Works - 405067-2022

Submission deadline has been amended by:  516748-2022
26/07/2022    S142

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

2022/S 142-405067

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: 560 027
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-02/UTD
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 and Validation, Supply, Installation, Testing & Commissioning of TVS, ECS & SCADA Works of 6 Underground Stations (Excluding OCC) including associated Tunnel Sections in Reach – 6 under Phase II and Operation & Maintenance of TVS, ECS & SCADA during the DLP Period of Two (02) Years and Five (05) Years Operations and CAMC beyond DLP.

II.1.5)Estimated total value
Value excluding VAT: 1 954 300 000.00 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:

From South Ramp Dairy Circle Station to South end Vellara Junction and from North end Tannery Road Station to North Ramp Nagawara Station and their associated tunnel sections in Bengaluru, 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. Diary Circle, MICO Industries/ Lakkasandra Station, Langford Town, Venkateshpura, Kadugondahalli / Arabic College station and Nagawara Station and associated Tunnel Sections along with OCC Interface coordination with ECTVS - 01 contractor as a whole.

II. Other Information:

1. Tender Security Deposit 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. Cost of Tender Document: INR 1,18,000 [1,00,000+18,000 (GST@18%)] or USD 1,525/- [1291+234 (GST @ 18%)] .

4. Tender Submission: The Tenderer shall submit the Tender Security along with ‘Qualification cum Technical Package’.

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 outer envelope of “Qualification cum Technical Package” and one outer envelope “Financial Package”, totally in all shall be seven (7) 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: 28
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: 09/09/2022
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: 09/09/2022
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: Court Buildings, Bengaluru
Town: Bengaluru
Postal code: 560001
Country: India
VI.5)Date of dispatch of this notice:
21/07/2022