Works - 79906-2023

Submission deadline has been amended by:  347039-2023
07/02/2023    S27

India-Lucknow: Construction work for tunnels, shafts and subways

2023/S 027-079906

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: Uttar Pradesh Metro Rail Corporation (UPMRC) Ltd
Postal address: Administrative Building, Near Dr Bhimrao Ambedkar Samajik Parivartan Sthal, Vipin Khand, Gomti Nagar, Lucknow, Uttar Pradesh, India
Town: Lucknow
NUTS code: IN India
Postal code: 226010
Country: India
Contact person: Sh. Indrajeet Verma (Chief Engineer/Contract)
E-mail: cecontract@upmrcl.co.in
Telephone: +91 7705005642
Internet address(es):
Main address: www.upmetrorail.com
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etenders.gov.in/eprocure/app
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etenders.gov.in/eprocure/app
I.4)Type of the contracting authority
Other type: Special Purpose Vehicle(SPV) Joint Venture of Govt Of India & Govt Of UP
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 and Construction of tunnel ramp after Double Pullia, ramps in Agriculture Depot for main line and depot connections and three underground metro stations.

Reference number: EIB-GtP/KNPCC-11
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 and Construction of TBM Tunnel, Cut & Cover Tunnel, ramp after Double Pullia, ramps in Agriculture Depot for main line and depot connections and three underground metro stations (viz. Rawatpur, Kakadeo and Double Pullia) including Architectural finishes etc on Corridor-2 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India.

II.1.5)Estimated total value
Value excluding VAT: 10 250 000 000.00 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:

Rawatpur to Double Pullia, Kanpur, Uttar Pradesh, India

II.2.4)Description of the procurement:

SCOPE OF WORK: Design and Construction of TBM Tunnel, Cut & Cover Tunnel, ramp after Double Pullia, ramps in Agriculture Depot for main line and depot connections and three underground metro stations (viz. Rawatpur, Kakadeo and Double Pullia) including Architectural finishes etc. on Corridor-2 of Kanpur MRTS Project at Kanpur, Uttar Pradesh, India.

Above works involves Design and Construction under lump-sum component and item-rate component separately.

Schedule– ‘A’ of Bill of Quantities comprise the scope of work mentioned in clause 2.1 of Employer’s Requirement (Functional).

Schedule “B” comprises Annexure ‘B1’, ‘B2’, ‘B3’ and ‘B4’. Annexure ‘B1’ for works related to diversion of uncharted utilities (Civil, Electrical, and Telecom etc.,) and other general items like trees cutting/transplantation etc. Tree cutting/transplantation items shall be carried out with the prior approval of forest authorities. Annexure ‘B2’ for works related to Finishing of the stations including false ceiling and related items. Annexure ‘B3’ for works related to Water Supply and Sewage System for the stations. Annexure ‘B4’ for works related to fire doors and related items. The work has to be carried out as per Schedule of items given in the Annexure to Schedule – ‘B’ (B1 to B4).

Schedule “C” comprises of percentage rate Bill of Quantities for works under DSR – 2021 for Civil, Finishing works, Water Supply & Sewerage System, Landscaping near stations, CPWD DSR – 2022 for Electrical works and CPWD DSR – 2020 for Horticulture Work. Under this schedule the contractor has to do all works which are not covered in Schedule ‘A’, ‘B’ & ‘C’ or any other work as per site requirements and as per the direction of the Engineer.

Detailed Employer’s Requirements, Conditions of Contract and other particulars are included in Tender Documents.

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: 30
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: no
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

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:

Specific Construction Experience:

Work Experience: The tenderers will be qualified only if they have successfully completed or “substantially” ** completed similar work(s) as a prime contractor/ member of JV during last seven years ending last day of the month previous to the month of tender Publish Date as given below):

At least One “similar work” * of value of Rs. 820 Crores or more.

OR

Two “similar works” * each of value Rs. 512.50 Crores or more.

OR

Three “similar works” * each of value Rs. 410 Crores or more.

*“Similar Work/s” for this contract shall be” Tunnelling work in urban environment which shall include minimum of 2.50 km of Tunnel length by Shield TBM (in case of twin tunnel each tunnel shall be counted as a separate Tunnel for calculation of length of tunnel) with finished internal dia of more than 5.0 mtr, along with or without underground station using cut & cover method which may include architectural finishing. In case this work does not include any underground station by cut & cover method or the station included in the work is of less than 4500 sqm plan area, the tenderer must have executed another work of minimum one underground station of plan area not less than 4500 sqm which may include architectural finishing. In case of JV/Consortium the work of tunnel & station may be by different partners”.

(ii) Tenderer (or atleast one member in case of JV/Consortium) should have carried out at least one “similar work” * of value Rs. 410 Crores or more in India or in a country outside their own country.

(iii) For a Joint Venture / Consortium to qualify, each of its substantial partners (i.e. having at least 20% participation in JV/Consortium) must have experience of executing at least one Civil work of minimum 20% of NIT value in last 07 years ending last day of the month previous to the month of tender Publish Date

● ** “Substantial” completion shall be based on 80 (eighty) per cent (value wise) or more works completed under the contract as well as functional completion of the work. Client Certificate for ‘substantial completion’ of project/work/asset should contain two parts. Part -I shall contain ‘financial value of work done’ and part-II shall contain ‘certificate of functional completion of project/work/asset’.

