RITES invites tender for supply & erecting structural steel works & roofing for buildings & workshops for BMRCL metro depot at Challaghatta

RITES Limited, a Public Sector Enterprise under the Ministry of Railways, invites online e-tender for Supplying, fabricating & erecting structural steel works including roofing for pre-engineered buildings & workshops for proposed BMRCL metro depot at Challaghatta, Bangalore.

  • Tender Reference Number: RITES/BMCRL-CHALLAGHATTA/OT/01/2023
  • Name of Work: Supplying, fabricating & erecting structural steel works including roofing for pre-engineered buildings & workshops for proposed BMRCL metro depot at Challaghatta, Bangalore.
  • Estimated Cost of Work: INR 66.28 Crore
  • EMD: INR 01 Crore
  • Period of Completion: 09 Months
  • Document Download / Sale Start Date: 27th June, 2023
  • Document Download / Sale End Date: 18th July, 2023
  • Bid Submission Start Date: 08th July, 2023
  • Bid Submission End Date: 18th July, 2023
  • Bid Opening Date: 19th July, 2023

Scope of Work:

  • Before carrying out the work at site, necessary permissions from various local agencies/authorities/Road authorities such as BBMP, PWD, Traffic Police etc., shall be required to be obtained by the contractor. The Employer shall assist only by way of issue of necessary support letters.
  • Any services likely to be affected by the works must be temporarily supported by the contractor.
  • The work of temporarily supporting and protecting the public utility services during execution of the works shall be deemed to be part of the contract.
  • The contractor shall take all precautions for safeguarding the environment during the course of the construction. He shall abide by all laws, rules and regulations in force governing pollution and environmental protection that are applicable in the area where the works are situated. The contractor must take all necessary steps to ensure no nuisance or inconvenience during the construction of the works.
  • The levels, measurements and other information concerning the existing site as shown on the drawings are believed to be correct, but the contractor should verify them for himself and also examine the nature of the ground as no claim or allowance whatsoever will be entertained on account of any error or omission in the levels or strata turning out different during execution from what is shown on the drawings.
  • As regards errors, omissions and discrepancies in Specifications and Drawing, refer relevant clauses in GCC & SCC.
  • The levels, measurements and other information concerning the existing site as shown on the drawings are believed to be correct, but the contractor should verify them for himself and also examine the nature of the ground as no claim or allowance whatsoever will be entertained on account of any error or omission in the levels or strata turning out different during execution from what is shown on the drawings.
  • The construction programme and project monitoring is to be given as mentioned in General Conditions of Contract. The detailed programme has to be in the form of a quantified Bar Chart or MSP / Primavera activities from start to completion of the work.
  • Contractor shall be responsible for maintaining and keeping the road clean in the area of work and where construction machinery ply. Contractor shall ensure measures to minimise water, air, and noise pollution.
  • Contractor shall be responsible for all aspects of quality assurance, including testing of materials and other components of the work, as specified and as directed.
  • Contractor shall be responsible for clearing of site and handing over of all the works, as specified or as directed.
  • Contractor shall be responsible for maintenance of the completed Work during the maintenance period as directed.
  • Contractor shall be responsible for submission of completion (i.e. ‘As-Built’) drawings and other related documents as specified.
  • Where work is required to be carried out at locations adjacent to such roads, utilities, structures, monuments, religious structures, etc., suitable safety and protection arrangements will have to be ensured.
  • Nothing extra will be payable on these accounts. It should also be ensured that no damages caused to any such element and Engineer/ Employer shall be indemnified against such damage at no extra cost.
  • The work is to be constructed as per BOQ, Technical Specification, relevant Codes, and specification of MoRTH, CPWD, KPWD, drawings, best engineering practices and/or as directed by the Engineer.

Site Information:

  • The project site is located in Bangalore City. Bangalore is well connected to other parts of the country by Road, Rail and Air. It has an international Airport. The location of the work and the General site particulars are shown in the General Arrangement Drawings enclosed in the tender documents.

Brief Scope:

  • This contract is for construction of depot buildings comprising, pile/open foundation, Pile cap, columns, plinth beams, grade slab, RCC framed structure, Depot deck & Steel/PEB and other buildings.
  • Earthwork in filling ,retaining walls, precast RCC boundary walls, drains, cable ducts, roads, footpaths, paver block flooring, car parking, rain water harvesting system, STP, ETP, watch tower, overhead tank, UG tank, pump room & DG room, car wash plant, cross drainage arrangements, concertina wire/chain link fencing, sanitary and water supply arrangements, architectural finishing work of buildings, waterproofing of buildings, site development works, area drainage with all as shown on drawing, covered in BOQ & technical specifications.
  • Works to be performed shall also include all general works preparatory to the construction of depot d works of any kind necessary for the due and satisfactory construction, completion and maintenance of the works to the intent and meaning of the drawings adopted and technical specifications, to best Engineering standards and orders that may be issued by the Engineer from time to time, compliance by the agency with all as per Contract document.
  • The work content in this contract consists of, but not limited to, furnishing all labours, materials, equipment, tools, plants and necessary machinery as required to completely execute all the works relating to Construction of Depot.
  • The scope of work for EOT cranes, STP, ETP, WTP shall include Manufacture, supply, loading, unloading, transporting, installation, testing and commissioning. The warranty of minimum 24 months for the equipment supplied shall be under the scope of the Contractor.

