Kochi Metro Update: Tender invited for design and construction of terminal at Mattancherry for Kochi Water Metro project

Kochi Metro Rail Limited (KMRL) has invited online bids (e-Tender) under two packet systems from eligible applicants for Design and construction of terminal at Mattancherry (Phase 1; Stage- 1C) for Kochi Water Metro project (KWMP), Kochi, Kerala.

  • Tender Reference Number: KMRL/PROC/TENDER/2022-23/126
  • Name of Work: Design and construction of terminal at Mattancherry (Phase 1; Stage- 1C) for Kochi Water Metro project (KWMP), Kochi, Kerala.
  • Tender Value: INR 12,29,00,000 Crore
  • EMD: INR 11 Lakh
  • Period Of Work: 301 Days
  • Document Download / Sale Start Date: 10th December, 2022
  • Document Download / Sale End Date: 30th January, 2023
  • Pre–bid Meeting Date: 23rd December, 2022
  • Bid Submission Start Date: 12th January, 2023
  • Bid Submission End Date: 30th January, 2023
  • Bid Opening Date: 01st February, 2023

General:

  • The scope will comprise all those works & services which are necessary to achieve the construction of all the identified facilities and associated enabling works for the “Mattanchery Terminal on design and build basis” including detailed engineering designs in full compliance with the applicable Indian standard, codes and best industry practices.

Scope of Work:

  • The scope of work will also include such other related works although they may not be specifically mentioned and all incidental items not specified but reasonably implied & necessary for the completion of the terminal works as a whole as per the RFP requirements & as directed by the Employer / Engineer.
  • The Works under this Contract include detailed Engineering design & Preparation of GFC drawings, procurement and construction of passenger terminal works at Mattanchery, which is being undertaken by Kochi Metro Rail Limited for establishing the water metro infrastructure facilities in Kochi, Kerala.
  • The following major items of works are to be executed under this Contract;
  • Hindrance removals, dismantling & demolition of existing structures, site clearing & removal and disposal of wastes Design & Construction of;
  • Passenger terminal building (Pre-Engineered Building), fixed RCC platform and associated facilities including a night parking jetty plan area(31.2m x2m) with 2 approach walkways from the terminal.
  • RR masonry Shore protection works of length 75 m for Mattancherry terminal.Finsished levels as marked in the tender drawings
  • External development works of the terminal including landscaping and paved pathways with kerb with proper drainage provisions.
  • MEP and HVAC works including commissioning and testing.
  • Providing a rainwater harvesting system.
  • Underground sump (100m3 capacity) and biodigestor(8m3 capacity) with a dispersion trench.
  • Masonry compound wall of length 40m and height 2.1m,Chain link fence of length 101m and height Installation of an aquarium.
  • Statutory signages relevant to the terminal to be provided.
  • The Contractor to carry out routine load test (dynamic load test) as per Codal provisions Alterations, diversions of existing utility services as required and installation testing and commissioning of new utility Services
  • Statutory approvals from the respective department. (EIG) and liasioning with KSEB and submission of application as per the KSEB requirement at various stages. Initial and Final Fire NOC during various stages of construction.
  • Obtaining Permanent power service Connection and water service connection from KSEB and KWA respectively for the terminal in coordination with the respective government departments.
  • Arranging & providing of Temporary power connection through UPS for system related testing & commissioning works and the same shall be kept available by the Contractor until the permanent power connections for the terminal is obtained.
  • Rectifications / repair works necessary for the whole scope of works during defect liability period.
  • Proper housekeeping and proper material handling (including storage) for all Civil & E & M Materials during construction stage and DLP period shall be in the scope of the Contractor. The Contractor shall keep the work area neat and clean during the construction and post construction (during DLP period).
  • The Contractor shall submit the DLP organogram, escalation matrix, asset management plan etc. for the approval of the Engineer/Employer.
  • Provisions for Mobile / laptop charging to be provided in the passenger waiting area. 16A sockets to be provided at various locations of terminals for utility/housekeeping requirements.
  • Minimum 1 No of Slow Charging Socket for boats with DG backup shall be provided. The capacity of the slow charger is 50 kW. It shall be placed in the floating pontoon.
  • UPS being a critical power supply source, shall have indications /alarms on SCR. The wiring, indication, annunciation shall be in the scope of the Contractor.
  • The contractor shall interface with the ITMS, PCS AFC and Pontoon contractor from the design stage onwards for providing the necessary interface works.
  • The design and drawings of prefabricated or pre- engineered buildings shall be certified by any government approved structural agency after submitting to the Engineer in charge for approval. On approval of structural drawings, the shop drawings prepared by the contractor shall be verified by the Engineer before submitting to the Employer for approval of construction.

