B I D D I N G D O C U M E N T S. for Supply of Turnouts for UIC60 Rails in Ballastless Track. for

Size: px
Start display at page:

Download "B I D D I N G D O C U M E N T S. for Supply of Turnouts for UIC60 Rails in Ballastless Track. for"

Transcription

1 B I D D I N G D O C U M E N T S for Supply of Turnouts for UIC60 Rails in Ballastless Track for Chennai Metro Rail Project Phase-1 Extension under Contract ASTO-06 Purchaser: Chennai Metro Rail Limited Country: India Project: Chennai Metro Rail Project Phase-1 Extension Loan No.: ID-P258

2 CHENNAI METRO RAIL LIMITED CHENNAI , INDIA NIT No: CMRL/CON/ ASTO-06/ OPEN GLOBAL TENDER CMRL invites sealed tenders through International Competitive Bidding (ICB) under Single stage two envelope with initial filter (Technical & Financial) for the work s as detailed below which is funded by Japanese ODA Loan. CMRL PHASE 1 EXTENSION WASHERMANPET TO WIMCO NAGAR (under JICA loan agreement ID-P 258) 1 Name of work ASTO-06 - Supply of Turnouts of UIC 60 IRS-T (60E1 PROFILE), Head Hardened Rail Grade 1080 in Ballast less Track For Chennai Metro Rail Project Phase-1 Extension 2 Tender Security Amount (EMD) INR 32,76,491/- (Indian Rupees Thirty Two Lakhs Seventy Six Thousand Four Hundred and Ninety One Only) or USD 50,738 (US Dollar Fifty Thousand Seven Hundred & Thirty Eight Only) 3 Tender validity 180 Days from Date of Submission of Bid. 4 Validity of Tender Security Amount 28 Days beyond Tender validity period (208 days) i.e., valid up to 05/08/2018 or later 5 Duration of Contract (Completion period of the work) 180 days 6 Tender Documents on sale 7 (Non- Cost of Tender Documents refundable) 8 Pre-bid Meeting 9 Last date of seeking clarification (Upto 14:00 hrs) 10 Last Date of issuing addendum for prebid 11 Date and Time of submission of Tender Date and Time of opening of Tender (At the place of submission) Authority and place of purchase of Tender Documents From to Between (10.00 Hrs to Hrs) on working days 1. The Tender documents can be downloaded from the internet, if so desired (see below for website details). There will be a non-refundable Tender submission fee of INR 32,000/-(Indian Rupees Thirty Two Thousand only) or USD 496 (US Dollar Four Hundred and Ninety Six Only) including GST in the form of Demand Draft in favour of Chennai Metro Rail Limited payable at Chennai to be submitted along with bid. 2. A hard copy of the complete set of tender documents is available on payment of non-refundable Rs.40,000/-(Indian Rupees Forty Thousand Only) or USD 620 (US Dollar Six Hundred and twenty Only) including GST from CMRL office in the form of Demand Draft in favour of Chennai Metro Rail Limited payable at Chennai at 11:00 hours in the CMRL Conference Room Address: Chennai Metro Rail Limited, Administrative Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai Tel No , Extn: Fax No , id: agmcm@cmrl.in upto 14:00 hrs At office of the Additional General Manager (Contract Procurement)/CMRL, Address as mentioned in item No.8 above at 14:30 hrs Office of the Additional General Manager (Contract Procurement)/CMRL, Address as mentioned in item No.8 above Website from which Tender Documents 14 and any additional information can be downloaded Note: If the date of submission of tenders happens to be a public holiday, Tenders will be received and opened on the next working day at the same venue and time. Director (Projects) Chennai Metro Rail Limited

3 Table of Contents Invitation for Bids...IFB-1 PART 1 Bidding Procedures Section I. Instructions to Bidders...ITB-1 Section II. Bid Data Sheet......BDS-1 Section III. Evaluation and Qualification Criteria.....EQC-1 Section IV. Bidding Forms BF-1 Section V. Eligible Source Countries of Japanese ODA Loans....ESC-1 PART 2 Supply Requirements Section VI. Schedule of Requirements.....SR-1 PART 3 Conditions of Contract and Contract Forms Section VII. General Conditions (GC) GC-1 Section VIII. Particular Conditions (PC).....PC-1 Section IX. Contract Forms......CF-1 Page 3 of 197.

4 Page 4 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

5 Page 5 of 197. Invitation for Bids

6 Page 6 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

7 Invitation for Bids IFB-1 Date: [date of issuance of IFB] Loan Agreement No: ID-P258 IFB No: [insert number] Reference Identification No: [insert number] Invitation for Bids 1. The Chennai Metro Rail Limited (CMRL) has received a loan from Japan International Cooperation Agency (JICA) toward the cost of Chennai Metro Rail Project Phase-1 Extension. It is intended that part of the proceeds of this loan will be applied to eligible payments under the Tender for the contract ASTO-06: Supply of Turnouts for UIC60 Rails in Ballastless Track for Chennai Metro Rail Project Phase-1 Extension. 2. Bidding will be conducted through procedures in accordance with the applicable Guidelines for Procurement under Japanese ODA Loans, and is open to all Bidders from eligible source countries, as defined in the Loan Agreement. 3. The Chennai Metro Rail Limited (CMRL) now invites sealed Bids from eligible and qualified Bidders for the procurement of Turnouts for UIC60 Rails in Ballastless Track ( the Goods ). 4. Interested eligible Bidders may obtain further information from and inspect the Bidding Documents at the office of General Manager (Track & Elevated) Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai , Tamil Nadu. Telephone: id gmte@cmrl.in 5. A complete set of Bidding Documents may be purchased by interested Bidders on the submission of a written application to the address above, and upon payment of a nonrefundable fee INR 40,000/- or USD 625 (inclusive of GST) in the form of Demand Draft drawn in favour of Chennai Metro Rail Limited payable at Chennai. The tender documents can be downloaded if so desired from the internet address A non-refundable tender submission fee of INR 32,000/- or USD 500 (inclusive of GST) in the form of Demand Draft (DD) drawn in favour of Chennai Metro Rail Limited payable at Chennai to be submitted along with the bid. 6. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Standard Bidding Documents under Japanese ODA Loans for the Procurement of Goods. Page 7 of 197.

8 IFB-2 Invitation for Bids 7. Bids must be delivered to the above address in S. No. 4 at or before hrs. on 09 Jan and must be accompanied by an interest free Bid Security of INR 32,76,491/- or USD 50, The interest free Bid Security shall be valid till (148 days after bid submission) 05 Aug Bids will be opened in the presence of the Bidders representatives who choose to attend at hrs. on 09 Jan at the office of General Manager (Track & Elevated) Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai , Tamil Nadu General Manager (Track & Elevated) Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai , Tamil Nadu. Telephone: id gmte@cmrl.in Page 8 of 197.

9 Page 9 of 197. PART 1 Bidding Procedures

10 Page 10 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

11 Section I. Instructions to Bidders Section I. Instructions to Bidders Notes on Instructions to Bidders Section I, Instructions to Bidders, provides the information necessary for Bidders to prepare responsive Bids in accordance with the requirements of the Purchaser. It also gives information on Bid submission, opening, and evaluation, and on the award of the Contract. Page 11 of 197.

12 Page 12 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

13 Section I. Instructions to Bidders ITB-3 A. General 1. Scope of Bid 1.1 In connection with the Invitation for Bids specified in Section II, Bid Data Sheet (BDS), the Purchaser, as specified in the BDS, issues these Bidding Documents (hereinafter referred to as Bidding Documents ) for the supply of Goods and Related Services incidental thereto as specified in Section VI, Schedule of Requirements. The name, identification, and number of lot(s) (contract(s)) comprising this International Competitive Bidding (ICB) process are specified in the BDS. 1.2 Throughout these Bidding Documents: (a) (b) (c) the term in writing means communicated in written form and delivered against receipt; except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular; and day means calendar day. 2. Source of Funds 2.1 The Borrower specified in the BDS has applied for or received a Japanese ODA Loan from Japan International Cooperation Agency (hereinafter referred to as JICA ), with the number, in the amount and on the signed date of the Loan Agreement specified in the BDS, toward the cost of the project specified in the BDS. The Borrower intends to apply a portion of the proceeds of the Loan to eligible payments under the Contract(s) for which these Bidding Documents are issued. 2.2 Disbursement of a Japanese ODA Loan by JICA will be subject, in all respects, to the terms and conditions of the Loan Agreement, including the disbursement procedures and the applicable Guidelines for Procurement under Japanese ODA Loans specified in the BDS. No party other than the Borrower shall derive any rights from the Loan Agreement or have any claim to the Loan proceeds. 2.3 The above Loan Agreement will cover only part of the project cost. As for the remaining portion, the Borrower will take appropriate measures for finance. 3. Corrupt and Fraudulent Practices 3.1 In this ITB 3.1, Contractors is used as a synonym of Suppliers. It is JICA s policy to require that Bidders and Contractors, as well as Borrowers, under contracts funded with Japanese ODA Loans and other Japanese ODA, observe the highest standard of Page 13 of 197.

14 ITB-4 Section I. Instructions to Bidders ethics during the procurement and execution of such contracts. In pursuance of this policy, JICA: (a) (b) (c) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; will recognize a Bidder or Contractor as ineligible, for a period determined by JICA, to be awarded a contract funded with Japanese ODA Loans if it, at any time, determines that the Bidder or the Contractor has engaged in corrupt or fraudulent practices in competing for, or in executing another contract funded with Japanese ODA Loans or other Japanese ODA; and will recognize a Contractor as ineligible to be awarded a contract funded with Japanese ODA Loans if the Contractor or a subcontractor, who has a direct contract with the Contractor, is debarred under the cross debarment decisions by the Multilateral Development Banks. Such period of ineligibility shall not exceed three (3) years from (and including) the date on which the cross debarment was imposed. Cross debarment decisions by the Multilateral development Banks is a corporate sanction in accordance with the agreement among the African Development Bank Group, Asian Development Bank, European Bank for Reconstruction and Development, Inter-American Development Bank Group and the World Bank Group signed on 9 April (as amended from time to time), JICA will recognize the World Bank Group s debarment of which period exceeds one year, imposed after 19 July, 2010, the date on which the World Bank Group started cross debarment, as cross debarment decisions by the Multilateral Development Banks. The list of debarred firms and individuals is available at the electronic address specified in the BDS. JICA will recognize a Bidder or Contractor as ineligible to be awarded a contract funded with Japanese ODA Loans if the Bidder or Contractor is debarred by the World Bank Group for the period starting from the date of the Invitation for Bid, if prequalification has not been conducted; or the date of Advertisements for Prequalification, if prequalification has been conducted, up to the signing of the contract, unless (i) such debarment period does not exceed one year, or (ii) three (3) years have passed since such debarment decision. Page 14 of 197.

15 Section I. Instructions to Bidders ITB-5 If it is revealed that the Contractor was ineligible to be awarded a contract according to the above, JICA will, in principle, impose sanctions against the Contractor. If it is revealed that a subcontractor, which has a direct contract with the Contractor, was debarred by the World Bank Group on the sub-contract date, JICA will, in principle, require the Borrower to have the Contractor cancel the subcontract immediately, unless (i) such debarment period does not exceed one year, or (ii) three (3) years have passed since such debarment decision. If the Contractor refuses, JICA will require the Borrower to declare invalidity or cancellation of the contract and demand the refund of the relevant proceeds of the Loan or any other remedies on the grounds of contractual violation. 3.2 Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 33.1(a) of Section VIII, the General Conditions. 4. Eligible Bidders 4.1 A Bidder may be a firm that is a single entity or any combination of such entities in the form of a joint venture (JV) under an existing agreement or with the intent to enter into such an agreement supported by a letter of intent. In the case of a JV, all members shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms. The JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the members of the JV during the bidding process and, in the event the JV is awarded the Contract, during Contract execution. 4.2 A Bidder shall not have a conflict of interest. A Bidder shall not be employed under any of the circumstances set forth below where it is determined to have a conflict of interest throughout the bidding/selection process and/or the execution of the contract unless the conflict has been resolved in a manner acceptable to JICA. (a) A firm shall be disqualified from providing goods or nonconsulting services resulting from or directly related to consulting services for the preparation or implementation of a project that it provided or were provided by any affiliate that directly or indirectly controls, is controlled by, or is under common control with that firm. This provision does not apply to the various firms (consultants, contractors, or suppliers) only due to the reason that those firms together are performing the Supplier s obligations under a turnkey or design and build contract. (b) A firm that has a close business relationship with the Page 15 of 197.

16 ITB-6 Section I. Instructions to Bidders Borrower s professional personnel, who are directly or indirectly involved in any part of: (i) the preparation of the prequalification and Bidding Documents for the contract, (ii) the prequalification and Bid evaluation, or (iii) the supervision of such contract, shall be disqualified. (c) (d) Based on the One Bid Per Bidder principle, which is to ensure fair competition, a firm and any affiliate that directly or indirectly controls, is controlled by, or is under common control with that firm shall not be allowed to submit more than one Bid, either individually or as a member in a Joint Venture. A firm (including its affiliate), if acting in the capacity of a subcontractor in one Bid, may participate in other Bids, only in that capacity. A firm having any other form of conflict of interest other than (a) through (c) above shall be disqualified. 4.3 A Bidder shall be from any of the eligible source countries indicated in Section V, Eligible Source Countries of Japanese ODA Loans. 4.4 A Bidder that has been determined to be ineligible by JICA in accordance with ITB 3.1 shall not be eligible to be awarded a contract. 4.5 A Bidder shall provide such evidence of their continued eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request. 5. Eligible Goods and Related Services 5.1 All the Goods and Related Services to be supplied under the Contract and financed by JICA shall have their origin in any of the eligible source countries indicated Section V, Eligible Source Countries of Japanese ODA Loans. At the Purchaser s request, Bidders may be required to provide evidence of the origin of the Goods and Related Services. 5.2 For purposes of this Clause, the term goods includes commodities, raw material, machinery, equipment, and industrial plants; and related services includes services such as insurance, installation, training, and initial maintenance. 5.3 The term origin means the place where the goods have been mined, grown, cultivated, produced, manufactured or processed; or, through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components. Page 16 of 197.

17 Section I. Instructions to Bidders ITB-7 B. Contents of Bidding Documents 6. Sections of Bidding Documents 6.1 The Bidding Documents consist of Parts 1, 2, and 3, which include all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITB 8. PART 1 Bidding Procedures Section I. Instructions to Bidders (ITB) Section II. Bid Data Sheet (BDS) Section III. Evaluation and Qualification Criteria (EQC) Section IV. Bidding Forms Section V. Eligible Source Countries of Japanese ODA Loans PART 2 Supply Requirements Section VI. Schedule of Requirements PART 3 Conditions of Contract and Contract Forms Section VII. General Conditions (GC) Section VIII. Particular Conditions (PC) Section IX. Contract Forms 6.2 The Invitation for Bids issued by the Purchaser is not part of the Bidding Documents. 6.3 Unless obtained directly from the Purchaser, the Purchaser is not responsible for the completeness of the Bidding Documents, responses to requests for clarification, or Addenda to the Bidding Documents in accordance with ITB 8. In case of any contradiction, documents obtained directly from the Purchaser shall prevail. 6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents, and to furnish with its Bid all information and documentation as is required by the Bidding Documents. 7. Clarification of Bidding Documents 7.1 A Bidder requiring any clarification of the Bidding Documents shall contact the Purchaser in writing at the Purchaser s address specified in the BDS. The Purchaser will respond in writing to any request for clarification, provided that such request is received no later than fourteen (14) days prior to the deadline for submission of Bids. The Purchaser shall forward copies of its response to all Bidders who have acquired the Bidding Page 17 of 197.

18 ITB-8 Section I. Instructions to Bidders Documents in accordance with ITB 6.3, including a description of the inquiry but without identifying its source. If so specified in the BDS, the Purchaser shall also promptly publish its response at the web page identified in the BDS. Should the clarification result in changes to the essential elements of the Bidding Documents, the Purchaser shall amend the Bidding Documents following the procedure under ITB 8 and ITB Amendment of Bidding Documents 8.1 At any time prior to the deadline for submission of Bids, the Purchaser may amend the Bidding Documents by issuing addenda. 8.2 Any addendum issued shall be part of the Bidding Documents and shall be communicated in writing to all who have obtained the Bidding Documents from the Purchaser in accordance with ITB 6.3. If so specified in the BDS, the Purchaser shall also promptly publish the addendum on the Purchaser s web page in accordance with ITB To give Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Purchaser may extend the deadline for the submission of Bids, pursuant to ITB C. Preparation of Bids 9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Purchaser shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 10. Language of Bid 11. Documents Comprising the Bid 10.1 The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Purchaser, shall be written in the language specified in the BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages into the language of Bid, in which case, for purposes of interpretation of the Bid, such translation shall govern The Bid shall comprise the following: (a) (b) Letter of Bid; completed Price Schedules, in accordance with ITB 12 and 14; (c) Bid Security, in accordance with ITB 21; (d) Acknowledgement of Compliance with the Guidelines for Page 18 of 197.

19 Section I. Instructions to Bidders ITB-9 Procurement under Japanese ODA Loans (Form ACK), which shall be signed and dated by the Bidder s authorized representative; (e) alternative Bids, if permissible, in accordance with ITB 13; (f) written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 22; (g) documentary evidence in accordance with ITB 16 establishing the Bidder s eligibility to bid; (h) documentary evidence in accordance with ITB 17, that the Goods and Related Services to be supplied by the Bidder are of eligible origin; (i) documentary evidence in accordance with ITB 18 establishing that the Goods and Related Services conform to the Bidding Documents; (j) documentary evidence in accordance with ITB 19 establishing the Bidder s qualifications to perform the Contract if its Bid is accepted; and (k) any other document required in the BDS In addition to the requirements under ITB 11.1, Bids submitted by a JV shall include a copy of the Joint Venture Agreement entered into by all members. Alternatively, a letter of intent to execute a Joint Venture Agreement in the event of a successful Bid shall be signed by all members and submitted with the Bid, together with a copy of the proposed Agreement. 12. Letter of Bid and Price Schedules 12.1 The Letter of Bid and the Price Schedules shall be prepared using the relevant forms furnished in Section IV, Bidding Forms. The forms must be completed without any alterations to the text, and no substitutes shall be accepted except as provided under ITB All blank spaces shall be filled in with the information requested. 13. Alternative Bids 13.1 Unless otherwise specified in the BDS, alternative Bids shall not be considered. 14. Bid Prices and Discounts 14.1 The prices and discounts (including any price reduction) quoted by the Bidder in the Letter of Bid and in the Price Schedules shall conform to the requirements specified below All items must be listed and priced separately in the Price Schedules. Page 19 of 197.

20 ITB-10 Section I. Instructions to Bidders 14.3 The price to be quoted in the Letter of Bid in accordance with ITB 12.1 shall be the total price of the Bid, excluding any discounts offered The Bidder shall quote any discounts and indicate the methodology for their application in the Letter of Bid in accordance with ITB Prices quoted by the Bidder shall be fixed during the Bidder s performance of the Contract and not subject to variation on any account, unless otherwise specified in the BDS. A Bid submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected, pursuant to ITB 33. However, if in accordance with the BDS, prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract, a Bid submitted with a fixed price quotation shall not be rejected, but the price adjustment shall be treated as zero If so indicated in ITB 1.1, Bids are being invited for individual lots (contracts) or for any combination of lots (packages). Bidders wishing to offer any price reduction (discount) for the award of more than one Contract shall specify in their Letter of Bid the price reduction applicable to each package, or alternatively, to individual contracts within the package. Discounts shall be submitted in accordance with ITB 14.4, provided the Bids for all lots (contracts) are opened at the same time The terms EXW, CIP, and other similar terms shall be governed by the rules prescribed in the latest edition of Incoterms published by the International Chamber of Commerce, as of the date twenty-eight (28) days prior to the latest date for submission of the Bids Prices shall be quoted as specified in each Price Schedule included in Section IV, Bidding Forms. The disaggregation of price components is required solely for the purpose of facilitating the comparison of Bids by the Purchaser. This shall not in any way limit the Purchaser s right to contract on any of the terms offered. In quoting prices, the Bidder shall be free to use transportation through carriers registered in any eligible source country, in accordance with Section V, Eligible Source Countries of Japanese ODA Loans. Similarly, the Bidder may obtain insurance services from any eligible source country in accordance with Section V, Eligible Source Countries of Japanese ODA Loans. Prices shall be entered in the following manner: Page 20 of 197.

21 Section I. Instructions to Bidders ITB-11 (a) For Goods supplied from within the Purchaser s Country: (i) (ii) (iii) the price of the Goods quoted EXW (ex works, ex factory, ex warehouse, ex showroom, or off-theshelf, as applicable), including all customs duties and sales and other taxes already paid or payable on the components and raw material used in the manufacture or assembly of the Goods; any Purchaser s Country sales tax and other taxes which will be payable on the Goods if the Contract is awarded to the Bidder; and the price for inland transportation, insurance, and other local services required to convey the Goods to their final destination (Project Site) specified in the BDS. (b) For Goods supplied from outside the Purchaser s Country: (i) (ii) the price of the Goods, quoted CIP named place of destination, in the Purchaser s Country, as specified in the BDS; and the price for inland transportation, insurance, and other local services required to convey the Goods from the named place of destination to their final destination (Project Site) specified in the BDS. (c) For Related Services, other than inland transportation and other services required to convey the Goods to their final destination, whenever such Related Services are specified in Section VI, Schedule of Requirements: (i) (ii) the local currency cost component of each item comprising the Related Services; and the foreign currency cost component of each item comprising the Related Services, inclusive of all custom duties, sales and other similar taxes applicable in the Purchaser s Country, payable on the Related Services, if the Contract is awarded to the Bidder. 15. Currencies of Bid and Payment 16. Documents Establishing the 15.1 The currency(ies) of the Bid shall be, as specified in the BDS. Payment of the Contract Price shall be made in the currency or currencies in which the Bid Price is expressed in the Bid of the successful Bidder Bidders shall provide in the corresponding sheets included in Section IV, Bidding Forms, information to establish their eligibility Page 21 of 197.