The Scope of Civil & Structural works:

  • The scope of works shall, inter-alia, include the following but not be limited to mentioned below.
  • The tenderer must visit the site and acquaint himself with the local conditions before quoting. Site clearance which includes removal of debris, unserviceable soil, marshy soil, dismantling of any temporary structure, small shed etc.
  • All the trees and hoarding/buildings coming in the way of construction of the depot have to be cleared by contractor, cutting of trees/branches also may have to be done by the contractor for which payment will be made under relevant schedule of payment in pricing schedule. The respective contractor will make necessary arrangements for clearance as required.
  • True and proper setting out and layout of the works, benchmarks and provision of all necessary labour, instruments and appliances in connection therewith as specified and as directed.
  • Provision of cast-in-situ RCC columns, beams, slabs, staircases for depot and depot buildings and allied works like RCC concrete flooring and vacuum dewatering flooring etc.
  • Providing, fabricating and fixing MS members or to be used as fixtures supports / hangers etc. for system contractors.
  • Installing and fixing in position holding down bolts including making necessary templates as per approved drawings/ as per requirement. Grouting of anchor bolts with non-shrink compound. Supplying, pouring and packing non-shrink grout under base plates of columns, trusses etc.
  • Any other item of work as may be required to be carried out for completing the construction of depot, as specified in drawings including all necessary interface works with infrastructure contractors, track laying contractor, system contractors, etc. in all respects in accordance with the provisions of the Contract and/or to ensure the structural stability and safety during and after construction.
  • The Contractor shall submit a detailed work methodology for every item of work which shall be approved by the Engineer before carrying out the works.

The Scope of Pre-Engineered Buildings (PEB):

  • PEB work shall be carried out as per the terms of Technical Specifications for Buildings like Inspection bay, repair bay, ETU, stabling shed, internal cleaning bay, pit wheel lathe, car parking, watch tower shall be fabricated, supplied and erected by a specialist agency called subcontractor (PEB manufacturer) approved by the engineer.
  • All codes and standards for material, fabrication and erection shall generally be as indicated for structural steel work unless the specifications given herein under call for a deviation otherwise. Sub-contractor (PEB manufacturers) shall use Submerged Arc Welding for built-up sections, meeting the applicable requirements of the American Welding Society (AW. S) D1.1.98.
  • The agency responsible for fabrication and erection shall not be allowed to sub-let any of the activities/operations to another sub-agency in any way unless a prior written approval of the engineer is taken.
  • The sub-contractor for PEB work should have an ISO 9001 certification for manufacture of PEBs. Contractor shall submit all fabrication drawings for approval by BMRC prior to commencement of fabrication works.
  • The PEB structures and all other components of buildings need to be transported/shifted to the depot formation level and fixed as per the detailed drawings.

Eligibility:

Annual Financial Turnover:

  • The bidder should have achieved a minimum average annual financial turnover of Rs. 66.28 Crores during the last 3 Financial Years.
  • The Annual financial turnover shall be operating revenue (excluding Income from other sources) as given under the head “Revenue/Income” in audited Profit and Loss Account.
  • The Bidder should furnish Annual Financial Turnover for each of the last 3 Financial Years with average thereof in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criterion.
  • The Bidder should submit a self-attested copy of the Audited Balance Sheet and Profit and Loss Statement mentioning UDIN and Schedules, for the last three financial years. Provisional Audited financial statements or certified statements will not be accepted.
  • If the Audited Balance Sheet for the immediately preceding year is not available in case of a work for which the last stipulated date for submission of the bids is before 30th September or in case, Government of India extends the date of conducting of AGM/Filing of Balance Sheet beyond 30th September, audited Balance Sheets, Profit and Loss Statements and other financial statements of the three Financial Years immediately preceding the previous Financial Year shall be adopted for evaluating the credentials of the Bidder. These provisions are also applicable in cases where JV is permitted.

Work Experience:

  • For works in Normal Areas (other than Difficult Areas);
  • The Bidder should have satisfactorily completed or substantially completed in his own name or proportionate share as a member of a Joint Venture;
    • At least one similar work of minimum value of Rs.53.02 Crores, or
    • At least two similar works each of minimum value of Rs.33.14 Crores, or
    • At least three similar works each of minimum value of Rs.26.51 Crores during the last 7 (Seven) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut-off date shall not be considered.

Similar Works:

  • Similar Works shall mean the work of Construction of Pre-Engineered Buildings/Workshops / Depots/Warehouses/Factories carried out in India under a single contract (including additional work carried out under the contract).
  • In case the Bidder (Indian Company) wishes to rely on a work completed abroad, the value of such completed work in foreign convertible currency shall be converted into Indian Rupees.
  • The conversion rate shall be decided by RITES based on the rates of currency on the date of completion of work (the bidder to also submit the currency conversion rate as on completion date of the Credential Certificate relied upon by the bidder for the purpose of work experience).
  • Further, such a bidder (Indian Company) should have also completed at least one Similar work of value minimum 40% of estimated cost of work, in India in the last seven years prior to the last stipulated date for submission of the Bids.

Tender documents may be downloaded from CPPP website https://etenders.gov.in/eprocure/app and from RITES website https://www.rites.com/


Source: RITES- Tender | Image Credit (representational): BMRCL