Tunnelbuilder Promoting the world's tunnelling industry to a huge qualified audience

View the Spanish Tunnelbuilder website View the Italian Tunnelbuilder website

Archive Search

India

India, Bangalore - in/54

Metro

Closing Date: 25.10.2021 (Tender Closed)


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




Permalink