22 ITB-12 Section I. Instructions to Bidders Eligibility of the Bidder 17. Documents Establishing the Eligibility of the Goods and Related Services 18. Documents Establishing the Conformity of the Goods and Related Services in accordance with ITB To establish the eligibility of the Goods and Related Services in accordance with ITB 5, Bidders shall complete the country of origin declarations in the Price Schedule Forms, included in Section IV, Bidding Forms To establish the conformity of the Goods and Related Services to the Bidding Documents, the Bidder shall furnish as part of its Bid the documentary evidence that the Goods conform to the technical specifications and standards specified in Section VI, Schedule of Requirements The documentary evidence may be in the form of literature, drawings or data, and shall consist of a detailed item by item description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to the technical specification, and if applicable, a statement of deviations and exceptions to the provisions of the Schedule of Requirements The Bidder shall also furnish a list giving full particulars, including available sources and current prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the Goods during the period specified in the BDS following commencement of the use of the Goods by the Purchaser Standards for workmanship, process, material, and equipment, as well as references to brand names or catalogue numbers specified by the Purchaser in the Schedule of Requirements, are intended to be descriptive only and not restrictive. The Bidder may offer other standards of quality, brand names, and/or catalogue numbers, provided that it demonstrates, to the Purchaser s satisfaction, that the substitutions ensure substantial equivalence or are superior to those specified in the Schedule of Requirements. 19. Documents Establishing the Qualifications of the Bidder 19.1 The documentary evidence of the Bidder s qualifications to perform the contract if its Bid is accepted shall establish to the Purchaser s satisfaction: (a) that, if required in the BDS, a Bidder that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturer s Authorization using the form Page 22 of 197.

23 Section I. Instructions to Bidders ITB-13 included in Section IV, Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply these Goods in the Purchaser s Country; (b) (c) that, if required in the BDS, in case of a Bidder not doing business within the Purchaser s Country, the Bidder is or will be (if awarded the Contract) represented by an agent in the country equipped and able to carry out the Supplier s maintenance, repair and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications; and that the Bidder meets each of the qualification criteria specified in Section III, Evaluation and Qualification Criteria. 20. Period of Validity of Bids 20.1 Bids shall remain valid for the period specified in the BDS after the Bid submission deadline date prescribed by the Purchaser in accordance with ITB A Bid valid for a shorter period shall be rejected by the Purchaser as non-responsive In exceptional circumstances, prior to the expiration of the Bid validity period, the Purchaser may request Bidders to extend the period of validity of their Bids. The request and the responses shall be made in writing. The Bid Security shall also be extended for twenty-eight (28) days beyond the deadline of the extended validity period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request shall not be required or permitted to modify its Bid, except as provided in ITB If the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of the initial Bid validity, the Contract Price shall be determined as follows: (a) (b) (c) In the case of fixed price contracts, the Contract Price shall be the Bid Price adjusted by the factor specified in the BDS. In the case of adjustable price contracts, to determine the Contract Price, the fixed portion of the Bid Price shall be adjusted by the factor specified in the BDS. In any case, Bid evaluation shall be based on the Bid Price without taking into consideration the effect of the correction indicated above. Page 23 of 197.

24 ITB-14 Section I. Instructions to Bidders 21. Bid Security 21.1 The Bidder shall furnish, as part of its Bid, a Bid Security in the amount and currency specified in the BDS The Bid Security shall be a demand guarantee in any of the following forms at the Bidder s option: (a) an unconditional guarantee issued by a bank or financial institution (such as an insurance, bonding or surety company); (b) an irrevocable letter of credit; (c) a cashier s or certified check; or (d) another security specified in the BDS from a reputable source from an eligible source country. If the unconditional guarantee is issued by a financial institution located outside the Purchaser s Country, the issuing financial institution shall have a correspondent financial institution located in the Purchaser s Country to make it enforceable. In the case of a bank guarantee, the Bid Security shall be submitted either using the Bid Security Form included in Section IV, Bidding Forms or in another substantially similar format approved by the Purchaser prior to Bid submission. In either case, the form must include the complete name of the Bidder. The Bid Security shall be valid for twenty-eight days (28) beyond the original validity period of the Bid, or beyond any period of extension if requested under ITB Any Bid not accompanied by a substantially responsive Bid Security shall be rejected by the Purchaser as non-responsive The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder s signing the Contract and furnishing the Performance Security pursuant to ITB The Bid Security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract and furnished the required Performance Security The Bid Security may be forfeited: (a) (b) if a Bidder withdraws its Bid during the period of Bid validity specified by the Bidder on the Letter of Bid, or any extension thereto provided by the Bidder; or if the successful Bidder fails to: Page 24 of 197.

25 Section I. Instructions to Bidders ITB-15 (i) sign the Contract in accordance with ITB 43; or (ii) furnish a Performance Security in accordance with ITB The Bid Security of a JV shall be in the name of the JV that submits the Bid. If the JV has not been legally constituted into a legally enforceable JV at the time of bidding, the Bid Security shall be in the names of all future members as named in the letter of intent referred to in ITB 4.1 and ITB Format and Signing of Bid 22.1 The Bidder shall prepare one original of the documents comprising the Bid as described in ITB 11 and clearly mark it ORIGINAL. Alternative Bids, if permitted in accordance with ITB 13, shall be clearly marked ALTERNATIVE. In addition, the Bidder shall submit copies of the Bid, in the number specified in the BDS and clearly mark them COPY. In the event of any discrepancy between the original and the copies, the original shall prevail The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the BDS and shall be attached to the Bid. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the Bid where entries or amendments have been made shall be signed or initialed by the person signing the Bid In case the Bidder is a JV, the Bid shall be signed by an authorized representative of the JV on behalf of the JV, and so as to be legally binding on all the members as evidenced by a power of attorney signed by their legally authorized representatives Any interlineation, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the Bid. D. Submission and Opening of Bids 23. Submission, Sealing and Marking of Bids 23.1 Bidders may submit their Bids by mail or by hand. Procedures for submission, sealing and marking are as follows: Bidders shall enclose the original and each copy of the Bid, including alternative Bids, if permitted in accordance with ITB 13, in separate sealed envelopes, duly marking the envelopes as ORIGINAL, ALTERNATIVE and COPY. These envelopes containing the original, the copies and the alternative(s), if any, shall then be enclosed in one single envelope. The rest of the Page 25 of 197.

26 ITB-16 Section I. Instructions to Bidders procedure shall be in accordance with ITB 23.2 and ITB The inner and outer envelopes shall: (a) bear the name and address of the Bidder; (b) be addressed to the Purchaser in accordance with ITB 24.1; (c) (d) bear the specific identification of this bidding process indicated in BDS 1.1; and bear a warning not to open before the time and date for Bid opening, in accordance with ITB If all envelopes are not sealed and marked as required, the Purchaser will assume no responsibility for the misplacement or premature opening of the Bid. 24. Deadline for Submission of Bids 24.1 Bids must be received by the Purchaser at the address and no later than the date and time specified in the BDS The Purchaser may, at its discretion, extend the deadline for the submission of Bids by amending the Bidding Documents in accordance with ITB 8, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 25. Late Bids 25.1 The Purchaser shall not consider any Bid that arrives after the deadline for submission of Bids, in accordance with ITB 24. Any Bid received by the Purchaser after the deadline for submission of Bids shall be declared late, rejected, and returned unopened to the Bidder. 26. Withdrawal, Substitution, and Modification of Bids 26.1 A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by sending a written notice, duly signed by an authorized representative, and shall include a copy of the authorization in accordance with ITB 22.2, (except that no copies of the withdrawal notice are required). The corresponding substitution or modification of the Bid must accompany the respective written notice. All notices must be: (a) (b) prepared and submitted in accordance with ITB 22 and ITB 23 (except that withdrawal notices do not require copies), and in addition, the respective envelopes shall be clearly marked WITHDRAWAL, SUBSTITUTION, or MODIFICATION; and received by the Purchaser prior to the deadline prescribed for submission of Bids, in accordance with ITB Bids requested to be withdrawn in accordance with ITB 26.1 Page 26 of 197.

27 Section I. Instructions to Bidders ITB-17 shall be returned unopened to the Bidders No Bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Letter of Bid or any extension thereof. 27. Bid Opening 27.1 Except in the cases specified in ITB 25 and ITB 26, the Purchaser shall publicly open and read out in accordance with ITB 27.5 all Bids received by the deadline, at the date, time and place specified in the BDS, in the presence of Bidders designated representatives and anyone who choose to attend First, envelopes marked WITHDRAWAL shall be opened and read out and the envelope with the corresponding Bid shall not be opened, but returned to the Bidder. No Bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at Bid opening Second, envelopes marked SUBSTITUTION shall be opened and read out and exchanged with the corresponding Bid being substituted, and the substituted Bid shall not be opened, but returned to the Bidder. No Bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at Bid opening Next, envelopes marked MODIFICATION shall be opened and read out with the corresponding Bid. No Bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at Bid opening. Only envelopes that are opened and read out at Bid opening shall be considered further All other envelopes shall be opened one at a time, reading out: (a) (b) (c) (d) (e) the name of the Bidder; whether there is a modification; the Bid Prices, per lot (contract) if applicable, including any discounts and alternative Bid; the presence or absence of a Bid Security; and any other details as the Purchaser may consider Page 27 of 197.

28 ITB-18 Section I. Instructions to Bidders appropriate. Only discounts and alternative Bids read out at Bid opening shall be considered for evaluation. No Bid shall be rejected at Bid opening except for late Bids, in accordance with ITB The Purchaser shall prepare a record of the Bid opening that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification; the Bid Price, per lot (contract) if applicable, including any discounts, and alternative Bids; and the presence or absence of a Bid Security. The Bidders representatives who are present shall be requested to sign the record. The omission of a Bidder s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders. E. Evaluation and Comparison of Bids 28. Confidentiality 28.1 Information relating to the evaluation of Bids, and recommendation of Contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders in accordance with ITB Any attempt by a Bidder to influence the Purchaser in the evaluation of the Bids or Contract award decisions may result in the rejection of its Bid Notwithstanding ITB 28.2, from the time of Bid opening to the time of Contract award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it shall do so in writing. 29. Clarification of Bids 29.1 To assist in the examination, evaluation and comparison of the Bids, and qualification of the Bidders, the Purchaser may, at its discretion, ask any Bidder for a clarification of its Bid, giving a reasonable time for a response. Any clarification submitted by a Bidder in respect to its Bid and that is not in response to a request by the Purchaser shall not be considered. The Purchaser s request for clarification and the response shall be in writing. No change, including any voluntary increase or decrease, in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Purchaser in the Evaluation of the Bids, in accordance with ITB If a Bidder does not provide clarifications of its Bid by the date and time set in the Purchaser s request for clarification, its Bid may be Page 28 of 197.

29 Section I. Instructions to Bidders ITB-19 rejected. 30. Deviations, Reservations, and Omissions 30.1 During the evaluation of Bids, the following definitions apply: (a) Deviation is a departure from the requirements specified in the Bidding Documents; (b) Reservation is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Documents; and (c) Omission is the failure to submit part or all of the information or documentation required in the Bidding Documents. 31. Preliminary Examination of Bids 31.1 The Purchaser shall examine Bids to confirm that all documents and information requested in ITB 11.1 have been provided, and to determine the completeness of each document submitted The Purchaser shall confirm that the following documents and information have been provided in the Bid. If any of these documents or information is missing, the Bid shall be rejected. (a) (b) (c) (d) Letter of Bid; written confirmation of authorization to commit the Bidder; Bid Security; and Price Schedules. 32. Qualification of the Bidder 32.1 The Purchaser shall determine to its satisfaction whether Bidders meet the qualifying criteria specified in Section III, Evaluation and Qualification Criteria, during the evaluation of Bids Instead of determining the qualification of all the Bidders, the Purchaser may choose to carry out the assessment of the qualification criteria specified in Section III, Evaluation and Qualification Criteria, only for the Bidder who submitted the lowest evaluated and substantially responsive Bid The determination shall be based upon an examination of the documentary evidence of the Bidder s qualifications submitted by the Bidder, pursuant ITB An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the Bid, in which event, if the assessment of the Bidder s qualification was conducted for the lowest evaluated Bidder only, in accordance with ITB 32.2, the Purchaser shall Page 29 of 197.

30 ITB-20 Section I. Instructions to Bidders proceed to the next lowest evaluated Bid to make a similar determination of that Bidder s capabilities to perform the Contract satisfactorily. 33. Determination of Responsiveness 33.1 The Purchaser s determination of a Bid s responsiveness is to be based on the contents of the Bid itself, as defined in ITB A substantially responsive Bid is one that meets the requirements of the Bidding Documents without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that: (a) if accepted, would (i) affects in any substantial way the scope, quality, or performance of the Goods and Related Services specified in the Contract; or (ii) limit in any substantial way, inconsistent with the Bidding Documents, the Purchaser s rights or the Bidder s obligations under the Contract; or (b) if rectified would unfairly affect the competitive position of other Bidders presenting substantially responsive Bids The Purchaser shall examine the technical aspects of the Bid submitted in accordance with ITB 17 and 18, in particular, to confirm that all requirements of Section VI, Schedule of Requirements have been met without any material deviation, reservation or omission If a Bid is not substantially responsive to the requirements of the Bidding Documents, it shall be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission. 34. Nonmaterial Nonconformities 34.1 Provided that a Bid is substantially responsive, the Purchaser may waive any nonconformities in the Bid that do not constitute a material deviation, reservation, or omission Provided that a Bid is substantially responsive, the Purchaser may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the Bid related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid Provided that a Bid is substantially responsive, the Purchaser shall Page 30 of 197.

31 Section I. Instructions to Bidders ITB-21 rectify quantifiable nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming item or component. The adjustment shall be made using the method specified in Section III, Evaluation and Qualification Criteria. 35. Correction of Arithmetical Errors 35.1 Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis: (a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the line item total as quoted shall govern and the unit price shall be corrected; (b) (c) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above Bidders shall be requested to accept correction of arithmetical errors. Failure to accept the correction in accordance with ITB 35.1, shall result in the rejection of the Bid. 36. Conversion to Single Currency 37. Evaluation of Bids 36.1 For evaluation and comparison purposes, the currency(ies) of the Bid shall be converted into a single currency as specified in the BDS The Purchaser shall use the criteria and methodologies listed in this Clause. No other criteria or methodology shall be permitted To evaluate a Bid, the Purchaser shall consider the following: (a) the Bid Price as quoted in accordance with ITB 14; (b) (c) price adjustment for correction of arithmetic errors in accordance with ITB 35.1; price adjustment due to discounts offered in accordance with ITB 14.4; (d) price adjustment due to quantifiable nonmaterial nonconformities in accordance with ITB 34.3; Page 31 of 197.

32 ITB-22 Section I. Instructions to Bidders (e) (f) converting the amount resulting from applying (a) to (d) above, if relevant, to a single currency in accordance with ITB 36; and the additional evaluation factors specified in Section III, Evaluation and Qualification Criteria The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in Bid evaluation If these Bidding Documents allow Bidders to quote separate prices for different lots (contracts), the methodology to determine the lowest evaluated price of the lot (contract) combinations, including any discounts offered in the Letter of Bid, is specified in Section III, Evaluation and Qualification Criteria The Purchaser s evaluation of a Bid will exclude and not take into account: (a) (b) (c) in the case of Goods supplied from within the Purchaser s Country, sales and other similar taxes, which will be payable on the Goods if a Contract is awarded to the Bidder; in the case of Goods supplied from outside the Purchaser s Country, customs duties and other import taxes levied on the imported Goods, sales and other similar taxes, which will be payable on the Goods if the Contract is awarded to the Bidder; any allowance for price adjustment during the period of execution of the Contract, if provided in the Bid The Purchaser s evaluation of a Bid may require the consideration of other factors, in addition to the Bid Price quoted in accordance with ITB 14. These factors may be related to the characteristics, performance, and terms and conditions of purchase of the Goods and Related Services. The effect of the factors selected, if any, shall be expressed in monetary terms to facilitate comparison of Bids in accordance with Section III, Evaluation and Qualification Criteria. 38. Comparison of Bids 38.1 The Purchaser shall compare the evaluated prices of all substantially responsive Bids established in accordance with ITB 37.2 to determine the lowest-evaluated Bid. Page 32 of 197.

33 Section I. Instructions to Bidders ITB Purchaser s Right to Accept Any Bid, and to Reject Any or All Bids 39.1 The Purchaser reserves the right to accept or reject any Bid, and to annul the bidding process and reject all Bids at any time prior to Contract award, without thereby incurring any liability to Bidders. In case of annulment, all Bids submitted and specifically, Bid Securities, shall be promptly returned to the Bidders. F. Award of Contract 40. Award Criteria 40.1 Subject to ITB 39.1, the Purchaser shall award the Contract to the Bidder whose offer has been determined to be the lowest evaluated Bid and is substantially responsive to the Bidding Documents, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily. 41. Purchaser s Right to Vary Quantities at Time of Award 42. Notification of Award 41.1 At the time the Contract is awarded, the Purchaser reserves the right to increase or decrease the quantity of Goods and Related Services originally specified in Section VI, Schedule of Requirements, provided this does not exceed the percentages specified in the BDS, and without any change in the unit prices or other terms and conditions of the Bid and the Bidding Documents Prior to the expiration of the period of Bid validity, the Purchaser shall notify the successful Bidder, in writing, that its Bid has been accepted. The notification letter shall specify the sum that the Purchaser will pay the Supplier in consideration of the supply of the Goods and Related Services (hereinafter and in the Conditions of Contract and Contract Forms called the Contract Price ) At the same time, the Purchaser shall also notify all other Bidders of the results of the bidding After a Contract has been determined to be eligible for financing under Japanese ODA Loans, the following information may be made public by JICA: (a) (b) (c) (d) (e) name of each Bidder who has submitted a Bid; Bid Prices as read out at Bid opening; name and address of the successful Bidder; name and address of supplier; and award date and amount of the Contract Until a formal Contract is prepared and executed, the notification of award shall constitute a binding Contract After the notification of award, unsuccessful Bidders may request, Page 33 of 197.

34 ITB-24 Section I. Instructions to Bidders in writing, to the Purchaser a debriefing seeking explanations on the grounds on which their Bids were not selected. The Purchaser shall promptly respond, in writing, to any unsuccessful Bidders who, after the notification of award in accordance with ITB 42.1, request a debriefing. 43. Signing of Contract 43.1 Promptly upon notification, the Purchaser shall send the successful Bidder the Contract Agreement Within twenty-eight (28) days of receipt of the Agreement, the successful Bidder shall sign, date, and return it to the Purchaser Notwithstanding ITB 43.2 above, in case signing of the Contract Agreement is prevented by any export restrictions attributable to the Purchaser, to the country of the Purchaser, or to the use of the products/goods, systems or services to be supplied, where such export restrictions arise from trade regulations from a country supplying those products/goods, systems or services, the Bidder shall not be bound by its Bid. 44. Performance Security 44.1 Within twenty-eight (28) days of the receipt of notification of award from the Purchaser, the successful Bidder, if required, shall furnish the Performance Security in accordance with the General Conditions of Contract, using for that purpose the Performance Security Form included in Section IX Contract forms, or another form acceptable to the Purchaser. If the Performance Security furnished by the successful Bidder is in the form of a bond, it shall be issued by a bonding or insurance company that has been determined by the successful Bidder to be acceptable to the Purchaser. A foreign institution providing a bond shall have a correspondent financial institution located in the Purchaser s Country Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security. In that event the Purchaser may award the Contract to the next lowest evaluated Bidder, whose offer is substantially responsive and is determined by the Purchaser to be qualified to perform the Contract satisfactorily. Page 34 of 197.

35 Section II. Bid Data Sheet Section II. Bid Data Sheet Page 35 of 197.

36 Page 36 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

37 Section II. Bid Data Sheet BDS-1 Bid Data Sheet A. General ITB 1.1 ITB 1.1 ITB 1.1 ITB 2.1 ITB 2.1 ITB 2.1 ITB 2.2 ITB 3.1(c) The number of the Invitation for Bids is: CMRL/CON/ASTO-06/2017 The Purchaser is: Chennai Metro Rail Limited The name, identification and number of the lot(s) (contract(s)) comprising this ICB is: Supply of Turnouts for UIC60 Rails in Ballastless Track for Chennai Metro Rail Project Phase-1 Extension under Tender ASTO-06 The Borrower is: Government of India The number of the Loan Agreement is: ID-P258 The signed date of the Loan Agreement is: 31 March, 2017 The name of the Project is: Chennai Metro Rail Project Phase-1 Extension The applicable Guidelines for Procurement under Japanese ODA Loans are those published in: April 2012 A list of debarred firms and individuals is available at the World Bank s website: B. Contents of Bidding Documents ITB 7.1 ITB 7.1 For clarification purposes only, the Purchaser s address is: Attention: General Manager (Track & Elevated) Street Address: Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, Koyambedu Chennai PIN Code: Country: India Telephone: No Telephonic/Fax Clarification on tender is permitted Electronic mail address: gmte@cmrl.in Responses to any request for clarification, if any, will be published on the Purchaser s web page indicated below. Web page: Page 37 of 197.

