RITES invites tender for various works including aerial LIDAR survey for new semi high speed rail broad gauge line between Chennai Central and Bengaluru

RITES Limited, a Public Sector Enterprise under the Ministry of Railways, invites online e-tender for Aerial LIDAR survey and other field works for final location survey for New Semi High Speed Rail Broad Gauge Line (Design Speed 220 kmph & Operational Speed 200 kmph) between Chennai Central and Bengaluru (up to Byappanahalli Station), (approximately 350 km).

  • Tender Reference Number: RITES/RI/T&S/Chennai-Bengaluru/2023
  • Name of Work: Aerial LIDAR survey and other field works for final location survey for New Semi High Speed Rail Broad Gauge Line (Design Speed 220 kmph & Operational Speed 200 kmph) between Chennai Central and Bengaluru (up to Byappanahalli Station), (approximately 350 km).
  • Estimated Cost of Work: INR 1,69,16,956/-
  • EMD: INR 3,38,339/-
  • Period of Completion: 60 Days
  • Document Download / Sale Start Date: 04th Aug, 2023
  • Document Download / Sale End Date: 25th Aug, 2023
  • Bid Submission Start Date: 19th Aug, 2023
  • Bid Submission End Date: 25th Aug, 2023
  • Bid Opening Date: 28th Aug, 2023

Background of Services:

  • Background of Procuring Organisation and Services and impact on Procuring Organisation’s performance/ objectives;
    • RITES Limited, a Miniratna (Category-I) and Schedule ‘A’ Central Public Sector Enterprise under the Ministry of Railways, incorporated on April 26, 1974, is a multidisciplinary engineering and consultancy organisation, providing a comprehensive range of services from concept to commissioning in all facets of transport infrastructure and related technologies.
  • Purpose and Service Outcomes Statement;
    • The purpose of this survey is to carrying out Aerial LIDAR Survey and other field works for Final Location Survey for New Semi High Speed Rail Broad Gauge line (Design Speed 220 kmph & Operational Speed 200 kmph) between Chennai Central and Bengaluru (up to Byappanahalli Station) (approximately 350 km).
    • All the outcomes/Deliverables of this work should be as per technical specification.
  • The successful agency will be expected to complete the above work as per the scope mentioned in price bid and in conformity to technical specifications given in the document and various relevant codes and manuals of Indian Railways, BIS, other relevant organisations and best engineering practices. The work is required to be completed in the time frame mentioned in the tender document.

Scope of Services:

  • This contract is for the performance/ delivery of Services of the description, scope/quantum, performance standards and quality outlined in the contract during the contract Period specified therein. Unless otherwise specified, the Services shall conform to performance and quality standards as stipulated in the contract or as per best standards in the market, where not so specified.
  • The contractor shall deliver Services and submit the reports, deliverables, outputs, and documents stipulated in Format 1.1: Description of Services to the Procuring Entity.
  • The Services shall include all such work-elements not mentioned explicitly in this Contract, but that can be reasonably inferred from this Contract as being required for attaining Completion of the Services as if such items were expressly mentioned in this Contract.
  • Incidental Works/Goods: If so stipulated, the contractor shall be required to perform/ deliver specified incidental Works/ Goods as an integral part of the Services in the contract.

Detailed Scope of Work:

  • Establishing Ground Control Points and LIDAR survey Aerial LIDAR Survey using Aircraft/ Helicopter complemented with Aerial Photography and videography shall be carried out for the proposed Area of Interest (AOI) along the approved alignment between Chennai Central and Bengaluru (up to Byappanahalli Station).
  • Agency has to submit details of Survey of India control points which it intends to traverse to locations within 10 km of the approved alignment. The primary control points are to be provided within Government land as far as possible.
  • The locations identified for setting up the primary control points with an inter distance of 20km along the project alignment are to be submitted to RITES/Railway for approval. Agencies have to identify the locations of secondary control points within 5 km inter distance along the approved alignment.
  • Data shall be captured with reference to above Control points. The network is to be established along the approved alignment. Permanent structures or concrete pillars are to be established for control points.
  • To achieve required accuracy, contractors will have to establish additional ground control points as required, prior to flying. No additional payment will be made for this.

