0% found this document useful (0 votes)
149 views152 pages

Vol-1 KNPGT-3

Uploaded by

Sumit Shekhawat
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
149 views152 pages

Vol-1 KNPGT-3

Uploaded by

Sumit Shekhawat
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 152

UTTAR PRADESH METRO RAIL CORPORATION

LIMITED
(Formerly known as Lucknow Metro Rail Corporation Ltd)

Design, Installation, Testing & Commissioning of Ballastless Track


of Standard Gauge in 4 Corridors in Elevated as well as Underground
Sections of Kanpur and Agra Metro Project along with supply of
fastening systems and associated Ballasted/Ballastless Tracks in 4
Depots.

CONTRACT No: KNPAGT-3


TENDER DOCUMENTS

VOLUME 1

NOTICE INVITING TENDER


INSTRUCTION TO TENDERERS
FORM OF TENDER

UTTAR PRADESH METRO RAIL CORPORATION LIMITED


(Formerly known as Lucknow Metro Rail Corporation Ltd)
Administrative Building, Vipin Khand, Gomti Nagar
Near Dr. Bhimrao Ambedkar Samajik Parivartan Sthal,
Lucknow-226010, Uttar Pradesh, India
UTTAR PRADESH METRO RAIL CORPORATION LIMITED
(Formerly known as Lucknow Metro Rail Corporation Ltd)

Design, Installation, Testing & Commissioning of Ballastless Track of


Standard Gauge in 4 Corridors in Elevated as well as Underground
Sections of Kanpur and Agra Metro Project along with supply of
fastening systems and associated Ballasted/Ballastless Tracks in 4
Depots.

CONTRACT No: KNPAGT-3


TENDER DOCUMENTS

VOLUME 1

NOTICE INVITING TENDER


INSTRUCTION TO TENDERERS
FORM OF TENDER

UTTAR PRADESH METRO RAIL CORPORATION LIMITED


(Formerly known as Lucknow Metro Rail Corporation Ltd)
Administrative Building, Vipin Khand, Gomti Nagar
Near Dr. Bhimrao Ambedkar Samajik Parivartan Sthal,
Lucknow-226010, Uttar Pradesh, India
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

CONTRACT NO: KNPAGT - 3


TENDER DOCUMENTS

VOLUME 1

NOTICE INVITING TENDER

UPMRC/KNPAGT-3/Vol-1/NIT Page | 1
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

CONTENTS

CLAUSE DESCRIPTION PAGE NO.

NOTICE INVITING TENDER

1.1 General 5

1.1.1 Name of Work 5


1.1.2 Key Details 5
1.1.3 Source of Funds 5
1.1.4 Qualification Criteria 6
1.1.5 Tender Documents 11
ANNEXURES
Annexure-1 : Work Experience 13
Annexure 1A : Summary of Information provided in Annexure-1 14
Annexure-2 : Financial Data (Financial Standing) 15
Annexure-3A : Financial Data (Construction Work Done) 16
Annexure-3B : Financial Data (Commitment For Ongoing Works) 17
Annexure-4 : Proforma for Banking Reference For Liquidity Bank Certificate 18
Annexure-5 : Key Staff Bio-Data 19

INSTRUCTIONS TO THE TENDERER


A General
A1 General Description of the Work 20
A2 Source of Funds 20
A3 Eligible Tenderers 20
A4 Qualification of the Tenderer 23
A5 Cost of Tendering 25
A6 Site Visits 25
A7 One tender per tenderer 25
B Tender Documents
B1 Contents of Tender Documents 25
B2 Content of Supporting Documents 26
B3 Clarification of Tender Documents 26
B4 Amendment of Tender Documents 27
C Preparation of Tenders
C1 Language 27
C2 Documents Comprising the Tender 27
C3 Form of Tender 31
C4 Outline Quality Plan 31

UPMRC/KNPAGT-3/Vol-1/NIT Page | 2
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

C5 Outline Safety, Health and Environment Plan 31


C6 Tenderer’s Technical Proposals 32
C7 Designer 35
C8 Tender Programme and Proposed Design Submission Programme 35
C9 Manufacture, Installation and Construction Method Statement 36
C10 Payment Schedule 36
C11 Sub-Contracts 36
C12 Staffing Schedule and Related Details 37
C13 Contractor’s Equipment 37
C14 Proposals for Use and Reinstatement of Works Areas 38
C15 Pricing Document 38
C16 Currencies of Tender and Payment 38
C17 Tender Validity 38
C18 Tender Security 39
C19 Performance Guarantees 39
C20 Labour 40
C21 Other Contractors 40
C22 Insurance 40
C23 Tender Index 40
C24 Pre tender Meeting 40
C25 Format and Signing of Tender 41
C26 Alternative Proposals by Tenderer 41

D Submission of Tenders
D1 Sealing and Marking of Tenders 41
D2 Late or Delayed Tenders 42
D3 Modification, Substitution and Withdrawal of Tenders 43
E Tender Opening and Evaluation
E1 Tender Opening 43
E2 Confidentiality of Tender Information and Copyright 44
E3 Clarification of Tenders 44
E4 Evaluation of Tenders 45
E5 Evaluation of Financial Proposals 46
E6 Indigenization 48
F Award of Contract
F1 Award 48
F2 Employer’s Right to Accept any Tender and Reject any or all Tenders 48
F3 Notification of Award 48
F4 Signing of Agreement 49
F5 Performance Security 49

UPMRC/KNPAGT-3/Vol-1/NIT Page | 3
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

Annexure to Instructions to Tenderers

Annexure 1 Undertaking for Corrupt & Fraudulent Practice 50


Annexure 2 Copyright Undertaking 51
Annexure 3 Proforma for statement of minor deviations 52
Annexure 4 Requirements for Tenderer's Technical Proposals 58
Annexure 5 Requirements for Tender Programme 61
Annexure 6 Form of Bank Guarantee for tender Security 62
Annexure 7 Form of Performance Security (Guarantee) by Bank 64
Annexure 8 Experience Required for Project Personal 65
Annexure 9A Statement for Covenant of Integrity 69
Annexure 9B Environmental and Social Covenant 71
Annexure 10 Statement for Code of Integrity as per General Finance Rule 73
Annexure 11 Procedure for Safety Certification and Technical Clearance of Metro Systems 74-132

FORM OF TENDER

Form of Tender 133

Appendix 1 – Contract Conditions 136

Appendix 2 – Completed Bill of Quantity / Pricing Document 138


(To be included in Financial Package ONLY)

Appendix 3 – Outline Quality Plan 139

Appendix 4 – Outline Safety, Health and Environment Plan 140

Appendix 5 – Tenderer's Technical Proposals 141


Appendix 6 – Structure of the Tenderer 142
Appendix 7 – Staffing Schedules and Organization Chart 143
Appendix 8 – Schedule of Components Manufactured Offshore 144
Appendix 9 – Tender Index 145
Appendix 10 – Undertaking for Minimum Local Content 146
Appendix 11 – Details of Service/Goods/Works from Within India 147
Appendix 12 – Undertaking for Sub-Contracting Work to Countries Sharing Land Border 148

UPMRC/KNPAGT-3/Vol-1/NIT Page | 4
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

NOTICE INVITING TENDER (NIT)

1.1 GENERAL

1.1.1 Name of Work:

Uttar Pradesh Metro Rail Corporation (UPMRC) Ltd. invites Open Tenders on local competitive
basis from eligible applicants who fulfil qualification criteria as stipulated in clause 1.1.4 of
NIT, for the work, “KNPAGT-3: Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro
Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.”

The brief scope of the work and site information is provided in ITT clause A1 & Employer
Requirements (Volume –3).

1.1.2 Key Details:

Approximate cost of work INR 530.00 Crores

Tender Security amount INR 5.30 Crores valid upto 31.07.2021

Completion period of the Work 48 months

Tender documents on sale From 16.10.2020 to 06.11.2020 (between


10:00 Hrs. to 17:00 Hrs.) on working days

Cost of Tender documents INR 23,600/- (inclusive of 18% GST)


By (Demand Draft in favour of “Uttar Pradesh
Metro Rail Corporation Ltd”) payable at Lucknow.

Last date of Seeking Clarification 09.11.2020

Pre-bid Meeting 10.11.2020 @ 11:00 Hrs.(through VC)

Last date of issuing addendum 17.11.2020

Date & time of Submission of Tender 24.11.2020 @ 15:00 Hrs.

Date & time of opening of Tender 24.11.2020 @ 15:05 Hrs.


Chief Engineer Contract
Authority and place for purchase of tender
Uttar Pradesh Metro Rail Corporation
documents, seeking clarifications and Limited, Administrative Building,
submission of completed tender Vipin Khand, Gomti Nagar,
documents Near Dr. Bhimrao Ambedkar Samajik
Parivartan Sthal
Lucknow (UP) – 226010, INDIA
Email: cecontractlmrc@gmail.com

1.1.3. Source of Funds:


The Kanpur and Agra Metro Projects are being funded through the through the equity
participation by the Government of India and Government of Uttar Pradesh and loan from
bilateral/multilateral agencies.

UPMRC/KNPAGT-3/Vol-1/NIT Page | 5
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

1.1.4 QUALIFICATION CRITERIA:

1.1.4.1 Eligible Applicants: Please refer Clause A3 of ITT

1.1.4.2 Minimum Eligibility Criteria:

A. Work Experience: The tenderers will be qualified only if they have completed work(s)
during last 7 years ending 30.09.2020 as given below:

A1. Work Experience:

i. At least one “Similar Work” of value of Rs. 212 Crores or more.


or
ii. Two “Similar Works” each of value Rs.132.50 Crores or more.
or
iii. Three “Similar Works” each of value Rs.106 Crores or more.

“Similar Work” for this contract shall be work of:


i. Construction of Ballastless Track with or without Supply of Fastening System for Ballastless
Track.
or
ii. Supply of Precast concrete component of ballastless track such as precast plinth, slab,
sleeper etc. with or without Supply of Fastening System for Ballastless Track.

A2. The Tenderer should have a past experience in construction of ballastless track for a track
length of at least 80 kms (in case of double/multiple line, each line will be counted
separately) either on MRTS or Railway System.

Notes:
(i) The Tenderer will be qualified only if they satisfy the criteria as given in para A1 & A2
above (during last seven years ending 30.09.2020).

(ii) All member of JV/Consortium shall have experience of value atleast 10% of NIT Value from
construction of ballastless/ballasted track with or without supply of track components OR
supply of precast concrete components of ballastless track such as precast plinth, slab,
sleepers etc. with or without supply of track components. Total value of work/works should be
equal or more than 53 Crores in last 7 years ending 30.09.2020. Annexure-1 of NIT shall be
used for submission of details under this para duly certified by Chartered Accountant and
with documentary proof from the Clients.

(iii) There must be an Indian partner with a minimum of 26% participation in the JV/Consortium.
Any substantial partner (equal to or more than 26% participation) can act as a lead partner.

(iv) The tenderer shall submit details of work executed by them in the Performa of Annexure-1
of NIT for the works to be considered for qualification of work experience criteria.
Documentary proof such as completion certificates from client clearly indicating the
nature/scope of work, actual completion cost and actual date of completion for such work
should be submitted. The offers submitted without this documentary proof shall not be
evaluated. In case the work is executed for private client, copy of work order, bill of

UPMRC/KNPAGT-3/Vol-1/NIT Page | 6
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

quantities, bill wise details of payment received certified by C.A., T.D.S certificates for all
payments received and copy of final/last bill paid by client shall be submitted.

(v) Quantity of successfully completed portion of any ongoing work up to 30.09.2020 will also be
considered for qualification of work experience criteria.

(vi) For completed works, value of work done shall be updated to 30.09.2020 price level
assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per
year. Selling rate of exchange at the close of business of the State Bank of India on
the day twenty-eight days before the latest date of Tender Submittal shall be
considered for calculating equivalent value in INR.

(vii) In case of joint venture / Consortium, full value of the work, if done by the same joint venture
will be considered. However, if the work done by them in any other JV/consortium, value of
work as per his percentage participation in that JV shall be considered.

B. Financial Standing: The tenderers will be qualified only if they have minimum financial
capabilities as below:
(i) T1 - Liquidity

(a) The tenderer must have liquidity equal to cash flow requirement of value Rs. 19
Crores for the contract.

(b) The liquidity shall be ascertained from Net Working Capital {Current Assets –
(current liabilities + provisions)} as per latest audited balance sheet and/or from the
Banking reference(s).

(c) Banking reference(s) should contain in clear terms the amount that the Bank will be in
a position to lend for this work to the applicant/member of the Joint
Venture/Consortium. In case the Net Working Capital (as seen from the Balance
Sheet) is negative, only the Banking reference(s) will be considered, otherwise the
aggregate of the Net Working Capital and submitted Banking reference(s) will be
considered for working out the Liquidity.

(d) The Banking references should be from a Scheduled Bank in India as per
standard proforma provided in NIT as Annexure 4 and it should not be more than 3
months old as on the date of submission of bids.

(e) In Case of JV: - Requirement of working capital is to be distributed between members


as per their percentage participation and every member should satisfy the
requirement for his portion.

Example: Let Member-1 has percentage participation = M and Member-2 has


percentage participation = N. If minimum working capital required is ‘W’ then working
capital of Member-1 ≥ W*M/100 and working capital of Member-2 ≥ W*N/100.

(f) In case the applicant is a Joint Venture/Consortium and if Banking Reference


is issued by the bank in favour of the Joint Venture/Consortium for this contract,
then it will be considered for the tenderer and if the Banking reference(s)is issued in
favour of any member of JV/Consortium it will be considered only for that member.

(ii) T2 - Profitability: Profit before Tax should be Positive in at least 2 (two) years out of the
last five audited financial years.
In Case of JV/Consortium - The profitability of only lead member shall be evaluated.

UPMRC/KNPAGT-3/Vol-1/NIT Page | 7
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

(iii) T3 - Net Worth: Net Worth of tenderer should be positive in last 2 audited financial balance
sheets.
In Case of JV/Consortium, each members of the JV should have positive Net Worth in
the last two financial years.

(iv) T4 - Annual Turnover: The average annual turnover from construction of


ballastless/ballasted track and supply of ballastless/ballasted track
components/fastening system in last five financial years should be Rs.106 Crores.
In Case of JV/Consortium – the tenderer must fulfil the following conditions:

1. Each partner to have minimum 25% of minimum requirement.


2. At least one partner to have 40% of minimum requirement.
3. All partners put together should meet the minimum requirement as per their
percentage participation.

Example: Let Member-1 has percentage participation = M and Member - 2 has


=N. Let the average annual turnover of Member-1 is ‘A’ and that of Member-2 is
‘B’, then the average annual turnover of JV will be = (AM+BN)/100.
Note
 Financial data for latest last five audited financial years has to be submitted by the
tenderer in Annexure-2 of NIT along with audited balance sheets. The financial data
in the prescribed format shall be certified by the Independent Financial Auditor
(Statutory Auditor) of the company appointed under the Company Act or by a
Chartered Accountant with his stamp and signature in original. In case any
discrepancy in data is found between the balance sheet and the financial information
submitted, the data as available in the balance sheet will be considered.
 In case audited balance sheet of the last financial year is not made available by the
bidder, he has to submit an affidavit certifying that ‘the balance sheet has actually not
been audited so far’. In such a case the financial data of previous ‘4’ audited financial
years will be taken into consideration for evaluation. If audited balance sheet of any
other year than the last year is not submitted, the tender will be considered as
non-responsive.
 Where a work is undertaken by a group, only that portion of the contract which is
undertaken by the concerned applicant/member should be indicated and the remaining
done by the other members of the group be excluded. This is to be substantiated with
documentary evidence.
1.1.4.3 Bid Capacity Criteria:

Bid Capacity: The tenderers will be qualified only if their available bid capacity is more
than the approximate cost of work as per NIT. 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 construction works executed in any one year during the
last five financial years (updated to 30.09.2020 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 30.09.2020) for on-going construction
works during period of 48 months w.e.f. 01.10.2020.
Notes:
 Financial data for latest last five financial years has to be submitted by the tenderer in
Annexure-3A along with audited financial statements. The financial data in the
prescribed format shall be certified by the Independent Financial Auditor (Statutory

UPMRC/KNPAGT-3/Vol-1/NIT Page | 8
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

Auditor) of the company appointed under the Company Act or by a Chartered Accountant
with his stamp and signature in original. In case any discrepancy in data is found between
the balance sheet and the financial information submitted, the data as available in the
balance sheet will be considered.
 Value of existing commitments for on-going construction works during period of 48
months w.e.f. 01.10.2020 has to be submitted by the tenderer in Annexure-3B. These
data shall be certified by Independent Financial Auditor (Statutory Auditor) of the
company appointed under the Company Act or by a Chartered Accountant with his stamp
and signature in original.
 In the case of a group, the above formula will be applied to each member to the extent of
his proposed participation in the execution of the work. If the proposed % is not provided,
equal participation will be assumed.
Example: Suppose there are ‘P’ and ‘Q’ members of the JV / Consortium / Group with
their participation in the JV / Consortium / Group as 70% and 30% respectively and
available bid capacity of these members as per above formula individually works out ‘X’
and ‘Y’ respectively, then Bid Capacity of JV / Consortium / Group shall be as under:

Bid Capacity of the JV / Consortium / Group = 0.7*X + 0.3*Y


1.1.4.4 The tender submission of tenderers, who do not qualify the minimum eligibility criteria & bid
capacity criteria stipulated in the clauses 1.1.4.2 to 1.1.4.3 above, shall not be considered for
further evaluation and therefore rejected. If the tenderer fails to meet the eligibility and
qualification criteria, then further scrutiny of other technical parameters will not be done and
Financial Proposals of such Tenderers shall not be opened.

The mere fact that the tenderer is qualified as mentioned in sub clause 1.1.4.2 to 1.1.4.3 shall
not imply that his bid shall automatically be accepted. The same should contain all
technical data as required for consideration of tender prescribed in the ITT. Technical
proposals meeting the Technical Requirement and found substantially responsive only will be
qualified for opening of their Financial Proposal.

1.1.4.5 Minimum Key Staff Requirement – Tenderers is required to submit details/proposal of


minimum key staff to be deployed as given below. Minimum qualification required for key staff
has been given in Annexure – 8 of ITT.

a. Project Manager – having minimum 15 years of total experience out of which 5 years
should be in projects of similar nature and at similar level i.e. installation of ballastless
track and turnouts in metros/railways.
b. Deputy Project Manager (DPM) Ballastless Track - having minimum 10 years of total
experience out of which 3 years should be in installation of ballastless track in
metros/railways.
c. Deputy Project Manager (DPM) Ballastless Turnout - having minimum 10 years of total
experience out of which 3 years should be in installation of ballastless turnout in
metros/railways.
d. Deputy Project Manager (DPM) Ballasted Track - having minimum 10 years of total
experience out of which 3 years should be in installation of ballasted track in metros/railways.
e. Manager Rail Weld ing - having minimum 10 ye ars of t otal experience out of which 3
years should be in Flash Butt Welding and Alumino Thermic Welding.

UPMRC/KNPAGT-3/Vol-1/NIT Page | 9
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

f. Chief Quality Assurance Manager - having minimum 8 years of total experience out of
which 2 years should be in quality control in installation of ballastless / ballasted track.
g. Deputy Project Manager (DPM) Design & Interface - having minimum 8 years of total
experience out of which 2 years should be in Design of similar projects.
h. Survey In-Charge - having minimum 8 years of total experience out of which 2 years
should be in installation of ballastless track.
i. Chief SHE Manager – As per the qualification and experience given in General Instruction
– 2 of UPMRC SHE manual.

NOTE – Please submit the CV of above Key Personals as per Annexure – 5 of NIT

1.1.4.6 The fastening system for ballastless track is also to be provided by the contractor in this contract.
Ballastless track fastening system already approved (vide letter No. CT/EF/Global EOI-
2017/Ballastless Track dated 25.10.2019) by RDSO/MOR or installed & commissioned in any
MRTS project in India and under observation & approval of RDSO/MOR as per clause 1.2 of
Annexure-C2 of performance criteria of fastening system for ballastless track (attached as
Annexure 11 of ITT), can only be proposed under this contract. The proposed ballastless track
fastening system shall adequately meet the insulation requirement for stray current of 750V DC
Bottom 3rd Rail Traction System as per EN 50122-2 and as per requirement of Tender. The
proposed Ballastless Track Fastening System should also have two layer of insulations i.e.
between rail & fastening and between fastening & track plinth/slab. Bidder should also take note
of clause C6.6 of ITT.

1.1.4.7 The tenderer should either own mobile flash butt welding plant for deploying the same for this
contract or should furnish a concrete proposal to hire / subcontract the same along with the
names /details of source /agencies for the same.

1.1.4.8 Restriction of Bidders from Countries sharing Land Borders with India as per Ministry of
Finance order (Public Procurement No. 1) F.No.6/18/2019-PPD dated 23.07.2020.
Any bidder from a country which shares a land border with India will be eligible to bid either as a
single entity or as a member of a JV / Consortium with others, in any procurement whether of
goods, services (including consultancy services and non-consultancy services) or works
(including turnkey projects) only if the bidder is registered with the Competent Authority. The
Competent Authority for registration will be the Registration Committee constituted by the
Department for Promotion of Industry and Internal trade (DPIIT). Political & Security clearance
from the Ministries of External and Home Affairs respectively will be mandatory. However,
above condition shall not apply to bidders from those countries (even if sharing a land border
with India) to which the Government of India has extended lines of credit or in which the
Government of India is engaged in development projects. Updated lists of countries to which
lines of credit have been extended or in which development projects are undertaken are given
in the website of the Ministry of External Affairs.
“The successful bidder shall not be allowed to sub-contract works to any contractor from a
country which shares a land border with India unless such contractor is registered with the
Competent Authority”.

Definitions pertaining to “Restriction of Bidders from Countries sharing Land


Borders with India” Clause
"Bidder" (including the term 'tenderer', 'consultant' 'vendor' or 'service provider' in certain
contexts) means any person or firm or company, including any member of a consortium or joint
venture (that is an association of several persons, or firms or companies), every artificial

UPMRC/KNPAGT-3/Vol-1/NIT Page | 10
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

juridical person not falling in any of the descriptions of bidders stated hereinbefore, including
any agency, branch or office controlled by such person, participating in a procurement process.
"Bidder from a country which shares a land border with India" means:
a) An entity incorporated, established or registered in such a country; or
b) A subsidiary of an entity incorporated, established or registered in such a country; or
c) An entity substantially controlled through entities incorporated, established or registered in such
a country; or
d) An entity whose beneficial owner is situated in such a country; or
e) An Indian (or other) agent of such an entity; or
f) A natural person who is a citizen of such a country; or
g) A consortium or joint venture where any member of the consortium or joint venture falls under
any of the above
"Beneficial owner" will be as under:
(i) In case of a company or Limited Liability Partnership, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical person(s),
has a controlling ownership interest or who exercises control through other means.
Explanation—
a. "Controlling ownership interest" means ownership of, or entitlement to, more than twenty-five
per cent of shares or capital or profits of the company;
b. "Control" shall include the right to appoint the majority of the directors or to control the
management or policy decisions, including by virtue of their shareholding or management
rights or shareholders agreements or voting agreements;
(ii) In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting
alone or together, or through one or more juridical person, has ownership of entitlement to more
than fifteen percent of capital or profits of the partnership;
(iii) In case of an unincorporated association or body of individuals, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more juridical
person, has ownership of or entitlement to more than fifteen percent of the property or capital or
profits of such association or body of individuals;
(iv) Where no natural person is identified under (i) or (ii) or (iii) above, the beneficial owner is the
relevant natural person who holds the position of senior managing official;
(v) In case of a trust, the identification of beneficial owner(s) shall include identification of the author
of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and
any other natural person exercising ultimate effective control over the trust through a chain of
control or ownership.
"Agent" is a person employed to do any act for another, or to represent another in
dealings with third persons.
(vi) The successful bidder shall not be allowed to sub-contract works to any contractor from a
country which shares a land border with India unless such contractor is registered with the
Competent Authority. In this regard, bidder has to submit an undertaking as per Appendix-12
of FOT.
1.1.5 The Tender documents consist of:

Volume 1 Notice Inviting Tender


Instructions to Tenderers (including Annexures)
Form of Tender (including Appendices)
Volume 2 General Condition of Contract
Special conditions of Contract (Including Schedules)
Volume 3 Employer’s Requirements – General Specification

UPMRC/KNPAGT-3/Vol-1/NIT Page | 11
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

Employer’s Requirements – Particular Specification


Employer’s Requirements – Appendices
Volume 4 Tender Drawings
Volume 5 Bill of Quantities and Explanatory Notes to BOQ
Volume 6 Condition of Contract on Safety, Health & Environment (SHE) Ver 1.2
1.1.6 The contract shall be governed by the documents listed in para 1.1.5 above along with latest
edition of CPWD Specification, IRS Specifications & MORTH Specifications. These may be
purchased separately from the market.

1.1.7 The tenderers may obtain further information/ clarification, if any, in respect of these tender
documents from the office of Chief Engineer Contract, Uttar Pradesh Metro Rail Corporation
Limited, Administrative Building, Vipin Khand, Gomti Nagar, Near Dr. Bhimrao Ambedkar
Samajik Parivartan Sthal Lucknow - 226010.

1.1.8 All tenderers are hereby cautioned that tenders containing any material deviation or
reservations as described in Clause. E 4.4 of “Instructions to Tenderers” and/or minor
deviation without quoting the cost of withdrawal shall be considered as non-responsive and is
liable to be rejected.
1.1.9 Late tenders (received after date and time of submission of bid) shall not be accepted under
any circumstances.

1.1.10 Tender shall be valid for a period of 180 days from the initially notified date of submission of
Tender and shall be accompanied with a tender security of the requisite amount (as per
Annexure-6 of ITT) from Scheduled Commercial Bank in India and valid upto 31.07.2021 from
initially notified date of tender submission in the form of an irrevocable Bank Guarantee, an
irrevocable Letter of Credit or a Demand Draft

Note: Bidders to note that the payment of tender security shall be made from the account of
bidder only. However, in case of JV/ Consortium, the tender security can either be paid from
JV/Consortium account or one of the constituent members of JV/Consortium.
If tender security has been made from other than the account mentioned above, same shall not
be accepted and all such bids shall be considered ineligible and summarily rejected.

1.1.11 UPMRC reserves the right to accept or reject any or all proposals without assigning any
reasons. No tenderer shall have any cause of action or claim against the UPMRC for
rejection of his proposal.

1.1.12 Employer will award the Contract to the Tenderers whose Tender has been determined to be
substantially responsive and compliant to the requirements contained in the Tender Documents
and who has offered the Lowest Evaluated Reasonable Tender Price. Variant bids are not
allowed.
1.1.13 Any suit or application, arising out of any dispute or differences on account of this tender shall
be filed in a competent court at Lucknow, Uttar Pradesh only and no other court or any other
district of the country shall have any jurisdiction in the matter.

1.1.12 Tenderer shall note that all tender submissions are to be properly numbered,
indexed and hardbound.
Chief Engineer (Contract)

UPMRC/KNPAGT-3/Vol-1/NIT Page | 12
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

Uttar Pradesh Metro Rail Corporation

UPMRC/KNPAGT-3/Vol-1/NIT Page | 13
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

ANNEXURE-1
WORK EXPERIENCE
Annexure 1

Applicant’s legal name ………………………… Date……………………………….

Group Member’s legal name………………………… Page ……….. of ……….. pages

For works of “Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge in 4
Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with supply of
fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.” as per clause no. 1.1.4.2 (A) at the
price level on last day of month previous to the month the tender submitted (considering escalation as per
Clause 1.1.4.2 of Notes (vi) )

Specific Construction Experience


Similar Contract Number _
Information
of required
Contract Identification
Award date

Completion date
Employer’s Name
Employer’s Address:

Telephone / Fax number:


E Mail
Role in Contract
(Individual/JV-Consortium Individual JV Member
member)

Currency (as stated in Clients In equivalent INR at 30.09.2020


Completion Cost
Certificate) price level
If JV member specify percentage % participation In equivalent INR at 30.09.2020
participation in contract &
price level
amount (Please refer Note-1)
Quantum of Similar Work in In case of JV/Consortium, actual
Support of Clause No.1.1.4.2 A length / work executed by the
Applicant (duly substantiated
1. Length of Ballastless Track
with Client Certificate)
2. Value of Similar Works at
30.09.2020 price level.

NOTE: 1. Only the value of contract as executed by the applicant/member in his own name should
be indicated. Where a work is undertaken by a group, only that portion of the contract
which is undertaken by the concerned applicant/member should be indicated and the
remaining done by the other members of the group be excluded. This is t o b e
substantiated with documentary evidence.

2. Separate sheet for each work along with Clients Certificate to be submitted.

UPMRC/KNPAGT-3/Vol-1/NIT Page | 14
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

ANNEXURE - 1A: Summary of Information provided in Annexure-1

Applicant’s legal name …………………………....... Date……………………………….

Group Member’s legal name………………………… Page ……….. of ……….. pages

Name of Applicant (each member Total Number of works No. of contracts delayed,
in case of group) As per clause no. 1.1.4.2 A i.e., completed beyond the
at the price level of original date of completion
30.09.2020

NOTE:-
1. In case the work was done as JV/Consortium, only the value of work done by the applicant
as per his Percentage participation must be given.

2. Reasons of delay whether on contractors account or on account of Employer in each


applicable case need to be enclosed separately.

UPMRC/KNPAGT-3/Vol-1/NIT Page | 15
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

ANNEXURE- 2
Financial DATA

Applicant’s legal name …………………………Date ………………………………


Group Member’s legal name………………………… Page ……….. of ……….. Pages

Each Applicant or member of a JV must fill in this form

S.N. Description Financial Data for Latest Last 5 Years (Indian Rupees)
Year 2015-16 Year 2016-17 Year 2017-18 Year 2018-19 Year 2019-20

1.
Total Assets
2.
Current Assets
3.
Total External Liabilities
4.
Current Liabilities
5.
Annual Profits Before
Taxes

6.
Annual Profits After
Taxes

7.
Net Worth
[= 1 - 3]
8.
Working Capital
[=2 - 4]
9.
Return on Equity
10
Annual turnover

(NIT Clause 1.1.4.2 (B) (iv))


11
Gross Annual turnover

Attach copies of the audited balance sheets, including all related notes, income statements for the last five
audited financial years, as indicated above, complying with the following conditions.

1. Separate Performa shall be used for each member in case of JV/Consortium.


2. All such documents reflect the financial data of the Applicant or member in case of JV, and not sister or
Parent Company.
3. Historic financial statements shall be audited by Statutory Auditor of the Company under their seal &
stamp and shall be strictly based on Audited Annual Financial results of the relevant period(s). No
statements for partial periods will be accepted.
4. Historic financial statements must be complete, including all notes to the financial statements.
5. Foreign applicants, in whose country calendar year is also the financial year, may submit all
relevant data for the last 5 years i.e. 2015, 2016, 2017, 2018 and 2019.
6. Return on Equity = Net Income / Shareholders Equity
Return on Equity = Net Income is for the full fiscal year (before dividends paid to common stock holders
but after dividends to preferred stock).
Shareholders equity does not include preferred shares.
7. The above Annexure shall be duly certified by Chartered Accountant / Company Auditor under his
signature & stamp.

UPMRC/KNPAGT-3/Vol-1/NIT Page | 16
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

ANNEXURE- 3A

FINANCIAL DATA
(CONSTRUCTION WORK DONE DURING THE LATEST LAST FIVE FINANCIAL YEARS)

NAME OF THE TENDERER (CONSTITUENT


MEMBER IN CASE OF JV/CONSORTIUM) :
(All amounts in Rupees in Crores)

Financial Data for Last 5 Audited Financial Years


S.
DESCRIPTION
No. Year 2015-16 Year 2016-17 Year 2017-18 Year 2018-19 Year 2019-20

1 2 3 4 5 6 7

Total value of
construction of
ballastless/ballasted
track and supply of
ballastless/ballasted
track
component/fastening
system as per
audited financial
statements

NOTE:
1. Separate Performa shall be used for each member in case of JV/Consortium.

2. Attach attested copies of the Audited Financial Statements of the last five financial years as
Annexure.

3. All such documents reflect the financial data of the tenderer or member in case of
JV/Consortium, and not that of sister or parent company.

4. The financial data in above prescribed format shall be certified by Chartered Accountant /
Company Auditor under his signature & stamp.

