ALL INDIA RAIL SAFETY COUNCIL

BANGALORE METRO UPDATE: TENDER INVITED FOR ERP DEVELOPMENT, IMPLEMENTATION AND SUPPORT SERVICE FOR 5 YEARS

Rail e-Security Solutions




Bangalore Metro Update: Tender invited for ERP development, implementation and support service

for 5 years


Bangalore Metro Update: Tender invited for ERP development, implementation and support service for years

Januay, 2023 Rail NewsTender

Bangalore Metro Rail Corporation Ltd., (BMRCL) invites open Bid from eligible, reputed and experienced Consultants (JV/Consortium Not Permitted) for ERP development, implementation and support service for 5 years.

§  Tender Reference Number: BMRCL/IT/01/2023

§  Name of Work: ERP development, implementation and support service for 5 years.

§  EMD: INR 16 Lakh

§  Completion Period: 12 Months

§  Document Download / Sale Start Date: 12th January, 2023

§  Document Download / Sale End Date: 11th February, 2023

§  Pre-bid Meeting: 04th February, 2023

§  Bid Submission Start Date: 12th January, 2023

§  Bid Submission End Date: 17th February, 2023

§  Tender Opening Date: 17th February, 2023

Introduction:

§  Bangalore Metro Rail Corporation Ltd (BMRCL) is the Special Purpose Vehicle (SPV) of the Government of Karnataka and Government of India implementing Bangalore Metro Rail Project.

§  BMRCL’s Phase-I of the project comprises of East-West corridor (Purple line) between Baiyappanahalli and Mysore Road stations of approximately 18.10 Km and North-South corridor (Green Line) between Nagasandra and Yelachenahalli stations of approximately 24.20 km. The total length of Phase-I of the project is about 42.30 Km with 40 stations.

§  The two corridors cross at a common interchange station namely Kempegowda (previously known as Majestic) which is a two-level station. The mode of traction power is 750V DC Third Rail bottom collection. The track is of Standard Gauge (1435 mm). On the Purple Line, a maintenance depot along with full workshop facilities is located at Baiyappanahalli, adjacent to the Baiyappanahalli Station.

§  On the Green Line, a depot is located at Peenya and connected to the main line between Peenya Industry and Jalahalli Cross stations. An integrated Operation Control Centre (OCC) for both the corridors is located at Baiyappanahalli Depot and a Back-up Control Centre (BCC) is located at Peenya Depot. Phase-I of the project was commissioned in June 2017.

§  Further, BMRCL is proceeding with the implementation of Phase-II of the project. The sanctioned Detailed Project Report (DPR) of Phase-II envisages extension of existing two corridors viz. East-West (Purple line) and North-South (Green Line) Corridors comprising elevated sections and construction of two new lines Reach-5 and Reach-6.

§  The East-West Corridor is extended from Baiyappanahalli to ITPL-Whitefield in the East end and from Mysore Road to Challaghatta in the West end. Similarly, the North-South Corridor is extended from Nagasandra to Bangalore International Exhibition Centre (BIEC) in North end and from Yelachenahalli to Silk institute (Previously known as Anjanapura Township) in south end. South extension is commissioned in January-2021 and west extension up to Kengeri Station is commissioned in August 2021.

§  An elevated new line of about 18.82 km from R V Road to Bommasandra (Reach-5) and a new line of about 21.25 km from Kalena Agrahara (previously known as ‘Gottigere’) to Nagawara (Reach-6) is being constructed under Phase-II of the project. Reach-5 is fully elevated with 16 stations and Reach-6 has an underground section of approximately 13.75 km with 12 stations and elevated section of about 7.50 Km with 6 stations.

§  The works of Phase-II project are under progress and the complete network is expected to be commissioned by the year 2023.

§  The purpose of this Tender is to engage the Vendor to develop and implement the ERP system in BMRCL as per the requirements mentioned in the scope of works is further elaborated in Appendix-A of Section-VI. 

§  The Tender can be submitted by a firm registered under the Companies Act, 1956/2013 or Partnership firm registered under the Partnership Act of 1932 or registered (Converted 2013 to) under the Indian Limited Liability Partnership Act, 2008. JV/Consortium is not permitted.

§  The Tenderer will be required to confirm and declare in the Tender submittal that no agent, middleman or any intermediary has been, or will be, engaged to provide any services, or any other items of work related to the award and performance of this Contract.

§  They will have to further confirm and declare in the submittal that no agency commission or any payment that may be construed as an agency commission has been, or will be paid and that Tender price will not include any such amount. The Tenderer shall provide an undertaking as per Annexure-6 to section-Ill.

§  Tenderer must read carefully the directions regarding the “Eligibility and Qualification criteria” given in Section-III of the Tender Document and furnish the required documents accordingly.

§  The Tenderer shall submit his Tender without any modifications, alterations or deviations. The Tender containing any deviation from contractual terms and conditions, specifications and other requirements shall be considered as non-responsive and shall be liable for rejection. The Tenderer shall provide an undertaking as per Annexure-9 to Section III.

§  BMRCL expects Tenderers to provide professional service and at all times hold the BMRCL’s interest paramount, without any consideration for future work, and strictly avoid conflicts with other assignments or their own corporate interests.

§  Only ‘Class-I Local Tenderer’ as defined under the ITT clause 9.5, shall be eligible to bid in this Tender.

Scope of Work:

§  In order to facilitate a uniform evaluation of the proposals, the material provided by the vendor is requested to conform the following structure as:

o    Executive Summary

o    Assumptions

o    BMRCL Business Requirements – Response

o    Project Execution

o    Cut-Over and Data Conversion

o    Training

o    Tests

o    Documentation

o    System Security & Access procedures

o    Project Organization & BMRCL Effort

o    Project Methods & Tools

o    Go-Live Support

o    Project Plan

o    Effort Estimation

o    Commercials 

§  Along with the main proposal, BMRCL Business Requirements to be filled with detailed response is expected, and adhere to the same template given along with this tender. 

BMRCL – Business Requirements:

§  BMRCL requirements have been classified into two categories (either as division or wing)  such as for “Project” and “Operations & Maintenance”.

§  These categories are primarily to help vendors to understand the requirements more clearly that need to be implemented in the new system and the system’s usage accordingly. However, the new system, should cover the entire scope of requirements, will be implemented:

o    Financial Accounting – Project and O&M

o    Contract Management – Project

o    Purchase and Inventory Management – O&M

o    Asset Management – Project and O&M

o    HR & Payroll – Project and O&M

o    Station Operations – O&M

Eligibility:

§  The Tenderer shall be a Company registered under the Companies Act, 1956/2013 or Partnership firm registered under the Partnership Act of 1932 or registered (Converted to) under the Indian Limited Liability Partnership Act, 2008.

§  The Tenderer shall confirm that non-performance of a contract did not occur in the last five (5) years counted from 28 days prior to the date of Tender submission.

