KNPCC-05 Nit knpcc-05 For Uploading
KNPCC-05 Nit knpcc-05 For Uploading
KNPCC-05 Nit knpcc-05 For Uploading
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
1.1 GENERAL
UPMRC/KNPCC-05/Volume–1/NIT 4
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
UPMRCL has applied for Loan from multilateral funding agency (EIB) hereinafter-
called “Funding Agency” towards the part cost of the Project, and intends to apply a
portion of the proceeds of the loans to payments under this contract. Disbursement of
the loans will be subject, in all respects, to the terms and conditions of the Loan
Agreements, including the disbursement procedures and the applicable
procurement guidelines of EIB.
(http://www.eib.org/attachments/strategies/guide_to_procurement_en.pdf). No
party other than UPMRC shall derive any rights from the Loan Agreement or have any
claim to loan proceeds. The above Loan Agreement will cover only a part of the
project cost. The remaining portion shall be financed through equity participation by
the Government of India and Government of Uttar Pradesh and other appropriate
means.
1.1.4.1 Eligible Applicants: A Tenderer may be from any country and all areas either a single
entity or any combination of entities in the form of a joint venture or consortium under
an existing agreement. Please refer Clause A3 of ITT (which under its sub-clause A3.10
also includes requirements/stipulations regarding (a) Lead Partner of JV/Consortium
(b) Non Substantial Partners (c) Requirement for members of JV /Consortium (d)
Change in JV /Consortium (e) Participation by Subsidiary Company or Parent
Company with credentials of Parent or Subsidiary Company).
The tenderers will be qualified only if they satisfy the criteria as given in para A.1,
A.2 and A.3 below (during last Seven years ending 30.06.2020):
A.1: Work experience of Shield tunneling and construction of u/g station by cut &
cover method:
(i) At least one “similar work”* of value of Rs. 966.00 Crores or more and at
least one underground metro station (having plan area of at least 4500 sqm) in
urban environment if not included in this works.
OR
(ii) Two “similar works”* each of value Rs. 604 Crores or more and at least one
underground metro station (having plan area of at least 4500 sqm) in urban
environment if not included in this works.
OR
(iii) Three “similar works”* each of value Rs. 483.00 Crores or more and at least
one underground metro station (having plan area of at least 4500 sqm) in urban
environment if not included in this works.
In case of JV/Consortium the work of tunnel & station may be by different partners
also.
UPMRC/KNPCC-05/Volume–1/NIT 5
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
Tenderer (or atleast one member in case of JV/Consortium) should have carried
out at least one “similar work”* of value Rs. 483.00 Crores or more in India or in a
country outside their own country.
*“Similar Work” for this contract shall be work of construction of Tunnel by shield TBM in urban
environment with finished internal dia. of more than 5.0 m with or without underground
metro station in urban environment.
The bidder should have minimum experience of having constructed a total of
minimum of 2.5 km of tunnel length by shield TBM in urban environment (In case of
twin tunnel each tunnel shall be counted as a separate Tunnel for calculation of
length of tunnel) with finished internal dia. of more than 5.0 m (including
completed portion of ongoing works) with or without underground metro station in
urban environment (each having plan area of at least 4000 sqm) using cut & cover
method. This requirement has to be met through one/two/three similar works of
value mentioned in clause 1.1.4.2A.1 (i),(ii) &(iii) respectively.
A.2: Work experience of E&M Works (Detail Engineering, Supply, Installation, Testing
and Commissioning of Electrical and Mechanical system including Fire and
Hydraulic system) for U/G Metro Station/s
One single E&M work of value Rs. 25 Crores or more for Detailed Engineering,
Supply, Installation, Testing and commissioning of Electrical and Mechanical
system including Fire and Hydraulic system for Metro Rail / Railway / Airport /
Infrastructure projects / Commercial Projects / Industrial plants.
Tenderer (or atleast one member in case of JV/Consortium) should have carried
out the above work of value Rs. 25 Crores or more in India or in a country outside
their own country.
A.3: Work experience ECS & TVS work (Design verification, Detail Engineering,
Supply, Installation, Testing and Commissioning of Environment Control System
(ECS) And Tunnel Ventilation System (TVS)) for U/G Metro Station/s
One single ECS & TVS work of value Rs.25 Crores or more for Design verification,
Detail Engineering, Supply, Installation, Testing and Commissioning of
Environment Control System (ECS) / Tunnel Ventilation System (TVS) for Metro
Rail / Railway /Airport / Infrastructure projects / Commercial Projects.