Scope Of Design:

General Alignment drawings:

  • Basis of the layout shown in Drawing KWM-KT-AR-MAT-DWG-003. The Contractor shall prepare & submit Updated Architechural drawing for the approval of the Engineer.

Data Collection and Review:

  • The Contractor in parallel shall correlate and evaluate available data such as waves, currents, water, bathymetry, geotechnical etc.

Design Basis report:

  • The Contractor shall prepare a design basis report based on the design criteria given in the tender. The document shall include updated Architectural floor plan,section ,structural beam layouts at different floor levels, the design loads and load combinations proposed to be considered for design of the terminal and associated facilities

Detailed Design:

  • The Contractor shall carry out the detailed design based on the approved basis of design. The detailed design shall present the detailed engineering calculations on the stability and structural design of the terminal and the associated facilities from the foundation to the superstructure as per the design criteria.
  • The goods for construction drawings shall be prepared for approval of the Employer / Engineer as indicated in Sub-Section 4.0.
  • The Contractor shall provide the detailed design, plan, GFC drawings, specifications, notes, annotations, and information required in such sufficient formats, details, extent, size and scale and within such time as may be required to ensure effective execution of Works and/or as otherwise required by the Employer / Engineer.
  • On approval of the goods for construction drawings the same shall be certified by any govt approved structural agency.
  • The shop drawings will be prepared by the contractor based on the vetted drawings and shall be verified by the Engineer before submitting to the Employer for approval of construction.
  • The Contractor holds himself, and his designers as having the experience and capability necessary for the design. The Contractor undertakes that the designers shall be available to attend discussions with the Engineer and the Employer at all reasonable times during the Contract Period.
  • The Contractor shall ensure the design warranty for the design life specified.

Employer’s Requirement:

  • The Employer’s Requirements are that the Contractor shall carryout the detailed engineering Design based on the concept layouts, Procurement of materials and Construction of the Terminal as outlined in Scope of Work, Design Criteria, Specifications and Approved GFC Drawings.
  • The Contractor shall carry out the detailed engineering design & prepare good for construction Drawings of works for all the items under the Contract. The design and drawings will be submitted to the Engineer for approval.
  • After approval by the Engineer the structural design is to be verified and approved by a thirdparty Government agency under the responsibility of Contractor. The same shall be submitted for the final approval of the Engineer / Employer basis on which the works will be executed by the Contractor.
  • The location of facilities, Finished Floor levels / Ground level, alignment, size of facility provided in tender drawings will be governing unless mentioned otherwise. However, the existing bed levels and sub-soil conditions for construction shall be as per actual site conditions which are to be verified and ascertained by the Contractor
  • The detailed scope of Works / Items of works covered under this RFP for construction are described for the terminal and associated facilities in subsequent sections.
  • The following broad heads shall be deemed to be a part of preparatory works & general works to the execution of Works under this Contract and no separate payment shall be made by the Employer for the same. The following are not exhaustive and Contractors scope shall include all such additional requirements mentioned elsewhere in this RFP.
  • Since the Works are on Design and Build contract basis, the items / components / approvals /surveys and investigations not specifically mentioned but are required for design & execution and proper functioning of the Works shall be deemed to have been considered and included in the  quoted price of the bid submitted by the Contractor.

Site Information:

  • The Contractor shall visit the construction site during bidding stage and examine himself thoroughly the site information & condition and satisfy himself as to the nature of the existing roads or other means of communications, the character of the soil / soil profile, the extent and magnitude of the work and facilities for obtaining materials and shall obtain generally his own information on all matters affecting the execution of the work.
  • No extra charges made in consequence of any misunderstanding or incorrect information on any of these points or on the grounds of insufficient description will be allowed.
  • All expenses incurred by the Contractor in connection with obtaining information for submitting this tender including his visits to the site or efforts in compiling the tender shall be borne by the tenderer and no claims for reimbursement thereof shall be entertained.

Terminal Building Architectural & Civil -Scope of Works:

  • The terminal building shall be over marine cast in situ pile foundation with suitable driving method according to the soil condition. The diameter and length of the pile shall be as per the Contractor’s structural design & GFC drawings to be approved by Engineer / Employer.
  • Temporary soil filled platforms are not allowed as a method of Construction for executing the substructure works.
  • Steel liner of suitable thickness and depth shall be provided as per soil profile & design requirement
  • Pile caps/Pile muff will be precast as per the approved design
  • Plinth/Grade beams will be precast R.C.C as per the approved design.
  • Precast R.C.C Structural slab of suitable thickness with necessary stitching concrete suitable shall be provided as per approved design.
  • Necessary base plates with anchoring bolts for installation of Prefab steel columns to be placed at required levels as per the approved design.