§  The Tenderer shall not have been debarred/blacklisted by any Central Government or any State Government or any Public Sector Undertakings as on the due date of the submission of the Tender.

§  The Tenderer should not have suffered bankruptcy /insolvency in the last five (5) years counted from 28 days prior to the date of Tender submission. 

Work Experience:

§  Should have completed:

o    At least one similar work of value not less than INR 12.65 crore excluding License costs (if any), in the past five years, or

o    Any two similar works of value not less than INR 7.91 crore each excluding License costs (if any), in the past five years, or

o    Any three similar works of value not less than INR 6.33 crore each excluding License costs (if any), in the past five years 

§  Similar work means, development of ERP modules like Finance & Account, Payroll & HR, Asset Management etc.

The complete documents can be downloaded from www.bmrc.co.in

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




IRCON INVITES TENDER FOR DESIGNING AND COMMISSIONING OF BROAD GAUGE BALLAST LESS TRACK BETWEEN SIVOK AND RANGPO

Rail e-Security Solutions




IRCON invites tender for designing and commissioning of broad gauge ballast less track between Sivok and Rangpo

January 14, 2023 Rail NewsTender

IRCON International Limited has invited an online e-Tender for Design of broad gauge ballast less track BLT including supply, installation, testing and commissioning between Sivok and Rangpo approx. 39.05 km in connection with Sivok Rangpo New BG single line railway project.

§  Tender Reference Number: IRCON/2046/SRRP/BLT-01

§  Name of Work: Design of broad gauge ballast less track BLT including supply, installation, testing and commissioning between Sivok and Rangpo approx. 39.05 km in connection with Sivok Rangpo New BG single line railway project.

§  Estimated Cost of Work: INR 277.71 Crore

§  EMD: INR 1.45 Crore

§  Period Of Work: 14 Months

§  Document Download / Sale Start Date: 11th January, 2023

§  Document Download / Sale End Date: 30th January, 2023

§  Pre-Bid Meeting Date: 19th January, 2023

§  Bid Submission Start Date: 24th January, 2023

§  Bid Submission End Date: 30th January, 2023

§  Bid Opening Date: 31st January, 2023

Scope of Work:

§  Design of ballast less track with appropriate fastening system for 60Kg 1080 grade Head Hardened Class A Rails including arrangement for provision of derailment like slab/block, preparation of associated drawings & specifications, submission of construction methodology including QAP and maintenance manual for the ballast less track on freight/mixed (passenger and freight) traffic route for straight & curved track in tunnels, on Formation, on bridges, Yards and in transition portion from ballast less track to ballasted track with design criteria based on latest international standards/codes/proven practices and construction as per approved design of Ballast less track on the Section from Sivok to Rangpo (approx. 39.05 km) including additional approaches at tunnel faces in connection with Sivok – Rangpo New BG Single Line Railway Project (approx. 39.05 km).

§  The work shall also include design & laying of Ballast less track in Yards, Turnouts, SEJ, etc. Including the RSI (Rail Structure Interaction) Analysis and Design on the Bridges if required.

§  List of drawings of GAD of Tunnels having L-Section, X- Section are annexed as per  Section-9 (Drawings). List of structures are annexed as per Section-10, where BLT is to be done.

§  Submission of d e t a i l e d drawings, material specifications, technical parameters and characteristics, manufacturing tolerances, etc. of all the components of BLT (Ballast Less Track).

§  Construction of Ballast less Track including provision of derailment arrangement and transitions portion including cost of labour, tools & plants, consumables, fuels, all materials, taxes etc complete as per approved drawings including linking of track as per specifications., more particularly, and without in any way limiting the generality of the foregoing, the work in this Contract shall include the following:

§  Survey including traverse & levelling, fixing of intermediate control points, picking up the as build co-ordinates of the tunnel, adjusting alignment if required, Setting-out final alignment, etc.

§  Construction of side drains wherever required and laying of Track slab.

§  BLT shall be of re-inforced cement concrete structure. Derailment slab/block inside the running track. Typical X-Section of BLT structure is shown in the Tender Document under Section -9: Drawings for BLT at Page No 1,1A, 1B, 1C of 100.

§  Complete track work such as linking, greasing, painting etc.

§  Welding of UIC 60 IRS-T-12-2009, 880 grade rails and UIC 60, 1080 grade head hardened rails using the specified welding techniques.

§  Provision of shear connector, wherever required, between 1st pour and 2nd pour reinforced concrete for ballast less track and also between Tunnel Invert Concrete and Track Slab.

§  All other works incidental thereto for completion of the work.

§  Testing of components and installation methods.

§  Transportation of Rails & other fastenings from sivok stockyard to work site.

§  Laying, Testing & commissioning of Turnouts, SEJs, etc.

§  Welding of Track (Flash Butt Welding & AT welding) in stock yard & on track. The Contractor shall arrange his own mobile flash butt welding plant. QAP approval and standardization of Welding parameters for individual machines to be used for welding by RDSO will be mandatory as per para 5.6 of RDSO flush butt welding manual – 2012 or latest.

§  Provision of ducts for electrical, signal & telecommunication etc. cables in longitudinal and  transverse direction as required.

§  Five sets of special gadgets / inspection equipment for measuring the toe load in service  shall be provided.

§  Design and drawings of BLT will have to be approved from a committee of officers nominated by the Railway Board. It shall not absolve the contractor from producing the Ballast  less track of proper functional utility for which it is designed.

§  All necessary software /  specification and other documents required for evaluation of design and drawings will have to be arranged by the tenderer. A competent engineer shall be available for regular interaction with the Railways committee in this regard for approval of design/drawings.

§  All enabling works for safe and satisfactory execution of the work.

§  The BLT system proposed by the agency should fulfil the technical requirements specified hereunder & elsewhere in the tender document.

§  The design & working methodology submitted by the agency will be proof checked and the agency will be responsible for providing the details and drawing to the proof check consultant and providing all assistance for the design will be in the scope of the agency.

§  The work front will be provided in stages and not in one go. The work may have to be  carried out in parallel to other works going on in the same area/ tunnel by different agencies. For construction works Contractor has to submit the Sequence of Works considering all such restraints duly interfacing with civil & system contractors.

§  The construction period proposed in the document is considering the phased manner of  handing over of site.

§  The Contractor has to submit the performance guarantee for a value of 5% (Five percent) of contract Value, for the performance of design of BLT and fastening system in service valid for the period of 5 years after the defect liability period.

§  Please note that this performance guarantee is separate over and above the performance guarantee submitted for faithful execution of works. This Guarantee will have to be provided after completion of work but before release of Security Deposit.

§  The agency will have to supply 2% of the fastening components and other replacement items which are likely to be worn out / damaged at their quoted rates. No additional cost will be paid for these spares.

