Amendment I

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 6

Tender ID: 2020_NHIDC_592871_1 Date: 12.11.

2020

Amendment - 1

Sub: Automated Multilevel Tower Car Parking facility at Aluva Metro station, Kochi,
Kerala.

Ref: NIT & RFP Document uploaded on CPP and NHIDCL Portal on 24.10.2020.

Following amendments are being carried out:

Sr.
Reference As Existing As Modified
No.
Bid Submission 16.11.2020
Bid Submission 26.11.2020
Start Date (1100 hrs)
Start Date (1100 hrs)
Bid submission
Clause 12 at 23.11.2020 Bid submission 03.12.2020
1. End Date (online
Page 4 of NIT (1100 hrs) End Date (online) (1100 hrs)
& physical Copy)
Opening Date of 04.12.2020
Opening Date of 24.11.2020
Technical Bids (1130 hrs)
Technical Bids (1130 hrs)
A Pre-Bid meeting shall take place A Pre-Bid meeting shall take place at the
at the following date, time and following date, time and place through
place: Video Conferencing. Interested Bidders may
Section –II – Date: Video confrence or as request NHIDCL through e-mail for VC link.
Bid Data specificed by NHIDCL
2. Sheet ITB 7.4 Time: Video confrence or as Date: 17.11.2020
page 22 of specificed by NHIDCL Time: 03.00 PM
RFP Place: Video confrence or as Place: VC from NHIDCL HQ
specificed by NHIDCL
A Site visit conducted by the A Site visit conducted by the Employer shall
Employer shall not be organized. not be organized.
Section -III –
Evaluation &
Qualification The Bidder, including individual or any of its JV
Criteria member, who are either having 2 (two) on-going
Document EPC Project(s) in NHIDCL or on-going Project(s)
3. Clause – 3.3.5 - worth of Rs. 500 Cr. (Awarded Cost) or more in
Eligible NHIDCL, as on date of bid submission, shall not
Applicants, be eligible to bid for this Project (Issuance of LOA
Clause – will be considered as on-going project).
3.3.5.8 page-
28
Section III – In case of Joint Venture, the work In case of Joint Venture, the work done either by
Evaluation and done either by the same joint venture the same joint venture or by any member of the
Qualification or by any relevant member of the joint Venture shall be considered for minimum
4. Criteria/Clause joint Venture shall be considered for eligibility criteria. The work, if done in Joint
3.3.5.2/Page- minimum eligibility criteria. The work, Venture will be taken as per the percentage
28 if done in Joint Venture will be taken participation.
as per the percentage participation.
The documentary proof such as
Completion Certificates from Clients The documentary proof such as Completion
Section III –
and concerned Consultant/Architect Certificates from Clients and concerned
Evaluation and
for such work should be submitted Consultant/Architect for such work should be
Qualification
clearly indicating the Final submitted clearly indicating the technology, ECS
5. Criteria/Clause
completion cost and overall and Final completion cost and overall completion
3.3.5.3/Page-
completion period of the work. The period of the work. The offers submitted without
28
offers submitted without these these documentary proof shall not be evaluated
documentary proof shall not be and shall be treated non- responsive.
evaluated.
Joint Venture is allowed of maximum
Joint Venture is allowed of maximum 2
2 partners/members, out of which
partners/members, out of which one should be
Section III – one should be Original Equipment
Original Equipment Manufacturer (OEM) and JV
Evaluation and Manufacturer (OEM) and JV has
or any member has executed Automatic car
Qualification executed Automatic car parking with
6. parking with Tower/Robo-shuttle technology
Criteria/Clause Tower/Robo-shuttle technology
including Building/Structure work either
3.3.5.5/Page- including Building/Structure work
Overground or Underground in India in the last 8
28 either Overground or Underground in
years ending on the date of publication of tender.
India in the last 7 years ending on the
date of publication of tender
Section -III –
evaluation &
Qualification
Criteria
Document The technology and material from the neighboring
7. Clause – 3.3.5 - countries sharing common land border with India
Eligible is not permitted.
Applicants,
Clause –
3.3.5.9 page-
28
Section -III –
evaluation &
Qualification
Record of poor performance such as abandoning
Criteria