The Electrical work requirements are listed below:

  • The scope of works includes all Design, engineering, getting permits, supply,installation, testing and commissioning of the power distribution system and back- up power system for the Boat terminal in complete and ready to operate.
  • The Power supply distribution system and back-up power system aims to ensure continuous power supply of the facilities, buildings and other equipment inside the Boat terminal.
  • Planning for tapping-off of power as per the requirement of the terminal electrical loads from the KSEB tapping point (External Electrical works).
  • The Contractor scope of work commence from the tapping point of KSEB and complete survey, design, supply, installation, testing and commissioning of the DP structure/RMU, Cables, metering panel (HT & LT), transformer etc. as per the KSEB requirement including liasioining with KSEB, getting approval from KSEI etc. shall be in the scope of the Contractor. The scope shall include paying of necessary supervision charges for the KSEB.
  • Preparation of the detailed design calculations like fault level calculation, earthing & lightning calculations, lighting calculation, equipment sizing calculation, relay co- ordination calculation etc.
  • The Contractor shall carry out soil resistivity test and earthing system design shall be done based on the soil resistivity value obtained.
  • Planning and design of Terminal Transformer along with the necessary civil works and distribution to the various load centres such as Lighting (indoor and outdoor), HVAC, Fire Fighting system, Water supply system, Fire Fighting system, ITMS, AFC, PCS, CCTV system etc.
  • Sizing of cables, DG set, HT & LT Panel Boards, capacitor panels, Battery charger, UPS and preparation of Cable Schedules (HT, LT & Control Cables).
  • Design, Fabrication, Supply, Installation Testing & Commissioning of RMU, HT Multi-panel, LBS, HT VCB Panel Boards, Terminal Transformer, Compact substation (if any), DG sets, HT/LTcables, Control  cables, LT Panel Boards and Distribution Boards, earthing system,lightning protection, wiring system, UPS system, Battery chargers, Light fixtures including street lights, High mast (if any) etc.
  • The HT VCB panel shall be designed, supplied and installed by the Contractor in Electrical room. The HT VCB panel shall have one incomer and three outgoing feeder. The HT VCB panel is dedicated for the Boat charger application. However,the Boat charger will be supplied and installed by another contractor.
  • Space for Boat charger transformer, Boat charger LT VCB panel, Boat charger LT Panel shall be considered in the Electrical room by the PEB contractor. The Boat Charger Contractor will tap the supply from the HT VCB panel outgoing feeder. HT VCB panel shall be provided with one number earthing truck.
  • Terminal transformer shall be of dry type and shall be placed near the LT metering panel. Open concrete trench shall be provided up to the metering panel as per the KSEB requirement.
  • The HT/LT cables shall be of aluminium or copper cable of FRLS type. The cable of conductor size 10sq.mm and below shall be of copper and cable of size 16sq.mm and above shall be of aluminium.
  • Cables which are running inside the building shall be laid on cable tray or raceways based on the  design requirement. The cables which are running in the external area shall be directly buried if the cable runs on the unpaved area. The cable which are running below the paved area shall be routed through the HDPE pipe.
  • Pulpit of suitable size shall be provided at 30meter interval and wherever the cable changes its direction. Route marker shall be provided at 30meter interval and wherever the cable changes its direction. Cable which are running below the road shall be protected through the HDPE pipe.
  • The contractor shall design, supply and install EV charger infrastructure as described in the tender document. The EV charger infrastructure up to the EV charger isolator DB in the parking area shall be supplied and installed by the Contractor. The EV charger contractor will tap the supply from these isolators. Supply and installation of EV charger is not in the scope of PEB contractor.
  • The LT Panel Boards shall be installed inside the Electrical room. The main LT panel board shall be provided with a CO2 flooding system. The main LT panel board shall be provided with Auto Transfer Switch(ATS) to transfer between the EB and DG set.
  • Main Incoming LT panel Board (Terminal switch Board) shall have suitable rated feeder provision to connect the solar output from the Solar Inverter. Solar panel and related equipment up to the inverter is not covered in this scope.
  • The PEB Contractor shall provide fixing provisions for solar panels such as fixing structural frame, maintenance ladder etc. Suitably to mount the solar panel on the roof of the terminal building, roof of parking bay.
  • Electrification inside the building including electrical fixtures. All the Indoor and outdoor light shall be of LED type. The contractor shall design, supply and install the lighting system to meet the minimum lux level mentioned in the design criteria or elsewhere in the tender document. The conduits inside the building shall be of concealed type. The minimum diameter of the conduit shall not be less than 25mm.
  • Design, supply, installation, testing and commissioning of indoor/outdoor DBs insuitable location near the load centre to distribute power to lights, fans, exhaust fans, sockets etc. as per the design requirement. Outdoor lights shall be controlled by a timer controlled weatherproof outdoor feeder panel.
  • The indoor common area lights shall be controlled by timer controlled indoor DB. The utility rooms light fans shall be controlled by PIR sensors. Toilet exhaust fans shall be controlled by PIR sensors.
  • Critical lighting system with UPS backup to be provided in the Building (at least 20% of lighting load). The UPS shall be placed inside the Electrical room.
  • 100% UPS backup for all extra low voltage services and Critical lighting. The UPS shall be 100% parallel redundant (1+1) with servo voltage stabilizer. The capacity of the UPS shall not be less than 20 kVA. Battery shall be provided with suitable ventilation as per the manufacturer recommendation. Backup power supply shall be met through one DG set. The lighting load, powerload, UPS load.

