feet dB (A)
19-21 8
22-23 7
24-26 6
27-29 5
30-33 4
34-37 3
38-42 2
43-47 1
48-50 0
TABLE- 5.
CONSTRUCTION VIBRATION LIMITS
VIBRATION TYPE AND PERMISSIBLE
AGGREGATE DURATION LIMIT
Sustained ( 1 hr/day) 0.01 in/sec (80 VdB re 10
-6
in/sec)
Transient (<1 hr/day) 0.03 in/sec (90 VdB re 10
-6
in/sec)
Transient (<10 min/day) 0.10 in/sec (100 VdB re 10
-6
in/sec)
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 79 of 100 ` June 2010

18.21 When Diesel Generator (DG) Sets are used for operation of equipment and machinery, then
Standards and Guidelines for control of Noise Pollution from Stationery DG Sets, under
Environment (Protection) Act, 1986 shall apply.
18.22 Should the impact monitoring record noise levels which are:
Indicative of a deteriorating situation such that closer monitoring is reasonably
indicated, or
When in the opinion of the Engineer additional measurements are required in
view of deteriorating noise environment,
then, the Engineer may require the Contractor to increase the frequency of impact monitoring at
any one or more of the monitoring stations until the results indicate an improving and acceptable
level of noise.
18.23 The Contractor shall submit a copy of monitoring results. The results should represent a statistical
evaluation of data for evaluation of trends and comparison with noise emission standards.
18.24 Where the Engineer determines that the recorded Noise level is significantly greater than the
acceptable levels, the Engineer may direct the Contractor to take effective remedial measures
including, but not limited to, reviewing noise sources and modifying working procedures.
18.25 The Contractor shall inform the Engineer of all steps taken to investigate cause of exceedance and
immediate action taken to avoid further exceedance through written reports and proposals for
action under an Event Contingency Plan.
19.0 ENVIRONMENTAL SITE INSPECTION
19.1 As indicated earlier in this Manual, the Engineer shall undertake regular audits at quarterly
intervals, of the Contractors onsite practices and procedures as a means of assessing the ongoing
performance of the Contractor.
19.2 The criteria against which the audits will be undertaken shall be derived from the clauses within the
Employers Requirements Appendix III, contract-specific Site Environmental Plan and previous
site inspection results as given in 6.0 of this manual.
19.3 In addition to the quarterly audits by the Engineer, site inspection shall be undertaken by the
Contractors staff to inspect the construction activities in order to ensure that appropriate
environmental protection and pollution control measures are properly followed and implemented.
19.4 The frequency of site inspection shall be at least once a week.
19.5 The Contractor shall prepare an Environmental Inspection and Action Reporting System and
submit to the Engineer for approval and make amendments as suggested. It shall contain a
contract specific comprehensive Environment Inspection checklist as requirement of Site
Environmental Plan.
19.6 The area of inspection shall not be limited to environmental compliance within the site but areas
outside the site which are likely to be affected, directly or indirectly by activities at site.
19.7 Results of inspection shall be discussed with Resident Engineer and his recommendations on
better environmental protection shall be notified to the Contractor for taking immediate action and
rapid resolution of identified non-compliance.
19.8 If significant environmental problems are identified or if there is an environmental complaint or as a
part of investigation work, then the Engineer shall also carry out Ad hoc site inspection which shall
be attended by Contractors Representative.
20.0 REPORTING SYSTEM
20.1 Reporting under the Environmental Management System will contain results of monitoring and
inspection programmes.
20.2 In Site Environmental Plan, the Contractor shall prepare and submit monthly Environmental Quality
Management Reports in accordance with Employers Requirements.
20.3 The monthly report shall include (but not limited to) the following:
Executive Summary
Brief mention of construction activities
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 80 of 100 ` June 2010

Monitoring results under AMCP, and NMCP
Interpretation of monitoring results, significance and influencing factors
Graphical representation of monitored results over past four reporting periods.
Measures to control spill under SPCP.
Action taken on recommendation under site inspection programme or specific directions.
Summary of complaints, results of investigations and follow-up action
Future key issues.
21.0 COMPLAINT RESPONSE PROCESS
21.1 Enquiries, complaints and requests for information can be expected from a wide range of
individuals and organizations both private and government. The majority of complaints is likely to
be received by DMRC, although the site offices are also likely to be contacted.
21.2 The objective of complaint process is to ensure that public and agency complaints are addressed
and resolved consistently and expeditiously.
21.3 The Contractors Site Manager will be notified immediately on receipt of complaint that may relate
to environmental impacts. The Site Manager will immediately inform the Engineer and through him
the DMRC.
21.4 Field investigation should determine whether the complaint has merit, and if so action should be
taken to address the impact.
21.5 The outcome of the investigation and the action taken shall be documented on a complaint
proforma prepared by the Contractor and approved by the Engineer in advance of the works.
21.6 Where possible, a formal response to each complaint received shall be prepared by the Contractor
within seven days in order to notify the concerned person(s) that action has been taken.
22.0 COMPLETION OF THE EQM PROGRAMME
22.1 The construction of Delhi MRTS will be undertaken as a series of individual construction contracts
with necessarily different construction programme and completion dates.
22.2 The Engineer shall maintain an overview of the impact causing potential of each site, monitoring
parameter or contract with a view to maintaining the most cost effective use of the environmental
resources dedicated to the Project.
22.3 Termination of EQM should focus on the percentage contract completion status and on the basis of
a history of environmental impact arising from the site over a representative period of monitoring.
22.4 Justifiable application for termination of EQM shall be put forward by the Contractor to the
Engineer, as necessary throughout the construction period.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 81 of 100 ` June 2010

