K-RIDE invites bids for design and construction of 12 stations at various locations including all associated works & detailed design for architectural finishes and E&M works

Rail Infrastructure Development Company (Karnataka) Limited (K-RIDE) has invited Bids from eligible Bids, for Design and construction of Twelve (12nos) stations i.e Elevated (2nos), Elevated Interchange (2nos) and At-Grade (8nos) BSRP Stations of Corridor-2 at Benniganahalli, Kasturi Nagar, Seva Nagar, Banaswadi, Nagawara, Kanaka Nagar, Hebbal, Mathikere, Yeshwanthpur, Shettyhalli, Mydarahalli, Chikkabanavara, including steel FOB, roof structures, PEB works for stations with all associated works for Bengaluru Suburban Rail Project (BSRP) including detailed design and engineering for architectural finishes and E&M works, but excluding construction of architectural finishes and E&M Works.

  • Tender Reference Number: KRIDE/2023-24/BD/WORK_INDENT2 K-RIDE/BSRP/C2/STATIONS/19/2023
  • Name of Work: Design and construction of Twelve (12nos) stations i.e Elevated (2nos), Elevated Interchange (2nos) and At-Grade (8nos) BSRP Stations of Corridor-2 at Benniganahalli, Kasturi Nagar, Seva Nagar, Banaswadi, Nagawara, Kanaka Nagar, Hebbal, Mathikere, Yeshwanthpur, Shettyhalli, Mydarahalli, Chikkabanavara, including steel FOB, roof structures, PEB works for stations with all associated works for Bengaluru Suburban Rail Project (BSRP) including detailed design and engineering for architectural finishes and E&M works, but excluding construction of architectural finishes and E&M Works.
  • EMD: INR 01 Crore
  • Period of Work: 20 Months
  • Document Download / Sale Start Date: 27th May, 2023
  • Document Download / Sale End Date: 08th August, 2023
  • Pre-Bid Meeting Date: 26th June, 2023
  • Bid Submission Start Date: 27th May, 2023
  • Bid Submission End Date: 08th August, 2023
  • Tender Opening Date: 09th August, 2023

Scope of Work:

  • Detailed Design and Construction of all Civil, Structural, including roof Structure, Entry/Exit structures, staircases, Foot over Bridge (FOB), and all other associated works for Platform & Concourse including design roof for Solar Panel installation in all structures.
  • Detailed Design and Engineering of all Mechanical, Electrical and Plumbing (MEP) works, Architectural finishes and Façade works, for Elevated and At-Grade BSRP Stations.
  • A brief narrative for corridor 2 stations has been presented below for a better understanding, as this document covers the station design criteria of only corridor-2 stations.

Corridor 2 Stations:

S. No.

Name of the Station

Typology

1

Benniganahalli

Interchange Elevated Station

2

Kasturi Nagar

At-Grade Station

3

Sevanagar

At-Grade Station

4

Banaswadi

At-Grade Station

5

Nagawara

At Grade Station (On raised formation)

6

Kanaka Nagar

At Grade Station (On raised formation)

7

Hebbal

At-Grade Station

8

Mathikere

Elevated Station

9

Yeshwantpur

Interchange Elevated Station

10

Shettyhalli

At-Grade Station

11

Mydarahalli 

At-Grade Station

12

Chikkabanavara

Elevated- Station

  • Stations will vary in complexity along the route and have been located by an interactive process influenced by ridership forecasts, interchange requirements with other modes, station spacing, alignment, utilities, road and pedestrian requirements, interfaces with developments and environmental considerations.
  • All stations shall be designed with 205-meter platform & Concourse length.

