Pune Metro Update: Tender invited for licensing of spare Optical Fibre Cable (OFC) and space for Fibre Cable at elevated viaduct and underground tunnel

Maharashtra Metro Rail Corporation Limited (MMRCL) has invited tenders for Licensing of Spare Optical Fibre Cable (OFC) and Space for Fibre Cable at elevated viaduct and underground tunnel on lease in Pune Metro Rail Project.

  • Tender Reference Number: P1TL-04/2023
  • Name of Work: Licensing of Spare Optical Fibre Cable (OFC) and Space for Fibre Cable at elevated viaduct and underground tunnel on lease in Pune Metro Rail Project.
  • EMD: INR 12 Lakh
  • Document Download Start Date: 14th March, 2023
  • Document Download End Date: 29th March, 2023
  • Pre-bid Meeting Date: 21st March, 2023
  • Bid Submission Start Date: 14th March, 2023
  • Bid Submission End Date: 29th March, 2023
  • Bid Opening Date: 29th March, 2023

Objectives:

  • To augment non-operational revenue of Maha-Metro through licensing of spare fibres on lease basis and space to place additional optical fibre cable on J-hanger in the Pune metro network.
  • Pune metro network being passing through dense traffic area and most sought-after location for having optical fibre network for mobile operators, Maha-Metro intends to license the spare fibres and space to place additional optical fibre cable in the Pune metro network.
  • To provide value addition to the Telecom Industry by utilizing the spare fibres and space available in Pune metro network.
  • To promote Maha-Metro as the Infrastructure Provider (IP-1) and to contribute to the Telecommunication Network of Pune metro.

Scope of Work:

Leasing of OFC:

  • Licensing of Spare Optical Fibre Cable (OFC) at Elevated Viaduct and Underground Tunnel on Lease in Pune Metro Rail Project, subject to the terms and conditions specified in the Bid Document / Draft License Agreement and the guidelines stipulated herein.
  • Maha-Metro is offering 20 pairs of spare fibres on lease basis and length of fibre, as per Bid Form-XII. Bidder has the option to quote for:
  • For any no. of Fibre pair (out of available 20 pairs) for lease period of minimum 3 years & maximum 20 years, or
  • For all 20 fibre pairs for a lease period of 20 years.

Leasing of Space:

  • Licensing of Space for laying of Fibre Cable at Elevated Viaduct and Underground Tunnel (total 31 Km) on Lease in Pune Metro Rail Project, subject to the terms and conditions specified in the Bid Document / Draft License Agreement and the guidelines stipulated herein.
  • Under this scope, the Contractor will get right to lay OFC on hangers at viaduct space and side wall of tunnel for 20 years and to lease services / dark fibres to telecom operators (Vodafone, Idea, Airtel, Jio etc.) and non-telecom operators for other needs (Wi-Fi, local internet operator etc.).

Licensee shall be responsible for the following activities:

  • Appoint competent nodal officers to interact with nodal Maha-Metro representatives to bring clarity in understanding of spaces, coordinate and implement decisions taken.
  • Operate, manage and maintain the entire leased space. All the maintenance activity shall be carried out under the supervision of Maha-Metro.
  • Obtain all approvals, permits, etc. from all competent and required authorities, including different tiers of government, statutory, local, civic authorities, DoT etc. at its own cost.
  • Comply with all statutory requirements in connection with License Agreement.e) Ensure regular and timely payments of all amounts due to Maha-Metro and discharge all obligations as per License Agreement.
  • Payment of all statutory taxes, local levies, statutory dues, etc. (except property tax which shall be borne by Maha-Metro) as and when due shall be on the licensee’s account.
  • GST and surcharge thereon, as applicable from time to time, shall be paid by the Licensee.
  • Licensee shall also adhere to the procedure of Maha-Metro regarding release of electric supply and specification of materials to be used for electric supply, Air-conditioning work, Fire Protection System, Fire NOC as detailed at Annexure-5 and Cables Specification as per Annexure-6.

Eligibility:

Technical Eligibility:

  • For demonstrating eligibility (the “Technical Eligibility”), the Bidder shall be required to fulfil the following qualification criteria:

For leasing of OFC:

  • The Bidder should have a minimum 3 years’ experience of leasing of Fibre, as on 28 days prior to the deadline for submission of bids.

