DELHI METRO RAIL CORPORATION LTD.delhimetrorail.com/otherdocuments/818/SECTION1.pdf ·...

47
DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package Page 1 of 47 Volume I Technical Package DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) NOTICE INVITING TENDER INSTRUCTIONS TO TENDERER SPECIAL CONDITIONS OF CONTRACT OTHER TERMS AND CONDITIONS No. DMRC/O&M/TR-AP/SCADA/ETR0102014 DELHI METRO RAIL CORPORATION LTD. Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi - 110001 “Comprehensive Annual Maintenance Contract of Traction SCADA (OCC & BCC) of Airport Line of Delhi Metro Rail Corporation Ltd."

Transcript of DELHI METRO RAIL CORPORATION LTD.delhimetrorail.com/otherdocuments/818/SECTION1.pdf ·...

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 1 of 47

Volume – I

Technical Package

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

TENDER DOCUMENT

NOTICE INVITING TENDER INSTRUCTIONS TO TENDERER SPECIAL CONDITIONS OF CONTRACT OTHER TERMS AND CONDITIONS

No. DMRC/O&M/TR-AP/SCADA/ETR0102014

DELHI METRO RAIL CORPORATION LTD. Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi - 110001

“Comprehensive Annual Maintenance

Contract of Traction SCADA (OCC &

BCC) of Airport Line of Delhi Metro Rail Corporation Ltd."

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 2 of 47

SECTION 1

NOTICE INVITING TENDER

1.1 GENERAL

Delhi Metro Rail Corporation (DMRC) Ltd. invites sealed open tenders in TWO PACKETS

SYSTEM (Technical and Financial) from the eligible firm for the work of:-

"Comprehensive Annual Maintenance Contract of Traction SCADA (OCC & BCC) of

Airport Line of Delhi Metro Rail Corporation Ltd."

1.1.1 Delhi Metro Rail Corporation (DMRC) Ltd. invites sealed tenders from eligible tenderers in two

packet system (Technical and Financial Bid) for the above-mentioned work as per following

details:

Estimated cost of work : ₹ 60,00,000.00 (inclusive of all

taxes)

Tender Security amount : ₹ 1,00,000.00

Cost of Tender form (Non-

Refundable)

: ₹ 5,250 /- (₹ 5,000 /-plus 5% VAT)

Completion period of the Work : 05 years (from 10th day of issue of letter

of acceptance)

Tender documents on sale : 17.09.2014 to 10.10.2014 (on working

days between 10:00 hrs to 17:00 hrs)

Date &time of Submission of

Tender

: 15.10.2014 up to 15:30 hrs.

Date & time of opening of

Technical Bid

: 15.10.2014 at 16:00 hrs.

Date & time of opening of

Technical Bid

: Shall be informed later to bidder who

qualify technical bid.

The tender documents can be obtained from the office of Joint General Manager/

Traction, 2nd floor, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi -

110001. Payment shall be made by demand draft drawn in favor 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 executed in all respects up to the

period of completion mentioned above. Tenderers shall give their offer for total five years as

per Bill of Quantity.

1.2.2 The mere fact that the tenderer is Pre-qualified shall not imply that his bid shall

automatically be accepted. The same shall contain all Financial & other details as required

for the consideration of tender.

1.2.3 Tender document consists of the following:

a) Notice Inviting Tender - consisting of

i. Notice Inviting Tender

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 3 of 47

ii. Scope of Work

iii. Tender prices

b) Instructions to Tenderers

c) General Conditions of Contract

d) Special Conditions of Contract

e) Bill of Quantities.

1.2.4 The contract shall be governed by the documents listed in point 1.2.3 above and if required

DMRC GCC or SCC may be referred for any clarification.

1.2.5 The tenderers may obtain further information in respect of these tender documents from

the office of Joint General Manager/ Traction, 2nd floor, Metro Bhawan, Fire

Brigade Lane, Barakhamba Road, New Delhi-110001.

1.2.6 Tenderer is cautioned that the tender containing any material in deviation from the tender

document as mentioned in the clause of 1.2.3 of NIT which consists of NIT, Instructions

to tenderers, General conditions of contract, Special conditions of contract, Bill of

quantities is liable to be summarily rejected as non-responsive.

1.2.7 DMRC reserves the right to accept or reject any or all proposals without assigning any

reasons thereof. No tenderer shall have any cause of action or claim against the DMRC for

rejection of his proposal.

(SUBODH PANDEY)

JGM / Traction

Delhi Metro Rail Corporation Ltd

2ndfloor, Metro Bhawan,

Fire Brigade Lane,

Barakhamba Road,

New Delhi-110001

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 4 of 47

SECTION 2

SCOPE OF WORK

2.1 The contractor shall execute the work i.e. “Comprehensive Annual Maintenance Contract of

Traction SCADA (OCC & BCC) of Airport Line of Delhi Metro Rail Corporation Ltd.”

The Scope of Work for Comprehensive Annual Maintenance of Traction SCADA (OCC & BCC) is defined

hereunder in this document.

The Scope of work mainly includes following:

A. Comprehensive Annual Maintenance of existing Traction software of Siemens Spectrum Power Cc

SCADA for OCC, BCC and Emulation system and its interfacing with CSOS, PSOS, Large Video

Display, SMS & GPRS system etc.

OR

B. Replacement of existing Traction SCADA software with :

Supply, Installation & Commissioning of new SCADA Software at the Operation Control Centre

(OCC), Back Up Control Centre (BCC) and Emulation System and its interfacing with Large Video

Display, SMS (if any), GPRS, PSOS, CSOS & BLS etc.

Integration of existing RTUs of Siemens make in new SCADA software for centralized monitoring

and control of Traction & Auxiliary power networks along with any modification of software

required for Communication Servers and Database Servers.

Point- to- Point testing between SCADA and RTU/Field Equipments.

Loop checking of signals connected to RTU.

Integration with E&M SMS (Non Traction SCADA) at OCC for acquisition of breaker/switch status

of building equipment, lighting status of Tunnel, Tunnel ventilation fan status and OHE Charge/

Discharge status.

Interfacing via Firewall for giving real time alarms and events to SAP system.

Synchronization with GPS system for all Servers and RTUs to update automatically.

Trial Run of SCADA software and Site Acceptance Test.

Submission of As- built documentation of installed SCADA software both in hard and soft copies.

Submission of Licensed copy of all SCADA software replaced in name of DMRC- Airport Line.

Comprehensive Annual Maintenance of SCADA software etc. after successful commissioning new

SCADA Software.

Supply of IT hardware equipment for SCADA system (only those parts which are required for

software change), if any.

Customer Training

a. Operator training on use of SCADA operator workstation and SCADA software.

b. Training to DMRC engineers on SCADA maintenance, trouble shooting and software change

The following activities are excluded from Scope of Work:

Supply of furniture and other accessories for SCADA system.

Earthing arrangement for RTU/SCADA system.

Any civil/ mechanical works.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 5 of 47

For OEM, scope of work shall be as per “A” above. For others, scope of work shall be as per

“B” above.

Note:

1 Existing RTUs of Siemens make will be integrated with new SCADA software over IEC 104 protocol.

Existing Software Interlocking Logics, Report generation formats, Events, Alarms and other

monitoring status, Schematic diagram depiction at HMI of operator and Video Display Unit, Data

storage of existing system and other features of existing Siemens Spectrum Power Cc SCADA will

have to be configured and tested in new SCADA software. No change at RTU, Field equipments,

existing communication network and hardware of SCADA system is envisaged for this work.

However, if any work has to be undertaken for final commissioning of new SCADA software, same

will have to be carried out by contractor at its own cost with DMRC approval.