ENVIRONMENTAL MANAGEMENT PLAN OUTLINE
(Refer Environmental Protection Requirements, Appendix III)
1. CONTRACTORS OBLIGATION
1.1 Contractor Details (including sub-contractors)
1.2 Organizational Chart (including sub-contractors).
1.3 Persons responsible for environmental matters, level of authority.
1.4 Environmental lines of communications.
2. PRESENTATION OF ENVIRONMENTAL MANAGEMENT APPROACH
2.1 General
2.1.1 Environmental Policy Statement of the Contractor
2.1.2 Methods of promoting environmental awareness.
2.1.3 Specific procedures for achieving the environmental performance requirements
2.2 Air
2.2.1 Mitigation Measures
2.2.2 Corrective Action
2.2.3 Preventive Action
2.2.3 Mitigation Schedule
2.2.4 Event Contingency Plan
Refer (Air Monitoring and Control Plan)
2.3 Water
2.3.1 Mitigation Measures
2.3.2 Corrective Action
2.3.3 Preventive Action
2.3.4 Mitigation Schedule
2.3.5 Event Contingency Plan
Refer (Spill Prevention and Control Plan)
2.4 Noise
2.4.1 Mitigation Measures
2.4.2 Preventive Action
2.4.3 Mitigation Schedule
2.4.4 Event Contingency Plan
Refer (Noise Monitoring and Control Plan)
2.5 Waste
2.5.1 Procedures for disposal of waste
2.5.2 Corrective Action
2.5.3 Preventive Action
2.5.3 Mitigation Schedule
2.5.4 Hazardous Wastes and Chemicals
2.5.4.1 License Requirements
2.5.4.2 Storage
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 82 of 100 ` June 2010

2.5.4.3 Handling Procedure
A similar approach will need to be adopted for the presentation of procedures and provisions to be
followed to manage the construction process as it relates to :
Landscape Preservation;
Archaeological and Historical Resources; etc
2.6 Environmental Emergency Procedures
Emergency procedures for dealing with unforeseen environment situations not covered by the
specific requirements and provisions of the Environmental Management Plan.
2.7 General House Keeping
3. ENVIRONMENTAL RECORDS
Including monitoring, inspection and reporting.

Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 83 of 100 ` June 2010

Appendix VI
SAEFETY MEASURES AND REQUIREMENTS FOR THE OUTLINE SITE SAFETY PLAN

1.0 SAFETY MEASURES
1.1 General
(1) The Contractor shall be fully responsible for the safety of the Works, his personnel, subcontractors'
personnel, the public and all persons directly or indirectly associated with the Works or on or in the
vicinity of the Site. The Contractor shall treat safety measures as a priority in all his activities
throughout the execution of the Works.
(2) The Engineer will issue to the Contractor the Employers Project Safety Manual and any revised
versions thereof as may from time to time are produced by the Employer. The Contractor shall
comply with the requirements of the Project Safety Manual provided that the standards set out in
the Project Safety Manual shall be regarded as the minimum to be achieved and shall not relieve
the Contractor of any of his statutory duties or his responsibilities under the Contract.
(3) The provisions of the Contract regarding safety shall apply to and is binding upon the Contractor for
any part of the Works and the persons employed by sub-contractors of any tier. The Contractor
shall ensure that the requirements of the Contract in respect of safety are included in all sub-
contracts placed by him.
(4) The Engineer reserves the right to order the immediate removal and replacement of any item of
Contractor's Equipment or Temporary Works which, in his opinion, is unsatisfactory for its purpose
or is in an unsafe condition.
1.2 Legislation and Codes of Practice
(1) The Contractor shall comply with all safety and industrial health legislation including, without limitation,
the Rules and Regulation of the National Safety Council of India.
(2) The Contractor shall keep on the Site copies of safety and industrial health regulations and documents.
All regulations and documents referred in this Clause 6(5) shall be translated into languages which are
understood by the operators engaged by the Contractor or sub-contractors (unless the Engineer
consents to the contrary) and such translations shall be displayed or kept alongside those in Hindi and
English languages.
Site Safety Plan
(1) The Contractor shall, within 112 days of the date of Notice to Proceed, prepare and submit to the
Engineer for review his proposed safety plan which shall contain as a minimum those items set out
in Project Safety Manual and as detailed in Appendix 20 of the Employers Requirements.
Safety Personnel
(1) The Contractor shall appoint a Safety Officer whose duties throughout the period of the Contract shall
be entirely connected with the safety and industrial health aspects of the Contractor's activities on the
Site. The Safety Officer shall be a suitably qualified and experienced person who shall supervise and
monitor compliance with the Site Safety Plan. The Safety Officer shall, in particular but without
limitation, carry out auditing of the operation of the Site Safety Plan in accordance with a rolling
programme to be submitted, from time to time, to the Engineer for his consent. The Safety Officer's
appointment shall be within twenty eight (28) days of the date of acceptance of Tender and shall be
subject to the Engineer's written consent.
(2) The Contractor shall not undertake any works on the Site until the Safety Officer has commenced
duties in Delhi and unless the Engineer has specifically consented in writing.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 84 of 100 ` June 2010

