BIDDING DOCUMENTS FOR DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND TRAINING OF 378 NOS. OF STANDARD GAUGE CARS FOR MUMBAI METRO PROJECT

Similar documents
NOTICE INVITING TENDER (NIT)

SUMMARY SHEET ADDENDUM-1

NOTICE INVITING TENDER (NIT)

KOLKATA METRO RAIL CORPORATION LIMITED EAST WEST METRO PROJECT

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

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated:

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

TENDER DOCUMENT FOR PURCHASE OF: POLYCARBONATE INSERTS OF RS. 10 Tender Number: /COINING, Dated:

INDIA SECURITY PRESS

TENDER DOCUMENT FOR PURCHASE OF: DIFFERENT TYPES OF CONVEYOR BELT. Tender Number: /COINING, Dated:

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

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

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

TENDER DOCUMENT FOR PURCHASE OF: VARIOUS TYPES OF FILES Tender Number: /PURCHASE, Dated:

Anneuxure -II: Amendments - 03 Amendments (BID No: SECI/C&P/IITB/SoUL/ Amendment - 03) NIT: SECI/C&P/IITB/SoUL/102016

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

Standard Bid Document

NOTICE INVITING TENDER (e-tender)

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

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

TENDER DOCUMENT FOR PURCHASE OF: ELECTRICAL SAFETY AUDIT OF CURRENCY NOTE PRESS Tender Number: /, Dated:

Tender. for. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR PURCHASE OF: AMC OF ACE BATTERY OPERATED FORKLIFT Tender Number: /ERS, Dated:

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET

Procurement of Goods

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated:

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

SECURITY PAPER MILL, HOSHANGABAD. SINGLE BID TENDER DOCUMENT FOR SUPPLY OF Submersible Pump

PROFORMA OF POWER OF ATTORNEY BY THE JOINT VENTURE/ CONSORTIUM MEMBERS (Non Judicial Stamp of Rs.100/- duly notarized)

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

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

DELHI METRO RAIL CORPORATION LTD. Contract No: - AMCC-01

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

22. Details of CIDA registration including specialty and grade.

UV-Visible Spectrophotometer

INVITATION OF TENDER BIDS WATER TANKS

Procurement of Goods. Guidelines for Preparing Responsive Bids for. National and International. Competitive Bidding PPRA.

ANNEXURE - C TO OT E/ FOR CYLINDR, COVER AND ADJ.DISC CASTINGS CHECK LIST STANDARD COMMERCIAL TERMS & CONDITIONS S

TENDER DOCUMENT FOR PURCHASE OF: INCREMENTAL ENCODER. Tender Number: /COUNTING, Dated:

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT

TENDER DOCUMENT FOR PURCHASE OF: ULTRASONIC SENSOR Tender Number: /ELECTRIC, Dated:

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

TENDER DOCUMENT FOR PURCHASE OF: PILZ SAFETY DEVICE (INCLUDING PLUG CONNECTOR AND PROGRAMMING) Tender Number: /ELECTRIC, Dated:

TENDER ENQUIRY DOCUMENT

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS

TENDER DOCUMENT FOR PURCHASE OF: AMC OF AIR DRYER AND CHILLER UNIT. Tender Number: /OSM, Dated:

PEC University of Technology, Chandigarh

IMPORTANT NOTICE SUPPLIERS SHALL TAKE NOTICE ON THE FOLLOWING POINTS FOR ITS STRICT COMPLIANCE.

TENDER DOCUMENT FOR THE PURCHASE OF. 500 MHz NMR SPECTROMETER SOCIETY FOR BIOTECHNOLOGY INCUBATION CENTRE. Registered Office: Plot No 15A,

TENDER ENQUIRY DOCUMENT

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

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

SOCIAL INFRASTRUCTURE DEVELOPMENT FUND

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

TERMS AND CONDITIONS OF THE INVITATION TO BID

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

TENDER DOCUMENT FOR PURCHASE OF: MOTOTRBO WITH DISPLAY. Tender Number: /ERS, Dated:

TENDER DOCUMENT FOR PURCHASE OF: ARCNET CARD,8 BIT,XT/AT AIS BUS Tender Number: /ELE,WORKSHOP, Dated:

3 rd Mile Stone, Faridabad-Gurgaon Expressway, Faridabad Phone:

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

Supply and Installation of A3 Size Scanner

GOVERNMENT OF TAMILNADU

Place of sale of Tender Document - INDIA GOVT. MINT, MUMBAI. Closing date and time for receipt of Tender AT A.M.