§  Organizing 5-days training covering design aspects, construction, maintenance, technological advancements in BLT, etc, in the country of origin with their own experts in respective fields. The quoted price will be inclusive of training cost for maximum 10 officials of Railways/IRCON. Transport, lodging & boarding will be arranged by IRCON/Railways on its own.

§  There are varying provisions kept in different tunnels for adjusting BLT Track slabs. Track concrete layer (TCL) for BLT, i.e. Track slab will have to cover the entire width between pathways/drains on both sides (i.e. approx. 3500 mm) including Derailment Block/ Derailment Guard and depth up to 527mm from Rail Top (Except Cant if any) & at curve location the depth shall be measured from top of inner rail, which the bidder has to consider while quoting rates.

§  The rates quoted by the bidder for laying of track slab for plain track transitions will cover reinforcement and concrete of designed grade for approximate width of 3500 mm and depth of 527mm from Rail Top, including derailing block. Any additional depth/width of filler concrete will be paid under the respective item of BOQ.

§  Some of the tunnels or parts of some of the tunnels are not provided with internal drainage systems, where track side drains will be constructed. The size of drain will be standard and will not involve any hydraulic design, except for the design of drain walls & bottom slab, which will be in the scope of the agency at their quoted rates.

§  The concreting & reinforcement will be paid as a separate item under respective items of BOQ. It will be the responsibility of the BLT Designer to engage adequate experience and quality staff.

§  Contractor will prepare his design basis report containing design criteria and get it approved from IRCON, and then proceed with the detailed design.

§  The scope of work will also include getting approval of design and drawing from IRCON/NEFR by deputing concerned design Engineer.

§  Contractor will carry out the design and submit the same to IRCON or proof consultant for checking without any loss of time. They will also be prompt in clarifying the objections/doubts of the IRCON/Proof Consultant. At no stage, work at site should suffer on account of design.

§  Arranging the final approval for all design & drawing will be the responsibility of the contractor. 2.27 IRCON/Railway will get the proof check done of the design submitted by the contractor by an independent design agency whose credentials shall not be less than mentioned in clause  1.2 (b) of Essential Technical Qualification Criteria.

§  Ballast less track system proposed for construction on Sivok – Rangpo New BG Railway Line (SRRP) Project should be proven and being used in worldwide railways successfully. The proven design may require some modifications to suit the Indian Railways conditions. This present tender is being invited for such proven design of ballast-less track worldwide from the bidders which is suitable for construction for Indian Railways conditions.

Design Requirements:

§  In designing ballast-less track for straight & curved track on Indian Railways, the following parameters may be considered for guidance.

§  Ballast less Track shall be designed for the following:

§  Main line for 25T axle load & speed 100 kmph (proposed for goods traffic) & 22Taxle load & speed 160 kmph (for passenger traffic)

§  Loop line for 25T axle load & speed 50kmph.

§  Dynamic augment may be taken as 2.5 (as prevailing on IR)

§  Spacing or support to rails – preferably at every 60 cm (wherever rails are supported on sleepers / discrete supports) so that the permissible bending stress in rails is not exceeded beyond stipulated values. The values of permissible bending stress are as under:

o    For LWR section – 25.25 kg/mm2 (for 90 UTS, Head Hardened Rail) 

o    For SWP – 30.25 kg/mm2 (for 90 UTS, Head Hardened Rail) 

o    For FP section – 36.00 kg/mm2 (for 90 UTS, Head Hardened Rail)

§  Upward reaction/ pressure from the support base should be clearly mentioned in design.

§  Design shall be as per relevant codes of practice such as BIS, EN, IRS, IRC and UIC with latest revision/edition). If for any item/work, above mentioned codes are not relevant, best available Engineering practice / International codes shall be mentioned.

§  Design & details of suitable Transition System for smooth transition from ballasted track to ballastless track on both ends shall be part of the design of ballast less track.

§  Design and details of Expansion / Contraction joints in ballast less track at suitable intervals shall be part of the design of ballastless track.

§  Technical parameters required for foundation of Ballast less track shall be suitably considered for Indian conditions and shall be mentioned in the design along with their test code & procedure. A design monograph of varying sub-grade characteristics, if applicable, to be provided by the firm / designers.

§  Design service life ballast less track should be a minimum of 60 years. Concrete for RCC structure should comply with relevant Para of Indian Standard IS:456 – 2000 & relevant Para of IRS – Concrete Bridge Code taking care of relevant durability clause for expected life of RCC as minimum 60 years.

§  No cracks of width greater than the crack width approved at design phase/codal provisions or settlements or separation of parts should be developed during services in the ballast less track leading to impaired service or failure.

§  Ballastless track should be designed for almost maintenance free conditions except replacement of worn-out fastening components after their service life is over. The 2% of the fastening components and other replacement items which are likely to be worn out / damaged are to be supplied as spares for need based replacement in this work. The offer of the firm / JV should be inclusive of the cost of 2% fastening components as spare. No additional cost will be paid for the spares.

§  Adequate corrosion protection measures must be included in design to minimize corrosion of fastening components of proposed system for ballast less track. Test report of the proposed fastening system should be submitted as per EN 13146 –6: 2012- Test methods for fastening system – Effect of severe environmental conditions and EN ISO 9227, Corrosion tests in artificial atmospheres – salt spray tests or as per any international standard being in practice.

§  The design should be cost effective serving all functional requirements expected of ballastless track.

§  Any other factor considered necessary by the designer.

§  Changes in the above parameters (ii) and (iii) may be considered in case the bidder is able to support it with the relevant documents and codes as per practice in other Railways.

Eligibility:

§  The bidder can be a firm / Joint Venture (JV) firm / Collaboration of firms/bidder firm, from India/ abroad, who is the system provider and /or the designer and/or the designer and/or the construction executing agency and must have a written “Agreement” or “Memorandum of Understanding” to the effect that the firms shall be responsible for their portion of the works. System installer/Executing agency can have separate MOU with system provider and designer firm.

§  In case of MOU done by the bidder firm with the system provider and designer, the entire responsibility for providing satisfactory track system and its design to suit Indian requirements till the satisfactory completion of the contract shall rest with the bidder firm only.

§  Agreement /MOU can also be done with the system provider located abroad through its authorised representative firm / license firm located in India. In such cases the credentials of the system provider shall qualify the authorized representatives/license firm located in India to be considered as meeting the eligibility criteria. The bidder may consist of maximum three member as under:

o    System Installer/Executing Agency – who has experience of construction of ballastless track systems.

o    Designer firm is a firm which has experience of design of ballast less track that has been successfully in operation and who can modify the proven system to suit the Indian Railway requirement as per technical requirements for ballast less track.

o    System Provider- is a firm, which has provided the proven ballast less track system or supplied proven fastening system.