38 BDS-2 Section II. Bid Data Sheet ITB 8.2 Addenda, if any, will be published on the Purchaser s web page. C. Preparation of Bids ITB 10.1 The language of the Bid is: English ITB 11.1 (k) ITB 14.8 (a)(iii) and (b)(ii) ITB 14.8 (b)(i) ITB 15.1 ITB 18.3 ITB 19.1 (a) ITB 19.1 (b) ITB 20.1 ITB 20.3(a) The Bidder shall submit with its Bid the following additional documents: None Final destination (Project Site) : Chennai as per the directions of CMRL Place of destination: Chennai The currency(ies) of the Bid shall be as follows: (a) Goods supplied from outside the Purchaser s Country shall be quoted entirely in: Indian Rupees (INR) or Japanese Yen (JPY) or US Dollar (USD) or Euro (b) Goods supplied from within the Purchaser s Country shall be quoted in the currency of the Purchaser s Country: Indian Rupees (INR). (c) Related Services, other than inland transportation and other services required to convey the Goods to their final destination, shall be quoted in either foreign and/or local currency, depending upon the currency in which the costs are to be incurred. (d) Other Associated Works, including area development for stacking and performing Watch and Ward in: Indian Rupees. Period of time the Goods are expected to be functioning (for the purpose of spare parts): Two years Manufacturer s Authorization is: required The Bidder is not required to be represented by an agent in the country equipped and able to carry out the Supplier s maintenance, repair and spare parts-stocking obligations. The Bid validity period shall be 180 days. The Bid Price shall be adjusted by the following factor: Not Applicable. Page 38 of 197.

39 Section II. Bid Data Sheet BDS-3 ITB 20.3(b) The fixed portion of the Bid Price shall be adjusted by the following factor: Not Applicable. ITB 21.1 The amount of the Bid Security shall be: INR 32,76,491/- or USD 50,738 by a Bank Guarantee from a public-sector bank (PSU) or a scheduled commercial bank based in India ITB 21.2(d) ITB 22.1 ITB 22.2 Other types of acceptable securities: Demand Draft in favour of Chennai Metro Rail Limited payable at Chennai In addition to the original of the Bid, the number of copies is: One The written confirmation of authorization to sign on behalf of the Bidder shall consist of: Power of Attorney authorizing the signatory of the bid issued through a resolution by Company's Board of Directors and bearing the signature of both the authorizing as well as authorized persons D. Submission and Opening of Bids ITB 24.1 ITB 27.1 For Bid submission purposes only, the Purchaser s address is: [same as that specified under provision ITB 7.1 for clarifications.] Attention: General Manager (Track & Elevated) Street Address: Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, Koyambedu Chennai PIN Code: Country: India Telephone: The deadline for Bid submission is: Date: 09 January 2018 Time: hrs. The Bid opening shall take place at: Street Address: Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, Koyambedu Chennai , India Date: 09 January 2018 Time: hrs. Page 39 of 197.

40 BDS-4 Section II. Bid Data Sheet E. Evaluation and Comparison of Bids ITB 36.1 The currency that shall be used for Bid evaluation and comparison purposes to convert all Bid Prices expressed in various currencies into a single currency is: Indian Rupees (INR) The source of exchange rate shall be: Reserve Bank of India The date for the exchange rate shall be 28 days prior to the date for Bid opening F. Award of Contract ITB 41.1 The maximum percentage by which quantities may be increased is: 25% at the same rate, terms and conditions The maximum percentage by which quantities may be decreased is: 25% at the same rate, terms and conditions Page 40 of 197.

41 Section III. Evaluation and Qualification Criteria Section III. Evaluation and Qualification Criteria Notes on Evaluation and Qualification Criteria This Section contains all the criteria that the Purchaser shall use to evaluate Bids and qualify Bidders. In accordance with ITB 32 and ITB 37, no other factors, methods or criteria shall be used. The Bidder shall provide all the information requested in the forms included in Section IV, Bidding Forms. Page 41 of 197.

42 Page 42 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

43 Section III. Evaluation and Qualification Criteria EQC-1 Evaluation and Qualification Criteria 1. Evaluation Criteria 1.1 Other Factors (ITB 37.6) (a) Delivery schedule. (as per Incoterms specified in ITB 14.7) The Goods specified in the List of Goods are required to be delivered within the acceptable time range (after the earliest and before the final date, both dates inclusive) specified in Section VI, List of Goods and Delivery Schedule. No credit will be given to deliveries before the earliest date, and Bids offering delivery after the final date shall be treated as non-responsive. (b) Bid Capacity Criteria The bid capacity criteria given below shall be considered in addition to the Bid Price quoted. The bidder will be qualified only if their available bid capacity is more than INR 38 Crores. Available bid capacity will be calculated based on the following formula: Available Bid Capacity = 2*A*N B Where, A = Maximum of the value of supplies executed in any one year during the last five financial years (updated to 30 March 2017 price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year). N = No. of years prescribed for completion of the work B = Value of existing commitments (as on 30 March 2017) for on-going construction works during period of 12 months w.e.f. 01 April 2017, Notes: a) The financial data in the prescribed format shall be certified by the Chartered Accountant with his stamp and signature in original. Value of existing commitments for on-going construction works shall be certified by the Chartered Accountant with his stamp and signature. b) In case of a JV, the above formula will be applied to each member to the extent of his proposed participation in the execution of the work. If the proposed % is not provided, equal participation will be assumed. The tender submission of tenderers, who do not qualify the minimum eligibility criteria & bid capacity criteria stipulated in the above clauses, shall not be Page 43 of 197.

44 Section III. Evaluation and Qualification Criteria EQC-2 considered for further evaluation and therefore rejected. The mere fact that the tenderer is qualified as mentioned in clauses above shall not imply that his bid shall automatically be accepted. 2. Qualification (ITB 32) (i) Exchange Rate for Qualification Criteria Wherever a Form in Section IV, Bidding Forms, requires a Bidder to state a monetary amount, Bidders should indicate the INR equivalent using the rate of exchange determined as follows: (a) (b) For turnover or financial data required for each year - Exchange rate prevailing on the last day of the respective calendar year. Value of single Contract - Exchange rate prevailing on the date of the Contract. Exchange rates shall be taken from the publicly available source identified in BDS 36.1 or, in case such rates are not available in the source identified above, any other publicly available source acceptable to the Purchaser. Any error in determining the exchange rates may be corrected by the Purchaser. Page 44 of 197.

45 Section III. Evaluation and Qualification Criteria EQC-3 No. Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) Factor/ Sub-Factor Requirement 2.1. Eligibility Nationality Nationality in accordance with ITB Conflict of Interest No conflicts of interest in ITB JICA Ineligibility Not having been declared ineligible by JICA, as described in ITB 4.4 Single Entity Must meet requirement Must meet requirement Must meet requirement All Parties Combined N/A N/A N/A Each Member Must meet requirement Must meet requirement Must meet requirement One Member Submission Requirements N/A Forms ELI 1 and 2, with attachments N/A Letter of Bid N/A Letter of Bid Form ACK Page 45 of 197.

46 EQC-4 Section III. Evaluation and Qualification Criteria No. Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) Factor/ Sub-Factor Requirement 2.2. Historical Contract Non-Performance History of Non- Performing Contracts Pending Litigation Litigation History Non-performance of a contract (i) did not occur as a result of supplier s default since 1 st January All pending litigation shall in total not represent more than 50 % of the Bidder s net worth and shall be treated as resolved against the Bidder. No consistent history of court/ arbitral award decisions against the Bidder (iii) since 1 st January 2013 Single Entity Must meet requirement (ii) Must meet requirement (ii) Must meet requirement (ii) Notes for the Bidder (i) Non-performance, as decided by the Purchaser, shall include all contracts (ii) All Parties Combined N/A N/A N/A Each Member Must meet requirement (ii) Must meet requirement (ii) Must meet requirement (ii) One Member N/A N/A N/A Submission Requirements Form CON Form CON Form CON (a) where non-performance was not challenged by the supplier, including through referral to the dispute resolution mechanism under the respective contract, and (b) that were so challenged but fully settled against the supplier. Non-performance shall not include contracts where Purchaser's decision was overruled by the dispute resolution mechanism. Non-performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the Bidder have been exhausted. This requirement also applies to contracts executed by the Bidder as a JV member. (iii) The Bidder shall provide accurate information on the related Bidding Form about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last five (5) years. A consistent history of awards against the Bidder or any member of a joint venture may result in failure of the Bid. Page 46 of 197.

47 Section III. Evaluation and Qualification Criteria EQC-5 No. Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) Factor/ Sub-Factor 2.3. Financial Situation Financial Performance Requirement The audited balance sheets or, if not required by the laws of the Bidder s country, other financial statements acceptable to the Purchaser, for the last 5 years shall be submitted and must demonstrate the current soundness of the Bidder s financial position and indicate its prospective long-term profitability. As the minimum requirement, a Bidder s net worth calculated as the difference between total assets and total liabilities should be positive at the least in 2 of the last 5 audited financial years. Single Entity Must meet requirement All Parties Combined N/A Each Member Must meet requirement One Member Submission Requirements N/A Form FIN 1 with attachments Average Annual Turnover Minimum average annual turnover of INR 5.8 Crores, calculated as total certified payments received for contracts in progress and/ or completed, within the last 5 years, divided by 5 years. Must meet requirement Must meet requirement Must meet 25% of the requirement Must meet 40% of the requirement Form FIN 2 Page 47 of 197.

48 EQC-6 Section III. Evaluation and Qualification Criteria No. Factor/ Sub-Factor Financial Resources Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) Requirement (i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the cash flow requirements estimated as INR 20 Crores for the subject contract(s) net of the Bidders other commitments. Single Entity Must meet requirement All Parties Combined Must meet requirement Each Member Must meet 25% of the requirement One Member Must meet 40% of the requirement Submission Requirements Form FIR 1 (ii) The Bidders shall also demonstrate, to the satisfaction of the Purchaser, that it has adequate sources of finance to meet the cash flow requirements on contract currently in execution and for future contract commitments. Must meet requirement Must meet requirement N/A N/A Form FIR 1 and FIR 2 Page 48 of 197.

49 Section III. Evaluation and Qualification Criteria EQC-7 No. Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) Factor/ Sub-Factor 2.4. Experience General Experience Specific Experience Requirement Experience under supply contracts in the role of prime supplier (single entity or JV member) or subcontractor for at least the last five years, starting 1 st January For supply contracts completed as a prime supplier (single entity or JV member) (i) between 1 st January 2013 and the Bid submission deadline, a minimum supply of the following (i) Single similar work i.e., supply of turnouts for ballastless track suitable for plinth track and slab track having contract value INR 15.5 Crore or more (or) (ii) Two similar work i.e., supply of turnouts for ballastless track suitable for plinth track and slab track having contract value INR 9.7 Crore each or more (or) (iii) Three similar work i.e., supply of turnouts for ballastless track suitable for plinth track and slab track having contract value INR 7.8 Crore each or more Single Entity Must meet requirement Must meet requirement All Parties Combined N/A Must meet requirement Each Member Must meet requirement One Member Submission Requirements N/A Form EXP 1 N/A N/A Form EXP 2 Page 49 of 197.

50 EQC-8 Section III. Evaluation and Qualification Criteria Production and Sales of Goods offered A minimum quantity of 100 sets of turnouts system for ballastless track suitable for plinth track and slab track have been supplied between 1 st January 2010 and the Bid submission deadline and 50% of the supply should have been to countries outside the country of production. Must meet requirement (can be a subcontractor) (iii) Must meet requirement (can be a subcontractor) (iii) N/A N/A Form EXP 3 Notes for the Bidder (i) For contracts under which the Bidder participated as a JV member, only the Bidder s share, by capacity, shall be considered to meet this requirement. (ii) The similar capacity shall be based on the characteristics described in Section VI, Schedule of Requirement. (iii) Such a subcontractor shall be named in the Contract. Page 50 of 197.

51 Section IV. Bidding Forms Section IV. Bidding Forms Notes on Bidding Forms The Purchaser shall include in the Bidding Documents all Bidding Forms that the Bidder shall fill out and include in its Bid. As specified in this Section, these forms are the Letter of Bid, the Bid Security, Price Schedules and the Bidder s Qualification Information Forms. Page 51 of 197.

52 Page 52 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

53 Section IV. Bidding Forms BF-1 Table of Forms Letter of Bid... 2 Price Schedule: Goods Supplied from outside the Purchaser s Country... 6 Price Schedule: Goods Supplied from within the Purchaser s Country Price and Delivery Schedule - Related Services Form MAN Manufacturer s Authorization Form ELI - 1: Bidder Information Form ELI - 2: Bidder s Party Information Form CON: Historical Contract Non-Performance Form FIN - 1: Financial Situation Form FIN - 2: Average Annual Turnover Form FIR - 1: Financial Resources Form FIR - 2: Current Contract Commitments Form EXP - 2: Specific Experience Form EXP - 3: Production and Sales of Goods offered Form ACK Acknowledgement of Compliance with the Guidelines for Procurement under Japanese ODA Loans... Error! Bookmark not defined. Form of Bid Security (Bank Guarantee) Form of Bid Security (Bid Bond)... Error! Bookmark not defined. Page 53 of 197.

54 Page 54 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

55 BF-2 Section IV. Bidding Forms Letter of Bid Date: [insert date of Bid Submission] Loan Agreement No.: ID-P258 IFB No.: ASTO-06 Alternative No.: [insert identification No. if this is a Bid for an alternative] To: Chennai Metro Rail Limited We, the undersigned, declare that: (a) (b) (c) We have examined and have no reservations to the Bidding Documents, including Addenda No. in accordance with Instructions to Bidders (ITB 8): [insert the number and issuing date of each Addendum]; We, including any subcontractors/suppliers for any part of the Contract, meet the eligibility requirements in accordance with ITB 4 and ITB 5; We, including any subcontractors/suppliers for any part of the Contract, have no conflict of interest in accordance with ITB 4; (d) We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods and Related Services i.e., supply of Turnouts for UIC-60 Rails in Ballastless Track; (e) (f) The total price of our Bid, excluding any discounts offered in item (f) below, is: [Insert the total Bid Price in words and figures, indicating the various amounts and the respective currencies]; The discounts offered and the methodology for their application are: The discounts offered are: [specify in detail each discount offered] The exact method of calculations to determine the net price after application of discounts is shown below: [specify in detail the method that shall be used to apply the discounts. Discounts shall be applied to the price excluding GST, Customs Duty and other import taxes]; (g) Our Bid shall be valid for a period of [specify the number of calendar days] days from the date fixed for the Bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; Page 55 of 197.

56 Section IV. Bidding Forms BF-3 (h) (i) (j) (k) (l) (m) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the Bidding Documents; We are not participating, as a Bidder or as a subcontractor/supplier, in more than one Bid in this bidding process in accordance with ITB 4.2(c), other than alternative Bids submitted in accordance with ITB 13; We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed; We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that you may receive; and We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in any type of fraud and corruption. We understand that the evaluation and comparison of bids shall be as follows (i) Bidders will be required to state in their bids the CIP (place of destination) price for imported goods or the EXW (ex works, ex factory, or off-shelf) price plus cost of inland transportation and insurance to the place of destination for other goods offered in the bid; (ii) Customs duties and other import taxes levied in connection with the importation or sales and similar taxes levied in connection with the sale or delivery of goods pursuant to a bid shall not be taken into account in the evaluation of that bid; and (iii) The cost of inland freight and other expenditures incidental to the transportation and delivery of the goods to the place of their use or installation for the purposes of the project shall be included Name of the Bidder*[insert complete name of the Bidder] Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name of person duly authorized to sign the Bid] Title of the person signing the Bid [insert complete title of the person signing the Bid] Signature of the person named above [insert signature of person whose name and capacity are shown above] Date signed [insert date of signing] day of [insert month], [insert year] Page 56 of 197.

57 BF-4 Section IV. Bidding Forms *: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder **: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the Bid. Page 57 of 197.

58 Page 58 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

59 Section IV. Bidding Forms BF-5 Price Schedule Forms Notes on Price Schedule Forms The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated. The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by the Purchaser in the Schedule of Requirements. Page 59 of 197.

60 Page 60 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

61 Section IV. Bidding Forms BF-6 PSF-1: Goods Supplied from outside the Purchaser s Country Currencies in accordance with ITB 15.1 Date: IFB No: Line Item No Alternative No: Page No of Description of Goods Country of Quantity and Origin physical unit Delivery date as defined by Incoterms Unit price CIP (Chennai) in accordance with ITB 14.8(b)(i) CIP Price per line item (Col. 5 6) Price per line item for inland transportation and other services required in the Purchaser s Country to convey the Goods to their final destination specified in BDS Total Price per line item (Col. 7+8) Developing, Designing of Standard Gauge turnouts with UIC 60 Rails A.A - 1.( a) A.A - 1.( b) A.A - 1.(c) A.A - 1.(d) A.A - 1.(e) 1 in 7 turnout, 190 m Radius (ballastless) 1 1 in 7 turnout, 140 m Radius (ballastless) 1 1 in 9 turnout, 300 m Radius (ballastless) 1 1 in 9 turnout, 190 m Radius (ballastless) 1 1 in 5 turnout, 100 m Radius (ballastless) 1 A.A - 1.(f) 1 in 7 scissor crossing assembly, 190 m Radius (ballastless) 1 Page 61 of 197.

62 Section IV. Bidding Forms BF-7 A.A - 1.(g) A.A - 1.(h) 1 in 9 scissor crossing assembly, 190 m Radius (ballastless) 1 in 9 scissor crossing assembly, 300 m Radius (ballastless) 1 1 A.A - 1.(i) A.A - 1.(j) 1 in 9 Symmetrical Split, 190m Radius 1 1 in 7 derailing switch (ballastless) 1 Manufacturing and Supply of Standard Gauge Turnouts with UIC 60 rails as per drawings approved by purchaser A.B - 1.( a) A.B - 1.( b) A.B - 1.(c) A.B - 1.(d) A.B - 1.(e) 1 in 7 turnout, 190 m Radius (ballastless) 11 1 in 7 turnout, 140 m Radius (ballastless) 15 1 in 9 turnout, 300 m Radius (ballastless) 23 1 in 9 turnout, 190 m Radius (ballastless) 6 1 in 5 turnout, 100 m Radius (ballastless) 1 A.B - 1.(f) 1 in 7 scissor crossing assembly, 190 m Radius (ballastless) 1 Page 62 of 197.

63 BF-8 Section IV. Bidding Forms A.B - 1.(g) A.B - 1.(h) 1 in 9 scissor crossing assembly, 190 m Radius (ballastless) 1 in 9 scissor crossing assembly, 300 m Radius (ballastless) 1 1 A.B - 1.(i) A.B - 1.(j) 1 in 9 Symmetrical Split, 190m Radius 1 1 in 7 derailing switch (ballastless) 7 Total Price Note: For item A.A-1(e), A.A-1(f), A.A-1(g), A.A-1(h) and A.A-1(i), existing design with CMRL shall be followed. These items are optional only and may or may not be operated by CMRL. No variation is payable for these items. Name of Bidder Signature of Bidder Date Page 63 of 197.

64 Section IV. Bidding Forms BF-9 PSF-2: Goods Supplied from within the Purchaser s Country Purchaser s Country: India Date: IFB No: Alternative No: Page No of Description of Goods Delivery date as Quantity and Unit price defined by physical unit EXW Incoterms Line Item No Total EXW price per line item (Col. 4 5) Price per line item for inland transportation and other services required in the Purchaser s Country to convey the Goods to their final destination GST and other taxes payable per line item if Contract is awarded (in accordance with ITB 14.8(a)(ii) Total Price per line item (Col. 6+7) Developing, Designing of Standard Gauge turnouts with UIC 60 Rails B.A - 1.( a) B.A - 1.( b) B.A - 1.(c) B.A - 1.(d) B.A - 1.(e) 1 in 7 turnout, 190 m Radius (ballastless) 1 1 in 7 turnout, 140 m Radius (ballastless) 1 1 in 9 turnout, 300 m Radius (ballastless) 1 1 in 9 turnout, 190 m Radius (ballastless) 1 1 in 5 turnout, 100 m Radius (ballastless) 1 B.A - 1.(f) 1 in 7 scissor crossing assembly, 190 m Radius (ballastless) 1 Page 64 of 197.

65 BF-10 Section IV. Bidding Forms B.A - 1.(g) B.A - 1.(h) 1 in 9 scissor crossing assembly, 190 m Radius (ballastless) 1 in 9 scissor crossing assembly, 300 m Radius (ballastless) 1 1 B.A - 1.(i) B.A - 1.(j) 1 in 9 Symmetrical Split, 190m Radius 1 1 in 7 derailing switch (ballastless) 1 Manufacturing and Supply of Standard Gauge Turnouts with UIC 60 rails as per drawings approved by purchaser B.B - 1.( a) B.B - 1.( b) B.B - 1.(c) B.B - 1.(d) B.B - 1.(e) 1 in 7 turnout, 190 m Radius (ballastless) 11 1 in 7 turnout, 140 m Radius (ballastless) 15 1 in 9 turnout, 300 m Radius (ballastless) 23 1 in 9 turnout, 190 m Radius (ballastless) 6 1 in 5 turnout, 100 m Radius (ballastless) 1 B.B - 1.(f) 1 in 7 scissor crossing assembly, 190 m Radius (ballastless) 1 Page 65 of 197.