2 All existing transfer logics installed between BCC and OCC operation and Emulation system to Main

SCADA and training RTUs has to be followed and integrated in “New Software Installation

3 Information/Details of existing communication system, hardware system and RTU/Relays for which

interfacing of SCADA software required are mentioned in Clause no- 2.3. Any change required

during software change and put up in commercial operation shall have to be carried out by

Contractor at its own cost.

4 Blue Light System for tripping of Traction SCADA under emergency conditions has to be integrated

and kept “Disabled” as per existing requirement.

5 Contractor has to carry out Site Acceptance Test in order to certify the system and shall take

approval from DMRC.

6 Contractor has to integrate new SCADA software features as replica of existing SCADA software

features in totality. No exception in this regard shall be accepted unless contractor provides better

technical solution than existing one and approved by DMRC. Configuration of RSS SCADA software

of ABB in to existing Siemens SCADA exists. New SCADA software has to integrate the same as it is.

7 For carrying out replacement of software, Contractor shall have to use the existing emulation

server/other server and all changes shall be carried out by Contractor in that Server only. This

server shall have to operate independently with other OCC & BCC servers and ready to be used as

Plug in/ Pug out methodology for testing in” Non- Revenue” period. All testing with new SCADA

software shall be carried out during “Non- Revenue period”. During Revenue period, Siemens

existing software shall only be used. After certifying all tests, new SCADA software shall be installed

in Main Server of BCC provided by DMRC and then performance shall be noticed. After successful

performance, Main Servers of OCC provided by DMRC shall be configured and put up in operation.

8 Carrying out all the works mentioned above and maintaining smooth operation control during

Contract is responsibility of Contractor.

9 DLP of software change is defined in Cl. 29.0 of I.T.T

2.2 AMC Support Services

1. In case of replacement of SCADA software for work as per 2.1 “B”, one qualified SCADA engineer

shall be posted at OCC round the clock for first month after successful commissioning of new

software and after that in General duty at OCC on all days except Sunday/Holidays for day to day

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 6 of 47

maintenance and assistance.

2. For OEM under scope of work as per 2.1 “A”, one SCADA engineer shall be posted at OCC in

General duty on all days except Sunday/Holidays for day to day maintenance and assistance. No

round the clock engineer for first month is envisaged.

3. Day to day issues or problems in the system shall be reported to the AIRPORT LINE engineer(s)

by SMS/Phone/Email/Fax. For all Response time/Rectification time, time of issue of

SMS/Phone/Email/Fax shall be considered. On intimation of any SCADA problem from DMRC,

AIRPORT LINE engineer(s) shall report to OCC as per respone time mentioned below. Contractor

shall provide Mobile no.,Landline Telephone, Fax no. and E Mail Ids for communication.

To facilitate optimum actions, problems are categorized into four severity levels.

Category Definition Response

Time $(hrs)

Rectificatio

n Time(hrs)

Severity-1

Urgent

Complete system failure, severe system instability,

loss or failure of any major subsystem or system

component such as to cause a significant adverse

impact to system availability, performance or

operational capability. Non reporting of data by RTU

is treated under this category.

1 2

Severity-2

Serious

Degradation of services or critical functions such as

to negatively impact system operation. Further of

any redundant system component such that normal

redundancy is lost.

1 3

Severity-3

Minor

Any other system defect, failure or unexpected

operation but system remains operational. 3 4

Severity-4

General

Technical

Help

Request for information, technical configuration

assistance, “how to” guidance, and enhancement

requests. 4 12

$ Response time means availability of concerned engineer at site.

Problems to be attended as per the priority levels described above. Immediate telephonic support to be

provided for faults reported under Severity-1.

Following activities shall be the scope of work of AIRPORT LINE engineers in addition to 2.1:

The scope pertains to Traction SCADA software installed at OCC &BCC and uninterrupted

functioning of system.

Development of Periodic Preventive Maintenance Schedule in consultation with DMRC.

Carrying out periodic maintenance as per agreed schedule.

Online diagnosis of SCADA Servers and communication Front- Ends once in every 3 months.

Trouble shooting problems like “Incorrect data” or False alarms or Fixing of bugs.

Maintenance of “Anti- Virus” software on the SCADA machines and periodic update of “Anti-

Virus definitions” at OCC, BCC and RSS SCADA.

Modifications in graphics, system database and reports on advice of DMRC.

Monitoring of the performance of the system and carrying out necessary tuning for optimum

performance to accommodate any changes.

Periodic back up of system database on advice of DMRC to ensure quick recovery in the event of

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 7 of 47

failure of hardware.

Maintenance and back up of historical data for later retrieval.

Installation of SCADA software product updates, as released by the product team during

currency of Contract.

Restoration of the systems upon its failure and to restore the functioning of the various systems.

Three days “Operator Training” twice in a year/ whenever required.

Note: AIRPORT LINE means comprehensive AMC of Traction SCADA software along with any

hardware part used for replacement of SCADA software.

Following activities are excluded from the scope of AIRPORT LINE-

Day to day operations shall not be handled by CAMC engineers.

Maintenance/ rectification of IT hardware except part of works defined in Scope of work and

telecommunications network/equipments.

Maintenance/ rectification of auxiliary systems UPS, Video Display Wall etc.

The contractor will develop and carry out a preventive maintenance program and get it approved from

DMRC to ensure that the Entire Traction SCADA (OCC & BCC) is maintained as per the good industry

standards.

The contractor shall ensure the Traction SCADA is maintained consistent with all safety standards,

regulatory authority requirements and assure a safe, secure and efficient system for all personnel who

maintain or have access to it.

DMRC goal for the Traction SCADA is to provide safe, high quality, reliable and uninterrupted power

supply to train operation. In order to accomplish this goal, DMRC expects the Contractor to maintain

the Traction SCADA as per the Service level agreement as defined herein

2.3 Description and Main features of Existing System at OCC and BCC

Siemens System

SIEMENS System in OCC SIEMENS System in RSS-2

(BCC)

SIEMENS System in

RSS-1

Data Base Server – 2 nos.

i.PSOS1 OCC

ii.PSOS2 OCC

Data Base Server – 1 no.

i. PSOS BCC

SICAM-230

consist of Communication

Server,

Database Server,

Operator Workstation

Communication Server-2 nos.

i.CS1 OCC

ii.CS2 OCC

Communication Server -1 no.

i.CS BCC

User Interface-2 nos.

i.UI-1

ii.UI-2

User Interface-1 no.

i. UI

Database Cluster- 1 no.

Emulation server- 1 no.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 8 of 47

ABB System

ABB System in RSS-2 ( BCC) ABB System in RSS1

Substation Automation System comprise of:

Data Base Server ,

Communication Server ,

User Interface

Substation Automation System- 2 nos.

i.SAS1

ii.SAS2

Substation Automation System comprise

of:

Data Base Server ,

Communication Server ,

User Interface

Substation Automation System- 2 nos.

i.SAS1

ii.SAS2

Disturbance Record PC ( DR PC) Disturbance Record PC (DR PC)

Siemens SCADA system works on IEC-104 protocol from RTU to OCC & BCC and vice versa. ABB

local SCADA installed at RSS system works on IEC-101 protocol for communication from SAS system to SIEMENS RTU at RSS1and RSS2.

The whole network transmission backbone system is OFC (Optical Fiber Cable) installed by communication wing.