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR PURCHASE OF: AMC OF OTIS ELEVATOR AT RBI BUILDING Tender Number: /ELECTRIC, Dated:

TENDER DOCUMENT FOR PURCHASE OF: AMC OF AIR DRYER AND CHILLER UNIT. Tender Number: /OSM, Dated:

COUNTY OF OSWEGO PURCHASING DEPARTMENT

TENDER DOCUMENT FOR PURCHASE OF: TIMING UNIT CARD(ABB 35 TP 90 R1) Tender Number: /ELECTRICSHOP, Dated:

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

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

Description Clause No. and Page No. of Original Tender Document Amendment

NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise) TENDER DOCUMENT FOR TWO PART TENDER FOR

Tender documents for supply of Lithium Inorganic Battery cell 3.6 volts. Tender No. 130 /2011 Dated 28 /02/2012. M/s. Address

GOVERNMENT OF INDIA VMMC & SAFDARJANG HOSPITAL INDEX. Section Topic Page No. Section I Notice inviting Tender (NIT) 2

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

Sl. No. Query/ Concern Clarification/ Information/ Amendment

Instructions to Bidders Page 1 of 8

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

Tender. For. Scrub Stations

The tender document may be download from the website,www,cdac.in/

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

WEBSITE : igmmumbai.spmcil.com.

Security Classification: Non-Security (Spares) TENDER DOCUMENT FOR SUPPLY OF FILTERS FOR AHU. This tender document contains 45 pages

EXPRESS NATIONAL COMPETITIVE BIDDING NO DATED: FOR HIRING OF SERVICES FOR TAX CONSULTANCY

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

WEBSITE : igmmumbai.spmcil.com NATIONAL COMPETITIVE BIDDING NO DATED: ANNUAL CONTRACT FOR PUBLISHING ADVERTISEMENTS.

Procurement of Works

BHARATIYA RESERVE BANK NOTE MUDRAN PRIVATE LIMITED PO: RBNM, SALBONI, DISTRICT - WEST MIDNAPORE, WEST BENGAL

TAMILNADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

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

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

Transcription:

Addendum No. 3 Page 1 of 12 BIDDING DOCUMENTS FOR DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND TRAINING OF 378 NOS. OF STANDARD GAUGE CARS FOR MUMBAI METRO PROJECT BID NO. MRS1 ADDENDUM NO. 3

Addendum No. 3 Page 2 of 12 MRS1 Bid document: Addendum No. 3 Part, Section, Clause, Description, Page, Location etc. Section-2: Bid Data Sheet A. General: Paragraph No. xii Page 1 of 13 Amendments xii. A Single Entity shall mean single Applicant, including its 100% wholly owned subsidiaries in line with the following: the subsidiary must be under the Applicant s immediate control in respect of rights, liabilities, assets and obligation, and the Applicant s Board of Directors must have entrusted with the authority and responsibility to discharge all necessary and essential decisions and functions for the subsidiary. xii. A Single Entity shall mean a bidder other than JV/consortium/associate. Section-2: Bid Data Sheet: Attachment BDS- A1 Clause 1.2 (i) Page 7 of 13 Section-2: Bid Data Sheet: Attachment BDS- A1 Clause 1.2 Page 8 of 13 Section-2: Bid Data Sheet: Attachment BDS-A2 Clause 1, Deviations from the bid document: last Paragraph Page 10 of 13 DELETE THE WORD this FROM THE FOLLOWING PARAGRAPH Para wise Yes/No compliance for Requirements for Qualification Criteria as per para 2 of this Section-3 complete with information to be submitted as per forms mentioned for individual item; ADD THE FOLLOWING AFTER CLAUSE 1.2 (xxv) (xxvi) 7 to the Form of Bid ; (xxvii) 8 to the Form of Bid. Should any further document be required in pursuance to paragraph 1.2(xxiv) of BDS- A1 above, the Bidder will be instructed by the Employer which package of the Bidder s submission is to contain such document. The documents identified in paragraph 1.2 (xiii) and (xiv) of BDS-A1 above will be used for the purpose of analysing and evaluating the bid but will not form part of the contract unless same shall have been expressly incorporated into the contract in accordance with BDS 'ITB 8'. The Bidder shall also submit a soft copy (CD-in MS Office Software format) of all the bid submissions but in case of any discrepancy, the hard copy shall prevail in