66 Section IV. Bidding Forms BF-11 B.B - 1.(g) B.B - 1.(h) 1 in 9 scissor crossing assembly, 190 m Radius (ballastless) 1 in 9 scissor crossing assembly, 300 m Radius (ballastless) 1 1 B.B - 1.(i) B.B - 1.(j) 1 in 9 Symmetrical Split, 190m Radius 1 1 in 7 derailing switch (ballastless) 7 Total Price Note: For item B.A-1(e), B.A-1(f), B.A-1(g), B.A-1(h) and B.A-1(i), existing design with CMRL shall be followed. These items are optional only and may or may not be operated by CMRL. No variation is payable for these items. Name of Bidder Signature of Bidder Date Page 66 of 197.

67 BF-12 Section IV. Bidding Forms PSF-3: Price and Delivery Schedule Related Services Currencies in accordance with ITB 15.1 Date: IFB No: Alternative No: Page No of Service Description of Services (excludes inland transportation Country of Delivery date at place Quantity and physical unit Unit price Total Price per Service No and other services required in the Purchaser s Country Origin of final destination (Col. 5 6 or estimate) to convey the Goods to their final destination) Foreign currency Local currency Foreign currency Local currency [insert [insert description of Services] [insert country [insert delivery date at [insert number of units to be [insert unit [insert unit [insert total [insert total number of of origin of the place of final supplied and name of the price per price per price per price per the Services] destination per Service] physical unit] item] item] item] item] Service] C1 Clearance of imported Standard Gauge Turnouts with UIC 60 rails as per drawings approved by purchaser C1.B - 1 in 7 turnout, 190 m Radius (ballastless) 1.( a) 11 C1.B - 1 in 7 turnout, 140 m Radius (ballastless) 1.( b) 15 C1.B - 1 in 9 turnout, 300 m Radius (ballastless) 1.(c) 23 C1.B - 1 in 9 turnout, 190 m Radius (ballastless) 1.(d) 6 C1.B - 1 in 5 turnout, 100 m Radius (ballastless) 1.(e) C1.B - 1.(f) C1.B - 1.(g) 1 in 7 scissor crossing assembly, 190 m Radius (ballastless) 1 in 9 scissor crossing assembly, 190 m Radius (ballastless) Page 67 of 197.

68 Section IV. Bidding Forms BF-13 C1.B - 1.(h) C1.B - 1.(i) C1.B - 1.(j) C2 C2.B - 1.( a) C2.B - 1.( b) C2.B - 1.(c) C2.B - 1.(d) C2.B - 1.(e) C2.B - 1.(f) C2.B - 1.(g) C2.B - 1.(h) C2.B - 1.(i) C2.B - 1.(j) 1 in 9 scissor crossing assembly, 300 m Radius (ballastless) 1 1 in 9 Symmetrical Split, 190m Radius 1 1 in 7 derailing switch (ballastless) 7 Transportation of imported Standard Gauge Turnouts with UIC 60 rails as per drawings approved by purchaser 1 in 7 turnout, 190 m Radius (ballastless) 11 1 in 7 turnout, 140 m Radius (ballastless) 15 1 in 9 turnout, 300 m Radius (ballastless) 23 1 in 9 turnout, 190 m Radius (ballastless) 6 1 in 5 turnout, 100 m Radius (ballastless) 1 1 in 7 scissor crossing assembly, 190 m Radius (ballastless) 1 1 in 9 scissor crossing assembly, 190 m Radius (ballastless) 1 1 in 9 scissor crossing assembly, 300 m Radius (ballastless) 1 1 in 9 Symmetrical Split, 190m Radius 1 1 in 7 derailing switch (ballastless) 7 Total Price Name of Bidder Signature of Bidder Date Page 68 of 197.

69 BF-14 Section IV. Bidding Forms PSF-4: Other Associated Works Currencies in accordance with ITB 15.1 Date: IFB No.: Alternative No. Page No. of Item No D Description of Works Quantity unit Unit Rate Developing area for Stacking of Turnouts (Including Watch and Ward of the same till the supplied material is handed over to the Installation Contractor) in the Designated location and after handing over dismantling the same to restore to the original condition 1 LS Total price (Col. 3 5) GST and other taxes payable per line item Total Amount (Col 6+7) Total Amount Name of Bidder Signature of Bidder Date Page 69 of 197.

70 Form MAN Manufacturer s Authorization [The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer. The Bidder shall include it in its Bid, if so indicated in BDS 19.1(a).] To: [insert complete name of Purchaser] WHEREAS Date: [insert date of Bid Submission] IFB No.: [insert number] We [insert complete name of Manufacturer or Manufacturer s authorized agent], who are official manufacturers of [insert type of goods manufactured], having factories at [insert full address of Manufacturer s factories], do hereby authorize [insert complete name of Bidder] to submit a Bid the purpose of which is to provide the following goods, manufactured by us, i.e., supply of Turnouts for UIC60 Rails in Ballastless Track, and to subsequently negotiate and sign the Contract. We hereby extend our full guarantee and warranty in accordance with Clause 26, Warranty, of the General Conditions of Contract, with respect to the goods offered by the above firm. Name: [insert complete name of person signing the Authorization] In the capacity of [insert legal capacity of person signing the Authorization] Signed: [insert signature of person whose name and capacity are shown above] Duly authorized to sign the Authorization for and on behalf of: [insert complete name of Manufacture] Dated on day of, [insert date of signing] Page 70 of 197.

71 20 Invitation for Bids Form ELI - 1: Bidder Information [The Bidder shall provide the following information.] 1. Bidder s legal name: [insert full name] Date: [insert day, month and year] IFB No.: ASTO-06 Page [insert page number] of [insert total number] pages 2. In case of JV, legal name of the representative member and of each member: [insert full name of each member in the JV and specify the representative member] 3. Bidder s actual or intended country of registration: [insert country of registration] 4. Bidder s actual or intended year of incorporation: [insert year of incorporation] 5. Bidder s legal address in country of registration: [insert street/number/town or city/country] 6. Bidder s authorized representative information Name: [insert full name] Address: [insert street/number/town or city/country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] Address: [insert address] 7. Attached are copies of original documents of: Articles of Incorporation (or equivalent documents of constitution or association), and/or documents of registration of legal entity named above, in accordance with ITB 4.3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB Included are the organizational chart, a list of Board of Directors, and the beneficial ownership. Page 71 of 197.

72 Section IV. Bidding Forms Form ELI - 2: Bidder s Party Information Date: [insert day, month and year] IFB No.: [insert number] Page [insert page number] of [insert total number] pages [The following form is additional to Form ELI-1, and shall be completed to provide information relating to each JV member (in case the Bidder is a JV) as well as any subcontractors/suppliers proposed to be used by the Bidder for any part of the Contract resulting from this process.] 1. Bidder s legal name: [insert full name] 2. Bidder s Party legal name: [insert full name of Bidder s Party] 3. Bidder s Party country of registration: [insert country of registration] 4. Bidder s Party year of incorporation: [insert year of incorporation] 5. Bidder s Party legal address in country of registration: [insert street/number/town or city/country] 6. Bidder s Party authorized representative information Name: [insert full name] Address: [insert street/number/town or city/country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] Address: [insert address] 7. Attached are copies of original documents of: Articles of Incorporation or Registration of firm named in 2, above, in accordance with ITB Included are the organizational chart, a list of Board of Directors, and the beneficial ownership. Page 72 of 197.

73 22 Invitation for Bids Form CON: Historical Contract Non-Performance [The following table shall be filled in for the Bidder and for each member of a JV.] Date: [insert day, month, year] Bidder s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages 1. History of Non-Performing Contracts Non-Performing Contracts Contract non-performance did not occur since 1 st January [insert year], in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor Contract(s) not performed since 1 st January [insert year], in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor is(are) indicated below: Year [insert year] Non-performed portion of Contract [insert amount and percentage] Contract Identification Contract Identification: [indicate complete contract name, number, and any other identification] Name of Purchaser: [insert full name] Address of Purchaser: [insert street/city/country] Reason(s) for non-performance: [indicate main reason(s)] Total Contract Amount (current value, currency, exchange rate and INR equivalent) [insert amount] Page 73 of 197.

74 Section IV. Bidding Forms 2. Pending Litigation Pending Litigation No pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor Pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub- Factor is indicated below: Year of dispute [insert year] Amount in dispute (currency) [insert amount] Outcome as Percentage of Net Worth [insert percentage] Contract Identification Contract Identification: [indicate complete contract name, number, and any other identification] Name of Purchaser: [insert full name] Address of Purchaser: [insert street/ city/ country] Matter in dispute: [indicate main issues in dispute] Status of dispute: [indicate if it is being treated under Arbitration or being dealt with by the Judiciary] Total Contract Amount (current value, currency, exchange rate and INR equivalent) [insert amount] Page 74 of 197.

75 24 Invitation for Bids 3. Litigation History Litigation History No court/arbitral award decisions against the Bidder since 1 st January [insert year], in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor Court/arbitral award decisions against the Bidder since 1 st January [insert year], in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor are indicated below: Year of award Contract Identification Total Contract Amount (current value, currency, exchange rate and [insert year] Contract Identification: [indicate complete Contract name, number, and any other identification Name of Purchaser: [insert full name] Address of Purchaser: [insert street/city/country] Matter in dispute: [indicate main issues in dispute] Party who initiated the dispute: [indicate Purchaser or Supplier ] Status of dispute: [indicate if it is being treated by under Arbitration or being dealt with by the Judiciary] INR equivalent) [insert amount] Page 75 of 197.

76 Section IV. Bidding Forms Form FIN - 1: Financial Situation [The following table shall be filled in for the Bidder and for each member of a JV.] Date: [insert day, month, year] Bidder s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages 1. Financial data Type of Financial information in (currency) Historic information for previous Five years (amount, currency, exchange rate, INR equivalent) Total Assets (TA) Year 1 Year 2 Year 3 Year 4 Year 5 Statement of Financial Position (Information from Balance Sheet) Total Liabilities (TL) Net Worth (NW) Current Assets (CA) Current Liabilities (CL) Total Revenue (TR) Information from Income Statement Profits Before Taxes (PBT) Profits After Taxes (PAT) Page 76 of 197.

77 26 Invitation for Bids 2. Financial documents The Bidder and its Parties shall provide copies of the financial statements for five years pursuant to Section III, Evaluation and Qualification Criteria, Sub-factor The financial statements shall: (a) reflect the financial situation of the Bidder or in case of JV member, of each member, and not an affiliated entity (such as parent company or group member). (b) be independently audited or certified in accordance with local legislation. (c) be complete, including all notes to the financial statements. (d) correspond to accounting periods already completed and audited. Attached are copies of financial statements 1 for the five years required above; and complying with the requirements. 1 If the most recent set of financial statements is for a period earlier than twelve (12) months from the date of Bid, the reason for this should be justified. Page 77 of 197.

78 Section IV. Bidding Forms Form FIN - 2: Average Annual Turnover [The following table shall be filled in for the Bidder and for each member of a JV.] Date: [insert day, month, year] Bidder s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages Annual Turnover Data Year Amount and Currency Exchange rate INR equivalent [indicate year] [insert amount and indicate currency] [insert applicable exchange rate] [insert amount in INR equivalent] Average Annual Turnover * * Total INR equivalent for all years divided by the total number of years, in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor Page 78 of 197.

79 28 Invitation for Bids Form FIR - 1: Financial Resources [The following table shall be filled in for the Bidder and for each member of a JV.] Date: [insert day, month, year] Bidder s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages [Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total cash flow demands of the subject Contract or Contracts as indicated in Section III, Evaluation and Qualification Criteria, Sub-Factor ] Financial Resources No. Source of financing Amount (INR equivalent) Page 79 of 197.

80 Section IV. Bidding Forms Form FIR - 2: Current Contract Commitments [The following table shall be filled in for the Bidder and for each member of a JV.] Date: [insert day, month, year] Bidder s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages [Bidders and each member of a JV should provide information on their current commitments on 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 an unqualified, full completion certificate has yet to be issued, in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor ] Current Contract Commitments No. Name of Contract Purchaser s Contact Address, Tel, Fax Value of Outstanding Work [Current INR equivalent] Estimated Completion Date Average Monthly Invoicing Over Last Six Months [INR/month)] Page 80 of 197.

81 30 Invitation for Bids Form EXP - 1: General Experience [The following table shall be filled in for the Bidder and for each member of a JV.] Date: [insert day, month, year] Bidder s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages [Identify contracts that demonstrate continuous supply over the past [number] years pursuant to Section III, Evaluation and Qualification Criteria, Sub-Factor List contracts chronologically, according to their commencement (starting) dates.] General Experience Starting Year Ending Year Contract Identification Role of Bidder [indicate year] [indicate year] Contract name: [insert full name] Brief description of the supply performed by the Bidder: [describe supply performed briefly] Amount of contract: [insert amount, currency, exchange rate and INR equivalent] [insert "Prime Supplier (Single entity or JV member) or "Subcontractor ] Name of Purchaser: [indicate full name] Address: [indicate street/number/town or city/country] Page 81 of 197.

82 Section IV. Bidding Forms Form EXP - 2: Specific Experience [The following table shall be filled in for contracts performed by the Bidder and by each member of a JV.] Date: [insert day, month, year] Bidder s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages [Fill out one (1) form per contract, in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor ] Item Contract Identification Contract of Similar Capacity Information [insert contract name and reference identification number, if applicable] Award Date [insert day, month, year, e.g., 15 June, 2015] Completion Date [insert day, month, year, e.g., 03 October, 2017] Role in Contract [check the appropriate box] Total Contract Amount Supply and/or Production Capacity performed under the contract per year or part of the year [insert extent of participation indicating actual capacity performed] Purchaser s Name: Address: Telephone/fax number Single entity [insert total contract amount and currency(ies)] Total capacity in the contract (i) [insert full name] Prime Supplier Percentage participation (ii) JV member USD [insert exchange rate and total contract amount in INR equivalent] [indicate street/ number/ town or city/ country] Actual capacity performed (i) (ii) [insert telephone/fax numbers, including country and city area codes] [insert address, if available] Page 82 of 197.

83 32 Invitation for Bids Form EXP - 3: Production and Sales of Goods offered [The following table shall be filled in for Goods offered by the Bidder, by each member of a JV and by a subcontractor.] Date: [insert day, month, year] Bidder s Legal Name: [insert full name] Joint Venture Party Legal Name: [insert full name] Subcontractor s Legal Name: [insert full name] IFB No.: [insert number] Page [insert page number] of [insert total number] pages [Specify years of production of Goods offered and the number of units of similar capacity that have been sold, between 1 st January [insert year] and the Bid submission deadline, in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor ] No. Description of Goods Information on Goods offered Years of Production Number of units of similar capacity that have been sold 1 [insert description of Good] [insert years] [insert number] 2 3 Page 83 of 197.

84 Section IV. Bidding Forms Form ACK Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loans A) I, [insert name and position of authorized signatory], being duly authorized by [insert name of Bidder/members of joint venture ( JV )] (hereinafter referred to as the Bidder ) to execute this Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loans, hereby certify on behalf of the Bidder and myself that all information provided in the Bid submitted by the Bidder for [insert Loan No and name of the Project] is true, correct and accurate to the best of the Bidder s and my knowledge and belief. I further certify, on behalf of the Bidder, that: (i) the Bid has been prepared and submitted in full compliance with the terms and conditions set forth in the Guidelines for Procurement under Japanese ODA Loans (hereinafter referred to as the Guidelines ); and (ii) the Bidder has not, directly or indirectly, taken any action which is or constitutes a corrupt, fraudulent, collusive or coercive act or practice in violation of the Guidelines and is not subject to any conflict of interest as stipulated in the relevant section of the Guidelines. <If debarment for more than one year by the World Bank Group is NOT imposed, use the following sentence B).> B) I certify that the Bidder has NOT been debarred by the World Bank Group for more than one year since the date of issuance of Invitation for Bids. 2 <If debarment for more than one year by the World Bank Group has been imposed BUT three (3) years have passed since the date of such debarment decision, use the following sentence B ).> B ) I certify that the Bidder has been debarred by the World Bank Group for a period more than one year BUT that on the date of issuance of Invitation for Bids at least three (3) years had passed since the date of such debarment decision. Details of the debarment are as follows: name of the debarred firm starting date of debarment ending date of debarment reason for debarment C) I certify that the Bidder will not enter into a subcontract with a firm which has been debarred by the World Bank Group for a period more than one year, unless on the date of the subcontract at least three (3) years have passed since the date of such debarment decision. Page 84 of 197.

85 34 Invitation for Bids D) I certify, on behalf of the Bidder, that if selected to undertake services in connection with the Contract, the Bidder shall carry out such services in continuing compliance with the terms and conditions of the Guidelines. E) I further certify, on behalf of the Bidder, that if the Bidder is requested, directly or indirectly, to engage in any corrupt or fraudulent action under any applicable law, such as the payment of a rebate, at any time during a process of public procurement, negotiations, execution or implementation of contract (including amendment thereof), the Bidder shall report all relevant facts regarding such request to the relevant section in JICA (details of which are specified below) in a timely manner. JICA s information desk on fraud and corruption (A report can be made to either of the offices identified below.) (1) JICA Headquarters: Legal Affairs Division, General Affairs Department URL: Tel: +81 (0) (2) JICA India office Tel: The Bidder acknowledges and agrees that the reporting obligation stated above shall NOT in any way affect the Bidder s responsibilities, obligations or rights, under relevant laws, regulations, contracts, guidelines or otherwise, to disclose or report such request or other information to any other person(s) or to take any other action, required to or allowed to, be taken by the Bidder. The Bidder further acknowledges and agrees that JICA is not involved in or responsible for the procurement process in any way. F) If any of the statements made herein is subsequently proven to be untrue or incorrect based on facts subsequently determined, or if any of the warranties or covenants made herein is not complied with, the Bidder will accept, comply with, and not object to any remedies taken by the Employer and any sanctions imposed by or actions taken by JICA. Authorized Signatory [Insert name of signatory; title] For and on behalf of [Insert name of the Bidder] Date: Page 85 of 197.

86 Section IV. Bidding Forms Form of Bid Security (Bank Guarantee) [Guarantor letterhead or SWIFT identifier code] Beneficiary: Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, Koyambedu, Chennai , India IFB No.: [Purchaser to insert number of Invitation for Bids] Date: [insert date of issue] BID GUARANTEE No.: [insert guarantee reference number] Guarantor: [insert name and address of place of issue, unless indicated in the letterhead] We have been informed that [name of the Bidder, which in the case of a joint venture shall be the name of the joint venture (whether legally constituted or prospective) or the names of all members thereof] (hereinafter called the Applicant ) has submitted or will submit to the Beneficiary its Bid (hereinafter called the Bid ) for the execution of [insert description of Contract] under Loan Agreement No. ID-P258. Furthermore, we understand that, according to the Beneficiary s conditions, Bids must be supported by a Bid guarantee. At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in words, (insert amount in figures)] upon receipt by us of the Beneficiary s complying demand, supported by the Beneficiary s statement, whether in the demand itself or a separate signed document accompanying or identifying the demand, stating that either the Applicant: (a) (b) has withdrawn its Bid during the period of Bid validity set forth in the Applicant s Letter of Bid (hereinafter called the Bid Validity Period ), or any extension thereto provided by the Applicant; or having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity Period or any extension thereto provided by the Applicant, (i) fails to execute the Contract Agreement; or (ii) fails to furnish the Performance Security in accordance with the Instructions to Bidders of the Beneficiary s Bidding Documents. This guarantee will expire and shall be returned to the Applicant: (a) if the Applicant is the successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Applicant and the Performance Security issued to the Beneficiary in relation to such Contract Agreement; or (b) if the Applicant is not the successful Bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary s notification to the Applicant of the results of the bidding process; or (ii) twenty-eight (28) days after the end of the Bid Validity Period. Page 86 of 197.

87 36 Invitation for Bids Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No [signature(s)] Page 87 of 197.

88 Section IV. Bidding Forms Undertaking for Unsuccessful Projects We (bidder/ JV) undertake that we have not abandoned any contract executed by us for a Government Metro Rail Corporation during the last 10 years and none of the contracts executed by us have been terminated by Government Metro Rail Corporation in the last 10 years (1 st January 2008 to 31 December 2017) Date: Stamp & Signature of authorized signatory of Tenderer Place:. NOTE: 1. In case of JV/Consortium, the undertaking shall be submitted by each member of the JV/ Consortium. 2. The undertaking shall be signed by authorized signatory of the tenderer or constituent member in case of JV/ Consortium. Page 88 of 197.

89 Page 89 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

90 38 Invitation for Bids Section V. Eligible Source Countries of Japanese ODA Loans All countries and areas Page 90 of 197.

91 Page 91 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

92 B I D D I N G D O C U M E N T S for Supply of Turnouts for UIC60 Rails in Ballastless Track for Chennai Metro Rail Project Phase-1 Extension under Contract ASTO-06 Part II Purchaser: Chennai Metro Rail Limited Country: India Project: Chennai Metro Rail Project Phase-1 Extension Loan No.: ID-P258 Page 92 of 197.