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:

Tenderers should carefully read and note all the conditions and provisions mentioned in original tender documents issued by Employer and it shall be deemed that all the conditions and provisions of these documents have been included in their tender submission and accepted to them. All works shall be carried out in accordance with contract provisions such as General Conditions of Contract (GCC), Special Conditions of Contract (SCC), Employers Requirements, Outline Design Specifications, Outline Construction specifications, GFC Drawings, Condition of Contract on Safety, Health & Environment (SHE), etc.

Compliance with the Employer’s requirements shall not relieve the Contractor of any of their statutory duties, obligations or responsibilities under the Contract or Law.

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
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: 05/04/2023
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.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 06/04/2023
Local time: 15:00
Place:

Office of Chief Engineer / Contract, Uttar Pradesh Metro Rail Corporation Limited , Administrative Building, Vipin Khand, Gomti Nagar, Lucknow, Uttar Pradesh-226010

Information about authorised persons and opening procedure:

Technical Bids shall be opened by the tender opening committee in the presence of tenderers. Financial Bids will be opened at least 7 days after the results of Technical Bids are issued on eProcurement portal. Financial Bids of only those tenderers who are found substantially responsive and technically compliant will be opened in the presence of qualified Tenderers through e-procurement portal

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Interested eligible Tenderers may obtain further information from, and inspect the Tender Documents at: e-tendering portal – https://etenders.gov.in/eprocure/app.

A complete set of Tender Documents may be downloaded, during sale period, from the e-tendering portal https://etenders.gov.in/eprocure/app; under Organisation: Uttar Pradesh Metro Rail Corporation Limited. Non-refundable Tender Fee of INR 23,600 inclusive of GST, shall be paid online through RTGS, NEFT or IMPS only.

Earnest Money Deposit (EMD) / Tender Security fulfilling the conditions indicated in the Tender Documents must accompany all Tenders. All Tenders must be submitted online only through e-tendering portal – https://etenders.gov.in/eprocure/app, as instructed in the Tender Documents.

Notice Inviting Tenders along with tender documents is published in the e-procurement portal above. Tendering processes like download, tender queries, corrigenda, submissions, openings, evaluations, etc. can be done through the e-procurement portal only. All the tenderers willing to participate must be enrolled/ registered on the e-procurement portal. Those who are not already registered, can enrol themselves using the link “Online Bidder Enrollment” on e-procurement portal.

Possession of a valid Class III Digital Signature Certificate (DSC) is a prerequisite for registration and participating in the tender submission activities. Digital Signature Certificate (DSC) must be obtained from any Certifying Authority empanelled with the Controller of Certifying Authority of India, details of which are available on e-procurement portal under the link “Information about DSC”. Issuance of Digital Signature Certificate may take at least 7 to 10 business days, which may extend up to 21 business days in case of foreign applicants. Procedure for obtaining Digital Signature Certificate (DSC) by foreign applicants is available on e-procurement portal under the link “Downloads”. Tenderers are advised to plan their time accordingly and the Employer shall bear no responsibility for accepting tenders which are delayed due to non-issuance or delay in issuance of such Digital Signature Certificates.

The Tenderers may report to the Employer by emailing to cecontract@upmrcl.co.in, if they have problem in obtaining Digital Signature Certificate or in case of any restrictions related to debarment on the portal.

For further information and any assistance in this regard, Tenderers are advised to contact e-procurement helpdesk by either:

emailing to “support-eproc@nic.in” or Tele- to (91)120-4200462, (91)120-4001002, (91)120-4001005, (91)120-6277787.

Tenderers shall pay the Tender Fee for cost of Tender Document, in the form of online payment only, without which bids will not be accepted. Service, gateway or other charges if any shall be borne by the Tenderers. The Tenderers are required to upload scanned copy of payment receipt/ transaction for Tender Fee during online submissions.

Payment of Tender Fee is to be made only by RTGS, NEFT & IMPS. No other mode of payment will be accepted. The detail of bank account of UPMRCL is mentioned below. The Tenderers are required to upload scanned copies of transaction of payment (clearly indicating tender number i.e. KNPCC-11 in the remarks or description column) of Tender Fee at the time of online bid submission. Copy of GST registration number to be provided along with Tender Fee.

Name & Address of Bank: HDFC Bank, Tekari Chambers, Lucknow

Account Name & Number: UPMRCL (Kanpur Project), 50100301966502

IFSC Code: HDFC0001267

Tenderers are requested to visit the website-procurement portal regularly for any Employer’s issued clarifications, addendum, corrigendum and/or due date extensions.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Lucknow Bench of High Court of Uttar Pradesh
Postal address: Lucknow Bench of High Court of Uttar Pradesh, Lucknow, U.P
Town: Lucknow
Postal code: 226010
Country: India
VI.5)Date of dispatch of this notice:
02/02/2023