Open invitation to tender, deadline 25/10/2021, for the design, verification, validation, supply, installation, testing & commissioning including operations & maintenance of Tunnel Ventilation System (TVS),  Environmental Control System (ECS) & SCADA Works of 6 Underground Stations and associated Tunnel Sections in Reach-6  (Pink line 22 km of the Pink line from  Kalena Agaraha/Gottigere to Nagawara stations) under Phase 2 of the Bangalore Metro Rail Project during the Defect Liability Period (DLP) period of 2 Years and Operation & CAMC (Comprehensive Annual Maintenance Contract) for 5 Years beyond DLP. Date of Pre-bid Meeting: 04/09/2021.The value of the contract EUR25.78 million (INR2.24 bn), excluding VAT. Contact Bangalore Metro Rail Corporation Ltd, Bangalore, tel +91 8022969414, fax +91 8022969222, email prasad.bm@bmrc.co.in. For bid document www.bmrc.co.in. Visit http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=421573-2021 . Ref.n. EIB-GtP/ ECTVS-01. 33/21. 
India-Bengaluru: Construction work for tunnels, shafts and subways
 
2021/S 161-421573
 
Contract notice
 
Works
 
Legal Basis:
 
This contract will be financed by European Investment Bank (EIB) and is subject to the EIB's Guide to Procurement.
 
Section I: Contracting authority
 
I.1)Name and addresses
 
Official name: Bangalore Metro Rail Corporation Limited
Postal address: BMTC Complex, 3rd Floor, K.H. Road, Shanthinagar
Town: Bengaluru
NUTS code: IN India
Postal code: 560027
Country: India
Contact person: Executive Director (Systems)
E-mail: prasad.bm@bmrc.co.in
Telephone: +91 8022969414
Fax: +91 8022969222
Internet address(es):
Main address: www.bmrc.co.in
 
I.3)Communication
 
Access to the procurement documents is restricted. Further information can be obtained at: www.bmrc.co.in
 
Additional information can be obtained from the abovementioned address
 
Tenders or requests to participate must be submitted to the abovementioned address
 
I.4)Type of the contracting authority
 
Other type: Special Purpose Vehicle (SPV) of JV of Govt of India and Govt of Karnataka
 
I.5)Main activity
 
Other activity: Urban railway, tramway, trolleybus or bus services
 
Section II: Object
 
II.1)Scope of the procurement
 
II.1.1)Title:
 
Design, Supply & Commissioning of TVS, ECS & SCADA works
 
Reference number: EIB-GtP/ ECTVS-01
 
II.1.2)Main CPV code
 
45221200 Construction work for tunnels, shafts and subways
 
II.1.3)Type of contract
 
Works
 
II.1.4)Short description:
 
Design Verification & Validation, Supply, Installation, Testing & Commissioning including Operations & Maintenance for Two (02) Years of DLP and Operation & CAMC for Five (05) Years beyond DLP of TVS, ECS & SCADA Works of 6 Underground Stations and associated Tunnel Sections in Reach-6 under Phase-II of Bangalore Metro Rail Project.
 
II.1.5)Estimated total value
 
Value excluding VAT: 2 241 426 987.00 INR
 
II.1.6)Information about lots
 
This contract is divided into lots: no
 
II.2)Description
 
II.2.3)Place of performance
 
NUTS code: IN India
 
Main site or place of performance:
 
From South End of Vellara Junction to North End of Tannery Road Station and their associated tunnel sections and OCC works, Bengaluru, Karnataka, India
 
II.2.4)Description of the procurement:
 
I. Scope: Design Verification and Validation, supply, installation, testing and commissioning including operations and maintenance for two (02) years of DLP of Tunnel Ventilation System(TVS) and Environmental Control System (ECS) & SCADA Works of 6 Underground Stations Viz. Vellara Junction, MG Road, Shivajinagar, Cantonment, Pottery Town and Tannery Road along with OCC (SCADA works For 12 UG Stations @ OCC) and associated Tunnel Sections. Operation and Comprehensive Annual maintenance of the system (TVS + ECS) for five (5) years beyond DLP under Operation and Comprehensive Annual Maintenance Contract (OCAMC).
 
II. Other Information:
 
1. Tender Securing Declaration is to be furnished.
 
2. The Work Experience being considered is based on the similar nature of works. Tenderer as a single entity or Lead Member of a JV/consortium, should have at-least Ten (10) years of experience in similar contracts in the role of contactor, management contractor, or sub-contractor.
 