93 Page 93 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

94 Page 94 of 197. PART 2 Supply Requirements

95 Page 95 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

96 Section VI. Schedule of Requirements Notes for Preparing the Schedule of Requirements The Schedule of Requirements shall be included in the Bidding Documents by the Purchaser, and shall cover, at a minimum, a description of the Goods and Related Services to be supplied and the Delivery Schedules. The objective of the Schedule of Requirements is to provide sufficient information to enable Bidders to prepare their Bids efficiently and accurately, in particular, the Price Schedule, for which a form is provided in Section IV. In addition, the Schedule of Requirements, together with the Price Schedule, should serve as a basis in the event of quantity variation at the time of award of contract pursuant to ITB 41. The date or period for delivery should be carefully specified, taking into account (a) the implications of delivery terms stipulated in the Instructions to Bidders pursuant to the Incoterms rules (i.e., EXW, or CIF, CIP, FOB, FCA terms that delivery takes place when goods are delivered to the carriers), and (b) the date prescribed herein from which the Purchaser s delivery obligations start (i.e., notice of award, contract signature, opening or confirmation of the letter of credit). Page 96 of 197.

97 Page 97 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

98 Section VI. Schedule of Requirements SR-1 Table of Contents 1. List of Goods and Delivery Schedule List of Related Services and Delivery Schedule List of Other Associated Work Technical Specifications Drawings Inspections and Tests Attachments Page 98 of 197.

99 Page 99 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

100 Section VI. Schedule of Requirements SR-3 1. List of Goods and Delivery Schedule The Fasteners are required to be supplied in installments as per the following schedule: Line Item No Final Installment Section B 1.(a) 1.(b) 1.(c) 1.(d) 1.(e) 1.(f) 1.(g) 1.(h) 1.(i) 1.(j) Description of Goods Quantity Physical unit Final destination (Project Site) as specified in BDS Earliest delivery date Manufacturing and Supply of Standard Gauge Turnouts with UIC 60 rails as per drawings approved by purchaser 1 in 7 turnout, 190 m Radius Nos. Chennai CMRL Store (ballastless) 11 1 in 7 turnout, 140 m Radius Nos. Chennai CMRL Store (ballastless) 15 1 in 9 turnout, 300 m Radius Nos. Chennai CMRL Store (ballastless) 23 1 in 9 turnout, 190 m Radius Nos. Chennai CMRL Store (ballastless) 6 1 in 5 turnout, 100 m Radius Nos. Chennai CMRL Store (ballastless) 1 1 in 7 scissor crossing assembly, Nos. Chennai CMRL Store m Radius (ballastless) 1 1 in 9 scissor crossing assembly, Nos. Chennai CMRL Store m Radius (ballastless) 1 1 in 9 scissor crossing assembly, Nos. Chennai CMRL Store m Radius (ballastless) 1 1 in 9 Symmetrical Split, 190m Nos. Chennai CMRL Store Radius 1 1 in 7 derailing switch (ballastless) 7 Nos. Chennai CMRL Store Delivery (as per Incoterms) date Latest delivery date Bidder s offered delivery date [to be provided by the Bidder] Page 100 of 197.

101 SR-4 Section VI Schedule of Requirements NOTE i. Delivery allowance of (+) 1% and (-) Nil% of the total quantity supplied will be acceptable_ ii. No deviation in the last installment of the delivery schedule is acceptable. However, deviation in the delivery schedule may be accepted in an intermediate installment of delivery subject to it is being made upto the immediate next date of installment. iii. Each set shall comprise of parts as per the parts list given in the relevant drawings and specifications Page 101 of 197.

102 Section VI. Schedule of Requirements SR-5 2. Clearance and Transportation of Turnouts [This table shall be filled in by the Purchaser. The required delivery dates of Services should be realistic, and consistent with the required Goods delivery dates (as per Incoterms).] Item No Description of Service Quantity Physical unit Place where Services shall be delivered Final delivery date(s) of Services Section B Clearance of imported Standard Gauge Turnouts with UIC 60 rails as per drawings approved by purchaser 1.(a) 1 in 7 turnout, 190 m Radius (ballastless) 11 Nos. Stores in Chennai 1.(b) 1 in 7 turnout, 140 m Radius (ballastless) 15 Nos. Stores in Chennai 1.(c) 1 in 9 turnout, 300 m Radius (ballastless) 23 Nos. Stores in Chennai 1.(d) 1 in 9 turnout, 190 m Radius (ballastless) 6 Nos. Stores in Chennai 1.(e) 1 in 5 turnout, 100 m Radius (ballastless) 1 Nos. Stores in Chennai 1.(f) 1 in 7 scissor crossing assembly, 190 m Radius 1 Nos. Stores in 1.(g) (ballastless) 1 in 9 scissor crossing assembly, 190 m Radius (ballastless) Chennai 1 Nos. Stores in Chennai 6 Months from issue of LOA 6 Months from issue of LOA 6 Months from issue of LOA 6 Months from issue of LOA 6 Months from issue of LOA 6 Months from issue of LOA 6 Months from issue of LOA Page 102 of 197.

103 SR-6 Section VI Schedule of Requirements 1.(h) 1 in 9 scissor crossing assembly, 300 m Radius (ballastless) 1 Nos. Stores in Chennai 1.(i) 1 in 9 Symmetrical Split, 190m Radius 1 Nos. Stores in Chennai 1.(j) 1 in 7 derailing switch (ballastless) 7 Nos. Stores in Chennai 6 Months from issue of LOA 6 Months from issue of LOA 6 Months from issue of LOA Item No Description of Service Quantity Physical unit Place where Services shall be delivered Final delivery date(s) of Services Section B Transportation of imported Standard Gauge Turnouts with UIC 60 rails as per drawings approved by purchaser 1.(a) 1 in 7 turnout, 190 m Radius (ballastless) 11 Nos. Stores in 6 Months from issue of LOA Chennai 1.(b) 1 in 7 turnout, 140 m Radius (ballastless) 15 Nos. Stores in 6 Months from issue of LOA Chennai 1.(c) 1 in 9 turnout, 300 m Radius (ballastless) 23 Nos. Stores in 6 Months from issue of LOA Chennai 1.(d) 1 in 9 turnout, 190 m Radius (ballastless) 6 Nos. Stores in 6 Months from issue of LOA Chennai 1.(e) 1 in 5 turnout, 100 m Radius (ballastless) 1 Nos. Stores in 6 Months from issue of LOA 1.(f) 1 in 7 scissor crossing assembly, 190 m Radius (ballastless) Chennai 1 Nos. Stores in Chennai 6 Months from issue of LOA Page 103 of 197.

104 Section VI. Schedule of Requirements SR-7 1.(g) 1 in 9 scissor crossing assembly, 190 m Radius (ballastless) 1 Nos. Stores in Chennai 1.(h) 1 in 9 scissor crossing assembly, 300 m Radius 1 Nos. Stores in (ballastless) Chennai 1.(i) 1 in 9 Symmetrical Split, 190m Radius 1 Nos. Stores in Chennai 1.(j) 1 in 7 derailing switch (ballastless) 7 Nos. Stores in Chennai 6 Months from issue of LOA 6 Months from issue of LOA 6 Months from issue of LOA 6 Months from issue of LOA Name of the Bidder Signature of the Bidder Page 104 of 197.

105 SR-8 Section VI Schedule of Requirements 3. List of Other Associated Work [This table shall be filled in by the Purchaser. The required delivery dates of Services should be realistic, and consistent with the required Goods delivery dates (as per Incoterms).] Item No Description of Service Quantity Physical unit Place where Services Required Remarks 1 Developing area for Stacking of Turnouts (Including Watch and Ward of the same till the supplied material is handed over to the Installation Contractor) in the Designated location and after handing over dismantling the same to restore to the original condition. No Provision of Shed is needed for storage of Turnouts. Entire quantity of supply may not be stored at same location, but shall be within Chennai City Limit as per direction of the employer. 1 LS Stores in Chennai Area to be developed in order to provide proper stacking of Rails in accordance with RDSO norms before the receipt of turnouts at the port Name of the Bidder Signature of the Bidder Page 105 of 197.

106 Section VI. Schedule of Requirements SR-9 4. Technical Specifications Summary of Technical Specifications. The Goods and Related Services shall comply with following Technical Specifications and Standards: Item No [insert item No] Name of Goods or Related Service [insert name] Technical Specifications and Standards [insert TS and Standards] 1 Manufacturing and Supply of Standard Gauge Turnouts with UIC 60 rails as per drawings approved by purchaser 1 in 7 turnout, 190 m Radius (ballastless) 1 in 7 turnout, 140 m Radius (ballastless) 1 in 9 turnout, 300 m Radius (ballastless) 1 in 9 turnout, 190 m Radius (ballastless) 1 in 5 turnout, 100 m Radius (ballastless) 1 in 7 scissor crossing assembly, 190 m Radius (ballastless) 1 in 9 scissor crossing assembly, 190 m Radius (ballastless) 1 in 9 scissor crossing assembly, 300 m Radius (ballastless) 1 in 9 Symmetrical Split, 190m Radius 1 in 7 derailing switch (ballastless) 2 Developing area for Stacking of Rail Turnouts in the Designated location and after handing over As per Attached Technical Specifications Area to be developed in order to provide proper stacking of Rail Turnouts in accordance with RDSO Norms Page 106 of 197.

107 SR-10 Section VI. Schedule of Requirements dismantling the same to restore to the original condition 3 Supply Manpower (round the clock) for Watch and Ward of the Rails for the entire contract duration till handing over the same to the installation contractor The relevant drawing is attached for reference. Designated area need to be developed as per the requirement drawing. After supply till the handing over to the Installation Contractor, Watch and Ward shall be responsibility of the supplier. Armed Guard shall be required if deemed necessary for the same. Detailed Technical Specifications Placed Next Page 107 of 197.

108 Section VI. Schedule of Requirements SR-11 Technical Specifications of Fastening System 1.0 General 1.1 The following turnouts shall be of the following types: o 1 in 7 turnout, 190 m Radius (ballastless) o 1 in 7 turnout, 140 m Radius (ballastless) o 1 in 9 turnout, 300 m Radius (ballastless) o 1 in 9 turnout, 190 m Radius (ballastless) o 1 in 5 turnout, 100 m Radius (ballastless) o 1 in 7 scissor crossing assembly, 190 m Radius (ballastless) o 1 in 9 scissor crossing assembly, 190 m Radius (ballastless) o 1 in 9 scissor crossing assembly, 300 m Radius (ballastless) o 1 in 9 Symmetrical Split, 190m Radius o 1 in 7 derailing switch (ballastless) Out of the above types, in this specification, 1 in 9 with R=300m is described, as the same shall be used in Main-line. The supplier is supposed to develop scheme for the balance types in similar way as per the same and get the same approved by the Purchaser before manufacturing. 1.2 All the turnouts shall be of UIC 60 or 60 E1, rails conforming to IRS-T and shall be designed for a Gauge of 1435mm. 1.3 All turnouts for ballastless track are to be laid on reinforced concrete slab. 1.4 The Bidder to indicate the name of the Metro Systems/Main line Rail networks where similar Turnouts, as mentioned in clause No.1.1 are in use with permissible speed in service. The speed potential of the various turnouts will be equal to the main line speed for main line side & Speed potential for Turnout side shall be as given below: (i) Main lines a) 1 in 9 type turnout (Design speed 45 Kmph, permissible speed in service 40 Kmph.) (ii) Other Types a) The other types of turnouts need to have minimum speed as per RDSO guidelines or as per requirement of the employer Page 108 of 197.

109 SR-12 Section VI. Schedule of Requirements 1.5 Turnouts shall be suitably designed by supplier, so as to take the LWR through turnouts. 1.6 All turnouts on main lines shall be laid with canted rails with an inward rail slope of 1 in Machining/Manufacturing tolerances of the turnouts shall be proposed by the supplier for Purchaser's approval. 1.8 All the UIC 60 or 60E1, 1080 HH grade rails (to be used for manufacturing stock rails, switch rails and also those required for welded leg extensions of CMS crossings) shall be manufactured and tested in accordance with IRS-T (with up to date amendments) specifications and shall be of class A' classification as per IRS-T specifications. 1.9 The turnouts are required to be designed as per specific requirement of the site. 2.0 Basic Geometry of ballastless turnouts The supplier shall be responsible for detailed design of all turnouts with the following basic geometrical parameters. Specifications of 1 in 9 R300 turnout is detailed below. The other details shall be as per the guidelines of Ministry of Railways directive for requirement of track structures or as per direction of Engineer-in-charge to the successful bidder in 9 Turnouts The design shall be with tangential entry. Switch entry angle in any case shall not exceed 0 o 20' 00''. The radius of turnout shall be m with respect to centre line of track alignment through out. The distance between SRJ and actual toe of switch shall be 1570mm. The distance between SRJ and Intersection point shall be 17469mm. Over all length of the layout from SRJ to end of crossing including extended leg shall be 34260mm (measured along the straight). Spacing of bearing plates of Turnouts shall not be more than 600 mm except at few locations such as near point machine locations where it may be varied to meet the design requirements. 2.2 Switches 2.3 All switch rails on main lines shall be manufactured from suitable asymmetrical thick web rail section with prior approval of purchaser. The switch rail shall be one piece with no joint within the switch rail length. 2.4 All switches (stock rail & switch rail) shall be of 1080 grade Head Hardened (HH) in accordance with IRS-T (with Page 109 of 197.

110 Section VI. Schedule of Requirements SR-13 latest amendment) specifications. Further these 1080 HH grade rails shall be suitable of being welded by short pre-heat process of alumino-thermic welding technique as specified in IRS-T-19 (latest version) for fusion welding of rails duly following the provisions of Indian Railway Manual for Alumino Thermic welding. 2.5 Slide chairs in the switch portion shall be coated with an appropriate special coating with prior approval of the purchaser so as to reduce the point operating force and to eliminate the requirement of lubrication of sliding surfaces during service. The requirement and the extent of relief planning on the flange of tongue rails shall be determined and incorporated in the design by the supplier. 2.6 Switches shall provide adequate flange way clearance between the stock rail and the switch rail with the switch rail in open position. The minimum flange way clearance in switch portion shall not be less than 60 mm and the supplier shall provide second drive arrangements for 1 in 9 turnouts. The nominal opening of switch at toe of switch shall be kept as 160 mm. 2.7 The thick webbed tongue rails shall be forged at the end to enable its connection to the lead rail by short pre-heat Alumino Thermit weld. 2.8 In the switch portion, the stock rail shall be held down by the elastic fastenings on both sides of the flange of stock rail. The out side fastening clip shall be as per approved Fastening system, to support a toe load of at least 1100 kg per elastic clip The switches shall be designed with an anti creep device at the heel of switch The switches & all slide chairs shall be same for ballasted & ballastless turnouts. 2.9 The Signalling work on the Lines (for which the supplies under this contract will be utilized ) is planned to be executed under following contract: Signalling No. Contract Lines Covered Details of Lines. Main Lines Chennai Metro Washermenpet to WIMCO Nagar Signaling Contract: The turnouts required for main Line covered under signaling Contract will be ballastless. For the details of point machines and locking arrangements to be used for turnouts of main line Page 110 of 197.

111 SR-14 Section VI. Schedule of Requirements the supplier shall have to interface with designated signaling contractor. The point machines shall be any of the following types: i) For Main Line with external mechanical lock (Non-Trailable) o Alstom MJ 81 with VCC clamp lock. o Cogifer MCEM 91 with VCC clamp lock. o Siemens S700 K with Tempflex III or any other external lock. o Bombardier JEA 74 with JEK 40 clamp lock. o MD 2000 with external lock. o Similar other ones as per direction of Engineer in Charge The supplier shall ascertain the exact distribution/break-up of turnouts (total quantities being as mentioned in Bill no SPM1 of Bill of Quantities) along with their types (LH/RH), required to be supplied under this contract duly approved by the purchaser The supplier shall be responsible for making detailed design & drawings for the fixation arrangements required on RCC Slab for point driving machines, second drive arrangement (for 1 in 9 turnouts) and any other arrangements required for fixation of signaling equipment duly interfacing with designated signaling contractor with prior approval of purchaser. Spring setting Device in lieu of second Drive Arrangement will not be accepted. The supplier has to do interface with civil agencies to check the necessary clearances etc for installation of turnouts The supplier shall also be responsible to make the provisions in switches (stock rail & tongue rail) for all the connections required for point driving machine, Clamp/Claw Lock, second drive (in case of 1 in 9 turnouts) and any other provisions required for connecting signaling equipment duly interfacing with designated signaling contractor with prior approval of the purchaser. 3.0 Crossings 3.1 All crossings for the main lines including diamond crossings shall be cast manganese steel crossing Ballastless Turnouts. 3.2 The cast manganese steel - crossings shall be manufactured from Austenitic Manganese steel as defined in UIC Code All CMS crossings on main lines shall have welded leg extensions of UIC 60, 1080 grade head hardened rails (IRS-T , with latest amendment). This shall be achieved by flash butt welding of buffer transition rail piece of suitable thickness to CMS crossings and leg extension duly approved by purchaser. Page 111 of 197.

112 Section VI. Schedule of Requirements SR All CMS crossings & their welded leg extensions for all scissors cross-overs shall be suitably dimensioned so as to eliminate the necessity of providing small cut rail pieces for the purpose of inter-connection. However, the need for providing site fabricated glued insulated joints from signaling requirement point of view shall be taken care of in the design duly interfacing with designated signaling contractor. 3.5 The wheel load transfer surfaces of all CMS crossings for main lines (ballastless turnouts) shall be artificially hardened by explosive hardening to achieve a minimum hardness of 340BHN before installation. 3.6 The provision of rail cant shall be taken care of on the top surface of the CMS crossings and the bottom surface of all CMS crossings shall be flat. 4 Check rails 4.1 The check rail section shall be 33 CI (UIC 33) or similar, without any direct connection with running rails except for diamond crossing, where suitable check rails/check blocks shall be designed & incorporated in the layout duly approved by the purchaser. Check rails in all turnouts & diamond crossings shall have facility for the adjustment of check rail clearances up to 10 mm over and above the initial designed clearance. Each check rail end shall be flared by machining to have minimum clearance 62 mm at the end. 4.2 All the check rails shall be higher by 25 mm above running rails. The lengths and positions of the check rail in diamond crossings shall provide safety and be compatible with the overall track layout. 4.3 The check rail connections for all CMS crossings except for diamond crossings shall be through specially designed bearing plates / brackets. 4.4 The supplier shall provide the detailed design of check rail and wing rail gaps. A service tolerance of minimum 3 mm shall be provided in these clearances/gaps. 5 Turnouts (Ballastless) 5.1 The fixation of turnouts on RCC Slab shall be through base plates. 5.2 The fastening system for all turnouts shall be in line with the fastening system accepted as in tender ASFT-05 Page 112 of 197.

113 SR-16 Section VI. Schedule of Requirements 6 Interface 6.1 The Purchaser has appointed signalling contractors who will be responsible for designs & installation of signaling system. The supplier shall be required to interface with designated signaling contractor for all the information /details, required by him, pertaining to signaling installations /equipment for the detailed design of turnouts. 6.1 The design of all turnouts shall be suitable to be used in track circuited territory from insulation point of view. 6.3 The supplier shall be required to interface with designated Rolling Stock suppliers responsible for design and supply of Rolling stock and incorporate the wheel profile and other relevant parameters for the detailed design of turnouts. 7 Scope of Work 7.1 Turnouts (Ballastless) The supplier shall be responsible for detailed design & drawings of turnout & scissors cross-over as per Clauses 1 to 9 of Technical Specifications of Turnouts and Scissors X-overs including all fittings, fastening, fixtures, various blocks, base plates /special base plates, brackets, stretcher bars (other than leading stretcher bar) & their connections, check rails, rail pads, elastic base plate pads, intermediate pads, washers, nuts & bolts, second drive arrangement for 1 in 9 turnout & scissor cross-over, switches, crossings, etc. complete duly interfacing with the designated signaling contractor. The fastening system of the turnouts are to be in line with the existing System in CMRL Phase 1 or similar to the fastening system approved for contract ASFT Scope of supply The supplier shall be responsible for manufacturing & supply of switches (stock rail & tongue rail), CMS crossings with welded leg extensions, check rails, slide chairs, base plates, special base plates, brackets, all fittings & fastenings, fixtures., rail pads, intermediate pads, elastic base plate pads, washers, all stretchers bars (except leading stretcher bar) with its fixtures, various blocks, bolts & nuts, second drive arrangement with its fittings for 1 in 9 turnout & for scissors cross-over, any special fitting etc. complete, for the complete turnout from SRJ to BOC except the item mentioned in sub clause 8.1.1(2). The supplier shall not be required to supply rails other than those required for welded leg extensions of CMS crossing & Page 113 of 197.

114 Section VI. Schedule of Requirements SR-17 Switches. Fittings & Fastenings for entire Turnout including Lead Rail Portion will be under scope of supply. Supplier will submit a complete component list for complete turnout having all the components according to 7.1.1(1) & 7.1.1(2) The supplier will provide installation procedure to track installation agency & The supplier shall be responsible for deployment of requisite track expatriate to guide & witness of atleast 01 set of each type of turnout etc. Information regarding schedule date of installation of turnout etc shall be provided shall be provided by purchaser atleast 15 days in advance The supplier will submit detail design & drawing including design calculation for each turnout type following necessary interface with Rolling stock, signaling, civil & track installation agency in 05 sets for Purchaser's approval. Availability of Supplier's technical expert will be required during consideration of their design submissions. Any modification in drawing during execution of contract must be approved by Purchaser. Following Purchaser's approval of design submissions, the supplier will submit QAP & ITP as per UIC 866 including dimensional check sheets for Purchaser's approval. Inspecting agency will be nominated by JMRC & inspection scope will be complete including stage inspection as per standard norms. Supplier's manufacturing unit will provide all necessary tools, equipments & help to inspecting agency to perform inspections The supplier will ensure Proto arrangement of each Turnout type following necessary interface with concerned signaling & installation agencies. On Successful Inspection clearance of Proto turnouts, supplier will go for further production. Page 114 of 197.