Broadly, the contractor would need to provide the following services:

  • Establishing Ground Control Points within Government land, wherever required, to achieve required accuracy. (Primary Control Points not exceeding 20 km intervals and Secondary Control Points not exceeding 5 Km intervals).
  • Procuring necessary clearances from DGCA & Ministry of Defence, Government of India, and other agencies for flying over the AOI to acquire raw LIDAR data, Imagery etc.
    • Preparation of flight Plan
    • Acquiring and pre-processing LIDAR data and digital imagery
    • Post-processing of LIDAR data to produce the following:
    • DSM
    • DEM
    • DTM
    • Topographical map
    • Orthophotos
  • Conducting Quality Control/ Quality Assurance (QC/QA) to establish correctness of flight operations
  • Validating horizontal and vertical accuracy has to be done by the agency in the presence of a Railway representative. The Contractor will provide required Survey Equipment-DGPS or advanced and Surveyors on his own cost including all other required assistance incidental to above validation check.
  • Compliance with other product requirements such as file naming, datum and projection, units etc.
  • Delivery of raw data on the end of each day of survey, other products and supporting reports.
  • Supply of two numbers of All in one Desktop PC (HP, DELL, ASUS) – i9/i7, 12th generation processor with minimum 32 GB DDR4 RAM, 1 TB SSD, Intel UHD 770/NVIDIA graphics card or higher along with windows latest operating system, with 3 years onsite warranty, to suit the verification and utilisation of all LIDAR processed data and outputs along with all licensed softwares (3D Civil/Autocad, Open Rail, Global mapper, Adobe Professional, and any other software required for the project) (except required for processing of LIDAR raw data) required for the project with validity for 1 year from the actual date of completion of the project.

Coverage of the Survey work:

  • The agency needs to work to cover all the scope work and details given here under. The survey is to be carried out with reference to the approved alignment between Chennai Central and Bengaluru (up to Byappanahalli Station).
  • The work will involve carrying out a data capturing for detailed Topographic Survey along alignment for 300m width in each side of the CL of the existing track corridor showing all building details and other ground features as per project requirement or as instructed by procurement officer.
  • The processing of data will be for 100 m width i.e. 50m either side of the approved alignment. For additional requirements of processing raw data already captured due to the final alignment away from approved alignment, during alignment design, Design of ROBs and Major Bridges, additional areas as per instructions of procurement officer will be processed and submitted covering all other outputs in CAD format.

The survey shall cover following features:

  • Built up line (and show setback as well) inclusive of all roads, road/rail track showing important structures with their height and story based upon local inquiry, all bye lanes, footpaths, dividers/central verges, roads, Railway/Metro Railway tracks, details of stations, trees, manholes & other structures, nallahs/canal, storm water drains, H.T., L.T. Transmission lines, vertical clearance of OH utilities etc. Bridges, ROBs/RUBs/FOBs with type and spans, ponds, HFL, Bed Levels (to be collected manually/physically), level X-ings with their type, traction masts, signal posts, location box etc; except stated otherwise, elsewhere in the contract.
  • Marking outer dimension of all built up areas along the corridor, and ownership such as private, Govt., residential and commercial etc. within survey limits. The secondary data shall be compiled from open source (Google Earth etc;).
  • The Auto CAD drawings shall have different layers for different entities like Road, Rail, Spot/Ground levels, Drain, Building, Boundary Wall, Over Ground Utility and Underground Utility, Tree, Traverse Station, ROB/RUB etc. as instructed by procurement officer. X, Y, Z coordinates of all spot/ground points shall be provided in CSV file as directed by procurement officer with point numbers and feature coding as per list of codes given by procurement officer. Z coordinates are to be taken with due care and indicated accordingly.
  • Location of approach roads, main roads, lanes etc. Showing road/lane name, carriageway, footpaths, central verge, drains and the widths of all the main and approach roads.
  • Details of land along the route and their uses such as residential areas, commercial areas, religious, parks, green areas, vacant lands etc and ownership private or government.
  • HFL of nearby existing bridges/railway stations will be collected correctly by the agency and submitted to the client.
  • Details of level crossings with their, manned or unmanned, Road-Over-Bridges (ROBs), Road-Under-Bridges (RUBs) and Foot-Over Bridges (FOBs), Railway Bridges, Culverts etc. with their structural details, angle of crossing and road & rail levels shall be provided as per LIDAR imagery.
  • Details of railway tracks along the existing alignment including take off points, curves transitions, crossings, switches and other details including electrical and signal structures with their distances from the existing railway tracks shall be provided as per LIDAR imagery.
  • Details of Religious structures such as Temple, Gurudwara, Mosque, Church, Monuments, Tombs, etc. clearly marking the Proposed Railway Center-line all along the corridor and giving cross reference of these structures with reference to the Proposed Railway boundary. The secondary data shall be compiled from open source (Google Earth etc;)
  • Traffic signals, light posts, bus stops, junction boxes (telephone and power), fire and water hydrants and others), transformers etc shall be provided as per LIDAR imagery.
  • Spot levels of terrain in minimum 20m grid and in addition at the change of the topography, critical levels including vertical clearances of Road-over-Rail and Road-under-Rail bridges, railway OHE facilities, top levels of (a) railway station buildings, (b) platforms and (c) both rails of each track shall be provided as per LiDAR imagery. Rail levels shall be recorded at 20m intervals.
  • Vertical clearances t o power line or telephone/telegraph lines at crossings of roads/railway line with in the Corridor (AOI)
  • Any other structure or details which the Agency may feel important and or as instructed by the procurement officer or his representative should also be added.
  • Contours at 0.5 m interval to be developed for the entire corridor. The output shall be delivered in DWG format.
  • Necessary jungle clearance for proper execution of the work, wherever required, shall have to be done by the contractor at no extra cost and client will provide the support in getting permissions for the same.
  • The following documents shall be maintained at site by the contractor and submitted to the client and will be considered as property of the client.
  • Traverse Register – Details of Ground Control Points traverse stations with location map by using DGPS
  • Report of the DGPS survey shall be provided with all easting, northing and elevation (connected to GTS) along with monogram and calculation reports.
  • Contractor shall prepare one set of Auto CAD drawings with approved legend on a suitable scale to print out on A0 size drawing with 5Km length per sheet showing all man-made and natural features.
  • Soft copies will also be supplied by the agency. The plan should have enough description of features and annotation so as to suffice the purpose of design of alignment. The contractor shall carry out physical verification of the plan prepared above with the help of hard copies using his own surveyors at site with the representatives of RITES/Railways
  • After making necessary corrections, as may be required, corrected hard copies of the plan shall be (Client’s representative and Contractor’s surveyor) tested and verified at site. Corrections, if any, shall be carried out by the contractor and final drawings in hard copy (duly signed) and soft copy shall be submitted to Client for design of alignment.
  • The sample template for above drawing has to be approved by Railways. The contractor should collect all the relevant land plans from State revenue officials. The authority will provide assistance to the contractor for collection of the details.