Remote Terminal Units have been installed at every station and on main line for interfacing between

OCC/BCC and mainline

The following diagram provides an overview of the complete system to be integrated with the new

SCADA software at OCC:

The primary purpose of the SCADA software at OCC is to provide remote monitoring and control

functions for the auxiliary and traction power network of Airport line of DMRC.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 9 of 47

The following diagram provides an overview of the complete system to be integrated with the new

SCADA software at BCC:

Airport RSS has been designated as back up control centre (BCC), which can take up total control in case of OCC SCADA fails. Remote Terminal Unit (RTU)

Remote Terminal Units are installed at each ASS and mainline which provides interfacing between

mainline equipments and OCC/BCC for remote monitoring and control.

a) List of RTUs at ASSs and RSS are as under:

S No Station Name No. of RTUs

1 New Delhi ASS-1 1

2 New Delhi ASS-2 1

3 Shivaji ASS-1 1

4 Shivaji ASS-2 1

5 TVB ASS-1 1

6 TVB ASS-2 1

7 S.S 6.7 1

8 DKV 1

9 SP 11.3 1

10 SSP 13.5 1

11 NH-8 ASS-1 1

12 NH-8 ASS-2 1

13 NH8 FP 1

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 10 of 47

14 IGI ASS-1 1

15 IGI ASS-2 1

16 DSTO ASS-1 1

17 DSTO ASS-2 1

18 DWD ASS-1 1

19 DWD ASS-2 1

20 Kendriya RSS 1

21 Airport RSS 1

22 Training RTU 1

Total 22

b) RTU card description

* Different for all RTUs.

S

No

Card Details Quantity

in RTU

(nos.)

Function

1 CP 2010 Master Control Element 1 Central element co-ordinating all system

element, time management, redundancy,

Storing firmware & parameters on flash

card.

2 CP 2017 Processing and

communication element

( CP1 & CP2)

2 Communication via protocol, Automatic

data flow routing

3 PS 5622 Power Supply Card

( PS1 & PS2)

2 For supplying 5V DC to the rack

4 CM 2835 Mounting Rack 1 For mounting different cards like DI, DO,

AI, CP, MCP & power supply unit.

5 CM 2838 connection PCB to 2017 2 For the connection of serial interface

SI0,SI1SI2,SI3 & Lan interface SI1,SI3

6 SM 2556 Protocol element 1 Protocol element based on a Serial

interface Module for Serial and LAN

interface.

7 DI 2111 Digital Input * For taking digital signals.

8 DO 2211 Digital output * For giving digital output .

9 AI 2300 Analog input * For taking analog signals.

10 Ethernet Switch( ETS) 2 Interconnection with other

RTUs(Redundant)

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 11 of 47

c) List of signals of RTU at each ASS and Mainline is attached as Annexure-A.

List of Softwares installed at OCC and BCC are as follows:

ABB(RSS)

S No Software Description Function Version

1 Micro SCADA Sys Pro ABB SCADA 9.2

2 PCM 600 ABB Relay 4.2

3 Window Server 2003 Standard edition Operating system 2003 Std

4 Microsoft window XP professional Operating system Professional

5 MACfee Antivirus

Siemens

1 SICAM 230 Siemens SCADA 230

2 Digsi Siprotech Relay 4.83

3 Tool Box II RTU Configuration

tool 4.1

4

Spectrum Power Cc SIEMENS SCADA 4.2

5 Trendmicro Client/Server Security Antivirus 16.0.3052

6 MS office 2003 Microsoft office 2003

7 Tardis 2000 Time Synchronization 2000

8 Window Server 2003 Enterprise edition Operating system 2003 Entp.edd

Software for Backup

1 Acronnics true Image Backup & Recovery System Image

backup 10

Report Generation

Following reports are generated in OCC/BCC SCADA

General Data Extraction from HIS

Analog Processed Data/ Alarm Processed Data is stored in Historical Information System (HIS) in

Siemens Server of OCC/BCC as mentioned below:

The analog data can be retrieved and converted to graphical form also.

Analog/Graphical reports can be generated for different time intervals (e.g secs, mins, hours,

daily, weekly & monthly) on the basis of above mentioned storage criteria.

S No. Data Description Duration Storage Period Extraction

1 Analog process data report for

Current, Voltage, Active Power

and Active Energy

1 sec( every sec) Last 07 days From HIS

2 Analog process data report for

Current, Voltage, Active Power

and Active Energy

5 min( average value

of each sec)

More than 07 days From HIS

3 Alarm/Events process data Real time Last 90 days Real Time

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 12 of 47

Fault Log Extraction

2.4 Schedule of Maintenance

2.4.1 Preventive Maintenance

Contractor shall carry out Preventive Maintenance as per agreed Maintenance Schedules along with

Checklists as per Manufacturers recommendation. However, if contractor feels that any other activity is

required to be additionally done for proper maintenance of the system as per the OEM recommendation,

he shall carryout the same with approval from DMRC representative. Contractor shall also submit the

action plan to carry out the preventive maintenance of all related assets.

Traction SCADA Preventive Maintenance Periodicity Plan (Table contents are Indicative)

Equipment Name Nos. Periodicity

Daily Monthly Quarterly

Substation Automation System (ABB SCADA)

4 Visual √ √

Communication Server 3 Visual √ √

Database Server 3 Visual √ √

SICAM-230 1 Visual √ √

Disturbance Record PC 2 Visual √ √

Emulation Server 1 Visual √ √

Remote Terminal Unit 21 Visual

2.5 Corrective Maintenance

The Corrective/Breakdown Maintenance is to be carried out any time during 24 hrs x 365 days

inclusive of all Sundays & Holidays.

"Corrective Maintenance" means service beyond Response Maintenance. Corrective Maintenance

includes diagnosis using diagnostics tools, software up gradation/change, Bugs rectification etc.

S No. Source Mode Data Description Storage Period/Limit

1. SCADA HIS

Alarm process data of every

millisecs i.e. events & alarms of

Circuit Breaker fault, MTR ,O/C &

E/F etc.

Last 90 days

2 ABB Relay Disturbance

Record PC

Tabular and Graphical

representation of fault

in PDF form

Last 80 faults

3

Siemens Relay

(7SJ61 & 7SJ62)

DIGSI V4.8

Tabular and Graphical

representation of fault

in PDF form

Last 07 faults

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 13 of 47

Corrective Maintenance also includes the reconfiguration of entire system, if required.

2.6 Fitness Test/ Trail Run

On successful integration of the RTUs into the new SCADA solution, a system trail run for a period of

10 days shall be carried out. The purpose of this trial run is to achieve the following:

Ensure system availability.

Ensure completeness of the provided functions and services.

Suitability for operational acceptance.

Error free operation.

Overall awareness of the system from operator and engineer point of view.

Contractor has to provide” Fitness Certificate” after completion of Trial Run mentioning that system is

commissioned properly and can be taken in running commercial operation.

After every corrective action schedule, Contractor has to provide “Fitness Certificate” as mentioned

above.

2.7 Legislative Compliance

The service provider must comply with and ensure that its employees, subcontractors and all such

persons working on their behalf comply with any acts, regulations, local laws and by-laws, codes of

practice, Indian Standards and DMRC's Safety Policies and procedures which are in any way applicable

to the performance of the services under this contract.

2.8 Service Availability: General Maintenance

For the reasons of unavailability of system, the total count shall be taken into consideration for

calculating the quarterly penalty in terms of liquidated damages. For counting of system unavailability,

Severity 1 & Severity 2 categories of Para 2.2 shall only be considered.

2.9 Liquidated Damages (LDs) for failure to perform

The overall System unavailability shall be calculated in agreement with DMRC engineers.