the works, not properly completing the contract,
Document
inordinate delays in completion, litigation history,
8. Clause – 3.3.5 -
or financial failures etc. or debarring from
Eligible
MoRTH/NHIDCL/NHAI/MoSHIPING work etc.
Applicants,
During last 5 years.
Clause –
3.3.5.10 page-
28
Purchase preference to make in India: The
Provision of revised Public Procurement
Section -III – (preference to make in India) Order 2017 issued
evaluation & by Department of Industrial Policy and promotion
Qualification under Ministry of Commerce and Industry vide
Criteria letter no P-45021/2/2017-PP (BE-II) dated
Document 28.05.2018 shall be applicable to the bidding
9. Clause – 3.3.5 - process and award of the contract shall be done
Eligible accordingly. In this connection , the minimum local
Applicants, content shall be 50 % and the margin of purchase
Clause – preference shall be 20% for award of contract,
3.3.5.11 page- para 3.c. of the revised ‘ Public Procurement
28 (Preference to make in India) order 2017 shall be
applicable in addition to the other provisions in the
bidding documents in this regards.
Section -III –
evaluation &
Qualification
Criteria MSME having valid NSIC registration certificates
Document issued for providing similar services will be
10. Clause – 3.3.5 - allowed exemption from EMD etc, subject to
Eligible submission of valid registration certificate with the
Applicants, bid as per the Govt. policy.
Clause –
3.3.5.12 page-
28
National Highways& Infrastructure National Highways & Infrastructure Development
Development Corporation Ltd. Corporation Ltd. (hereinafter called “the
(hereinafter called “the Employer”) Employer”) on behalf of KMRL hereby invites item
hereby invites item rate bids on two rate bids on two bid systems through e-tendering
bid systems through e-tendering for for the following work from experienced
the following work from experienced firms/organizations excluding those firms who
firms/organizations excluding those have been declared as non- performing by
NIT Page No. firms who have been declared as MoRTH/ NHAI/ MoSHIPING/ NHIDCL or the firms
11.
1 non- performing by MoRTH/ NHAI/ those are blacklisted/ debarred for specified
MoSHIPING/ NHIDCL or the firms period by MoRTH/ NHAI/ MoSHIPING/ NHIDCL
those are blacklisted/ debarred for and against whom such action is under process
specified period by MoRTH/ NHAI/ by MoRTH/ NHAI/MoSHIPING/NHIDCL
MoSHIPING/ NHIDCL and against
whom such action is under process
by MoRTH/
NHAI/MoSHIPING/NHIDCL
Bid submission End Date (online) 03.12.2020
(1100 hrs)
NIT Page No. Bid submission End Date (online &
12.
4 physical Copy) 23.11.2020 (1100 hrs)
The physical copy of the bid may be submitted
before opening of financial bids.
All such taxes and levies 1.3.31 All such taxes and levies shall be
shall be borne by KMRL; the borne by KMRL.
contractor is bound to ensure that 1.3.32 The contractor is bound to ensure that
Appendix-A, the the documentation required like
13. Clause 1.3.31 documentation required for,the paym the As‐built drawings, specifications,
Page No 9 ent of such,tax like the As‐built drawi details etc are submitted to the KMRL. Any failure
ngs, specifications,details etc are sub in doing so shall result in penalties.
mitted to the KMRL. Any failure in doi
ng so shall result in penalties.
During construction as well O&M period, the
provisions of permission/ license as well as cost of
Appendix-A,
such provisions for electricity, backup power,
14. Clause 1.4.18 -
water supply, EHS, labors etc shall be arranged
Page No 11
by the contractor and nothing extra shall be
payable towards such expenses.
The Contractor shall be responsible for getting all
approvals executed works like Electrical, Fire
Appendix-A, detection and suppression, DG set etc from the
15. Clause 1.4.19 - concerned statutory departments/ local bodies etc.
Page No 11 including the ones for Automated Car Parking
system like structure, components, Manufacturer’s
testing certificates, Norms/ compliances etc.
During the course of the operation and maintaince
Appendix-A, the contractor shall train the client’s personnel (of
Operation & at least equivalent quantity as his own deployment
16. Maintenance/ - during the O&M period) in Operation and
Clause (l) maintenance works of the Automated Parking
Page No 26 system.