5. Foreign applicants, in whose country calendar year is also the financial year, may submit all
relevant data for the last 5 years i.e. 2015, 2016, 2017, 2018 and 2019.
6. The above financial data will be updated to 30.09.2020 price level assuming 5% inflation for
Indian rupees every year and 2% for foreign currency portions per year. The above financial
data will be updated to 30.09.2020 price level assuming 5% inflation for Indian Rupees every
year and 2% for foreign currency portions per year. Selling rate of exchange at the close of
business of the State Bank of India on the day twenty-eight days before the latest date of
Tender Submittal shall be considered for calculating equivalent value in INR.

UPMRC/KNPAGT-3/Vol-1/NIT Page | 17
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard
Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro
Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in 4
Depots.

ANNEXURE 3B
Works in Hand
As on first day of the month of tender submission
Applicant’s legal name …………………………....... Date……………………………….
Group Member’s legal name………………………… Page ……….. of ……….. pages

Name and Name Contract Value of Value of Value of


brief of client Value In balance Date of Expecte Delay if Value Value of Value o f work to be work to be
particulars of with Rupees work yet Completi d any, of work work to be work to be done in done in 2024-
contract telepho Equivalent to be on as per Comple with to be done in done 2023-24 25
st

(1 Apr
st
(Clearly ne (Give only done in Contract tion reason done in 2021-22 (1 in
st

(1 Apr 2023 2024 to 30th


indicate the number the value Rupee Agreeme Date 2020-21 Aprst 2021 to 2022-23 to 31st Mar Sep 2025)
part of the and fax of work equivalen nt (1st 31 Mar (1st 2024)
work number assigned to t as on Oct 2022) Apr 2022
assigned to the 30.09.2020 2020 to to
the applicant(s st
31 Mar 31s Mar
applicant (s ) (Assume 2021) 2023 )
)) inflation as
given in
Annexure1
)

UPMRC/KNPAGT-3/Vol-1/NIT Page | 18
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

ANNEXURE- 4

PROFORMA FOR BANKING REFERENCE FOR LIQUIDITY


BANK CERTIFICATE

This Is to certify that M/s……………………………………… is a reputed company with a good financial


standing.
If the contract for the work, namely……………………………………….. is awarded to the above firm, we
shall be able to provide overdraft/credit facilities to the extent of Rs…………………….. to meet their
working capital requirements for executing the above contract.

-Sd-
Name of Bank ____________
Senior Bank Manager___________
Address of the Bank_______________

 Change the text as follows for Joint Venture:


This is to certify that M/s. ……………………………………………….. who has formed a JV with
M/s……………………………………………. and M/s………………………………. for participating in this bid,
is a reputed company with a good financial standing.
If the contract for the work, namely ………………………………………… is awarded to the above joint
venture, we shall be able to provide overdraft/credit facilities to the extent of
Rs…………………………………… to M/s…………………………………. to meet their working capital
requirements for executing the above contract.

(This should be given by the JV members in proportion to their financial participation)

UPMRC/KNPAGT-3/Vol-1/NIT Page | 19
Contract-KNPAGT-3 –Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge
in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra Metro Project along with
supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots.

ANNEXURE 5

Applicant’s legal name ………………………… Date……………………………….


Group Member’s legal name………………………… Page ……….. of ……….. pages

Key Staff Bio-data (Provide information for all key staff)


Name of Applicant

Position

Candidate Information Name of Candidate Date of Birth

Professional Qualifications
Present employment Name of Employer
Address of Employer

Telephone Contact (manager / personnel officer)

Fax Email ID

Job title of candidate Years with present employer

Summarize professional experience over the last 20 years, in reverse chronological order. Indicate
particular technical and managerial experience relevant to the Project

From To Company / Project / Position / Relevant technical and managerial experience

UPMRC/KNPAGT-3/Vol-1/NIT Page | 20
CONTRACT NO: KNPAGT-3
TENDER DOCUMENTS

VOLUME 1

INSTRUCTION TO TENDERERS
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

INSTRUCTIONS TO TENDERERS
A. General
A1 General Description of the work
A1.1 The Uttar Pradesh Metro Rail Corporation Ltd. (Formerly known as Lucknow Metro Rail
Corporation Ltd.) (hereinafter referred to as the purchaser) has been authorised to proceed with
the implementation of Mass Rapid Transport System in Kanpur & AGRA City as given below:

i. Kanpur Corridor – 1: IIT Kalyanpur to Naubasta (23.5 Km)


ii. Kanpur Corridor – 2: Agriculture University to Barra (8.6Km)
iii. Kanpur Depot – 1: Near Geeta Nagar
iv. Kanpur Depot – 2: Near Agriculture University
v. Agra Corridor – 1: Sikandara to Taj East Gate (13.9 Km)
vi. Agra Corridor – 2: Agra Cantt to Kalindi Vihar (15.4 Km)
vii. Agra Depot – 1: Near Fatehabad
viii. Agra Depot – 2: Near Kalindi vihar
A1.2 Track work of Standard Gauge Corridors Kanpur and Agra MRTS are planned to be executed
through Contract Package - KNPAGT-3 – Design, Installation, Testing & Commissioning of
Ballastless Track of Standard Gauge in 4 Corridors in Elevated as well as Underground
Sections of Kanpur and Agra Metro Project along with supply of fastening systems and
associated Ballasted/Ballastless Tracks in 4 Depots.

A1.3 Bidders for contract KNPAGT-3 shall be selected through open tender on two packet system by
local competitive bidding (LCB).

A1.4 Scope of work as in A1.2 of Contract Package KNPAGT-3 also includes supply of fastening
system for ballastless track and design of ballastless track plinth/slab with/without MSS at
specified locations in elevated and underground stretches of Metro Corridors.

A2 Source of Funds
A2.1 The Kanpur and Agra Metro Projects are being funded through the through the equity
participation by the Government of India and Government of Uttar Pradesh and loan from
bilateral/multilateral agencies.

A3 Eligible Tenderers
A3.1 A Tenderer may be either a single entity or any combination of entities in the form of a joint
venture or association (JVA) 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 JVA:

(a) all partners shall be jointly and severally liable for the execution of the Contract in
accordance with the Contract terms; and

(b) The JVA shall nominate a Representative who shall have the authority to conduct all
business for and on behalf of any and all the partners of the JVA during the tendering
process and, in the event the JVA is awarded the Contract, during contract execution.
A3.2 Deleted.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 20
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

A3.3 A Tenderer shall not have a conflict of interest. All Tenderers found to have a conflict of
interest shall be disqualified. A Tenderer may be considered to have a conflict of interest with
one or more parties in this tendering process, if:

(a) a Tenderer has been engaged by the Employer to provide consulting services for the
preparation related to procurement for or implementation of the project;
(b) a Tenderer is any associates/affiliates (inclusive of parent firms) mentioned in
subparagraph (a) above; or

(c) a Tenderer lends, or temporarily seconds its personnel to firms or organizations which are
engaged in consulting services for the preparation related to procurement for or implementation
of the project, if the personnel would be involved in any capacity on the same project.
A3.4 A Tenderer shall submit only one tender in the same tendering process, either individually as a
Tenderer or as a partner of a JVA. A Tenderer who submits or participates in, more than one
tender will cause all of the proposals in which the Tenderer has participated to be disqualified.
1. A Tenderer (applies to each individual member in case of a Joint Venture/Consortium) that
has been determined to be ineligible by the Funding Agency in accordance with Clause A4.4
of ITT, shall not be eligible to be awarded a contract.
2. Tenderers shall provide such evidence of their continued eligibility satisfactory to the
Employer, as the Employer shall reasonably request.
3. A firm, who has purchased the tender document in their name, can submit the tender either
as individual firm or in joint venture/Consortium.
4. The Tenderer/applicant (applies to each individual member in case of a Joint
Venture/Consortium) must not have been blacklisted or debarred as on the due date of
submission of bid by Funding Agency/Government of India/ State Government /
Government undertaking from participating in the tenders. The tenderer should submit an
undertaking to this effect in Form of Tender. The tenderer shall also submit a
“Verification Statement” to this effect as per proforma placed at Annexure 1 of ITT.
5. Substantial / Non-Substantial Partners in Case of JV/Consortium
a. There must be an Indian partner with a minimum of 26% participation in the
JV/Consortium. Any substantial partner (equal to or more than 26% participation) can
act as a lead partner.
b. Substantial Partners should have at least 26% participation, otherwise they will be
termed as non-substantial partner and will not be considered for evaluation, which
means that their financial soundness and work experience shall not be considered for
evaluation of JV/Consortium.
c. In case of JV/Consortium, change in constitution or percentage participation shall not
be permitted at any stage after their submission of application otherwise the applicant
shall be treated as non-responsive.
d. All member of JV/Consortium shall have some experience of construction of
ballastless/ballasted track with or without supply of track components OR supply of
precast concrete components of ballastless track such as precast plinth, slab,
sleepers etc. with or without supply of track components.
6. Participation by Subsidiary Company / Parent Company with credential of other
Company

UPMRC/KNPAGT-3/Vol-1/ITT Page | 21
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

a) Applicant in the capacity of a Subsidiary Company as a single entity is not


permitted to use the credential of its Parent Company and/or its Subsidiary
Company/ Companies unless the Applicant participates in tender as
JV/Consortium with its Parent Company and/or its Subsidiary Company/
Companies as a member(s) in JV with minimum 26% participation each (as
substantial member) for such member(s).
b) Applicant in the capacity of a Parent Company as a single entity is not permitted to
use the credential of its Subsidiary Company/ Companies unless the Applicant
participates in tender as JV/Consortium with its Subsidiary Company/ Companies
as a member(s) in JV with minimum 26% participation each (as substantial
member) for such member(s).
7. Purchase Preference to Local Suppliers/Preference to Make in India:
a) Definitions:
i. ‘Local content’ means the amount of value added in India which shall be the total
value of the item procured (excluding net domestic indirect taxes) minus the value
of imported content in the item (including all custom duties) as a proportion of the
total value, in percent. Minimum local content shall be 70% for the subject tender.
ii. ‘Local Supplier’ means a supplier or service provider whose product or service
offered for procurement meets the minimum local content as prescribed at sr. no. i.
above.
iii. ‘L1’ means the lowest tender or lowest bid received in a tender, bidding process or
other procurement solicitation as adjudged in the evaluation process as per the
tender or other procurement solicitation.
iv. ‘Margin of purchase preference’ means the maximum extent to which the price
quoted by a local supplier may be above the L1 for the purpose of purchase
preference. Margin of purchase preference shall be 20% for the subject tender.
b) Procedure for Purchase Preference in procurement of goods or works which are
divisible in nature: NOT APPLICABLE FOR THE SUBJECT TENDER
i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local
supplier, the contract for full quantity will be awarded to L1.
ii. If L1 bid is not from a local supplier, 50% of the order quantity shall be awarded to
L1. Thereafter, the lowest bidder among the local suppliers, will be invited to
match the L1 price for the remaining 50% quantity subject to the local supplier’s
quoted price falling within the margin of purchase preference, and contract for that
quantity shall be awarded to such local supplier subject to matching the L1 price.
iii. In case such lowest eligible local supplier fails to match the L1 price or accepts
less than the offered quantity, the next higher local supplier within the margin of
purchase preference shall be invited to match the L1 price for remaining quantity
and so on, and contract shall be awarded accordingly.
iv. In case some quantity is still left uncovered on local suppliers, then such balance
quantity may also be ordered on the L1 bidder.
c) Procedure for Purchase Preference in procurement of goods or works which are

UPMRC/KNPAGT-3/Vol-1/ITT Page | 22
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

not divisible in nature and in procurement of services where the bid is evaluated on
price alone: APPLICABLE FOR THE SUBJECT TENDER.
i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local
supplier, the contract will be awarded to L1.
ii. If L1 is not from a local supplier, the lowest bidder among the local suppliers, will
be invited to match the L1 price subject to local supplier’s quoted price falling
within the margin of purchase preference, and the contract shall be awarded to
such local supplier subject to matching the L1 price.
iii. In case such lowest eligible local supplier fails to match the L1 price, the local
supplier with the next higher bid within the margin of purchase preference shall be
invited to match the L1 price and so on and contract shall be awarded accordingly.
iv. In case none of the local suppliers within the margin of purchase preference
matches the L1 price, then the contract may be awarded to the L1 bidder.

d) Minimum local content and verification of local content: APPLICABLE FOR THE
SUBJECT TENDER
i. The local supplier at the time of tender shall be required to provide self-certification
that the item offered meets the minimum local content and shall give details of the
location(s) at which the local value addition is made.
ii. In case of procurement for a value in excess of Rs. 10 crores, the local supplier
shall be required to provide a certificate from the statutory auditor or cost auditor of
the company or from a practicing cost accountant or practicing chartered
accountant giving the percentage of local content after completion of works to the
Engineer.
iii. If any false declaration regarding local content is found, the company shall be
debarred for a period of three years from participating in tenders of all metro rail
companies.
iv. Tenderer shall give the details of the local content in a format attached as
Appendix-10 and Appendix-11 of FOT duly filled and to be attached along with the
technical bid.
e) Complaints relating to implementation of Purchase Preference
Fees for such complaints shall be Rs. 2 Lakh or 1% of the value of the local item
being procured (subject to maximum of Rs. 5 Lakh), whichever is higher. In case
the complaint is found to be incorrect, the complaint fee shall be forfeited. In case,
the complaint is upheld and found to be substantially correct, deposited fee of the
complainant would be refunded without any interest.

A4 Qualification of the Tenderer


A4.1 To qualify for award of Contract, the Tenderer shall submit a written power of attorney
authorising the signatory (ies) of the Tender to commit the tenderer of each member of the
partnership, consortium or joint venture. In case of Foreign Partners, Power of Attorney(s)
and Board Resolution confirming authority on the persons issuing the Power of Attorney for

UPMRC/KNPAGT-3/Vol-1/ITT Page | 23
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

such actions, shall be submitted duly notarized by the notary public of origin and stamped by
Embassy/High Commission. Tenderers from member country of ‘Hague” Convention may
submit these documents with ‘apostilled’ stamp instead of Embassy

A4.2 Where the Tenderer comprises a partnership, consortium or joint venture, the Tenderer shall
update the following information:

a. Memorandum of Understanding signed by all Participants shall be provided.

b. nomination of one of the members of the partnership, consortium or joint venture to be


in-charge; and this authorisation shall be covered in the Power of Attorney signed by
the legally authorised signatories of all members of consortium or joint venture;

c. details of the intended percentage participation given by each member be confirmed


and expanded with complete details of the proposed division of responsibilities and
corporate relationships among the individual members. The proposed division of
responsibility shall clearly define that the work of Track work including supply of
materials as stipulated in the Tender, shall be the responsibility of the partner on the
basis of whose experience, the Joint Venture/Consortia gets qualified.

A4.3 The Tenderer shall submit with his Tender full details of his ownership and control or, if the
Tenderer is a partnership, joint venture or consortium, full details of ownership and control of
each member thereof.
A 4.4 Standard of Ethics
A4.4.1 UPMRC requires that Tenderers and Contractors observe the highest standard of ethics
during the procurement and execution of such contracts. In pursuance of this policy, UPMRC:

a) will reject a proposal for award if it determines that the Tenderer recommended for award has
engaged in corrupt or fraudulent practices in competing for the contract in question;

b) will recognize a Tenderer or Contractor as ineligible, for a period determined by UPMRC, to


be awarded a contract if it at any time determines that the Tenderer or the Contractor has
engaged in corrupt or fraudulent practices in competing for, or in executing, another contract.

c) Will reject a proposal for award if it determines that the tenderer has engaged any agent,
middleman or any intermediary has been, or will engage to provide any services, or any other
item or work related to the award and performance of this Contract and that any agency
commission or any payment which may be construed as an agency commission has been, or
will be, paid. To fulfil above requirements, the tenderer (applies to each individual member in
case of a Joint Venture/Consortium) has to sign the declaration given as Annexure-1 of ITT.
If the Employer subsequently finds to the contrary, the Employer reserves the right to declare
the Tenderer as non-compliant and declare any Contract if already awarded to the Tenderer
to be null and void. Tenderers are required to sign the statement for Code of Integrity as per
Rule 175 (1) Code of Integrity, General Finance Rule in Annexure 10 of ITT. Tenderers are
required as a condition of admission to eligibility, to execute and attach a Covenant of
Integrity in the form indicated in Annexure -9A & 9B of ITT.

d) The impartial and objective exercise of the functions of the Employer, or the respect of the
principles of competition, non-discrimination or equality of treatment with regard to the

UPMRC/KNPAGT-3/Vol-1/ITT Page | 24
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

procurement procedure or contract, is compromised for reasons involving family, emotional


life, political or national affinity, economic interest or any other shared interest. The concept of
conflict of interest covers any situation where staff members (or consultants acting on behalf)
of the Employer who are involved in the conduct of the procurement procedure or may
influence the outcome of that procedure have, directly or indirectly, a financial, economic or
other personal interest which might be perceived to compromise their impartiality and
independence in the context of the procurement procedure or contract execution.

A4.4.2 Furthermore, Tenderers shall be aware of the provision stated in Clause 4.33 of the General
Conditions of Contract
A4.5 Canvassing or offer of an advantage or any other inducement by any person with a view to
influencing acceptance of a Tender will be an offence under laws of India. Such action will
result in the rejection of the Tender, in addition to other punitive measures.

A5 Cost of Tendering
The Tenderer shall bear all costs associated with the preparation and submission of his
tender and the Employer will in no case be responsible or liable for those costs, regardless of
the conduct or outcome of the tender process.

A6 Site Visits
A6.1 The Tenderer is advised to visit and examine the Site of Works and its surroundings and
obtain for himself on his own responsibility all information that may be necessary for preparing
the Tender and entering into a contract for the proposed work. The costs of visiting the Site
shall be borne by the Tenderer. It shall be deemed that the Contractor has undertaken a visit
to the Site of Works and is aware of the site conditions prior to the submission of the tender
documents.

A6.2 The Tenderer and any of his personnel will be granted permission by the Employer to enter
upon his premises and lands for the purpose of such inspection, but only upon the express
condition that the Tenderer, and his personnel, will release and indemnify the Employer and
his personnel from and against all liability in respect thereof and will be responsible for death
or personal injury, loss of or damage to property and any other loss, damage, costs and
expenses incurred as a result of the inspection.

A6.3. The Tenderer shall note General Conditions of Contract (GCC) Sub - Clause 4.9 in which it is
deemed that the Tenderer has taken into account all the factors that may affect his Tender in
preparing his offer.

A7 One Tender per Tenderer


Each Tenderer shall submit only one tender either by himself, or as a partner in a joint
venture, or as a member of a consortium. If a Tenderer submits, or if any one of the partners
in a joint venture or any one of the members of consortium participates, in more than one
Tender, all the tenders in which he has participated shall be considered invalid.

B. Tender Documents
B1 Content of Tender Documents

UPMRC/KNPAGT-3/Vol-1/ITT Page | 25
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

B1.1 The Tender Documents, as listed below, have been prepared for the purpose of inviting
tenders for design and construction of all Permanent and Temporary Works in
connection with Contract KNPAGT -3 for Design, Installation, Testing & Commissioning of
Ballastless Track of Standard Gauge in 4 Corridors in Elevated as well as Underground
Sections of Kanpur and Agra Metro Project along with supply of fastening systems and
associated Ballasted/Ballastless Tracks in 4 Depots and as more particularly described in
these documents.

(a) Notice of Invitation to Tender;


(b) Instructions to Tenderers including Annexures;
(c) Form of Tender Including Appendices;
(d) General Conditions of Contract;
(e) Special Conditions of Contract Including Schedules;
(f) Employer's Requirements – General Specifications including Appendices;
(g) Employer's Requirements – Particular Specifications including Annexures;
(h) Tender Drawings.
(i) Bill of Quantities / Pricing Document
(j) Condition of Contracts on Safety, Health & Environment (SHE)

B1.2 The Tenderer is expected to examine carefully the contents of all the above documents.
Failure to comply with the requirements of the Tender documents will be at the Tenderer’s
own risk. Tenders that are not substantially responsive to the requirements of the Tender
documents will be rejected.
B1.3 The Tenderer shall not make or cause to be made any alteration, erasure or obliteration to the
text of the Tender Documents.

B2 Content of Supporting Documents


B2.1 The tender drawings i.e. General Arrangement Drawings are basic alignment drawing and
final alignment plans are to be drawn by interfacing with civil works and other system work
contractors incorporating the relevant requirements.

B2.2 The Tenderer shall note the existence of over ground, at grade and underground structures,
utilities and infrastructure in the near vicinity of the Works to be constructed.

B2.3 The accuracy or reliability of the documents and reports referred to in this Clause B2 and of
any other information supplied, prepared or commissioned at any time by the Employer or
others in connection with the Contract is not warranted. The Tenderer's attention is drawn to
sub-clauses 4.9 and 4.10 of GCC in this regard. The Tenderer should visit, examine and
assess the Site including working conditions and will be deemed to have satisfied himself of
the risks and obligations under the Contract.
B3 Clarification of Tender Documents
B3.1 The Tenderer shall check the pages of all documents against page numbers given in indexes
and summaries and, in the event of discovery of any discrepancy, the Tenderer shall inform
the Chief Engineer/Contract, UPMRC forthwith.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 26
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

B3.2 Should the Tenderer for any reason whatsoever, be in doubt about the meaning of anything
contained in the Invitation to Tender, Tender Documents or the extent of detail in the
Employer's Requirements, Outline Design Specifications, Outline Construction Specifications
and Tender Drawings, the Tenderer shall seek clarification from CE/Contract. The UPMRC
will respond in writing to any request for clarification received in writing from tenderers prior to
dead line for such clarification or modification in NIT.
Written copies of the response will be sent to all prospective tenderers who have purchased
the tender document. All communications between the Tenderer and UPMRC shall be
conducted in writing.
B3.3 Except for any such written clarification by CE/Contract, UPMRC which is expressly stated to
be by way of an addendum to the documents referred to in paragraphs B1.1(a) to (i) above
and/or for any other document issued by the Employer which is similarly described, no written
or verbal communication, representation or explanation by any employee of the Employer or
the Engineer shall be taken to bind or fetter the Employer or the Engineer under the Contract.

B3.4 Correspondence: All correspondence from UPMRC pertaining to this tender till the
award of the work with tenderer shall be done by Chief Engineer/ Contract, UPMRC.

B4 Amendment to Tender Documents


B4.1 During the tender period, the Employer may issue further instructions to tenderers or any
modifications to existing tender documents in the form of an addendum. Such an amendment
in the form of an addendum will be sent in writing or by fax within the date given in NIT, to all
prospective tenderers who have purchased the tender document in the tender period. In case
of delay beyond the last date of issuing addendum given in NIT, the date of submission, at its
sole discretion may be extended by UPMRC under Clause D-2 of ITT.

Without prejudice to the order of preference as specified in Clause 1.5 of General Conditions
of Contract, the provisions in such addenda shall take priority over the Invitation to Tender
and Tender Documents issued previously. Tenderers should acknowledge receipt of such
addenda and include them in the tender submittal

B4.2 The Tenderer should note that there might be aspects of his Tender and/or the evaluation
documents submitted with the Tender that will necessitate clarification. It is intended that any
aspect of the said evaluation documents and any amendments or clarification which are to
have contractual effect will be incorporated into the Contract either:

(a) by way of Special Conditions of Contract to be prepared by the Employer and agreed in
writing by the Tenderer prior to and conditional upon acceptance of the Tender; or

(b) by the Tenderer submitting, at the written request of the Employer, documents which are
expressly stated to form part of the Tender, whether requested before or after submission of
the documents forming part of the Tender, identified in paragraphs C2.3(a) to C2.3(i) below,
and whether as supplements to, or amended versions of such documents.

Save as aforesaid, all such amendments or clarifications shall not have contractual effect.
Requests for clarification and the tenderers responses shall be made in writing.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 27
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

C. Preparation of Tenders
C1 Language
Tenders and all accompanying documents shall be in English. In case any accompanying
printed literature is in other languages, it shall be accompanied by an English translation. The
English version shall prevail in matters of interpretation.

C2 Documents Comprising the Tender


C2.1 The Tenderer shall, on or before the date and time given in the Notice of Invitation to Tender,
submit his Tender in three separate sealed envelopes clearly marked with the name of the
Tenderer and with

- Tender Security for Contract KNPAGT-3

- Technical Package of” Contract KNPAGT-3 and

- Financial Package of "Contract KNPAGT-3

in accordance with the provision in D-1.

Tenderer may seal all the above three packages in one big envelop or may submit separately.

These shall be addressed to The Chief Engineer/Contract, UPMRC and submitted to the
Office of the CE/Contract at the address given in the Tender Documents. The Tenderer shall
ensure that a receipt is obtained for the submission of his Tender, such receipt being issued
free of charge.

Technical Package of this submission shall contain all the documents referred to in the
subsequent paragraphs C2.2 and C2.3 including all annexure of NIT except pricing document
as for Clause C2.2 (c).

Financial Package shall contain the documents referred to in paragraphs C2.2 (a); (b); (c).

In submission of the Tender (Tender Security, Technical Package and Financial Package),
Tenderer(s) shall assign person(s) in writing to submit the tender accompanied by the original
of the Tender Security which shall be submitted in a separate envelope.

Should any further documents be required pursuant to paragraphs C2.2 (l) and C2.3 (h)
below, the Tenderer will be instructed by the Employer which Package of the Tenderer’s
submission is to contain such documents.

C2.2 The Tenderer shall submit, as his Tender, the following documents, duly completed which in
the event of acceptance of the Tender, shall form part of the Contract:

(a) Form of Tender (Without appendices);

(b) Appendix 1 to the Form of Tender; Contract Conditions;

(c) Appendix 2 to the Form of Tender: completed bill of quantities / Pricing Document
(see paragraph C10, C15 and C23);

(d) Appendix 3 to the Form of Tender: Outline Quality Plan (see paragraph C4 below);

(e) Appendix 4 to the Form of Tender: Outline Safety, Health & Environment Plan (see
paragraph C5):

UPMRC/KNPAGT-3/Vol-1/ITT Page | 28
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

(f) Appendix 5 to the Form of Tender: Contractor's Technical Proposals (see para C6);

(g) Appendix 6 to the Form of Tender: The Structure of the Tenderer;

(h) Appendix 7 to the Form of Tender: Staffing Schedules and Organisation Chart (see
paragraph C12);

(i) Appendix 8 – Schedule of Component manufactured offshore (see paragraph C9):

(j) Appendix 9 to the Form of Tender: Tender Index (See paragraph C23);

(k) Appendix 10 Undertaking for Minimum Local Content (see paragraph A3.4)

(l) Appendix 11 Details of Service/Goods/Works from Within India (see paragraph


A3.4)

(m) Appendix 12 Undertaking for Subcontracting Work to Countries Sharing Land


Border. (See paragraph 1.1.4.8 of NIT)
(n) Any further documents which have been requested in accordance with paragraph
B4.2 above.

(o) Annexure 2 to ITT -- Undertaking on copyright (see paragraph E2)

(p) Annexure 3 to ITT – The tenderer may submit minor deviations in this annexure and a
confirmation that price of every such minor deviation has been given in the financial
package. Minor deviation may be in the employer’s requirements or in any other
tender requirement which do not alter the basic functionality of the work or part
thereof. If there is no such minor deviation, then the tender must write “NIL” in this
annexure. Tenderer to note that such minor deviations may or may not be accepted
by the employer and the tenderer shall not have any right to any claim on this
account. The offer in contract shall be given without considering any deviation in
tender conditions.

C2.3 The Tenderer shall submit with his Tender the documents that are identified in paragraphs
C2.3 (a) – C2.3 (i) inclusive. Such documents will be used for the purposes of evaluating and
analysing the Tender but will not form part of the Contract unless the same shall have been
expressly incorporated into the Contract in accordance with paragraphs B4.1 or B4.2 above.

(a) Full details of ownership and control of the Tenderer (see paragraph A 4.3 above);

(b) Tender Programme including Design Submission Programme (see paragraph C8);

(c) Proposed Construction Methods (see paragraph C9);

(d) Details of works including specialized works if already decided to be sub-contracted (see
paragraph C11);

(e) Details of providers of performance guarantees (see paragraph C19 below);

(f) Details of Contractor’s Equipment (see paragraph C13 below);

(g) Proposals for use of Works Areas given to him by submitting the layouts showing fabrication
and storage areas (see paragraph C14 below);

UPMRC/KNPAGT-3/Vol-1/ITT Page | 29
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

(h) Any further documents which are requested in writing by Employer before submission of the
Tender by way of evaluation documents but which are not to form part of the Contract;
(i) Following information shall be furnished:
(A) Track work execution including supply of materials
(i) Extent of participation by each member of the consortium in terms of
percentage of the value of the proposed Contract.

Member % of participation
A
B
C
(ii) The tenderer should supply the following information, separately for
each member of the consortium.

(a) Maximum value of Track work Ballastless / Ballasted executed in any


one year during the last 7 years (in Rs. equivalent).

(b) Value of the commitments and on-going works, on an yearly basis,


pertaining to Track Work construction, to be completed during the next
48 months from the first date of the month of the tender submission.

Both (a) and (b) should be updated to price level of last day of the month
previous to the month in which the tender is submitted by assuming 2%
inflation on foreign currency and 5% on Indian currency. For conversion of
foreign currency, please refer clause E5.3 of ITT.

C 2.4 The Employer may get, from the Government, partial or complete waiver of taxes, royalties,
duties, cess, octroi, and other levies payable to various authorities. The Contractor shall
maintain complete records of the amounts paid on these accounts and advise the Employer
the details every month. In case the waiver becomes effective, the Contractor will be advised
on the process to be followed to obtain the refund from the concerned authority or avail the
benefit of waiver concessions. The contractor shall avail the benefit of waiver / concessions
and pass on the benefit of same to employer. The Contractor shall arrange for the remit of the
refund to the Employer. In case of failure by the Contractor to remit such amounts, the same
shall be recovered from amounts due for payment to the Contractor.

C 2.5 Tenderers shall quote all prices as per Clause 11.1.1 of GCC and clause 28 & 29 of SCC.
C 2.6 The tenderers must note the following:
a) Custom Duty:
UPMRC project is covered under Project Import chapter 98.01 of Custom Tariff Act according
to which basic custom duty & applicable cess will be reimbursed. The tenderer should avail
this benefit. Related IGST applicable on imported component/custom duty shall also be
reimbursed. As regards registration under Project Import, after the award of the contract,
UPMRC at the written request of a contractor shall facilitate the contractor for obtaining
sponsoring / recommendation letter from the Ministry of Urban Development for getting
themselves registered for availing Project Import benefits. The responsibility to avail the
concessional benefits under Project Import shall solely rest with the contractor.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 30
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

b) Change in Taxes/Duty:
The contract price shall not be adjusted to take into account any change in taxes, duties,
levies or introduction of any new tax, duty or levy except otherwise mentioned in GCC or SCC
till the completion date including the date of extended period of contract.

c) Goods and Services Tax (GST):


GST is included in the contract price. However, the contractor shall maintain details of
GST paid to ‘Trade and Taxes’ department and required documents like GSTR3B, GSTR 1 &
GSTR 2, Challans, Certificate of CA etc.

d) In view of above, the tenderer is advised to quote the price inclusive of all duties
(including GST), levies, cess and all other incidental charges etc. required to fulfil the
tender conditions including statutory deduction viz., TDS towards Income Tax / Labour Cess
etc. after considering all contract clauses including C2.4, C2.5 & C2.6 above except Basic
Custom Duty as mentioned in the point a) above.

e) Any duties, levies cess, royalties etc. and all other incidental charges which are
required/may be required to be paid by the Employer in the fulfilment of the tender
condition under any law on reverse charge basis should also be included by the
tenderer in the Contract Price.

C3 Form of Tender
The Form of Tender shall be completed and signed by a duly authorised and empowered
representative of the Tenderer. If the Tenderer comprises a partnership, consortium or a joint
venture the Form of Tender shall be signed by a person who is duly authorised by each
member or participant thereof or by authorized signatory of each member. Signatures on the
Form of Tender shall be witnessed and dated. Copies of relevant powers of attorney shall be
attached.