The complete documents can be downloaded from https://etenders.gov.in/eprocure/app

Source: IRCON- Tender | Image Credit (representational): SCR



RAILTEL INVITES TENDER FOR SUPPLY, INSTALLATION AND MAINTENANCE OF IP BASED CCTV SURVEILLANCE SYSTEM AT COACHES OF INDIAN RAILWAYS

Rail e-Security Solutions




RailTel invites tender for supply, installation and maintenance of IP based CCTV surveillance system at coaches of Indian Railways

January 2, 2023 Rail NewsTender

RailTel Corporation of India has invited tender for Supply, installation, testing, commissioning, integration with existing VSS infra, operation and maintenance of IP based Closed Circuit Television (CCTV) surveillance system at coaches of Indian Railways.

§  Tender Reference Number: RailTel/Tender/OT/CO/NTP/2022-23/VSS/005

§  Name of Work: Supply, installation, testing, commissioning, integration with existing VSS infra, operation and maintenance of IP based Closed Circuit Television (CCTV) surveillance system at coaches of Indian Railways.

§  EMD: INR 4,51,50,000 Crore

§  Contract Period: 365 Days

§  Document Download / Sale Start Date: 30th December, 2022

§  Document Download / Sale End Date: 27th January, 2023

§  Bid Submission Start Date: 30th December, 2022

§  Bid Submission End Date: 27th January, 2023

§  Bid Opening Date: 27th January, 2023

Project Background:

§  Indian Railways (IR)isa governmental entity under the Ministry of Railways which operates India’s National Railway System. It is run by the government as a public transport and manages the third-largest railway network in the world by size. Indian Railways is the lifeline of India and has an estimated daily ridership of more than 2 crores.

§  In order to enhance security for passengers especially women & children at Railway Stations and Coaches, which are major hubs of transportation, IR intended to install Internet Protocol (IP) based CCTV at Stations and Closed Circuit Television (CCTV)Surveillance System at Coaches of Indian Railways.

§  RailTel, a Miniratna PSU under Ministry of Railways, has been entrusted with the work of providing an IP based Surveillance System with Video analytics and Facial recognition system at Railway Stations and TrainCoaches. Number of Cameras in each Coach is to be installed as per drawing given in RDSO specification and requirement of IR. In case, type of coaches is not covered under RDSO specification then cameras are to be installed as per Railway Requirement.

§  RailTel has provided (or in process of implementation) VSS system at Railway Stations. These Railway Stations are being monitored from their controlling RPF Thanas/Post (List given in Annexure-I), Divisional& Zonal Security Control, Railway Board and Command & Control Centre at Delhi(List given in Annexure-I). RailTel has already provided large format displays, Workstation and GUI (VMS) at these locations.

§  Under this Tender, the selected Bidder(s) is required to provide an IP based CCTV Surveillance system in Coaches of EMU/MEMU/DEMU & Premium Trains like Rajdhani, Duranto, Shatabdi etc. List of Coaches for each package to be covered under the present scope of tender is mentioned in BDS (Chapter-5, Section-I).

§  Indicative list of Coaches along with their Zonal Railwaysis enclosed as Annexure-II of Chapter-7. It is pointed out that the bidder is required to integrate these locations also with the proposed CCTV infra under the scope of this tender. 

Scope of Work:

§  IP based CCTV Surveillance System in Coaches of Indian Railways, the scope of work includes Supply, Installation, Testing, Commissioning, Integration (with existing VSS Infra at RPF Thana/Post, Divisional/Zonal Security control, RailTel’s Data Centers, Command & Control Centre-Delhi, Railway Board etc.), operation and maintenance of IP based CCTVSurveillance System at Coaches of Indian Railways. 

§  The requirement mentioned in this Tender/RFP, BEING A TURNKEY BASIS PROJECT, calls for a complete working system and not components thereof. Therefore, the Bids must be complete with all equipment and required accessories along with necessary power systems including all type of connectors, patch leads, mounting, reinforcement (cable/wire) and fitting hardware, plugs, sockets and any hardware/software, etc. as required for complete installation & commissioning of the System under this contract.

The complete project consists of following phases:

§  Proof of Concept (POC) – All Bidders shall conduct POC as mentioned in Clause  4.A.47 of Chapter-4A (Section-I).

§  Supply, Installation, Commissioning and Integration with Existing VSS Infrastructure.

§  Maintenance & Warranty- Maintenance supervision period as mentioned in clause 4.A.2.5 and warranty as mentioned in BDS (Chapter-5, Section-I). 

§  AMC (5 years after completion of Warranty Period). 

The detailed scope of work includes following: 

§  Planning, Design, Supply, Installation, Testing, Commissioning, Integration with Existing VSS Infra (existing VSS Infra at RPF Thana/Post, Divisional/Zonal Security control, RailTel’s Data Centers, Command & Control Centre-Delhi, Railway Board etc.), Operation and Maintenance of the IP based CCTVSurveillance System at various Coaches of Indian Railways as per RDSO specification no. RDSO/SPN/TC/106/2022, Version 2.1 or latest.

§  However, RailTel reserves the right to include other types of coaches under the scope of work as per the requirement of Indian Railways.

§  The system shall comply with RDSO Specification RDSO/SPN/TC/106/2022, Version 2.1 or latest. However, in case of any conflict on the solution design parameters, system functional requirements and technical specification of a system/item between RDSO specifications mentioned in the tender conditions, the RDSO specifications will prevail.

§  The bidder should prepare a site plan showing exact location of different types of Camera, NVR etc. at various locations inside Coaches as per site requirement in consultation with RailTel& Railways after the proper site survey.

§  The proposed site plan should have an optimum number of cameras so as to cover Coaches from a security point of view. Installation of the CCTV systems at Coaches shall be carried out only as per Railway’s approved drawings & plans. Supply, laying and fixing of electrical wiring and network cabling including OFC.

§  Supply of complete hardware components for the proposed solution (Cameras, Servers, Video Recorder Unit(VRU)/Mobile NVR(M-NVR), storage systems etc.) including AMC and Warranty.

§  Supply of any other equipment/infrastructure or services required for the proper installation, testing, commissioning, operation, and maintenance of CCTVsurveillance system as per the approved design.

§  Supply of all software/licenses for the solution including peripheral applications, middleware, environmental software or any other related software/licenses as required in the proposed solution (Including AMC and Warranty).

§  Seamless integration of the Server(s), VRU/M-NVR, Cameras, Network devices, Storage hardware, Software etc. including existing VSS infra.

§  Remote operation and monitoring of CCTV Surveillance system installed in Coaches & Data Centers from RPF Thana/Post/Coaching Depot, Divisional HQ and Zonal HQ through the RailTel/Railways TCP/IP/MPLS network as prescribed in RDSO Specification RDSO/SPN/TC/106/2022, Version 2.1 or latest.

§  Bidders are required to plan a sufficient number of CMS (including VMS), VA, FRS & CCC licenses and other IT equipment to facilitate the same. Bidder is required to extendNetwork connectivity from the CCTV Surveillance system installed in Coaches to RailTel’s Data Center Through Wi-Fi Network & Mobile Network.