The LDs shall be calculated on a quarterly basis as per the quarterly overall system unavailability. The

quarters shall be defined before signing of the contract

System Un-availability (hours)

Liquidated

Damages (%)

measured quarterly deducted quarterly

<4 hour Nil

>4 hours&< 8 hours 2.50%

> 8 hours < 12 hours 5%

> 12 hours &< 24 hours 7.50%

> 24 hours 10%

2.10 Maximum Liquidated Damages in Consecutive Quarters

The maximum amount of liquidated damages payable in each Quarter shall be ten (10) % of the Fee

payable to the maintenance contractor for CAMC cost of the particular contract year in which that

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 14 of 47

quarter falls, but the sum total of all liquidated damages payable in a contract year in any case shall

not exceed twenty five (25) percent of the fee payable in that contract year. In the event in any year,

the amount of liquidated damages calculated is greater than the maximum amount of the liquidated

damages under this clause, then the employer reserves the right to terminate the contract or the

balance shall become a debt incurred by the service provider to the Employer and shall be paid as

liquidated damages in the next Contract year AIRPORT LINE cost where the liability for liquidated

damages falls below the maximum, subject to the refund clause. The above limit is only applicable for

the LDs calculated through the overall system unavailability. Here Contract year cost means the 1st

year CAMC cost for 1st year, 2nd year CAMC cost for 2nd year and so on.

2.11 Work and Services to be provided by DMRC.

Work permit shall be issued by DMRC after completion of all due formalities as per Security

requirement.

The work permit so issued shall only be valid for prescribed period and renewable time to time basis as

per description of Engineer-in-charge and requirement of work.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 15 of 47

SECTION-3

3.0 EVALUATION CRITERIA/TECHNICAL ELIGIBILITY:

3.1 The tenderer shall submit self attested authentic documents with respect to the following for

evaluating the eligibility criteria. Tender Security and eligibility shall be submitted in the

separate envelope.

3.1.1 Work Experience: - Firms / Contractor should have successfully completed similar nature of

work in Indian Railways/Metro System for Traction SCADA during last five years

ending Dec 2013 and of value :-

a. One work of not less than 80% value of estimated cost. OR

b. Two works of not less than 50% of estimated cost OR

c. Three works of not less than 40 % of estimated cost.

Note: i. Successfully completed portion of ongoing works shall not be considered for qualifying these

criteria.

ii. Tender to be submitted by single firm. No Consortium/Joint Venture is permitted.

3.1.2 Financial standing (Annual Turnover):- Firms / contractors should have average annual

turnover of last three-audited financial year for a value not less than 80 % of total estimated

cost. 3.2 Undertaking on Non Judicial stamp paper of Rs. 10 attested by Public Notary certifying that the

firm is not black listed or de-registered by any Govt./Semi- Govt. or Public Undertaking during

last 05 years. 3.3 Net worth of last three financial years of the applicants should be positive. 3.4 Undertaking on Non Judicial stamp paper of Rs. 10 attested by Public Notary certifying that for

applicant is not involved in any litigation /arbitration or no case pending in any court against

them during the last five years. 3.5 Following self attested documents shall be submitted with the Technical package for evaluating:

a. Copy of work order, BOQ along with completion certificate for completed work. The

contractor shall submit certificate from client for satisfactory completion of works

indicating the contract value, nature of work , duration and the name of organization for

whom the work was executed.

b. Approval letter from RDSO/Indian Railways/ Metro System.

c. Pan No. as per Income tax Zone.

d. Sales Tax Registration certificate.

e. VAT registration certificate.

f. PF Registration certificate./Exemption certificate.

g. ESI registration certificate./Exemption certificate.

h. Organization chart with Address, Telephone, Mobile no., Fax and E-mail.

i. Availability of adequate numbers of qualified and technically competent personnel with

experience. The tenderer shall submit self attested copy of bio data and relevant

qualification documents of employee.

j. Tender security in form of Demand Draft.

k. All other requirement as per clause 8.1.1.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 16 of 47

SECTION 4

4.0 TENDER PRICES AND SCHEDULE OF PAYMENT

4.1 Tender Prices

a) Unless explicitly stated otherwise in the Tender Documents, the contractor shall be

responsible for the whole works, based on the Bill of Quantities and payment shall be as

per accepted rates based on the activities carried out as in the Schedule of work.

b) The rate quoted by the tenderer shall be inclusive of all duties, taxes, fees, octroi and other

levies, Materials, labor, to and fro transportation of material and other labor charges.

4.2 Schedule of Payment

4.2.1 Payment shall be made by running bills as per accepted rates on the quarterly basis

after submission of bill along with the service report duly signed by SCADA In- charge & your

representative. Bill along with Joint Report shall be submitted to MGR/TR-AP for verification

and processing the bill for payment.

4.2.2 For replacement of SCADA software, if quoted in the Bid, 100% Payment + Tax will be

released after successful Installation, Testing and Commission, Site acceptance Test,

completion of trial runs and submission of bill along with service report duly signed by SCADA

In- charge & verified by DMRC representative.

4.2.3 Payment shall be subjected to deduction of all T.D.S as per applicable law

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 17 of 47

"Comprehensive Annual Maintenance Contract of Traction SCADA (OCC &

BCC) of Airport Line of Delhi Metro Rail Corporation Ltd."

INSTRUCTIONS TO TENDERERS

GENERAL

1.0 INTRODUCTION

OPEN tender in TWO PACKET SYSTEM (Technical and Financial) duly sealed are invited for work

"Comprehensive Annual Maintenance Contract of Traction SCADA (OCC & BCC) of Airport Line

of Delhi Metro Rail Corporation Ltd" in accordance with this Tender Package. The tender papers

consist of the following documents, along with their annexure, appendices, addenda and errata if any.

Volume- I :-

Notice Inviting Tender ( NIT )

Instructions to Tenderers ( ITT )

Special Conditions of Contract (SCC)

General Conditions of Contract (GCC) (Can be obtained from this office)

Other relevant supporting documents

DD for Tender cost ( in case of downloaded tender) and Tender Security.

Volume- II :-

Bill of Quantities (BOQ)

Tender shall be prepared and submitted in accordance with the instructions given herein. 1.1 Relevant address for correspondence relating to this tender is given below:

Joint General Manager/Traction, 2nd floor, metro Bhawan, Fire brigade lane,

Barakhamba Road New Delhi -110001.

1.2 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: Amount as per NIT.

b) Tenders shall be accepted in the office of Joint General Manager/Traction. Late or delayed

tenders shall not be accepted under any circumstances.

c) Date of opening of the Tender Package: As per NIT.

d) Period for which the tender is to be kept valid: As per clause-11.0

2.0 POST QUALIFICATION REQUIREMENTS

2.1 This invitation to tender is open to tenderer to experienced firms/contractor fulfilling tender

eligibility criteria for work "Comprehensive Annual Maintenance Contract of Traction SCADA

(OCC & BCC) of Airport Line of Delhi Metro Rail Corporation Ltd" of Delhi Metro Rail

Corporation Limited.

2.2 The tenderer shall submit only one tender. The tenderer who submits more than one tender for

the same work shall be disqualified.

2.3 The tender, and, in the case of a successful tender, the Form of Agreement, shall be signed so

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 18 of 47

as to be legally binding on all partners/constituents as the case may be.

2.4 The authorized signatory of the tenderer shall sign each page of tender. Power of Attorney in

favor of the signatory will be required to be furnished as detailed in Clause 13.0

3.0 COST OF TENDERING

3.1 The Tenderer 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

4.0 SITE VISIT

4.1 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.

4.2 The agency shall be deemed to have inspected the Site and its surroundings before hand and

taken into account all relevant factors pertaining to the Site in the preparation and submission

of the Tender

TENDER DOCUMENTS

5.0 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, 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 tenderer's own risk. Tenders which are not

responsive to the requirements of the tender documents will be rejected.