115 Page 115 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

116 SR-18 Section VI. Schedule of Requirements 5. Drawings These Bidding Documents includes the following drawings. These are enclosed at the end of the document as Annexure-D [If documents shall be included, insert the following List of Drawings] List of Drawings Drawing No. Drawing Name Purpose DDC101-PD-TRA- TK-DW DDC101-PD-TRA- TK-DW DDC101-PD-TRA- TK-DW DDC101-PD-TRA- TK-DW DDC101-PD-TRA- TK-DW RDSO / T-6219 SUPPLY TENDER DRAWING FOR TURNOUT 1IN7 RADIUS 140 SUPPLY TENDER DRAWING FOR TURNOUT 1IN7 RADIUS 190 SUPPLY TENDER DRAWING FOR TURNOUT 1IN9 RADIUS 190 SUPPLY TENDER DRAWING FOR TURNOUT 1IN9 RADIUS 300 SUPPLY TENDER DRAWING FOR TURNOUT 1IN5 RADIUS 100 Details of Stacking Yard for stacking of Supplied Rails Schematic Tender Drawing for planning and Information only Page 116 of 197.

117 Page 117 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

118 Section VI. Schedule of Requirements SR Inspections and Tests The inspections and tests (sample annexed herewith, or equivalent as per different manufacturer) shall require to be performed i. Sampling size to conform relevant ISO Standard ii. The testing and inspection of components of Turnouts shall be strictly in accordance with the Testing and Inspection plan approved by Purchaser. iii. Sample lot to be tested as per specification, in accordance to Qualification Test for qualification of Manufacturer. The cost towards testing and witnessing (including that of travel, accommodation etc.) of nominated officials including independent party, if any shall be borne by the bidder. iv. The purchaser shall appoint Inspecting authority for pre-dispatch/pre-shipment inspection & testing of materials as per approved inspection and testing plan. Where no procedure for testing is specified, the supplier shall propose suitable standard or particular procedures for Purchaser's Approval. v. In addition to the inspection and testing by inspecting authority, the purchaser or his authorized representative may also witness the tests and/or conduct test checks to be organized by supplier for validation of test/inspection by inspecting authority. The expense of such tests shall be borne by the supplier. vi. Periodically, during the Contract the purchaser/his authorized representative may conduct inspections of manufacturing activities at the premises of the supplier and those of his sub suppliers. Such inspections shall include quality procedure checks, witness inspections, both routine and prototype, and shall also be for the purpose of monitoring progress. During each inspection, suitably qualified staff shall be provided by the supplier. vii. The bidder shall furnish duly filled Inspection & Test Plan (ITP) as per Annexure- 'A' to C. After the rails are manufactured and inspected, the supplier shall submit the ITP duly filled with results. Page 118 of 197.

119 Page 119 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

120 Section VI. Schedule of Requirements SR-21 Purchaser s INSPECTION & TEST PLAN for Turnout Asembly Annexure-A Activity. Manufacturing Actıvıty No. and related Quality Test FREQUENCY Resp(*). 1 Switch Device SUP 1.1 Switch Rails SUP Reception control 100% of documents As per Approved Plan SUP I QC CATEGORY Bidder Purchaser Inspection Equipment Check of the documents as per Approved Plan Parts check as per Approved Plan Compliance Criteria Compliance of material with order and reference standard Manufacturing of forging 100% of components SUP I/V Geometry Compliance with reference documents VT and PT forging 100% of components SUP H/I Check for exterior defects No cracks and compliance with reference documents Check for Machining of switch rails 100% of components SUP I/V compliance with Compliance with reference documents drawing Check of the 1.2 Stock Rail SUP documents as per Approved Plan Parts check as per Approved Plan Compliance of material with order and reference standard Reception control 100% of documents As per Approved Plan Machining 100% of components SUP 1.3 ifast Parts, Accessories (switch supports, anti-creep device) Reception control 100% of documents As per Approved Plan Machining of accessories 100% of components SUP 2 Crossing [OPTIONAL: Item 2 can optional be done by JEZ] SUP 2.1 Centre Block SUP SUP SUP SUP I/V I I/V Check for compliance with the drawings Check of the documents as per Approved Plan Parts check as Approved Plan Check for compliance with the drawings Compliance with reference documents Compliance of material with order and reference standard Compliance with reference documents Page 120 of 197.

121 SR-22 Section VI. Schedule of Requirements Activity. No. Manufacturing Actıvıty and related Quality Test Inspection of Mn Casting FREQUENCY 100% of documents As per Approved Plan SUP Resp(*) Machining 100% of components I/V Grinding of centre Block 100% of components I/V 2.2 Intermediate piece (INOX) Reception control 2.3 Connecting Rails Reception control 100% of documents As per Approved Plan 100% of documents As per Approved Plan Machining 100% of components I/V Flash-butt welding of connecting rails to intermediate piece and cutting to length I I I QC CATEGORY Bidder Purchaser 100% of components I/V Geometry Inspection Equipment Check of the documents as per Approved Plan Check of workmanship and over measure of material for manufacture Check for compliance with drawing Geometry, curves and surface condition Check of the documents as per Approved Plan Parts check as per Approved Plan Check of the documents as per Approved Plan Parts check as per Approved Plan Check for compliance with drawing Compliance Criteria Compliance with reference documents Compliance with refence document Compliance with refence document Compliance of material with order and reference standard Compliance of material with order and reference standard Compliance with reference documents Full penetration and complete fusion, Compliance with reference documents Annealing of the welded connecting rail 100% of components I/V Check of annealing parameter Compliance with AQ230 Check for Milling of welding bead, compliance with Compliance with 100% of components I/V adjustment of profile to welding cross- section profile and reference documents straightness 2.4 Crossing, completely welded Straightening and bending of connecting rails 100% I/V Geometry Compliance with reference documents Flash-butt welding of welded connecting rails Full penetration and complete fusion, Compliance with 100% of components I/V Geometry to cast crossing reference documents Grinding and finishing of welding area 100% of components I/V Compliance Check of running withreferenc surface and profile e documents Page 121 of 197.

122 Section VI. Schedule of Requirements SR-23 Activity. Manufacturing Actıvıty QC CATEGORY Inspection FREQUENCY Resp(*). No. and related Quality Test Bidder Purchaser Equipment Compliance Criteria Straightening of welding joint as well as total length 100% of components I/V Check of evenness Compliance with reference documents VT and PT of flash- butt welded joint and Check for exterior 100% of components H/I running surface defects Compliance with reference documents UT of flash-butt welded joints 100% of components H/I Check for internal defects Compliance with reference documents Inspection 100% of components H/I Test plan Compliance with reference documents 3 Lead rail, Check rail, check rail plates Check of the 3.1 Reception control documents as per 100% of documents I Approved Plan As per Approved Plan Parts check as per Approved Plan Compliance of material with order and reference documents Check for 3.2 Machining 100% of components I/V compliance with Compliance with reference documents 4 Insulating joint preparation of rails 4.1 Rail Reception control 100% of documents As per Approved Plan Cutting and drilling 100% of components I/V Assembly of Switch device/turnout/crossover Reception control Accessories Fastening material 100% of documents As per Approved Plan 5.2 Layout of components and assembly 100% of components I/V I I drawing Check of the documents as per Approved Plan Parts check as per Approved Plan Check for compliance with drawing Check of the documents as per Approved Plan Parts check as per Approved Plan Geometry Workmanship Compliance of material with order and reference standard Compliance with reference documents Compliance of material with order and reference documents Compliance with reference documents completeness 5.3 Inspection 100% of components H/I Test plan Compliance with reference documents 5.4 Factory acceptance test of prototype turnout 100% of components H/I Test plan Compliance with reference documents 6 Preparing for shipment 6.1 Dismantling of components 6.2 Bundling, packing 100% of units conform packing list 100% of units conform packing list I I/V Quantities Protecting Quantities Protecting No damage, compliance with reference documents No damage, compliance with reference documents Page 122 of 197.

123 SR-24 Section VI. Schedule of Requirements Activity. No. Manufacturing Actıvıty and related Quality Test 6.3 Loading for transport/ Shipment FREQUENCY 100% of units conform packing list Resp(*). QC CATEGORY Bidder Purchaser Inspection Equipment Compliance Criteria I/V Quantities Weight No damage, compliance with reference documents 7 Issue of certificate of compliance 7.1 Preparation of Certificate of Compliance and Quantities Delivery 100% R/C despatch documents conditions Compliance with customer's PO 7.2 Plausibility check Check of Certificate of Compliance and 100% R/C with specifications signing on behalf of the company and QA records Compliance with customer's PO 7.3 Manufacturing QA/QC record data package Each batch R/C Records review ATA-01 Manufacturin g Quality Plan Plausibility check R/C 7.4 Manufacturer s Work Inspection Record 100% with specifications Compliance with customer's PO and QA records Re-test at FAT a) Re-test clause is applicable for test under ITP activity number 9 and b) Re-test is permissible only if not more than one test result is unsatisfactory. If more than one test result is unsatisfactory, the entire lot is to be rejected. c) Should the test fail only in one test, then the particular test may be repeated in the same manner with twice the number of samples drawn from the same lot. d) For acceptance of the lot, all these samples should meet the acceptance requirement of that particular test. LEGEND: H: HOLD R: RECORD POINT W: WITNESS V: VERIFICATION POINT POINT S: UT: ULTRASONIC SURVEILANCE TESTING POINT VT: VISUAL C: CERTIFICATION TESTING POINT T: TEST POINT I: INSPECTION POINT SP: SAMPLING POINT C of C: CERTIFICATE OF CONFORMITY Page 123 of 197.

124 Section VI. Schedule of Requirements SR-25 Purchaser s INSPECTION & TEST PLAN for Set of Base Plate Annexure-B Activity. Manufacturing Actıvıty No. and related Quality Test 1 Set of plates Raw material inspection Machining Welding, grinding, straightening of special plates and slide plates FREQUENCY 100% of documents As per Approved Plan 2 Inspection Activities FAT 2.1 Sample dimensional check In total 5 different plates per batch 2.2 Sample visual check In total 5 different plates per batch 2.3 Sample marking check In total 5 different plates per batch 3 Preparing for shipment % of units conform packing Packing list % of units conform packing Loading for transport/ shipment list 4 Issue of certificate of compliance 4.1 Preparation of certificate of compliance and 100% Resp(*). R/I QC CATEGORY Bidder Purchaser Inspection Equipment Check of the documents as per Approved Plan Parts check as per Approved Plan Min 30% of components I/V Check for compliance with drawing Min 30% from all quantity; welding seam Min 10 % from all quantity I/V inspection; geometry inspection Compliance Criteria Compliance of material with order and reference documents Compliance with reference documents Visual inspection and Compliance with reference documents I Geometrical control Compliant with drawing of functional measurements. I Visual Sharp edges and holes deburred. Weld seams visually comply with EN ISO 5817 D I Visual Marking present as per drawing I/V I/V Quantities Protecting Quantities Weight No damage, compliance with reference documents No damage, compliance with reference documents Quantities Delivery Compliance with customer's PO R/C despatch documents conditions 4.2 Check of certificate of compliance and signing 100% Plausibility check Compliance with customer's PO on behalf of the company R/C with specifications and QA records 4.3 Manufacuring QA/QC record data package Each batch R Records review Manufacturing Quality Plan (AMD) 4.4 Manufacturer s work inspection record 100% Plausibility check Compliance with customer's PO C with specifications and QA records Page 124 of 197.

125 SR-26 Section VI. Schedule of Requirements Activity. No. 5 Manufacturing Actıvıty QC CATEGORY Inspection FREQUENCY Resp(*). and related Quality Test Bidder Purchaser Equipment Re-test at FAT a) Re-test clause is applicable for test under ITP activity number 9 and 10. b) Re-test is permissible only if not more than one test result is unsatisfactory. If more than one test result is unsatisfactory, the entire lot is to be rejected. c) Should the test fail only in one test, then the particular test may be repeated in the same manner with twice the number of samples drawn from the same lot. d) For acceptance of the lot, all these samples should meet the acceptance requirement of that particular test. Compliance Criteria LEGEND: H: HOLD POINT R: RECORD W: WITNESS POINT V: VERIFICATION POINT S: SURVEILANCE POINT UT: ULTRASONIC TESTING VT: VISUAL TESTING C: CERTIFICATION POINT T: TEST POINT I: INSPECTION POINT SP: SAMPLING POINT C of C: CERTIFICATE OF CONFORMITY Page 125 of 197.

126 Section VI. Schedule of Requirements SR-27 Purchaser s INSPECTION & TEST PLAN for Manufacturing of 1080 HH Gr Rail Annexure-C Activity. No. 1 Inquiry processing 2 Order processing Manufacturing Actıvıty and related Quality Test FREQUENCY Resp(*). 3 Chemical heat analysis/bloom casting 3.1 Steel Making Every heat I/V H H QC CATEGORY Bidder Purchaser Inspection Equipment Check for compliance with specification Check for compliance with specification Compliance with specification Compliance with specification Compliance Criteria Check of chemical analysis 3.2 Vacuum degassing Every heat I/V Vacuum degassing process by RH degasser 3.3 Check of hydrogen content in steel Including Spectrometer Wet hydrogen content (Wet Chemical & chemical analysis Spectrographical determination) HYDRIS system Every heat H method for online H content max. 1.6ppm measurement of hydrogen 4 No. of Items No. of blooms Identity Stamp Presence of correct identity marking Maintaining material identity on the 100% of blooms W Surface Freedom from defects bloom/slabbing mill. 5 Reheating to rolling temperature in walking beam furnaces 6 100% of blooms S Rolling to section 100% of blooms S Dimension Temperature control across the entire walking beam furnace Descaling Dimension (Hot Section Measurement - 100% rails - Main Section dimensions -) Recording final rolling temperature check at exit Inspection for damage Inspection for surface Steel making process should be Basic Oxygen (BOF) and Continious cast Cross sections dimensions and length of the blooms if required after visual inspection Compliance with the set process parameters Conformity with aimed section for 60E1 profile Compliance with process parameter Defects because of strokes Freedom from defects 7 Recording final rolling temperature 100% of rails S Rail temperature Compliance with procedure Page 126 of 197.

127 SR-28 Section VI. Schedule of Requirements Activity. Manufacturing Actıvıty QC CATEGORY Inspection FREQUENCY Resp(*). No. and related Quality Test Bidder Purchaser Equipment Compliance Criteria 8 Hot stamping Correct marking check in compliance with IRS-T for every 4 Legibility 100% of rails S metres. But VAE perform at 5 metres. Completeness 9 Head Hardening 100% of rails W Cooling temperature Compliance with reference documents 10 Cooling Walking beam cooling bed Temperature at the 100% of rails S end of the cooling process 11 Roller straightening Straightness Specified straightness 100% of rails S Temperature Specified Temperature 12 Inspection of Rails 12.1 Straightness and Flatness Compliance with IRS specification with a maximum permissible Straightening- and Entire length of rails S deviation should be 0.7mm measured at the maximum ordinate on a surface flatness 12.2 Eddy Current 12.3 Ultrasonic Testing 12.4 Cold Sawing (including sampling) Entire length of rails Entire length of rails 100% of rails S 13 Materials Testing (Qualification Test) 13.1 Residual Stresses Once, then every 3 years or any change in the process 13.2 Fracture Toughness Once, then every 3 years or any change in the process 13.3 Fatigue Strength Once, then every 3 years or any change in the process 14 Materials Testing (Acceptance Test) 14.1 Chemical analysis For Casts <=150T, one test per cast For Casts >=150T, two tests per cast, one sample taken from first half of the cast and the other from the second half and different strand 14.2 Tensile Test One test per 1000 metre length of heat treated rail from one heat. S S Check for surface defects at rail bottom and rail head (Crack detection) Ultrasonic testing of rail head, web and rail foot Measurement length of chord of 1.5m Compliance with IRS specification, surface defects of more than or equal to 0.5 mm depth and more than 10mm long Head : 1.5 mm dia through hole Web : 2.0 mm dia through hole Foot : 0.5mm deep,12.5 mm long and 1.0 mm wide notch (inclined at 20o with vertical axis) Compliance with specification H Residual Stress Not more than 190MPa H Fracture toughness Min. single value Kic=30MPa m1/2 Min. mean value Kic=32MPa m1/2 H Fatigue strength 10 million cycles at a strain of H H Ladle analysis Tensile strength & Elongation C= % Mn= % Si= % P=max.0.030%* S=max.0.030%* Al=max.0.015% H max. 1.6ppm *max % on finished rail UTS 1080MPa A=10% Page 127 of 197.

128 Section VI. Schedule of Requirements SR-29 Activity. Manufacturing Actıvıty QC CATEGORY Inspection FREQUENCY Resp(*). Compliance Criteria No. and related Quality Test Bidder Purchaser Equipment 14.3 Inclusion Rating Once per day H Inclusion rating Shall not be worse than 2.5 A, B, C, D (thin) or 2.0 A, B, C, D (thick) 14.4 Brinell Hardness Brinell hardness Compliance with IRS T 12 :2009 Should be in the range of % of rails H testing on the BHN running surface 14.5 Hardness Distribution Test Once per 1000m of rails 14.6 Micro- and Macrostructure Once per heat 14.7 Falling weight test Once per heat 14.8 Sulfur Print test For Casts <= 150T, one test per cast For Casts >= 150T, two tests per cast 15 End Straightening 16 Visual and dimensional inspection 17 Marking 18 Grinding of surface defects 19 Processing of NCR procedure (only if applicable) 20 Painting or stencilling (if required) H Brinell hardness distribution on a cross-section H Microstructure Structure of fine pearlite. S H VAS uses 1000kg from 10,7m height; E=m*g*h = 105kJ IRS uses 1270kg from 7,4m height; E=m*g*h = 92kJ Macrographic defects limits 100% of rails S End straightness 100% of rails S 100% of rails S 2 bars, then 1 in 10 bars Every 15 bars All Rails Only if surface defects appear If applicable If applicable S S S H H/W S Dimensional Verification Visual inspection of all faces. Dimensional Control of end straightness Control of end twist and length Control of end squareness Brand Marks & Cold Punching Removal by grinding Check painting/stencilling Hardness profile at transverse section Min 340 BHN in 10mm depth, Hardness value at any point shall not exceed 390 BHN. The cross sectional hardness distribution of heat treated rails shall slope towards the inside. No sharp drop in hardness should be present. The energy at the VAS drop test is about 10% higher end exceeding the requirements of IRS- T-12:2009. Shall withstand a drop of 1000kg weight from 10.7m height Compliance with IRS T 12 :2009 specification given in Appendix 8 1.Horizontal-Deviation of 0.5mm measured as maximum ordinate from the chord of 2.0 meters standard straight edge. 2.Vertical(up sweep) Deviation of 0.4 mm measured as maximum ordinate from the chord of 2.0 metres standard straight edge. Height +0.8/-0.4mm Width head +/- 0.5 Width flange +1.2/-1.0 Thickness web +1/0.5 Verticality/asymmetry +-1.2mm Base flange concavity max. 0.3mm End squareness +/- 0.6mm Compliance with IRS T Specification Compliance with IRS T Specification Compliance with IRS T Specification Compliance with IRS T Specification Defects removed As per process Compliance with customer specification Page 128 of 197.

129 SR-30 Section VI. Schedule of Requirements Activity. Manufacturing Actıvıty QC CATEGORY Inspection FREQUENCY Resp(*). No. and related Quality Test Bidder Purchaser Equipment 21 Works internal release Every H Documents delivery 22 Final inspection as specified by client / 3rd As per customer As specified H party inspection if applicable specification Re-test at FAT a) Re-test clause is applicable for test under ITP activity number 9 and b) Re-test is permissible only if not more than one test result is unsatisfactory. If more than one test result is unsatisfactory, the entire lot is to be rejected. c) Should the test fail only in one test, then the particular test may be repeated in the same manner with twice the number of samples drawn from the same lot. d) For acceptance of the lot, all these samples should meet the acceptance requirement of that particular test. Compliance Criteria Compliance with customer specification Compliance with customer specification LEGEND: H: HOLD R: RECORD POINT W: WITNESS V: VERIFICATION POINT POINT S: UT: ULTRASONIC SURVEILANCE TESTING POINT VT: VISUAL C: CERTIFICATION TESTING POINT T: TEST POINT I: INSPECTION POINT SP: SAMPLING POINT C of C: CERTIFICATE OF CONFORMITY Page 129 of 197.

130 Section VI. Schedule of Requirements SR-31 Attachments These Bidding Documents includes the following drawings and Standards. These are enclosed at the end of the document as Annexure-D and E as referred hereinunder List of Drawing(s) Drawing No. Drawing Details Annexure Details DDC101-PD-TRA-TK- SUPPLY TENDER DRAWING FOR Annexure D DW TURNOUT 1IN7 RADIUS 140 DDC101-PD-TRA-TK- DW SUPPLY TENDER DRAWING FOR TURNOUT 1IN7 RADIUS 190 DDC101-PD-TRA-TK- DW DDC101-PD-TRA-TK- DW DDC101-PD-TRA-TK- DW RDSO / T-6219 SUPPLY TENDER DRAWING FOR TURNOUT 1IN9 RADIUS 190 SUPPLY TENDER DRAWING FOR TURNOUT 1IN9 RADIUS 300 SUPPLY TENDER DRAWING FOR TURNOUT 1IN5 RADIUS 100 Details of Stacking Yard for stacking of Supplied Rails List of Document(s) Document No. Document Detail Annexure Details Technical Standards for Track Structure for Metro Railways / MRTS Systems Vide Letter circulated bearing No. 2010/Proj/Genl/3/3 dated Annexure E Page 130 of 197.