C4 Outline Quality Plan


The Tenderer shall submit Appendix-3 of Forms of Tender to form part of his Tender an
Outline Quality Plan illustrating the intended means of compliance with Appendix 6 of the
Employer's Requirements (Volume 3) and setting out in summary form an adequate basis for
the development of the more detailed document required under Clause 21 of the SCC. The
Outline Quality Plan shall contain sufficient information to demonstrate clearly the proposed
method of achieving the Tenderer's quality objectives with regard to the requirements of the
Contract.

C5 Outline Safety, Health and Environment Plan


C5.1 The Tenderer shall submit Appendix-4 of Forms of Tender to form part of its Tender an
Outline Safety, Health and Environment Plan which shall contain sufficient information to
demonstrate clearly the Tenderer's proposals for achieving effective and efficient safety,
health & environment procedures. The Outline Safety, Health and Environment Plan should
include an outline of the safety procedures and regulations to be developed and the

UPMRC/KNPAGT-3/Vol-1/ITT Page | 31
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

mechanism by which they will be implemented for ensuring safety as required by Clause 6 of
the Employer's Requirements-Construction (Volume 3) and Clause 14 & 15 of the SCC.

C5.2 The Outline Safety, Health and Environment Plan shall be headed with a formal statement of
policy in relation to safety, health & environment and shall be sufficiently informative to define
the Tenderer's safety plans and set out in summary an adequate basis for the development of
the Site Safety, Health and Environment Plan to be submitted in accordance with Clause 14
& 15 of the SCC.
C5.3 The Tenderer may be requested by UPMRC in writing to amplify, explain or develop his
Outline Safety, Health and Environment Plan prior to the date of acceptance of the Tender
and to provide more details with a view to reaching provisional acceptance of such a plan.

C6 Tenderer's Technical Proposals


C6.1 The Tenderer shall submit as part of his Tender, the Tenderer's Technical Proposals as
described in Clause C2, Clause C6 and Annexure 4 of this ITT.

C6.2 The Technical Proposal shall clearly demonstrate the understanding and comprehension of
the work involved, including Preliminary Scheme/drawings of the slab track /plinth track
proposed for installation in Tunnels and Viaducts, Turnouts, details of the track Fastenings
proposed for to be used, Track Forms and Fastenings proposed for the Depot Tracks,
keeping in mind the required approvals from, and sanctions granted by, the Ministry of
Railways /RDSO, Govt. of India (Annexure 11 of ITT) and General Functional Cross-sections
given in the Tender Drawings.

C6.3 The Tenderer shall be required to amplify, explain and develop the Tenderer's Technical
Proposals in substantially greater detail during the Tender evaluation period such that they
may be confirmed as complying clearly with Volume 3 Employer's Requirements and in
accordance with Clause C2 of this ITT, and can be incorporated into the Contract.

C6.4 The Tenderer shall enclose a list of companies for the Manufacturing of items in Bill No.
SPM1 & SPM2 of Vol.-5 including ballastless track fastenings, from whom the Contractor
intends to procure these items, along with the Manufacturing Record of the Units, as specified
in Volumes 5 of these Documents. Each list shall consist of a minimum of two companies per
item, whose product specifications and manufacturing processes fully conform to the relevant
Codes and Railway Standards, and the requirements of these Contract Documents. Adequate
documentary evidence to prove the authenticity, and confirmation that these manufacturing
units are acceptable, shall be enclosed with these lists, which may include test results,
reports, certificates, brochures, etc.

C6.5 The Tenderer shall submit as part of his Technical Proposal a completed and signed
certificate as attached to Annexure 3 of this ITT, identifying any minor deviations without any
costs allocated to the deviations. If no minor deviations are to be reported, Annexure 3 must
still be completed and signed by the Tenderer confirming that no minor deviations exist.

Any Tenders containing any material deviations or reservations or conditions as described in


Sub-Clause E4.4 of the Instructions to Tenderers in this Volume 1 may be deemed by the
Employer to be non-responsive.

C6.6 Regarding Fastening System for Ballastless Track

UPMRC/KNPAGT-3/Vol-1/ITT Page | 32
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

With respect to the fastening system for ballastless track proposed by the Tenderer, the
following minimum information/ certification should be provided by the Tenderer.
C6.6.1 Performance Certificate of Fastening System for Ballastless Track on Metro Railways/MRTS
System is attached as Annexure 11 of ITT. In regard to proposed fastening system,
tenderer has to note/submit:

i. For Kanpur and Agra MRTS Project, Ballastless track fastening system already
approved (vide letter No. CT/EF/Global EOI-2017/Ballastless Track dated 25.10.2019)
by RDSO/MOR or installed & commissioned in any MRTS project in India and under
observation & approval of RDSO/MOR as per clause 1.2 of Annexure-C2 of
performance criteria of fastening system for ballastless track (attached as Annexure
11 of ITT), can only be proposed under this contract. The proposed ballastless track
fastening system shall adequately meet the insulation requirement for stray current of
750V DC Bottom 3rd Rail Traction System as per EN 50122-2 and as per requirement
of Tender. The proposed Ballastless Track Fastening System should also have two
layer of insulations i.e. between rail & fastening and between fastening & track
plinth/slab.

ii. Approval Letter of RDSO/MOR: Tenderer to submit approval letter along with
approved design/drawing of proposed ballastless track fastening by RDSO/MOR.
Tenderer to also submit all annexure and compliance of all observations of
RDSO/MOR along with proof.

For ballastless track fastening under approval as mentioned above, tenderer to submit
all technical details as per performance criterial and also letter of RDSO/MOR for use
of said system and CRS sanction letter for opening of the line with that system.

iii. Certificate/s of performance: from any one user railway administration, including
proof of use of the same fastening system encompassing the same set of components
(as is being offered by the Tenderer in this Tender). The certificate should be
accompanied with the drawing of the fastening system and its components to clearly
establish that the fastening system including its components whose performance has
been certified is exactly same as the fastening system including its components that
has been proposed by the Tenderer in this Tender.

iv. Tests reports of the fastening system: In terms of Paragraph 4.7 and specification
given in table 1 of Performance Criteria of ballastless track fastening system
contained in Annexure C2, enclosed at Annexure 11 of ITT Vol.1 of this Tender
documents, the Tenderer should submit test report for the fastening system from
reputed independent institute/laboratory. The test reports should be accompanied with
the drawing of the fastening system and its components to clearly establish that the
fastening system including its components which have been tested and reported upon
is exactly same as the fastening system including its components that has been
proposed by the Tenderer in this Tender.

v. Statement of compliance with the Performance Criteria: With respect to the


Performance Criteria of fastening System contained in Annexure C2, enclosed at
Annexure 11 of ITT Vol. 1 of this Tender documents, the Tenderer should submit a

UPMRC/KNPAGT-3/Vol-1/ITT Page | 33
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

statement showing compliance or otherwise, in juxtaposition to each clause and sub-


clause of the performance criteria.

vi. Specifications, Inspection and test plan of fastening system for ballastless track: The
tenderer should submit the standard specifications, allowable tolerances, dimensions
of assembly and components of fastening system. The Tenderer is also required to
submit inspection test plan of all components of fastening systems.

vii. MoU with Supplier: Submit copy of the MoU entered into between the Tenderer and
the Supplier for supply of complete ballastless track fastening system as per tender
specification. Single Point Warrantee for the complete ballastless track fastening
system and its individual components supplied by Supplier shall be with Tenderer for
the defect liability period.

viii. MoU with Patent Holder: Submit copy of the MoU entered into between the
Tenderer/Supplier and the Patent holder permitting the Tenderer/Supplier to use the
Patented items for the tendered work.

ix. Details of Manufacturing Units: Submit details of proposed qualified manufacture for
individual component of proposed ballastless track fastening systems along with
details of successful supply in the past to the user railway administration.

C6.6.2 Based on the use of ballastless track fastening system in the other Metros like DMRCL,
UPMRCL has decided to use 2-hole ballastless track fastening system for more than 1000m
radius of curve and in straight portion of alignment for all fittings whose transfer of forces are
through Anchor Bolts. Alignment with less than or equal to 1000m radius of curve, 4-hole
ballastless track fastening system shall be used. Quantity in BOQ has been given
accordingly.
After award of contract, contactor has to submit detailed anchor bolt calculation for fitness of
2-hole anchor bolts fastening system beyond 1000m radius of curve. If adoption of 4-hole
fastening system is deemed necessary by UPMRCL on its review of anchor bolt calculation,
then contractor shall be bound to use the 4-hole fastening system. In such cases, the
contractor shall be paid as per BOQ Item for 2-hole fastening system.
C6.6.3 For ballastless track fastening system whose transfer of forces to plinth/slab are other than
through Anchor Bolts, in that case use of 2-hole fastening system shall be allowed for equal
or less than 1000m radius of curve also. However, contractor has to submit detailed design
calculation for fitness of the same for scrutiny and approval of Engineer.
NOTE: The above documents should be submitted in English language. In case any document is in
any other language then it should be accompanied by an English translation thereof.

C6.7 Regarding Type of Plinth/Slab Track for Main Lines including Entry/Exit Lines to Depot
C6.7.1 Tenderer can choose cast-in-situ plinth/slab type track structure or pre-cast type plinth/slab
track structure for main line on elevated and in underground section without MSS. In case of
MSS, track structure will be slab type only. Ballastless track structure in main line for turnout
and scissor shall be cast-in-situ Slab type.
C6.7.2 Provision of derailment guard shall be made for all type of track structure in the entire
ballastless track of main line and its connection to depot. Typical arrangement of derailment
guard has been shown in tender drawing for elevated as well as underground sections.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 34
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

C6.7.3 Fixing of dowels for 3rd Rail for 750V DC traction shall also done on plinth/slab track on entire
main line including turnouts, scissors portion and depot entry/exit lines. Dowels shall be
provided by traction contractor free of cost. Typical arrangement for 3rd rail fixing has been
shown in tender drawing.
C6.8 Regarding Type of Sleeper and Ballasted Track in the Depots

C6.8.1 Track work in depot will be mainly ballasted track except few locations like work shop line,
inspection bay line etc.
C6.8.2 Provision of long sleepers with suitable dowels at certain interval shall be made by track
contractor for fixing of 3rd Rail for 750V DC Traction by traction contractor. Similarly, in turnout
and scissor portion also, similar arrangement has to made in consultation with Traction
Contractor. Typical arrangement for 3rd rail fixing has been shown in tender drawing.
C7. Designer
C7.1 The Tenderer should note the requirements of warranties and obligations contained in Clause
5.2 of GCC.
C7.2 The design of the Permanent as well as temporary Works shall be undertaken by a designer
(the Designer) who has experience in the design of temporary and permanent works for large
track work projects in elevated and underground sections specifically in the field of ballastless
track in metro construction. Proposed designer must have experience of design of track slab
with Mass Spring System.
Consent of the proposed Designer intended to be engaged and their experience shall be
submitted with the tender and consent to be obtained from UPMRC before engaging the DDC
by the contractor.
C7.3 The Tenderer shall submit with his Tender either the proposed terms and conditions upon
which the Designer would be appointed in the event of acceptance of the Tender (excluding
the financial and commercial terms thereof) or at least a statement of the heads (salient
features) of such an agreement. The Tenderer should note that, if heads of agreement are
supplied with the Tender, the Tenderer may be required to develop such heads into a full
agreement during the tender evaluation period and to submit the agreement in its final form
prior to award of the Contract.

C7.4 The Tenderer shall confirm that the terms for engagement of the designer will include for
certification of the temporary works design (if this work is to be carried out by others) and the
As Build Drawings, and regular inspection of the works to confirm that the construction
complies with the intent of the design.

C8. Tender Programme and Proposed Design Submission Programme


C8.1 The Tenderer shall submit with his Tender as Annexure 5 to ITT, a Tender Programme
including design submission which shall indicate how the Tenderer intends to organise and
carry out the Works and achieve Stages and complete the whole of the Works by the
appropriate Key Dates. Detailed requirements for the Tender Programme are set out in
Annexure 5 to these Instructions to Tenderers.

C8.2 The Tender Programme shall be prepared in terms of weeks from the Date of issue of Letter
of Acceptance which shall be the date for Commencement of Works.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 35
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

C8.3 The Tender Programme shall not in any event be construed as a submission of the Works
Programme under Clause 2.4 of the GS.

C8.4 The Tenderer's attention is drawn to the requirement of Clause 2.4 of the GS and Employer's
Requirements - Design and the requirements that the Initial proposed Works Programme and
Design Submission Programme shall be submitted within 30 days of date of issue of letter of
acceptance which shall be treated as Notice to Proceed. However, the Tenderer should note
that he may be required to amplify, explain and develop his Tender Programme and the
proposed Design Submission Programme prior to award of Contract. Such requirement shall
be sent by UPMRC in writing.

C9 Manufacture, Installation and Construction Methods


C9.1 The Tenderer shall submit with his Tender, the methods by which the Tenderer intends to
construct the Works, whether on the Site, off-site but in India, or offshore. The construction
methods to be employed will be analysed during tender evaluation and their descriptions shall
be in sufficient detail to allow a full appreciation of the Tenderer's proposals in relation to all
aspects of the Works. Details shall be given of the locations and arrangements for offshore
work, the facilities available and any undertaking from others which the Tenderer has in such
matters.
C9.2 Maintenance

C9.2.1 The Contractor shall be responsible for maintaining the Works until final hand over to the
Employer and for the provision of relevant maintenance manuals and drawings.

C9.2.2 The Contractor shall be responsible for making good any and all defects of materials and
workmanship, in the Works for the period stated in the General Conditions.

C9.2.3 The Contractor shall be responsible for the security of the Site during the construction phase
of the Contract, until the issuance of a Taking-Over Certificate.

C10. Payment Schedule:


The payment schedule is given in APPENDIX – C of Bill of Quantity / Pricing Document
(Volume 5) according to which the interim on account stage payment shall be made to the
Contractor. Payment for items shall be made on the basis of actually executed quantities.

C11 Sub-Contracts
C11.1 Sub-contracting, excluding design work and supply of ballastless track fastening system shall
be generally limited to 65% of the balance Contract price. The terms and conditions of sub-
contracts and the payments that have to be made to the sub-contractors shall be the sole
responsibility of the Contractor.

C11.2 For sub-contracts exceeding Rs. 5 million, it will be obligatory for the Contractor to obtain a
Notice of No Objection from the Engineer to the identity of the sub-contractor. The value of
each sub-contract shall be provided by the Contractor to the Engineer. The Contractor shall
certify that the cumulative value of the sub-contracts (including those up to Rs. 5 million each)
awarded is within the aforesaid 65% limit. In this regard the Tenderer’s attention is invited to
Clause 4.5 of SCC.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 36
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

C11.3 The Terms and Conditions of the sub-contract are the sole prerogative of the Contractor and
are deemed to be included in the contract price.

C12 Staffing Schedule and Related Details


C12.1 The Tenderer shall submit with his Tender a staffing schedule containing the names,
qualifications, professional experience and corporate affiliation of all proposed management
personnel as detailed in Clause 1.1.4.5 of NIT, including specialists.
Details shall be included for all such personnel whether directly employed or engaged on a
consultancy or advisory basis and whether associated with the design or the construction of
the Works. The submission shall include a provisional management structure and
organisation chart showing areas of responsibility, relative seniorities and lines of reporting.
C12.2 If the proposed Key Staff are to be changed from those indicated in the Pre-Qualification
submission, then all details, including names and addresses and brief details of their
experience, will be required to be furnished as per the Forms contained in Annexure 8 of this
ITT. The minimum required qualifications and experience for each Key Staff member are also
contained in Annexure 8 of this ITT.
The majority of the Key Staff shall be regular members of the firm/JV for the previous six
months. Only outline summaries of the qualifications and experience of the proposed Key
Staff are required, refer to ‘Candidate Summary’ form in Annexure 8. Full CVs are NOT to be
submitted.
C12.3 The Tenderer shall include in his proposal for a Co-ordination Control Team and include the
name and qualifications of the Team Leader responsible for the Interface Co-ordination with
Interfacing Contractors.
C12.4 The Key Staff for design and construction shall be from that member of the
company/JV/Consortium based on the experience of which the company/JV/Consortium is
considered technically qualified.
C12.5 The key staff for Track work shall be from that member of the JV/Consortia who has the
experience of Track work and on whose experience the JV/Consortia qualifies the criteria of
work experience.

C13 Contractor's Equipment


C13.1 The Tenderer shall submit with his Tender an outline schedule of the main items of
Equipment which he intends to use for carrying out the Works. Sufficient equipment’s are to
be provided to complete work on time and adhere key dates given in the contract

The Tenderer shall specify in each case:

(a) if he owns or intends to purchase such items, and

(b) if he intends to enter into hire, hire purchase, leasing or charter-party arrangements.

C13.2 The Tenderer shall submit with his Tender a list of the main items of Special Tools, Testing
and Measuring Equipment required during the first two years maintenance period, together
with the details and description of such tools and equipment

UPMRC/KNPAGT-3/Vol-1/ITT Page | 37
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

C14 Proposals for Use and Reinstatement of Work Areas


C14.1 The Tenderer shall note the requirements of the Land Acquisition Act, 1894.

C14.2 The Tenderer shall note the provision contained in Appendix 2 of Employer’s Requirement.

C14.3 The Tenderer shall show, in outline, his proposed site layouts for:

(a) accommodation and other facilities.

(b) fabrication and storage areas.

(c) concrete batching plants.

The Tenderer shall indicate his proposals for the provision of utility services to the Site. The
Tenderer is to note that the Contractor will be fully responsible for the provision of all utility
services necessary for the construction and completion of the Works as described in
Appendix 8 to the Employer's Requirements (Volume 3).

C15 Pricing Document


C15.1 The Pricing Document is included in Bill of Quantities/Pricing Document; Volume 5. The
Tenderer shall complete the Pricing Document in accordance with the instructions given in Bill
of Quantity/Pricing Document. The completed Pricing Document including price of minor
deviations in Appendix A for such deviation as mentioned in Annexure-3 of ITT shall be
submitted

C15.2 The price of each such minor deviation will be the price which the tenderer agrees to offer to
the employer from his quoted offer in Bill of Quantity if deviation is agreed by the employer.
Any such deviation without a price shall not be considered and the same shall be treated as
withdrawn.

C15.3 The Tenderer is to note the Key Dates as given in clause 4.3 of PS (Vol.-3). These are to be
adhered to strictly failing which Liquidated Damages as mentioned against each key date.
Prior to Date of Commencement, Key Dates will be converted to calendar dates.

C16 Currencies of Tender and Payment


C16.1 The Tenderer may give his priced offer for BOQ in Indian Rupees, and US Dollar / Euro or
any combination of these currencies.

C16.2 Interim on-account stage payments shall be made as laid down in the Appendix - C to Bill of
Quantity/Pricing Document. The payment at each stage shall be paid in different currencies
as per the proportion in the quoted price in ’BOQ’.

C17 Tender Validity


The Tender shall be valid for a period of 180 days from the initial notified of Date of
Submission of Tenders. In exceptional circumstances, prior to expiry of the original tender
validity period, the Employer may request that the Tenderers extend the period of validity for a
specified additional period. The request and the responses thereto shall be made in writing or
by facsimile. A Tenderer may refuse the request without forfeiting his Tender Security. A
Tenderer agreeing to the request will not be required or permitted to modify his tender, but will

UPMRC/KNPAGT-3/Vol-1/ITT Page | 38
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

be required to extend the validity of his Tender Security up to 56 days beyond the original
tender validity period.

C18 Tender Security


C18.1 The Tenderer shall submit with his Tender a Tender Security for the sum mentioned in NIT in
the form of

a. an irrevocable bank guarantee issued by a Scheduled Commercial bank (including


scheduled Commercial Foreign Banks) in India in the form given in Annexure 6 to
these Instruction to Tenderers.

b. An irrevocable Letter of Credit

c. A Demand Draft

The tender security shall be submitted in a sealed envelope clearly marked on top “Tender
Security for KNPAGT-3. In case of JV or consortium, the Bank Guarantee for Tender Security
shall be from JV/Consortium and not from individual members.

C18.2 Any Tender not accompanied by an acceptable Tender Security shall be rejected by the
Employer considering it as non-responsive and their Technical package shall not be opened
and if opened then it will NOT be evaluated.

C18.3 The Tender Security of the successful Tenderer shall be returned upon the execution of the
Contract and the receipt by the Employer of the Performance Security in accordance with
Sub-Clause 4.2 of the GCC.

C18.4 The Tender Security of the unsuccessful Tenderers shall be released after issuance of LOA to
successful bidder.

C18.5 The Tender Security shall be forfeited:

(a) if the Tenderer withdraws his Tender during the period of Tender validity; or

(b) if the Tenderer does not accept the correction of his Tender price, pursuant to Sub-paragraph
E 5.2 below;

(c) if the successful Tenderer refuses or neglects to execute the Contract or fails to furnish the
required Performance Security within the time specified by the Employer.

C19 Performance Guarantee, Undertaking and Warranties


C19.1 The Tenderer shall submit full details of the identity of the proposed parties who shall provide
or issue the Performance Guarantee in accordance with Clause 4.2.1 of General Conditions
of Contract.
C19.2 If the Tenderer comprises a partnership, Consortium or Joint Venture, a parent company of
each member or participant will be required to execute the Guarantees, Undertakings and
Warranties.
C19.3 The Tenderer should note that, in the event of award, all Guarantees are required to be
executed prior to the signing of the Contract.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 39
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

Please refer clause 8 & 9 of S.C.C.

C20 Labour
The Tenderer's attention is especially drawn to Clause 6 of the GCC in relation to the
responsibility of the Contractor for obtaining an adequate supply of labour, their Rates, Wages
and Conditions.

C21 Other Contractors


The Tenderer's attention is drawn to the requirement that access to the Site or parts of the
Site will, from time to time, have to be shared with other contractors carrying out works on, or
in the vicinity of the Site including, without limitation, works relating to:

Design and Construction of Civil works on adjacent Sections


Design, Manufacture and Installation of Signalling and Train Control
Design, Manufacture and Installation of telecommunications
Design, Manufacture and Installation of Power Supply, Traction Power, Power Distribution,
Lifts and Escalators;
Design, Manufacture and Installation of Automatic Fare Collection
Rolling Stock
Any other Project contractor, utility undertakers or Government Authority or other statutory
bodies

C22 Insurance
The Tenderer's attention is drawn to the provisions contained in Clause 15 of the General
Conditions of Contract & 51 of Special Condition of Contract.

C23 Tender Index


The Tenderer shall include with his Tender an index which cross refers all of the Employer’s
tender requirements elaborated in these documents to all the individual sections within
Contract KNPAGT-3 Technical Package and Contract KNPAGT-3: Financial Package which
the Tenderer intends to be the responses to each and every one of those requirements.

C24 Pre-Tender Meeting

C24.1 A Pre-Tender meeting shall be held on the date and location given in the Key details of NIT.

C24.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter
that may be raised at that stage.

C24.3 The tenderer is requested to submit any question in writing or by facsimile, to reach the
Employer not later than the last date of seeking clarification as mentioned in key details of
NIT.

C24.4 The text of the questions raised by all the tenderer and the responses given, will be
transmitted without delay to all purchasers of the Tender Documents. Any modification of the

UPMRC/KNPAGT-3/Vol-1/ITT Page | 40
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

Tender Documents listed in paragraph B1 which may become necessary as a result of the
Pre-Tender meeting shall be made by the Employer exclusively through the issue of an
Addendum pursuant to paragraph B4.

C24.5 Non-attendance at the Pre-Tender meeting will not be a cause for disqualification of a
Tenderer.

C25 Format and Signing of Tender

C25.1 The Tenderer shall prepare one original and a copy of the documents comprising the tender,
as described in paragraph C2 of these Instructions to Tenderers clearly marked "ORIGINAL"
and “COPY”. In the event of discrepancy between them, the original shall prevail.

C25.2 The original and all copies of the tender shall be typed or written in indelible ink (in the case of
copies, photocopies are also acceptable) and all the pages of the original and all copies shall
be signed by a person or persons duly authorised to sign on behalf of the Tenderer, pursuant
to sub-paragraphs A4.1 or A4.2, as the case may be. All pages of the Tender, where entries
or amendments have been made, shall be initialled and dated by the person or persons
signing the Tender.

C25.3 The Tender shall contain no alterations, omissions or additions, except those to comply with
instructions issued by the Employer, or as necessary to correct errors made by the Tenderer,
in which case such corrections shall be initialled and dated by the person or persons signing
the Tender.

C26 Alternative Proposals by Tenderer


No alternative proposal shall be submitted or will be allowed.

D. Submission of Tenders

D1 Sealing and Marking of Tender

D1.1 The tenderer shall seal ‘Tender Security’ in a separate envelope duly marking “Tender
Security for Contract KNPAGT-3

D1.2 The Tenderer shall seal the original and copy of the Technical Package in separate
envelopes, duly marking the envelopes as "Original", and "Copy ". Likewise, the Tenderer
shall seal the Original and copy of the Financial Package in separate envelopes duly marking
the envelopes as "Original", and "Copy". The envelopes of both Technical Packages shall
then be sealed in an outer envelope. Likewise the envelopes of both Financial Packages shall
be sealed in an outer envelope.

Thus, there shall be only three envelopes – one containing only Tender Security, second
containing both original and copy of Technical package and third containing both original and
copy of Financial Package.

D1.3 All the inner and outer envelopes shall be addressed to the Employer at the following
address:

UPMRC/KNPAGT-3/Vol-1/ITT Page | 41
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

To,
The Chief Engineer/Contract
Uttar Pradesh Metro Rail Corporation Limited
(Formerly known as Lucknow Metro Rail Corporation Limited)
Administrative Building,
Vipin Khand, Gomtinagar
Lucknow (UP)– 226010
INDIA
;

(a) bear the following identification for Tender Security


Tender Security
Tender Reference No. – KNPAGT-3
DO NOT OPEN BEFORE …….. hrs. on ………

(b) bear the following identification for Technical Proposals:


TECHNICAL PACKAGE
Tender Reference Number: KNPAGT-3
DO NOT OPEN BEFORE …….. hrs. on ………

Name and address of the tenderer to enable the tender to be returned unopened in case it is
declared late pursuant to paragraph, D2, or not accompanied with valid Tender Security and

(c) bear the following identification for Financial Package:

FINANCIAL PACKAGE

Tender Reference No. KNPAGT-3

NOT TO BE OPENED

Name and address of the Tenderer to enable the Tender to be returned unopened as per
paragraph D2. and E1.1.

D1.3 If the outer envelope of Financial Package is not sealed and marked as above, the Employer
will assume no responsibility for the misplacement or premature opening of the same.

D2 Late or Delayed Tenders


D2.1 Tenders have to be submitted to O/o Chief Engineer/Contract, Uttar Pradesh Metro Rail
Corporation limited, Administrative Building, Vipin Khand, Gomtinagar, Lucknow (UP)–
226010, INDIA. It shall be the responsibility of the bidder / tenderer to ensure that his tender
reaches the designated officer (Assistant Engineer/tender) before the dead line for
submission.

D2.2 Tenders received after due date and time of submission shall not be accepted.

D2.3 UPMRC will not be responsible for delay, loss or non-receipt of tender documents sent by
post / courier.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 42
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

D2.4 UPMRC shall not be responsible for tenders delivered to any other place / person in UPMRC
(like Tapal / DAK section etc) other than the designated officer and does not reach the
designated officer before the dead line for submission.

D2.5 The Employer may, at his discretion, extend the deadline for submission of tenders by issuing
an amendment in accordance with paragraph B4, in which case all rights and obligations of
the Employer and the Tenderer previously subject to the original deadline will thereafter be
subject to the deadline as extended.

D3 Modification, Substitution and Withdrawal of Tenders


D3.1 A tenderer may withdraw, substitute, or modify its tender after it has been submitted by
sending a written notice, duly signed by an authorized representative. The corresponding
substitution or modification of the tender must accompany the respective written notice. All
notices must be:

(a) prepared and submitted in accordance with C25 & D1 (except that withdrawals notices do
not require copies), and in addition, the respective envelopes shall be clearly marked
“WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION;” and

(b) received by the Employer prior to the deadline prescribed for submission of tenders.

D3.2 Tenders requested to be withdrawn in accordance with clause D3.1 shall be returned
unopened to the Tenderers.

D3.3 No tender may be withdrawn, substituted, or modified in the interval between the deadline for
submission of tenders and the expiration of the period of tender validity specified by the
Tenderer on the Letter of Tender or any extension thereof. Withdrawal of tender during the
specified period shall result in forfeiture of tender security.

E. Tender Opening and Evaluation


E1 Tender Opening
E1.1 (i) Envelops marked ‘Withdrawal’ shall be opened and read out first. Tenders for which an
acceptable notice of withdrawal has been submitted pursuant to paragraph D-3 shall not be
opened.

E1.1 (ii) Second, envelopes marked “Substitution” shall be opened. The inner envelopes containing
the Substitution Technical Tender and/or Substitution Price Tender shall be exchanged for the
corresponding envelopes being substituted, which are to be returned to the Tenderer
unopened. Only the Substitution Technical Tender, if any, shall be opened and read out.
Substitution Price Tender will remain unopened in accordance with Clause E1. No envelope
shall be substituted unless the corresponding substitution notice contains a valid authorization
to request the substitution and is read out at tender opening.

E1.1 (iii) Next, envelopes marked “Modification” shall be opened. No Technical Tender and/or Price
Tender shall be modified unless the corresponding modification notice contains a valid
authorization to request the modification and is read out at the opening of Technical Tenders.
Only the Technical Tenders, both Original as well as Modification, are to be opened and read

UPMRC/KNPAGT-3/Vol-1/ITT Page | 43
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

out at the opening. Price Tenders, both Original as well as Modification, will remain unopened
in accordance with Clause E1

E1.2 Envelopes containing tender security will be opened next and details will be read out for the
information of representative of tenderers. Technical package of those tenderers who have
not submitted tender security shall not be opened.

E1.3 The Technical Packages of all other tenderers shall be opened in the presence of tenderers
or their representatives who choose to attend on date & time as mentioned in tender
document in the office of the Chief Engineer/Contract, UPMRC Ltd, Administrative Building,
Vipin Khand, Gomtinagar Lucknow –226010. If such nominated date for opening of Tender is
subsequently declared as a Public Holiday by the Employer, the next official working day shall
be deemed as the date of opening of Technical Package. The Tender of any tenderer who
has not complied with one or more of the foregoing instructions may not be considered.

E1.4 On opening of the main Tender envelopes, it will be checked if they contain Technical &
Financial Packages separately. Technical packages of the tenderers not containing separate
financial package shall not be opened.

E1.5 The tenderers name, details of the tender security and such other details as the Employer or
his authorized representative, at his discretion, may consider appropriate will be announced
at the time of tender opening.

E1.6 The sealed financial package will be kept in the safe custody of the Employer and will be
opened on a subsequent date after evaluation of technical packages. Financial packages of
only those tenderers whose submissions are found substantially responsive and technically
compliant as per E4 will be opened. The time of opening of financial package shall be
informed separately and tenderers can be present to witness the opening.

E2. Confidentiality of Tender Information and Copyright


E2.1 Except the public opening of tenders, information relating to the evaluation of tenders and
recommendation of contract award shall not be disclosed to Tenderers or any other persons
not officially concerned with such process until information on Contract award is
communicated to all Tenderers.

E2.2.1 Any effort by a tenderer to influence the Employer/Engineer in the process of examination,
clarification, evaluation and comparison of tenders and in decisions concerning award of
contract, may result in the rejection of the tenderers tender.

E2.2.2 Notwithstanding Clause E2.2.1, from the time of tender opening to the time of Contract award,
if any tenderer wishes to contact the Employer on any matter related to the tendering process,
it may do so in writing.

E3 Clarification of Tenders
To assist in the examination, evaluation and comparison of tenders, the Employer may, at his
discretion, ask any tenderer for clarification of his tender, including breakdown of unit rates.
The request for clarification and the response shall be in writing or by facsimile, but no

UPMRC/KNPAGT-3/Vol-1/ITT Page | 44
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

change in the price or substance of the tender shall be sought, offered or permitted except as
required to confirm the correction of arithmetic errors discovered by the Employer in the
evaluation of the tenders in accordance with paragraph E5.

E4 Evaluation of Tenders
Only Technical Tenders and alternative Technical Tenders read out at tender opening shall
be considered for evaluation. No tender shall be rejected at the opening of Technical
Tenders except for late tenders, in accordance with Clause D2.