(3) The Contractor shall not remove the Safety Officer from the site without the express permission of the
Engineer. Within fourteen (14) days of any such removal or notice of intent of removal, the Contractor
shall nominate a replacement Safety Officer for the Engineer's consent.
(4) The Contractor shall provide the Safety Officer with supporting staff in accordance with the staffing
levels set out in the Site Safety Plan. The supporting staff shall include at least one (1) Deputy Safety
Officer whose appointment(s) shall be subject to the Engineer's consent under similar criteria to those
contained under Clause 6(8) above. The Deputy Safety Officer(s) shall be capable of assuming the
duties and functions of the Safety Officer as contained in the Site Safety Plan whenever necessary.
(5) The Contractor shall empower the Safety Officer and safety staff to instruct employees of the
Contractor or of its sub-contractors of any tiers to cease operations and take urgent and appropriate
action to make safe the Site and prevent unsafe working practices or other infringements of the Site
Safety Plan or the statutory regulations.
(6) The Contractor shall ensure that the Safety Officer maintains a daily site safety diary, such diary
comprehensively recording all relevant matters concerning site safety, safety inspections and audits,
safety related incidents and the like. The site safety diary shall be reviewed and signed on a weekly
basis by the site agent and shall be available at all times for inspection by the Engineer.
(7) The Contractor's Staff Organization Plan shall show direct lines of communication and reporting
between the Safety Officer and the site agent and between the Safety Officer and the director
responsible for the Contract. The Contractor shall instruct and require the Site Agent and the Director
responsible to be directly accountable in all matters concerning site safety.
1.3 Site Safety Inspections
(1) The Contractor will conduct site safety inspections at a regular frequency. The findings of
the inspections shall be recorded on suitable forms which shall be kept available for
inspection by the Engineer.
1.4 Safety / Accident Reporting
(1) The Contractor shall submit regular site safety reports to the Engineer in accordance with
the Site Safety Plan. Such reports shall be submitted as part of the Monthly Progress
Report. Prior to submission, the site safety report shall be endorsed by the director
responsible for the Contract and the site agent. Site safety reports shall comprehensively
address all relevant aspects of site safety and industrial health regulation and, in particular,
report on all site safety audits undertaken during the period covered by the report.
(2) The Engineer shall be notified by the Contractor immediately of occurrence of any
accidents whether on-site or off-site in which the Contractor, its personnel or plant, or those
of its sub-contractors are directly or indirectly involved and which results in any injuries to
any persons. Such initial notification may be verbal and shall be followed by a written
comprehensive report within 24 hours of the accident.
Additionally the Contractor shall notify the Engineer in writing within twenty-four (24) hours
of any incident occurring whether on-site or off-site at which the Contractor or any sub-
contractors are involved and could have resulted in serious injuries to persons or significant
damage to the Works.
1.5 Sub-Contractors
(1) The Contractor shall provide its sub-contractors with copies of the Site Safety Plan and
shall incorporate into all sub-contract documentation provisions to ensure the compliance
with such plan at all tiers of the sub-contracting.
(2) The Contractor shall, unless the Engineer's consent in writing is given; require all sub-
contractors to appoint a safety representative who shall be available on the Site throughout
the operational period of the respective sub-contract. In the event of the Engineer's
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 85 of 100 ` June 2010

consent being given, the Safety Officer or safety staff, without prejudice to their other duties
and responsibilities, shall ensure, as far as is practically possible, that employees of sub-
contractors of all tiers are conversant with appropriate parts of the Site Safety Plan and the
statutory regulation.
1.6 Safety Meetings
(1) The Contractor shall convene regular safety meetings in accordance with the Safety Plan
and shall require attendance by the Safety Officer and safety representatives of sub-
contractors unless otherwise agreed by the Engineer. All safety meetings shall be notified
in advance to the Engineer who may attend in person or by representative at his discretion.
The minutes of all safety meetings shall be taken and sent to the Engineer within seven (7)
days of the meeting.
(2) A site safety management committee may be established by the Engineer to monitor the
implementation of the safety plan and for the purpose set out in the Project Safety manual.
The Engineer or his representative will be chairman of this committee and the members
shall include the Contractor's agent or representative, Safety Manager and Safety Officers,
sub-contractors' Safety personnel.
1.7 Safety Equipment
(1) The Contractor shall ensure that safety equipment and protective clothing as described in
the Safety Plan is available and used on the site at all material times and that measures for
the effective enforcement of proper utilization and necessary replacement of such
equipment and clothing is incorporated into the Site Safety Plan.
(2) The Contractor shall regularly inspect, test and maintain all safety equipment,
scaffolds, guard-rails, working platforms, hoists, ladders and other means of access and
egress, lifting, lighting, signage and guarding equipment. Lights and signs shall be kept
clear of obstructions and legible to read. Equipment that is damaged, dirty, incorrectly
positioned or not in working order shall be repaired or replaced immediately.
1.8 First Aid
(1) The Contractor shall establish, maintain, staff, and fully equip a first aid base as detailed
below:
(i) The first aid base shall be located at the Contractors principal works Area. The
base shall consists of a treatment room fitted with two treatment couches, a hand
basin, sterilizing equipment and lockable cupboards to contain sufficient medical
supplies for first-aid for the Contractors workforce, the Engineers site supervisory
staff, the Designated Contractors work force in the area and any visitors to the site.
In addition, six stretchers shall be stored, available for instant use. The first aid
base shall contain a recovery room that shall be furnished with six chairs and six
footrests. The first aid post shall be air-conditioned, with cooling capability sufficient
to maintain the temperature of the inside of building at 20
o
C.
(ii) Portable first aid boxes will be maintained fully equipped at each of local site offices
and work location where 20 or more persons work at a time. In each site office and
location at least one employee of contractor trained in first aid should be available
at all working hours for purpose of attending to emergencies.
(iii) The contractor shall maintain necessary tie up with near by hospital to attend and
give medical attention during emergencies.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 86 of 100 ` June 2010

1.9 Site Publicity
(1) The Contractor shall ensure that safety, rescue and industrial health matters are given a
high degree of publicity to all persons regularly or occasionally on the Site. Posters, in both
Hindi and English, drawing attention to site safety, rescue and industrial health regulation
shall be made or obtained from the appropriate sources and shall be displayed prominently
in relevant areas of the Site. These posters shall be changed on a monthly basis in order
to ensure their continued impact.
1.10 Training
(1) The Contractor shall conduct regular safety training and rescue training drills, the
frequency, coverage and application of which shall be in accordance with the Site Safety
Plan, and in any case shall not be more than every six months. The Contractor shall
require that all sub-contractors' employees participate in relevant training courses
appropriate to the nature, scale and duration of the sub-contract works.
1.11 Breach of Safety Regulations
(1) Any employees of the Contractor or sub-contractor of any tiers who commit a serious
breach of the safety regulations shall be liable to summary dismissal and shall not be re-
employed on the Contract or allowed on any of the Sites. The due notice of this sanction
shall be prominently displayed on the Site.
1.12 Safety Devices
(1) All plant and equipment used on or around the Site shall be fitted with appropriate safety
devices which shall be operational at all times and shall be regularly inspected and tested.
These shall include amongst others:
(i) Effective safety catches for crane hooks and other lifting devices.
(ii) Functioning automatic warning devices and, where applicable, an up-to-date test certificate,
for cranes and hoists.
(iii) All plant and equipment used on or around the Site shall be operated by suitably trained
and qualified personnel.
1.13 Testing and Certification of Lifting Gear
(1) The Contractor shall provide and maintain safe mechanical cranes, hoists and conveying
facilities for the lifting and transport of materials and shall comply with all relevant
requirements of BS 7121, Code of Practice for Safe Use of Cranes. All cranes, hoists and
the like shall be fitted with audible overload warning devices. All such equipment shall be
regularly maintained in accordance with manufacturers' recommendations and standards
having regard to local legislation and recommendations from the appropriate statutory
authority.
(2) Prior to use on Site, all lifting appliances and lifting gear shall be tested to an approved
safety margin and suitably identified in accordance with the requirements of the current
legislation. The test certificate shall be submitted to the Engineer for review prior to the use
of such equipment on Site.
(3) The safe working load shall be clearly and indelibly marked on all lifting appliances and
lifting gear either by stamping or by the addition of permanently secured tag labels.
Stamping shall not be permitted on any stress-bearing part.
(4) The Contractor shall prepare and maintain an up-to-date register containing test certificates
of all lifting and hoisting equipment used on the Works. The Contractor shall notify the
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 87 of 100 ` June 2010