Addendum No. 3 Page 3 of 12 accordance with clause 29.1 of Section-4, to Form of Bid. Should any further document be required in pursuance to paragraph 1.2(xxv) of BDS- A1 above, the Bidder will be instructed by the Employer which package of the Bidder s submission is to contain such document. The documents identified in paragraph 1.2 (xiii) and (xiv) of BDS-A1 above will be used for the purpose of analysing and evaluating the bid but will not form part of the contract unless same shall have been expressly incorporated into the contract in accordance with 'ITB 8'. Sheet: Annexure TBS-2 A. General Requirements Clause 1.1.2: Duty Exemption and/or Deemed Export Benefits: last paragraph of (a) Page 4 of 12 In case the exemption as above is not available, Bidders may like to ascertain the extent of availability of deemed export benefits. It may be noted that the finished offshore manufactured cars as well as Spares, Jigs, Fixtures, Special tools and Testing and Diagnostic equipment, etc. required to be delivered directly in DMRC depot at Mumbai from the Indian Port shall be considered on Free On Board (FOB-Port of Origin to be named) basis with sale taking place on High Seas. However, during execution of the contract the Engineer reserves the right and at his sole discretion may instruct the contractor for supplies on Delivered Duty Paid (DDPup to destination at DMRC depot, Mumbai)/ Cost Insurance and Freight (CIF-port of destination to be named) etc. basis and the Engineer s instruction shall be final and binding from the date of issue of such instructions. All financial implication, if any on account of the instruction not being followed in letter and spirit by the contractor shall solely be borne by the contractor. The responsibility, risk and liabilities arising on account of import and delivery of these goods at site i.e. Freight, transportation, unloading, custom clearance, inland transportation, unloading at site as specified by the Employer etc. lie with the contractor. In case the exemption as above is not available, Bidders may like to ascertain the extent of availability of deemed export benefits. It may be noted that the finished offshore manufactured cars as well as Spares, Jigs, Fixtures, Special tools and Testing and Diagnostic equipment, etc. required to be delivered directly in depot at Mumbai from the Indian Port shall be considered on Cost Insurance Freight (CIF) basis with title transfer taking place on High Seas or otherwise. Despite transfer of title all types of risks vest with the contractor till final handing over of the equipment to DMRC in Mumbai. Financial implication, if any on account of the instruction not being followed in letter and spirit by the contractor shall solely be borne by the contractor. The responsibility, risk and liabilities arising on account of import and delivery of these goods at site i.e. Freight, transportation, unloading, custom clearance, inland transportation, unloading etc. at site in Mumbai as specified by the Employer etc. lie with the contractor. DELETE THE FOLLOWING FROM CLAUSE 1.2 Price Adjustment for Coaches with Aluminium Carbody: Where: P 1 = P 0 0. 85 + 0. 05 A 1 A 0 + 0. 05 S 1 S 0 + 0. 05 C 1 C 0 P 0

Addendum No. 3 Page 4 of 12 Sheet: Annexure TBS-2 A. General Requirements Clause 1.2: Price Variation Page 7 of 12 P 1 P 0 A S C Price Adjustment (increase / decrease) amount per car in respective currencies. Cost per car (in respective currency) calculated by total value of the Contract Price and nos. of cars ordered (without considering the quantity variation). Price index of Aluminium per MT as published by LME in USD. Stainless Steel Price Index as published by CRUspi Price index of Copper per MT as published by LME in USD Subscript 0 refers to indices as on 28 days prior to date of submission of Bid. Subscript 1 refers to indices as on 120 days prior to date of shipment of last car of a trainset. Sheet: Annexure TBS-3 Clause 5: Service Experience of Cars and Equipment: First paragraph Page 3 of 45 Sheet: AnnexureTBS-3 Attachment-I Page 5 of 45 to 10 of 45 The Bidder shall furnish the information as required and in the format given in Attachment-I, Table-1 Service Experience of Cars and Equipment related to service experience of complete cars and main equipment/sub-systems with similar design specifications and ratings, as far as possible. The information shall be submitted for five MRTS projects in revenue service for at least five years (in each MRTS) outside the country of origin and in three different countries. In case equipment has been used in DMRC or in India, then shall be specifically mentioned and may be included. The Bidder shall furnish the information as required and in the format given in Attachment-I, Table-1 Service Experience of Cars and Equipment related to service experience of complete cars and main equipment/sub-systems (except propulsion system) with similar design specifications and ratings, as far as possible. The information shall be submitted for three MRTS projects in revenue service for at least three years (in each MRTS) outside the country of origin and in three different countries. For Propulsion System, the requirements as specified under Section-3, Clause 2.2.2.2 shall be applicable. In case equipment has been used in DMRC or in India, then shall be specifically mentioned and may be included. DELETE THE FOLLOWING COLUMNS FROM TABLE 1, 1(A) AND 1(B) Project 4 and Project 5.