6.0 AMENDMENT TO TENDER DOCUMENTS

6.1 At any time prior to the deadline for the submission of tenders, the Employer 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.

6.2 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 last date mentioned in NIT. 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.

PREPARATION OF TENDERS

7.0 LANGUAGE OF TENDER

7.1 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.

8.0 DOCUMENTS COMPRISING THE TENDER

8.1 TENDER PACKAGE

8.1.0 The Tender package shall be sealed and addressed to Joint General Manager/Traction,

DMRC duly super scribing the 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.

8.1.1 The tenderer shall, on or before the date given in the Notice of Invitation to tender, submit his

tender in two separate envelopes clearly marked with the name of the tenderer and indicating

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 19 of 47

type of package as indicated below

Envelope A – Technical Package

Envelope B – Financial Package

Each Envelope shall be sealed and checklist of documents contained in it must be

enclosed with it (as per following Para)

8.1.2 Technical Package :- The sealed envelope shall be clearly labeled " Technical Package" .

The tenderer shall submit the Technical Package of his tender with the following documents, duly

completed, which in the event of acceptance of tender shall form part of the contract.

a) Covering Letter and copies of all Agendas for the tender.

b) Documentary evidence for evaluating the technical package submitted by him. Kindly refer to

Evaluation criterion (clause - 3.0 of tender documents)

c) Attested copy of Power of attorney (from each member in case of group) to submit tender.

d) Tender to be submitted by single firm. No Consortium/Joint Venture is permitted.

e) Tender form duly filled and signed.

f) Tender security in original in a separate sealed envelope, (Demand Draft/bankers

cheque of Rs. 1,00,000/-)

g) Statement of deviation from tender documents (Form C)

h) Total value of similar works executed during last three financial years along may be given in

the format prescribed ( Form T- V)

i) Attested copies of the PAN. No. under income Tax Act, ESI & PF Registration No., Sale tax

registration certificate and /or service tax registration certificate whichever applicable.

j) Tender documents - Volume 1 along with duly filled form T-I, T-II, T- III, T-IV & T-V.

k) Attested copies of the PAN. No. under income Tax Act, PF registration certificate and ESI

Registration certificate, VAT/Sales Tax Registration Certificate as applicable. “As per Delhi VAT

Act, the party who is executing work in Delhi has to have registration with VAT authorities of

Delhi. If a tenderer is outside 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 claiming initial advance or first payment whichever is earlier. In the

absence of registration detail with Delhi Sales Tax / Delhi VAT Department payment shall not

be released.”

l) Experience record of similar works during the last three years and in progress on date may be

furnished in the format prescribed (Form T-II).

8.1.3 Documents to be submitted by the tenderer under technical and financial packages have been

described under the respective Clauses 8.1 of ITT. 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.

8.1.4 All documents issued for the purposes of tendering as described in Clause 1.1, and any

amendments issued in accordance with Clause 6.0 shall be deemed as incorporated in the

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 20 of 47

Tender.

8.2 Financial Package

The sealed envelope shall be clearly labeled “Financial Package". The tenderer shall submit the

following documents duly completed with the financial Package of tender submission.

8.2.1 Signed and stamped Bill of Quantity duly filled in figure and words in a separate sealed

envelope.

8.2.2 Nothing shall be enclosed in this package.

Note :- Financial bid of only those bidder who are found technically suitable and have submitted

requisite security and fulfilled relevant terms and condition of tender documents shall be opened.

9.0 TENDER PRICES

9.1 The tenderer is required to quote for all the items as per tender documents.

9.2 Price quoted by the Tender shall be inclusive of all tax/duties/Levis including service

tax. (Service tax shall be shown separately in BOQ)

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.

9.3 The Tenderer shall keep the contents of his tender and rates quoted by him confidential.

10. 0 CURRENCIES OF THE TENDER

10.1 Tender prices shall be quoted in Indian Rupees only.

11.0 TENDER VALIDITY

11.1 The tender shall remain valid and open for acceptance for a period of 120 days from the last

date of submission of tender.

11.2 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.

12.0 TENDER SECURITY

12.1 The tenderer shall furnish, as tender security, an amount as mentioned in NIT.

12.2 The tender security will be in the form of a Demand draft in the name of Delhi Metro Rail

Corporation Ltd.

12.3 Any tender not accompanied by an acceptable tender security will be summarily

rejected by the Employer/Engineer as non-responsive.

12.4 The tender securities of unsuccessful tenderers shall be discharged/returned by the Employer

as promptly as possible as but not later than 30 days after the expiration of the period of

tender validity as defined in Clause 11.0. In this connection, Clause 25.3 may also be referred

to.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 21 of 47

12.5 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 27.0.

12.6 The tender security shall be forfeited

1. If a Tenderer withdraws his tender during the period of tender validity, or

2. If the Tenderer does not accept the correction of his tendered price in terms of Clause 22.0

Or

3. In the case of a successful tenderer, if he fails to

a) Furnish the necessary performance guarantee for performance as per Clause 27.0 and/or

b) Enter into the Contract within the time limit specified in Clause 26.0

c) To commence the work as per Terms and Conditions of Tender after issuance of LOA.

12.7 No interest shall be payable by the Employer on the tender security amount cited

above.

13.0 FORMAT AND SIGNING OF TENDERS

13.1 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.

13.2 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.

13.3 The documents required to be submitted by the Tenderer will be as described under Clause 8.0

herein.

13.4 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 initialed at the

bottom by the person submitting the tender along with the date of initialing.

13.5 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 initialed by the person

signing the tender.

13.6 All witnesses and sureties shall be persons of status and probity and their full names, occupations and addresses shall be written below their signatures

SUBMISSION OF TENDERS

14.0 SEALING AND MARKING OF TENDERS

14.1 The Tenderer shall follow the procedure as indicated below:

14.1.1 Each tender will be submitted in one set which shall contain documents as detailed in

Appendix - I.

14.1.2 The Tender package shall be sealed in envelope. The envelope shall be wrapped in an outer

envelope addressed to Joint General Manager /Traction DMRC duly super scribing the

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.

14.1.3 The contents of Tender Package shall be as detailed under Clauses 8.0 hereon.

14.2 No responsibility will be accepted by the Employer/Engineer for the misplacement or

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 22 of 47

premature opening of a tender, not sealed or marked as per aforesaid instructions.

15.0 SUBMISSION OF TENDERS

15.1 Tenders should be submitted in the tender box kept at the following address:

Joint General Manager/Traction, 2nd floor. Metro Bhawan, Fire Brigade Lane,

Barakhamba Road, New Delhi-110001 on date and time as mentioned in NIT.

15.2 Tenders shall be submitted in person to the Office of DMRC. The Engineer/Employer cannot take

any cognizance and shall not be responsible for delay in transit.

15.3 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

16.0 LATE TENDERS

16.1 Any tender received in the office of DMRC after the deadline prescribed for submission of

tenders in Clause 15.1 herein will be returned unopened to the tenderer.

TENDER OPENING AND EVALUATION

17.0 TENDER OPENING (TECHNICAL AND FINANCIAL PACKAGE)

17.1 The Employer or his authorized representative will open the Technical package in the presence

of tenderers or their Authorized representatives on date and time as

mentioned in sub clause

1.1.1 of NIT in the office of Joint General Manager/Traction, 2 floor, metro Bhawan,

Fire brigade lane, Barakhamba Road New Delhi -110001. 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 Tender at the same time. The

Tender of any Tenderer who has not complied with one or more of the foregoing instructions

may not be considered. The date of opening of financial package shall be communicated to all

technically suitable tenderer.

17.2 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.

18.0 PROCESS TO BE CONFIDENTIAL

18.1 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.