Tender Security and Technical packages will first be evaluated which will cover following
items:

E4.1 General Evaluation:


First of all it will be determined whether each tender is accompanied with the valid tender
security i.e. the required amount and in an acceptable form. Tenders not accompanied with
the valid tender security shall be rejected and may not be evaluated further. Other aspects of
general evaluation will be done as per Clause 1.1.4 of NIT and clauses A4.1, A4.2, A4.3,
A4.4.1, A4.4.2, A4.5 and A5 of ITT.

E4.2 Evaluation of minimum eligibility criteria


This evaluation will be done to check if the tenderer quality the minimum eligibility criteria of
“Work Experience”, “Financial Standing” as laid down in Clause 1.1.4.2 of NIT and “Tender
Capacity” criteria as laid down in Clause 1.1.4.3 of NIT. Tenderers, which do not qualify in any
of the minimum eligibility criteria or tender capacity criteria, shall not be considered for further
evaluation and shall be rejected.

E4.3 Evaluation of Responsiveness


The employer will determine whether each tender is substantially responsive to the
requirements of the Tender Documents i.e. it conforms to all terms, conditions and
specifications of the tender document. In case of any inconformity, the tender shall be
disqualified and rejected.

E4.4 Evaluation of Material deviation or reservation

Each tender shall be evaluated for any material deviation or reservation. Material deviation or
reservation is one:

 which contains unauthorized changes to the Memorandum of Understanding from the


Memorandum of Understanding accepted for Pre-qualification.

 which affects in any substantial way, the scope, quality or performance of the Works;

 which limits in any substantial way, is inconsistent with the Tender Documents, the
Employer’s right or the Tenderer’s obligations under the Contract; or

 whose rectification would affect unfairly the competitive position of other tenderers presenting
responsive tenders.

Tender having any material deviation or reservation shall be disqualified and rejected.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 45
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

E4.5 Evaluation of qualifying conditions

A tender containing any qualification which

 seek to shift to the Employer, another Government Agency or another contractor all or part of
the risk and/or liability allocated to the contractor in the Tender Documents; or.

 include a deviation from the Tender Documents which would render the Works, or any part
thereof, unfit for their intended purpose; or

 fail to submit a workable methodology and programme to suit the local conditions; or

 fail to commit to the date specified for the completion of the Works, will be deemed non-
conforming and shall be rejected.

E4.6 Evaluation of Technical Proposal & other technical data:

E4.6.1 The Employer will evaluate the technical suitability and acceptability of the proposals as
per the employer’s requirements. The evaluation shall be based on the documents
submitted as per clause C-2.2 & C-2.3 and tender security as per clause C-18.1.

E4.6.2 Where a tenderer’s technical submittal has major inadequacies his tender will be considered to
be non-compliant and will be rejected.

E4.7 Tenders not considered substantially responsive and not full-filling the requirements of the
tender document as evaluated as per item E4.1 to E4.6 shall be rejected by Employer and
shall not be allowed subsequently to be made responsive by correction or withdrawal of the
nonconforming deviation or reservation.

E4.8 If any tender is rejected, pursuant to paragraph E4.7 above, the Financial Package of such
tenderer shall be returned unopened.

E4.9 The decision of the Employer as to which of the tenders are not substantially responsive shall
be final.

E5. Evaluation of Financial Proposals


E5.1.1 (a) The Employer shall conduct the opening of Financial Package of all Tenderers who
submitted substantially responsive Technical Tenders, in the presence of Tenderers’
representatives who choose to attend at the address, date and time specified by the
Employer. The Tenderer’s’ representatives who are present shall be requested to sign a
register evidencing their attendance.

E5.1.1 (b) All envelopes containing Financial Package shall be opened one at a time, reading out: the
name of the Tenderer and whether there is a modification; the Tender Price(s), including
any discounts and any other details as the Employer may consider appropriate.

Only Financial Package discounts read out and recorded during the opening of Price
Tenders shall be considered for evaluation. No Tender shall be rejected at the opening of
Price Tenders.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 46
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

E5.1.1 (c) The Employer shall prepare a record of the opening of Financial Package that shall
include, as a minimum: the name of the Tenderer, the Tender Price, (per lot if applicable),
including any discounts. The Tenderers’ representatives who are present shall be
requested to sign the record. The omission of a Tenderer’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 Tenderers.

E5.1.2 The evaluation of Financial proposals by the Employer will take into account, in addition to the
tender amounts, the following factors:

a. Arithmetical errors corrected by the Employer

b. Price adjustment due to discounts offered by the tenderer as mentioned in preamble


of BOQ.

E5.1.3 Offers, deviations and other factors, which are in excess of the requirements of the tender
documents or otherwise will result in the accrual of unsolicited benefits to the Employer, shall
not be taken into account in tender evaluation.

E5.1.4 Price adjustment provisions applicable during the period of execution of the contract shall not
be taken into account in tender evaluation.

E5.1.5 Evaluation of financial offer will be based on quantities in Bill of quantities (BOQ) and rates
quoted. Any alteration in BOQ will not be given any cognizance.

E5.2 Correction of Errors

E5.2.1 Tenders determined to be technically acceptable after technical evaluation will be checked by
the Employer for any arithmetical errors in computation and summation during financial
evaluation. Errors will be corrected by the Employer as follows:

a. Where there is a discrepancy between amounts in figures and in words, the amount in
words will govern, unless the amount expressed in words is related to an arithmetical
error, in which case the amount in figures shall prevail;

b. Where there is a discrepancy between the unit price and the total amount derived from
the multiplication of the unit price and the quantity, the unit price as quoted will normally
govern unless in the opinion of the Employer there is an obviously gross misplacement
of the decimal point in the unit price, in which event, the total amount as quoted will
govern; and

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.

E5.2.2 If a Tenderer does not accept the correction of errors as outlined above, his tender will be
rejected and the tender security forfeited.

E5.3 Comparison of Tenders

UPMRC/KNPAGT-3/Vol-1/ITT Page | 47
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

Tenders will be compared in Rupees only. This will be achieved by converting the Foreign
Currency portion into Rupees at the selling Rate of Exchange at the close of business of the
State Bank of India on the day Twenty-Eight days before the latest date of Tender Submittal,
and then adding the same to the Rupee portion of the Tender.

E5.4 For the purpose of comparative evaluation of tenders received, the sum total of the fixed price
quoted by the tenderer for Bill of quantity, converted to Indian Rupees as per Tender
provision.

The total value of above thus obtained in equivalent INR shall be compared amongst various
Tenderers to determine the lowest evaluated tender.

E5.5 If the lowest tenderer as evaluated as per E5.4 has given some minor deviations then the
Employer has right to accept some or all such minor deviation and the offer of the lowest will
be reduced by the price of such accepted deviations.

E5.6 The Employer reserves the right to accept or reject any variation, deviation. Variations,
deviations and other factors which are in excess of the requirements of the Tender
Documents or otherwise result in the accrual of unsolicited benefits to the Employer shall not
be taken into account in tender evaluation.

E6 Indigenisation
E6.1 Tenderers are encouraged to involve domestic firms in the Contract organisation and
procurement processes.

F Award of Contract
F1 Award
F1.1 Subject to paragraph F2, the Employer will award the Contract to the Tenderer whose Tender
has been determined to be substantially responsive and compliant to the requirements
contained in the Tender Documents as per paragraph E4 and who has offered the Lowest
Evaluated Tender Price as per paragraph E5.5,
F2 Employer's Right to Accept any Tender and to Reject any or all Tenders
F2.1 The Employer is not bound to accept the lowest or any tender and may at any time by notice
in writing to the Tenderers terminate the tendering process. In case of termination, all tenders
submitted and specifically, tender securities, shall be promptly returned to the Tenderers.

F2.2 The Tenderer should note in particular that without prejudice to the Employer’s other rights
under the Contract and the Tender Security, the Employer may terminate the Contract under
Clause 4.2 of the GCC in the event that the Tender is accepted but the Tenderer fails to
supply the Performance Security or other specified documents or fails to execute the Contract
Agreement as per clause F4.

F3 Notification of Award
F3.1 (i) Prior to the expiry of the period of tender validity prescribed by the Employer, the Employer
will notify the successful Tenderer by Tele-fax/Email, to be confirmed in writing by registered
letter, that his tender has been accepted. This letter (hereinafter and in the Conditions of

UPMRC/KNPAGT-3/Vol-1/ITT Page | 48
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

Contract called ‘the Letter of Acceptance’) shall name the sum which the Employer will pay to
the Contractor in consideration of the execution, completion, maintenance and guarantee of
the works by the Contractor as prescribed by the Contract (hereinafter and in the conditions of
Contract called ‘the Contract Price’). The “Letter of acceptance” will be sent in duplicate to
the successful Tenderer, who will return one copy to the Employer duly acknowledged and
signed by the authorized signatory, within one week of receipt of the same by him.

F3.1 (ii) The outcome/result of the tender shall be communicated to all concerned tenderers.

F3.1 (iii) After notification of award, if any unsuccessful tenderer requests in writing to UPMRC asking
reasons of being unsuccessful, UPMRC shall reply in writing giving brief reasons. Tenderers
to note that no further correspondence on this issue will be entertained by UPMRC.

F3.2 The Letter of Acceptance will constitute a part of the contract.

F3.3 Upon “Letter of acceptance” being signed and returned by the successful Tenderer as per
Clause F3.1, the employer will promptly notify the unsuccessful Tenderers and discharge /
return their tender securities.

F4 Signing of Agreement
The Tenderer should note that in the event of acceptance of the Tender, the Tenderer will be
required to execute the Contract Agreement in the form specified in Special Conditions of
Contract with such modifications as may be considered necessary at the time of finalisation of
the contract within a period of 30 days from the date of issue of confirmation of PBG.

F5 Performance Security
F5.1 The Performance Security required in accordance with Clause 4.2 of the GCC shall be for
10% of the Contract Price from the Scheduled Commercial Bank (including Scheduled
Commercial Foreign Banks) in India in the currency in which the Contract Price is payable.
The Performance Security shall be furnished to the Employer within 30 (thirty) days of receipt
of the Letter of Acceptance. The form of Performance Security provided in Annexure-7 of ITT.
F5.2 The Tenderer has to furnish other Guarantees, Undertakings, and Warranties, in accordance
with the provisions of the General Conditions of Contract and Special Conditions of Contract.
F5.3 Failure of the successful Tenderer to comply with the requirements of paragraphs F4 and F5
shall constitute sufficient grounds for the annulment of the award and forfeiture of the Tender
Security.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 49
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

TRACK CONTRACT KNPAGT-3

Instructions to Tenderers
ANNEXURE- 1 (As per Clause A 4.4 (c ))

UNDERTAKING FOR CORRUPT & FRAUDULANT PRACTICE

We declare that in the submission of this Tender no agent, middleman or any intermediary has been,
or will be engaged to provide any services, or any other item of work related to the award and
performance of this Contract. We further confirm and declare that no agency commission or any
payment which may be construed as an agency commission has been, or will be, paid and that the
tender price does not include any such amount. We acknowledge the right of the Employer, if he finds
to the contrary, to declare our Tender to be non-compliant and if the Contract has been awarded to
declare the Contract null and void

STAMP & SIGNATURE OF AUTHORIZED SIGNATORY

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.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 50
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

Annexure 2 [As per Clause C2.2 (l)]


COPYRIGHT UNDERTAKING

Date ………………..

To:

Chief Engineer/Contract
Uttar Pradesh Metro Rail Corporation Limited,
Administrative Building,
Vipin Khand, Gomtinagar
Lucknow (UP)– 226010
INDIA
LETTER OF UNDERTAKING

Contract KNPAGT-3 – Supply of P-Way Materials Including Fastening System and Installation &
Commissioning of Ballastless Track of Standard Gauge in Elevated and Underground Section along
with Ballasted/Ballastless Tracks in Depots of Corridor 1&2 of Kanpur and Agra Metro.

We, (name of tenderer / joint venture) hereby undertake that the tender drawings, both in hard copy
and digitised format, and the tender documents purchased as a necessary part of our preparation of
this tender shall be used solely for the preparation of the tender and that if the tender is successful,
shall be used solely for the design of the temporary and permanent works.

We further undertake that the aforesaid tender drawings and documents prepared by Uttar Pradesh
Metro Rail Corporation shall not be used in whole, in part or in any altered form on any other project,
scheme, design or proposal that the joint venture, the joint venture parent companies or sub-
contractors of the joint venture are, or will be involved with either in India or any other country.

Signed……

For and on behalf of

(Name of tender / joint venture)

UPMRC/KNPAGT-3/Vol-1/ITT Page | 51
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

ANNEXURE 3
PROFORMA FOR STATEMENT OF MINOR DEVIATIONS
(Refer Clause C 15.1 of ITT)
1. The following are the particulars of minor deviations from the requirements of the Tender
Document:
Sr. No Clause Deviations Remarks Confirming that price of
(including withdrawal of each deviation/s
justification) is given in Appendix B of
financial package (Yes/No)

Note :
1. The Tenderer shall indicate price adjustment against each deviation in Appendix-B of BOQ. This
price is the price which the tenderer shall reduce from his tender price if deviation(s) is/are
accepted by the Employer.
2. Where there is no deviation, the statement should be returned duly signed with an endorsement
indicating ‘No Deviations’. In case, Performa of deviations is not submitted or submitted as
blank, it will be construed that the tenderer has not proposed any deviations from tender
documents.
3. If the tenderer proposes deviations in tender documents and/or any other terms and conditions
of the tender, other than in this Annexure, it will have no effect.

Signature of authorized signatory


on behalf of Tenderer

UPMRC/KNPAGT-3/Vol-1/ITT Page | 52
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

Annexure 3

Appendix A – Certificate of Compliance and Schedule of Deviations

UPMRC/KNPAGT-3/Vol-1/ITT Page | 53
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

(TO BE SUBMITTED ON TENDERER’S LETTERHEAD)

CERTIFICATE OF COMPLIANCE

This Certificate is issued in the full knowledge that the Technical Proposals submitted as Appendix
5 to the Form of Tender, are in clause by clause compliance with the Employer's Requirements,
except as noted in Appendix A (Statement of Deviations) accompanying this Certificate.

Signed

Authorised Representative

UPMRC/KNPAGT-3/Vol-1/ITT Page | 54
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

Appendix A - STATEMENT OF DEVIATIONS


Employer's Requirements (Volume 3 & 4)
TENDER TECHNICAL DRAWINGS & PARTICULAR SPECIFICATIONS
TENDER GENERAL SPECIFICATIONS

Chapte Clause Details Of Deviations Remarks


r Number
Numbe
r

UPMRC/KNPAGT-3/Vol-1/ITT Page | 55
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge in 4 Corridors in Elevated as well as Underground
Sections of Kanpur and Agra Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots

Appendix B - PROPOSALS FOR SUB-CONTRACTED WORKS

SUPPLY OF P-WAY MATERIALS INCLUDING FASTENING SYSTEM AND INSTALLATION & COMMISSIONING OF BALLASTLESS TRACK OF
STANDARD GAUGE IN ELEVATED AND UNDERGROUND SECTION ALONG WITH BALLASTED/BALLASTLESS TRACKS IN DEPOTS OF
CORRIDOR 1&2 OF KANPUR AND AGRA METRO.
INFORMATION TO BE FURNISHED BY CONTRACTOR FOR IN HOUSE MANUFACTURE, SUB- CONTRACTORS OR VENDORS
S.N Equipment In-House Manufacture Proposed Subcontracted Names of Proposed Vendors / Subcontractors
o Works

% Description % Description A B C etc.


1. Manufacture and supply of
ballasted track fittings
2. Manufacture and supply of
PSC sleeper for plain line,
turnouts etc.
3. Welding of rails
(a) Flash butt welding
(b) Alumino-thermic welding
4. Ballastless track construction
5. Ballasted track construction
6. Manufacture and supply of
ballastless track fittings
7. Details of Manufacture of
each component of
ballastless track fittings
8. Manufacturing and supply of
MSS

UPMRC/KNPAGT-3/Vol-1/ITT Page | 56
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of Standard Gauge in 4 Corridors in Elevated as well as Underground
Sections of Kanpur and Agra Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in 4 Depots

9. Manufacturing and Supply of


Buffer stop

UPMRC/KNPAGT-3/Vol-1/ITT Page | 57
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

TRACK CONTRACT KNPAGT-3


Instructions to Tenderers
Annexure 4 [As per clause C6.1 & C2.2 (f)]
Requirements for Tenderer's Technical Proposals

A. Requirements for Tenderer's Technical Proposals


A1. The Tenderer’s attention is drawn to the List of Definitions and List of Abbreviations in the
Employer’s Requirements and to Clause 1 of the General Conditions of Contract in which
terms are defined.
A2. The Tenderer’s Technical Proposals shall comply or, subject to reasonable development, be
capable of complying with the Employer’s Requirements in all respects. The tender’s
Technical proposal shall demonstrate such compliance.
The Tenderer’s Technical Proposals shall establish the safety standards to be followed and
installation and testing methods that will be employed.
The following paragraphs list the minimum documentation that shall be supplied by the
Tenderer as part of his technical package for technical evaluation of the tender. The
Tenderer shall include any further information necessary to demonstrate the suitability of his
proposal.
B. General Requirements
B1. The Tenderer shall submit a detailed clause by clause commentary on all the clauses of the
Employer’s Requirements when a clause merely provides information and no other comment
is necessary “noted” will suffice. Where the Tenderer is not able to comply fully with certain
clauses and proposes an alternative, the deviations shall be consolidated and listed
separately in the Statement of Deviations. Excepting the items listed in the statement of
deviations, the contractor shall give a Certificate of Compliance in the form Appendix A for all
the items.
B2. The Tenderer shall also advise the conflicts, if any, in the tender documents between various
functional requirements or specifications.
B3 The Tenderer shall detail any potential problems or hazards that have been identified during
the Tenderer’s assessment of the Employer’s Requirement.

B4. The Tenderer shall submit:


a. Technical Information of Contractor’s Equipment proposed by the Tenderer such as
equipment for mechanised handling of rails, support systems for setting of ballastless
track & turnouts for installation, various survey equipment, equipment for transport &
delivery of concrete to the site of work etc.
b. Information for justifying the Provenness of the equipment proposed by the Tenderer.
c. For the deployment of mobile flash butt plant, the tenderer shall submit a concrete and
complete proposal as to whether he owns the plant or proposes to hire/subcontract the
same along with details such as source of plant, its technical details and capabilities of

UPMRC/KNPAGT-3/Vol-1/ITT Page | 58
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

welding UIC 60/60E1, 1080 HH grade rails and also the detailed CV of the operator of the
machine to demonstrate technical suitability & availability of the operator for welding
work.
d. Information for In-house or the sub-contract of manufacture or vending proposed by the
Tenderer in the format given in Appendix B to Annexure 3 of Instructions to Tenderers.
C. Technical Requirements
C1. The Tenderer's Technical Proposals shall also cover the following:
(a) Proposed track structures (Caste-in-situ or pre cast). Tenderer may also propose other
proven ballastless track structure and submit detailed design for consideration of
UPMRC. However, proposed ballastless track structure should not infringe the SOD.
(b) Typical arrangement of track structure (shape and size) for elevated as well as
underground with MSS and without MSS, have been given in tender drawing for viaduct
as well as for tunnel and tenderer can propose minor modification in these track
structures to suite proposed ballastless track fittings without infringing to SOD.
(c) Details of proposed MSS along with its proven record for use in Kanpur and Agra project.
If any change to the track structure proposed vide para (a) & (b) above to be used with
MSS, then Details of Ballastless track structure to be furnished. However, it is to be
ensured that there should not be any infringement of SOD.
(d) Details of proposed designer as per clause C7 of ITT.
(e) Method adopted for topographic setting of final alignment on finished surface inside the
Metro tunnel and depot layout for final setting of track;
(f) Methodology for handling/rehandling, transportation of the P. Way materials imported by
the Employer to the store/site, stacking/storage of such material, security of material
against theft, loss and damage;
(g) Methodology for proper handling of rails and welded panels to site of work;
(h) Methodology of installation procedure including any other alternative construction
method / scheme as proposed by Tenderer for ballastless track with construction speed
and finished tolerances of track;
(i) Methodology for installation of ballastless track with MSS as per approved methodology
of MSS supplier
(j) Proposal for production of concrete along with methodology for concreting of plinth /slab
construction inside box /bored tunnel;
(k) Methodology of pumping / transportation of RMC from ground level to tunnel for longer
distance pumping as same would be required in the some of tunnels in this project.

(l) Detailed design of RMC suitable for long distance pumping / transportation

(m) Methodology for installation of ballastless turn outs & crossovers;


(n) Methodology for Installation of Dowels in track slab / plinth for fixing of 3rd Rail Bracket

(o) Methodology for Installation of Dowels in track slab / plinth for fixing of Check Rail

(p) Other technical information in support of the technical proposal.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 59
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

C2. Proposal for Fastening System for Ballastless Track


(i) Documents as per Clause C6.6 of ITT

(ii) Tenderer to submit detailed methodology for installation of ballastless track fittings on the
proposed ballastless track structure. Methodology of installation of ballastless track with
proposed track structure and ballastless track fitting with MSS or without MSS should be
sturdy which results in high quality ballastless track with all parameters of track within
construction tolerance limits and achieving good quality rail seat and ensuring proper
verticality of anchor bolts & squreness of base plates.

D. Technical Documents
D1. The Contractor's Technical Proposals shall also include the following documents:
D1.1 Deviation Statement
The deviation statement shall draw attention to any part or parts of the Particular Specification
which the Contractor intends to amend or omit and shall contain further material as required.
In producing the deviation statement the Tenderer shall ensure that clauses, paragraphs and
any appendices therein are identified by their numbering as uniquely belonging to the
deviation statement.
The Tenderer should note that the Specifications submitted with the Tender as part of the
Contractor's Technical Proposals will, prior to acceptance of tender, be merged and
consolidated into a single document for incorporation into the Contract.
The Tenderer should note that the deviation statement forms a crucial part of the Contractor’s
Technical Proposals, and shall be prepared in sufficient detail to demonstrate full compliance
with the Employer’s Requirements. The quality of the deviation statement will be paramount
in evaluating technical compliance of Tenders.
D1.2 Codes and Standards
The tenderer shall provide justification for any codes or standards, it proposes in its list as
alternatives or additions to those specified in the Employer’s Requirements.
The Tenderer will be required, during the Tender process, to provide a certified English
translation of any codes or standards it proposes to use and which are not normally available
in English.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 60
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

Annexure 5 (As per clause C8.1)


Requirements for Tender Programme
1) The Tender Programme shall show how the Tenderer proposes to organise and carry out the
Works and to achieve Stages and complete the whole of the Works by the given Key Dates.

2) The Tender Programme or Programmes shall be developed as a critical path network using
suitable software The network must be fully resourced and show the co-ordination with System
wide Contracts. The Works Programme shall show achievement of all Key Dates and Works Area
Access Dates.

3) The Tender Programme shall include the Tenderer's Design Submission Programme and should
indicate, wherever possible, dates and periods relating to interfaces with and between others
including dates for submission of further documents required by the Contract and periods for their
acceptance.

4) The Tender Programme shall contain sufficient detail to assure the Employer of the feasibility of
the plan and approach proposed by the Tenderer.

5) The Tenderer should have regard to the possibility, as referred to in paragraph C8 of the
Instructions to Tenderers that during the tender evaluation period the Tender Programme may be
developed into a Programme which, in the event of award, would be the initial submission of the
Works Programme. To facilitate this process, the Tenderer shall, in the preparation of the Tender
Programme, take due account of the provisions of Appendix 4 to the Employer's Requirements in
so far as they concern the Works Programme.

6) The Tender Programme shall be accompanied by a narrative statement that shall describe
Programme activities, assumptions and logic, and highlight the Tenderer's perception of the major
constraints and critical areas of concern in the organisation, construction and completion of the
Works. This narrative statement shall also indicate which elements of the Works the Tenderer
intends to carry out off-Site and/or outside India with details of the proposed locations of where
any such work is to be carried out, the facilities available.

7) The Tenderer shall prepare logic diagrams providing the philosophy for shared access, shared
areas with co-incident and adjacent work areas and submitted as part of his Tender. These logic
diagrams shall be developed and submitted along with the Works Programmes as submitted
during the course of the Works.

8) All programmes shall include design, procurement periods, major material, offsite production/
prefabrication, temporary construction, interface and periods for system wide, utility and adjacent
contractors etc.

9) The programme should show the makeup programme / cover up programme for slippage in
availability of few of the access area dates to achieve the completion of different stretches as per
schedule.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 61
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

TRACK CONTRACT KNPAGT - 3


Instructions to Tenderers
Annexure 6 (As per Clause C18.1)

FORM OF BANK GUARANTEE FOR TENDER SECURITY

(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank)

1. KNOW ALL MEN by these presents that we ………………………………….…... (Name of


Bank) having our registered office at ……………………… (Name of country) (hereinafter
called “the Bank”) are bound unto Uttar Pradesh Metro Rail Corporation Limited (hereinafter
called “the Employer”) in the sum of Rs. …………….. for which payment will and truly to be
made to the said Employer, the Bank binds itself, its successors and assigns by these
presents.

2. WHEREAS…………………………(Name of Tenderer) (hereinafter called “the


Tenderer”) has submitted its tender dated __________for ………….. (Name of the
work as per clause 1.1.1 of NIT) hereinafter called the tender.
AND WHEREAS the Tenderer is required to furnish a Bank Guarantee for the sum of Rs.
……………………. as Tender Security against the Tenderer’s offer as aforesaid.

AND WHEREAS………………………………(Name of Bank) have, at the request of the


Tenderer, agreed to give this guarantee as hereinafter contained.

3. We further agree as follows:

a. That the Employer may without affecting this guarantee grant time or other indulgence
to or negotiate further with the Tenderer in regard to the conditions contained in the
said tender and thereby modify these conditions or add thereto any further conditions
as may be mutually agreed upon between the Employer and the Tenderer.

b. That the guarantee hereinbefore contained shall not be affected by any change in the
constitution of our Bank or in the constitution of the Tenderer.

c. That any account settled between the Employer and the Tenderer shall be conclusive
evidence against us of the amount due hereunder and shall not be questioned by us.

d. That this Guarantee commences from the date hereof and shall remain in force till
31.07.2021 from the initial notified date of tender submission.

e. That the expression ‘the Tenderer’ and ‘the Bank’ herein used shall, unless such an
interpretation is repugnant to the subject or context, include their respective
successors and assigns.

4. THE CONDITIONS OF THIS OBLIGATION ARE:

UPMRC/KNPAGT-3/Vol-1/ITT Page | 62
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

a. if the Tenderer withdraws his Tender during the period of Tender validity specified in
the Form of Tender, or

b if the Tenderer does not accept the correction of his tender price in terms of Clause
E5.2 of the “Instructions to Tenderers”.

c. if the Tenderer having been notified of the acceptance of his tender by the Employer
during the period of tender validity :

i. fails or refuses to furnish the Performance Security in accordance with Clause


F 5.1 of the “Instructions to Tenderers” and/or

ii. fails or refuses to enter into a Contract within the time limit specified in Clause
F 4 of the “Instructions to Tenderers”.

We undertake to pay to the Employer mere on demand without demur upto the above
amount upon receipt of his first written demand, without the Employer having to
substantiate his demand provided that in his demand the Employer will note that the
amount claimed by him is due to him owing to the occurrence of any one or more of the
conditions (a), (b), (c) mentioned above, specifying the occurred condition or conditions.

Signature of
Authorized Official of the Bank

Signature of Witness Name of Official ……………………..

Name : Designation …………………………..


…………..………………….
Stamp/Seal
Address : ………………………….
of the Bank ……………………………

UPMRC/KNPAGT-3/Vol-1/ITT Page | 63
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

TRACK CONTRACT KNPAGT-3


Instructions to Tenderers
Annexure 7 (As per Clause F5.1)

FORM OF PERFORMANCE SECURITY (GUARANTEE) BY BANK


(Refer Clause F5 of “Instructions to Tenderers”)

1. This deed of Guarantee made this day of ………………. (month & year) between Bank
of…………………. …………. (hereinafter called the “Bank”) of the one part, and Uttar Pradesh
Metro Rail Corporation Limited (hereinafter called “the Employer”) of the other part.

2. Whereas Uttar Pradesh Metro Rail Corporation Limited has awarded the contract for
…………… (Name of work as per Clause 1.1.1 of NIT) (hereinafter called the contract) to
…………………………… (Name of the Contractor) hereinafter called the Contractor.

3. AND WHEREAS the Contractor is bound by the said Contract to submit to the Employer a
Performance Security for a total amount of Rs…………………(Amount in figures and words).

4. Now we the Undersigned ……………………………………. (Name of the Bank) being fully


authorized to sign and to incur obligations for and on behalf of and in the name
of………………………….. (Full name of Bank), hereby declare that the said Bank will guarantee
the Employer the full amount of Rs. …………………………… (Amount in figures and Words) as
stated above.

5. After the Contractor has signed the aforementioned Contract with the Employer, the Bank is
engaged to pay the Employer, any amount up to and inclusive of the aforementioned full
amount upon written order from the Employer to indemnify the Employer for any liability of
damage resulting from any defects or shortcomings of the Contractor or the debts he may have
incurred to any parties involved in the Works under the Contract mentioned above, whether
these defects or shortcomings or debts are actual or estimated or expected. The Bank will
deliver the money required by the Employer immediately on demand without delay and demur
and without reference to the Contractor and without the necessity of a previous notice or of
judicial or administrative procedures and without it being necessary to prove to the Bank the
liability or damages resulting from any defects or shortcomings or debts of the Contractor. The
Bank shall pay to the Employer any money so demanded notwithstanding any dispute/disputes
raised by the Contractor in any suit or proceedings pending before any Court, Tribunal or
Arbitrator/s relating thereto and the liability under this guarantee shall be absolute and
unequivocal.

6. This Guarantee is valid till ………………….. (The initial period for which this Guarantee will be
valid must be for at least 3-months (Three months) longer than the anticipated expiry date of
defect liability period as stated in Clause 4.2.1(i) of the “General Conditions of Contract”.)

7. At any time during the period in which this Guarantee is still valid, if the Employer agrees to
grant a time extension to the Contractor or if the Contractor fails to complete the Works within
the time of completion as stated in the Contract, or fails to discharge himself of the liability or

UPMRC/KNPAGT-3/Vol-1/ITT Page | 64
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

damages or debts as stated under Para 5, above, it is understood that the Bank will extend this
Guarantee under the same conditions for the required time on demand by the Employer and at
the cost of the Contractor.

8. The Guarantee hereinbefore contained shall not be affected by any change in the Constitution
of the Bank or of the Contractor.

9. The neglect or forbearance of the Employer in enforcement of payment of any moneys, the
payment whereof is intended to be hereby secured or the giving of time by the Employer for the
payment hereof shall in no way relieve the bank of their liability under this deed.

10. The expressions “the Employer”, “the Bank” and “the Contractor” hereinbefore used shall
include their respective successors and assigns.

11. Notwithstanding anything contained herein:

a) Our liability under this Bank Guarantee shall not exceed Rs……………(Rupees………)

b) This Bank Guarantee shall be valid up to …………….

c) We are liable to pay the guarantee amount or part thereof under this Bank Guarantee
only & only if you serve upon us a written claim or demand on or before………….

In witness whereof I/We of the bank have signed and sealed this guarantee on the …………. day of
…………… (Month & year) being herewith duly authorized.

For and on behalf of the…………………………. Bank.

Signature of Authorized Bank official

Name : ……………………………..

Designation : ……………………………..

Stamp/Seal of the Bank : ……………………………..

Signed, sealed and delivered for and on behalf of the Bank by the above named ………………. in the
presence of :

Witness 1. Witness 2.

Signature ……………………… Signature ……………………….

Name …………………………… Name …………………………..

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

UPMRC/KNPAGT-3/Vol-1/ITT Page | 65
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

INSTRUCTIONS TO TENDERERS
ANNEXURE 8
Page 1 of 3
Experience Required for Project Personal
The minimum level of qualification and experience for various site personnel shall be as below:
Table One;
Sr.
Position. Qualification.
No. Experience level.
Project Manager Graduate in Civil Engg. with good Total Experience 15 years, with 5
1 knowledge of Railway Track Engineering years’ experience in slab track work
& slab track construction. and 3 years as Track work Manager.