The Stations:

  • The Stations shall be designed for multimodal integration including linkage to stakeholder properties and facilities as shown. The stations shall be designed for ease of passenger flow.
  • The station’s design shall ensure the essential satisfactory quality of the Station layout by providing adequate space for the systematic and organized movement of passengers from the ground level entrances to the concourse and then up to the platform areas and onto the train coaches. The stations shall be designed to ensure the security of the passengers and the facilities at all times.
  • The design and construction of all the station structures including supporting structure, foundation, columns, beams, slabs, staircases, parapets, canopies, gutters (Thickness 3.15mm min), RCC Water Tank (Underground and Overhead), Entry-Exit Structures, construction and integration FOB connection to existing Metro/IR as shown in tender reference drawings and other ancillary structures etc to the limits shown on the Tender Reference Drawings.
  • The Contractor shall carry out geotechnical borehole soil investigation at every foundation location for the foundation (including pile) design.
  • All column foundations shall be designed and constructed as pile foundations. Where rocky strata permit, the Contractor may request the Engineer’s approval to provide open raft foundations. Permanent liners, if required, shall be provided.
  • Bore wells 2nos per station location ( to meet the operational requirement) with submersible pumps of required capacity, Cables, starter and necessary connection in main panel at each station and connection with suitable dia. GI/UPVC line from borewells to the underground water tanks with automated operation arrangement as approved by the Engineer.
  • Design and construction of lift shafts and escalator pits and other fixtures in station in coordination with respective system contractors including water proofing of lift pits and escalator pits as per specifications.
  • Internal and External Waterproofing in the underground structures, underground water tanks & overhead terrace tanks shall be with injection grouting, waterproofing plaster and finishing the tanks with Ceramic tiles.
  • Traffic crash barriers shall be provided to all piers, which shall include non-traffic roads.
  • Crash barriers shall be provided for Entry/Exit piers/columns which are adjacent to the Road  traffic.
  • The contractor shall maintain maximum stepping distance of 75mm at all stations platforms duly interfacing with other project partners (Rolling stock and track). If stepping distance exceeds 75mm, an alternative arrangement such as gap filler shall be provided. The material, specification, workmanship and methodology of the gap filler shall be approved by the engineer before execution.
  • For stations located over traffic roads protection installations shall be provided during construction to permit unimpeded traffic and pedestrian flow and damage to the Works. This protection shall be maintained until completion of all the station exterior finishing work. All working platforms shall be covered with suitable material to prevent any falls of equipment, materials and persons on to trafficked roads.

The design, and engineering of Architectural Finishes & MEP Works:

  • Detailed Design and engineering of all Architectural works (Front of House (FoH) and Back of House (BoH) in public and non-public areas which includes Concourse, Platform, Foot over Bridge (FoB), Entry/Exit, plaza area, roof sheeting; system rooms, masonry/block-work walls, mullions, tie beams, lintels, plastering including all Façade works including the required supporting structural elements etc., as approved by the Employer/Engineer:
    • MEP works in all stations and other station facility areas.
    • Water supply connections from Municipal Authority installations at all stations.
    • Clean and dirty water drainage connections to Municipality installations.
    • Public toilets at each station. The discharge shall be connected to the municipal sewage system and be in full compliance with the Authorities requirements. The Contractor shall fully coordinate and interface their drainage design and construction work with Project Partners.
    • Tack-up diesel generator rooms and generators at each station.
    • Design, Providing & Fixing of insert plates, bolts, support hangers for Systems and Façade.
  • The Contractor shall fully interface with Project Partner Contractors the size of System Technical rooms, all cut-outs, cable containment, corridors, earthing and Tetra and GSM tower requirements.
  • The Contractor shall ensure that installation routes are provided of sufficient size for the Project Partner Contractors proposed equipment. Rooms shall include as a minimum those shown in the Employer’s reference drawings.
  • During design and Construction stage, interfacing issues between viaduct and stations within the Contract package and with the adjacent Contracts / Project Partners is to be fully coordinated. In case of any discrepancy, the Engineer’s decision will be final and binding.

Eligibility:

  • All the tenderers shall provide the requested information accurately and sufficient details in section 3: Qualification information. The Joint Venture shall have to be formed prior to the Bidding.
  • Pre-qualification will be based on tenderers meeting all the following minimum pass–fail criteria regarding their general and particular construction experience, financial position, personnel and equipment capabilities, and other relevant information as demonstrated by the Tenderer’s responses in the Information Forms attached to the Letter of Technical Bid. Additional requirements for joint ventures are given in Para 2.2.