18.2 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.

19.0 CLARIFICATION OF TENDERS

19.1 To assist in the examination, evaluation and comparison of Tenders, the Engineer / Employer

may ask tenderers individually for clarification of their tenders, including breakup 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

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 23 of 47

tenders in accordance with Clause 22.0 herein

20.0 DETERMINATION OF RESPONSIVENESS

20.1 Prior to the detailed evaluation of tenders, the Engineer will determine whether each tender is

responsive to the requirements of the tender documents.

20.2 For the purpose of this Clause, a responsive tender is one, which confirms to all the terms,

conditions and specifications of the tender documents without material deviation or

reservation. "Deviation" may include exceptions, exclusions & qualifications. A material

deviation or reservation is one which affects in any substantial way the scope, quality,

performance or administration of the works to be undertaken by the tenderer under the

Contract, or which limits in any substantial way, the Employer's rights or the tenderers

obligations under the Contract as provided for in the Tender documents and / or is of an

essential condition, the rectification of which would affect unfairly the competitive position of

other tenderers presenting substantially responsive tenders at reasonable price.

20.3 If a tender is not substantially responsive to the requirements of the tender documents, 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 the Tenderer.

20.4 The decision of the Engineer/Employer as to which of the tenders are not substantially

responsive or have impractical / methods or program for execution shall be final.

21.0 EVALUATION OF TENDER

21.1 The Employer will, keeping in view the contents of Clause 8.1.1, carry out technical

evaluation of submitted technical proposals to determine that the tenderer has a full

comprehension of the work of the contract. Where a tenderer's technical submittal

has a major inadequacy his tender will be considered to be non-complaint and will be

rejected.

21.2 Technically acceptable tenders will be eligible for consideration of their financial proposals.

21.3 The evaluation of Financial proposals by the Employer / Engineer will take into account, in

addition to the tender amounts, the following factors:

21.4 Arithmetical errors corrected by the Employer/Engineer in accordance with Clause22.0

21.5 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.

22.0 CORRECTION OF ERRORS

22.1 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

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 24 of 47

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.

22.2.1 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

23.0 AWARD CRITERIA FOR ALL FIVE YEARS

23.1 Subject to Clause 9.3 and 21.0, the Employer will award, the Contract to the tenderer,

whose tender has been determined to be substantially responsive, technically & financially

suitable, complete and in accordance with the tender documents.

24.0 EMPLOYER'S RIGHT TO ACCEPT ANY TENDER AND TO REJECT ANY OR ALLTENDERS

24.1 Notwithstanding Clause 23.0, 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.

25.0 NOTIFICATION OF AWARD

25.1 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 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

authorised signatory, within three days of receipt of the same by him. No correspondence will

be entertained by the Employer from the unsuccessful Tenderers

25.2 The Letter of Acceptance will constitute a part of the contract.

25.3 Upon "Letter of acceptance" being signed and returned by the successful tenderer as per

Clause 25.1, the employer will promptly notify the unsuccessful tenderers and discharge /

return their tender securities.

26.0 SIGNING OF AGREEMENT

26.1 The Employer shall prepare the Agreement in the Performa (Form E) included in this

document, duly incorporating all the terms of agreement between the two parties. Within 45

days from the date of issue of the letter of acceptance, the successful tenderer will be

required to execute the Contract Agreement.

27.0 PERFORMANCE SECURITY

27.1 Within 30 days of receipt of the letter of Acceptance the successful Tenderer shall

furnish performance security in the form of a bank guarantee from branch in India of

a schedules foreign bank or from a scheduled commercial bank in India acceptable to

the employer for an amount of 10% of contract value ( contract value in case of PBG

shall be considered on the cost of work which shall be carried out for execution of

work with 1st year DLP or CAMC as applicable. For subsequent year PBG shall be

equivalent to 10% of the cost of CAMC for the relevant year) in types & proportions

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 25 of 47

of currencies in which the contract Price is payable. For every successive year, PBG of

10% of related year CAMC cost to be maintained by contractor by submission of new PBG. The

approved form provided in the "Instructions to Tenderers" documents, or any other form

approved by the Employer shall be used for Bank Guarantee

28.0 Cancellation of Letter of Acceptance (LOA) and Form of Tender.

28.1 In case Successful Tenderer fails to commence the work (for whatsoever reasons) as per

Terms and Conditions of Tender after issuance of LOA then the LOA shall be cancelled and the

tender security shall be forfeited.

29.0 Defect Liability period

29.1 DLP for period of 60 months is applicable for scope of work related to software change as

defined in Section 2.1 “B”. No DLP is envisaged for OEM, as work doesn’t involve any change

of Product/Software. However, if OEM wish to change its software, DLP of 60 months/

remaining period of contract whichever is shorter shall be applicable.

29.2 The General Contract Condition can be seen by contractor at the office of Joint General

Manager/ Traction on any working day.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 26 of 47

APPENDIX I

CHECK LIST OF DOCUMENTS TO BE SUBMITTED WITH THE TENDER

COMPILED FROM THE PROVISIONS IN THIS VOLUME

Sl.

No. Document

Reference to

Clause No. of "Instructions to Tenderers"

TENDER PACKAGE COMPRISING OF:

(A) Technical Package

1. Tender Security 12.0

2. Tender documents 8.0

3. Power of attorney for individuals signing on behalf of Company/Firm

Or

Power of attorney in favour of the leading member of Joint Venture /

Consortium.

2.4 & 13.0

2.4 &13.0

4. Financial Data (Form T-V) 8.1.2 (h)

5. Self attested copies of the following documents:

i. Pan No. as per Income Tax Act.

ii. Sales Tax Registration Certificate / VAT Registration Certificate

iii. Service Tax Registration Certificate

iv. PF Registration No./ Exemption undertaking

v. ESI Registration No. / Exemption undertaking

8.1.2 (i) & (k)

6. Statement of deviations from Tender Documents (Form C) 8.1.2 (g)

7. Experience record (Form T-II). 8.1.2 (l)

(B) Financial Package

8. Bill of Quantities 8.2

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 27 of 47

INDEX ON

PROFORMA OF FORMS

1. PROFORMA OF FORMS – GENERAL (Items (IV) applicable only for successful tenderers)

FORM

i. Form of Tender with Appendix A

ii. Performa for Statement of Deviations C

iii. Form of Performance Security (Guarantee) by Bank D

iv. Form of Agreement E

2. PROFORMA OF FORMS – POST QUALIFICATION PARTICULARS

FORM

i. General Information T-I

ii. Experience Record T-II

iii. Resources Proposed for the Work-Personnel T-III

iv. Resources Proposed for the Work- Machinery &

Equipments

T-IV

iv. Financial Data T-V

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 28 of 47

FORM A

PAGE 1 OF 3

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 in the NIT clause No. 1.1

To, Joint General Manager/ Traction, Delhi Metro Rail Corporation,

2nd Floor, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi-110001 1. Having visited the site and examined the General Conditions of Contract as well as Special

Conditions of Contract, Specifications, Instructions to Tenderers, 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, and Addenda for the amount indicated in BOQ.

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 with issue of the LOA to commence and to complete the whole of the Works comprised in the Contract within period as per the clause 1.1.1 of NIT, as indicated in the Appendix.

4. If our Tender is accepted, we will furnish at our option 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 90 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.

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.

9. 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.

10. We understand that you are not bound to accept the lowest or any tender you may receive.

11. If our Tender is accepted we understand that we are to be held solely responsible for the due

performance of the Contract.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 29 of 47

FORM A

PAGE 2 OF 3

Dated this…………day of…………. 2014

Signature …………………………………

Name………………..……………… in the capacity of …………………………..