§  List of Divisional HQ, Zonal HQ is mentioned in Annexure-I (Chapter-7). Details of RPF Thana/Post having is mentioned in Annexure-I (Chapter-7)& Clause 8.2 of Chapter-8 (Section-I). List of Coaches covered under the scope of present tender is mentioned in Annexure-II (Chapter-7).

§  Integration of existing CCC application with Central Management System including CMSat API/SDK and application level. The bidder should provide API/SDK of CMS, VA & FRS software to the OEM of CCC application. During project duration (i.e., upto AMC), if required by RailTel, the bidder shall provide the API/SDK of supplied software (under the scope of this tender) to RailTel without any additional cost.

§  To identify, develop and deliver the training to the Railways/RailTel staff for the CCTV System to be installed and commissioned.

§  To demonstrate the functioning of all the modules of software and features of hardware components as and when required by Railways.

§  Integration of the proposed CCTV Surveillance System with existing VSS system at  Coaches and existing LAN infra (at RPF Thana/Post location), where VMS is already  available.

§  Preparation of Digital Network topology of CCTV at Coaches (including RPF Thana/Post) showing makes, model, IP address, connectivity etc. (including existing VSS infra).The Video and Tampering Alarm data feeds from CCTV cameras ofCoaches shall be stored in the Video Recorder Unit for at least 30 days at 25 FPS with Full HD resolution with H.265 or higher Video Compression.

§  Remote operation and monitoring of Coaches from RPF Thana/Post, Divisional HQ and Zonal HQ etc. shall be done through the RailTel/Railways MPLS network or OFC Network (to be decided by RailTel).

§  There shall be provision of a minimum two number of Panic Button in each Coach. Pressing Panic Button shall provide local buzzer as well as alarm to the Data Centre / Centralized location through available network for CCTV application.

§  RailTel will provide a SIM/e-SIM card for LTE based Mobile Communication for each  VRU/M-NVR supplied by the Bidder under this Tender.

§  Replacement of all consumable items including batteries of UPS supplied by the contractor (at no additional cost to RailTel) during Maintenance supervision, warranty and AMC period.

§  Provision of necessary man-power for maintaining CCTV as per SLA requirement during Maintenance supervision period of 12 months after issue of final PAC, warranty period of 24 months and AMC period of 5 years without any additional cost to RailTel.

§  After the completion of contract duration, the successful bidder shall hand over all the components of the video surveillance system in working condition to Railways/RailTel.

§  In Future (during project duration of this Tender including AMC period) for implementation of CCTV in Coaches, the bidder shall assist in integration of software applications installed at RPF Thana/Post or at DC&DR with software applications installed under this tender without any additional cost to RailTel.

§  Bidders shall follow best practices(in addition to RDSO specifications) during installation, commissioning, maintenance, warranty and AMC period for CCTV Surveillance System project.

§  Bidder is required to submit the Server calculation sheet for CMS Hardware, FRS Database & Matching Server duly vetted by their respective OEMs.

§  Bidder is required to integrate the existingCCTV Surveillance system at Coaches (not covered in present scope of Tender) with the CCTV Surveillance system proposed in the Tender during project duration, if required by RailTel/IR.

§  Bidder shall ensure Integration of his CCTV Infra with EMS application provided by RailTel.

§  Bidders shall attend failures related to defective cameras and general maintenance in Coaches covered under other packages of this Tender (for SLA calculation of such failures please refer to Clause no. 4.A.8.5 (6) of this tender. Bidder, maintaining these defective coaches, shall extend all possible help to other bidders in rectification of the failure.

The complete documents can be downloaded from https://www.ireps.gov.in

Source: RailTel- Tender | Image Credit (representational): RailTel



DFCCIL INVITES TENDER FOR MANUFACTURING AND SUPPLY OF HEAD HARDENED RAILS

Rail e-Security Solutions




DFCCIL invites tender for manufacturing and supply of Head Hardened Rails

January 13, 2023 Rail NewsTender

Dedicated Freight Corridor Corporation of India Limited (DFCCIL) has invited open e-tenders, in Single Stage Two Packet System for Manufacture, supply, transportation and delivery of prime quality of 60 E1, 1080 Grade Head Hardened Class-A rails and UIC 60 Kg, 880 grade Class-A rails as per Indian Railway standard specification for flat bottom rails (with latest A & C slips) in the jurisdiction of CGM/DFCCIL/Jaipur.

§  Tender Reference Number: JP-EN-CGM-JP-Rails-2022

§  Name of Work: Manufacture, supply, transportation and delivery of prime quality of 60 E1, 1080 Grade Head Hardened Class-A rails and UIC 60 Kg, 880 grade Class-A rails as per Indian Railway standard specification for flat bottom rails (with latest A & C slips) in the jurisdiction of CGM/DFCCIL/Jaipur.

§  Estimated Cost of Work: INR 20,78,43,137 Crore

§  EMD: INR 20 Lakh

§  Completion Period: 04 Months

§  Document Download / Sale Start Date: 30th December, 2022

§  Document Download / Sale End Date: 31st January, 2023

§  Pre-Bid Conference Meeting: 06th January, 2023

§  Bid Submission Start Date: 17th January, 2023

§  Bid Submission End Date: 31st January, 2023

§  Tender Opening Date: 31st January, 2023

Supply of Rails:

60E1, 1080 Grade Head Hardened & UIC 60 Kg, 880 Grade Class A Rails:

§  The material offered should be in accordance with the technical specification of IRS-T-12- 2009 with Up-To-Date amendments & correction slips, for Flat Bottom Rails for HH Rails. 

The scope of work in the subject tender shall include but not limited to the following:

§  Manufacture of prime quality of 60E1, 1080 Grade Head Hardened Class A Rails as per Indian Railway Standard Specification for Flat Bottom Rails IRS-T-12-2009 (With latest A&C Slips) and approved Inspection & testing plan, to suit the requirement of DFCCIL (In addition to IRS-T-2009 specifications, DFCCIL requirement is for Tensile test, YS shall be 560 MPa at head and foot of rails).

§  Complete submission of Inspection & Testing plan and other submissions as per Specifications for manufacturing and obtaining approval for the same from DFCCIL.

§  Conducting all necessary inspection and testing required for the production of prime quality of rail and also arranging third party inspection from the nominated inspecting authority including providing all the inspection facilities.

§  Packing, loading, transportation from the source of manufacturing to place of delivery, handling, forwarding, documentation and delivery of the manufactured rails at designated places in Rewari-Madar section, including unloading & stacking.

§  Observing all safety precautions as required during all operations covered under this tender.

§  The rails shall be supplied in length of 13m with undrilled holes.

§  Supply of drawings, tracings or Reports of the material to be supplied shall, unless otherwise directed, be furnished by the Supplier with the first consignment of the work to which they relate and no payment whatsoever will be made until such drawings, tracings or Reports have been furnished to the satisfaction of the Purchaser.