The following qualification criteria should be met by the intending tenderers:

  • Required average annual turnover (In all classes of civil engineering construction work only): The intending tenderer/firm/ company/Joint Venture should have achieved a minimum average annual construction turnover of ₹300 Crore in Five Financial Years from 2017-18 to 2021-22 (both inclusive).
  • The tenderers shall submit certificates to this effect which may be attested certificates from the concerned Departments/Client or Audited balance sheet duly certified by the statutory Auditor duly supported by audited balance sheet.
  • The Turnover certificate duly certified by statutory Auditor should be uploaded. Financial turnover of previous years will be given a weightage of 10% per year or part thereof up to the month previous to the Bid submission month as indicated in qualification information (Tender Forms) Form FIN-2 based on the rupee value to bring them to FY: 2022-23 price level.
  • The tenderer/Firm/Company/JV should have substantially completed at least one similar work of “Execution of Elevated/Underground/At grade stations, having substructure with pile / well/open foundations and RCC piers/columns and superstructure with precast, cast in situ works for Metro Railway/Railway/High Speed Railway/Regional Railway/Light Railway” of value not less than ₹300 Crore at FY: 2022-2023 price level in the five financial years (from FY 2017-18 to FY 2021-22- both inclusive) and till the last day of the month previous to the month of bid submission.

Notes:

  • The criteria above apply to the Individual tenderer/Firm/company/Joint venture also. Certificate regarding the same duly signed by an officer not below the rank of the Executive Engineer shall be submitted along with the Technical Bid. (The certificate from Project Manager of Client/Concessionaire OR Independent Engineer (Project Management Consultant of Client/Concessionaire) duly validated by the Employer/SPV/Corporation can also be considered).

Similar Work is defined as below:

  • Execution of “Similar Work” for this contract shall mean the work of Construction of Elevated/Underground/At grade Stations with piling/well/open foundations, substructure, super structure involving interface with various systems works for Metro Rail stations/Railway stations/High Speed Railway stations/Suburban Railway stations/Light Railway stations.
  • The contract is considered as substantially completed if 90% or more of the work is physically completed which is to be substantiated by a certificate from the Employer, who has awarded the contract to the Bidder and the contract amount so received should be equal to or more than the minimum value as per eligibility criteria 3.2 (b).
  • The certificate from Project Manager of Client/Concessionaire OR Independent Engineer (Project Management Consultant of Client/Concessionaire) duly validated by the Employer / SPV / Corporation shall also be considered.
  • For completed works, the value of work done shall be updated to current FY 2022-23 price level assuming 10% inflation for Indian rupees every year or part thereof up to the month previous to the Bid submission month.
  • The value of work done shall be inclusive of taxes, GST, duties and Price Variations. Credentials if submitted in foreign currency shall be converted into Indian currency i.e., Indian Rupee as under: Bids will be compared in Indian Rupees only.
  • The exchange rate of foreign currency shall be applicable 28 days before the tender submission date. For conversion of foreign currency to Indian Rupee exchange rates published by Financial Benchmarks India Private limited 28 (twenty-eight) days before the date of bid submission will be considered.
  • In case the particular day happens to be a holiday the exchange rate published on the next working day will be considered. In case of works in foreign currency the effect of inflation is considered as included, as the exchange rate prevailing 28 (twenty-eight) days before tender submission is being considered for conversion to Indian Rupees.
  • In case of JV/Consortium, full value of the work, if done by the same JV shall be considered. However, if qualifying work (s) done by them in a JV/Consortium having different constituents, then the value of work as per their percentage participation in such JV/Consortium shall be considered.

The complete documents can be downloaded from https://eproc.karnataka.gov.in


Source: K-RIDE- Tender | Image Credit (representational): K-RIDE