For leasing of Space for laying of OFC:

  • The bidder should have executed Fibre Laying Project for more than 500 KM cumulatively, for various telecom Opcos / PSU etc., as on 28 days prior to the deadline for submission of bids.
  • The Bidder should have operation and maintenance (O&M) experience of maintaining leased OFC Fibre and managing the SLA, for a minimum of 200 KM of Optical Fibre Cable cumulatively, as on 28 days prior to the deadline for submission of bids.
  • The Bidder should have minimum 3 years’ experience of laying of Fibre, as on 28 days prior to the deadline for submission of bids.
  • In case of JV/Consortium, the above needs to be fulfilled by the lead member.
  • The Bidder must have Access Service License / IP Registration Certificate issued from Department of Telecommunication or should be duly government authorized agency or a telemarketer / OSP (other service provider) providing services through authorized telecom service provider, failing which the offer of Bidder shall be considered technically invalid and shall not be considered at all.
  • The Bidder shall be required to submit the declaration for the purpose of regulatory compliances as per format given as Bid Form – IX along with supportive documents.
  • Credentials of parent company can be considered, subject to the submission of the Parent Company Guarantee and Parent Company Undertaking by the Bidder as per the attached format in Bid Form- XVI.
  • The bidder shall be required to submit experience certificate duly issued by the client or CA in case of own Leased Network built, as per Bid Form-III.

Financial Capacity:

  • For demonstrating eligibility of the bidder (the “Financial Capacity”), the Bidder shall be required to have the following qualification criteria:
  • Average Annual turnover in the last 3 (three) financial years immediately preceding the Bid Due Date (i.e., FY 2019-20, 2020-21, 2021-22) as certified by the Statutory Auditor of the Bidder (in terms of rupee equivalent adjusted to the last date of the financial year that ended on or before 31.03.2022) of INR 4.64 Cr. (Rupees Four Crore SixtyFour Lakh only).
  • Net Worth at the end of the Financial Year immediately preceding the Bid Due Date (FY 2021-22) of INR 15.44 Cr. (Rupees Fifteen Crore Forty-Four Lakh only) as certified by the Statutory Auditor of the Bidder (in terms of rupee equivalent adjusted to the last date of the financial year that ended on or before (31.03.2022).

Notes:

  • The Turnover and Net worth Certificate(s) shall be submitted as per the format provided at Bid Form-III which shall be duly signed by its Statutory Auditor specifying the Average Annual Turnover for the last 3 (three) financial years immediately preceding the Bid Due Date (FY 2019-20, 2020-21, 2021-22) and the Net-worth of the Bidder as on 31st March 2022.
  • Bidder shall submit its duly audited Financial Statements such as Cash Flow Statement, Balance Sheet and Profit and Loss Account for the preceding 3 (three) financial years immediately preceding the Bid Due Date (FY: 2019-20, FY 2020-21 and FY 2021-22).
  • In case audited financial statements of Financial Year 2021-22 is not available, the Bidder should submit a provisional balance sheet and/or financial statements duly certified by Statutory Auditor.
  • Weightage of 5% (Compounded annually) for Indian currency and 2 % per year for foreign currency shall be given for equating the financial turnover of the previous year to the current year.
  • In case of a Bid by a JV/Consortium of firms, for the purpose of evaluation, each member’s contribution towards the turnover shall be considered in the same ratio of their participation in the JV/Consortium. Credentials of parent company can be considered, subject to the submission of the Parent Company Guarantee and Parent Company Undertaking by the Bidder as per the attached format in Bid Form- XVI.
  • In jurisdictions that do not have statutory auditors, the firm of auditors which audits the annual accounts of the Bidder may provide the certificates required under this document.
  • For assessment of the eligibility of the Bidders, the financial year as applicable in the country of origin of the Bidders would be considered. The ‘last financial year’ will be the latest financial year that ended on or before 31.03.2022.
  • In case of foreign currency for assessment of the eligibility of the Bidders, the Exchange (Selling) Rates shall be taken from the rates issued by the FBIL (Financial Benchmarks India Pvt Ltd) at the close of business 28 (twenty-eight) days before the latest date of Bid submission. In case this particular day happens to be a holiday, the exchange rate at the opening of the business FBIL on the next working day will be considered.

Sale of document, e-payment procedure, submission and other details are available on MAHA-Metro (Nagpur) E- tender portal under section in e- tenders. https://mahametrorail.etenders.in


Source: Pune Metro- Tender| Images Credit (representational): Pune Metro