§  Along with the consignment containing the rails, the supplier shall supply two sets of clamps, capable of handling three to five rails in one operation, without any cost to DFCCIL. The cost of supplying these two sets of clamps is included in the accepted rates.

§  If the Rails are supplied in bundles, they are to be stacked as single rails.

§  Security deposit for rails shall be submitted within 21 days of the date of issue of Purchase Order. In case BG is not submitted within 21 days of the date of issue of Purchase order; DFCCIL may take action to cancel the contract or any part thereof and procure the unsupplied quantity as per condition of contract.

§  Security deposit for rails shall be for a minimum amount required to meet with the requirement of rails to supply tendered material as per quarterly delivery schedule / delivery period of the purchase order.

§  Rails to be supplied against this contract will be as under:

o    HH Rail 1080 Grade each of 13 M length

o    IRS-T-12-2009

o    Rail 880 Grade each of 13 M length

o    Drawing no. RT-6922

§  Where any raw material is procured for the execution of contract with the assistance of the Government rendered in the form of permit or license of quote certificate / essentiality certificate or release order issued by or on behalf of or under the authority of the Government or by any officer empowered in that behalf or

§  Where the raw material is issued to the contractor from government stock or

§  Where advance payment is made to the contractor to enable him to purchase the raw material or

§  Where the raw material is arranged by the Government, the contractor:

§  Shall hold such materials as trustee for the Government.

§  Shall use such material economically and solely for the purpose of the contract.

§  Shall not dispose of the same without the previous permission in writing of the purchaser and

§  Shall render the due account of such materials and return to the Government at such place as the Purchaser may direct all surplus or unserviceable material that may be left after the completion of the contract or its termination for any reason whatsoever.

§  On returning such material, the contractor shall be entitled to such price therefore as the purchaser may fix having regard to the condition of such material.

§  The freight charges for the return of the materials according to the direction of the purchaser shall be borne by the contractor in the event of the contract being cancelled for any default on his part. The decision of the Govt. shall be final and conclusive.

Guarantee of Stores:

§  The contractor guarantees that the stores which he supplies shall be manufactured fully in accordance with the specifications. In all cases, the contractor guarantees that its design shall strictly follow the “as made” detailed drawing with such modifications as are notified in respect of each type.

§  The contractor further guarantees that the stores shall be free from defects in material and workmanship provided that the contractor’s liability in this respect shall be limited to arranging the necessary replacement of the defective supplies free of any charge only to the extent that such replacements are attributable to or arise from faulty workmanship or material or in the manufacture of the stores.

§  All replacements shall be made free of the cost at destination. If the contractor so desires, the replaced stores can be taken over by him for disposal as he deems fit, within a period of three months from the date of receipt of replacement of stores. At the expiry of this period no claim whatsoever shall lie on the purchaser.

§  The guarantee herein contained shall not apply to any material, which shall have been repaired or altered by the Purchaser, or on his behalf in any way so as to affect its strength, performance or reliability or any defect to any part due to misuse, negligence or accident.

§  All replacements that the Purchaser shall call upon the Contractor to deliver under this guarantee shall be delivered by the Contractor within three months from the date on which the purchaser calls upon him for the replacements of the defective stores.

§  If the contractor fails to replace defective stores within the said period, the cost of the said stores at the rate stipulated in the contract shall be recovered from payment due to the contractor including the amount of security deposit made and maintained against this contract.

§  Any approval or acceptance by the Purchaser of the stores or of the materials incorporated therein shall not in any way limit the contractor’s liability hereunder.

§  The decision of the purchase in regard to the contractor’s liability under this guarantee shall be final and conclusive.

Eligibility:

§  If a tenderers is not registered with DFCCIL or is not an approved source for the tendered item with DFCCIL / Railways production units/ CORE/ RDSO, he shall provide a satisfactory evidence acceptable to the Purchaser to show that:

§  He is an established manufacturer, who regularly manufactures the items offered and has adequate technical knowledge and practical experience;

§  He has adequate financial stability and status to meet the obligations under the contract for which he is required to submit a report from a recognized bank or a financial institution and last three years financial balance sheet / profit & loss statement.

§  He has adequate plant and manufacturing capacity to manufacture the items offered and supply within the delivery schedule offered by him;

§  He has established a quality control system and organization to ensure that there is adequate quality control at all stages of the manufacturing process.

About DFCCIL:

§  The Indian Railways’ quadrilateral linking the four metropolitan cities of Delhi, Mumbai, Chennai and Howrah, commonly known as the Golden Quadrilateral.

§  And its two diagonals (Delhi-Chennai and Mumbai-Howrah), adding up to a total route length of 10,122 km comprising 16% of the route carried more than 52% of the passenger traffic and 58% of revenue earning freight traffic of IR.

§  The existing trunk routes of Howrah-Delhi on the Eastern Corridor and Mumbai-Delhi on the Western Corridor were highly saturated, line capacity utilization varying between 115% to 150%.

§  Railways lost the share in freight traffic from 83% in 1950-51 to 35% in 2011-12.

§  The growth of the Indian economy has created demand for additional capacity of rail freight transportation, and this is likely to grow further in the future.

§  This burgeoning demand led to the conception of the dedicated freight corridors along the Eastern and Western Routes.

§  Minister for Railways, made this historic announcement on the floor of the House in the Parliament while presenting the Railway Budget for 2005-06.

§  This led to the establishment of “Dedicated Freight Corridor Corporation of India Limited (DFCC)”, to undertake planning & development, mobilization of financial resources and construction, maintenance and operation of the dedicated freight corridors.

§  DFCC was incorporated as a company under the Companies Act 1956 on 30th October 2006.

The Tender document can be downloaded from IREPS website www.ireps.gov.in and DFCCIL’s website www.dfccil.com

Source: DFCCIL- Tender | Image Credit (representational): DFCCIL

 



RVNL BAGS NEW CONTRACT FOR DESIGN, SUPPLY AND COMMISSIONING OF BALLASTLESS TRACK FROM SARTHANA TO DREAM CITY FOR SURAT METRO RAIL PROJECT

Rail e-Security Solutions




RVNL bags new contract for design, supply and commissioning of ballastless track from Sarthana to Dream city for Surat Metro rail project

January 6, 2023 Rail News

Rail Vikas Nigam Limited (RVNL) has been awarded a contract for Design, supply and commissioning of ballastless track from Sarthana to Dream city in elevated and underground sections for corridor-1, Surat Metro rail project, Phase-1.

More Details:

Details of the contracts awarded are as under:

§  Letter of Acceptance received from Gujarat Metro Rail Corporation (GMRC) Ltd. to “Rail Vikas Nigam Limited- ISC Projects Private Limited JV” for “Design, supply , Installation, Testing and Commissioning of Ballastless Track from Sarthana to Dream city in Elevated and Underground Sections including Connecting Lines to Depot along with Ballasted/Ballastless/ Embedded Standard Gauge Track for Corridor-1, Surat Metro Rail Project, Phase-1”.

