Section A NIT
Section A NIT
1.
2.
3.
The Tender document will be available for sale from 11.00 to 17.00 hours on all working days
The tender documents can be obtained from the Registered Office of BMRCL, Bangalore on a
non refundable payment as mentioned above through Demand Draft or Pay-Order in favour of
Bangalore Metro Rail Corporation Ltd. payable at Bangalore.
The intending Tenderers are required to submit all the credentials and information as required
in the Tender documents with the requisite EMD amount as mentioned above at the time of
submission of the Tender.
Page 1 of 4
From:
Managing Director
Bangalore Metro Rail Corporation Ltd.
3rd Floor, BMTC Complex, KH Road,
Shantinagar, Bangalore-560027
INDIA
Name of Work:
Proposed Construction of Elevated Structures of length 6.524 km (approx. Ch.18404 to
Ch.24929) from Puttenahalli Cross station dead end EP 128 to Anjanapura Township Station
and further viaduct for Depot lines including 5 Nos. of Elevated Metro Stations viz. Anjanapura
Road Cross Station, Krishna Leela Park Station, Vajarahalli station, Thalaghattapura station
and Anjanapura Township station in the extension of south side of N-S Corridor of Bangalore
Metro Rail Project, Phase-2.
Tender Identification:
BMRCL/PHASE2/R4EXTN/R4b Via & Stns/2014
NOTICE INVITING TENDER: Section-A
1. Bangalore Metro Rail Corporation Ltd. (BMRCL) invites sealed tenders from eligible qualified
tenderers for the Construction of Elevated Structures of length 6.524 km (approx. Ch.18404 to
Ch.24929) from Puttenahalli Cross station dead end EP 128 to Anjanapura Township Station
and further viaduct for Depot lines including 5 Nos. of Elevated Metro Stations viz. Anjanapura
Road Cross Station, Krishna Leela Park Station, Vajarahalli station, Thalaghattapura station and
Anjanapura Township station in the extension of south side of N-S Corridor of Bangalore Metro
Rail Project, Phase-2, including Station building, platform, platform covering, concourse,
Subways, and Stations and Viaduct portion for the track, transition spans for Bangalore Metro Rail
Project. The General Scope of the work is provided in paragraph in Instructions to the Tenderers
(ITT) and the detailed description of work is provided in Employers Requirement-Scope of Work
for Viaduct and Station building works separately in the Tender Document.
2.
Key Details:
Approximate cost of work
Tender Security amount
Completion period of the Work
Tender documents on sale
Last date of Seeking Clarifications
Pre-bid Meeting
Date & time of Submission of
Tender
Date & time of opening of Tender
Authority and place for purchase of
tender documents, seeking clarifications
and submission of completed tender
documents
Page 2 of 4
2. The tender documents priced at Rs. 1, 50,000/- (Rupees one lakh and fifty thousand only) can be
obtained from the office of Managing Director, BMRCL, BMTC Complex, III Floor, K.H. Road,
Shantinagar, Bangalore - 560027. Payment shall be made in the form of demand draft or pay
order in favour of Bangalore Metro Rail Corporation Ltd. Payable at Bangalore.
3. POINT TO BE NOTED
a. Works envisaged under this contract are required to be completed in all respects within the
period of completion mentioned above.
b. Source of Funds: BMRCL Phase II is Joint venture of Govt of India and Govt of Karnataka.
This project is being executed under the aegis of Govt of India and Govt of Karnataka.
BMRCL has approached several financial institutions for the funding of Phase II project like
Kreditanstalt fr Wiederaufbau, a German Govt owned development bank and Agence
Franaise de Dveloppement (French Development Agency) a public institution providing
development financing. The project is likely to be funded by KFW, AFD and other agencies.
Also, negotiations are under process with JICA/WB/ADB for funding.
Financial Package.
5. The contract shall be governed by the documents listed above and, Standard Codes, MORTH,
CPWD, Karnataka PWD specifications as applicable. (Also refer Para 1.2.4 under scope of
work for order of preference etc.)
Page 3 of 4
6. Tender documents are available on payment of a non-refundable fee of INR 1,50,000/(Rupees One lakh and fifty thousand only) in the form of crossed demand draft issued from an
Indian Schedule Bank (excluding Co-operative Banks) or from a Schedule Foreign Bank as
designed in Section-2 (e) of RBI Act-1934 read with Second Schedule drawn in favour of
Bangalore Metro Rail Corporation Limited, payable at Bangalore.
7. All Tenderers are hereby cautioned that tenders containing any deviation from contractual
terms and conditions, specifications and other requirements, same as provided for in the
Instructions to Tenderers and / or minor deviation without quoting the cost of withdrawal shall
be considered as non-responsive and shall be liable for rejection.
8. On opening of the sealed Outer Tender envelope (envelope No-4), it will be checked
whether it contains sealed envelope containing Tender Security (envelope No-1),
Eligibility cum PQ Criteria and Technical Package (envelope No-2) and Financial
Package (envelope No-3) separately or not. IN CASE THEY ARE NOT SEPARATE /
SEALED PROPERLY, THE BID OF THE SAID TENDERER SHALL BE SUMMARILY
REJECTED. For further details, refer clause C-9 and clause D-17 of Instructions to
Tenderers.
9. Late tenders (received after date and time of submission of bid) shall not be accepted under
any circumstances
10. Applicant must not have been blacklisted or deregistered by any govt. agencies or public
sector undertaking during last 5 years. Also the applicant must not have resiled after award of
contract.
11. Tenders shall be valid for a period of 150 days from the date of submission of Tenders and
shall be accompanied with a tender security of the requisite amount in the form of a Bank
Guarantee described in paragraph 13 of the Instructions to Tenderer.
12. A firm after purchase of the tender documents in their name can submit the tender either as an
individual firm or as a joint venture/consortium.
13. The Tenderer shall have and fulfill the minimum requirements specified in Para -2 of
Instructions to Tenderers and Para-3.1, 3.2 and 3.6 of Qualification Requirements and
Evaluation Criteria described in Qualification Document.
14. BMRCL reserves the right to accept or reject any all tenders without assigning any reasons.
No tenderers shall have any cause of action or claim against BMRCL for rejection of his
Tender.
Chief Engineer/R4
For Bangalore Metro Rail Corporation Ltd
Page 4 of 4