Addendum No. 3 Page 5 of 12 Sheet: AnnexureTBS-3 Attachment-I: Table-1(A): MDBCF of major sub-systems (Service Experience): S.No. x Page 8 of 45 Sheet: Annexure TBS-3 Attachment-I: Table-3 Service Experience of the proposed Bogie Page 13 of 45 Sheet: AnnexureTBS-3 Attachment-I: Table-3 Page 13 of 45 x x TIMS TCMS THE FOLLOWING IN THE TABLE-3 Criteria for The bogie proposed to be supplied against this Bid shall be of technical proven design principles. Similar bogies as proposed for this Bid qualification of should have established their satisfactory performance and the Bogie reliability on at least three mass rapid transits in revenue service Manufacturer over a period of 5 years or more (in each MRTS) either outside country of origin or in Indian Metros. Criteria for The bogie proposed to be supplied against this Bid shall be of technical proven design principles. Similar bogies as proposed for this Bid qualification of should have established their satisfactory performance and the Bogie reliability on at least three mass rapid transits in revenue service Manufacturer over a period of 3 years or more (in each MRTS) either outside country of origin in three different countries or in Indian Metros. THE FOLLOWING IN THE TABLE-3 SERVICE EXPERIENCE OF THE PROPOSED BOGIE, REFERENCE PARAMETERS, LAST COLUMN Operating Experience (>= 5 Yrs) Operating Experience ( 3 Yrs)

Addendum No. 3 Page 6 of 12 Forms: Price Bid Submission Sheet: Annexure PBS- Pricing Document Page 2 of 33 Section-4: Price Bid Submission Sheet, Annexure PBS: Cost Centre G: Page 16 of 33 Section-4: Price Sheet, Annexure PBS: Cost Centre GA1 & GA2 Page 18 of 33 to 21 of 33. Section-4: Price Sheet, Page 29 of 33 Section-4: Price Sheet, Cost Centre H- Training and Manuals IV. IV. Description REDUCTION IN LUMP SUM PRICE FOR NON PROVISION OF 'First Class' DM Car (Clause 1.1.6.1 and 1.1.6.2 of ERTS) IN A 6-CAR TRAIN Description REDUCTION IN LUMP SUM PRICE FOR NON PROVISION OF 'First Class' DM Car (Clause 1.1.6.1 and 1.1.6.2 of ERTS) IN ALL THE 6- CAR TRAINSETS Amount (excluding taxes) Foreign curreny(ies) Col A Indian Rupees Col B Amount (excluding taxes) Foreign currency(ies) Col A ADD THE FOLLOWING AT THE END OF THE NOTES '7' Performance Certificate for Contract 'MRS1'. (* set means as used in 3-car unit ) Indian Rupees Col B (* set means as used in 3-car unit ; Trainset means as used in 6-car trainset ) DELETE THE FOLLOWING FROM ANNEXURE PBS: COST CENTRE H- TRAINING AND MANUALS, PARAGRAPH 1 off-shore H1 Training of Project Owner s/employer s Driving Instructors and Drivers ( 1 man month) in operation of MRTS off-shore. H2 Training of Project Owner s/employer s maintenance personnel ( 05 man months)