§  The accepted contract amount is Rs. 1,66,26,56,210/- excluding GST and custom duties.

§  Time period by which the order is to be executed is 22 Months.

About Surat Metro Rail Project:

§  Surat with a population of around 60 lakhs is the fastest growing city in India.

§  The city has no Mass Rapid Transportation System (MRTS), thus GoI and GoG decided to provide an MRTS facility in Surat.

§  Phase-I of Surat Metro Rail Project, with a total length of 40.35 kms comprises two corridors.

§  Length of Corridor-1 is 21.61 kms and Corridor-2 is 18.74 kms with an estimated completion cost of project Rs.12,020 crore.

The Project has two distinct corridors, with double track as under:

§  Corridor-1: Sarthana to Dream city: This corridor provides metro connectivity to Gadhpur Township, Sarthana Nature Park, Nana Varachhe village, Kalakunj Junction, Kapodra and Punavillage, Labheshwar Chowk area, Big Diamond Market (Mini Bazar) of Surat, Retail Sari Market, Surat Railway Station, Muskati Hospital, Bhagal junction, Gandhi Bagh, Chowk Bazar, Majura Gate, Roopali Canal, Altha Treatment, Althan Gram, VIP road Women IIT,Bhimrad, Convention City and Dream City.

§  Corridor-2: Bhesan to Saroli: Prominent areas like Bhesan Treatment Plant, International Cricket Stadium, SMC Botanical Garden, Palanpur, LP Savani School, Performing Art Centre, TGB Circle, Aquarium, Badri Narayan Temple, Star Bazar, Tapi River, Athawa Chopati, Majura Gate, UdhanaDarwaja, Kamala Darwaja, Anjana Junction, Parvat Pataya, Magub Village, Bharat Cancer Hospital, Saroli, etc. are connected through this route.

About RVNL:

§  The company began its operation in 2005 with the appointment of a Board of Directors.

§  The company was granted Miniratna status in September 2013.

§  RVNL has been rated “Excellent” for the 9 successive years by the Department of Public Enterprises.

§  RVNL has also been ranked 1st amongst the Railway PSEs for the 4 times out of the last 5 years.

§  The turnover of the company for the financial year 2019-20 has increased by 44.44%.

§  The authorised share capital of the company is Rs. 3000 cr. with paid up share capital of Rs. 2085 cr.

§  The company has been listed after its disinvestment of its stake of 12.16% of the company through IPO.

Source: RVNL- Press Release | Image Credit (representational): GMRC



IRCON INVITES TENDER FOR CIVIL WORKS INCLUDING TRACK CONSTRUCTION BASE AT VARIOUS LOCATIONS OF MUMBAI-AHMEDABAD HIGH SPEED RAIL

Rail e-Security Solutions





IRCON invites tender for civil works including track construction base at various locations of Mumbai-Ahmedabad High Speed Rail

January 2, 2023 Rail NewsTender

IRCON International Limited has invited an online e-Tender for Construction of civil works involving earthwork, GSB filling, RCC foundations, road works, flooring, external water supply, sewerage system and other developmental works for construction of track construction base TCB 1 & 2 (MAHSR km 235 & km 255 respectively) at various locations between Zaroli Village at Maharashtra-Gujarat border (MAHSR km 156.600) and Vadodara (MAHSR km 393.700) in the state of Gujarat and the union territory of Dadra and Nagar Haveli in connection with construction of Mumbai-Ahmedabad High Speed Rail (Package MAHSR-T2).

§  Tender Reference Number: IRCON/3026/MAHSR/T2/TCB-1&2_Constr./01

§  Name of Work: Construction of civil works involving earthwork, GSB filling, RCC foundations, road works, flooring, external water supply, sewerage system and other developmental works for construction of track construction base TCB 1 & 2 (MAHSR km 235 & km 255 respectively) at various locations between Zaroli Village at Maharashtra-Gujarat border (MAHSR km 156.600) and Vadodara (MAHSR km 393.700) in the state of Gujarat and the union territory of Dadra and Nagar Haveli in connection with construction of Mumbai- Ahmedabad High Speed Rail (Package MAHSR-T2).

§  Estimated Cost of Work: INR 4,18,97,881 Crore

§  EMD: INR 5,19,000 Lakh

§  Period Of Work: 180 Days

§  Document Download / Sale Start Date: 30th December, 2022

§  Document Download / Sale End Date: 20th January, 2023

§  Pre-Bid Meeting Date: 10th January, 2023

§  Bid Submission Start Date: 13th January, 2023

§  Bid Submission End Date: 20th January, 2023

§  Bid Opening Date: 23rd January, 2023

Scope of Work:

§  Proposed work broadly comprises of but not limited to works for Construction of Civil works involving Earthwork, GSB filling, RCC foundations, Road Works, Flooring, External Water supply, Sewerage system and other developmental works for construction of Track Construction Base TCB 1 & 2 (MAHSR km 235 & km 255 respectively) at various locations between Zaroli Village at Maharashtra-Gujarat border (MAHSR km 156.600) and Vadodara (MAHSR km 393.700) in the state of Gujarat and the union territory of Dadra and Nagar Haveli in connection with Construction of Mumbai- Ahmedabad High Speed Rail (Package-MAHSR-T2).

§  The Contractor shall work out the requirement of manpower and machineries coping with the scope of work to be completed within the targeted period and accordingly ensure deployment of those manpower and machineries. 

§  The Contractor(s) is expected to use the latest technology and machinery and achieve the most efficient and best quality work.

§  Various elements involved in this work are broadly indicated below but not limited to below mentioned activities:

Items/description:

§  True and proper setting out and layout of the works, providing location marks, bench marks etc.as per coordinates system adopted by Client.

§  Site Clearance, Relocation of utilities & Removal/dismantling of existing structures, if any, in the working area.

§  Earthwork: Construction of Embankment/Cutting including clearing & grubbing, stripping of Soil, Earthwork in filling (with suitable soil from approved borrow area & cut spoil)/Cutting and further disposal of unsuitable earth etc., Construction of Granular Sub-base , complete as mentioned in Bill of Quantity and as per instruction of Engineer in-charge.

§  RCC/PCC Work: Construction of footings for foundation, drains and other miscellaneous works etc. complete in accordance with provisions of contract and as directed by engineer in charge.

§  Road works: In accordance with provisions of contract, Bill of Quantity and as directed by engineer in charge.