Deputy Project Manager Graduate in Civ. Engg. with good Total Experience 10 years, with 3
years’ experience in slab track work.
2 /Ballastless Track knowledge of Railway Track Engineering
/Ballastless Turnout / & slab track construction.
Graduate in Civ. Engg. with good Total Experience 10 years, with 3
Deputy Project Manager
3 knowledge of Railway Track Engineering years’ experience in ballasted track
/ Ballasted Track
& ballasted track construction. work.
Total Experience 8 years, with 3
Chief Quality Assurance Graduate in Civil Engg. and Diploma in
4 years’ experience as Quality
Manager Quality Assurance.
Assurance Manager.
Total Experience 10 years, with 5
5 Manager /Rail Welding Diploma in Civil / Mechanical Engg. years’ experience in Flash Butt Rail
Welding.
Total Experience 8 years, with 5
6 Survey In Charge Graduate / Diploma in Civil Engg. years’ experience in Survey of MRTS
and Railway Projects

7 Chief SHE Manager As per Appendix 6 of SHE manual As per Appendix 6 of SHE Manual.

Total Experience 8 years, with 4


Deputy Project Manager Graduate in Civ. Engg. with good
8 years’ experience in Design of Metro
Design and Interface knowledge of Track Design.
projects.
NOTE:
i) Diploma with 5 years’ additional experience in relevant field will be considered equivalent to
degree.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 66
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

INSTRUCTIONS TO TENDERERS
ANNEXURE 8
Page 2 of 3

SUMMARY OF KEY PERSONNEL REQUIRED FOR THE PROJECT


The figures indicated below are the minimum number of Project Personnel required which are to be
deployed as per the minimum level of supervision and qualification/experience of site-staff as
indicated in this Annexure 8 of this ITT.
Any proposal which is containing manpower less than as specified below will not be acceptable and
may be considered as non-compliant to Tender requirements.
Table Two;

Minimum no.

Total years
Qualificatio

experience

experience

Years with
Relevant
Name

No. of
Sr. of Project-

Firm.
Position

of
n
No. Personnel
required
1. Project Manager 1
Deputy Project Manager – BLT /
2. BLT -Turnout/ BT / Design and 4
Interface
3. Chief Quality Assurance Manager 1

4. Manager – Rail Welding 1


5. Survey Incharge 1
6. Chief SHE Manager 1
Notes:
1) The minimum level of supervision, qualifications and experience of Key Staff is indicated in
this Annexure 8 of this ITT.
2) A brief summary of the qualifications and work experience of each Key Staff member is to be
submitted, as per the attached Table 3 - Candidate Summary.
3) CVs are not to be attached.
We confirm we will deploy Key Staff as our Project Personnel as per the above minimum
requirements mentioned in Table 1, and also confirm we will deploy manpower over and above the
minimum numbers indicated above, if the Works so requires.

Authorised Signature of Tenderer and Company Seal.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 67
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

INSTRUCTIONS TO TENDERERS
ANNEXURE 8
Page 3 of 3

Table Three - Candidate Summary.


Name of Applicant;
Proposed Position;
Candidate Information Date of Birth;

Professional Qualifications;

(Title of Qualification, Name of Institution and Year of Award)

Present Employment
Name of Employer;
Address of Employer;

Telephone Number; Fax Number;

Contact Person; (Manager / Personnel Officer)

Years with Present Job Title of Candidate;


Employer;

Summarize professional experience over the last 20 years, in reverse chronological order.
Indicate particular technical and managerial experience relevant to this Project.

Company / Project / Position / Relevant Technical and Management


From To
Experience

Authorised Signature of Tenderer and Company Seal.

UPMRC/KNPAGT-3/Vol-1/ITT Page | 68
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

DESIGN AND CONSTRUCT CONTRACT KNPAGT-03


Instructions to Tenderers

ANNEXURE-9A

STATEMENT FOR COVENANT OF INTEGRITY

“We declare and covenant that neither we nor anyone, including any of our directors, employees,
agents, joint venture partners or sub-contractors, where these exist, acting on our behalf with due
authority or with our knowledge or consent, or facilitated by us, has engaged, or will engage, in any
Prohibited Conduct (as defined below) in connection with the tendering process or in the execution or
supply of any works, goods or services for [specify the contract or tender invitation] (the “Contract”)
and covenant to so inform you if any instance of any such Prohibited Conduct shall come to the
attention of any person in our organisation having responsibility for ensuring compliance with this
Covenant.

We shall, for the duration of the tender process and, if we are successful in our tender, for the
duration of the Contract, appoint and maintain in office an officer, who shall be a person reasonably
satisfactory to you and to whom you shall have full and immediate access, having the duty, and the
necessary powers, to ensure compliance with this Covenant.

We declare and covenant that neither we nor anyone, including any of our directors, employees,
agents, joint venture partners or sub-contractors, where these exist, acting on our behalf with due
authority or with our knowledge or consent, or facilitated by us, (i) is listed or otherwise subject to
EU/UN Sanctions and (ii) in connection with the execution or supply of any works, goods or services
for the Contract, will act in contravention of EU/UN Sanctions. We covenant to so inform you if any
instance shall come to the attention of any person in our organisation having responsibility for
ensuring compliance with this Covenant.

If (i) we have been, or any such director, employee, agent or joint venture partner, where this exists,
acting as aforesaid has been, convicted in any court or sanctioned by any authority of any offence
involving a Prohibited Conduct in connection with any tendering process or provision of works, goods
or services during the five years immediately preceding the date of this Covenant, or (ii) any such
director, employee, agent or a representative of a joint venture partner, where this exists, has been
dismissed or has resigned from any employment on the grounds of being implicated in any Prohibited
Conduct, or (iii) we have been, or any of our directors, employees, agents or joint venture partners,
where these exist, acting as aforesaid has been excluded or otherwise sanctioned by the EU
Institutions or any major Multi-lateral Development Bank (including World Bank Group, African
Development Bank, Asian Development Bank, European Bank for Reconstruction and Development,
European Investment Bank or Inter-American Development Bank) from participation in a tendering
procedure on the grounds of Prohibited Conduct, we give details of that conviction, dismissal or
resignation, or exclusion below, together with details of the measures that we have taken, or shall
take, to ensure that neither this company nor any of our directors, employees or agents commits any
Prohibited Conduct in connection with the Contract [give details if necessary].

We acknowledge that if we are subject to an exclusion decision by the European Investment Bank
(EIB), we will not be eligible to be awarded a contract to be financed by the EIB.

We grant [indicate the name of the Project Promoter], the European Investment Bank and auditors
appointed by either of them, as well as any authority or European Union institution or body having

UPMRC/KNPAGT-3/Vol-1/ITT Page | 69
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

competence under European Union law, the right to inspect and copy our books and records and
those of all our sub-contractors under the Contract. We accept to preserve these books and records
generally in accordance with applicable law but in any case for at least six years from the date of
tender submission and in the event we are awarded the Contract, at least six years from the date of
substantial performance of the Contract.”

For the purpose of this Covenant, Prohibited Conduct has the meaning provided in the EIB’s Anti-
Fraud Practice1

1- EIB’s Anti-Fraud Policy for definitions (http://www.eib.org/infocentre/publications/all/anti-fraud-


policy.htm).

SIGNATURE OF TENDERER

UPMRC/KNPAGT-3/Vol-1/ITT Page | 70
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

DESIGN AND CONSTRUCT CONTRACT KNPAGT-03


Instructions to Tenderers

ANNEXURE-9B

ENVIRONMENTAL AND SOCIAL COVENANT

We, the undersigned, commit to comply with – and ensuring that all of our sub-contractors comply
with – all labour laws and regulations applicable in the country of implementation of the contract, as
well as all national legislation and regulations and any obligation in the relevant international
conventions and multilateral agreements on environment applicable in the country of implementation
of the contract.

Labour standards. We further commit to the principles of the eight Core ILO standards1 pertaining to:
child labour, forced labour, non-discrimination and freedom of association and the right to collective
bargaining. We will (i) pay rates of wages and benefits and observe conditions of work (including
hours of work and days of rest) which are not lower than those established for the trade or industry
where the work is carried out; and (ii) keep complete and accurate records of employment of workers
at the site.

Workers relations. We therefore commit to developing and implementing a Human Resources Policy
and Procedures applicable to all workers employed for the project in line with Standard 8 of the EIB’s
Environmental and Social Handbook. We will regularly monitor and report on its application to [insert
name of the Contracting Authority] as well as on any corrective measures periodically deemed
necessary.

Occupational and Public Health, Safety and Security. We commit to (i) complying with all applicable
health and safety at work laws in the country of implementation of the contract; (ii) developing and
implementing the necessary health and safety management plans and systems, in accordance with
the measures defined in the Project’s Environmental and Social Management Plan (ESMP) and the
ILO Guidelines on occupational safety and management systems 2; (iii) providing workers employed
for the project access to adequate, safe and hygienic facilities as well as living quarters in line with the
provisions of Standard 9 of the EIB’s Environmental and Social Handbook for workers living on-site;
and (iv) using security management arrangements that are consistent with international human rights
standards and principles, if such arrangements are required for the project.

Protection of the Environment. We commit to taking all reasonable steps to protect the environment
on and off the site and to limit the nuisance to people and property resulting from pollution, noise,
traffic and other outcomes of the operations. To this end, emissions, surface discharges and effluent
from our activities will comply with the limits, specifications or stipulations as defined in [insert name of
the relevant document]3 and the international and national legislation and regulations applicable in the
country of implementation of the contract.

Environmental and social performance. We commit to (i) submitting [insert periodicity as indicated in
the tender documents] environmental and social monitoring reports to [insert name of the Contracting
Authority]; and (ii) complying with the measures assigned to us as set forth in the environmental
permits [insert name of the relevant document if applicable]4 and any corrective or preventative
actions set forth in the annual environmental and social monitoring report. To this end, we will develop
and implement an Environmental and Social Management System commensurate to the size and
complexity of the Contract and provide [insert name of the Contracting Authority] with the details of

UPMRC/KNPAGT-3/Vol-1/ITT Page | 71
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

the (i) plans and procedures, (ii) roles and responsibilities and (iii) relevant monitoring and review
reports. We hereby declare that our tender price as offered for this contract includes all costs related
to our environmental and social performance obligations as part of this contract. We commit to (i)
reassessing, in consultation with [insert name of the Contracting Authority], any changes to the project
design that may potentially cause negative environmental or social impacts; (ii) providing [insert name
of the Contracting Authority] with a written notice and in a timely manner of any unanticipated
environmental or social risks or impacts that arise during the execution of the contract and the
implementation of the project previously not taken into account; and (iii) in consultation with [insert
name of the Contracting Authority], adjusting environmental and social monitoring and mitigation
measures as necessary to assure compliance with our environmental and social obligations.

Environmental and social staff. We shall facilitate the contracting authority’s ongoing monitoring and
supervision of our compliance with the environmental and social obligations described above. For this
purpose, we shall appoint and maintain in office until the completion of the contract an Environmental
and Social Management Team (scaled to the size and complexity of the Contract) that shall be
reasonably satisfactory to the Contracting Authority and to whom the Contracting Authority shall have
full and immediate access, having the duty and the necessary powers to ensure compliance with this
Environmental and Social Covenant.

We accord the Contracting Authority and the EIB and auditors appointed by either of them, the right of
inspection of all our accounts, records, electronic data and documents related to the environmental
and social aspects of the current contract, as well as all those of our sub-contractors.

Name In the capacity of

Signed

Duly authorised to sign the contract for and on behalf of

Date

Note to the Promoter: This Environmental and Social Covenant must be sent to the Bank together
with the contract in the case of an International Procurement Procedure (as defined in Article 3.3.2).
In other cases, it must be kept by the Promoter and made available, upon request, to the Bank.

---------------------------------------------------------------------------------------------------------------------------

1 http://www.ilo.org/global/standards/introduction-to-international-labour-
standards/conventions-and-recommendations/lang-- en/index.htm

2 http://www.ilo.org/safework/info/standards-and-instruments/WCMS_107727/lang--
en/index.htm

3 For instance: ESIA (Environmental and Social Impact Assessment) and ESMP
(Environmental and Social Management Plans).

4 For instance: ESIA (Environmental and Social Impact Assessment) and ESMP
(Environmental and Social Management Plans).

UPMRC/KNPAGT-3/Vol-1/ITT Page | 72
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

DESIGN AND CONSTRUCT CONTRACT KNPAGT-03

Instructions to Tenderers

ANNEXURE-10

STATEMENT FOR CODE OF INTEGRITY AS PER

Rule 175 (1) Code of Integrity, General Finance Rule

Bidder shall not act in contravention of the codes which includes;

(i) prohibition of

(a) making offer, solicitation or acceptance of bribe, reward or gift or any material
benefit, either directly or indirectly, in exchange for an unfair advantage in the
procurement process or to procurement process.
(b) any omission, or misrepresentation that may mislead or attempt to mislead so that
financial or other benefit may be obtained or an obligation avoided.
(c) any collusion, bid rigging or anticompetitive behaviour that may impair the
transparency, fairness and the progress of the procurement process.
(d) improper use of information provided by the procuring entity to the bidder with an
intent to gain unfair advantage in the procurement process or for personal gain.
(e) any financial or business transactions between the bidder and any official of the
procuring entity related to tender or execution process of contract; which can
affect the decision of the procuring entity directly or indirectly.
(f) any coercion or any threat to impair or harm, directly or indirectly, any party or its
property to influence the procurement process.
(g) obstruction of any investigation or auditing of a procurement process.
(h) making false declaration or providing false information for participation in the
tender process or to secure the contract;
(ii) disclosure of conflict of interest.
(iii) Disclosure by the bidder of any previous transgressions made in respect of the
provisions of sub-clause (i) with any entity in any country during the last three years or of
being debarred by any other procuring entity.

Signature of the Applicant

Seal of the Applicant

UPMRC/KNPAGT-3/Vol-1/ITT Page | 73
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots

Annexure 11

Procedure for Safety Certification and Technical Clearance of Metro


Systems

UPMRC/KNPAGT-3/Vol-1/ITT Page | 74
t)
iit O
Wp-
qATE

Tl;'; , ; "-#ffi':"""^w*'*'
GOVERNMENT OF INDIA UTHS Dte.

SroBl'
i-''
MINISTRY OF RAILWAYS
(RATLWAY BOARD)
_Received on..L?.,.9*
Time.,.. l.li ob............
| t
No. 201 1/Proj./TUOUl31 /1 Vol.l New Delhi, date 17.02.2.017

Chairman and Managing Directors,


AllMetro Railways
(As per list enclosed)

Sub: Procedure for Safety Certification and Technical Clearance of Metro Systems-
amendment reg.

The Procedure for Safety Certification and Technical Clearance of Metro Systems has
been examined in Board and the competent authority has approved amendment to Para 5.3 (b)
of the Procedure as below:-

(b) Compliance to Performance Criteria (b)


of Fastening System for ballastless A. Compliance to Performance Criteria of Fastening
track on Metro RailwayVMRTS and System for ballastless track on Metro
salient feature of Fastening System Railways/MRTS and salient features of Fastening
adopted by Metro Railway (Annexure System adopted by Metro Railway (Annexure GQ
c2l. to be submitted :-

(i) for observation of MoR, if the proposed


Fastening System is a new Fastening System
which is fully compliant to the Performance
Criteria and not approved by MoR in terms of
the provisions of Para 1.2 of Annexure C-2.

(ii) for approval of MoR, if the proposed Fastening


System is a new'Fastening System which is not
fully compliant to the Performance Criteria in
terms of the provisions of Para 1.4 of Annexure
c-2.

B. Salient features of Fastening System proposed to


be adopted by Metro Railway shall be Jurnished for
information of MoR, if the system is in terms of the
of Para 1.3 of Annexure C-2.
' or)6t"
^/4
4', znirft',i',t Ftin+ffi'5l,;;io
Crz _ ltimrgo*o(€o{co i
'l9\,v v (Ruth Ghangsan)
Dir.A/Vorks (Plg.)
frFr6/{"*otx.a (F*ft?T)"
Railway Board
4011-23097061
' / '\
ffisx*-*-X*,6,19:E"Ti*"'H'un
'
copy t5.S\
,.f F:O/UTHS, RDSO, Manak Nagar, Lucknow- for amending and uploading the revised
Procedure on the website. :

- CCRS, Ashok Marg, NE Railway Compound, Lucknow


- OSD/UT & Ex-officio JS, MoUD, Nirman Bhawan, New Delhi.
< METRo NAME & FULLADDRESS
sN,
t Managing Director,
:--.----e'--e

Delhi Metro RailCorporation Ltd.,Fire E -


110 00L
2. Managing Director,
gang.lor" Metro RailCorporation Ltd.,3td Floor, BMTC Complex, K.H. Road,
Sh a nthin aga r',Ba ngaf ore -560 A27
3 Managing Director,
Chennai Metro RailLtd., Harini:Tower No.7,
r.Anren srnith Road- Gonalanuram. Chennai-600 O85.
4 ManagingEirecto-r
Mumbai Metro One Private Ltd.,Mumbai Metro One Depot, D.N. Nagar,J.P. Road,4
Bu ngatows, Andheri (West),M.umU"i-qOO OSg
5 Managing Director,
Rapid wt"iro Gurgaon Ltd.,2dd'Ftoor, Ambience Corporate Tower,Ambience lsland;
NH-8,Gurgaon-122 001-
6 Managing Director,
Kolkata,,Metro Rail corporation Ltd., M u nshi Premchan d saran i,
HRBC Office Comptex,4th & sth Floor,Kolkata-70O
| : I l!::
!?!-
7 Managing Dir€cto.r,
:
Kochi, Metro,Rail Ltd.,8th Floor- Revenue T-ow€r, Park Aven ue,
Kochi-682 011 (Kerala)
8 Managint,Director,.
Jaipur Metro Rail Corporation Ltd.,
Khanij Bhavan, Behind Udyog thavan, Gsche
9 Chief, Executive & Managing Director,
L & T Metro Rail,4th Floor --Q3, CyberTowers,
Hitec City, Mbdhapur, HydePbad - 500 081
10 Managing Director,
Luctnow Metro Rail Corporation Ltd.,
iiHoor,
j.np.tt wr,*"t, Httttte.ng,Lu.Lnot-zzo,0or'
II Managing Director,
Pune Metro Rail Corporation Ltd.,
pune- (wtaharasmra)
L2 Managing Director,
Maharashtra Metro Rail corporation Limited {Maha-Metro),
Metro Hou.se, 2812, C.K Naidu Marg,
anrnd Naoar Civit Lines- Nasour. Maharashtra -4u10001
13 Managing Direictor ':

wturnbai Metro Rail Corporation Ltd.,Namttri Bldg., Plot No.13, E-Block,Bandra-Kurla


rnmnlay Randra{Fastl-Mumbai-400 051.
t4 Managing Director,
Metro Link Express for Gandhinagar and Ahmadabad (MECA) ComPanY, Limited,
5n Floor, Nirman Bhawan,
Opp. Sachivalaya Gate No.4, Sector-10-A, Gandhi Nagar
Guiarat -3820m
iLji: i ".r:
it_
;
;",,, .

14
GovERNMENr oF,^,[?i: :::: : I t]l?J]tm
MINISTRY OF RAILWAYS lSr EDED
(RA|LWAY BOARDI

No. 201L/P roj.lMoU /3L11_ Vot.I New Defhi, dated 1A.O3.2O17

Chairman & Managing Directors,


All Metro Railways
{As per list attached}

Sub: Procedure for Safety Certification and Technical Clearances of Metro Systems-
amendment reg.

The Procedure for Safety Certification and Technical Clearances of Metro Systems
December, 2015 has been further examined in Board and the competent authority has
approved amendment in the same by adding one note below para 8.2 of C-1 document as
follows:
"Note:
ln case of Double Resilient Bose Plate Assembly Fastening System as
opproved by MoR, the loterol cleoronce between running rail and the
derailment guord shall.be 250 !20 mm. Thisfastening system, if used in
tunnels hoving multiple tracks, Metro Administration should ensure
that KE for adiocent track is not infringed so long as the wheels of any
derailed vehicle are within the main rail ond derailment guord."

\.%-
(Ruthphangsan)
Director/Works (plg.)
Railway Board
I 011-2309706t
Copy to :

Executive Director/UTHS, RDSO, Manak Nagar Lucknow for amending and


,/
,/ uploading the revised prcedure on the website.

2. The chief commissioner of Railway safety, N.E Railway, DRM office campus
16, Ashok Marg, Lucknow -226001 and

3' OSD/UT & Ex-Officio Joint Secretary Ministry of Urban Development, Nirman
Bhavan,New Delhi

N''$*
No. 2OlVProj I MoU / 3Ll t
. Y ol -l

L. The General Manager, Metro Railway, Kolkata.

2. Managing. Director, Delhi Metro Rail Corporation Ltd., Fire Brigade Lane, Barakhambha

Road, New Delhi-110001..

3. Managing Director, Chennai Metro Rail Ltd., CMRL Depot, Admin Building, Poonamalee High

Road, Koyambedu, Chennai-600086.

4. Managiirg Director, Hyderabad Metro Rail-Ltd., Metro. Ralt Bha*an, Saifabad, Hyderabad-

500 004.

5. Managing Director, Bangalore Metro Rail Corporation [td., 3'd Floor, BMTC Complex, K.H.
Road, Shanthinagar, Bangalore-560 027.

5. Managing Director, Rapid Metrorail Gurgaon Ltd., znd Floor, Ambience Corporate Towers,

Ambience lsland, NH-8, Gurgaon-lZZOOI. r


7. Managing Director, Jaipur Metro Rail Corporation Ltd., Khanij Bhavan, Behind Udyog
Bhavan, C-Scheme, Jaipur- 302005.

8. Managing Director, Kochi M-etro Rail Ltd., 8th Floor, Revenue Tower, park Avenue, Kochi-
6820tt.
9. Managing Director, Kolkata Metro Rail Corporation Ltd., Munsi Premchand Sarani, Kolkata-
" 70002L.
10. Managing Directoq Mumbai Metro One Private Ltd., Mumbai Metro One Depot, D N Nagar,

J.P. Road,4 Bungalows, Andheri {West), Mumbai400053-

11. Chairman & Managing Director, MEGA Company Limited,Sth Floor, Nirman Bhawan, Opp.
Gate No.4, Sach ivalaya,sector-LOA, Gandh inagar,Gujarat-3g2010.

L2. Managing Director, Lucknow Metro Rail Corporation Ltd., 1st Floor, Janpath Market,
Ha zratga nj, Lu cknow-226$OL
13. Managing Director, Pune Metro Rail Corporation, Nucleus Jeejeebhoy T6wer, 3rd Floor,

Office No. T-1, T-2 T Road, Opp. Commissioner Office, Gawaliwada, Pune, Maharashtra -
41L001

14. Managing Director, Nagpur Metro Rail Corporation Limited, Metro House, ZBIZ, C.kNaidu
Marg Anand Nagar, Civil Lines, Nagpur, Maharashtra -440001

15. Managing Director, Mumbai Metro RailCorporation Limited, Namttri Building, plot No.13, E

Block, Bandra-Kurla Complex, Bandra {East}, Mumbai-400051.


GOVERNMENT OF INDIA
MINISTRY OF RAILWAYS

Procedure for Safety Certification and Technical


Clearance of Metro Systems

December 2015

Urban Transport & High Speed Directorate


RESEARCH DESIGNS & STANDARDS ORGANISATION
MANAK NAGAR, LUCKNOW – 226 011
Changes in present version (December 2015) of Procedure for Safety
Certification and Technical Clearance of Metro Systems with respect
to previous version of February 2015

S.N. Modification in Edited/Removed/ Authority


Added
1 Ann C-1 Clause 3.2 Item (viii) added for Rly Bd letter no.2010/Proj./
gradients Bangalore/30/4-Vol.II (Pt.) dtd
23.09.2015
2 Ann C-1 Clause 8.1 Para modified to cater Rly Bd letter no. 2011/Proj./
for provisions for MOU/31/1 Vol. I dtd
single track tunnel 26.11.2015
3 Ann C-1 Clause 14 Para added for Rly Bd letter no.2010/Proj./
gradients Bangalore/30/4-Vol.II (Pt.) dtd
23.09.2015
4 Ann C-2 Clause Para modified Rly Bd letter no. 2011/Proj./
4.1(ii) MOU/31/1 Vol. I dtd
18.11.2015
5 Ann C-2 Clause 4.7 Table modified Rly Bd letter no. 2011/Proj./
Table 1 MOU/31/1 Vol. I dtd
18.11.2015
6 Para 9 of page no. 6 Existing para Rly Bd letters no.
renumbered as sub 2011/Proj./ MOU/31/1 dtd
para 9.1 & a new 16.04.2015 &
sub para 9.2 is added 2012/Proj./Jaipur/30/7 Vol
II dtd 10.04.2015
Table of Contents

S.No. Description Page


No.
1. General 1
2. Scope 1
3. Overview of the Procedure 1
4. Submission and Scrutiny of Schedule of Dimensions 2
5. Submission and Scrutiny of Documents 2
6. Submission of Test Certificates / Reports 3
7. Oscillation Trials and issue of Speed Certificate 3
8. Condonation 6
9. Maintenance and other Manuals 6

ANNEXURES

Annexure Description Page


No. No.
A Documents required for Rolling Stock - (Rolling Stock - Mechanical) 7
B Documents required for Rolling Stock - (Rolling Stock - Electrical) 9
C1 Technical Standards of Track Structure for Metro Railways 10
C2 Performance criteria of fastening system for ballastless track on 23
metro Railways/MRTS systems (Provisional)
D1 Documents required for traction (OHE/ Third Rail) and Power 28
Supply System at appropriate stage
D2 Documents required for third rail traction system and Power Supply 30
System at appropriate stage
E1 Documents required for various sub-systems of signalling, duly 32
approved by Metro authorities
E2 Provisions to be adopted for signalling & telecommunications 33
systems
F1 Methodology for oscillation trials 34
F2 Criteria for oscillation trials of metro rolling stock 37
G1 Methodology for Emergency Braking Distance (EBD)/Service Braking 39
Distance (SBD) trials
G2 Parameters required for calculation of EBD/SBD & controllability of 43
Metro’s
H Methodology for coupler force trials 44
I Methodology for controllability trials 45
Flow chart for Metro Certification Procedure 48
PROCEDURE FOR SAFETY CERTIFICATION AND TECHNICAL CLEARANCE OF METRO SYSTEMS
BY RDSO

1. GENERAL
As per Amendment to Metro Railway (Operation and Maintenance) Act 2009, Indian
Railways have been unambiguously given the responsibility of technical planning and
safety of Metro Systems being implemented in India. Since a number of Metros are
coming up in various cities of India, considering the fact that some technical and safety
related issues can best be dealt with at the planning stage itself, a comprehensive
document has been prepared giving the details of procedure for Safety Certification and
Technical clearance of Metro Systems by RDSO, Ministry of Railways.
2. SCOPE
This is a reference document defining the procedure and the various steps to be taken for
safety certification and technical clearance of Metro Systems being implemented in India.
This will provide guidance to the authorities who intend to plan, construct and operate a
Metro System in India. After deliberations in the Inter-Ministerial Committee on Metro
issues, it was decided with general consensus, that Ministry of Railways should confine its
role to according in principle approvals of broad technology as chosen and proposed by
the metro railway administrations in the following areas:
i. Schedule of Dimensions
ii. Design Basis Report
iii. Track structure
iv. Oscillation trials of rolling stock as required
v. Issue of Speed Certificate
vi. Technology for signalling
vii. Technology for traction
viii. Rules for opening of the metro railway and General Rules
3. OVERVIEW OF THE PROCEDURE
3.1. The complete exercise of Safety Certification and Technical Clearance for
commissioning a Metro System for passenger service is broadly divided into the
following parts:
1. Submission and Scrutiny of Schedule of Dimensions (SOD)
2. Submission and Scrutiny of technical documents like specifications, design and
test certificates.
3. Tests of selected sub-systems.
4. Oscillation trials and issue of speed certificates.
3.2. However, before the actual start of process for Safety Certification and Technical
Clearance, it is advisable that Metro administration keeps RDSO generally informed
about the project developments and starts liaison well in advance. To make this a part
of the system, a copy of the Detailed Project Report (DPR) approved by Ministry of
Railways and Ministry of Urban Development may be sent to RDSO.
3.3. The Metro administration shall submit the required documents to Executive Director
Works (Planning) Railway Board, and also send a copy of the same to Executive
Director, Urban Transport and High Speed Directorate, RDSO, Manak Nagar, Lucknow.
UTHS directorate will co-ordinate within RDSO and with the Metros for scrutiny of
1
documents and certification of Metro. These steps have been explained in detail in the
following paragraphs:
4. SUBMISSION AND SCRUTINY OF SCHEDULE OF DIMENSIONS (SOD)
[Expected Time for examination and clearance of SOD - Three months]
Initially Metro Administration is required to submit its SOD for approval. It should
comprise of general alignment and clearances, rolling stock dimensions, kinematic
envelope and structure gauge, clearances at stations and platforms, type of electric
traction and clearances from live parts. If a Metro is being extended, then fresh SOD will
not be required to be approved.
5. SUBMISSION AND SCRUTINY OF DOCUMENTS.
[Expected Time for scrutiny of documents –six weeks]
Metro Administration is required to submit documents, duly approved by Metro
Administration as per annexures mentioned below. Sub-system wise break up of these
documents is as follows:
5.1. Rolling Stock(Mechanical Part):as per Annexure A
5.2. Rolling Stock (Electrical Part): as per Annexure B
5.3. Track: The following documents are required
a) Compliance of Standards for Track Structure and salient feature of Track
Structure adopted by Metro Railways (Annexure C1)
b) Compliance to Performance criteria of Fastening System for ballastless track on
Metro Railways/MRTS and salient feature of Fastening System adopted by Metro
Railway (Annexure C2)
5.4. Traction Installation and Power Supply : as per Annexure D1 and D2
5.5. Bridges and Structures
a. A copy of Design Basis Report (DBR) for viaduct and other bridges duly approved
by the metro authorities is required to be submitted prior to taking up design
work by the Consultant. This shall require approval of Ministry of Railways before
start of physical work.
b. It should include load model, provisions of various Codes and Manuals to be
followed with preference (Justification should also be furnished if other than IRS
Code are proposed to be followed), type of construction material etc.
Notes:
i. A Model DBR has been prepared by RDSO/ MoR and same has been uploaded
on RDSO website. Metros should refer it for preparing their DBR.
ii. RDSO has prepared guidelines for carrying out RSI studies and same has been
uploaded on RDSO website. This may be referred for doing RSI studies.
5.6. Signalling
a. Documents are required for various sub-systems duly approved by Metro
authorities as per Annexure E1.

2
b. A Broad description of the systems in line with already approved system of Metro
Signalling System and & telecommunications system is available at Annexure E2.
For Technical clearance, minimum provisions to be adopted for Signalling systems
& telecommunications systems are outlined in this annexure. Deviations, if any,
shall be pointed out clearly.
6. SUBMISSION OF TEST CERTIFICATES / Reports
6.1 The following test certificates are required to be submitted to RDSO for record before
conducting oscillation trial:
6.1.1. Rolling Stock –Mechanical
i. Type test of coupler
ii. Type test of brake system
iii. Type test of wheels and axles
iv. Prototype test of Bogie frame
v. Endurance test of Bearing
vi. Compliance certificate for crashworthiness standard
[Expected Time in scrutiny and examination of these certificates – four weeks]
6.1.2. Rolling Stock– Electrical
Dynamometer car test certificate giving starting and rolling resistance of the
Prototype Rolling Stock and verifying the “tractive effort-speed” and “regenerative
braking effort/speed” characteristics; along with methodology of acquisition of
data and calculation method. If Dynamometer car test is not being conducted for
the rolling stock, then test results by manufacturer for similar test done earlier to
be provided.
[Expected Time in scrutiny and examination of these certificates – four weeks]
6.2 The following test certificates are required to be submitted to RDSO for record
before commissioning of the corridor.
6.2.1. Signal and Telecommunication: Completion report of Integrated Testing and
Commissioning Tests with their results for Signalling/Train Control Systems and Tele
Communication Systems.
6.2.2. Rolling Stock– Electrical: EMC/EMI compatibility test report to be submitted before
commissioning of the corridor.