Duly authorized to sign Tenders for and on behalf of…………..…………………

Address ……………………………………………………………………..………..

Witness – Signature …………………………….

Name ……………………………………………..

Address ………………………………………………………………………………

Occupation ……………………………………………………………………………

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 30 of 47

F O RM “ A”

PAGE 3 OF 3

APPENDIX TO THE FORM OF TENDER

Condition of

Contract

Clause No.

i. Amount of Bank Guarantee as 27.0 of ITT

Performance Security

ii. Contract Period from the date of 1.1.1 of NIT

issue of LOA

Signature of

authorised

signatory on behalf

of Tenderer

Date Name .

Place .. . Address .

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 31 of 47

FORM C

PAGE 1 OF 1

PROFORMA FOR STATEMENT OF DEVIATIONS

1. The following are particulars of deviations from the requirements of the tender specifications

Sr. No. Clause Deviations Remark

(Including justification)

Price adjustment for withdrawal of each deviation/s.

2. The following are particulars of deviations from the requirements of the “Instructions to Tenderers,” “General Conditions of Contract” and “Special Conditions of Contract”.

Sr. No. Clause Deviations Remark

(Including justification)

Price adjustment for

withdrawal of each deviation/s.

Signature of Tenderer

Note

1. Where there is no deviation, the statement should be returned duly signed with an endorsement indicating „No Deviations‟.

2. The tenderer shall indicate price adjustment against each deviation, which he shall like to add to the tender price for withdrawing unconditionally his deviations if the same are unacceptable to the Employer.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 32 of 47

FORM D PAGE 1 OF 2

FORM OF PERFORMANCE SECURITY (GUARANTEE) BY BANK

1. This deed of Guarantee made this day of_________ 2014 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 ------------------------

---------------------------------------------------------------------------------------------- of Rail

Corridor of Delhi MRTS Project (hereinafter called “the contract”) to M/s (Name of the

Contractor)_(hereinafter called “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 for a period of 15 Months from the date of signing. (The initial period for which

this Guarantee will be valid must be for at least 03 months longer than the anticipated expiry date of

Contract period.

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.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 33 of 47

FORM D

PAGE 2 OF 2

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) 2014 being herewith duly authorized.

For and on behalf of the____________________________________Bank.

Signature of authorized Bank official

Name : ……………………………..

Designation : ………………………

I.D. No. : ………………………

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 ………………………..

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 34 of 47

FORM E

PAGE 1 OF 2

FORM OF AGREEMENT

This Agreement is made on the ___________ day of _____________ 2014 Between Delhi Metro Rail

Corporation Limited, Joint General Manager / Traction, 2nd Floor, Metro Bhawan, Fire Brigade

Lane, Barakhamba Road, New Delhi-110001 hereinafter called “the Employer” of the one part and

_________________ (Name and Address of Contractor)

____________________________________________________________ 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, Contract for --------------------------------------------------------------

of Metro Corridor of Delhi MRTS Project 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) Letter of acceptance

(b) General Conditions of Contract

(c) Special Conditions of Contract

(d) Notice Inviting Tender

(e) Specifications & Drawings

(f) Bill of Quantities

(g) Form of Tender with Appendix

(h) Addendums, if any

(i) Other conditions agreed to and documented as listed below:

(i) Statement of deviations (if applicable)

(ii ) Any other item as applicable

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.

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.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 35 of 47

FORM E

PAGE 2 OF 2

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

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 36 of 47

FormT-1

Page 1 of 1

GENERAL INFORMATION

Notes :

(i) Attach an attested photocopy of Certificate of Registration and ownership as well as of Constitution and legal status.

1. Names of participating member

(a) ……………………………………….

2. Address, telephone, telefax, cable numbers

Registered Office Office for correspondence

(a) ……………………………………… …………………………………………..

(b) ……………………………………… …………………………………………..

(c) ……………………………………… ………………..………………………..

3. Contact persons address, telephone etc.

(a) ……………………………………… ……………………………..

(b) ……………………………………… ……………………………..

(c) ……………………………………………… ………………………………….

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 37 of 47

FORM T-II

PAGE 1 OF 1

EXPERIENCERECORD

1. Details of experience in similar work etc.

Sl.

No. Period Details of work handled

Total Cost of

work in Rs. Remarks

(1) (2) (3) (4) (5)

Notes :

i) Details submitted in any other Performa will not be considered. ii) The details of work including the cost of the work should be supported by attested

copy of each client‟s certificate. iii) Additional pages may be attached if required. iv) All the pages must be signed by the authorize signatory of the tenderer.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 38 of 47

FORM T-III

PAGE 1 OF 1

DETAILS OF PERSONNEL

S. No. Designation No. of Personnel Available

A B C

1

2

3

Engineer

Supervisors

Technician

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 39 of 47

FORM “T - IV “

PAGE 1 OF 1

Resources for the works – Machinery & Equipments

S.No. Description of Machinery / Equipments Nos. available Location

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 40 of 47

FORM T-V

PAGE 1 OF 2

FINANCIAL DATA

Total value of similar work done during the period 2011-2012 to 2013-2014.

S.No. Description

Year

2011-2

012

Year

2012-2

013

Year

2013-2

014

(1) (2) (3) (4) (5)

1. Total value of work done

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 41 of 47

FORM T-V

PAGE 2 OF 2

FINANCIAL DATA

List of all Ongoing Contracts

Name of the

applicant

(constituent

member in

case of

Group)

Total

number

of

works

in hand

Number of

contracts of each

type

Number for which

applicant went in

for

Number of

contracts in

which date of

completion

given in the

original has

already burst

Total value of

balance works

yet to be done in

Rupee equivalent

as on

31/03/2014

Arbitrati

on

litigation

Year

2011-2

012

Year

2012-2

013

Year

2013-2

014

Applicant should provide information on their current commitments or all contracts that have been awarded or for which a letter of intent or acceptance has been received or for contracts

approaching completion but for which a completion certificate is yet to be issued.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 42 of 47

The following are the Scheduled Banks in India (Public Sector)

1. State Bank of India 2. State Bank of Bikaner and Jaipur 3. State Bank of Hyderabad 4. State Bank of Indore 5. State Bank of Mysore 6. State Bank of Patiala 7. State Bank of Saurashtra 8. State Bank of Travancore 9. Andhara Bank 10. Allahabad Bank 11. Bank of Baroda 12. Bank of India 13. Bank of Maharashtra 14. Canara Bank 15. Central Bank of India 16. Corporation Bank 17. Dena Bank 18. Indian Overseas Bank 19. Indian Bank 20. Oriental Bank of Commerce 21. Punjab National Bank 22. Punjab and Sind Bank 23. Syndicate Bank 24. Union Bank of India 25. United Bank of India 26. UCO Bank 27. Vijaya Bank

The following are the Scheduled Banks in India (Pvt. Sector) 1. Vysya Bank Ltd. 2. Axis Bank Ltd. 3. Indusind Bank Ltd. 4. ICICI Banking Corporation Bank ltd. 5. Global trust Bank Ltd. 6. HDFC Bank Ltd. 7. Centurion Bank Ltd. 8. Bank of Punjab Ltd. 9. IDBI Bank Ltd.

