Bangalore Metro Update: Tender invited for Comprehensive Corrective Maintenance Contract of signalling system for Phase-1

Bangalore Metro Rail Corporation Ltd., (BMRCL) invites open Bid from eligible, reputed and experienced Consultants (JV/Consortium Not Permitted) for Comprehensive corrective maintenance contract (CCMC) of signalling systems installed in the signalling equipment room of Phase-1.

  • Tender Reference Number: BMRCL/O&M/SIG/CCMC/01
  • Name of Work: Comprehensive corrective maintenance contract (CCMC) of signalling systems installed in the signalling equipment room of Phase-1.
  • EMD: INR 15 Lakh
  • Contract Period: 10 Years
  • Document Download / Sale Start Date: 09th February, 2023
  • Document Download / Sale End Date: 10th March, 2023
  • Pre-bid Meeting: 24th February, 2023
  • Bid Submission Start Date: 09th February, 2023
  • Bid Submission End Date: 10th March, 2023
  • Tender Opening Date: 10th March, 2023

Description of the Work:

  • Bangalore Metro Rail Corporation limited (BMRCL), a Special Purpose Vehicle (SPV) established under the Companies Act, 1956 (hereinafter referred to as “BMRCL” or “the Company” or “the Employer” or “the Client”), invites Tenders following Single stage, Two envelope system from the eligible domestic Tenderers for “Comprehensive corrective maintenance contract (CCMC) of signalling systems installed in the signalling equipment room of Phase-1.” (hereinafter referred to as “the works”) as per Terms and Conditions contained in this Tender Documents.
  • Eligible Tenderers Tenderer shall be a designer and manufacturer of Urbalis 200 (U 200) DTG signalling system with ATP, ATO, CBI, SDTC OR Authorised Agent/Dealer/Service provider of OEM. Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Government of Karnataka or BMRCL.
  • Tenders from Joint Ventures are not acceptable. The Tenderer should not have been blacklisted / debarred by any Government / Government undertaking / Semi Government / Govt. Controlled Institutions/projects/ during the last five (5) years.
  • Also the Tenderer should not have rescinded the Works after award of the Contract during the last five (5) years. The Tenderer shall provide an Undertaking as provided at Annexure-4 of Section X”. Note: Last five (5) years shall be counted from 28 days prior to the date of submission of the Tender.

Site visit:

  • The Tenderer at his own responsibility and risk is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Tender and entering into a Contract for CCMC (Annual maintenance Contract). The cost of visiting the Site shall be at the Tenderer’s own expense.
  • The Tenderer is advised to visit and inspect the sites/buildings 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 the Contract.
  • The costs of any such visits/site inspections shall be entirely at the Tenderers own expense. The Tenderers are requested to satisfy themselves regarding the nature and location of work, the type, quality, quantity, type of equipment and facilities needed preliminary to and during the progress of the services.
  • He should also assess the law and order situation, the general and local conditions, the labour conditions prevailing there in and all other matters which can in any way affect the services under Contract.
  • The Contractor will be fully responsible for the Financial effect of any or all the above factors in his rates including also the factors like age of machines, types of CCMC, Working Environment, furniture, equipment etc. installed in BMRCL premises. No compensation will be given on account of ignorance of any of the factors during execution of the works.
  • The Tenderer and any of his personnel or agents will be granted permission by the Employer to enter upon their premises and lands for the purpose of such inspection, but only upon the express condition that the Tenderer, his personnel and agents will release and indemnify the Employer their personnel and agents from and against all liabilities in respect thereof and will be responsible for personal injury (whether fatal or otherwise), loss of or damage to property and any other loss, damage, costs and expenses however caused which but for the exercise of such permission would not have arisen.
  • Before submitting a Tender, the Tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to been countered during the execution of the works are taken into account and that the rates the Tenderer enters in the Tender forms are adequate and all-inclusive for the completion of work to the entire satisfaction of the Employer.
  • While all efforts have been made to avoid errors in drafting this tender document, the Tenderer is advised to check the same carefully and seek clarification within the scheduled period only. No claims on account of any errors detected in the tender document shall be entertained thereafter.