7. OSCILLATION TRIALS AND ISSUE OF SPEED CERTIFICATEs


7.1. The following types of speed certificates are issued by RDSO.
i. Speed certificate for conducting oscillation trials of the rolling stock by RDSO to
ascertain its maximum speed potential. (Test methodology and criteria for the test
are enclosed as Annexure F1& F2 respectively).
[Expected Time in issuing this certificate – two weeks]
ii. Speed certificate for conducting Emergency Braking Distance trial for the
complete train formation intended to be operated. (Test methodology is enclosed
as Annexure G1 and parameters required are at Annexure G2).
[Expected Time in issuing this certificate – two weeks]

3
iii. Speed certificate for conducting COUPLER FORCE, CONTROLLABILITY or any other
special trial. Coupler force trials shall be necessary for sections having sustained
up gradient steeper than 1 in 100. Controllability trials shall be necessary for
sections having sustained gradient steeper than 1 in 100. (Test methodology for
coupler and controllability are enclosed as Annexure H and Annexure I
respectively).
NOTE: These trials may be dispensed with by RDSO, if Metro Authorities submit
adequate details of design calculations and Type test reports of couplers
and brake system certifying their suitability for use in the worst operating
conditions, which shall also include failure of ATP/CBTC.
[Expected Time in issuing this certificate – two weeks]
iv. Provisional speed certificate for operation and regular use of new design of rolling
stock without conduct of detailed oscillation trials. The provisional maximum
permissible speed for new design of rolling stock will be determined on the basis
of design features and data, and where appropriate also on a comparison of the
performance of similar design of stock already in service, generally in line with
Policy Circular no. 6 issued by Railway Board.
v. Interim speed certificate for operation and regular use of rolling stock at the
maximum permissible speed as determined in oscillation trials and based on
norms set by Criteria Committee of RDSO (Annexure F2) and in EBD trials.
vi. Final speed certificate for operation and regular use of rolling stock at the
maximum permissible speed based on norms set by Criteria Committee of RDSO
(Annexure F2), after conduct of oscillation trials over rundown track with worn
wheel profile, as soon as available, and with instrumented measuring wheel
wherever required.
[Expected Time in issuing this certificate – two weeks]
7.2. Prior sanction of CRS for conducting trials
a) In cases where metro line is yet to be opened for public carriage of passengers, prior
sanction of CRS will not be needed for conducting Oscillation, EBD, coupler forces and
other such trials of coaches, mentioned in para 7.1 (I, ii and iii). After issue of speed
certificate by RDSO for such trial, the concerned Metro will submit the documents
already prescribed to RDSO.
b) However, prior sanction of CRS will continue to be mandatory for conducting all the
trials mentioned in para 7.1 (i,ii and iii), where the Metro line has already been
opened for public carriage of passengers and a new design of Rolling Stock is to be
tested or where speed of an existing rolling stock is to be increased. Requisite papers
and certificates will need to be submitted by concerned Metros to CRS for this
purpose.
7.3. For oscillation trial and speed certificate of metro rolling stock as described above, the
concerned metro corporation shall apply to Executive Director (Urban Transport &
High Speed), Research Designs and Standards Organization, Manak Nagar, Lucknow-
226011.

4
7.4. Application for getting oscillation trial done shall be accompanied by the following
documents:
i. Performance report of the existing operation.
ii. Full details of the rake composition & section on which trial is proposed.
iii. Joint Safety certificate issued by concerned Metro
iv. Track certificate issued by concerned Metro
v. Bridge Certificate issued by concerned Metro
vi. After issue of Speed Certificate, CRS sanction for conducting the trial, if necessary
in terms of Para 7.2
vii. An Indemnity Bond by the concerned Metro administration indemnifying RDSO /
Indian Railways for damages if any, caused by any accidents/casualties during such
trials.
viii. Any other certificate required as per CRS sanction, if necessary in terms of Para 7.2

7.5. Application for getting special trials done shall be accompanied by:
a. Joint Safety certificate issued by concerned Metro
b. Track certificate issued by concerned Metro
c. Bridge Certificate issued by concerned Metro
d. After issue of Speed Certificate, CRS sanction for conducting the trial, if necessary
in terms of Para 7.2
e. An Indemnity Bond by the concerned Metro administration indemnifying RDSO /
Indian Railways for damages if any, caused by any accidents/casualties during such
trials.
f. Any other certificate required as per CRS sanction, if necessary in terms of Para
7.2
Apart from above, details indicated in annexures G1 and G2 for Emergency /Service
Braking Distance trials, in annexure H for Coupler Force trial and in annexure I for
Controllability trial, following documents will also be required:
7.6. In addition to the above mentioned documents, any other detail required by RDSO
after due examination of the case, shall be intimated to the concerned metro.
[Expected Time in conducting oscillation trial by RDSO – four weeks. Additional 2
weeks for EBD trial and 2 weeks for coupler force trial if needed.]
7.7. For issuing of Provisional / Interim Speed Certificate, following shall be required:
i. Approved Schedule of dimensions (SOD) and condonation letter from Railway
Board for infringements/deviations, if any, from approved Schedule of dimensions
(SOD).
ii. Approval of Track Structure and Fastening System as per Annexure C1 & C2 and
condonation letter from Railway Board for deviations, if any, from approved Track
Structure and Fastening System
iii. Approved Design Basis Report.
iv. In principal approval of Traction System as per Annexure –D1/D2
v. Complete design details pertaining to vehicle dynamics along with drawings of the
rolling stock – As per Annexure A & B
vi. Report of Vehicle dynamics simulation done including Vertical acceleration values,
Lateral acceleration values, Vertical Ride Quality, Lateral Ride Quality, Vertical

5
force, Max. Lateral force, Derailment Coefficient (Lateral force/ Instantaneous
wheel load.)
7.8. After receiving speed certificate for passenger carrying rolling stock, Metro
administration shall apply for sanction for the same to the Railway Board/MoR
through Commissioner of Railway Safety of the Circle in whose jurisdiction the Metro
falls, as per the provision stipulated in “Opening of Metro Railway for Public Carriage
of Passenger Rules, 2013” with latest amendment.
7.9. For existing rolling stocks, where there is a case of design modification or speed
enhancement, as defined in “Opening of Metro Railway for Public Carriage of
Passenger Rules, 2013”, with latest amendment, the same procedure, as described
above, shall be followed.
8. CONDONATION:
8.1 Any deviation from the standards prescribed by and acceptable to MOR, either
pointed out by MOR/RDSO or brought to the notice of MOR/RDSO by the Metro, will
be required to be condoned by MOR. For any such condonation Metro will submit
detailed justification each case wise well in advance.
8.2 Any infringement or deviation to approved SOD will also require condonation from
MOR. However, the case is to be processed as under:
i) By Metro through approval of concerned CRS to Railway Board in case of fixed
installations.
ii) By Metro through RDSO and CCRS in case of infringements to SOD by Rolling Stock.
9. MAINTANCE AND OTHER MANUALS

9.1 Before commencement of commercial services, Metro Administrations should ensure


that all the following manuals are in place:
a) Operations Manual
b) Safety Manual
c) Disaster Management Manual
d) Maintenance Manuals of various sub-systems
9.2 The concerned technical Director-in-charge should approve and authenticate 9.1(a) to
9.1(c) of the above listed manuals for use. The maintenance manuals mentioned in
9.1(d) above, are to be submitted by the concerned technical Director-in-charge after
authentication, to RDSO for approval. Manuals mentioned at 9.1 (d) above, should be
got approved from RDSO within Six months of commercial operations.
10. The expected time stipulated is tentative and does not include the time taken by Metros
in providing any clarification asked by RDSO.

*****

6
Annexure-A

Documents required for issue of speed certificate of Rolling Stock - (Rolling Stock -
Mechanical)

1. Brake System
i. System description of air supply and brake system, Standards followed.
ii. Train brake calculation and parking brake details.
iii. Emergency braking distance.
iv. Air consumption calculation.
v. Brake and piping diagram.

2. Bogie System
i. System description of bogie.
ii. Drawings and Design Data for Bogie
iii. Finite Element Analysis Report of Bogie Frame.
iv. Fatigue test data of bogie frame and endurance parameters calculations
v. Thermal calculation of wheel.
vi. Axle strength calculation-Powered axles.
vii. Axle strength calculation- Non - Powered axles.
viii. Life rating calculation of axle box bearing.
ix. Suspension drawing and design parameters.

3. Vehicle Dynamic Analysis on Track Data as Specified by Metro Administrations


i. Vehicle model.
ii. Natural frequencies of the suspension.
iii. Stability / safety of bogie
iv. Wheel / track off-loading.
v. Bogie rotational resistance.
vi. Wheel wear index at the tread and flange.
vii. Lateral force and derailment quotient.
viii. Ride index.
ix. Acceleration values of car body and bogie frame.
x. Criteria for assessment of riding behaviour of vehicle.

4. Finite element Analysis of car body structure as per manufacturer


5. Relative movement between coaches/coach and bogie
i. Coupler movement calculation
ii. Gangway movement calculation for specified radius
iii. Calculation of relative movements between coach and bogie on different
degrees of curvature.
6. Passenger Saloon Door description & Drawing for record purpose
7. Coupler – Technical description and drawings.

7
8. Fire load calculation and emergency evacuation of passengers
i. Design calculation of Fire load above and below body frame.
ii. Fire Protection System and compliance to relevant International Standards.
iii. Measures for emergency evacuation of passengers.

9. Crashworthy Simulation as per EN 15227 and GMRT 2100

10. Layout of DMC and TC and pay load calculation.

11. Weight particulars of stock.

12. Test Procedure of Brake System, Bogie, Coupler, Wheel & Axle to be given for
information.

i. Brake System
a. Dynamometer test.
b. Brake calliper unit.
ii. Bogie System
a. Static and Fatigue tests of bogie frame
b. Bogie rotational resistance test
c. Oscillation trials
d. Wheel offloading test
iii. Coupler System
a. Test specification of coupler
iv. Wheel & Axle
a. Test procedure of Wheel.
b. Test procedure of Wheel set.
c. Test procedure of Solid Axle.

8
Annexure-B

Documents required for Rolling Stock - (Rolling Stock - Electrical)

1. Technical specification on rolling stock covering its electrical sub systems for
information:
2. Following Design Calculations to be furnished for records sake:-
(i) Adhesion calculation
(ii) Gear pinions, analysis of stresses, selection of bearing, gear case and
transmission assembly
(iii) Tractive and braking effort vs speed curves showing balancing speed.
(iv) Curves of efficiency, power factor, frequency, slip as a function of speed.
(v) Traction Motor performance curves.
(vi) Harmonic calculations.

3. Following drawings to be furnished for information :-


(i) Schematic diagram of power, dynamic braking, control and auxiliary circuits
including multiple operations.
(ii) Tractive effort transmission diagram.
(iii) Brake system schematic diagram.
(iv) Drawing showing mounting arrangement of traction motor.
(v) Motor suspension arrangement.
(vi) Power converter cooling arrangement.
(vii) General arrangement for wheel slip detection and correction system.
(viii) Drawings for third rail current collector.
(ix) Air Conditioning arrangement.

4. EMI/EMC compatibility, test plan & results.


5. Simulation results for TE, BE, Performance curves for rolling stock for identified section
of Metro.
6. Details of electrical protection system of metro unit, various equipment and their sub-
assemblies.
7. Safety plan and standards followed and references for provenness of major assemblies
and sub-assemblies.

9
Annexure- C1
Part-A: Technical Standards of Track Structure for Metro Railways/MRTS
(Compliance to be given)
1. Scope:
To stipulate the desirable technical standards /specifications for track structure for Metro
Railways/ MRTS Systems in the country.

2. Operating Environment:
Track Structure should fulfil generally the following conditions:
2.1 Gauge – Broad gauge- 1676/1673mm (nominal) and standard gauge – 1435mm.
2.2 Rail Seat inclination (slope): 1 in 20
2.3 Speed potential – 110 kmph (max.)
2.4 Static Axle load –20t (max.)
2.5 Design rail temperature range – (-)10 degree Celsius to (+) 70 degree Celsius
2.6 Maximum Curvature and ruling gradient - As specified in SOD

3. Track Structure:
3.1 General: The track structure should fulfil the following requirements:
3.1.1 The track structure should conform to/ satisfy Schedule of Dimension requirement
and other maintenance instructions of Metro systems.
3.1.2 Ride comfort and running safety of track vehicle dynamics should be satisfied.
3.1.3 The track structure should be designed with long welded / Continuously welded rail
on main line track in case of ballasted as well as ballastless track.
3.1.4 The horizontal alignment shall consist of a series of straights joined to circular curves
generally with transition curves. Curvature and cant shall be calculated based on the
train speed for each train type on the section. Compound and reverse curves are
acceptable, provided they are connected by an adequate transition curve.
3.1.5 The vertical alignment should be designed to achieve a smooth profile line with
gradual changes. Changes in the profile should be connected by vertical curves,
which shall be as generous in length as the location allows. Vertical curves including
its transition shall not be located at stations within the length of platform. A vertical
curve within the length of transition and Turnouts is also not desirable. Vertical curve
radius is constrained by the need to limit the vertical acceleration for passenger ride
comfort.
3.2 The technical standards for Track structure deals with the following components-
(i) Rail and Welding
(ii) Sleeper and fastening for ballasted track
(iii) Track slab for ballastless track
(iv) Fastening system for ballastless track
(v) Insulated Glued joint
(vi) Turnout, scissors crossover
(vii) Switch Expansion Joints
(viii) Gradients
10
4. Rails and Rail Welding:
4.1 Rails:
4.1.1 For Main line Track:
4.1.1.1 The rail used on main line on curves and approaches of Stations shall be 60E1
(UIC 60), 1080 grade Head Hardened.
4.1.1.2 At other locations on straight line of main line, the use of 60E1 (UIC 60), 1080
grade HH / 60E1 (UIC 60), 880 grade rail shall be decided by Metro Railway
depending upon speed, axle load and other factors pertaining to safety and life
of rail. However on curves with small straight track in between, the 60E1 (UIC
60), 1080 grade Head hardened rail should be continued on straight patches
also.
4.1.1.3 It is essential to have preventive rail grinding arrangements in case 60E1 (UIC
60), 1080 HH rails are used.
4.1.2 For Depot lines:
The rail used on depot lines can be non- head hardened and shall be 60E1 (UIC
60), 880 grade.
4.1.3 Specification:
4.1.3.1 The rail shall be class ‘A’ rails as per IRS-T-12-2009 specification with latest
amendments. However, any suitable length of rail more than 13 m considered
appropriate by metro on consideration of transportation and handling can be
adopted, provided the rails are ultimately welded into long welded rails.
4.1.3.2 The rail shall be manufactured and tested in accordance with IRS-T-12-2009
(with latest amendment). The chosen manufacturers shall be required to
submit their inspection and test plan for approval by Metro railway as per IRS-
T-12-2009. Metro railways will ensure that the inspection and test plan
approved by them strictly conforms to the requirement of IRS specifications.
4.2 Welding of rail:
4.2.1 The welding of rails should conform to Indian Railway specifications and technical
instructions issued from time to time.
4.2.2 The present instructions are contained in following documents:
4.2.2.1 Alumino Thermit Welding:
(i) Indian Railway Standard specifications for Alumino Thermit Welding of Rails
(IRS/T-19 with latest amendments)
(ii) Manual For Fusion Welding Of Rails By The Alumino-Thermic Process : Revised-
2012 with latest amendments
4.2.2.2 Flash Butt Welding:
Manual for Flash Butt Welding of Rails, January 2012 with latest amendments.
4.2.2.3 Special attention is required by metros for provisions of these instructions
regarding procurement, execution of works and areas requiring prior approval/
standardization by RDSO.

11
4.3 Ultrasonic Testing of Rail and Welds:
The rails and welds shall be ultrasonically tested in field as per requirement of
concerned specification/ manual/ instructions. The testing shall be ensured as per
provisions of “Manual for Ultrasonic Testing of Rail and Welds- Revised 2012” with
latest amendments. The provisions of “IRS specification for Ultrasonic testing of
Rails/Welds (Provisional), Revised-2012” shall also be followed.

5. Sleeper and fastening for Ballasted track


5.1 Sleepers:
5.1.1 Broad Gauge
The PSC sleepers shall be used in accordance with RDSO drawing no. T-2496 and
specification IRS-T-39 (revised from time to time).
5.1.2 Standard Gauge
PSC sleeper for standard gauge will be designed by Metro Railways following in
principal guidelines of Indian Railway and the same shall be approved by Metro.
5.2 Fastening system:
The elastic fastening system prevalent on Indian Railways shall be used duly ensuring
the Inspection protocol for fastening components laid down for IR.
In case of use of elastic fastening other than in use on IR, prior approval shall be
obtained from Railways.

6. Track slab for Ballastless track


6.1 Track shall be laid on cast in situ/precast reinforced plinth or slab, herein referred to as
the ‘track slab’. The track slab shall be designed as plinth beam or slab type ballastless
track structure with derailment guards. It shall accommodate the base plates of the
fastening system.
6.2 In general, track slab (including sleeper, if any) on which the fastening and rail are to be
fitted shall perform the following functions:
i) Resist the track forces. (Static and dynamic)
ii) Have adequate edge distance of concrete beyond the anchor bolts to provide
resistance against edge failure
iii) Provide a level base for uniform transmission of track/rail forces.
iv) Have geometrical accuracy and enable installation of track to the tolerances laid
down.
v) Ensure drainage.
vi) Resist weathering.
vii) Be construction friendly, maintainable and quickly repairable in the event of a
derailment. The ‘Repair and Maintenance methods’ shall be detailed in a Manual to
be prepared and made available.
viii) Ensure provision for electrical continuity between consecutive plinths/slabs by an
appropriate design.

12
ix) Plinth beam or slab of ballastless track should be suitable for embankment or
viaduct or tunnel/Underground structure.
x) Proper design of expansion joints suitable for joints of viaduct structure.
xi) Design should be suitable for curves as per SOD of Metro system.
xii) Design of subgrade/embankment for slab should be furnished to ensure durability
and functional stability in service.
xiii) Design should be suitable and incorporate provision of utilities e.g. cable, wires,
ducts, water channels, etc.
The detailed design calculations of track slab along with detailed structural drawings as
approved by metro authorities shall be furnished for record.

7. Check Rail / Restraining Rail:


7.1 Check rails/ Restraining Rails should be provided on curves on main line where radius is
218m or less on Broad gauge and radius is 190m or less on Standard gauge. The
clearance of check rail/ restraining rails shall be suitably decided after requisite studies.
The detailed design calculations/ studies in this regard shall be furnished for record.
7.2 Check rails/ Restraining Rails shall not be mandatory for curves in depots, yards and non-
passenger lines where speed is not more than 25 kmph. However decision in this
regards may be taken by Metro themselves, based on layout and maintenance
requirement.

8. Derailment Guards
8.1 The derailment guard should be provided inside/outside of running rail on viaduct as
well as in tunnel having multiple tracks and at grade section locations specified by the
Metro railway. For single track tunnel, location for providing derailment guard is given in
note. In tunnels, the derailment guard should preferably be provided inside the track, so
that it permits less sway of coach towards tunnel wall in case of derailment.
NOTE:
Location for providing Derailment Guard in single track tunnel
1. Entry of tunnel: 200 m from tunnel portal outside the tunnel to 50 m inside the
tunnel.
2. Exit of tunnel: 50 m from inside of tunnel portal to 200 m outside the tunnel.
3. In curved track having radius 500 m or less including transition portion but excluding
locations where check rail is provided.
4. Covering locations of all important installations e.g. Location of any sub-station or
hazardous structures inside the tunnel, etc damage to which in the assessment of
metro rail administration can result into serious loss of life or/and infrastructure as a
result of derailment in tunnel.
The above is subject to the condition that metro railway shall carry out the risk
assessment analysis for derailment in tunnels and ensure that the maintenance
practices in the maintenance manual are as per the risk assessment mitigation plan.

13
8.2 The lateral clearance between the running rail and the derailment guard shall be 210 ±30
mm. It shall not be lower than 25 mm below the top of the running rail and should be
clear of the rail fastenings to permit installation, replacement and maintenance.

8.3 Derailment guard shall be designed such that in case of derailment:


(i) The wheels of a derailed vehicle under crush load, moving at maximum speed are
retained on the viaduct or tunnel.
(ii) Damage to track and supporting structures is minimum.
The detailed design calculations of derailment guards along with detailed structural
drawings shall be furnished for record.

9. Glued Insulated Rail joint


9.1 Normally glued joint should be avoided.
9.2 Wherever inescapable, G3 (L) type of glued insulated rail joint shall be used as per RDSO
drawing no.T-5843. The glued joints shall be manufactured and tested in accordance
with RDSO’s ‘Manual for Glued Insulated Rail Joints-1998’ with all amendments.

10. Turnouts, Scissors Crossover


10.1 Standards of Turnout:
10.1.1 Main lines:
On main lines, the turnouts and diamond crossing shall be of the following standards:
(i) Standard Gauge
a) 1 in 9 type or flatter turnout (desirable)
b) 1 in 7 type turnout (minimum)
c) Scissors cross-over of 1 in 9 / 1 in 7 type consisting of 4 turnouts and 1 diamond
crossing
(ii) Broad Gauge
a) 1 in 12 type turnout
b) 1 in 8.5 type turnout
c) Scissors cross-over of 1 in 12 type consisting of 4 turnouts and 1 diamond crossing
10.1.2 Depots and Non running lines:
On depot and other non-running lines, the turnouts and diamond crossing shall be of
the following standards:
(i) Standard Gauge
a) 1 in 7 type or flatter turnout
b) Scissors crossover of 1 in 7 type consisting of 4 turnouts and 1 diamond crossing
c) 1 in 7 derailing switches/1 in 7 type symmetrical split turnout
(ii) Broad Gauge
a) 1 in 8.5 type turnout
b) Scissors cross-over of 1 in 8.5 type consisting of 4 turnouts and 1 diamond crossing
c) 1 in 8.5 derailing switches /1 in 8.5 type symmetrical split turnout

14
10.1.3 If any Metro railway decides to use sharper angle layout, they should establish the
adequacy of the speed potential of the turnout for the purpose for which it is used
and the negotiability of the turn out by the rolling stock with a safety margin.
10.1.4 The requirement for turnouts as specified in the following clauses shall include
switch devices, crossings and associated check and lead rails as appropriate.
(a) Turnouts (switches, lead, crossings and associated closure & check rails) shall be
suitable for installation on PSC sleepers for ballasted track or concrete slab for
ballastless track.
(b) Turnouts shall be manufactured to allow for installation of continuously welded
track.
(c) Turnout shall be compatible with proposed rolling stock and its operational
characteristics.
(d) The assembly must ensure continuous electrical contact with the train and all the
points shall be operated by electric motors.
(e) The CMS crossing to be used on mainline shall be subjected to explosive
hardening.
(f) All turnouts shall be laid with cant with a rail slope as that of main line towards
centre of track.
(g) All turnouts and their components shall be designed to minimize electrical leakage
from running rails to the ground.
(h) Scissor crossover should be designed for Track centres not infringing SOD.

10.2 Type and geometry of turnout


Detailed design of all turnouts, scissors, and crossover should comply the following
geometrical parameters.
(a) Standard Gauge
(i) 1 in 9 turnout:
The design shall be tangential with a switch angle not exceeding 0°20’00’’. It is
desirable that the radius of lead rail of turnout is not less than 300m. Lead curve of
190 m radius may be laid as an exception. All clearances shall be in accordance with
relevant provisions of SOD.
(ii) 1 in 7 turnout:
The design shall be tangential with a switch angle not exceeding 0°20’00’’. It is
desirable that the radius of lead rail of turnout is not less than 190m. Lead curve of
140 m radius may be laid as an exception. All clearances shall be in accordance with
relevant provisions of SOD.
(iii) Scissors Crossover
The basic geometry of the turnouts of scissors crossover shall be same as that of
corresponding ordinary turnouts as mentioned in clause 10.2 (i) (ii) above.

(b) Broad Gauge


15
(i) 1 in 12 turnout
The design shall be tangential with a switch entry angle not exceeding 00 20’00’’. The
radius of lead rail of turnout shall not be less than 410m. All clearances shall be in
accordance with relevant provisions of SOD.
(ii) 1 in 8.5 turnout
The design shall be tangential with a switch entry angle not exceeding 00 20’00’’. The
radius of lead rail of turnout shall not be less than 218m. All clearances shall be in
accordance with relevant provisions of SOD.
(iii) Scissors Crossover
The basic geometry of the turnouts of scissors crossover shall be same as that of
corresponding ordinary turnouts as mentioned in clause 10.2 (iv) & (v) above.

10.3 Operating requirement of turnout, scissor crossover:


Track layout design shall permit trains to operate at maximum capability wherever
possible. Turnouts and crossover shall be selected such that they do not form a
restriction to the operating speed on main line. Switches and crossings shall not be
located on transition curves or vertical curves.
10.3.1 Speed: The turnout shall be designed for the speed on mainline side equal to the
speed as on mainline track. The minimum speed potential of the various turnouts
and scissors crossover on the Turnout side should be as follows:
10.3.1.1 Standard Gauge
(i) 1 in 9 type turnout with 300 m radius (speed potential of 45Kmph )
(ii) 1 in 7 / 1 in 9 type turnout with 190 m radius (speed potential of 35Kmph )
(iii) 1 in 7 type turnout with 140 m radius (speed potential of 25 Kmph )
(iv) Scissors crossover 1 in 9 type with 300 m radius (speed potential of 45 Kmph )
(v) Scissors crossover 1 in 9/1 in 7 type with 190 m radius(speed potential of 35Kmph )
(vi) Scissors crossover 1 in 7 type with 140 m radius(speed potential of 25 Kmph )
(vii) 1 in 7 type symmetrical split turnout (speed potential of 45Kmph)
10.3.1.2 Broad Gauge
(i) 1 in 12 type turnout (speed potential of 50Kmph)
(ii) 1 in 8.5 type turnout (speed potential of 30Kmph )
(iii) Scissors crossover 1 in 12 type (speed potential of 50Kmph)
(iv) Scissors crossover 1 in 8.5 type (speed potential of 30Kmph)
(v) 1 in 8.5 type symmetrical split turnout (speed potential of 40Kmph)

10.4 Technical Specification


10.4.1 General
(a) All the points shall be capable of being operated by electric motors in accordance
with the signalling specification.

16
(b) The top surfaces of PSC sleeper/RCC slab supporting rail seat of turnouts and scissors
crossover shall be flat without any cant/slope.
(c) The track form of the turnout shall have uniform resilience as that of the adjoining
track form.
(d) The fixation of turnouts, scissor cross-over on track slab shall be through base
plates/bearing plates.
10.4.2 Rails
1. The rails used in turnouts shall be 1080 grade Head Hardened. However, rails used in
turnouts on depot and other non-running lines may be of 880 grade.
2. The rails used for manufacturing of turnouts shall satisfy the following conditions:
a. The rails shall be manufactured and tested in accordance with IRS/T-12-2009
with latest amendment.
b. The section of rails shall be 60E1 (UIC60) for stock, lead and 60E1A1 (ZU1-60)
/60E1A4 for switch rail.
c. The rails shall qualify as Class ‘A’ rails as per IRS/T-12-2009.
d. The rails shall be with ends un-drilled.
e. The rails shall be of grade 1080HH and be suitable for being welded by alumino-
thermic or flash butt welding technique.

10.4.3 Switches
1. Each switch device shall consist of two stock rails, one left hand and one right hand
and two switch rails, one left hand and one right hand.
2. The switch rail shall be one piece with no weld or joint within the switch rail length.
3. The end of the asymmetrical switch rail shall be forged to 60E1 (UIC60) rail profile
with minimum length of 500 mm. The forged switch rail end shall be suitable for
welding or installation of insulated rail joint.
4. Slide chairs in the switch portion shall be coated with an appropriate special
coating, so as to reduce the point operating force and to eliminate the requirement
of lubrication of sliding surfaces during service.
5. Switches shall provide suitable flange way clearance between the stock rail and the
switch rail with the switch rail in open position (minimum 60mm). The 1 in 12 and 1
in 9 ( with radius of 300 mts) and flatter turnouts shall be provided with second
drive or other suitable arrangement to ensure minimum gap of 60mm at JOH as
well as proper housing of switch rail with stock rail up to JoH. 1 in 8.5, 1 in 9 turnout
(with radius of 190m) and 1 in 7 and sharper turnouts may not be provided with
second drive arrangement, however minimum gap of 60mm at JOH as well as
proper housing of switch rail with stock rail up to JoH should be ensured. The
normal opening of switch at toe of switch shall be kept as 160mm.
6. The switch manufacturer shall include provision for all holes required to main drive
machines, stretcher bars and detection equipment to suit the requirements of the
signalling and switch operating system duly chamfered to avoid stress
concentration at the edge of the holes.
17
7. The switches shall be designed with an anti-creep device at the heel of switch to
withstand thermal forces of the CWR track.
8. The switches and all slide chairs shall be same for ballasted and ballastless turnouts.
10.4.4 Crossings
1. All crossings shall be cast manganese steel (CMS) crossings with weldable rails of
minimum 1.2m length undrilled for welding into the overall turnout.
2. The CMS crossings shall be manufactured from Austenitic Manganese steel as per
UIC 866.
3. All CMS crossings shall have welded leg extensions of 60E1 (UIC60) rails. This shall
be achieved by flash butt welding of buffer transition rail piece of suitable thickness
to CMS crossings and rail leg extension.
4. All CMS crossings on main line shall have a minimum initial hardness of 340 BHN.
5. All CMS crossings and their welded leg extensions for all scissor crossovers 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
insulated glued joints from signalling requirement point of view shall be taken care
of in the design, if required.
6. The provision of rail cant shall be taken care of on the top surface of the CMS
crossing and the bottom surface of all CMS crossing shall be flat.
10.4.5 Check Rails
1. The check rail section shall be 33C1 (UIC33) or similar without any direct connection
with running rails.
2. Check rails shall have the facility for the adjustment of check rail clearances up-to
10mm over and above the initial designed clearance.
3. Each check rail end shall be flared by machining to have minimum clearance of
62mm at end.
4. The check rail connections in turnouts shall be through specially designed bearing
plates / brackets.
5. All the check rails shall be higher by 25mm 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.
10.4.6 Sleeper for Turnouts, Scissor crossover (Ballasted Track)
10.4.6.1 Sleeper shall be of pre-stressed concrete, mono-block, suitable for installation in
track both with and without signalling circuits and with and without
electrification.
10.4.6.2 Sleepers shall be designed to provide a minimum service life of fifty years under
nominal axle load as that of main line for the Metro system. Rail seat pads and
rail clip etc shall be designed to provide a minimum service life of 15 years.
10.4.6.3 The sleeper base surface shall be rough cast while the top and side surface shall
be smooth to prevent retention of moisture and foreign materials.

18
10.4.6.4 Sleepers must be suitable for installation by track laying machines and sleeper
insertion equipment of a type used for isolated sleeper laying.
10.4.6.5 The sleeper must be able to transfer all the relevant track forces generated by
train operations and the forces of rail expansion and contraction to the ballast.
10.4.6.6 Design Requirements for PSC Sleepers:
(A) The sleepers should satisfy the following design requirement:
Design Parameters
(i) Rail sleeper fastening – Elastic resilient type
(ii) Spacing of sleepers – 600mm (max) for main line and 650 mm (max) for Depots
and other non-running lines, except at few locations such as near point machine
locations where it may be varied to meet the design requirements.
(iii) Ballast cushion – 300 mm for mainline and 250mm for Depots and sidings
(iv) Ballast profile suitable for LWR/CWR.

Specifications and Drawings (With latest amendment)


(i) Special Cement – IRS T 40 1985
(ii) HTS wire plain and strand – BIS – 1785 (Pt-1) 1983 and BIS 6006
(iii) Polyethylene dowels – Provisional 1997 Drg. No. RDSO 3002 Alt-3
(iv) IRS Specification for Turnout Sleeper T- 45 1996
(v) IRS Bridge code 1982
(vi) Code of Practice for Pre-stressed Concrete IS-1343
(B) The design should satisfy the following additional requirements-
(i) The connections of the slide chairs and bearing plates/special bearing
plates/brackets shall be designed for easy installation and maintenance. All the
fittings shall be suitably designed to ensure full compatibility & also to ensure
interchangeability of slide chairs between ballasted and ballastless turnouts.
(ii) For attaining suitable cant of the rail, as provided on mainline, (excluding crossing
and switch portion), suitably designed pads of appropriate material shall be
provided between rail pad & PSC sleeper. Also fastening system should be
designed to get the desired Toe Load.
(iii) The detailed design of Mono-block PSC sleepers for the turnouts along with structural
drawings shall be checked and approved by metro railways.
11. Switch Expansion Joint-
1. The SEJ for ballasted track shall be laid on PSC sleepers whereas the SEJs for ballastless
track, if required, shall be laid on reinforced concrete slab.
2. The rail section for all SEJs shall be UIC 60, 1080 HH grade as per IRS-T-12-2009.
3. The SEJ for ballasted track shall be designed for a maximum gap of 80 mm.
4. The SEJ for ballastless track should be designed for the maximum gap required as per
design.
5. The ballasted SEJ shall be as per RDSO drawing T-6902 &T-6922.