Tenderer (or atleast one member in case of JV/Consortium) should have carried
out the above work of value Rs. 25 Crores or more in India or in a country outside
their own country.
Notes:
The tenderer shall submit details of work executed by them in the Performa of
Annexure-1 for the works to be considered for qualification of work experience
criteria. Documentary proof such as completion certificates from client clearly
indicating the nature/scope of work, actual completion cost and actual date of
UPMRC/KNPCC-05/Volume–1/NIT 6
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
completion for such work should be submitted. The offers submitted without this
documentary proof shall not be evaluated. In case the work is executed for private
client, copy of work order, bill of quantities, bill wise details of payment received
certified by C.A(Chartered Accountant)., T.D.S (Tax Deducted at Source)certificates
for all payments received and copy of final/last bill paid by client shall be submitted.
For completed works, value of work done shall be updated to 30.06.2020 price level
assuming 5% inflation for Indian Rupees every year and 2% for foreign currency
portions per year. Selling rate of exchange at the close of business of the State Bank
of India on the day twenty-eight days before the latest date of Tender Submittal shall
be considered for calculating equivalent value in INR.
In case of joint venture / Consortium, full value the work, if done by the same joint
venture or any of members of the Joint Venture shall be considered. However, if the
work done by them in any other JV/consortium, value of work as per his percentage
participation in that JV shall be considered.
Criterion for work experience for “Shield tunneling and construction of underground
station by cut & cover method” (Para A.1) shall be satisfied by a single entity/JV/
Consortium.
Criterion for work experience for “E&M works” (Para A.2) shall be satisfied by the
tenderer himself or a subcontractor.
Similarly, criterion for work experience for “ECS & TVS work” (Para A.3) shall be satisfied
by the tenderer himself or a subcontractor.
Subcontractor/s for “E&M works” and “ECS & TVS work” may be the same or different.
In case the bidder or their ”ECS & TVS” Sub contractor does not have the experience
as required in para A.3.2 for “ECS & TVS work”, Support documents from specialist
vendor/designer in support of having such experience confirming their willingness with
the bidder/sub-contractor for meeting the requirement of clause A.3.2 shall be
submitted along with the bid. The name of specialist vendor/designer for BMS work of
“E&M” and “ECS&TVS” shall also be submitted with bid.
In case the bidder cites a work experience which includes both “E&M” and “ECS &
TVS” works, the breakup of the two will be clearly indicated in Annexure-1 of NIT.
B. - Financial Standing: The tenderers will be qualified only if they have minimum financial
capabilities as below:
(i) T1 – Liquidity: The tenderer must have liquidity equal to cash flow requirement of
value Rs. 57.52 Crores for the contract.
a) The liquidity shall be ascertained from Net Working Capital {Current Assets –
(current liabilities + provisions)} as per latest audited balance sheet and/or
from the Banking reference(s).
UPMRC/KNPCC-05/Volume–1/NIT 7
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
b) Banking reference(s) should contain in clear terms the amount that the Bank
will be in a position to lend for this work to the applicant/member of the Joint
Venture/Consortium. In case the Net Working Capital (as seen from the
Balance Sheet) is negative, only the Banking reference(s) will be considered,
otherwise the aggregate of the Net Working Capital and submitted Banking
reference(s) will be considered for working out the Liquidity.
(ii) T2 - Profitability: Profit before Tax should be positive in in at least 2 (two) of the last 5
audited financial years.
(iii) T3 - Net Worth: Net Worth of tenderer should be positive in last Two financial years.
Financial data for latest last five audited financial years has to be submitted by the
tenderer in Annexure-2 of NIT along with audited balance sheets. The financial data
in the prescribed format shall be certified by the Independent Financial Auditor
(Statutory Auditor) of the company appointed under the Company Act or by a
Chartered Accountant with his stamp and signature in original. In case any
discrepancy in data is found between the balance sheet and the financial
UPMRC/KNPCC-05/Volume–1/NIT 8
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
information submitted, the data as available in the balance sheet will be considered.