The following are the Scheduled Foreign Banks in India 1. American Express Bank Ltd. 2. ANZ Gridlays Bank Plc. 3. Bank of America NT & SA 4. Bank of Tokyo Ltd. 5. BanqucNationale de Paris 6. Barclays Bank Plc 7. Citi Bank N.C. 8. Deutsche Bank A.G 9. HSBC 10. Standard Chartered Bank 11. The Chase Manhattan Bank Ltd.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 43 of 47

Special Conditions of Contract

1. Advance payment :- No advance of any type shall be paid.

2. Price variation clause : The price variation clause is not applicable in this contract.

3. Period of Contract:-The period of Contract shall be as per NIT.

4. Payment Terms: - The Payment shall be made by running bills as per accepted rates on

Quarterly basis. The Servicing /Repair report shall be submitted in triplicate, which shall be also

signed by the DMRC representative. The Contractor will submit report-giving details of Corrective

action carried out.

5. Termination of Contract:- If the contractor fails to perform satisfactorily , the contract can be

terminated at any time without assigning any reason by giving 15 days notice to the contractor.

6. Any Damage /Breakage to the DMRC property during the execution of work will be at the risk &

cost of the Contractor & in this regard, the DMRC decision will be final regarding amount of

damage/ breakage etc. The amount will be deducted from contractor's bill.

7. Contractor shall also submit the official e-mail address on which the failure report shall be mailed.

Contractor has to attend failure within stipulated time mentioned in clause no. 2.2 of Scope of

Work.

8. Contractor shall submit list of working staff of his firm with essential credential. Only this person

shall be allowed to work DMRC premises.

9. Procurement of material / updating of software's / co ordination with other manufactures is sole

responsibility of contractor, in no case the firm shall be waived of this responsibility.

10. Contractor shall provide mobile no., landline no., email id and fax no. for information of any

failure.

11. In case any accident occur due to Software error/Bug shall be sole responsibility of firm, and

damage caused in this case shall be borne by the firm.

12. Before, quoting price and tenderer shall get well versed with the system by site visit and satisfy

himself, for carrying out the smooth and seamless work.

13. All preventive /corrective /testing schedules as mentioned and any other as given by Engineer-

In - charge shall be applicable and to be followed by the contractor.

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 44 of 47

Other Terms and Conditions

1. The Contractor during the Execution of work shall follow the Indian Electricity Rules, Indian

Electricity Act & all other Statutory Rules, Regulations & Acts as available on date & during the

period of contract.

2. The Contractor shall be responsible to fulfill all statutory liabilities, if any towards his staff such

as payment of minimum wages, PF, ESI and any other dues etc including all amendments

issued by the Govt. from time to time. Being a Principal Employer, DMRC may ask to submit

documents in original.

3. The work is to be carried out under the guidance of DMRC only.

4. No T&Ps shall be issued to the contractor. All T&Ps, Instruments, Machines, etc. will be brought

by the Contractor only. The cost of all these items shall be borne by the contractor.

5. Labour: No labour shall be provided by DMRC.

6. Transport: No separate charges will be paid for transport.

7. As per existing procedure the work shall be carried out in the presence of DMRC representative

at airport line section. Also station controller shall have prior information about the work through

TPC/ASC. It is advised that contractor shall ensure that above formalities are completed to avoid

manpower and time wastage.

8. Contractor shall be responsible for insurance cover under the following requirements:

a) Contractor's all risk & third party.

b) Liability under the workmen's compensation act 1923, minimum wages act1948 and

contract labour (regulation and abolition) act, 1970.

c) Accident to staff, engineers, supervisors and other who are not governed by workmen's

compensation Act.

d) Damage to material, machinery and works due to fire, theft etc

9. The DMRC shall have the right to make minor alterations/additions/substitutions in the

specifications in the scope of work or issue instructions that may be deemed necessary during

the period of the contract and contractor shall carry out the work in accordance with the

instructions which may be given to him by Authorized DMRC's representative.

10. The contractor shall on request of Engineer-in-charge forthwith remove from the works any

person employed thereon by him who in the opinion of Engineer-in-charge may misconduct

himself or suspicious from security point of view and such persons shall not again be employed

on the work without permission of the Engineer-in-charge.

11. As per site conditions the contractor may have to carry out the work during night hours. No

extra payment shall be made on this account.

12. The DMRC’ General Conditions of Contract with all amendments will be applicable. Contractors

may see GCC in O/o JGM/TR, if required.

13. The successful tenderer has to provide the following information required for e-payment.

a. Details of your organization in the format enclosed (Annexure-B) herewith duly

verified alongwith attestation of concerned bank.

b. A copy of cancelled cheque issued by the bank.

c. Duly filled Vendor Master Data Creation / Change Request Form

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 45 of 47

Annexure – ‘A’

CERTIFICATE BY CONTRACTOR

1. In compliance to the provision of the minimum wages act 1948

and rules made there under in respect of any employees

engaged by me/us, I/We hereby declare that the labour

engaged by me/us have been fully paid for. In the event of any

outstanding due to be payable to any labour/labours engaged

by me/us, Cooperation is entitled to recover the same from any

money due to accuring to me/us in consideration of payment to

such labour / labours.

2. Certified that EPF. Payment of wages act, 1948, workmen

compensation Act, 1923 Contraction Labour Act, 1938, Factories

Act, 1948 have been fully complied with by me/us. Photocopies

of challans for EPF/ESI deposited are enclosed herewith.

Signature and seal of contractor

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 46 of 47

Annexure – B

i. Contract /LOA / Agreement No.:

ii. Beneficiary Name:

iii. Beneficiary Address:

Line-1:

Line-2:

District / City : State /UT :

PIN CIDE : Tele / Fax :

Mobile Alert :

1.

2.

3.

4.

iv. Bank Details:

Bank Name :

Branch Address :

Beneficiary A/c No. :

Beneficiary A/c Type (Saving / Current) :

Beneficiary A/c Name :

9-Digit Branch MICR Code :

IFSC Code of the Branch

Stamp & Signature of Authorized Signatory

DMRC/O&M/TR-AP/SCADA/ETR0102014 Volume-I Technical Package

Page 47 of 47

VENDOR MASTER DATA CREATION / CHANGE REQUEST FORM Account Group (In case of New Vendor Creation Only)

Purchasing Organization (In case of New Vendor Creation Only)

VENDOR NUMBER (In case of Change Only)

NAME #

Title

Name

SEARCH TERM %

Search Term

STREET ADDRESS #

Street / House No.

Postal Code / City

Country

COMMUNICATION #

Telephone No.

Mobile No.

Fax No.

E-Mail

TAX INFORMATION #

VAT Registration No.

PAN Number

BANK DETAIL #

Bank Name

Branch Address

Country

Beneficiary A/c Type (Saving / Current)

Beneficiary A/c Name

Beneficiary A/c Number

Branch MICR Code (Optional)

Branch IFSC Code

Bank Key

ALTERNATIVE PAYEE IN DOCUMENT %

Permitted Payee, if any

ACCOUNTING INFORMATION %

Reconciliation Account

Sort Key

Cash Management Group

PAYMENT DATA %

Payment Terms

Chk Cashing Time

AUTOMATIC PAYMENT TRANSACTIONS %

Payment Method

House Bank

WITHHOLDING TAX INFORMATION %

Withholding Tax Type (Separated by comma in case of more than one)

W/Tax Code

Liable (Y / N)

Rec. Type

W / Tax ID

* Bank Details except Bank Key is required to be verified by the Bank on its letter head duly signed and stamped. (Certificate to be enclosed along with the request) # Attached documentary proof (Copy of LOA, PAN Card Copy etc.) % To be filled in by concerned finance office. All data to be filled in CAPITAL Letters only.

Official Initiating Request; (Dy. HOD of Executive Department)

Official approving Request (Dy. HOD of Concerned Finance)

Signature Signature

Name Name

Designation Designation

Mobile Number Mobile Number

For Use in Corporate Finance Office

Vendor Number Generated in SAP (In case of New Vendors only)

Date Creation / Edit

Task Performed By

Signature

Name

Designation