Eligibility:

  • Eligible Tenderers Tenderer shall be a designer and manufacturer of Urbalis 200 (U 200) DTG signalling system with ATP, ATO, CBI, SDTC OR Authorised Agent/Dealer/Service provider of OEM. Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Government of Karnataka or BMRCL.
  • Tenders from Joint Ventures are not acceptable. The Tenderer should not have been blacklisted / debarred by any Government / Government undertaking / Semi Government / Govt. Controlled Institutions/projects/ during the last five (5) years. Also the Tenderer should not have rescinded the Works after award of the Contract during the last five (5) years.
  • The Tenderer shall provide an Undertaking as provided at Annexure-4 of Section X”. Note: Last five (5) years shall be counted from 28 days prior to the date of submission of the Tender.
  • Qualification Criteria: Tenderers who meet the below specified minimum Qualification Criteria will only be qualified. 

Work Experience:

  • The Tenderer shall have similar work experience in any one of the following: a) Design, Engineering, Manufacture, Supply, Testing and commissioning of Urbalis 200 DTG signalling system with ATP, ATO, CBI, SDTC.
  • Authorised Agents/Dealers/service provider of OEM for Urbalis 200 DTG signalling system with ATP, ATO, CBI, SDTC. Tenderers who meet the technical experience criteria as stipulated under ITT sub-clause 3.1(b) shall submit the agreement document with the OEM (M/s Alstom) to support the scope of work mentioned in Special Conditions of Contact.
  • Offers of those Tenderers who themselves do not meet the technical experience criteria as stipulated in ITT clause 3.1(a) & (b) can also be considered, provided the Tenderer is a subsidiary company of the parent company in which the parent company has 100% stake or parent company can also be considered on the strength of its 100% subsidiary.
  • However, the parent/subsidiary company of the Tenderer should on its own meet the technical experience criteria as stipulated in ITT clause 3.1 (a), 3.1 (b), and should not rely for meeting the technical experience criteria on its sister subsidiary/co-subsidiary company or through any other arrangement like Technical collaboration agreement.
  • All Tenderers shall provide the requested information accurately and sufficient detail in Section III: Qualification Information.
  • The Tenderer shall provide satisfactory evidence acceptable to the Employer to meet the requirements specified in 3.1 and 3.4.
  • To Qualify for Award of this Contract, each Tenderer in its name should have: a) satisfactorily completed, as a Prime ContractorTM, any one of the following works:
    • At least one similar work value of more than INR 7.9 Crore in any one year during the last five (5) years, or
    • At least two similar works valued more than INR 4.93 Crore each in any one year during the last five (5) years, or
    • At least three similar works valued more than INR 3.95 Crore each in any one year during the last five (5) years.

About BMRCL:

  • Bangalore Metro Rail Corporation Limited (BMRCL), a joint venture of Government of India and Government of Karnataka, is a Special Purpose Vehicle entrusted with the responsibility of implementation and operation of Bangalore Metro Rail Project.
  • Bangalore Metro, christened as “Namma Metro”, not only adds to the beauty of Bangalore city skyline, but more importantly provides a safe, quick, reliable and comfortable public transport system. Besides this, Namma Metro is a major environment friendly addition to the Bangalore City as it significantly contributes to the reduction of carbon emissions.
  • Metro services have been in operation on 56 KM on East-West corridor – 25.6 km long, starting from Baiyappanahalli in the East and terminating at Kengeri Terminal in the West and on 30.4 km North-South corridor commencing at Nagasandra in the North and terminating at Silk Institute in the South.
  • This is the First Metro rail project in India commissioned with 750V DC Third Rail Traction on Standard Gauge.

The complete documents can be downloaded from www.bmrc.co.in


Source: BMRC- Tender | Image Credit (representational): BMRCL