In case audited balance sheet of the last financial year is not made available by the
bidder, he has to submit an affidavit certifying that ‘the balance sheet has actually
not been audited so far’. In such a case the financial data of previous ‘4’ audited
financial years will be taken into consideration for evaluation. If audited balance
sheet of any other year than the last year is not submitted, the tender will be
considered as non-responsive.
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 done by the other members of the group be excluded. This is to be
substantiated with documentary evidence.
Where,
In the case of a group, the above formula will be applied to each member to the
extent of his proposed participation in the execution of the work.
Suppose there are ‘P’ and ‘Q’ members of the JV / Consortium / Group with their
participation in the JV / Consortium / Group as 70% and 30% respectively and
available bid capacity of these members as per above formula individually works
out ‘X’ and ‘Y’ respectively, then Bid Capacity of JV / Consortium / Group shall be
as under:
Notes:
Financial data for latest last five financial years has to be submitted by the
tenderer in Annexure-3A along with audited financial statements. The financial
data in the prescribed format shall be certified by the Independent Financial
Auditor (Statutory Auditor) of the company appointed under the Company
Act or by a Chartered Accountant with his stamp and signature in original. In
case any discrepancy in data is found between the balance sheet and the
financial information submitted, the data as available in the balance sheet will
be considered.
UPMRC/KNPCC-05/Volume–1/NIT 9
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
1.1.4.4 The tender submission of tenderers, who do not qualify the minimum eligibility
criteria & bid capacity criteria stipulated in the clauses 1.1.4.2 to 1.1.4.3 above,
shall not be considered for further evaluation and therefore rejected. If the
tenderer fails to meet the eligibility and qualification criteria, then further scrutiny
of other technical parameters will not be done and Financial Proposals of such
Tenderers shall not be opened.
The mere fact that the tenderer is qualified as mentioned in sub clause 1.1.4.2 to
1.1.4.3 shall not imply that his bid shall automatically be accepted. The same
should contain all technical data as required for consideration of tender
prescribed in the ITT. Technical proposals meeting the Technical requirement
and found substantially responsive only will be qualified for opening of their
Financial Proposal.
UPMRC/KNPCC-05/Volume–1/NIT 10
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
NOTE: CVs of above Key Personals shall be submitted in a format that suitably illustrates the
Qualifications and Work Experience of Key Personal proposed to be deployed. Indicative
proforma for submission of CVs is placed as Annexure – 5 of NIT.
1.1.6 The contract shall be governed by the documents listed in para 1.1.5 above
along with latest edition of CPWD Specification, IRS Specifications & MORTH
Specifications. These may be purchased separately from the market.
1.1.7 The tenderers may obtain further information/ clarification, if any, in respect of
these tender documents from the office of Chief Engineer (Contract), Uttar
Pradesh Metro Rail Corporation, Administrative Building, Vipin Khand, Gomti
Nagar, Near Dr. Bhimrao Ambedkar Samajik Parivartan Sthal, Lucknow-226010.
1.1.8 All tenderers are hereby cautioned that tenders containing any material
deviation or reservations as described in Clause E4 of “Instructions to Tenderers”
and/or minor deviation without quoting the cost of withdrawal shall be
considered as non-responsive and is liable to be rejected.
UPMRC/KNPCC-05/Volume–1/NIT 11
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
1.1.9 Late tenders (received after date and time of submission of bid) shall not be
accepted under any circumstances.
1.1.10 Tenders shall be valid for a period of 180 days from the date of submission of
Tenders and shall be accompanied with a tender security of the requisite
amount in the form of a Bank Guarantee (as per Annexure-7 of ITT) or Demand
Draft or Pay Order or Banker’s Cheque from a Scheduled commercial bank
(Indian / Foreign) based in India.
Note: Bidders to note that the payment of tender security shall be made from
the account of bidder only. However, in case of JV/ Consortium, the tender
security can either be paid from JV/Consortium account or one of the
constituent member of JV/Consortium.
If tender security has been made from other than the account mentioned above,
same shall not be accepted and all such bids shall be considered ineligible and
summarily rejected.