131 Page 131 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

132 S220/X/XXXX/XXX/XXXX IT IS CERTIFIED THAT THIS DOCUMENT HAS BEEN DESIGNED AND CHECKED IN ACCORDANCE WITH DDC DDC101-CHENNAI METRO PH-1 EXTENSION QUALITY ASSURANCE PLAN WASHERMANPET TO WIMCO NAGAR SUPPLY TENDER DRAWING FOR TURNOUT SYSTRA MVA CONSULTING (INDIA) PVT.LTD. CHENNAI METRO RAIL LTD. 5TH FLOOR, GURU ANGAD BHAWAN, CDE ADMINISTRATIVE BUILDING, 71, NEHRU PLACE, NEW DELHI IN7 RADIUS 140 CMRL DEPOT, POONAMALLEE HIGH ROAD, SBH KOYAMBEDU, CHENNAI (INDIA) PH: , FAX: SUBSIDIARY OF: RGU 0 CDE SBH RGU AS SHOWN FIRST ISSUE FOR TENDER SYSTRA S.A. - 5 AVENUE DU COQ - PARIS Page 132 of 197. DDC101-PD-TRA-TK-DW TENDER DRAWING 0

133 Page 133 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

134 S220/X/XXXX/XXX/XXXX IT IS CERTIFIED THAT THIS DOCUMENT HAS BEEN DESIGNED AND CHECKED IN ACCORDANCE WITH DDC DDC101-CHENNAI METRO PH-1 EXTENSION QUALITY ASSURANCE PLAN WASHERMANPET TO WIMCO NAGAR SCHEMATIC DRAWING FOR TURNOUT SYSTRA MVA CONSULTING (INDIA) PVT.LTD. CHENNAI METRO RAIL LTD. 5TH FLOOR, GURU ANGAD BHAWAN, CDE ADMINISTRATIVE BUILDING, 71, NEHRU PLACE, NEW DELHI IN7 RADIUS 190 CMRL DEPOT, POONAMALLEE HIGH ROAD, SBH KOYAMBEDU, CHENNAI (INDIA) PH: , FAX: SUBSIDIARY OF: RGU 0 CDE SBH RGU AS SHOWN FIRST ISSUE FOR TENDER SYSTRA S.A. - 5 AVENUE DU COQ - PARIS Page 134 of 197. DDC101-PD-TRA-TK-DW TENDER DRAWING 0

135 Page 135 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

136 S220/X/XXXX/XXX/XXXX IT IS CERTIFIED THAT THIS DOCUMENT HAS BEEN DESIGNED AND CHECKED IN ACCORDANCE WITH DDC DDC101-CHENNAI METRO PH-1 EXTENSION QUALITY ASSURANCE PLAN WASHERMANPET TO WIMCO NAGAR SCHEMATIC DRAWING FOR TURNOUT SYSTRA MVA CONSULTING (INDIA) PVT.LTD. CHENNAI METRO RAIL LTD. 5TH FLOOR, GURU ANGAD BHAWAN, CDE ADMINISTRATIVE BUILDING, 71, NEHRU PLACE, NEW DELHI IN9 RADIUS 190 CMRL DEPOT, POONAMALLEE HIGH ROAD, SBH KOYAMBEDU, CHENNAI (INDIA) PH: , FAX: SUBSIDIARY OF: RGU 0 CDE SBH RGU AS SHOWN FIRST ISSUE FOR TENDER SYSTRA S.A. - 5 AVENUE DU COQ - PARIS Page 136 of 197. DDC101-PD-TRA-TK-DW TENDER DRAWING 0

137 Page 137 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

138 S220/X/XXXX/XXX/XXXX IT IS CERTIFIED THAT THIS DOCUMENT HAS BEEN DESIGNED AND CHECKED IN ACCORDANCE WITH DDC DDC101-CHENNAI METRO PH-1 EXTENSION QUALITY ASSURANCE PLAN WASHERMANPET TO WIMCO NAGAR SUPPLY TENDER DRAWING FOR TURNOUT SYSTRA MVA CONSULTING (INDIA) PVT.LTD. CHENNAI METRO RAIL LTD. 5TH FLOOR, GURU ANGAD BHAWAN, CDE ADMINISTRATIVE BUILDING, 71, NEHRU PLACE, NEW DELHI IN9 RADIUS 300 CMRL DEPOT, POONAMALLEE HIGH ROAD, SBH KOYAMBEDU, CHENNAI (INDIA) PH: , FAX: SUBSIDIARY OF: RGU 0 CDE SBH RGU AS SHOWN FIRST ISSUE FOR TENDER SYSTRA S.A. - 5 AVENUE DU COQ - PARIS Page 138 of 197. DDC101-PD-TRA-TK-DW TENDER DRAWING 0

139 Page 139 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

140 S220/X/XXXX/XXX/XXXX IT IS CERTIFIED THAT THIS DOCUMENT HAS BEEN DESIGNED AND CHECKED IN ACCORDANCE WITH DDC DDC101-CHENNAI METRO PH-1 EXTENSION QUALITY ASSURANCE PLAN WASHERMANPET TO WIMCO NAGAR SCHEMATIC DRAWING FOR TURNOUT SYSTRA MVA CONSULTING (INDIA) PVT.LTD. CHENNAI METRO RAIL LTD. 5TH FLOOR, GURU ANGAD BHAWAN, CDE ADMINISTRATIVE BUILDING, 71, NEHRU PLACE, NEW DELHI IN5 RADIUS 100 CMRL DEPOT, POONAMALLEE HIGH ROAD, SBH KOYAMBEDU, CHENNAI (INDIA) PH: , FAX: SUBSIDIARY OF: RGU 0 CDE SBH RGU AS SHOWN FIRST ISSUE FOR TENDER SYSTRA S.A. - 5 AVENUE DU COQ - PARIS Page 140 of 197. DDC101-PD-TRA-TK-DW TENDER DRAWING 0

141 Page 141 of 197. THIS PAGE IS INTENTIONALLY LEFT BLANK

142 ;l cg,iogr!!e9 ro4!ry!!!_s_enq et?g! ng of xq!elpr:x5)'-9-'19!9l?0!- - - az o * h FSH \4@ EtT s *;& {^- =?zx B rd^ofr ree = fr24f iia> z E 7aEg' < 7Z?fru=EE.mE {2 E: EEiFqF ;3;aEs ExSg;E Ei it E9 tx fr23 7! F(A F z lil Itl.1 rrl > z v) F] ttl lri (J z oo g U i4 NB EE 9E lo 6Z 6E a, gl z q J z a F I (J (J ".1 LA F m d X : E Fl * 6 v() Fl ti-, E z E{ r,-l Fh = J z l< a a A E? 2l eel lxfl E"E I ;EE3E.I EeeEEEal lg zl eol.j -l 5>l E<l! il]l (er Jl ; 5 Erl rul dal xal $> r6 o> Ae zu t^ :6 H; 2> E; fr ez z1 ;i t2 HE ;; EElagEEI E?gEEEEEI EagEEEffiA ; ;; ; ;i Page 11 of 12 Page 142 of 197.

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) BIDDING DOCUMENT for Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) 1. SUPPLY OF SINGLE PHASE PRE-PAID

More information

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

Republic of Uganda. Bidding Document for Framework Contracts for Supplies Republic of Uganda Bidding Document for Framework Contracts for Supplies Subject of Procurement: Supply of Electrical [Lot 1] and Plumbing Materials [Lot 2] Under Framework Contract Procurement Reference

More information

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS. DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS. DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016 NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS BID REFERENCE : UPHSSP/QA-FORMS/2015-16/01 DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016 LAST DATE FOR SALE OF

More information

Procurement of Goods

Procurement of Goods i S T A N D A R D B I D D I N G D O C U M E N T S ZAMBIA RAILWAYS LIMITED Procurement of Goods Open International Bidding February 2013 Foreword Zambia Railways Limited has received funding from the Government

More information

TENDER DOCUMENTS. Procurement of Goods. International Competitive Tendering. Public Procurement Board. Accra, Ghana

TENDER DOCUMENTS. Procurement of Goods. International Competitive Tendering. Public Procurement Board. Accra, Ghana TENDER DOCUMENTS Procurement of Goods International Competitive Tendering Public Procurement Board Accra, Ghana October 2003 Introduction and Instructions These Tender Documents (TD) have been prepared

More information

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT NAIROBI CITY COUNTY ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF ONE (1) NO. 18M 3 (20 TON) POTHOLE PATCHING TRUCK FOR THE ROADS, PUBLIC WORKS & TRANSPORT SECTOR

More information

THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS

THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS i THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS REPUBLIC OF KENYA TENDER NOTICE- ADDENDUM 1 NATIONAL COMPETITIVE BIDDING (NCB) COUNTRY The Republic

More information

Procurement of BIDDING DOCUMENTS. for. ICB No: N1-T01/2016. Project: NAGPUR METRO RAIL CORPORATION LIMITED. Purchaser: NMRCL

Procurement of BIDDING DOCUMENTS. for. ICB No: N1-T01/2016. Project: NAGPUR METRO RAIL CORPORATION LIMITED. Purchaser: NMRCL BIDDING DOCUMENTS for Procurement of Supply of 10,000 MT 60E1 (UIC 60), 1080 Grade Head Hardened (HH) Rails as per IRS T-12, 2009 ICB No: N1-T01/2016 Project: NAGPUR METRO RAIL CORPORATION LIMITED Purchaser:

More information

Supply of Notebook Computers

Supply of Notebook Computers B I D D I N G D O C U M E N T S Issued on: 28 March 2015 for Supply of Notebook Computers RFP No: 2015-41-01-02 Bank of Jamaica 3 Table of Contents PART 1 Bidding Procedures... 1 Section I. Instructions

More information

Title: Supply of Office furnitures

Title: Supply of Office furnitures Royal University of Bhutan College of Natural Resources Lobesa: Punakha 1 Bidding Document for the Supply of Goods Title: Supply of Office furnitures Tender No: Client:. Bidder: CNR, Lobesa, Bhutan February,

More information

22 Climate Resilience Improvement Project

22 Climate Resilience Improvement Project \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ Democratic Socialist Republic of Sri Lanka Ministry of Irrigation and Water Resources Management 22 Climate Resilience Improvement Project 22 BIDDING DOCUMENT For PROCUREMENT

More information

JNTUH College of Engineering Hyderabad NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

JNTUH College of Engineering Hyderabad NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT JNTUH College of Engineering Hyderabad Kukatpally, Hyderabad. Andhra Pradesh, India. PIN: 500085 TEQIP Cell contact No. 040 23057787 Fax No. 04023057787 BID REFERENCE NO: TEQIP-II/AP/AP2G02/71 NATIONAL

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods) STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS (Procurement of Goods) TABLE OF CONTENTS INTRODUCTION. 3 PAGE SECTION I INVITATION TO TENDER 4 SECTION II INSTRUCTIONS TO TENDERERS. 5 Appendix to Instructions

More information

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017 COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/2017-2018 september, 2017 ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS

More information

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT SUPPLY AND DELIVERY OF LARGE ROUND MOSQUITO NETS REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT TENDER NO: MC/138 /2015-2016 TENDER DESCRIPTION: SUPPLY AND DELIVERY OF LARGE,ROUND MOSQUITO NETS CLOSING/ OPENING

More information

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/ TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/2016-2017 CLOSING/OPENING DATE: TUESDAY 4 TH April, 2017 AT 11.00AM University of Eldoret -2017

More information

Bidding Document for procurement of Goods. Single Stage -Two Envelopes (Two Part) Bid

Bidding Document for procurement of Goods. Single Stage -Two Envelopes (Two Part) Bid Bidding Document for procurement of Goods Single Stage -Two Envelopes (Two Part) Bid Name of Work: Rate Contract (RC) for Supply and delivery of Mobile Toilets with bio digester for all ULBs under Swachh

More information

STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG

STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG TENDER NO:CGM/ONT/024/2015-2016 CLOSING DATE: 11 TH APRIL 2016 AT 10.00 A.M TABLE OF CONTENTS PAGE INTRODUCTION..

More information

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ & REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/2014-2015 & 2015-2016 SUPPLY & DELIVERY OF CEMENT GOVERNMENT OF MACHAKOS COUNTY P.O. BOX 1996-90100

More information

KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/ FOR SUPPLY OF ALPHACYPERMETHRINE 10%

KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/ FOR SUPPLY OF ALPHACYPERMETHRINE 10% REPUBLIC OF KENYA KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/2017-2018 FOR SUPPLY OF ALPHACYPERMETHRINE 10% ISSUED DATE : 1 st August 2017 CLOSING DATE: 15 TH August 2017,

More information

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY REPUBLIC OF KENYA OFFICE OF THE GOVERNOR VIHIGACOUNTY TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY ROAD NAME.. WARD.. ROAD LENGTH TENDER No PREPARED BY: County Engineer Vihiga County

More information

CHEMELIL SUGAR COMPANY LIMITED

CHEMELIL SUGAR COMPANY LIMITED CHEMELIL SUGAR COMPANY LIMITED Tender Document For Disposal of scrap metal FOR THE YEAR 2009/2010 Tender No. CSCL/T2009-2010/11 Table of Contents Page Section A INVITATION FOR TENDER 2 Section B GENERAL

More information

TENDER DOCUMENT FOR IFMIS NO

TENDER DOCUMENT FOR IFMIS NO ETHICS AND ANTI- CORRUPTION COMMISSION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF MOTOR VEHICLES TENDER NO. EACC/29 29/201 /2015-201 2016 IFMIS NO. 226684 INTEGRITY CENTRE Valley Rd/Milimani Rd Junction

More information

ANNUAL CONTRACT FOR THE PURCHASE OF EARPLUG FOR THE SRI LANKA AIR FORCE YEAR 2018

ANNUAL CONTRACT FOR THE PURCHASE OF EARPLUG FOR THE SRI LANKA AIR FORCE YEAR 2018 SRI LANKA AIR FORCE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA BIDDING DOCUMENT [NATIONAL COMPETITIVE BIDDING] ANNUAL CONTRACT FOR THE PURCHASE OF EARPLUG FOR THE SRI LANKA AIR FORCE YEAR 2018 TENDER REFERENCE:

More information

TENDER DOCUMENT SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/

TENDER DOCUMENT SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/ BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: comm@centralbank.go.ke TENDER DOCUMENT SUPPLY, INSTALLATION

More information

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089 SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089 ENERGY REGULATORY COMMISSION 1ST FLOOR, EAGLE AFRICA CENTRE, LONGONOT ROAD, UPPERHILL P.O. Box 42681 00100

More information

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO NATIONAL OIL CORPORATION OF KENYA TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS Framework contract AGPO TENDER NO. NOCK/PRC/03/ (1380)2017-2018 NATIONAL OIL CORPORATION KAWI HOUSE, SOUTH C, RED CROSS

More information

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS 1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS TUK/06/2018/2019 ALL TENDERERS ARE ADVISED TO READ CAREFULLY

More information

Section I: Instruction to Offerors

Section I: Instruction to Offerors Section I: Instruction to Offerors 1. SCOPE OF PROPOSAL Offerors are invited to submit a Proposal for the services/goods specified in Section II: Schedule of Requirements, in accordance with this RFP.

More information

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR 1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF BRANDED EXAMINATION ANSWER BOOKLETS, FOLDERS AND ENVELOPES TUK/04/2018/2019 ALL TENDERERS ARE ADVISED TO

More information

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/ Kenya Literature Bureau Tender Document For Book Binding Glue ------------------------------------------------ TENDER NO: KLB/T/04/2016-2017 CLOSING DATE 12-5-2016 TABLE OF CONTENTS SECTION I INVITATION

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION. KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-050-2018 TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION. (Reserved for Persons Living with Disabilities) Kenya Electricity

More information

INTERNATIONAL TENDER DOCUMENT FOR PROCUREMENT OF

INTERNATIONAL TENDER DOCUMENT FOR PROCUREMENT OF Telephone Shilpa Sangstha (TSS) Limited Tongi, Gazipur, Bangladesh INTERNATIONAL TENDER DOCUMENT FOR PROCUREMENT OF Components and Accessories for 20,000 pcs DOEL Laptops 10.1 Model Basic 0703E and Spare

More information

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/ Serial No. REPUBLIC OF KENYA MINISTRY OF HEALTH P.O. BOX 30016-00100, NAIROBI TENDER No. MOH/ONT/001/2017-2018 PROVISION OF HOTEL ACCOMMODATION, CONFERENCE FACILITIES AND BANQUETING TABLE OF CONTENTS Page

More information

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS CHEMELIL SUGAR COMPANY LIMITED TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS YEAR: 2011/2012 TENDER NO: CSCL/T/2011-2012/7 Table of Contents Page Section A INVITATION FOR TENDERS 3 Section B GENERAL

More information

THE UNITED REPUBLIC OF TANZANIA MINISTRY OF HEALTH, COMMUNITY DEVELOPMENT, GENDER AND CHILDREN MEDICAL STORES DEPARTMENT. msd

THE UNITED REPUBLIC OF TANZANIA MINISTRY OF HEALTH, COMMUNITY DEVELOPMENT, GENDER AND CHILDREN MEDICAL STORES DEPARTMENT. msd THE UNITED REPUBLIC OF TANZANIA MINISTRY OF HEALTH, COMMUNITY DEVELOPMENT, GENDER AND CHILDREN MEDICAL STORES DEPARTMENT msd medical stores department INTERNATIONAL COMPETITIVE BIDDING INVITATION FOR TENDER

More information

NATIONAL BIOSAFETY AUTHORITY

NATIONAL BIOSAFETY AUTHORITY NATIONAL BIOSAFETY AUTHORITY RESTRICTED TENDER FOR PROVISION OF CONSULTANCY SERVICES FOR RECRUITMENT OF CHIEF EXECUTIVE OFFICER TENDER NO NBA/RE/01/2017/2018 NATIONAL BIOSAFETY AUTHORITY LOCATED AT COMMISSION

More information

THE MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR SUPPLY OF DIESEL, BOILER FUEL (FURNACE OIL) AND LPG GAS. Tender No: MMH-PHS

THE MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR SUPPLY OF DIESEL, BOILER FUEL (FURNACE OIL) AND LPG GAS. Tender No: MMH-PHS THE MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR SUPPLY OF DIESEL, BOILER FUEL (FURNACE OIL) AND LPG GAS Tender No: MMH-PHS-17-25 Closing Date: 6 th February, 2017 at 10.30 hours (EA Time) January

More information

THE TECHNICAL UNIVERSITY OF KENYA

THE TECHNICAL UNIVERSITY OF KENYA 1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR TENDER FOR PRINTING OF EXAMINATION BOOKLETS, FILE FOLDERS AND ENVELOPES TUK/T/05/2016-17 ALL TENDERERS ARE ADVISED TO READ CAREFULLY THIS TENDER

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES TABLE OF CONTENTS Page INTRODUCTION. 3 SECTION I INVITATION TO TENDER. 4 SECTION II INSTRUCTIONS TO TENDERERS.. 5 APPENDIX TO INSTITUTIONS TO TENDER.

More information

MINISTRY OF INTERIOR AND CO-ORDINATION OF NATIONAL GOVERNMENT ADMINISTRATION POLICE SERVICE

MINISTRY OF INTERIOR AND CO-ORDINATION OF NATIONAL GOVERNMENT ADMINISTRATION POLICE SERVICE REPUBLIC OF KENYA MINISTRY OF INTERIOR AND CO-ORDINATION OF NATIONAL GOVERNMENT ADMINISTRATION POLICE SERVICE TENDER NO. MICNG/APS/004/2017-2019 FOR SUPPLY OF ASSORTED ITEMS (RESERVED FOR YOUTH, WOMEN

More information

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups)

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/SC/OT/012/2016-2017 TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups) CLOSING

More information

TENDER DOCUMENT INTERNATIONAL COMPETITIVE BIDDING (ICB)

TENDER DOCUMENT INTERNATIONAL COMPETITIVE BIDDING (ICB) BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: comm@centralbank.go.ke TENDER DOCUMENT INTERNATIONAL

More information

KENYA PORTS AUTHORITY

KENYA PORTS AUTHORITY KENYA PORTS AUTHORITY KPA/006/2016-17/PSM SUPPLY OF LUBRICANTS TENDER DOCUMENT JULY, 2016 TABLE OF CONTENTS 2 TABLE OF CONTENTS TABLE OF CONTENTS...2 ABBREVIATIONS AND ACRONYMS...3 SECTION I: INVITATION

More information

TENDER FOR PROCUREMENT OF FRESH MILK FOR THE

TENDER FOR PROCUREMENT OF FRESH MILK FOR THE BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: comms@centralbank.go.ke TENDER FOR PROCUREMENT OF FRESH

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-070-2016 TENDER FOR SUPPLY OF DIRECTIONAL DRILLING TOOLS FOR GEOTHERMAL DEVELOPMENT DIVISION (Directional Survey Tools and Wireline Logging Winch) Kenya

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF COFFEE SEEDLINGS TENDER NO: CGN/MOALF/A/013/2015-2016 Instruction to Tenderers Agreement Annexes DECEMBER 2015 COUNTY

More information

TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.

TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11. TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.00AM TENDER NO. NCA/T/16/2017-2018 TABLE OF CONTENTS PAGE SECTION

More information

TENDER DOCUMENT FOR LEASING OF PHOTOCOPIER MACHINE TENDER NO: KNH/T/73/

TENDER DOCUMENT FOR LEASING OF PHOTOCOPIER MACHINE TENDER NO: KNH/T/73/ ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR LEASING OF PHOTOCOPIER MACHINE TENDER NO: KNH/T/73/2017-2018 Page 1 of 48 CONTENTS INTRODUCTION.. 3 SECTION I INVITATION TO TENDER.. 3 SECTION II

More information

TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT

TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT GEOTHERMAL DEVELOPMENT COMPANY LIMITED TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT CLOSING DATE AND TIME: 18 th OCTOBER, 2017

More information

Procurement Guidelines for. the Japanese Grants. (Type I)

Procurement Guidelines for. the Japanese Grants. (Type I) Procurement Guidelines for the Japanese Grants (Type I) Jan 2016 JAPAN INTERNATIONAL COOPERATION AGENCY (JICA) Procurement Guidelines for the Japanese Grants (Type I) Table of Contents Preface... 5 Chapter

More information

REPUBLIC OF KENYA MINISTRYOFTRANSPORT, INFRASTRUCTURE,HOUSINGANDURBAN DEVELOPMENT, STATEDEPARTMENT OFPUBLICWORKS P. O

REPUBLIC OF KENYA MINISTRYOFTRANSPORT, INFRASTRUCTURE,HOUSINGANDURBAN DEVELOPMENT, STATEDEPARTMENT OFPUBLICWORKS P. O REPUBLIC OF KENYA MINISTRYOFTRANSPORT, INFRASTRUCTURE,HOUSINGANDURBAN DEVELOPMENT, STATEDEPARTMENT OFPUBLICWORKS P. O. Box 30071-00100 NAIROBI Tel: +254-205-339-61 (SUPPLIES BRANCH) TENDER NO.SB/3/2016/2017

More information

TENDER NO. TCG/F&P/14/ FOR SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES AND BATTERIES (FRAMEWORK CONTRACT)

TENDER NO. TCG/F&P/14/ FOR SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES AND BATTERIES (FRAMEWORK CONTRACT) TENDER NO. TCG/F&P/14/2017-2018 FOR SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES AND BATTERIES (FRAMEWORK CONTRACT) OCTOBER 2017 SECTION I INVITATION TO TENDER Monday, 23 th OCTOBER 2017 TENDER NO:TCG/F&P/14/2017-2018

More information

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019 OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019 (ELIGIBLE TO UNDERWRITERS ONLY) CLOSING DATE: 7 TH MARCH AT 12.00 NOON Table

More information

KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION. HEADQUARTERS Kaptagat Road, Loresho P.O. BOX NAIROBI

KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION. HEADQUARTERS Kaptagat Road, Loresho P.O. BOX NAIROBI KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION HEADQUARTERS Kaptagat Road, Loresho P.O. BOX 57811-00200 NAIROBI Telephone: 4183301-20/0722-206986/88 TENDER NO: KALRO/020/HQTS/2016-2017 FOR SUPPLY,

More information

Haile Selassie Avenue P. O. Box Nairobi Kenya Telephone Telex Fax / TENDER DOCUMENT

Haile Selassie Avenue P. O. Box Nairobi Kenya Telephone Telex Fax / TENDER DOCUMENT BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 22324 Fax 310604/340192 TENDER DOCUMENT TENDER FOR SUPPLY AND DELIVERY OF BOTTLED DRINKING

More information

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NAME: PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NUMBER: PODCPF/TENDER/1/2013 SECRETARIAT OFFICE,

More information

SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES TENDER NO. CBK/038/

SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES TENDER NO. CBK/038/ BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 22324 Fax 310604/340192 SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL

More information

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PROCUREMENT OF INSURANCE SERVICES FOR THE HUDUMA KENYA STAFF TENDER NO.MPYG/HKS/T13/2017-2018

More information

TENDER FOR SUPPLY & DELIVERY OF SCHMIDT HAMMER UNIT AND GPS RECEIVERS AS PER ATTACHED SPECIFICATIONS

TENDER FOR SUPPLY & DELIVERY OF SCHMIDT HAMMER UNIT AND GPS RECEIVERS AS PER ATTACHED SPECIFICATIONS TENDER FOR SUPPLY & DELIVERY OF SCHMIDT HAMMER UNIT AND GPS RECEIVERS AS PER ATTACHED SPECIFICATIONS (RESERVED FOR YOUTH,WOMEN & PERSONS WITH DISABILITY) TENDER NO. NCA/T/14/2017-2018 CLOSING FRIDAY 24TH

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

SUPPLY AND DELIVERY OF BEEF CUBES, GOAT MEAT, CHICKEN LEGS AND EGGS

SUPPLY AND DELIVERY OF BEEF CUBES, GOAT MEAT, CHICKEN LEGS AND EGGS KENYA WATER INSTITUTE P.O. BOX 60013 00200, NAIROBI. TEL: 0722 207757 (020)-6003893/6003905/6007448 FAX: (020)-6006718 Email.info@kewi.or.ke Web: www.kewi.or.ke SUPPLY AND DELIVERY OF BEEF CUBES, GOAT

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-071-2016 TENDER FOR SUPPLY OF DRILLING ROCK BITS GEOTHERMAL DEVELOPMENT DIVISION (Roller cone and PDC- Polycrystalline Diamond Compact) Kenya Electricity

More information

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF FRESH MEAT AND MEAT PRODUCTS (BEEF, MUTTON, FISH AND CHICKEN)

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF FRESH MEAT AND MEAT PRODUCTS (BEEF, MUTTON, FISH AND CHICKEN) DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF FRESH MEAT AND MEAT PRODUCTS (BEEF, MUTTON, FISH AND CHICKEN) DeKUT/OT/011/2016-2017 MAY 2016 TABLE OF CONTENTS Contents

More information

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF TYRES AND TUBES TENDER NO. KMTC/4/ FOR THE YEAR AT A.M.

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF TYRES AND TUBES TENDER NO. KMTC/4/ FOR THE YEAR AT A.M. KMTC/QP-17/S32 KENYA MEDICAL TRAINING COLLEGE - NAIROBI TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF TYRES AND TUBES TENDER NO. KMTC/4/2015 2016 FOR THE YEAR 2015 2016 CLOSING DATE: 28 TH MAY 2015 AT 10.00

More information

ADVERTISEMENT NATIONAL COMPETITITVE BIDDING (NCB)

ADVERTISEMENT NATIONAL COMPETITITVE BIDDING (NCB) ADVERTISEMENT NATIONAL COMPETITITVE BIDDING (NCB) Tender No. KMF/HQs/12/2017-2018: For Procurement of Supply and Delivery of Assorted Parts and servicing of RV Mtafiti - Kenya Marine and Fisheries Research

More information

SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR (FRAMEWORK AGREEMENT)

SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR (FRAMEWORK AGREEMENT) TURKANA COUNTY GOVERNMENT OFFICE OF THE COUNTY SECRETARY TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR 2017-2018 (FRAMEWORK AGREEMENT) (RESERVED FOR YOUTH WITH AGPO CERTIFICATE)

More information

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE KENYA CEREAL ENHANCEMENT PROGRAMME CLIMATE RESILIENT AGRICULTURAL LIVELIHOODS WINDOW (KCEP-CRAL) TENDER FOR SUPPLY, AND

More information

KP1/9AA-2/PT/26/CS/15-16 FOR PROVISION OF ADVERTISING &MEDIA SERVICES December, 2015

KP1/9AA-2/PT/26/CS/15-16 FOR PROVISION OF ADVERTISING &MEDIA SERVICES December, 2015 KP1/9AA-2/PT/26/CS/15-16 FOR PROVISION OF ADVERTISING &MEDIA SERVICES 2015-2017 December, 2015 ALL TENDERERS ARE ADVISED TO CAREFULLY READ THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING ANY BIDS (E-PROCUREMENT

More information

Jaipur Zila Dugdh Utpadak Sahakari Sangh Ltd. Tender document. for PEST CONTROL RATE CONTRACT SIGNATURE OF THE TENDERER

Jaipur Zila Dugdh Utpadak Sahakari Sangh Ltd. Tender document. for PEST CONTROL RATE CONTRACT SIGNATURE OF THE TENDERER Jaipur Zila Dugdh Utpadak Sahakari Sangh Ltd. Tender document for PEST CONTROL RATE CONTRACT Disclaimer A. The information contained in this Tender/Bid document provided to the Bidder(s), by or on behalf

More information

JUDICIARY OF KENYA (PRINTING, SUPPLY AND DELIVERY OF ASSORTED FOLDERS, )

JUDICIARY OF KENYA (PRINTING, SUPPLY AND DELIVERY OF ASSORTED FOLDERS, ) JUDICIARY OF KENYA (PRINTING, SUPPLY AND DELIVERY OF REPUBLIC OF KENYA THE JUDICIARY TENDER NO.: JUD/049/2012-2013 PRINTING, SUPPLY & DELIVERY OF ASSORTED FOLDERS P.O.BOX 30041-00100 TEL: (020) 2221221

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM-13-2017 OPEN NATIONAL TENDER FOR SUPPLY OF TYRES AND TUBES FOR KENYA ELECTRICITY GENERATING COMPANY. FRAMEWORK TENDER 2017-2019 Kenya Electricity Generating

More information

TENDER FOR SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES ON FRAMEWORK ARRANGEMENT FOR CENTRAL BANK OF KENYA

TENDER FOR SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES ON FRAMEWORK ARRANGEMENT FOR CENTRAL BANK OF KENYA BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 22324 Fax 310604/340192 TENDER FOR SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS

More information

IFT Schedule Value: BDT 1000 (for hard copy only) Free Download of IFT Schedule; (Under Tender Notification) FOR

IFT Schedule Value: BDT 1000 (for hard copy only) Free Download of IFT Schedule;  (Under Tender Notification) FOR IFT Schedule Value: BDT 1000 (for hard copy only) Free Download of IFT Schedule; http://procurement.scibd.info (Under Tender Notification) INVITATION FOR TENDER FOR PROCUREMENT AND DISTRIBUTION OF A. MALE

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD 099-2017 TENDER FOR SUPPLY OF SPARE PARTS FOR NATIONAL TYPE 370 (N370) DRILLING RIG AND AUXILIARY EQUIPMENT FOR GEOTHERMAL DEVELOPMENT DIVISION (Open

More information

N O T I F I C A T I O N

N O T I F I C A T I O N Islamabad, June 9, 2004 N O T I F I C A T I O N S.R.O. 432(I)/2004.- In exercise of the powers conferred by section 26 of the Public Procurement Regulatory Authority Ordinance, 2002 (XXII of 2002), the

More information

TENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES

TENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: info@kentrade.go.ke TENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES TENDER

More information

Table of Clauses. A. General Scope of Bid Eligible Bidders Corrupt, Fraud Eligible Goods and Services...

Table of Clauses. A. General Scope of Bid Eligible Bidders Corrupt, Fraud Eligible Goods and Services... Table of Clauses A. General...5 1. Scope of Bid...5 2. Eligible Bidders...5 3. Corrupt, Fraud...5 4. Eligible Goods and Services...6 B. The Bidding Documents...7 5. Content of Bidding Documents...7 6.

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-06-2018 TENDER FOR SUPPLY OF NUMERICAL PROTECTION RELAYS FOR OLKARIA POWER PLANTS. (OPEN NATIONAL) Kenya Electricity Generating Company Limited Stima

More information

PROVISION OF CAR TRACKING SERVICES

PROVISION OF CAR TRACKING SERVICES TENDER DOCUMENT FOR PROVISION OF CAR TRACKING SERVICES TENDER NO. NCA/T/013/2017-2018 NATIONAL CONSTRUCTION AUTHORITY P.O BOX 21046-00100 NAIROBI KENYA Email: info@nca.go.ke Web: www.nca.go.ke NOVEMBER

More information

NATIONAL AIDS CONTROL COUNCIL TENDER DOCUMENT FOR PROVISION OF FULLBOARD ACCOMMODATION AND CONFERENCE FACILITIES DURING NACC STAFF TEAM BUILDING

NATIONAL AIDS CONTROL COUNCIL TENDER DOCUMENT FOR PROVISION OF FULLBOARD ACCOMMODATION AND CONFERENCE FACILITIES DURING NACC STAFF TEAM BUILDING NATIONAL AIDS CONTROL COUNCIL TENDER DOCUMENT FOR PROVISION OF FULLBOARD ACCOMMODATION AND CONFERENCE FACILITIES DURING NACC STAFF TEAM BUILDING TENDER NO. NACC/RT/037/2017-18 NATIONAL AIDS CONTROL COUNCIL

More information

KP1/9AA-2/PT/21/NM/ TENDER FOR PREQUALIFICATION OF CONTRACTORS FOR ROADS/PAVEMENT OPENING/CUTTING, DUCTING AND REINSTATEMENT

KP1/9AA-2/PT/21/NM/ TENDER FOR PREQUALIFICATION OF CONTRACTORS FOR ROADS/PAVEMENT OPENING/CUTTING, DUCTING AND REINSTATEMENT KP1/9AA-2/PT/21/NM/15-16- TENDER FOR PREQUALIFICATION OF CONTRACTORS FOR ROADS/PAVEMENT OPENING/CUTTING, DUCTING AND REINSTATEMENT 2016-2018 October, 2015 ALL TENDERERS ARE ADVISED TO CAREFULLY READ THIS

More information

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/ TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/2015 2016 11 TH FLOOR, NATIONAL BANK BUILDING, HARAMBEE AVENUE P.O. BOX 58535-00100 TEL: +254 02 3244000 FAX: +254 02 3244277/377

More information

EMBU UNIVERSITY COLLEGE

EMBU UNIVERSITY COLLEGE EMBU UNIVERSITY COLLEGE (A CONSTITUENT COLLEGE OF THE UNIVERSITY OF NAIROBI) TENDER NO. EUC/06/2015-2016: FOR SUPPLY AND DELIVERY OF DRY FOODSTUFF AND PERISHABLES CLOSING DATE: APRIL 9TH 2014 AT 11.00

More information

University of Agriculture, Faisalabad. B i d d i n g D o c u m e n t s. Tender No.238/2018

University of Agriculture, Faisalabad. B i d d i n g D o c u m e n t s. Tender No.238/2018 University of Agriculture, Faisalabad B i d d i n g D o c u m e n t s Tender No.238/2018 SPECIAL INSTRUCTIONS - No cutting, erasing is allowed in the Tender bid. - Bid offered strictly in accordance with

More information

NATIONAL OIL CORPORATION OF KENYA. TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR PETROLEUM PRODUCTS Re advertisement

NATIONAL OIL CORPORATION OF KENYA. TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR PETROLEUM PRODUCTS Re advertisement NATIONAL OIL CORPORATION OF KENYA TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR PETROLEUM PRODUCTS Re advertisement NOCK/PRC/03(1220)2017-2018 NATIONAL OIL CORPORATION KAWI HOUSE, SOUTH

More information

TENDER DOCUMENT FOR THE PURCHASE OF GEL PERMEATION CHROMATOGRAPHY SYSTEM (PUR/FAPT/2652/15) UPPAL ROAD, TARNAKA HYDERABAD (TELANGANA STATE)

TENDER DOCUMENT FOR THE PURCHASE OF GEL PERMEATION CHROMATOGRAPHY SYSTEM (PUR/FAPT/2652/15) UPPAL ROAD, TARNAKA HYDERABAD (TELANGANA STATE) TENDER DOCUMENT FOR THE PURCHASE OF GEL PERMEATION CHROMATOGRAPHY SYSTEM (PUR/FAPT/2652/15) CSIR- INDIAN INSTITUTE OF CHEMICAL TECHNOLOGY UPPAL ROAD, TARNAKA HYDERABAD- 500 007 (TELANGANA STATE) INDIA

More information

TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR DRY CARGO

TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR DRY CARGO NATIONAL OIL CORPORATION OF KENYA TENDER FOR PROVISION OF CLEARING AND FORWARDING SERVICES FOR DRY CARGO NOCK/PRC/03(1006) NATIONAL OIL CORPORATION OF KENYA AON MINET HOUSE, 7 TH FLOOR MAMLAKA ROAD, OFF

More information

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES P. O. Box 713 01100 KAJIADO, KENYA TEL: 0703 969000, 0739 969000 Website: www.umma.ac.ke TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES TABLE OF CONTENTS PAGE SECTION I SECTION

More information

INVITATION FOR TENDER PROCUREMENT AND DISTRIBUTION OF MEDICAL EQUIPMENT FOR SCANU AND NICU THROUGH INTERNATIONAL COMPETITIVE BIDDING

INVITATION FOR TENDER PROCUREMENT AND DISTRIBUTION OF MEDICAL EQUIPMENT FOR SCANU AND NICU THROUGH INTERNATIONAL COMPETITIVE BIDDING IFT Schedule Value: BDT 1000 (for hard copy only) Free Download of IFT Schedule; http://procurement.scibd.info (Under Tender Notification) INVITATION FOR TENDER FOR PROCUREMENT AND DISTRIBUTION OF MEDICAL

More information

SOUTH EASTERN KENYA UNIVERSITY. Tender Document. For SUPPLY AND DELIVERY OF SODA AND MINERAL WATER

SOUTH EASTERN KENYA UNIVERSITY. Tender Document. For SUPPLY AND DELIVERY OF SODA AND MINERAL WATER SOUTH EASTERN KENYA UNIVERSITY Tender Document For SUPPLY AND DELIVERY OF SODA AND MINERAL WATER ------------------------------------------------ (Reserved for Youth, Women & Persons Living with Disability)

More information

TENDER FOR SUPPLY OF MEDUIM AND HIGH VOLTAGE CIRCUIT BREAKER TESTER FOR CENTRAL WORKSHOP

TENDER FOR SUPPLY OF MEDUIM AND HIGH VOLTAGE CIRCUIT BREAKER TESTER FOR CENTRAL WORKSHOP KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-CW-01-2017 TENDER FOR SUPPLY OF MEDUIM AND HIGH VOLTAGE CIRCUIT BREAKER TESTER FOR CENTRAL WORKSHOP Kenya Electricity Generating Company Limited Stima Plaza

More information

Janata Bank Limited T E N D E R D O C U M E N T FOR THE PROCUREMENT OF

Janata Bank Limited T E N D E R D O C U M E N T FOR THE PROCUREMENT OF Janata Bank Limited Divisional Office, Cumilla. Rajgonj Road,Chatipatty,Cumilla. Phone-081-72492, 72607, 76404. Fax-081-72608 Email: comilla@janatabank-bd.com Website: www.janatabank-bd.com Procurement

More information

Tender for Purchase & Supply of DNA Analyzer for Molecular Biology & Genetics Department Medical Research Centre LUMHS, Jamshoro.

Tender for Purchase & Supply of DNA Analyzer for Molecular Biology & Genetics Department Medical Research Centre LUMHS, Jamshoro. LIAQUAT UNIVERSITY OF MEDICAL & HEALTHS SCIENCES JAMSHORO BIDDING DOCUMENTS FOR Tender for Purchase & Supply of DNA Analyzer for Molecular Biology & Genetics Department Medical Research Centre LUMHS, Jamshoro.

More information

TENDER NO: KP1/9AA-2/PT/10/HR/15-16 FOR TRAINING FOR PROJECT MANAGEMENT AND PROPOSAL WRITING PROGRAMME OCTOBER, 2015

TENDER NO: KP1/9AA-2/PT/10/HR/15-16 FOR TRAINING FOR PROJECT MANAGEMENT AND PROPOSAL WRITING PROGRAMME OCTOBER, 2015 TENDER NO: KP1/9AA-2/PT/10/HR/15-16 FOR TRAINING FOR PROJECT MANAGEMENT AND PROPOSAL WRITING PROGRAMME OCTOBER, 2015 ALL TENDERERS ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE

More information

KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/

KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/ KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, TRAINING AND COMMISSIONING OF A CABIN MOCK- UP EQUIPMENT FOR CABIN ATTENDANTS TRAINING FOR EAST AFRICAN

More information

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND FITTING OF TYRES AND TUBES FOR KRA MOTOR VEHICLES - TWO (2) FRAMEWORK AGREEMENT

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND FITTING OF TYRES AND TUBES FOR KRA MOTOR VEHICLES - TWO (2) FRAMEWORK AGREEMENT TENDER DOCUMENT FOR SUPPLY, DELIVERY AND FITTING OF TYRES AND TUBES FOR KRA MOTOR VEHICLES - TWO (2) FRAMEWORK AGREEMENT TENDER NO. KRA/HQS/NCB-040/2017-2018 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL:

More information

TENDER NO. KP1/9AA-3/PT/03/13-14 FOR SUPPLY OF 33KV VACUUM AUTOMATIC RECLOSERS ( POLE MOUNTED)

TENDER NO. KP1/9AA-3/PT/03/13-14 FOR SUPPLY OF 33KV VACUUM AUTOMATIC RECLOSERS ( POLE MOUNTED) TENDER NO. KP1/9AA-3/PT/03/13-14 FOR SUPPLY OF 33KV VACUUM AUTOMATIC RECLOSERS ( POLE MOUNTED) APRIL 2013 ALL TENDERERS ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS ENTIRETY BEFORE MAKING

More information

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION TENDER NO.SRC /CS/06/ 2017-2018: FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION RESERVED FOR AGPO (YOUTH, WOMEN AND PERSONS WITH DISABILITIES)

More information

Section II. Instructions to Bidders

Section II. Instructions to Bidders 1. Scope of Bid Section II. Instructions to Bidders A. General 1.1. The procuring entity named in the BDS (hereinafter referred to as the Procuring Entity ) wishes to receive bids for supply and delivery

More information