MEP Scope of Works & Employer’s Requirements:

  • The scope of the work covers, design, supply of materials, installation, testing, commissioning and obtaining statutory approval from the local fire authority for the complete fire protection system at the proposed water metro terminal station of KMRL.
  • The scope of work, in general, shall include the following:
  • Fire Fighting Pumps, panels and all accessories including panel electrical works.
  • Fire Hydrant (Down comer & Hose reel) System including all accessories.
  • Fire Alarm system ( MOEFA)
  • Public address system including Talkback (Two Way communication) if required only (as per latest local statutory fire checklist requirements)
  • Fire Signage’s & Evacuation Plans
  • Fire Extinguishers (Portable and Modular Types)
  • Fire fighting related Hand Appliances
  • Obtaining NOC/Approval/Completion Certificate from the Fire Officer both Initial and final.
  • Submission of fire shop drawings and as built drawings (Firefighting & Alarm System)

Eligibility:

  • The Bidding procedure is open to all bidders who meet the eligibility criteria.
  • A bidder or a group of entities in the form of a Consortium/Joint venture their respective personnel (including their sub-contractors, suppliers, manufacturers) and affiliates, shall not be any person or entity under a declaration of ineligibility for been found engaged in ‘corrupt, fraudulent, collusive, coercive or undesirable’ practices in accordance with ITB 3
  • The Bidder for qualification may be a single entity or a group of entities in the form of a Consortium/Joint venture (hereinafter called “CONSORTIUM/JV”), coming together to construct the Works. However, no Bidder applying individually or as a member of a CONSORTIUM/JV, as the case may be, can be a member of another CONSORTIUM/JV Bidder.
  • The term Bidder used herein would apply to both single entity and CONSORTIUM/JV. The Bidder must note that he can neither participate nor get awarded either as a single entity or as a Consortium/JV Member in this bid process, if the Bidder has already entered into Contract Agreement for more than one package / Contract for Construction of Terminals for Kochi Water Metro Project with the Employer.
  • Subcontractors may participate in the capacity as Specialised Subcontractor in more than one  Bid. It is the responsibility of the Bidder to obtain necessary confidentiality / secrecy undertaking from such subcontractors.
  • Bidders which are in the process of corporate debt restructuring are not permitted to submit the bid till their debt restructuring issues are resolved with the Banks/Institutions as of the deadline of bid submission. The statutory auditor’s certificate in this regard shall be furnished with the Bid (refer to Exhibit-5)
  • A bidder shall not be under suspension from bidding by the Government (“the Government” means Central/State Government in India, or any entity controlled by it, or Government of the country where the Bidder or in case the Bidder is a CONSORTIUM/JV, member(s) of the CONSORTIUM/JV, is/are incorporated) as a result of the execution of a bid securing declaration.
  • A bidder which has been barred by the Government of India , or State Government where the firm is incorporated, and the bar subsists as on the bid submission date, would not be eligible to submit bid either individually or as member of a CONSORTIUM/JV.
  • In regard to matters relating to security and integrity of the country, the Bidder / any Member of  the CONSORTIUM/JV should not have been charge-sheeted by any agency of the Government of India or any State in India or convicted by a Court of Law.
  • No investigation, related to security and integrity of the country, by a regulatory authority should be pending either against the Bidder / any Member of the CONSORTIUM/JV or against Bidder’s CEO or any of its directors/ managers/ employees.

Tender Documents and any additional information can be downloaded from website http://etenders.kerala.gov.in


Source: KMRL- Tender | Image Credit (representational): KMRL