Engineer of the person responsible for maintaining this register. The register shall, from
the commencement of construction, be available on Site for inspection by the Engineer and
Relevant Authorities.
(5) Heavy plant or equipment which does not come under the jurisdiction of any local statutory
legislation shall be subject to the testing and examination requirements as recommended
by its manufacturer or in the absence of such, it shall be the responsibility of the Contractor
to submit a standard or method of testing and examination to the Engineer for review.
(6) Competent operators with certificates certifying that the proposed operator has received
training in the general principles of crane operation and specific training in the type of lifting
or hoisting equipment he is required to operate shall be provided for the control of all lifting
and hoisting equipment. At least one trained banksman shall be in attendance at each
lifting or hoisting installation.
1.14 Fire Regulations and Safety
(7) The Contractor shall provide and maintain all necessary temporary fire protection and fire
fighting facilities on the Site during the construction of the Works, and shall comply with all
requirements of the Delhi Fire Services Department. These facilities may include, without
limitation, sprinkler systems and fire hose reels in temporary site buildings, raw water
storage tanks and portable fire extinguishers suitable for the conditions on the Site and
potential hazards.
(8) The Contractor shall submit details of these facilities to the Engineer for review prior to
commencement of work on the Site.
(9) If, in the Engineer's opinion, the use of naked lights may cause a fire hazard, the Contractor
shall take such additional precautions and provide such additional fire fighting equipment
(including breathing apparatus) as the Engineer considers necessary. The term "naked
light" shall be deemed to include electric arcs and oxyacetylene or other flames used in
welding or cutting metals.
(10) Oxyacetylene burning equipment will not be permitted in any confined space. Burning
equipment of the oxypropane type shall be used.
1.15 Dangerous Goods and Radiation
(1) The Contractor shall ensure that all gases, fuels and other dangerous goods are stored and
handled in a safe manner and in accordance with the statutory regulations and as required
by the Engineer. The Contractor shall be responsible for obtaining the requisite licenses
and permission to store and handle such substance
(2) No use of radioactive substances and radiating apparatus or operation involving ionizing,
electromagnetic radiation or X-rays shall be carried out without the prior consent of the
Engineer. The Contractor shall ensure that all personnel and members of the public are
properly protected from the effects of any such radiation. Each radiation area shall have
conspicuous signs and barriers.
(3) The Contractor shall submit for review by the Engineer details of the training given to
nominated employees on the safe use, handling, transport and storage of dangerous
goods, radioactive substances, radiation and X-ray equipment prior to their introduction on
Site. Such training shall include the necessary measures to be taken in case of
emergency.
1.16 Hazard and Risk Assessments
(2) The Contractor shall, prior to the commencement of any operation carry out a detailed
hazard and risk assessment. The results of such assessments shall be recorded and the
records kept for inspection by the Engineer.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 88 of 100 ` June 2010

(3) The Contractor shall produce detailed method statements for all medium and high risk
operations and shall submit them to the Engineer for his consent prior to commencement of
any task to which they relate.
(4) The Contractor shall produce and implement a Permit to Work system for all high-risk
operations. The Permit to Work system shall be submitted to the Engineer for consent
before application.
1.17 Explosives
(1) Explosives shall not be used without prior written consent of the Engineer. Before consent
to blasting is granted, the Contractor shall prepare a Specification as to the size of charge,
the method of firing and any other restrictions that may be imposed from time to time.
(2) Where the Engineer has consented to the use of explosives, the Contractor shall be
responsible for obtaining the requisite licenses and permits for complying with all statutory
requirements for blasting.
(3) The storage, transportation and use of explosives shall at all times be governed by the
Explosives Acts and such other statutory regulations, which may be applicable, and as
imposed by the Statutory Authorities.
1.18 Standby Equipment
(1) The Contractor shall provide adequate stand-by equipment to ensure the safety of
personnel, the Works and the public. These measures shall include as a minimum the
following:-
(a) Stand-by pumping and generating equipment for the control of water;
(b) Stand-by equipment and spares for illumination of the Works; and
(c) Stand-by generating equipment and equipment for the lighting and ventilation of
underground works.
1.20 Co-operation
(1) The Contractor shall provide full co-operation and assistance in all safety surveillance
carried out by the Engineer or the Employer. Any breaches of the Site Safety Plan or the
statutory regulations or others disregard for the safety of any persons may be the reason
for the Engineer to exercise his authority to require the site agents removal from the Site.
2.0 REQUIREMENTS FOR THE OUTLINE SITE SAFETY PLAN
2.1. GENERAL
(1) The Contractor shall, within 30days of the date of issue of letter of acceptance , prepare and submit
to the Engineer for review his proposed safety plan which shall contain as a minimum those items
set out in Project Safety Manual and details of the following:-
STATEMENT OF CONTRACTORS SAFETY POLICY
(2) The Contractor shall produce a policy statement signed by the managing director of the Contractor
or other senior officer acceptable to the Engineer, or the managing directors or other senior officers
acceptable to the Engineer of each company of the consortium, partnership or joint venture
comprising the Contractor, declaring that the Contractor shall ensure that safety and industrial
health are given priority consideration in all aspects of the Works and by the Contractor in
discharging his contractual obligations;
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 89 of 100 ` June 2010