1.1.11 UPMRC 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 UPMRC for rejection of his proposal.
1.1.12 Employer will award the Contract to the Tenderers whose Tender has been
determined to be substantially responsive and compliant to the requirements
contained in the Tender Documents and who has offered the Lowest Evaluated
Reasonable Tender Price. Variant bids are not allowed.
1.1.13 Any suit or application, arising out of any dispute or differences on account of
this tender shall be filed in a competent court at Lucknow, Uttar Pradesh only
and no other court or any other district of the country shall have any jurisdiction
in the matter.
Chief Engineer(Contract)
UPMRC/KNPCC-05/Volume–1/NIT 12
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
ANNEXURE-1
WORK EXPERIENCE
Completion date
Employer’s Name
Employer’s Address:
NOTE: 1. 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 done by the other members of the group
be excluded. This is to be substantiated with documentary evidence.
2. Separate sheet for each work along with Clients Certificate to be submitted.
UPMRC/KNPCC-05/Volume–1/NIT 13
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
Details of experience - (i) TBM Tunnels & U/G Stations, (ii) E&M and (iii) TVS & ECS (Tick the
correct one)
Name of Applicant (each Total Number of works as No. of contracts delayed,
member in case of group) per clause 1.1.4.2 A at the i.e., completed beyond
price level of 30.06.2020 the original date of
completion
NOTE:-
1. In case the work was done as JV/Consortium, only the value of work done by the
applicant as per his Percentage participation must be given.
2. Reasons of delay whether on contractors account or on account of Employer in
each applicable case need to be enclosed separately.
3. Separate sheets to be submitted for (i) TBM Tunnel & Underground stations, (ii) E&M
and (iii) TVS & ECS
UPMRC/KNPCC-05/Volume–1/NIT 14
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
ANNEXURE- 2
Financial DATA
S.N. Description Financial Data for Latest Last 5 Years (Indian Rupees)
2015-2016 2016-2017 2017-2018 2018-2019 2019-2020
1. Total Assets
2. Current Assets
3. Total External Liabilities
4. Current Liabilities
5. Annual Profits Before
Taxes
6. Annual Profits After Taxes
7. Net Worth [= 1 - 3]
8. Working Capital [=2 - 4]
9. Return on Equity
10 Annual turnover (from
construction)
11 Gross Annual turnover
Attach copies of the audited balance sheets, including all related notes, income statements
for the last five audited financial years, as indicated above, complying with the following
conditions.
UPMRC/KNPCC-05/Volume–1/NIT 15
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
ANNEXURE- 3A
FINANCIAL DATA
(CONSTRUCTION WORK DONE DURING THE LATEST LAST FIVE FINANCIAL YEARS)
1 2 3 4 5 6 7
Total value of
construction work
done as per
audited financial
statements
NOTE:
2. Attach attested copies of the Audited Financial Statements of the last five financial
years as Annexure.
3. All such documents reflect the financial data of the tenderer or member in case of
JV/Consortium, and not that of sister or parent company.
5. The above financial data will be updated to 30.06.2020 price level assuming 5%
inflation for Indian Rupees every year and 2% for foreign currency portions per year.
Selling rate of exchange at the close of business of the State Bank of India on the day
twenty-eight days before the latest date of Tender Submittal shall be considered for
calculating equivalent value in INR.
UPMRC/KNPCC-05/Volume–1/NIT 16
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
ANNEXURE- 3B
Note: - The financial data in above prescribed format shall be certified by Chartered
Accountant / Company Auditor under his signature & stamp.
UPMRC/KNPCC-05/Volume–1/NIT 17
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
ANNEXURE- 4
-Sd-
Name of Bank ____________
Senior Bank Manager___________
Address of the Bank_______________
UPMRC/KNPCC-05/Volume–1/NIT 18
KNPCC-05-Design and Construction of Tunnel from start of elevated ramp (after Moti Jheel Metro
Station) to end of Nayaganj station including four underground metro stations (viz. Chunniganj, Naveen
Market, Bada Chauraha and Nayaganj) and ramp including Architectural finishes, E & M, TVS, ECS etc.
on Corridor-1 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India
ANNEXURE-5
Position
Professional Qualifications
Present employment Name of Employer
Address of Employer
Summarize professional experience over the last 15 years, in reverse chronological order.
Indicate particular technical and managerial experience relevant to the Project
UPMRC/KNPCC-05/Volume–1/NIT 19