Eligibility:

  • Subject to provisions in the Tender Document, participation in this Tender Process is open to all bidders who fulfil the ‘Eligibility’ and ‘Qualification criteria. Bidder should meet the following eligibility criteria as of the date of his bid submission and should continue to meet these till the award of the contract.
  • Bidder shall be required to declare fulfilment of Eligibility Criteria in Form 1.2 (Eligibility Declarations). Bidder unless otherwise stipulated in TIS/ AITB:
  • A natural person, private entity, public entity (State-owned enterprise or institution),
  • Unless permitted explicitly in TIS/ AITB, not be (or proposes to be, a Joint Venture/Consortium (an association of several persons, firms, or companies – hereinafter referred to as JV/C).
  • A provider of the Other (Non-consultancy) Services offered with valid registration regarding GSTIN, PAN, EPF, ESI, Labour, Private Security Agencies, as applicable to the subject services.
  • Not be insolvent, in receivership, bankrupt or being wound up, not have its affairs administered by a court or a judicial officer, not have its business activities suspended and must not be the subject of legal proceedings for any of aforesaid reasons.
  • Including their affiliates or subsidiaries or Contractors/subcontractors for any part of the contract;
  • Not stand declared ineligible/ blacklisted/ banned/ debarred by the Procuring Organisation or its Ministry/Department from participation in its Tender Processes; and/or
  • Not be convicted (within three years preceding the last date of bid submission) or stand declared ineligible/ suspended/blacklisted/ banned/debarred by appropriate agencies of Government of India from participation in Tender Processes of all of its entities, for: offences involving moral turpitude in business dealings under the Prevention of Corruption Act, 1988 or any other law; and/or offences under the Indian Penal Code or any other law for causing any loss of life/limbs/property or endangering Public Health during the execution of a public procurement contract and/or suspected to be or of doubtful loyalty to the Country or a National Security risk as determined by appropriate agencies of the Government of India.
  • Not have changed its name or created a new “Allied Firm”, consequent to having declared ineligible/ suspended/ blacklisted/ banned/ debarred as above.
  • Not have an association (as a bidder/ partner/ director/ employee in any capacity) of any retired Manager (of Gazetted Rank) or any retired Gazetted Officer of the Central or State Government or its Public Sector Undertakings if such a retired person has not completed the cooling-off period of one year after his retirement.
  • However, this shall not apply if such managers/officers have obtained a waiver of the cooling-off period from their erstwhile organisation of the near relations of executives of Procuring Entity involved in this Tender Process.
  • Not have a conflict of interest, which substantially affects fair competition. The prices quoted should be competitive and without adopting any unfair/unethical/anticompetitive means. No attempt should be made to induce any other bidder to submit or not to submit an offer for restricting competition.

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): Konkan Railway