19
6. The ballasted SEJ for BG shall be laid with PSC sleepers as per RDSO drawing T-4149.
For Standard Gauge, PSC sleeper shall be designed such that SEJ to RDSO drawing
along with its bearing plates/chairs may be accommodated for installation of SEJ.
7. Sleepers used for SEJs shall be flat and cant will be provided through CI chair.
8. The SEJ shall be suitable for two way directional traffic.
12. Fastening system for ballastless track:
Provisions contained separately in “PERFORMANCE CRITERIA OF FASTENING SYSTEM
FOR BALLASTLESS TRACK ON METRO RAILWAYS/MRTS SYSTEM” (Annexure C-2) be
referred to.
13. Noise and Vibration
Metro system shall be designed to ensure that noise emitted is well within the
prescribed limits for the particular area. Each Metro system shall specify the prescribed
limits of permissible Noise and vibration parameters as per legal and statutory
requirement of India.
14. GRADIENTS
14.1The maximum grade (compensated) shall be 4%.
Note:
(i) There will be no change of gradient in transition portion of curves.
(ii) The gradient will be compensated for curvature at the rate of 0.04% per degree of
curve.
14.2 Maximum permissible gradient on turnouts
(i) On Ballasted Track 0.25%
(ii) On Ballastless Track 2.5%

Note :
(i) There shall be no change of grade on and within 15m of any turnout on ballastless
track. Similarly, there shall be no change of grade on and within 30 meters of any
turnout on ballasted track.
(ii) In case of turnouts on gradient, there shall be no horizontal curve on and within
15 meters of any turnout on ballastless track and 30 meters of any turnout on
ballasted track.

14.3 TRACK GRADIENT IN PLATFORM

(a) Maximum 1 in 400


(b) Desirable Level

Note: There shall be no change of gradient in platform track.

*****

20
Part-B: Salient features of Track Structure as adopted by Metro
i) Track
s.no. Components / Items Provisions / Reference
1. Gauge
2. Axle Load
3. Design Speed
4. Rail Section and Grade
5. Rail Specifications
6. Ballasted or Ballastless
7. Rail inclination (Canting of Track)
8. Check Rails provision
9. Provision of Derailment upstand/Guard
10. Horizontal Clearance of Derailment upstand
Vertical location of Derailment upstand w.r.t. Rail
11.
plane
Glued insulated Rail Joint provided?
12.
If Yes , type of GIRL
13 Welding Of Rail (LWR /CWR )
14 Whether SEJ provided? If Yes Type of SEJ
15 Type of welding

ii) Turnouts and switches:


S.N. Components / Items 1 2 3 4
1 Type of turnout , scissors crossovers
(crossing angle)
2 Canted or uncanted
3 Radius
4 Length of switch
5 Type of Switch (Thick web or
otherwise)
6 Switch entry angle
7 Speed potential
8 Location of Use (Main line or Depot)
9 Rail Section used for switch
10 Second drive provided

21
iii) Crossing:
Components / Items Provisions / Reference
1. Crossing: Curved or Straight
2. Crossing: Canted or uncanted
3. Length of Weldable length extension
4. Check Rail section
5. Height of Check rail above the rail plane
6. Check Rail clearance at the middle
7. Check Rail clearance at the end

Part-C: Check List of submissions while submitting compliance:

1 Compliance of Part-A
2 Design of subgrade/embankment for slab (Para 6.xii)
Design calculations of track slab /plinth beam along
3 with detailed structural drawings as approved by
metro authorities. (Para 6)
Design calculations/ studies with regard to clearance
4
of Check rails/ Restraining Rails. (Para 7.1)
Design calculations of derailment guards along with
5 detailed structural drawings shall be furnished for
record. (Para 8)

22
Annexure-C2
Part-A: Performance criteria of fastening system for ballastless track on
Metro Railways/MRTS system (Compliance to be given)

1. Purpose and Selection:

1.1 The performance criteria define the performance standard of fastening system for
ballastless track of Metro Railway System. Apart from other things, the fastening
system is required to moderate vibration and noise transmitted through the rail and to
reduce the track stiffness and the impact on the track structure, so as to obtain the
parameters as detailed in the ensuing paragraphs.
1.2 A new fastening system, which is fully compliant to performance criteria and not
approved by MoR can also be used by Metro Railways/MRTS system as they are free
to choose fastening systems for ballastless track complying with this performance
criterion. The detail of such fastening system used shall be submitted to MoR and the
same shall be kept in observation by MoR for a period of 2 years under service
conditions in association of Metro Railways/MRTS system. The Performa for the
monitoring performance shall be advised by MoR to concerned Metros Railways/MRTS
system. After successful performance for 2 years, Metro Railways/MRTS system shall
process for approval of MoR for further use of fastening system.
1.3 The fastening system already approved by MOR as per previous performance criteria
for ballastless track dated 21.5.2010 will not require fresh clearance as per this revised
criteria and any of these systems can be used by Metro/ MRTS systems.
1.4 In case Metros Railways/MRTS system opts for a new fastening system for ballastless
track which is not fully compliant to these performance criteria, they will approach
MoR for approval before finalizing the use of fastening system.

2. Operating Environment:
Fastening system is expected to perform generally in the following conditions:
2.1 Gauge –Broad Gauge, 1676/1673mm (nominal) and standard gauge – 1435mm
2.2 Speed potential – 110 kmph(max.)
2.3 Rail section - 60kg(UIC)/60E1, 90 UTS/110 UTS
2.4 Static axle load – BG & SG – 20t(Max)
2.5 Design rail temperature range – 10 degree Celsius to +70 degree Celsius
2.6 Curvature and gradient will be specified in SOD.
2.7 Rail seat inclination (slope) – 1 in 20
In addition, the client Railway may specify any other operating condition such as
support spacing etc.

3. Ballastless Track Structure:


Track shall be laid on cast in situ/pre-cast reinforced plinth or slab, herein after referred to
as the ‘track slab’. The track slab shall be designed as plinth beam or slab type ballastless
23
track structure with derailment guards. The track slab dimensions and the clearance
between rail and derailment guard shall be sufficient to accommodate the base plates of
the fastening system and to facilitate easy and convenient replacement of the fastening
system. The clearance between rail and derailment guard shall be within the range
provided in Annexure-C-1.

In general, track slab on which the fastening and rails are to be fitted shall:
i) Resist the track forces.
ii) Have adequate edge distance of concrete beyond the anchor bolts to provide
resistance against edge failure.
iii) Provide a level base for uniform transmission of rail forces.
iv) Have geometrical accuracy and enable installation of track to the tolerances laid
down.
v) Ensure adequate drainage
vi) Resist weathering
vii) Be construction friendly, maintainable and quickly repairable in the event of a
derailment. The ‘Repair and Maintenance methods’ shall be detailed in the ‘Track
Maintenance Manual’ to be prepared and made available before the line or a portion
of a line is opened for traffic .
viii) Ensure provision for electrical continuity between consecutive plinths/slabs by an
appropriate design.

4. Performance Requirement of Fastening System:


4.1 General
i) The fastening system shall be designed to hold the two rails of the track strongly to
the supporting structure in upright position by resisting the vertical, lateral and
longitudinal forces (including thermal forces) and vibrations.
ii) The fastening shall be with a proven track record. The fastening system should have
satisfactory performance record of minimum three years in service in regular
revenue operation on ballastless track on any two different established railway
systems (except exclusive freight tracks) for a length of at least 5km in each metro
having speed potential of at least 80 kmph & design axle load 16T irrespective of
wheel profile and rail section. In this regard, supplier should submit certificate of
performance from user railways administration including proof of use of the
fastening system. The supplier has also to submit a certificate that the components
of fastening assembly are having same material and specification in case the proven
system is having different rail section and wheel profile along with details of test
results as per test plan of Table 1.
Note: For any metro system having design axle load <16T, the above criteria shall be
applicable for the axle load for which the metro system is designed.”

iii) The fastening shall provide insulation to take care of return current of traction
system.
iv) Fastening should satisfy the required performance norms as stated in para 4.2, 4.3,
4.4, 4.5, & 4.6.

24
4.2 Following are the technical performance requirements of fastenings:
The Fastening shall
i) Have design service life of 30 years in general. However, its components such as
rubber pad, rail clip etc. can be designed for 300 GMT or 15 years whichever is
less. Anchor bolts or studs used for fixing base plate to the concrete should not be
required to be replaced during service life. Its components must not suffer any
degradation during service life to a degree so as to affect the performance and
safety of the track. Full service life is to be attained under the following
conditions:
a) Atmospheric ultra violet radiation.
b) Proximity of track up to 10m from salt water source.
c) Contact with oil, grease or distillate dropped from track vehicles.
ii) Permit quick and easy installation and replacement with special tools.
iii) Be capable of vertical adjustment during service life upto 12mm using shims.
iv) Permit the attainment of the following tolerances when installed, and later during
service.

Installation Maintenance
Sl Parameter
(mm) (mm)
1 Gauge +2,-1 +4,-2
2 XL on straight track ±1.5 ±5
3 SE on curved track ±1.5 ±3
4 Vertical alignment over 20m chord ±3 ±6
5 Lateral alignment over 20m chord on ±2 ±6
straight track
6 On curves-variation over the ±2 ±5
theoretical versine on 20m chord

4.3 Anchor bolts/studs used for fixing the bearing plate in concrete shall have splayed
ends. Detailed calculations for the number of anchor bolts required on tangent and
curved tracks shall be furnished by the supplier and approved by the Metro system
4.4 For all the fastening components as per approved assembly, the supplier shall furnish
detail drawings, specifications and inspection& test plan to the Metros. Metros to
ensure that components are supplied as per drawings & specifications.
4.5 The supplier should furnish the ‘Installation and Maintenance Manual’ which shall be
approved by the Metro system.
4.6 Any change in component subsequent to the approval of the fastening system by MoR
shall be permitted only for specific requirement of the metro. MoR approval of such
changes shall be processed by metro with specific recommendations enclosing test
report of the component / whole assembly with detailed justification.

25
4.7 The rail fastening system shall be tested to the following specifications (Table 1) for
different technical parameters and should meet the acceptance criteria as mentioned
in the following table. Test report of the reputed independent institute / laboratory
will have to be submitted. The testing is to be done for Cat B as specified in EN-13481-
Part-I 2012 & EN-13481-5 :2012 with rail section to be used in proposed system if
other design particulars are meeting the requirement of Cat –B.
Table-1
Test Plan for Fastening system (bonded & non bonded) for Ballastless Track
(As per provisions of latest EN 13481-1:2012 & EN 13481-5:2012)
Technical Test Acceptance
S.N. Remarks
Parameters Method criteria
1 Longitudinal EN-13146-1-2012 7kN (min) This has to be tested
rail restraint before repeated load
test
2 Vertical static EN-13146-4-2012 35 kN/mm (max) No sliding, yield or
stiffness of cracking is allowed for
complete the fastener parts.
fastening
assembly
3 Dynamic/static EN 13481-5-2012 1.4 (max) Ratio is calculated by
stiffness ratio dividing the dynamic
stiffness to static
vertical stiffness.
4 Clamping force EN-13146-7-2012 18kN (min) This has to be tested
Perrail seat before repeated load
test
5 Electrical EN-13146-5-2012 5kΩ (min) Higher value may be
resistance specified if required by
Metros for track circuit
6 Effect of severe EN-13146-6-2012 The fastening assembly -
environmental shall be capable of being
conditions dismantled, without
failure of any component
& reassembled using
manual tools provided
for this purpose after
exposure to the salt
spray test.
7 Effect of EN-13146-4- 2012 No wear or deformation -
repeated loading
7A On Vertical static EN-13146-4- 2012 Variation ≤ 25% of No sign of bond failure/
stiffness the initial value fracture/slippage
7B On Longitudinal EN-13146-1- 2012 Variation ≤ 20% of the Except the rail and
rail restraint initial value fastener, no sliding,
yield or cracking is
allowed for fastener
26
Technical Test Acceptance
S.N. Remarks
Parameters Method criteria
parts.
Longitudinal load/
deformation curve shall
fall in the envelope of
upper and lower limit
which is to be submitted
along with the report.
7C On Clamping EN-13146-7-2012 Variation ≤ 20% of the -
force initial value

Part-B: Salient features of Fastening System

S.N. Components / Items Provisions in Metro

1. Brief description of fastening system


2 Axle load
3 Speed potential
4 Drawing and their numbers
5 Specifications and their numbers
Any variation for straight and curve portion?
6
If yes, give detail
7 Vertical stiffness of complete fastening system
8 Service life of fastening system.
Reference of Railway Board’s approval for
9
proposed fastening system.

Part-C: Check List of submissions:


1 Compliance of Part - A
2 Sets of drawings (two numbers)
3 Performance record of fastening system
4 Test report of fastening system.

27
ANNEXURE-D-1

Documents required for record for traction (OHE) and Power Supply System at appropriate
stage.
1. Details of General Arrangement of OHE duly approved by Metro Authorities.

General arrangement Drawing pertaining to the followings:

a) Catenary Wire, Contact Wire, Aerial Earth Wire, Buried Conductor, Buried Rail,
Booster Transformer, Return Conductor.
b) Cantilever Assemblies, Droppers, Schedule, Jumpers.
c) Insulated Overlaps, Un-insulated Overlaps.
d) Turnouts & Crossover arrangements.
e) Anti-Creep Arrangement. Termination, Anchoring Arrangement (along with Auto
Tensioning Device).
f) Feeding and Sectioning Arrangement including Traction Feeding Diagram.
g) Position and details of Neutral Section.

2. Basic Design Data approved by Metro Authorities related to followings:

a) Pre-sag of Contact Wire at mid-point.


b) Gradient of Contact Wire (Relative and Absolute).
c) Tension length, Spans, Stagger.
d) Height of Contact Wires in Tunnels Bridges and in Open Routes.
e) Wind Load & Seismic zones.
f) Electrical Clearances (Longitudinal/ Lateral & Vertical - Static & Dynamic).
g) Sweep zone of Pantographs & Panto pressures.

3. Design Details approved by Metro Authorities related to following:

a) Typical Drawing of OHE at Support i.e. at Mast, Portal etc.


b) Earthing Drawings for Viaduct/Tunnel (Typical).
c) Earthing Design for Receiving/Auxiliary Sub-stations (RSS & ASS) (Typical).
d) Typical Drawing of Cantilever Arrangement for Single Bracket, Multiple Bracket and
Fittings.
e) Make wise Drawing of Stay Insulator, Bracket Insulator, Tensioning Insulator, Disc
Insulator, Section/ Core Insulator, Post Insulator, Operating Rod Insulator. (These are
one time design and are not repeated for every project/section. Specifications showing
Electro-mechanical characteristics can be submitted once for every Project).
f) Conceptual Drawing for traction Return Current including longitudinal continuity and
integral transfer links.
g) Design Calculations, Simulation, Drawings for Earthing and Bonding (including Earth
Conductors and connection).
h) Simulation report of Electromagnetic Interference current including the effect of
Booster Transformer and Return Conductors.
i) Detail of Feeder Protection
(i) Protection of Phase Gaps/Neutral Sections,
28
(ii) Extension of Power in case of emergency

4. Details of Power Supply Arrangement duly approved by Metro Authorities related to


followings:

a) EIG application with following:


i. Details of Power Drawl from the Power Grid.
ii. General Arrangement Details of Sub-stations
iii. Protection Philosophy and relay setting calculations.
iv. Earthing Arrangement for the Power Supply Installations (Traction/ Non-
Traction Power Transformer, Switching Posts).
v. Equipment details.
b) Power Supply Simulation with Electric Loads for peak traffic and under extended feed
conditions.
c) Sizing of Transformers, Conductors, Bus-bars, Instrument Transformers.
d) Details of Insulating Oils along with their class and technical details.
e) References for proven-ness of various Assemblies/ Sub-assemblies/ Equipments used
in Overhead Traction Equipment.

5. EIG Report.

6. Conceptual scheme of Supervisory Control and Data Acquisition System.

7. Safety Circulars, Procedures for grant and cancellation of Permit to Work.

8. Submission of test Certificates of Equipments:-


a) Type Test of Insulators,
b) Type Test of Contact & Catenary Wire,
c) Type test of Booster Transformer, if any.
d) Type Test of Traction Transformer,
e) Type Test of Protection Relays,

29
ANNEXURE-D-2

Documents required for record for third rail traction system and Power Supply System at
appropriate stage.
1. Details of General Arrangement of Third Rail Traction System duly approved by Metro
Authorities. General arrangement drawing pertaining to the following:
a) Third Rail,
b) Bridgeable & Non-Bridgeable Gaps,
c) Third Rail Ramps at Turnouts,
d) Mid Point Anchor,
e) Expansion Joints,
f) Insulated Joints (IJ),
g) Third Rail Brackets,
h) Power Feed Assemblies,
i) Splice Assemblies,
j) Vertical & horizontal clearances of Third Rail,
k) Feeding and Sectioning Arrangement including Traction Feeding Diagram.

2. Basic Design Data approved by Metro Authorities for the followings:


a) Third Rail Characteristics, Material & Electrical Properties,
b) Third Rail current carrying capacity & Temperature Rise,
c) Electrical resistance,
d) Peak Current Temperature Rise,
e) Short Circuit Level,
f) Third Rail Bracket Spacing,
g) Horizontal & Vertical Clearances of Third Rail,
h) Shroud for Third Rail,
i) Third Rail mounting insulator.

3. Design Details for Third Rail System approved by Metro authorities should also be given for
records as under:
a) Design calculations of Third Rail, Bracket, Insulated Joints, Expansion Joints,
Ramps, Third Rail current carrying capacity & Temperature Rise
b) Thermal Expansion,
c) Conductor Rail Deflection,
d) Bracket Loading Calculations,
e) Bracket mechanical Validation,
f) Bracket Welding Validation,
g) Design Calculations for traction Return Current,
h) Design Calculations for Earthing and Bonding for Receiving Substation, Traction
Substation and Auxiliary Substation Calculations of Electromagnetic Interference /
Electro Magnetic Compatibility,
i) Bridgeable & Non-Bridgeable Gaps,
j) Extension of power in case of emergency.

30
4. Details of Power Supply Arrangement duly approved by Metro Authorities for the following:

a) Details of Power Drawl from the Power Grid.


b) General Arrangement Details of Sub-stations. Documents shall adhere to latest Indian
Electricity Rules & Statutes in force.
c) Protection Philosophy, Engineering Details along with calculations for High Voltage
Circuits, Low Voltage Circuits and Transformers which shall include Traction and non-
Traction loads.
d) Power Supply Redundancy for all loads (Traction and Non-Traction Loads)
e) Earthing Arrangement for the Power Supply Installations (Traction/ Non- Traction
Power Transformer, Switching Posts.)
f) Earthing, Bonding and Stray current mitigation, monitoring and control
g) Philosophy, Stray Current Control, EMC Validation Arrangement for Power Supply
Installations (Traction/Non Traction Power Transformation, Switching Posts.)Power
supply Simulation with Electric Loads for peak traffic and under extended/diverted
Feed.
h) Power supply Simulation/Calculations with Electric Loads for peak traffic and under
extended/diverted Feed as case to case basis.
i) Short Circuit Levels unbalance, Voltage Drop Calculations.
j) Sizing of Transformers, Conductors, Bus-bars, Instrument Transformers, Surge
Protection.
k) Details of Insulating Oils along with class and technical details.
l) Details of Auxiliary Power Distribution including transformation details from grid to
point of consumption, layout of Auxiliary Power Lines, Redundancy and Protection.
m) References for proven-ness of various Assemblies/ Sub-assemblies/ Equipments used
in Third Rail System.

5. EIG Report.

6. Details of Supervisory Control and Data Acquisition System.

7. Declaration of Safety Policy, Procedures for grant and cancellation of permit to work.

8. Submission of Type test certificates applicable to Third Rail system as under:


a) Third Rail including assembly and accessories,
b) Power Cable, DC Cable, Control Cable & Optical Fibre Cables,
c) Rectifier Traction Transformer,
d) Auxiliary Transformer,
e) DC Equipments (Rectifier, HSCB Panel, BY Pass Panel, Dis-connector Switch, Short
Circuit Device at Sub Stations, Negative Return Panel),
f) Sandwich Bus-duct,
g) C&R Panels,
h) Switchgear Panels,
i) SCADA & Related Equipments,
j) Battery, Battery Charger, UPS,
k) Alternating Current Distribution Board and Direct Current Distribution.

31
ANNEXURE - E1

Following Documents are required for various sub-systems of signalling, duly approved by
Metro authorities at appropriate stage.
Following Documents are required for various sub-systems of signalling, duly approved by
Metro authorities at appropriate stage.
1. Independent Safety Assessor's **assessment of vital signalling equipment like CBI, ATP,
track detection system etc. (all the items being used for vital functions shall be covered).
Regarding ATO & ATS if provided ISA** certification shall be done to required safety level
as decided by metro.
2. Submission of the following:
(a) Relevant system details as may be necessary to give full particulars of principle of
Operations and safety features incorporated for CBI, ATP, Track Vehicle Detection etc.
Including ATO/ ATS, if provided.
(b) Report of EMI/EMC interface with rolling stock/traction, as applicable for track
Detection, on-board and other related equipments.
(c) Typical schematic of earthing/ bonding of signalling equipment.

Final comments of RDSO regarding technical planning and safety shall be forwarded to
Metro within 28 days, after the receipt of final sets of documents.

3. Verification and validation and certification by the ISA** of adherence to SIL-4 process from
design to testing and commissioning stages of signalling system, including application data
of vital equipment for the Signalling system. This shall include hazard analysis, its
mitigation and acceptance of the same by competent authority for the concerned Metro
Railway.
Note:
i. Documents listed in Sr. No. (1) & (2) shall not be required in case there is an
extension to an existing fine incorporating no new type of signalling equipment.
ii. Also documents listed in Sr. No. (1) & (2) shall not be required-if an equipment
having same hardware and software version and approved earlier by Railway board is
already in use on any Metro in India, however, safety and operational performance
shall be submitted by Metro authorities for the equipment from user of
metro/railways who are using the same equipment.
iii. ** “Independent Safety Assessors (ISAs):
a) After RDSO notifies a panel of approved ISAs, Metro Rail authorities shall select
an ISA from the approved panel for their Metro systems.
b) Till such time RDSO forms the panel of approved ISAs, Metro Railways shall
submit the credentials of ISAs identified /appointed by them to RDSO for
scrutiny.”

32
Annexure-E2

PROVISIONS TO BE ADOPTED FOR SIGNALLING & TELECOMMUNICATIONS SYSTEMS

It may be noted that the given criteria is based upon systems already adopted by the existing
Indian Metros. However, in case Metro Authorities are adopting a new technology, then the same
shall be advised and in principle concurrence of RDSO should be obtained in principle.

Signalling systems

SN Description Minimum requirement


1. Type of Signalling Cab Signalling, CATC (ATP, ATO, ATS). ATP and ATS are
essential, ATO is optional.
2. Back up Signalling Line side (CLS) at entry and exit at all interlocked stations.

3. Interlocking EI with built-in block working facilities

4. Train control system CATC(ATP, ATS, ATO optional)

5. Type of Track Circuits Coded Audio Frequency Track Circuits (AFTC)

6. Point machine

i) For Main Line i) Non-Trailable high thrust, high performance point machine

ii)For Depot ii) Trailable high thrust, high performance point machine

7. Redundancy in cab 1+1(hot standby)


equipment for ATP (Cab
Sig.)

Telecommunication systems
SN Description Minimum requirement
1. Tele Integrated system with OFC, Train Radio, CCTV, Centralized clocks, PA
communication system, with the additional provision that Train Display Boards at
stations should also be integrated in the system. Regarding Train Radio
system, it should be fully digital and duplex system, the standards
may be chosen based on techno-economic considerations.

2. Positive Train Provided with interface between ATS and Train Radio
Identification

33
Annexure – F1

METHODOLOGY FOR OSCILLATION TRIALS

Oscillation trial is conducted on a new or modified design of rolling stock, which is proposed
to be cleared for running on Metro track. The purpose of oscillation trial is, thus, acceptance
of a railway vehicle by conducting dynamic behavior tests in connection with safety, stability
and quality of ride.

The conduct of Oscillation trials is, generally, guided by ‘Policy Circular No.6’ issued by Railway
Board and Standing Criteria committee‘s report as applicable at the time of trial, along with
the trial scheme given by the Design Directorate.

1. Test Train formation and Runs:


The test train shall consist of at least 1 unit/ consist having one prototype
representative coach of each type. The oscillation trial runs shall commence from the
provisional speed/speed as laid down in the speed certificate issued for trial and
increased in increments up to maximum test speed or up till running is safe whichever is
lower. The increase in speed will be authorized by the officer in charge of the trial on
the basis of results of preceding runs.

The trial is conducted in empty and different loading conditions. Additionally, in case of
Rolling stock with air springs, the trials are also conducted for air springs in inflated and
deflated conditions.

2. Instrumentation:
Unless otherwise required by the design directorate, the free end bogie of the vehicle
will be instrumented. The prototype will thus be the last vehicle, of each type, in the
formation. The Test Vehicle will be instrumented by testing directorate as per the test
scheme, if required by welding suitable plates at the required locations. The following
Transducers may be used for the trial:

(1) Accelerometers
(2) Optical displacement Sensors/String Pot displacement Sensors/LVDT
(3) Pressure Sensors.
(4) Optical Speed Sensors/ Wheel pick up device.
(5) GPS.
(6) Inclinometers/Gyroscopes
(7) Any other transducers required for the trial.
3. Data Acquisition/ Analysis:
Data is acquired by using a Digital data acquisition system, connected to the transducers
provided on the prototype vehicle as given in para 2. Band pass filter of 0.4-10 Hz of
fourth order is used. RI is calculated for 200m blocks. Speed being constant, time taken
34
for 200m for each speed is calculated and according samples are taken for RI evaluation.
Sampling rate used is 200 samples /sec.

The following parameters are recorded/calculated for evaluation:

SN Parameter Conditions & method


1 Maximum vertical acceleration on Measured on Car Floor of Car body as near
Coach Body to bogie Centre as possible. Maximum
value should not exceed the prescribed
2 Maximum Lateral acceleration on limit
Coach Body
3 Maximum Dynamic wheel Maximum value of loading/unloading,
Loading/ Unloading - ∆Q/Q ratio calculated from spring deflection, should
not exceed the stipulated value.
4 Maximum Value of RI Calculated on the basis of acceleration
values recorded as above (SN-1 & 2) as per
ORE C-116 para 2.1(2a) (using FFT method
with Zero padding) , should not exceed the
specified value
5 A general indication of stable running characteristics of the carriage as
evidenced by the movement of the bogie on a straight and curved track, and
by the acceleration readings and instantaneous wheel load variations/spring
deflections.
6 Damping factor Using wedge of 18 mm thickness. For
evaluation by design directorate
7 Bogie Rotation and Lateral By Measuring Lateral displacement
Movement w.r.t Car body between Bogie frame and Car body.
Recording must establish that the bogie
can move without undue constraints.
8 Safety of running By measuring Lateral accelerations on
Bogie Frame. Evaluation by simplified
method as given in Para 10.1.3.1(4) of UIC-
518 of October -2005
9 Derailment Coefficient (Y/Q) over Derailment coefficient, if required, worked
a period of 1/20th second out in the form of ratio between the
lateral force (Y) and the instantaneous
wheel load (Q) continuously over a period
of 1/20th second, measured by a
measuring wheel.
Note: 1. Safety certifications shall be done on the basis of tests at SN- 1 to 5 and 9,
other tests are for investigation purposes only.
2. As per decision by Inter-Ministerial Committee item no. 9 is to be reviewed by
the Criteria Committee of RDSO

35
Band pass filter of 0.4-10 Hz is used. RI is calculated for 200m blocks. Speed being
constant, time taken for 200m for each speed is calculated and according samples are
taken for RI evaluation. Sampling rate used is 200 samples /sec.

4. Facilities to be made available by Metro:


The Metro shall make the following facility available for conducting of trial:

(i) Competent Crew for operating the Test Special.


(ii) Prototype test rake, made suitably fit for trial, for instrumentation and trial
runs.
(iii) 220V AC Power supply on board the test special.
(iv) Instrumented Measuring wheel, if required.
(v) Facility for fixing/mounting for instrumentation, including Welding equipment
and manpower, if required.
(vi) Any other facility as required by the officer in charge of the trial for the
conduct of the trial.

36
Annexure-F2

CRITERIA FOR OSCILLATION TRIALS OF METRO ROLLING STOCK


Please see RDSO - UTHS Dte. web page http://www.rdso.indianrailways.gov.in, for the
revised criteria.

1.0 SELECTION OF TEST TRACK


1.1 For new metro system, oscillation trial shall be done over the complete section before
introduction of first train; and over any new section that is subsequently added to the
system if the new section includes:

a) A tangent (straight) track of 1 km if the earlier trial had been conducted on less than
this length.
b) Curves sharper than that available in the section covered during an earlier trial or a
curve of 2o of about 700-800 m length, if the earlier trial had been conducted on less
than this length.
c) Turnout or crossover, if the earlier trial had been conducted without it or with a
flatter one.
For introducing a new stock over the existing sections, trial shall be done over
a) The longest tangent (straight) track subject to a maximum of about 1 km length. Trial
shall be conducted over two stretches, if available.
b) A Curve of 2o if available, preferably of about 700-800m length and the sharpest curve
available in the system.
c) A station yard having turnout or crossover, if available, in which case the trial shall be
done on the sharpest one.
1.2 Initial trial shall be done on the new track with new wheel profile for issue of provisional
speed certificate. Repeat trials will subsequently be done on a rundown track as soon as
available with worn wheel profile for issue of final speed certificate.

1.3 In case of metros, the long confirmatory run shall be done to obtain at least 25 readings
over at least 50 m sections. If not possible in one run, the readings may be obtained by
repeatedly running over the same section.

Riding of the vehicle over bridges and viaducts (resonance or amplitude build-up) will be
specially mentioned in the trial report.

2.0 MEASURED QUANTITIES


As a part of the Oscillation trials, the following quantities shall be measured:

(i) Body level vertical Accelerations


(ii) Body level lateral Accelerations
(iii) Primary suspension spring deflections
37
(iv) Secondary suspension spring deflections
(v) Lateral forces
(vi) Bolster swing, as applicable
(vii) Bogie rotation, as applicable
(viii) Lateral accelerations at bogie frame.
(ix) In case, the section is having a curve sharper than 190m radius, lateral force at rail-wheel
contact point shall also be measured with measuring wheel, to be provided by Metro, to
calculate the derailment coefficient for issue of final speed certificate.

3.0 CALCULATED QUANTITIES

Ride index shall be calculated as per ORE C-116 (Using FFT). Maximum dynamic wheel
loading/unloading (ΔQ/Q) shall also be calculated. Derailment coefficient(Y/Q) over a
period of 1/20th second, if required as per Para 2.0, shall also be calculated.

4.0 ROLLING STOCK CONFIGURATION

Usually, trials shall be done in empty and loaded condition initially using new wheel
profile. To be repeated with worn wheel profile, as soon as available.

Unless otherwise required by the designer, the free end bogie of Metro coaches will be
instrumented. The prototype will thus be the last vehicle in the formation of test special.

5.0 CRITERIA

5.1 Ride index, as per ORE C-116 using FFT method, shall not be greater than 3.00 in inflated
and deflated condition in both vertical and lateral directions.
5.2 The values of acceleration recorded, as near as possible to the bogie pivot shall be limited
to 0.27g, both in vertical and lateral directions, in inflated and deflated condition.
5.3 A general indication of stable running characteristics of the carriage as evidenced by the
movement of the bogie on a straight and curved track, and by the acceleration readings
and instantaneous wheel load variations/spring deflections.
5.4 The maximum dynamic wheel loading/unloading (ΔQ/Q) shall not be greater than 0.50.
5.5 A derailment coefficient, if required as per Para 5.0, should be worked out in the form of
ratio between the lateral force (Y) and the instantaneous wheel load (Q) continuously over
a period of 1/20th second, the value Y/Q shall not exceed 1, if measured by a measuring
wheel.

