MPMRCL invites tender for design and construction of elevated viaduct & five elevated metro stations at various locations for Indore Metro Rail Project

The Madhya Pradesh Metro Rail Corporation Limited (MPMRCL) has invited e-tenders for the work of Part design and construction of elevated viaduct, five (5) elevated metro rail stations (viz. Shaheed Bagh, Khajrana Chauraha, Bengali Chauraha, Patrakar Colony & Palasia Chauraha) and ramp between chainages 31+755 to 34+898.061 & 3+669.547 to 5+862 for Indore Metro Rail Project.

  • Tender Reference Number: 614/MPMRCL/2023/Package IN-04
  • Name of Work: Part design and construction of elevated viaduct, five (5) elevated metro rail stations (viz. Shaheed Bagh, Khajrana Chauraha, Bengali Chauraha, Patrakar Colony & Palasia Chauraha) and ramp between chainages 31+755 to 34+898.061 & 3+669.547 to 5+862 for Indore Metro Rail Project.
  • Completion Period: 1092 Days
  • Estimated Cost: INR 495.32 Crore
  • EMD: INR 4,95,00,000/-
  • Document Download / Sale Start Date: 28th March, 2023
  • Document Download / Sale End Date: 16th May, 2023
  • Pre Bid Meeting: 19th April, 2023
  • Bid Submission Start Date: 09th May, 2023
  • Bid Submission End Date: 16th May, 2023
  • Bid Opening Date: 17th May, 2023

Scope of Work:

  • This scope of work is to be read in conjunction with the Employer’s Requirements set out in all the Tender Volumes.
  • Part Design and Construction of elevated Viaduct, Obligatory Spans, ramps, all Civil, Structural, Plumbing, Architectural, including roof structures except roof sheeting (PEB) works, Water Supply, Sanitary Installation and Drainage Works, Entry/Exit, Foot Over Bridges (FOB), viaduct within station, plumbing works within the stations, Viaduct and Station structure Earthing & Bonding, and provision for Solar Panel installation, for all Six (5) Elevated Metro Rail Stations (Shaheed Bagh, Khajrana Chauraha, Bengali Chauraha, Patrakar colony and Palasia Chauraha) between Chainages 31+755 to 34+898.061 & 3+669.547 to 5+862 of yellow Line.
  • Station names are tentative and are likely to undergo change as per the approval of GoMP.
  • The design and construction of the Works shall be developed in accordance with the Employer’s Requirements and the Contractor’s Technical Proposals.
  • The Works shall be designed for minimal maintenance through a 100-years operation life.
  • The Contractor shall provide all the software confirmed in the Employer’s requirements in a timely manner to permit the Engineer to review the Contractor’s submissions.
  • All the works in this Contract are covered under Schedule ‘A’, Schedule ‘B’, Schedule ‘C’, Schedule ‘D’ and Schedule E.
  • The Schedule ‘A’ shall include Design and Construction of Metro Elevated Viaduct, Obligatory Spans, ramps, all Civil, Structural, including roof structures except roof sheeting  (PEB), Water Supply, Sanitary Installation and Drainage Works, Entry/Exit, Foot Over Bridges (FOB), viaduct within station, and provision for Solar Panel installation, for all Six (5) Elevated Metro Rail Stations (Shaheed Bagh, Khajrana Chauraha ,Bengali Chauraha ,Patrakar colony and Palasia Chauraha ).” for the Indore Metro Rail Project.
  • The Schedule ‘B’ shall include Design and Execution of all Architectural Finishing works in public and non-public areas which includes Concourse, Platform, Foot over Bridges (FoB), Entry/Exit structures, Ancillary structures, Water Storage Tanks, Pump rooms, DG Room Pick-Up and Drop off bays for other modes of transport, Foot Path, Plaza area, Roof sheeting; System Rooms; construction of masonry/blockwork walls, fixing of doors, windows, glazing, louvers and fire doors, mullions, tie beams, Lintels, Internal and external Plastering, Painting & cladding, Flooring & Ceiling, Making provisions of Cable Ducts, Cut outs, Trenches and Making good the affected areas etc, complete as approved by the Employer/Engineer.
  • The Schedule ‘C’ shall include Design and Execution of Façade works including the required supporting structural elements as approved by the Employer/Engineer.
  • The Schedule ‘D’ shall include item rate component for miscellaneous works.
  • This Schedule ‘E’ consists of Provisional Sum provided for the other miscellaneous works which are encountered during execution of the Works, like the works/ activities pertaining to relocation/ shifting/ removal of all the “Underground Utilities” and other utilities, which came in existence after the Base Date and any civil works required for completion of work.
  • The Contractor shall be responsible for getting approval, coordination and supervision of execution of works pertaining to relocation/shifting/removal of above and below ground utilities, through respective Utility agencies.
  • The payment for these approvals will be made directly by the Employer to the respective Utility agencies. The Contractor will be entitled for payment for coordination and supervision charges for the executed works as defined in the Pricing Document (Volume VII). Any delay in completion of these works shall not relieve the Contractor’s obligation and it shall be at Contractor’s own risk and cost.
  • The Schedule ‘A’ shall include Design and Construction of Metro Elevated Viaduct (Guideway), Obligatory spans, Special spans, Metro Stations, all Civil, Structural, Roof Structure, Water Supply, Sanitary Installation and Drainage Works Entry/Exit, FOB, viaduct within station, Transition spans and provision for Solar Panel installation as detailed in the Employer’s Requirements, including but not limited to:
  • Progressive Design Assurance (including Design Workshops and Design Gate Review with the Engineer and Project Partners);
  • All site survey and setting out work;
  • Site clearance and establishment of the site boundary;
  • Offices for the Employer/Engineer, and the continuing maintenance and attendance;
  • Casting yard and materials laboratory;
  • Location of underground utilities through trial trenches at all pier/column and foundation locations;
  • Utility retention/protection;
  • Geotechnical investigation at all piers/columns of Viaduct/guideway and stations foundation locations;
  • Ground treatment as and where required;
  • Viaduct and station foundations, substructure, superstructure and platform roof;
  • The provision of noise barriers in urban areas at deck level;
  • Obligatory and special spans foundations, substructure and superstructure;
  • Construction interface with station structures;
  • Ramps to UG section;
  • Viaduct and station drainage requirements;
  • Shear connectors for track plinth and crossovers;
  • Station Entry/Exit, Subways and Foot Over Bridge (FOB) structures;
  • Multimodal commuter facilities at Entry/Exit Plaza level;
  • Provisions for cut outs in the stations required for services in coordination with various Project Partners (system contractors);
  • Interface, coordination and finalisation of design with Project Partners;
  • Provision for the installation and maintenance of Solar Panels on the Station Roof (supply and installation of solar panels to be carried out by Project Partner);
  • Provision for installation and maintenance of Telecom Tetra Towers at stations and GSM Towers at each station or at a location to be approved by the Engineer (supply and installation of Telecom Tetra Tower and GSM Towers to be carried out by Project Partners);
  • Provision for installation and maintenance of vertical and horizontal transportation within stations and entrances (supply and installation of lifts, escalators and travellators to be carried out by Project Partners);
  • Providing and fixing MS/RCC staircases with railing at both ends for up and down lines for approaching the viaduct track bed from station platform as per tender drawings. All MS structures shall be painted with Epoxy paint of approved colour;
  • Design, Fabrication, Supply and Erection of Pre-Engineered Building (PEB) roof Structure over platforms and trackway, Entry/Exits, FOB, any other structures including supporting columns, rafts, purlins, Gutter etc., all complete including making provision for “first fix” Cable trays, structural arrangement for Passenger Information Displays (PIDs), Clocks, Cameras, Signage, solar panels etc,
    • Façade loading shall be considered in the design;
    • Provisions for Façade supporting structure;
    • Access to the station roof for maintenance and cleaning;
  • Provision for installation and maintenance of Traction Power, Signalling & Telecommunication, Automatic Fare Collection and Passenger Screen Door/Gate equipment (equipment to be supplied and installed by Project Partners);
    • Temporary traffic diversion management;
    • Road widening/permanent diversion works wherever required;
    • Site reinstatement including median (width including pier and crash barrier) final landscaping and roadworks;
    • Site health and safety management;
    • Fire rating requirements as per relevant NFPA codes;
    • Site security management;
    • Environmental management;
    • Quality management;
    • Training of the Employer’s Personnel;
    • Shared work access to Project Partners;
    • Rainwater Harvesting as approved by employer
  • Demolition and disposal of all resultant demolition materials for all structures including buildings, drains or any other structures, to facilitate the construction of the works under the Contract, including backfilling any part of the void created with suitable material and reinstate the area to match with the surrounding ground level.
  • For stations located over road, a temporary arrangement is to be made for providing a working platform at suitable height so that traffic can run below it, unhindered and safety of road use is to be ensured.
  • This arrangement shall be maintained till completion of work. The working platform has to be covered with suitable material so that nothing falls on the road. A detailed scheme is to be submitted for approval before start of work.
  • Temporary staging with loading deck shall be provided by the civil contractor to facilitate erection of Panels, equipment etc. of Project Partners (system contractors) at multiple stations at same time;

Power supply for Viaduct Lighting and Maintenance sockets:

  • The Contractor shall design & construct Viaduct and all Metro Stations including but not limited to; foundations, piers/columns, concourse, platform, technical rooms, paid and unpaid areas, station entrances, provision for lift & escalators shafts and the rail track guideway (viaduct) including the station finishing of all public and nonpublic areas, system rooms, internal & external finishes, roads, footpath, plazas, ancillary structures, entry/exit structures and FOB.
  • The Contractor shall carry out geotechnical borehole soil investigation for foundation design at every pier/column location.
  • The Contractor shall carry out a Rail-Structure Interaction (RSI) study.
  • The Contractor shall fully coordinate and interface their design and construction work with those prepared by Project Partners.
  • The Contractor shall carry out detailed designs either in-house or shall engage a competent Detailed Design Consultancy firm (DDC) for this project.
  • Available GFC drawings of parapet and RCC Cable trays will be issued to the Contractor by the Employer / the Engineer. Any modification required to suit the Contractor’s methodology shall be within Contractor’s scope.
  • The Employer will engage an independent Design Verification Engineer (DVE) who shall independently verify / proof check the Design and Engineering outputs produced by the Contractor / their DDC/s at every stage.
  • The DDC / Contractor shall coordinate with DVE in the design approval process and obtain approval for all design and engineering outputs produced either by DDC or sub-contractor or the Contractor. The approval of the design shall be obtained from the Engineer.
  • Design and engineering outputs produced by the Contractor / their DDC/s shall be checked, evaluated and validated by DVE before submission to the Engineer to obtain their approval for construction/production.
  • These checks, evaluations and approvals must be documented and reported (communicated) to the Engineer as directed. The quality of the design work must be validated by the DVE at each stage of design submission.
  • All Design and engineering changes must be reviewed, verified and validated as appropriate, and approved by DVE before submission to the Engineer.
  • The Design of all temporary works / structures shall be done by the Contractor DDC. This shall be proof checked by a third party, to be engaged by the contractor before submission to the engineer for record.
  • The Contractor shall ensure that on or before the seventh day of each month to issue a written report to the Engineer, covering the status of all designs checked during the preceding month. The format of the DVE’s monthly reports shall be approved by the Engineer.

Viaduct:

  • The Viaduct and the Station aesthetics (“Look and Feel”) have an impact on the passengers and the general public. The architectural design principles shall include order and balance, proportion, simplicity, clarity or function, colour, form, texture, and how they complement each other.
  • The principal aesthetic design factors shall fashion the visual basis upon which the balance of the appearance is built:
    • Principal Aesthetic Design Factors shall be;
    • Superstructure type and shape;
    • Vertical and horizontal geometry and their relationship to the surrounding environment;
    • Pier placement and shape to maximum sight lines;
    • Interaction between the station and its surroundings and environment;
    • The Station aesthetics shall showcase the heritage and culture and or history of the City.
  • Special /Obligatory/Railway spans shall be approved by the relevant Authority. Any minor changes/iterations in the design process required by the respective statutory authority shall be at Contractor’s own risk and cost.
  • The Contractor shall design & construct Viaduct (Guideway), Guideway within the stations, including immediate structures adjacent to Station
  • The Contractor shall design & construct all viaduct, obligatory spans and special spans including the foundations, sub-structure and superstructure, namely; piles, pile caps, raft foundations, piers, pier caps (cross-heads), bearings, shear keys and the guideway.
  • The Contractor shall carry out utility location trial trenches at every foundation location. The Contractor shall use the trial trench investigation to confirm the span configuration and where possible to minimise utility diversions.
  • The General arrangement drawings, design and launching scheme of all spans/FOBs crossing Railway tracks shall be approved by the Indian Railway Authority.
  • Open or Pile foundations shall be adopted for Viaduct and Station Piers/Columns considering maximum height of the structure.
  • Foundations of viaduct or stations shall be coordinated with proposed/existing PWD flyovers along the Metro alignment.
  • The Contractor shall Design and Construct Abutments at Viaduct ramp end interfacing with Project Partners. The design shall ensure proper connection and waterproofing with immediate structure. The joint shall be capable of Water bars shall be provided for walls and foundation shall be designed and constructed.
  • The Contractor shall design and construct obligatory spans atmajor intersections.. The Contractor’s General Arrangement Drawing and design shall be approved by the concerned Authority.

Eligibility:

  • This is an “International Competitive Bidding” e-tender and all proprietorship firms,  partnership firms, companies, corporations, consortia or joint ventures who are involved in execution of this type of work and those who fulfil the financial soundness and work experience criteria and other requirements laid down in Eligibility cum Qualification Criteria and/or in this document are eligible to participate. Tenders are open to nationals of all countries.
  • Tenderers shall not have a conflict of interest. All tenderers found to have a conflict of interest shall be disqualified. Tenderers shall be considered to have a conflict of interest with one or more parties in this tendering process, if:
    • A tenderer has been engaged by the Employer to provide consulting services for the preparation related to the procurement of or on the implementation of the project;
    • A tenderer has any associates/ affiliates (inclusive of parent firms) mentioned in subparagraph (a) above;
    • A tenderer lends, or temporarily seconds its personnel to firms or organisations which are engaged in consulting services for the preparation related to the procurement of or on the implementation of the project, if the personnel would be involved in any capacity on the same project; or
  • The impartial and objective exercise of the functions of the Employer, or the respect of the principles of competition, non-discrimination or equality of treatment with regard to the procurement procedure or contract, is compromised for reasons involving family, emotional life, political or national affinity, economic interest or any other shared interest.
  • The concept of conflict of interest covers any situation where staff members (or consultants acting on  behalf of the Employer who are involved in the conduct of the procurement procedure or may influence the outcome of that procedure have, directly or indirectly, a financial, economic or other personal interest which might be perceived to compromise their impartiality and independence in the context of the procurement procedure or contract execution.

Tenderers may download the tender documents from the official e-portal https://etenders.gov.in/eprocure/app


Source: MPMRCL- Tender