Addendum No. 3 Page 7 of 12 Page 30 of 33 in Contractor s/sub Contractor s Works and MRTS Offshore. H3 Provision of Contractor s Driving Instructors (2 man months) for Training of Project Owner s/employer s operating personnel in India. H4 Provision of Contractor s Instructors or OEM s Experts (12 man month) for Training of Project Owner s/employer s maintenance personnel in India. Forms: Bidder s Qualification, Form FIN-2, Page 17 of 19 *Note: last Paragraph Page 3 of 50 H1 Training of Project Owner s Driving Instructors and Drivers ( 2 man months) in operation of MRTS. H2 Training of Project Owner s/employer s maintenance personnel ( 10 man months) in Contractor s/sub Contractor s Works and MRTS. H3 Provision of Contractor s Driving Instructors (2 man months) for Training of Project Owner s operating personnel in India. H4 Provision of Contractor s Instructors or OEM s Experts (12 man month) for Training of Project Owner s maintenance personnel in India. DELETE THE FOLLOWING FROM ''FORM FIN-2: SIZE OF OPERATION (AVERAGE ANNUAL TURNOVER)'', FIRST PARAGRAPH Rolling Stock manufacture only. clause 32.1 clause 32(a).1

Addendum No. 3 Page 8 of 12 Clause 4 (ii) Page 5 of 50 Clause 5 Page 6 of 50 Page 6 of 50 Clause 11 Page 7 of 50 (ii) For all Minor (except Key Dates 1 and 2 ) and all Major Key dates 0.1% of the total value of the amounts apportioned to the affected Milestones relevant to the Key date for each Calendar day of delay for first 30 Calendar days. 0.25% of the total value of the amounts apportioned to the affected Milestones relevant to the Key date for each Calendar day of delay for delays beyond 30 Calendar days. (ii) For all Minor (except Key Dates 1 and 2 ) and all Major Key dates 0.2% of the total value of the amounts apportioned to the affected Milestones relevant to the Key date for each Calendar day of delay for first 30 Calendar days. 0.50% of the total value of the amounts apportioned to the affected Milestones relevant to the Key date for each Calendar day of delay for delays beyond 30 Calendar days. 5. Defects Liability Period (GCC Sub- Clause 10) 5. Defects Liability Period (GCC Sub- Clause 10) ADD THE FOLLOWING CLAUSE AFTER CLAUSE 7 7A. Amount of Professional Indemnity insurance (GCC Sub Clause 15.1) 11. Amount and validity of Bid Guarantee/ Security : 24 months from the date of issue of Taking Over Certificate for last train set (including the last trainset of the increased quantity, if quantity variation option is exercised). : Defect Liability Period shall start from commissioning of first train up to 24 months from the date of taking over of the last train after its introduction into revenue operation. INR 390 Million : 10% (Ten percent) of the Contract Price. 60 days beyond the validity date of the Bid(if submitted in the form of Banker s Cheque/Demand Draft, the same shall be valid for a minimum period of 60 days from the date for Bid submission )

Addendum No. 3 Page 9 of 12 S.No.29: Format and Signing of Bid Clause 29.2 Page 17 of 50 S.No.30: Submission of Bids Clause 30.1.2: last paragraph Page 18 of 50 S.No.30: Submission of Bids Clause 30.3.2: First paragraph Page 19 of 50 11. Amount and validity of Bid Guarantee/Security sub-clauses 32.1 or 32.2 sub-clauses 32(a).1 or 32(a).2 INR 390 Million 28 days beyond the validity date of the Bid(if submitted in the form of Banker s Cheque/Demand Draft, the same shall be valid for a minimum period of 60 days from the date for Bid submission ). Name and address of the Bidder to enable the Bid to be returned unopened in case it is declared late pursuant to paragraph 30.2 or deemed unresponsive in accordance with clause 1.6.5 of Section-3, Submission and Technical Evaluation or for any other reason. Name and address of the Bidder to enable the Bid to be returned unopened in case it is declared late pursuant to paragraph 30.2 or deemed unresponsive in accordance with clause 1.5 of Section-2, Attachment BDS-A3 to Bid Data Sheet or for any other reason. Clause 32.1 Clause 32(a).1 ii) In case of submission of notice of MODIFICATION or SUBSTITUTION, the corresponding modified or substituted bid shall comprise of complete Bid submissions as required as per Clause 1.4: Documents comprising Technical Package of Section-3: Evaluation and Qualification Criteria, clauses 29 and 30.1 above and shall supercede the earlier bid submission.