38
Annexure – G1

METHODOLOGY FOR EMERGENGY BRAKING DISTANCE TRIALS

Emergency Braking trial is conducted on a new or modified design of rolling stock, which is
proposed to be cleared for running on Metro track. The purpose of Emergency Braking trial is,
to determine braking characteristics of test train, under load conditions with different modes
of operations.

1. Test Train formation and Runs :


The test train shall consist of at least 1 unit/ consist having one prototype
representative coach of each type. The trial runs shall be conducted at the maximum
speed proposed for operation. The trial is conducted in different loading conditions with
dry and wet condition of the rail.

2. Instrumentation:
Unless otherwise required by the design directorate, the free end bogie of the vehicle
will be instrumented. The prototype will thus be the last vehicle, of each type, in the
formation. The Test Vehicle will be instrumented by testing directorate as per the test
scheme, if required by welding suitable plates at the required locations. The following
Transducers may be used for the trial:

(1) Pressure Sensors.


(2) Temperature Sensors
(3) Optical Speed Sensors/ Wheel pick up device.
(4) GPS.
(5) Any other transducers required for the trial.

3. Data Acquisition/ Analysis:


Data is acquired by using a Digital data acquisition system, connected to the transducers
provided on the prototype vehicle as given in para 2. Sampling rate used is 20 samples
/sec. The following parameters are recorded/calculated for evaluation:

STATIONARY TESTS

Following parameters are to be found -

 Initial charging time


 BP charging time after complete draining of AR.
 Brake propagation rate during full service and emergency application
 Brake Application and Release characteristics different application mode.
 Any other test specified by design directorate in trial scheme.

39
CONDUCTING THE TEST

During stationary test, Continuous pressure records of the following air spaces are made
on time basis during stationary tests-

Driving Brake Pipe (BP)


Motor/TC
Brake Cylinder (BC)

Main Reservoir (MR)

Auxiliary Reservoir (AR)

DTC Brake Pipe (BP)

Brake Cylinder (BC)

Auxiliary Reservoir (AR)

Driving Brake Pipe (BP)


Motor/TC
Brake Cylinder (BC)

Auxiliary Reservoir (AR)

The pressure recordings are made with different positions of Driving Cab brake handle
order to evaluate various brake characteristics detailed in the test scheme. Before
commencement of the stationary test, the following checks / settings are made on the
train –

 The brake pipe pressure is at as specified.


 The brake cylinder pressure of the locomotive is set to specified value when brakes are
applied through drivers automatic brake handle
 The percentage operative cylinders during stationary test are kept 100%

INITIAL CHARGING OF MAIN RESERVOIR

Before start of the initial charging of main reservoir, the engine is shut down and the air
reservoirs are completely drained out by opening the drain cocks. Time taken to charge
the MR from zero to maximum pressure is noted with engine running at idle notch.

40
LEAKAGE RATE

After the pressure in MR and BP is stabilized at the maximum value, the lead /trial switch
is turned to lead ‘cut-out’ position, for putting the pressure maintaining feature of
automatic brake out of action to check the leakage in train line brake pipe. Continuous
record of MR, BP and FP is taken for 5 minutes to get the leakage rate.

BRAKE APPLICATION

The brake pipe is charged to stabilize for 2 minutes. Using the Master controller handle in
the driving Cab, brake is applied and continuous record of various parameters is done.
Brake application time for 95% of BC pressure build-up, from the instant of brake
application, is worked out to get the brake application time.

BRAKE RELEASE TIME

Release time is defined as the time interval between the driver puts his brake/Master
controller handle in release position to the instant the brake cylinder pressure reduces to
0.4 kg/cm².

BRAKE APPLICATION FROM LAST VEHICLE AND SIMULATED TRAIN PARTING

The test train is charged for brake pipe pressure of up to designed value and allowed to
stabilize for 2 minutes. Brake application is made from the Last Vehicle.. The train parting
simulation is done by opening the angle cock from first, middle and rear Vehicle of the
train and various parameters are recorded to get an idea of the extent of indication to the
driver.

RUNNING TESTS

The following brakes are available on the train

 Emergency brakes (controlled by the Master Controller and the push Button)
 Parking Brake (Controlled by parking brake toggle switch)
 Pneumatic auto Train Brakes (Controlled by a switch)
 Regenerative/Rheostatic Brake and EP Brakes (Controlled by master controller
through Electronic control.

Emergency Brake:

Under following emergency conditions data are also recorded

1. Through Anti wheel skid device


2. Through emergency stop push button
3. Through Auto Brake controller

41
4. Operation of Dead man device
5. Guard’s direct emergency brake handle

CONDUCTING THE TEST

For measurement of braking distance, an Optical speed sensor/wheel revolution pick up


device is mounted on one axle of the coach for measuring the distance travelled.

The speedometer fitted in the cab is used for guidance in regulating the train speed. The
actual speed at the instant of brake application is, however, determined from that
recorded by DAQ.

Suitable locations on level track, free from gradient and curve, are pre-selected.
Emergency /full service brake application is made, from driver’s automatic brake handle
from the driving cab, followed by emergency brake application.

Before commencement of running test, the test train is examined and the following is
ensured -

 The pressure setting of the brake pipe of the Driving cab is at design value.
 All audible leaks are arrested

4. Facilities to be made available by Metro:


The Metro shall make the following facility available for conducting of trial:

(i) Competent Crew for operating the Test Special.


(ii) Prototype test rake, made suitably fit for trial, for instrumentation and trial
runs.
(iii) 220V AC Power supply on board the test special.
(iv) Facility for fixing/mounting for instrumentation, including Welding equipment
and manpower, if required.
(v) Fitment of Speed sensor/wheel pick-up device on the vehicle.
(vi) Simulation of wet rail conditions during trial.
(vii) Tapping’s for fitment of pressure sensors in the brake system as required.

Any other facility as required by the officer in-charge of the trial for the conduct of the trial.

NOTE: This test procedure is only for general guidance. Nomenclature of various sub-
assemblies may be different from those used in this document. Also there may be minor
differences in brake systems on different Metros.

42
Annexure-G2

Parameters required for calculation of Emergency Braking Distance (EBD), Service Braking
Distance (SBD) & controllability of Metro’s

1. Type of rolling sock and its composition.


2. Brake rigging diagram including tare & gross weight, brake power, rigging & cylinder
efficiency, no. of brake cylinder, maximum brake cylinder pressure (Automatic &
Independent) of individual rolling stock.
3. Coefficient of rolling resistance for individual rolling stock (Values of a, b & c in
equation a+bV+cV2 (Kg/T) where V is speed in kmph).
4. Type of brake system.
5. Time lag in brake application (Automatic & independent).
6. Emergency & service brake application time of individual rolling stock (Automatic).
Also brake development time during independent application.
7. Brake development time in leading, first trailing car & last car in case of emergency
and service application.
8. Type of brake rigging (Single shoe, clasp type, TBU or disc brake), brake block &
brake block area.
9. Curve of coefficient of friction (Instantaneous & average).
10. Percentage of operative cylinders in train.
11. Speed of operation & amount of maximum down gradient
12. Dynamic brake effort curve for individual power car.
13. Maximum brake cylinder pressure during automatic (Emergency & service) &
independent brake application for different type of cars.
14. No. of wheels in individual rolling stock & maximum allowable heat input (Kw) in
wheels during controllability.
15. Maximum amount of BP pressure and drop in BP pressure during different stages of
automatic brake application & maximum BC pressure corresponding to each stage
of application.

43
Annexure - H

METHODOLOGY FOR COUPLER FORCE TRIALS

Coupler Force trial is conducted on a new or modified design of rolling stock, which is
proposed to be cleared for running on Metro track for sections having sustained up gradient
steeper than 1 in 100. The purpose of Coupler Force to measure the coupler forces under
different operating conditions of a train of newly designed coaches. This test is done to
ensure that the coupler forces do not exceed the design limits under actual operating
conditions.

The conduct of Coupler Force trial is, generally, guided by the trial scheme given by the Design
Directorate.

1. Test Train formation and Runs :


The test train shall consist of at least full train length, which is proposed to be run. The
trial runs shall be conducted at the maximum speed proposed for operation. The trial is
conducted in loaded conditions.

2. Instrumentation:
Unless otherwise required by the design directorate, the coupler between the 1st and
the 2nd vehicle will be instrumented. The prototype will thus be the last vehicle, of each
type, in the formation. The following Transducers may be used for the trial:

(1) Pre-calibrated strain gauged coupler


(2) Strain gauges
(3) Optical Speed Sensors/ Wheel pick up device.
(4) GPS.
(5) Any other transducers required for the trial.

3. Data Acquisition/ Analysis:


Data is acquired by using a Digital data acquisition system, connected to the transducers
provided on the prototype vehicle as given in para 2. Sampling rate used is 20 samples

A pre-calibrated strain gauged coupler is fitted on the test vehicle between first and
second coach and coupler forces and the speeds are recorded under the following
operating conditions -

 Starting of fully released train using maximum tractive effort followed by the alarm
chain pulling from last coach after 15 seconds of start
 Starting of fully released train using maximum tractive effort followed by guard’s
van valve application after 15 seconds of start
 Alarm chain pulling from last coach when the train is running at the maximum
permissible speed

44
4. Facilities to be made available by Metro:
The Metro shall make the following facility available for conducting of trial:

(i) Competent Crew for operating the Test Special.


(ii) Prototype test rake, made suitably fit for trial, for instrumentation and trial
runs.
(iii) 220V AC Power supply on board the test special.
(iv) Facility for fixing/mounting for instrumentation, including Welding equipment
and manpower, if required.
(v) Fitment of speed sensor / wheel pick- up device on the vehicle.
(vi) A pre-calibrated strain gauged coupler, along with calibration certificate, as per
test requirement.
(vii) Fitment of pre-calibrated strain gauged coupler in the test rake.
(viii) Any other facility as required by the officer in charge of the trial for the conduct
of the trial.

NOTE: This test procedure is only for general guidance. Nomenclature of various sub-
assemblies may be different from those used in this document. Also, there may be minor
differences in brake systems and other features related with coupler force trials on
different Metros.

45
Annexure -I
METHODOLOGY FOR CONTROLLABILITY TRIALS
Controllability Trial is conducted on a new or modified design of rolling stock, which is
proposed to be cleared for running on Metro track sections having sustained up gradient
steeper than 1 in 100.
The purpose of Controllability Trial is, to determine the controllability of the train on gradient
section and temperature increase of the wheel/brake block, under load conditions with
different operating conditions.
The conduct of Controllability Trial is, generally, guided by the Test scheme given by the
Design Directorate.
1. Test Train formation and Runs :
The test train shall consist of full train length which is proposed to be run. The trial runs
shall be conducted starting from the minimum speed up to the maximum speed
proposed for operation and on the maximum gradient sections. The trial is conducted in
maximum loading conditions with dry and wet condition of the rail.
2. Instrumentation:
The Test Vehicle will be instrumented by Testing Directorate as per the test scheme. The
following Transducers may be used for the trial:
(1) Pressure Sensors.
(2) Temperature Sensors
(3) Optical Speed Sensors/ Wheel pick up device.
(4) GPS.
(5) Any other transducers required for the trial.
3. Data Acquisition/ Analysis:
Data is acquired by using a Digital data acquisition system, connected to the
transducers provided on the prototype vehicle as given in para 2. Sampling rate used is
20 samples. The following parameters are recorded/calculated for evaluation:

STATIONARY TESTS as per Annexure H


RUNNING TESTS
Following are to be determined -
 Braking distance on maximum gradient section on application of emergency brakes.
 Controlling of train with brake application and dynamic brakes within prescribed B.P.
drop.
 Wheel/Brake disc and Brake block / brake disc temperature.
 Dynamic current of the driving current.
 Holding of train with Independent driving cab brakes.

46
CONDUCTING THE TEST
For measurement of braking distance, a Optical speed sensor/wheel revolution pick up
device is mounted on one axle of the vehicle for measuring the distance travelled.
The speedometer fitted in the cab is used for guidance in regulating the train speed. The
actual speed at the instant of brake application is, however, determined from that
recorded by DAQ.
Independent driving cab brakes are worked in conjunction with train brakes and Suitable
locations on maximum gradient track are pre-selected. The brake block and disc
temperatures are also recorded along with dynamic current in the driving cab. The wheel
temperature and BP pressure drop should be within prescribed limits for safe operation.
The Emergency / full service brake application is made, from driver’s automatic brake
handle from the driving cab, followed by emergency brake application in conjunction with
dynamic brake application. The EBD should be such that train running at maximum
permissible speed can be stopped short of signal after sighting the stop signal. On
stopping on the maximum gradient section, the holding test of the train with
independent driving cab brakes, with train brakes in released position, shall be carried
out. A number of such readings are taken, depending on the section length.
Before commencement of running test, the test train is examined and the following is
ensured -
 The pressure setting of the brake pipe of the driving unit is at specified value.
 All audible leaks are arrested.

4. Facilities to be made available by Metro:

The Metro shall make the following facility available for conducting of trial:

i. Competent Crew for operating the Test Special.


ii. Prototype test rake, made suitably fit for trial, for instrumentation and trial runs.
iii. 220V AC Power supply on board the test special.
iv. Fitment of Speed sensor/wheel pick-up device on the vehicle.
v. Simulation of wet rail conditions during trial.
vi. Tapping’s for fitment of pressure sensors in the brake system as required.
vii. Any other facility as required by the officer in charge of the trial for the conduct of
the trial.

NOTE: This test procedure is only for general guidance. Nomenclature of various sub-
assemblies may be different from those used in this document. Also there may be
minor differences in brake systems on different Metros.

47
FLOW CHART FOR METRO CERTIFICATION PROCEDURE

1. Submission of DPR to MoR

Submission of clarifications
and/or revised DPR

If OK Otherwise
MoR sends comments on
DPR to MoUD

Communication of MoUD sends a Copy


Approval of DPR by MoR
Approval to of approved DPR to
MoUD

2. Submission of SOD and DBR (Design


Basis Report) to RDSO through MoR Submission of revised SOD and
clarifications on DBR, if any, to
RDSO through MoR
Scrutiny of SOD and DBR in RDSO and
communication to MoR

MOR sends comments on SOD


If OK Otherwis
and DBR to Metro Operators

Approval of SOD and DBR through MoR

3.
Submission of documents to RDSO/MoR as per annexures

Submission of clarifications or
revised docs. to RDSO

RDSO sends comments and


If OK Otherwise
Suggestions on docs. to

4
Scrutiny and examination of test certificates as the manual

48
5 Issue of speed certificate by RDSO for conducting speed Trial

If Metro line already opened If Metro line yet to


for Public Carriage of be opened for Public
Passengers Carriage of

Metro applies to CRS /CMRS


for sanction for conducting
oscillation trial

Sanction of CRS /CMRS for


conducting oscillation trial

6. RDSO conducts oscillation & EBD trials

RDSO conducts coupler force, controllability and/or any other special


test, if required

RDSO issues interim speed certificate for regular use of rolling stock

Metro applies for sanction of Rolling Stock to MoR through CRS

Sanction of MoR /Railway Board of Rolling stock

Action to be taken by the Metro Administration for Opening of


Metro, as per “Opening of Metro Railway for Public Carriage of
Passenger Rules, 2013” with latest amendment.

49
Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

TRACK CONTRACT “KNPAGT-3”


FORM OF TENDER
Date: …………………….
To :
Chief Engineer/Contract
Uttar Pradesh Metro Rail Corporation Limited,
Administrative Building,
Vipin Khand, Gomti Nagar
Lucknow (UP)– 226010
INDIA

Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of


Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and
Agra Metro Project along with supply of fastening systems and associated
Ballasted/Ballastless Tracks in 4 Depots

CONTRACT KNPAGT-3
GENTLEMEN,
1. Having inspected the Site, examined the General Conditions of Contract, Special Conditions
of Contract, Design Basis report, Tender Drawings and Instruction to Tenderers including Bill
of Quantities, and addenda thereto (if any) issued by the UPMRC for the design and
construction of the above-mentioned Works, and the matters set out in Appendix 1 hereto,
and having completed and prepared Appendices 2, 3, 4, 5, 6, 7, 8, & 9 hereto, we hereby
(jointly and severally)* offer to design, construct and complete the whole of the said Works
and Commissioning and remedying any defects therein, in conformity with the above
documents within the completion period of 48 months (from the date of commencement) for
the sum stated in the Bill of Quantities (Volume 5 of Tender Documents) as completed by us
and appended hereto.
2. We undertake (jointly and severally) *:
(a) to keep this Tender open for acceptance without unilaterally varying or amending its terms
for the period stated in Notice of Invitation to Tender hereto (the withdrawal of any member
or any other change in the composition of the partnership/joint venture/consortium on whose
behalf this Tender is submitted shall constitute a breach of this undertaking)*; and
(b) if this Tender is accepted, to provide Guarantees, Undertakings & Warranties for the due
performance of the Contract as stipulated in the General Conditions of Contract, Special
Conditions of Contract and Appendix 1 hereto; and
(c) to hold in confidence all documents and information whether technical or commercial
supplied to us at any time by or on behalf of the UPMRC in connection with this Tender or
with the above-mentioned Works and, without your written authority or as otherwise required
by law, not to publish or otherwise disclose the same.

UPMRC/KNPAGT-3/Vol-1/FOT Page | 133


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.
3. We submit with this Tender a duly executed Tender Guarantee in respect of our obligations
under this Tender.

4. Unless and until a formal agreement is prepared and executed, this Tender together with your
written acceptance thereof, shall constitute a binding contract between us.

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

6. We declare that the submission of this Tender confirms that no agent, middleman or any
intermediary has been, or will be engaged to provide any services, or any other item of work
related to the award and performance of this Contract. We further confirm and declare that no
agency commission or any payment which may be construed as an agency commission has
been, or will be, paid and that the tender price does not include any such amount. We
acknowledge the right of the Employer, if he finds to the contrary, to declare our Tender to be
non-compliant and if the Contract has been awarded to declare the Contract null and void.

7. ("Guidelines"). This Tender shall be governed by and construed in all respects according to
the laws for the time being in force in India. The courts at Lucknow will have exclusive
jurisdiction in the matter.

8. We acknowledge that the Appendix forms an integral part of the Tender.

9. We have independently considered the amount shown Clause 8.5 of the General Conditions
of Contract as liquidated damages and agree that they represent a fair estimate of the
damages likely to be suffered by you in the event of the work not being completed in time.

10. If our Tender is accepted we understand that we are to be held solely responsible for the due
performance of the Contract.

11. We, including any subcontractors or suppliers for any part of the contract, have or will have
nationalities from eligible countries, in accordance with A3.2 of ITT
12. We, including any subcontractors or suppliers for any part of the contract, do not have any
conflict of interest in accordance with A3.3 of ITT
13. We are not participating, as a Tenderer, in more than one tender in this tendering process and
we are not sub-contractor to any other tenderer participating in this tendering process in
accordance with A3.4 of ITT.

14. We do hereby undertake that we have not been banned for business by any central / state
government department or public sector undertaking and also that none of our work was
rescinded by any metro corporation in India after award of contract during last 5 years due to
non-performance.

We are, Gentlemen,

Yours faithfully,

Signature:

UPMRC/KNPAGT-3/Vol-1/FOT Page | 134


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.
Witness: Date --------------

Signature: --------------------- Name -------------------------------------------------

Date ------------ For and on behalf of ..................................

Name -------------------------- Address ......................................................

Address ------------------------

Signature:

Witness: Date --------------

Signature: --------------------- Name -------------------------------------------------

Date ------------ For and on behalf of ..................................

Name -------------------------- Address ......................................................

Address ------------------------

* Note:
If the Tenderer comprises a partnership, joint venture or consortium:

(a) the provisions marked with an asterisk are to be retained subject to deletion of the brackets
and inapplicable descriptions (i.e. partnership, joint venture or consortium)
(b) the liability of each member under the Tender, and under any contract formed upon its
acceptance, will be joint and several.

(c) an authorised representative of each member must sign the Tender.

(d) Signature on the Form of Tender shall be witnessed and dated.

(e) Copies of the relevant power of attorney shall be attached.

UPMRC/KNPAGT-3/Vol-1/FOT Page | 135


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.
FORM OF TENDER – APPENDIX-1
[REQUIREMENTS UNDER GENERAL CONDITIONS OF CONTRACT (GCC)]
S. DESCRIPTION REF TO REQUIREMENT
N CLAUSE NO.

i Amount of Performance Security Clause 4.2 of 10% of the Contract Price in types and proportions of
the GCC currencies in which the contract price is payable. In
the event of variations during the execution of the
contract which result in payments to the Contractor
over and above the contract price, the Performance
Security shall be suitably adjusted.
ii Latest ‘date for commencement’ Clause 8.1 of Date given in LOA or Employer’s Notice to Proceed
of the Works the GCC
iii ‘Time for completion’ of the work Clause 8.2 of 48 months
from the date of commencement the GCC and
of the work 23 of SCC
iv Liquidated Damages Clause 8.5 of As per the referred clauses of GCC and SCC
the GCC and
Clause 25 of
SCC

v ‘Defects Liability Period’ for the Clause 10 of 104 weeks after the date of issue of Taking-Over
Certificate for the Whole of the Works
whole of the Works the GCC &
Clause 27 of
SCC

vi Amount of advance payment Clause 11.2 of Mobilisation Advance - 5% of original contract value
the GCC & 30 in two equal instalments.
& 31 of SCC Equipment advance - 3% of original contract value

vii Amount of Professional Indemnity Clause 15.1 AOA (any one accident) limit equal to 6% of the
Insurance (PII). and 15.5 of the contract value against Bill No. SPM1 & BLT1 of
GCC BOQ in respect of ‘design and construct’ with AOY
(any one year) limit of 2 incidents in a year. In the
Professional Indemnity Insurance Policy, the
deductable amount shall not be more than 5% of
AOA limit. PII Policy shall be obtained within four
weeks from ‘date of commencement’ and shall be
valid for five years after date of issue of
‘Performance Certificate’. Wherever the contractor
submits policy for shorter period / annual renewable
policy, the same shall be renewed before its expiry
date. In such situation, the performance guarantee
(5% of contract value) shall be retained till required
validity period. The contractor’s submission of such
shorter period / renewable policy shall be construed
as their irrevocable consent for retention of the
performance guarantee.

viii Insurance cover for Contractor’s Clause 15 of 100% of the Total Contract Price plus 100% value of
All Risk and other requirements as the GCC materials supplied by Employer (Clause 51 of SCC)
specified in the GCC & SCC

ix Amount of Third Party Insurance Clause 5.8 and INR 0.50 Million for any one incident, with no. of

UPMRC/KNPAGT-3/Vol-1/FOT Page | 136


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.
15.3 of the incidents unlimited.
GCC

x Period in which all insurances Clause 15.5 of Within 4 weeks from the “date of commencement”
have to be effected the GCC and valid till issue of performance certificate /
completion of defect liability period except PII which
shall be valid for 5 years after issue of Performance
Certificate.

xi Contract Key Dates Clause 8.5 of Refer 4.3 of PS (Vol-3)


the GCC

xii (a) Contractor’s Name and GCC clause ………….. (Tenderer to Complete) …………….
Address 18.1

(b) Employer’s Name and Address GCC clause Uttar Pradesh Metro Rail Corporation Limited
18.2 Administrative Building, Vipin Khand, Gomti
Nagar, Lucknow (UP)– 226010
INDIA

Date : …………………..
Place :………….. ………. Signature of authorized signatory of Tenderer

UPMRC/KNPAGT-3/Vol-1/FOT Page | 137


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

FORM OF TENDER - APPENDIX 2

BILL OF QUANTITIES / PRICING DOCUMENT

Bill of Quantities & Schedule of Payments (Volume 5 of the tender document) duly completed in all
respect is to be submitted as Appendix-2 only in Package 2 – Financial Package.

UPMRC/KNPAGT-3/Vol-1/FOT Page | 138


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

FORM OF TENDER - APPENDIX 3

OUTLINE QUALITY PLAN

The Contractor shall establish and maintain a Quality Assurance System in design and
construction procedures and the interfaces between them. This Quality Assurance system
shall be applied without prejudice to, or without in any way limiting, any Quality Assurance
Systems that the Contractor already maintains.

The Tenderer shall submit as part of his Tender an Outline Quality Plan which shall contain
sufficient information to demonstrate clearly the Tenderer's proposals for achieving effective
and efficient Quality Assurance System. The Outline Quality Plan should include an outline of
the procedures and regulations to be developed and the mechanism by which they will be
implemented for ensuring Quality as required

The Tenderer may be requested to amplify, explain or develop its Outline Quality Plan prior to
the date of acceptance of the Tender and to provide more detail with a view to reaching
provisional acceptance of such a plan.

UPMRC/KNPAGT-3/Vol-1/FOT Page | 139


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

FORM OF TENDER - APPENDIX 4

OUTLINE SAFETY, HEALTH & ENVIRONMENT PLAN

The Tenderer shall submit as part of his Tender an Outline Safety, Health & Environment Plan which
shall contain sufficient information to demonstrate clearly the Tenderer's proposals for achieving
effective and efficient compliance to the conditions of contract on SHE and SHE manual. The Outline
Plan should include an outline of the procedures and regulations to be developed and the mechanism
by which they will be implemented for ensuring safety as required by Clause 4.16 and 4.17 of the
GCC.

The Outline Plan shall be headed with a formal statement of policy in relation to safety, Health &
Environment protection and shall be sufficiently informative to define the Tenderer's plans and set out
in summary an adequate basis for the development of the Site Safety, Health & Environment Plan to
be submitted in accordance with Clause 4.16 and 4.17 of the GCC.

The Tenderer may be requested to amplify, explain or develop his Outline Safety, Health &
Environment Plan prior to the date of acceptance of the Tender and to provide more details with a
view to reaching provisional acceptance of such a plan.

UPMRC/KNPAGT-3/Vol-1/FOT Page | 140


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

FORM OF TENDER - APPENDIX 5

TENDERER’S TECHNICAL PROPOSALS

The Tenderer shall prepare his Technical Proposals based on the contents of Clause C2, Clause C6
and Annexure 4 of the Instructions to Tenderers

UPMRC/KNPAGT-3/Vol-1/FOT Page | 141


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

FORM OF TENDER - APPENDIX 6

STRUCTURE OF THE TENDERER

STRUCTURE OF THE TENDERER

The Tenderer shall supply a chart particularising the structure of the Tenderer (identifying all
companies comprising the Tenderer in the event that it is a joint venture, partnership or consortium)
and the ownership of each of the companies comprising the Tenderer, identifying all respective
intermediate and ultimate holding companies.

COMPOSITION OF THE TENDERER

1. A copy of any Memorandum of Understanding (MOU) relating to the composition of the


Tenderer shall be submitted. For guidance, if the Tenderer is a joint venture, consortium or a
partnership then the joint venture, consortium or partnership agreement is to be submitted by
the Tenderer. Should the Tenderer be an entity established or to be established to tender for
this Contract, details of the shareholders’ agreement or proposed shareholders’ agreement
shall be supplied together with the percentage participation and percentage equity in the
agreements.

2. The contractual arrangements and copies of agreements in relation thereto must, as a


minimum, provide information on all members or participants involved, their respective
participation in the Tenderer, the management structure, ownership and control of the
members or participants comprising the Tenderer and if, appropriate, the name of the
member or participant who would have overall lead management responsibility for the Works,
the registered addresses of all parties and the names of their respective senior partners,
chairmen or managing directors as appropriate. Such agreements should also reflect the joint
and several liabilities of the members to the Employer in the event that the Contract is
awarded to them.

3. The Tenderer shall provide written confirmation that:

(a) The agreement or agreements submitted represent the entire agreement between the
members or participants comprising the Tenderer as to the Tenderer’s legal persona;

(b) There is or are no other agreements relating to the Tenderer’s incorporation, powers
or organisation which may affect in any way his ability to carry out the Works; and

(c) No changes will be made to any such agreements during the tender period without
first obtaining the Employer’s agreement to the proposed change or changes.

UPMRC/KNPAGT-3/Vol-1/FOT Page | 142


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

FORM OF TENDER - APPENDIX 7

STAFFING SCHEDULES AND ORGANISATION CHART

The Tenderer shall provide a complete Staffing Schedule and Organisation Chart as required by
paragraph C12 of these Instructions to Tenderers.

UPMRC/KNPAGT-3/Vol-1/FOT Page | 143


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

FORM OF TENDER - APPENDIX 8

SCHEDULE OF COMPONENTS MANUFACTURED OFFSHORE

Schedule of Components Manufactured Offshore

Item Description of Plant to be Imported

(to be produced and submitted by Tenderers)

UPMRC/KNPAGT-3/Vol-1/FOT Page | 144


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

FORM OF TENDER - APPENDIX 9

TENDER INDEX

The Tenderer shall include with his Tender an index which cross refers all of the Employer’s tender
requirements elaborated in these documents to all the individual sections within Tender Package 1:
Technical Package and Tender Package 2: Financial Package which the Tenderer intends to be the
responses to each and every one of those requirements.

The Tender Packages submitted must be clearly presented, all pages numbered and aid out in a
logical sequence with main and subheadings to facilitate evaluation.

UPMRC/KNPAGT-3/Vol-1/FOT Page | 145


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

FORM OF TENDER- Appendix - 10

(Undertaking as per Clause A 3.4 - 7 d (iv) of ITT)

We hereby jointly and severally certify in accordance with clause “9.a‟ of the Order no. P-
45021/2/2017-PP (BE-II) of Ministry of Commerce and Industry, Department for Promotion of Industry
and Internal Trade (DPIIT) {formerly Department of Industrial Policy and Promotion (DIPP)},
Government of India dated 04.06.2020 that the item offered meets the minimum local content of 70%
(as specified in Clause A 3.4 – 7 (a) (i) of ITT). The details including name of vendor, location and
percentage of local content is enclosed as Appendix-11 of FOT.

We acknowledge that false declaration by the tenderer regarding local value addition including
payments to be made to their vendors for local value addition shall be treated as a fraudulent practice
under GCC clause 4.33.1(a) (ii) of this tender for which the tenderer or its successors can be debarred
for a period upto three years along with such other actions as may be permissible under the law.
In cases of procurement for a value in excess of Rs. 10 crores, we also undertake to submit a
certificate from statutory auditor or cost auditor of the company (in the case of companies) or from a
practising cost accountant or practising chartered accountant (in respect of suppliers other than
companies) giving the percentage of local content, in accordance with clause “9.b” of the Order no. P-
45021/2/2017-PP (BE-II) of Ministry of Commerce and Industry, Department for Promotion of Industry
and Internal Trade (DPIIT) {formerly Department of Industrial Policy and Promotion (DIPP)},
Government of India dated 04.06.2020, after completion of works to the Engineer.

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

Note :

a) This appendix need to be submitted only if bidder wants to avail the purchase preference as
specified in Clause A 3.4 - 7 d (iv) of ITT.

b) The undertaking shall be signed by authorized signatory of the tenderer.

UPMRC/KNPAGT-3/Vol-1/FOT Page | 146


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

FORM OF TENDER - Appendix- 11

Performa for Submission of the List of the Goods, Works &


Services Tentatively Proposed to be Offered from within India
(Local Value Addition)

S.No. Description of Items Vendor Location % of Local


(Goods/Works/Services) content

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

UPMRC/KNPAGT-3/Vol-1/FOT Page | 147


Contract-KNPAGT-3 – Design, Installation, Testing & Commissioning of Ballastless Track of
Standard Gauge in 4 Corridors in Elevated as well as Underground Sections of Kanpur and Agra
Metro Project along with supply of fastening systems and associated Ballasted/Ballastless Tracks in
4 Depots.

FORM OF TENDER - Appendix -12

Undertaking

Model Certificate for Tenders for Works involving possibility of sub-contracting

“I have read the clause regarding restrictions on procurement from a bidder of a country which shares
a land border with India and on sub-contracting to contractors from such countries; I certify that this
bidder is not from such a country or, if from such a country, has been registered with the Competent
Authority and will not sub-contract any work to a contractor from such countries unless such
contractor is registered with the Competent Authority. I hereby certify that this bidder fulfills all
requirements in this regard and is eligible to be considered. [ Where applicable, evidence of valid
registration by the Competent Authority shall be attached]

Date

Place

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

UPMRC/KNPAGT-3/Vol-1/FOT Page | 148

You might also like