Kochi Metro Tender Update: M/s Sabhari Electricals & Leela Electric Power Services Pvt. Ltd. (JV) bag contract for development of non-motorised transport with electrical works from Aluva to Edappally Junction

Kochi Metro Rail Limited (KMRL) has issued a Letter of Acceptance (LoA) to M/s Sabhari Electricals & Leela Electric Power Services Pvt. Ltd. JV for Development/improvement of Non-Motorised Transport (NMT) initiatives of Kochi Metro Rail Limited – Package A (Electrical Works) from Aluva to Edappally Junction.

  • Tender Reference Number: KMRL/PROC/TENDER/2023-24/020
  • Name of Work: Development/improvement of Non-Motorised Transport (NMT) initiatives of Kochi Metro Rail Limited – Package A (Electrical Works) from Aluva to Edappally Junction.
  • Accepted Contract Amount: INR 20,36,92,190/-
  • Work Completion Period: 240 Days

In June 2023, the KMRL invited a tender for Tender Number: KMRL/PROC/TENDER/2023-24/020

Background:

  • The National Urban Transportation Policy (NUTP), launched in 2006 and revised in 2014 by the Ministry of Housing and Urban Affairs (MoHUA) aims at providing better mobility and sustainability by focusing on people’s mobility. The policy flags the urgent need of providing a transportation system that is seamlessly integrated across all modes and provides first mile as well as last mile connectivity.
  • The Non-Motorized Transport (NMT) modes are important & integral elements of urban transport worldwide and have to be given their due place in the transportation network. Keeping this vision, the Government of Kerala intends to develop NMT infrastructure with financial aid from “French Development Agency” (AFD).
  • Understanding the significance and functioning of NMT Projects, Kochi Metro Rail Ltd. (KMRL) under its Non Motorized Transport (NMT) & Station Oriented Development (SOD) initiatives intend to develop NMT Networks at identified locations along the Metro Rail Corridor.

General Features of the Project:

  • The Key features includes design, Supply, Erection, Testing and Commissioning of RMU, 11KV HT and 1.1kv LT cable, LED Street lights and walkway lights with CCMS (Web based centralised street light controllers)”.

The indicative scope of work includes but not limited to:

  • Electrical poles to be dismantled – 190 no’s
  • New electrical poles to be supplied and installed – 306 no’s
  • DP structure/ transformers to be dismantled – 65 no’s
  • New RMU to be supplied and installed – 42 no’s
  • Walkway light poles (3.5 metre) to be supplied and installed – 800 no’s
  • LED street light/walkway light poles (7 metre/5 metre) to be supplied and installed – 700 no’s

Project Objective:

  • The prime objective of this contract is to design and develop NMT components like pedestrian footpaths, street lighting, Walkway lighting, Underground Utility conversions, junctions/open space development along the identified corridors, providing street furnitures and dustbins etc and maintenance of the assets developed for a period of 5 years (further extendable to 5 years). The successful contractor shall perform the work to the standards, within the time stipulated by the contract.
  • The work under this contract shall consist of but not limited to all materials, labour, equipments, tools, plants and necessary machinery as required to completely execute all the works relating to construction and maintenance of footpath along with the electrical works and shall be paid on item rate basis under relevant heads of schedule of BOQ.

Scope of Works:

Electrical utility shifting & Street lighting Works:

  • The scope of work under this contract shall include design, supply, erection, shifting/modification, testing & commissioning of HT/LT equipment’s, laying of 11kv HT & 1.1KV LT cable, ABC conductors, and HT/LT OH lines dismantling and Design, Supply, laying, testing and commissioning of street light poles including LED luminaires.
  • Conducting the Site survey, Preparation and submission of proposal drawing in consultation with various stakeholders associated with the electrical utility shifting and street light work.
  • Approval of the proposal drawing and HT/LT equipment by employer and stakeholders.
  • The work shall include Design, supply, laying, erection, shifting/modification, testing & commissioning of HT/LT equipment’s, ABC conductors, cables and lines of KSEB
  • Design, Supply, laying, testing & commissioning of 11kv HT/LT cables and ABC conductors.
  • Design, Supply, erection, testing & Commissioning of SCADA compatible RMUs with metering panel and ADD on module RMU.
  • Construction of DP structure and shifting and re-erecting of existing transformer installation including DTR metre fixing.
  • Dismantling and handing over of Raccoon, Rabbit and Weasel conductor at various locations.
  • Procurement of equipment as per the approved specification from the KSEBL/Employer approved sources.
  • Handle and resolve interface issues, in coordination with the Employer / KSEBLtd/KMRL Electrical Contractor to ensure timely completion of the Works.
  • Installation plan and method statements for installation works to be prepared and submitted to KMRL.
  • Shifting of existing Transformer and RMU to re-erect the suitable location.
  • Supply and erection of LT/HT/A poles with concrete foundation as per standard
  • Road cutting permission as per G.O.(Ms)No.59/2020/PWD dated 30/07/2020, traffic diversion permission and all similar permissions as required.
  • Construction of concrete pedestal/Pillar for erection of Transformer.
  • Dismantling of OH lines and associated poles can be returned to KSEBL.Receipt of the handing over material shall be submitted by KMRL.
  • Supply, Installation, Testing and commissioning of 11kv HT/LT Cables through cable trench with Core cutting for cable entry/exit and cable mounting and connecting with cable clamps, bolts, nuts, terminal protectors etc including cost of materials.
  • Providing earthing for poles and supports, pillar boxes, panel structures, Transformers including supply of material and erection as per the relevant standards.
  • Dismantling and re-erecting OH LT Connections of Consumers.
  • Dismantling and re-electing (without damage) LT/HT OH line including stay, strut, cross arms, insulators, including all materials at nearest HT/A pole as per standards and directions of officers.
  • Supply, laying, testing and commissioning of LT Distribution Cable to Consumer Premises. Obtaining clearance of Electrical inspector of Kerala, Govt, PTC clearance and other clearance as required and submit the same to the office.
  • Supply, Erection, testing and commissioning of LT/HT equipment, Obtaining approval of Electrical inspector of Kerala, and submitting the same to the office.
  • Preparation and submission of as built CAD Drawings
  • There will be no additional payments for preparation of Working drawings, GFCs, and for Conducting Topographic Survey
  • To ensure that all required safety measures are taken during the execution of work.
  • The contractor shall verify the arrangement of the KSEB scheme and relevant standards.
  • Handing over the commissioned system to the concerned agency and that are reusable/handing over the balance materials to the agency concerned (KSEB)/ obtaining and submission of acknowledgement of receipt of the same to KMRL office.
  • Transporting and stacking of dismantled materials at the stacking place as per direction of officers of KMRL/KSEB/using those materials.
  • Provision of all the construction drawings, documents & manuals, and as-built drawings, Cable Schedule, circuit diagrams, wiring diagram etc. required to supply, install, test and commission the above installations.
  • Dismantling and re-erecting the street light fixtures with all accessories in nearest LT/HT poles.
  • Procurement of street light poles ,Fixtures and LED luminaires as per the approved specification as per direction of employer.
  • Design, Supply, laying, testing and commissioning of street light poles including LED luminaires.
  • Handle and resolve interface issues, in coordination with the Employer / KSEB Ltd/KMRL Electrical Contractor to ensure timely completion of the Works.
  • Road cutting permission, traffic diversion permission and all similar permissions as required.
  • The contractor shall verify the arrangement of the KSEB scheme and relevant standards.
  • Providing Earthing for street light poles including supply of material and erection as per the relevant standards.
  • Providing support structures for the advertisement board. Proposal drawing drawings to be prepared by the Contractors and submitted for approval of the Employer’s representative before execution.
  • Obtaining clearance of Electrical inspector of Kerala, PTCC clearance, obtaining electrical connection from KSEB, obtaining NOC for availing electrical connection from corporation, Municipality and other clearance as required and submit the same to the office.
  • Providing Passenger Vehicle with 24 hrs service for site visits/ inspection including driver and fuel costs.
  • There is a possibility of some of the items not getting mentioned in the above list of works of stations.
  • Contractors are requested to go through the tender drawings also in detail as the works mentioned above as well as indicated in the tender drawings would be considered inclusive in the scope of work under lump sum quoted price. Employer decision shall be final in this regard in case of dispute.