(3) An understanding of and means of ensuring due compliance with the statutory regulations and
standards relating to construction work in India;
(4) The statutory contractual obligations regarding safety and industrial health applying to the
Contractor, and the means by which the Contractor will supervise, monitor and audit his Site safety
to ensure due compliance with these obligations.
(5) The statutory and contractual obligations regarding safety, rescue and industrial health imposed on
the Contractor; and the means by which the Contractor will supervise, monitor and audit his site
safety assurance system to ensure due compliance with these obligations;
SENIOR MANAGEMENT RESPONSIBLE FOR SAFETY
(6) The name(s) and experience of person(s) within the Contractors proposed management structure
who would be responsible for coordinating and monitoring the overall safety performance of the
Contractor, all Sub-contractors and Safety Officers.
SAFETY STAFF APPOINTMENT, DUTIES AND RESPONSIBILITIES
(7) The safety staff and organizational structure, which should identify the personnel to be engaged
solely for site safety assurance, the responsibilities of the participants and the subdivision of the site
safety assurance tasks into elements which can be effectively controlled, technically and
managerially. Names, addresses, telephone and facsimile numbers of all participants shall be
listed where known (Supplements to the Site Safety Plan will update and complete this information);
(8) The criteria for appointment of principal safety staff;
(9) The powers vested in the safety staff, which shall be sufficient to enable them to take urgent and
appropriate action to make safe the Site and prevent unsafe working practices or other
infringements of the safety plan or statutory regulations;
(10) The proposed interaction and communication procedures between the Contractor's construction
personnel and safety staff, including proposals for radio communication facilities. In particular, the
establishment of a regular communication and reporting system between the Safety Officer and the
director responsible for the Contract and the Safety Officer and the Site Manager shall be
demonstrated;
(11) The frequency, coverage and intent of regular site safety reports;
(12) The means by which the site safety assurance system will be supervised, monitored and audited by
the Safety Officer to ensure due compliance with the principles and objectives of the Site Safety
Plan at all levels of construction. Procedures for updating the Site Safety Plan and associated
assurance system shall be given;
(13) The records to be prepared and maintained by the Safety Officer and safety staff and
communication procedures to be adopted by the Safety Officer such that the Engineer, Employer
and others associated with the Works (e.g. sub-contractor) are kept fully informed on matters
relating to site safety and industrial health regulations throughout the period of the Contract;
POLICY FOR IDENTIFYING HAZARDS
(14) The means by which the Contractor will identify hazards, assess the risks and develop procedures
and method statements to minimise the risk for those risks which will occur during the works;
(15) The aspects of the Temporary Works design which should be communicated to the Engineer and
others directly or indirectly associated with the Works if the installation of the associated works has
a particular significance on the site safety of the Works;
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 90 of 100 ` June 2010

(16) The Contractor shall produce a list of safety and health hazards identified for this contract and the
procedures and method statements for achieving effective and efficient minimization of the risks
associated with such hazards.
(17) The means of minimization of the effects of climatic exposure (heat, wind and moisture) and an
exposure to noxious substances;
SAFETY TRAINING
(18) The Contractor shall produce a description of the safety training courses that are to be provided.
The syllabus, frequency, coverage and application of training courses shall be included together
with the means of attaining the objective that all workmen shall be required to attend a safety
induction course within their first week on Site and thereafter at times appropriate to their
prospective duties and at intervals of not more than 6 months;
SAFETY EQUIPMENT
(19) The Contractor shall identify the safety equipment, rescue apparatus and protective clothing which
will be required for the Works, including the quantity, sourceing, standards of manufacture, storage
provisions and means of ensuring proper utilization by all workmen and staff employed directly or
indirectly by the Contractor and repair to or replacement of damaged equipment. Such equipment
shall include, but not be limited to: site helmets, goggles and other eye protectors, hearing
protectors, safety harnesses, safety equipment for working underground and in confined spaces
(e.g. sewers, drains etc.), rescue equipment, equipment to rescue persons from drowning (if
applicable), fire extinguishers, first aid equipment, and, where appropriate, suitable fall arrest
equipment;
(20) The means by which safety equipment, scaffolds, guard-rails, working platforms, hoists, ladders
and other means of access, lifting, lighting, signing and guarding equipment shall be inspected,
tested and maintained and the standards below which such items will be removed from the Site and
replaced;
CONTRACTORS EQUIPMENT
(21) The Contractor shall produce policy and procedures for ensuring that all his Plant and Equipment
used on the works site is maintained in a safe condition and is operated in a safe manner;
(22) Also regulations and procedures covering all safety and health aspects of the Works, including
where appropriate but not limited to the following:-
(i) housekeeping
(ii) traffic control and transportation
(iii) fire prevention precautions and fire fighting equipment
(iv) working in confined spaces
(v) excavation
(vi) diving
(vii) hot working
(viii) electrical equipment
(ix) welding/cutting operations and equipment
(x) personal protection clothing and equipment
(xi) conveyance, handling and use of explosives
(xii) cranes
(xiii) hoists
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 91 of 100 ` June 2010

(xiv) other lifting appliances
(xv) manual lifting
(xvi) scaffolding and work platforms
(xvii) ladders
(xviii) power tools
(xix) hand tools and portable power driven tools
(xx) hazardous substances
(xxi) working over water
(xxii) working at height
(xxiii) structural steel erection
(xxiv) floor and wall openings and stairways
(xxv) lighting
(xxvi) protection against falling objects;

SUB-CONTRACTORS

(23) The means by which safety, rescue and industrial health matters and requirements will be
communicated to sub-contractors of all tiers and their due compliance with the Site Safety Plan and
all relevant statutory regulations is ensured;
(24) The method by which the safety procedures and practices proposed by sub-contractors will be
reviewed for compliance with the Site Safety Plan and statutory regulations including the provision
of hazard and risk assessments and method statements.;

DISCIPLINARY PROCEDURES

(25) The Contractors disciplinary procedures with respect to dealing with safety related matters both
with his own staff and that of sub-contractors;

ACCIDENT REPORTING
(26) The Contractors procedure for reporting and investigating accidents, dangerous occurrences or
occupational illness;
(27) The Contractors proposals for statistical measurement and monitoring of the safety and health
performance of the Contractor and sub-contractors of all tiers and how such proposals reflect
responsible practice in the construction industry. The means by which the site safety and industrial
health performance of the Contractor and sub-contractors of all tiers can be compared with local
and international norms shall be given together with the suggested rationale for establishing such
norms;