§  Scope includes civil works for all elements of building work and related external works with works of Foundations, Brickwork in foundation, works of external water supply & sewerage works, septic tanks, soak pits, borewells, water tanks, car parking, pathways, roads, etc. using approved material specified in the BOQ/technical specifications at various specified locations:

S. No.

Type of work (Major)

No. of sites

Approx. Qty. per site

Tentative MAHSR  Chainage of Sites

1

Engineer’s Site Hut

1

200 Sqm

Km 255

2

IRCON’s Site Office

1

75 Sqm

Km 255

3

Road Works

2

300 m

Km 235 & km 255

4

Earthwork in filling

2

7500 cum

Km 235 & km 255

5

GSB filling

2

4000 cum

Km 235 & km 255


§  The necessary civil works are to be carried out in a phased manner as per standard Engineering practice and as per Engineer’s/ Employer’s requirements. The general character and the scope of work to be carried out under this contract is illustrated in specifications and the schedule of the quantities and the detailed drawings to be made available from time to time during the construction.

§  The contractor shall carry out and complete the said work under this contract in every respect in conformity with the contract documents and with the direction of and to the satisfaction of the Employer.

§  The contractor shall furnish all labour, materials and equipment as listed under the schedule of quantities and specified otherwise, transportation and incidentals necessary for supply, installation and testing complete as described in the specifications and as shown on the drawings. This also includes any material, equipment, appliances and incidental work not specifically mentioned herein or noted on the drawings/ documents as being furnished or installed.

§  The scope of work envisaged in this contract includes the earthwork, cement concrete work, Reinforced cement concrete work, brick work, steel work, rain water disposal, plastering, external water supply & sewerage works, drainage, structural Steel work, roads, fencing, development works, etc. complete in all respect as per approved plans with contractors all labour, material, T&P etc. with all leads & lifts including dewatering involved if any. The detailed scope is as per the details in Bill of Quantities and as per Drawings.

§  The bidder shall be responsible for arranging all resources, such as machinery/ equipment, manpower, materials, electricity, water etc. with all leads & lifts, including all taxes, duties, toll, levies etc. complete, necessary for the successful completion of the work except those items mentioned as IRCON’s responsibilities in this terms & conditions. The bidder shall also be responsible for safe transportation of all the deliverables to the site.

§  The sites are situated along the high-speed corridor and are accessible from the nearby Highways/ Roads/ Construction Roads etc. However, such temporary roads may not be suitable for long carriers like low bed or high bed trailers. The Bidder is advised to do a site visit and understand the site conditions before offering the rates.

§  Loading & unloading: Loading of the construction materials, other deliverables and any other resource required for the successful completion of work from source and unloading the same at the site is the bidder’s responsibility. The cost of such loading & unloading is deemed included in the quoted rate.

§  Cost of all resources required for successfully executing the work at site shall be on the bidder’s account. Such resources include skilled manpower, appropriate instruments, equipment, machines, accessories, conveyance, lodging & boarding facilities for the manpower deployed, safety & security, accessing the site etc.

§  Electricity: Electricity (by provision of DG including fuel) for the site activities (during installation) shall be in contractor’s scope.

§  Round the clock watch & ward of the materials supplied at the site shall be arranged by bidder until the works are completed and handed over.

§  Provision of all external fixtures & fittings using approved material specified in the technical specifications as directed by IRCON will be in scope of contractor.

§  The bidder shall follow safety regulations of Indian Railways (electrified running lines) while working in their premises. Quoted rates shall be inclusive of all taxes/duties/cess/toll charges prevailing on the date of quotation submission.

§  Co-ordination with all stakeholders regarding execution of work- PMC, NHSRCL, State government authorities for utility shifting if any, other agencies working at site or any other body as applicable.

§  and as per drawings/ designs provided to contractors from time to time. The details of the locations are as given below:

§  The contractor shall also be responsible for the collection of samples at source for its submission to external laboratories for testing as stipulated in relevant code & Specification or as desired by client/Engineer, Materials to be incorporated in the works for which the testing facility is not available in Contractor’s laboratory; will be tested from Client’s approved institute / Lab. The cost of tests at other approved labs shall be borne by the contractor. 

All Finishing works:

§  Any other item of work may be required for completing the works including all incidental works in all respects in accordance with the provisions of the contract and as per instruction of Client/Employer.

§  Work is to be carried out as per the approved drawings, specifications and instructions of the Employer Representative. Items of works to be executed shall be as per the BOQ/ Schedule of the contract, Client Specifications and as per instructions of the Employer Representative.

Eligibility:

§  The bidder should possess the experience of having successfully completed similar works during the last 7-years (ending last day of the month previous to the one in which tenders are invited) which should be any one of the following:

o    Three similar completed works each costing not less than the amount equal to 30% of the estimated cost, or

o    Two similar completed works each costing not less than the amount equal to 40% of the estimated cost, or

o    One similar completed work costing not less than the amount equal to 60% of the estimated cost.

§  Completed Works/ Substantially completed works shall be considered for evaluation subject to meeting the conditions provided under explanation to above Essential Qualifying Criteria

§  Similar works shall mean the “Construction of Earthwork & RCC works”

§  Experience in Key Activities/Specified Component: The Bidder should have completed following Key Activities/Specified Component during last 7 years in one contract or multiple contracts,

§  Minimum 2000 Cum of Earthwork in Roads, Railways, Airports, Seaports, Metro or Buildings

§  Minimum 30 Cum of M-25 or Higher Grade of Concrete in RCC Work.

About MAHSR Project:

§  Mumbai-Ahmedabad High Speed Rail (MAHSR) Project is 508 Km long first High- Speed Rail (HSR) network planned to be constructed in India.

§  Out of 508Km, 352 Km lies in the State of Gujarat (348 Km) and Dadra & Nagar Haveli (4Km) and the balance 156 Km lies in the State of Maharashtra.

§  The Construction Work is in progress in both Gujarat and Dadra & Nagar Haveli where 98% and 100% land has been acquired respectively.

§  In Gujarat, High Speed Rail alignment passes through eight districts i.e. Valsad, Navsari, Surat, Bharuch, Vadodara, Anand, Kheda and Ahmedabad and work is in progress in all the eight districts.

§  In Maharashtra land acquisition done so far is 40%.

§  The project will entail an investment of 72,000 Crs in the state of Gujarat in both Land & construction.

§  So far an expenditure of 14,200 Crs has been done.

§  The project will generate direct & indirect employment of 60,000 in Gujarat state.

About IRCON International Limited:

§  IRCON International Limited (IRCON), a Schedule “A” & Mini Ratna-I Central Public Sector Undertaking (CPSU), incorporated by the Ministry of Railways, Central government, under the Companies Act, 1956 on 28th April 1976 originally under the name Indian Railway Construction Company Limited.

§  IRCON is an integrated engineering and construction company in India operating since last 44 years with specialisation in major turnkey infrastructure projects, including Railways, Roads, Highways, Bridges, Flyovers, Tunnels, Aircraft maintenance hangars, Runways, EHV substations, Metro & MRT, and others.

The complete documents can be downloaded from https://etenders.gov.in/eprocure/app

Source: IRCON- Tender | Image Credit (representational): NHSRCL

 






gallery Rail Safety Posters


VIEW ALL