3. The number of Joint Venture Members in a Group shall be restricted to maximum THREE.
 
4. Cost of Tender Document: INR 1,18,000 [1,00,000+18,000 (GST@18%)] or USD 1652 [1400+252 (GST @ 18%)]
 
5. Tender Submission: The Tenderer shall submit the Tender Securing Declaration in a separate envelope. The Tenderer shall seal the Original and Copy of the ‘Qualification cum 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 the entire ‘Qualification cum Technical’ Package shall then be sealed in an outer envelope and marked as “Qualification cum Technical’ Package”. Likewise, the envelopes of the entire Financial Package shall be sealed in an outer envelope and marked as “Financial Package”. Thus there will be one outermost envelope containing one “Tender Securing Declaration” Envelope, one outer envelope of “Qualification cum Technical Package” and one outer envelope “Financial Package”, totally in all shall be eight envelopes.
 
II.2.5)Award criteria
 
Criteria below
 
Price
 
II.2.6)Estimated value
 
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
 
Duration in months: 36
 
This contract is subject to renewal: no
 
II.2.10)Information about variants
 
Variants will be accepted: no
 
II.2.11)Information about options
 
Options: yes
 
Description of options:
 
Provision of quantity variation is allowed as per tender conditions as per standard practice.
 
II.2.13)Information about European Union funds
 
The procurement is related to a project and/or programme financed by European Union funds: no
 
II.2.14)Additional information
 
The Contract price shall be adjusted for any increase or decrease in rates and prices of labour and materials, in accordance with the principles and procedures and as per formula given in tender document.
 
Section III: Legal, economic, financial and technical information
 
III.1)Conditions for participation
 
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
 
List and brief description of conditions:
 
1. Company/Firm Registration Certificate.
 
2. Memorandum and Article of Association of Firm.
 
3. Power of Attorney(s) and Board Resolution (In case of Foreign Partners, duly legalized by the Indian Embassy/High Commission).
 
4. Work Done Certificates from Clients
 
5. Financial capabilities based on audited balance sheets for the last five financial years i.e Annual Turnover, Liquidity & Net worth.
 
6. Experience of key personnel
 
III.1.2)Economic and financial standing
 
Selection criteria as stated in the procurement documents
 
III.1.3)Technical and professional ability
 
Selection criteria as stated in the procurement documents
 
III.2)Conditions related to the contract
 
III.2.2)Contract performance conditions:
 
The Tenderer shall commit to comply with and ensure that all of their sub-contractors comply with all labour laws and regulations applicable in the country of implementation of the contract.
 
The Tenderer's Environmental Plan shall be developed from the Employer’s Safety, Health and Environmental Manual (SHE Manual), as per the Employer's Requirements and the Special Conditions of Contract.
 
III.2.3)Information about staff responsible for the performance of the contract
 
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
 
Section IV: Procedure
 
IV.1)Description
 
IV.1.1)Type of procedure
 
Open procedure
 
IV.1.3)Information about a framework agreement or a dynamic purchasing system
 
The procurement involves the establishment of a framework agreement
 
Framework agreement with a single operator
 
IV.1.8)Information about the Government Procurement Agreement (GPA)
 
The procurement is covered by the Government Procurement Agreement: no
 
IV.2)Administrative information
 
IV.2.2)Time limit for receipt of tenders or requests to participate
 
Date: 25/10/2021
 
Local time: 15:00
 
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
 
IV.2.4)Languages in which tenders or requests to participate may be submitted:
 
English
 
IV.2.7)Conditions for opening of tenders
 
Date: 25/10/2021
 
Local time: 15:30
 
Place:
 
Office of the Bangalore Metro Rail Corporation Limited,
 
Third Floor, BMTC Complex,
 
KH Road, Shantinagar,
 
Bangalore-560027, Karnataka, India
 
Information about authorised persons and opening procedure:
 
Tenders will be opened by the Tender opening committee comprising two members (as constituted by BMRCL) in presence of authorised representatives of bidders who choose to present at the time, date and place mentioned in the tender document.
 
Section VI: Complementary information
 
VI.1)Information about recurrence
 
This is a recurrent procurement: no
 
VI.3)Additional information:
 
This is a Percentage Tender. The Tenderers shall quote item/schedule wise, percentage above or below or at par of the ‘estimated amount’, for the entire Works part of Financial Package.
 
Time limit for receipt of tenders or requests to participate may be extended suitably by Employer depending on exigency (Pandemic/other situation) if any.
 
VI.4)Procedures for review
 
VI.4.1)Review body
 
Official name: High Court of Karnataka Bengaluru
Postal address: 560001
Town: Bengaluru
Postal code: Court Buildings, Ben
Country: India
 
VI.5)Date of dispatch of this notice:
 
17/08/2021