FIRST AID AND EMERGENCIES
(28) The Contractor shall give details of the provision he has made for the operation of the First Aid
facilities specified in item 1.8 above and the arrangements he has made for dealing with
emergency and disaster situations including liaison with Fire and Ambulance Services;

SAFETY PROMOTION
(29) The Contractor shall provide details of the frequency, coverage and intent of site safety meetings
together with the rationale for attendance;
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 92 of 100 ` June 2010

(30) The methods of promoting an awareness of site safety and site rescue procedures, and industrial
health amongst all persons directly or indirectly associated with the Works.
(31) This shall include proposals for on-site publicity, training courses for all workmen on the Site and at
all levels of supervision and management, incentive schemes for the promotion of compliance with
safety measures, etc.

GENERAL
(32) The Contractors system for the protection of authorized and unauthorized visitors to the site;
(33) The Contractors proposals to ensure that construction methods do not compromise the
Contractor's commitment to the Site Safety Plan or its compliance with the statutory regulations.
(34) Running on account payment will be released after the following milestones are achieved and
Engineer has issued a Notice of No Objection or a Notice of No Objection subject to
(specifying the condition).
a. Release of on-account payment after two months of signing the contract agreement On
submittal of Site Safety Plan duly approved by Engineer (ER). Otherwise 10% of the
running bill be withheld till compliance.
b. Closure of Non-conformance Report Action taken on non-compliance and its closure to
be ensured within 15 days of issue of non conformance report. In case of non closure of
report, running on-account bill will be with held @ 1 % of amount for every non closure, till
the same are closed satisfactorily.
c. Release of on-account payment after four months and thereafter every 3 months from the
date of start of work On submittal of Safety Audit Report duly reviewed by Engineer (ER)
and Action Taken Report. Otherwise 10% of the running bill be withheld till compliance.
d. Release of Final bill i. Closure of all non-conformance reports
ii. Submittal of all environment documented record pertaining to
monitoring and accountability including Safety Manual &
Procedures.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 93 of 100 ` June 2010

Appendix VII
GENERAL REQUIREMENTS-CONSTRUCTION
1. CARE OF THE WORKS
(1) Any error in the execution of work leading to redesign work shall be duly compensated by
the contractor as per the decision of Engineer. Any error attributable to the construction
including failure to locate underground utilities shall attract penalties.
(2) Unless otherwise permitted by the Employer's Representative all works shall be carried out
in dry conditions.
(3) The Works, including materials for use in the Works, shall be protected from damage due
to water. Water on the Site and water entering the Site shall be promptly removed by
temporary rainage or pumping system or by other methods capable of keeping the Works
free of water. Silt and debris shall be removed by traps before the water is discharged and
shall be disposed of at a location or locations to which the Engineer has given his consent.
(4) The discharge points of the temporary systems shall be as per the consent of the Engineer.
The Contractor shall make all arrangements with and obtain the necessary approval from
the relevant authorities for discharging water to drains, watercourses etc. The relevant
work shall not be commenced until the approved arrangements for disposal of the water
have been implemented.
(5) The methods used for keeping the Works free of water shall be such that settlement of, or
damage to, new and existing structures does not occur.
(6) Measures shall be taken to prevent flotation of new and existing structures.
2 PROTECTION OF THE WORKS FROM WEATHER
(1) Work shall not be carried out in weather conditions that may adversely affect the Works
unless proper protection is provided to the satisfaction of the Engineer.
(2) Permanent Works, including materials for such Works, shall be protected from exposures
of weather conditions that may adversely affect such Permanent Works or materials.
(3) During construction of the Works storm restraint systems shall be provided where
appropriate. These systems shall ensure the security of the partially completed and on
going stages of construction in all weather conditions. Such storm restraint systems shall
be installed as soon as practicable and shall be compatible with the right of way, or other
access around or through- out the Site.
(4) The Contractor shall at all times programme and carry out the work duly ensuring protective
arrangements such that the Works can be made safe in the event of storms.
3 PROTECTION OF THE FINISHED WORK
(1) The finished Works shall be protected from any damage that could arise from any activities
on the adjacent site/ works.
4. DAMAGE AND INTERFERENCE
(1) Work shall be carried out in such a manner that there is no damage to or interference with:
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 94 of 100 ` June 2010

(a) Watercourses or drainage systems;
(b) Utilities;
(c) Structures (including foundations), roads, including street fixtures, or other properties;
(d) Public or private vehicular or pedestrian access;
(e) Monuments, graves or burial grounds other than to the extent that is necessary for them to
be removed or diverted to permit the execution of the Works. Heritage structures shall not
be damaged or disfigured on any account. The Contractor shall inform the Engineer as
soon as practicable of any items which are not stated in the Contract to be removed or
diverted but which the Contractor considers necessary to be removed or diverted to enable
the Works to be carried out. Such items shall not be removed or diverted until the consent
of the Engineer to such removal or diversion has been obtained.
(2) Items which are damaged or interfered with as a result of the Works and items which are
removed to enable the Works to be carried out shall be reinstated to the satisfaction of the
Engineer and to at least the same condition as existed before the Work started. Any claims
by Utility Agencies due to damage of utilities by the Contractor shall be borne by the
Contractor.
5 STRUCTURES, ROADS AND OTHER PROPERTIES
(1) The Contractor shall immediately inform the Engineer of any damage to structures, roads
or other properties.
6 ACCESS
(1) Alternative access shall be provided to all premises if interference with the existing access,
public or private is necessary to enable the Works to be carried out. The arrangements for
the alternative access shall be as agreed by the Engineer and the concerned agency.
Unless agreed otherwise, the permanent access shall be reinstated as soon as practicable
after the work is complete and the alternative access shall be removed immediately it is no
longer required, and the ground surfaces reinstated to the satisfaction of the Engineer.
Proper signage and guidance shall be provided for the traffic / users regarding diversions.
7 TREES
(1) The felling of trees in the National Capital Territory of Delhi is governed by the Delhi
Preservation of Trees Act 1994 (Delhi Act No. 11 of 1999). The Contractor is not permitted to
cut any trees in terms of the provisions of the aforementioned act. The Employer has
assessed the number of trees existing within the right-of-way and has arranged for cutting and
removal of trees, which are likely to be affected by the right of way (i.e., within the limits of
permanent works) construction works. The trees requiring to be felled, will be removed from
ground level up by the Employer prior to commencement of the works. If for the purposes of
the works additional trees are required to be cut/trimmed or removed, the Contractor must
notify the Engineer of such requirements. Subject to compliance with the aforementioned act,
arrangements for tree felling may be made by the Employer under separate contract and
compensatory replacement of felled trees will also be made by the Employer. If the Contractor
is able to obtain permission for tree cutting from the concerned authority then such trees can
be cut by the Contractor and any replacement carried out by the Contractor.

Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 95 of 100 ` June 2010

8 REMOVAL OF GRAVES AND OTHER OBSTRUCTIONS
(1) If any graves and other obstructions are required to be removed in order to execute the
Works and such removal has not already been arranged for, the Contractor shall draw the
Engineer's attention to them in good time to make necessary arrangement for
authorizations for such removal. The Contractor shall not itself remove them unless the
Engineer has given consent.
9. PROTECTION OF THE ADJACENT STRUCTURES AND WORKS
(1) The Contractor shall take all necessary precautions to protect the structures or works being
carried out by others adjacent to and, for the time being, within the Site from the effects of
vibrations, undermining and any other earth movements or the diversion of water flow
arising from its work.
10 Deleted
11 SITE ESTABLISHMENT
11.1 Deleted
11.2 CONTRACTOR'S SITE ACCOMMODATION
(1) The Contractor shall provide and maintain its own site accommodation at locations
consented to by the Engineer. Offices, sheds, stores, mess rooms, garages, workshops,
latrines and other accommodation on the Site shall be maintained in a clean, stable and
secure condition. Living accommodation shall not be provided on the Site.
11.3 LATRINES AND WASHPLACES
(1) The Contractor shall provide latrines and washplaces for the use of its personnel and all
persons who will be on the Site. The size and disposition of latrines and washplaces shall
accord with the numbers and dispositions of persons entitled to be on the Site. There shall
be separate facilities for males and females. The capacities and layout shall be subject to
approval of the Engineer. The Contractor shall arrange regular disposal of effluent and
sludge in a manner that shall be in accordance with local laws/ regulations.
(2) The Contractor shall be responsible for maintaining all latrines and washplaces on the Site
in a clean and sanitary condition and for ensuring that they do not pose a nuisance or a
health threat. The Contractor shall also take such steps and make such provisions as may
be necessary or directed by the Engineer to ensure that vermin, mosquito breeding etc. are
at all times controlled.
11.4 SITE UTILITIES AND ACCESS
(1) (a) The Contractor shall be responsible for providing water, electricity, telephone, sewerage and
drainage facilities and all such services that are necessary for satisfactory performance of
the Works for all site accommodation, structures and buildings in accordance with Appendix
5 to these Employer's Requirements. The Contractor shall make all arrangements with and
obtain the necessary approval from the relevant civil and utility authorities for the facilities.
(b) The Contractor shall be responsible for provision of power supply for his works including for
tunneling machines and the like .The Employer can not guarantee to the Contractor
provision of adequate, continuous power supply. However, assistance will be given by the
Employer in obtaining the necessary permissions for installation of site generators and the
like.
(3) Deleted
12 SUBMISSION OF PARTICULARS
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 96 of 100 ` June 2010

(1) The following particulars shall be submitted to the Engineer for his consent not more than
fifty-six (56) days after the date of commencement of the Works:
(a) Drawings showing the formation works and the layout within the Site of the Engineer's
accommodation, the Contractor's offices, project signboards, principal access and other
major facilities required early in the Contract, together with all service utilities;
(b) Drawings showing the layout and the construction details of the Engineer's
accommodation; and
(c) Drawings showing the details to be included on the project signboards and diversion
boards.
(2) Drawings showing locations of stores, storage areas, concrete batching plants and other
major facilities as well as the access roads/paths shall be submitted to the Engineer for his
consent as early as possible but in any case at least twenty eight (28) days prior to the date
when such facilities are intended to be constructed on the Site.
13. SECURITY
(1) The Contractor shall be responsible for the security of the Site for the full time the Site is in
his possession. The Contractor shall set up and operate a system with the consent of
Engineer to ensure proper arrangements for security.
(2) During the progress of the Works the Contractor shall maintain such additional security
patrols over the areas of the Works as may be necessary to protect its own and its sub-
contractor's work and equipment. The Contractor shall co-ordinate and plans the security of
both the work under this Contract and the work of others engaged in adjacent and
interfacing contractors and requiring access to the site.
3) The Contractor shall liaise with the Designated Contractors and the contractors responsible
for the adjacent and other interfacing contracts and ensures that coordinated security
procedures are operated, in particular in respect of vehicles permitted to pass through the
Site and/or the adjacent sites.
(4) Security and checking arrangements, as felt necessary shall be provided with advice and
help of the Police.
14 RECORDS OF WAGE RATES
(1) The Contractor shall keep monthly records of the average, high and low wage rates for
each trade/tradesman employed on the Site and records shall be made available to the
Engineer during inspection.
15. MATERIALS
(1) Materials and goods for inclusion in the Permanent Works shall be new unless the
Engineer has consented otherwise. Preference shall be given to local materials where
available.
(2) Certificates of tests by manufacturers, which are to be submitted to the Engineer, shall be
current and shall relate to the batch of material delivered to the Site. Certified true copies of
certificates may be submitted if the original certificates could not be obtained from the
manufacturer.
(3) Parts of materials, which are to be assembled on the Site, shall be marked to identify the
different parts.
(4) Materials which are specified by means of trade or proprietary names may be substituted
by materials from a different manufacturer which has received the consent of the Engineer
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 97 of 100 ` June 2010