It shall also include installation, testing


commissioning of all services and components of
Automated car parking system, all necessary
licenses & approvals etc. Before the handing over
It shall also include of the project and before the completion of the
installation, testing commissioning construction works (During the testing and
Appendix-A,
of all services commissioning stage), the client’s representative
17. Clause 1.4.11
and components,of Automated car pa shall check the performance of the installed
Page No 10
rking system, all necessary licenses systems, building components, appliances etc for
& approvals etc. benchmarking as per specifications, activation of
failsafe mechanisms, redundancy measures,
quality etc. If these are not upto the standards,
contractor shall be liable to rectify upto the
satisfaction of KMRL/ NHIDCL.

NIT Estimated Cost


NIT Estimated Cost
18. NIT Page-1 (Rs. in Crore) (excluding GST)- Rs.
(Rs. in Crore) (excluding GST)- Rs 13.94 Cr.
13.90 Cr.
RFP Section
III –
Evaluation
Estimate Value of Works - INR 13.90 Estimate Value of Works - INR 13.94 Crore
19. and
Crore (excluding GST). (excluding GST).
Qualification
Criteria
Page No 26
Appendix B &
Parking Fasteners : HILTI or equivalent with prior approval
20. Fasteners : HILTI
Equipment of Engineer
Page No: 215

Appendix B &
Sensors/Limits witch: Korea/Japan/Germany
Parking Sensors/Limits witch:
21. brand or equivalent with prior approval of
Equipment Korea/Japan/Germany brand
Engineer
Page No: 215

Appendix B &
Electrical Copper wire FRLS: Copper wire FRLS: Havells/KEI/Finolex/Skytone
22.
Works Page Havells/KEI/Finolex/Skytone or equivalent with prior approval of Engineer
No: 118
Appendix B &
Electrical Pipes: Jindal Hissar or equivalent with prior
23. Pipes: Jindal Hissar
Works Page approval of Engineer
No: 118
Appendix B &
Sluice & Non-Return Valves:
Electrical Sluice & Non-Return Valves:
24. Kirloskar/Zoloto/Leader/Audco or equivalent with
Works Page Kirloskar/Zoloto/Leader/Audco
prior approval of Engineer
No: 118
Appendix B &
Butterfly Valves:
Electrical Butterfly Valves:
25. Audco/Crescent/Fouress or equivalent with prior
Works Page Audco/Crescent/Fouress
approval of Engineer
No: 118
Appendix B & Pressure Gauges:
Pressure Gauges:
Electrical Manometer / H Guru / GIC / AN
26. Manometer / H Guru / GIC / AN
Works Page Instrument or equivalent with prior approval of
Instrument
No: 118 Engineer
Appendix B &
Pressure Switch:
Electrical Pressure Switch:
27. Indfoss / Switcher / Vexma Trafag or equivalent
Works Page Indfoss / Switcher / Vexma Trafag
with prior approval of Engineer
No: 118
Appendix B &
Flow Switches:
Electrical Flow Switches:
28. TRAC / Levecon / System sensor or equivalent
Works Page TRAC / Levecon / System sensor
with prior approval of Engineer
No: 119
Appendix B &
Electrical Battery: EXIDE/PRESTOLITE or equivalent with
29. Battery: EXIDE/PRESTOLITE
Works Page prior approval of Engineer
No: 119
Appendix B &
Electrical Protection\Relays: Protection\Relays: ABB/L&T/Schneider or
30.
Works Page ABB/L&T/Schneider equivalent with prior approval of Engineer
No: 119
Existing BOQ has been revised and uploaded in CPP Portal. Bidders are requested to
31. BOQ
quote their rates in the Revised BOQ only.

Note: List of Approved makes and specialized Agency as mentioned in the Additional
Appendix-C (Specifications of Works) is not exhaustive and any other equivalent makes &
specialized agency may be considered after approval of the Engineer.

Other terms and conditions shall remain same.

(A. K. Singh)
General Manager (Tech.)

You might also like