Eligibility:

  • Joint Venture (JV)/Consortium is permitted for this Contract.

Financial Capabilities:

  • The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as INR 7.04 Cr. for the subject contract(s) net of the Bidder’s other commitments
  • The Bidder shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments
  • The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) financial years shall be submitted and must demonstrate the current soundness of the Bidder’s financial position.
  • The Bidder’s financial position will be deemed sound if at least two (2) of the following four (4) criteria are met:
    • Average earnings before interest, taxes, depreciation, and amortisation (EBITDA) for any three out of last five Financial years ending in March 2022 > 0;
    • Total equity (net worth) for any three out of last five Financial years ending in March 2022 > 0;
    • Average liquidity ratio for any three out of last five Financial years ending in March 2022 > 1. ((Current assets) / (Current liabilities) > 1);
    • Average indebtedness ratio for for any three out of last five Financial years ending in March 2022 < 6
    • Minimum average annual turnover of Rs.28.17 crores for any three out of last five Financial years ending in March 2022.

Specific Construction & Contract Management Experience:

  • The bidder must possess a Valid Class A electrical contractor licence of appropriate voltage issued by the Licensing Board of Kerala State OR any two different States in India, under CEA regulation/Relevant Rules as amended from time to time.
  • Note 1): Copy of the valid Class A electrical licence/s as above need to be submitted along with the bid document.
  • In case, the Successful Bidder is having valid Class A Licence from two different states, but not having Class A Licence from Kerala, it shall ensure obtaining of valid Class A contractor licence from Licensing Board of Kerala State within 30 days of LOA and at any rate before the start of site activities.
  • Obtaining License and Statutory clearance /fulfilment of relevant rules and conditions prescribed by Kerala state government Electrical Inspectorate/ Licensing Board of Kerala State shall be the sole responsibility of the successful bidder. Failure in this regard will lead to cancellation/termination of contract.

LED street lighting with CCMS panel (Web based centralised street light controllers):

  • Experience in successfully/substantially completing at least one contract of similar works (LED street lighting with CCMS panel (Web based centralised street light controllers) of at least Rs. 10.78 crores during the last Seven years ending May 2023, or
  • Experience in successfully/substantially completing at least two similar works (LED street lighting with CCMS panel (Web based centralised street light controllers) of at least Rs 6.74 Crores during the last Seven years ending May 2023, or
  • Experience in successfully/substantially completing at least three similar works (LED street lighting with CCMS panel (Web based centralised street light controllers) of at least Rs 5.39 Crores during the last Seven years ending May 2023.

Specific Experience for HT & LT Electrical installation /OR HT & LT utility shifting work:

  • Experience in successfully/substantially completing at least one contract of similar works (HT & LT Electrical installation /OR HT & LT utility shifting work) from the same contract* submitted for 4.2 b(i) or any other contracts of at least Rs. 4.24 crores during the last Seven years ending May 2023, or
  • Experience in successfully/substantially completing at least two similar works (HT & LT Electrical installation /OR HT & LT utility shifting work) from the same contract* submitted for 4.2 b(i) or any other contracts of at least Rs 2.65 Crores during the last Seven years ending May 2023, or
  • Experience in successfully/substantially completing at least three similar works (HT & LT Electrical installation /OR HT & LT utility shifting work) from the same contract* submitted for 4.2 b(i) or any other contracts of at least Rs 2.12 Crores during the last Seven years ending May 2023.

Source: KMRL- Tender Update | Image Credit (representational): Kochi Metro