Addendum No. 3 Page 10 of 12 S.No.30: Submission of Bids Clause 30.3.2(b)(ii) Page 20 of 50 S.No.31: Bid Opening Clause 31.2: First paragraph Page 22 of 50 ii) In case of submission of notice of MODIFICATION or SUBSTITUTION, the corresponding modified or substituted bid shall comprise of complete Bid submissions as required as per Clause 1: Documents comprising Technical Package of Section-2, Attachment BDS-A1 to Bid Data Sheet, clauses 29 and 30.1 above and shall supercede the earlier bid submission. The Bidder is to note that Financial Package of Bid submissions of which Technical Package has satisfied the review in sub-paragraph 31.1 will be opened with the bid sums posted. The date, time, and place of opening will be advised to Bidders whose Technical Package have been found acceptable so that they can be present at the stipulated time of opening of Financial Package. The Bidder is to note that Financial Package of Bid submissions of which Technical Package has satisfied the review in sub-paragraph 31.1 and Technical Evaluation as per clause 1.1 of Section-2: Attachment BDS-A3 and whose Technical Package is found compliant as per 1.2 to 1.7 of Section-2: Attachment BDS-A3 will be opened with the bid sums posted. The date, time, and place of opening will be advised to Bidders whose Technical Package have been found acceptable so that they can be present at the stipulated time of opening of Financial Package. Attachment to Key Date No. 2, 3.2, 3.3.1, 4, 5.1, 6.1 & 6.6 Page No. 27 of 50 2 Completion of mock-ups in the works of contractor 64 3.2 Final design completion 88 3.3.1 Final design document delivery - Preliminary 100 4 Manufacture and Delivery in Depot of Prototype Train set 96 5.1 2 No. (Excluding 1 No. Prototype trainset) for nominated Depot for nominated Line 104 6.1 3 No. (Including 1 No. Prototype trainset) for nominated Depot for nominated Line in GoA2 114 6.6 12 No. Train Sets for nominated Depot for nominated Line in GoA2. 210 2 Completion of mock-ups in the works of contractor 52 3.2 Final design completion 76 3.3.1 Final design document delivery - Preliminary 88 4 Manufacture and Delivery in Depot of Prototype Train set 84 5.1 2 No. (Excluding 1 No. Prototype trainset) for nominated Depot for nominated Line 92 6.1 3 No. (Including 1 No. Prototype trainset) for nominated Depot for nominated Line in GoA2 98

Addendum No. 3 Page 11 of 12 6.6 12 No. Train Sets for nominated Depot for nominated Line in GoA2/GoA3/GoA4. 51 No. Train Sets to upgrade from GoA2 to GoA3/GoA4 210 Attachment to Note No. 6 Page No. 28 of 50 Section-4: Form of Bid: Appendix FB- 15 Page 46 of 50 Section-4: Form of Bid: Appendix FB- 18 Clause (i)- First Paragraph Page 49 of 50 Part-III, Section-8: Special Conditions of Contract Clause 30B.2.5(c)(ii) Page 30 of 42 Forms-Bidder s Qualification Form ELI-6: Proforma letter of application Key Date 7.2 Key Date 6.6 THE FOLLOWING FROM FORM OF BID APPENDIX FB 15 (by each constituent member in case of a joint venture or consortium). (by a person duly authorized to sign on behalf of the Bidder in case of a joint venture or consortium). Govt. Central/State Government of India ADD THE FOLLOWING AT THE END OF CLAUSE 30B.2.5(c)ii In case of JV/Consortium, if the Leader of JV/Consortium is incorporated or constituted in India then it will be treated as the Domestic Contractor. Section 2 Section 4

Addendum No. 3 Page 12 of 12 Page 8 of 19 Forms-Bidder s Qualification Form EXP-3.2 First Row, Last Column of the Table Page 14 of 19 Forms-Bidder s Qualification Form EXP-3.3 First Row, Last Column of the Table Page 15 of 19 No of 'EMU Cars' to be manufactured during the next three (3) years period starting from 28 days prior to the date for Bid submission (Q). No of 'EMU Cars' to be manufactured during the next 4.25 years (1553 days) period starting from 28 days prior to the date for Bid submission (Q). No of 'EMU Cars' committed to be manufactured during the next three (3) years period starting from 28 days prior to the date for Bid submission (R). No of 'EMU Cars' committed to be manufactured during the next 4.25 years (1553 days) period starting from 28 days prior to the date for Bid submission (R).