provided that the materials are of the same or better quality and comply with the specified
requirements.
(5) Samples of materials submitted to the Engineer for information or consent shall be kept on
the Site and shall not be returned to the Contractor or used in the Permanent Works unless
permitted by the Engineer. The samples shall be used as a mean of comparison, which the
Engineer shall use to determine the quality of the materials subsequently, delivered.
Materials delivered to the Site for use in the Permanent Works shall be of the same or
better quality as the samples, which have received cons
16. Deleted
17. Deleted
18. RESTORATION OF AREAS DISTURBED BY CONSTRUCTION.
Unless otherwise directed by the Engineer, any areas disturbed by the construction activity, either
inside or outside the Project Right of Way, shall be reinstated as follows:
All areas affected by the construction work shall be reinstated to their original condition, with new
materials, including but not necessarily limited to, sidewalks, parking lots, access roads, adjacent
roads, properties and landscaping. Grass cover shall be provided for any bare earth surface areas,
along with proper provisions for surface drainage.
19 CONTRACTORS LABOUR CAMP
19.1 The Employer will not provide living accommodation for the use of the Contractor or any of his staff
or labour employed on the Works. Living accommodation shall not be established on any land
provided to the Contractor by the Employer for the Works.
19.2 PROVISION OF LABOUR CAMP
The Contractor, shall, at his own expense, make adequate arrangements for the housing, supply of
drinking water and provision of bathrooms, latrines and urinals, with adequate water supply, for his
staff as well as for workmen employed on the Works directly or through sub-contractors at the
location authorized by Engineer. No labour camp shall be allowed at work site or any unauthorized
place.
The Contractor at his own cost shall maintain all campsites in a clean and sanitary condition. The
Contractor shall obey all health and sanitary rules and regulations, and carry out at his cost all
health and sanitary measures that may from time to time be prescribed by the Local/Medical
Authorities and permit inspection of all health and sanitary arrangements at all times by the
Employer, the Engineer and the staff of the local municipality or other authorities concerned.
Should the Contractor fail to provide adequate health and sanitary arrangements these shall be
provided by the Employer and the cost recovered from the Contractor.
The Contractor shall at his own cost, provide First Aid and Medical facilities at the Labour Camp
and at work sites on the advice of the Medical Authority consistent with the strength of the
Contractors staff and workmen, employed directly or through sub-contractors.
The Contractor shall at his own cost, provide the following minimum requirements for meeting the
fire hazards:
Portable Fire Extinguishers.
Manual Fire Alarms.
Water Supply for use by the Fire Service.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 98 of 100 ` June 2010

The Contractor at his own cost shall provide necessary arrangements for keeping the camp area
sufficiently lighted to avoid accidents to the workers. He should also ensure that electrical
installations are done by Trained Electricians. These installations shall be maintained and daily
maintenance records must be made available for inspection by the Engineer.
19.3 CAMP DISCIPLINE
The Contractor shall take requisite precautions, and use his best endeavours to prevent any
riotous or unlawful behaviour by or amongst his workmen, and others, employed directly or
through sub-contractors. These precautions shall be for the preservation of the peace and
protection of the inhabitants and security of property in the neighbourhood of the Works. In the
event of the Employer requiring the maintenance of a Special Police Force at or in the vicinity of
the site, during the tenure of the work, the expenses thereof shall be borne by the Contractor and
if paid by the Employer, shall be recoverable from the Contractor.
The sale of alcoholic drinks or other intoxicating drugs or beverages upon the work, in any labour
camp, or in any of the buildings, encampments or tenements owned or occupied by, or within the
control of, the Contractor or any of his personnel employed on the work directly or through sub-
contractors shall be forbidden, and the Contractor shall exercise his influence and authority to
secure strict compliance with this condition. The Contractor shall also ensure that no labour or
employees are permitted to work at the site in an intoxicated state or under the influence of drugs.
The Contractor shall remove from his camp such labour and their families, as refuse protective
inoculation and vaccination when called upon to do so by the Engineer on the advice of the
Medical Authority. Should Cholera, Plague or any other infectious disease break out, the
Contractor shall at his own cost burn the huts, bedding, clothes and other belongings of or used
by the infected parties. The Contractor shall promptly erect new huts on healthy sites as required
by the Employer, within the time specified by the Employer, failing which the work may be done by
the Employer and the cost recovered from the Contractor.
19.4 LABOUR ACCOMMODATION
The Contractor shall provide living accommodation that is equal to or exceeds the minimum criteria
established in the following sub-sections, needed to house his staff as well as workers employed
directly or through sub-contractors. The buildings shall be constructed so as to have a minimum life
of not less than the length of the Contract.
(a) The roofs shall be watertight and laid with suitable non-flammable materials permissible for
residential use under local regulations and for which the consent of the Engineer has been
obtained.
(b) Each hut shall have suitable ventilation. All doors, windows, and ventilators shall be
provided with security leaves and fasteners. Back to back units may be avoided.
(c) The minimum height of each

unit shall be 2.10m and shall have separate cooking place.
(d) Suitable number of common toilet/bath shall be provided.
19.5 WATER SUPPLY
The Contractor shall provide an adequate supply of water for the use of labourers in the Camp.
The provision shall not be less than two gallons of pure and wholesome water per head per day for
drinking purposes and three gallons of clean water per head per day for bathing and washing
purposes. Where piped water supply is available, supply shall be at stand posts and where the
supply is from wells or river, tanks that may be of metal or masonry shall be provided. The
Contractor shall also at his expense make arrangements for the provision and laying of water pipe
lines from the existing mains wherever available and shall pay for all the fees and charges
therefore.
Contract DMRC/IT&PD/SLOK/EL/01 Special Conditions of Contract


Confidential SCC 99 of 100 ` June 2010

19.6 DRAINAGE
The Contractor shall provide efficient arrangements for draining away sullage water so as to keep
the camp neat and tidy. Surface water shall be drained away from paths and roads and shall not
be allowed to accumulate into ditches or ponds where mosquitoes can breed.
19.7 SANITATION
The Contractor shall make arrangements for conservancy and sanitation in the labour camps
according to the rules and regulations of the Local Public Health and Medical Authorities.
The Contractor shall provide a sewage system that is adequate for the number of residents in the
camp, and which meets the requirements of the Municipal Authorities.






DMRC LABOUR
WELFARE RULES

Вам также может понравиться