TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 ›...

34
Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT _________________________________________________________________ GMRC June 2020 Page 1 of 14 TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 ENGAGEMENT OF CONSULTANCY SERVICES FOR DEVELOPMENT OF MULTI MODAL INTEGRATION PLAN FOR, (I ) CORRIDOR-1 FROM SARTHANA (CH: 0.0) TO DREAM CITY (CH: 20710.30 M) TWENTY (20) STATIONS & (II ) CORRIDOR-2 FROM BHESAN (CH: 0.0 M) TO SAROLI (CH: 17341.80 M) EIGHTEEN (18) STATIONS, UNDER SURAT METRO RAIL PROJECT, PHASE IVOLUME I Gujarat Metro Rail Corporation (GMRC) Limited (SPV of Govt. of Gujarat and Govt. of India) Formerly known as Metro Link Express for Gandhinagar and Ahmedabad (MEGA) Co. Ltd. Block No.1, First Floor, Karmayogi Bhavan, Behind Nirman Bhavan, Sector 10/A, Gandhinagar: 382010, Gujarat, India Corporate Identification No (CIN): U60200GJ2010SGC059407 TENDER NO.: GMRC/MMI/SURAT/PH-01/2020 NOTICE INVITING TENDER

Transcript of TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 ›...

Page 1: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 1 of 14

TENDER NOTIFICATION NO.:

GMRC/MMI/SURAT/PH-01/2020

“ENGAGEMENT OF CONSULTANCY SERVICES FOR DEVELOPMENT OF MULTI MODAL

INTEGRATION PLAN FOR, (I) CORRIDOR-1 FROM SARTHANA (CH: 0.0) TO DREAM CITY (CH:

20710.30 M) – TWENTY (20) STATIONS & (II) CORRIDOR-2 FROM BHESAN (CH: 0.0 M) TO

SAROLI (CH: 17341.80 M) – EIGHTEEN (18) STATIONS, UNDER SURAT METRO RAIL

PROJECT, PHASE – I”

VOLUME – I

Gujarat Metro Rail Corporation (GMRC) Limited

(SPV of Govt. of Gujarat and Govt. of India)

Formerly known as Metro Link Express for Gandhinagar and Ahmedabad (MEGA) Co. Ltd.

Block No.1, First Floor, Karmayogi Bhavan, Behind Nirman Bhavan,

Sector 10/A, Gandhinagar: 382010,

Gujarat, India

Corporate Identification No (CIN): U60200GJ2010SGC059407

TENDER NO.:

GMRC/MMI/SURAT/PH-01/2020

NOTICE INVITING TENDER

Page 2: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 2 of 14

Gujarat Metro Rail Corporation (GMRC) Limited (SPV of Govt. of Gujarat and Govt. of India)

Block No.1, First Floor, Karmayogi Bhavan, Behind Nirman Bhavan, Sector 10/A, Gandhinagar: 382010,

Gujarat, India

Date: 25-06-2020

TENDER NOTIFICATION No: GMRC/MMI/SURAT/PH-01/2020

E-Tenders are invited from reputed and experienced Contractors for the following tender:

Tender Name Tender Fees

“ENGAGEMENT OF CONSULTANCY SERVICES FOR DEVELOPMENT OF

MULTI MODAL INTEGRATION PLAN FOR, (I) CORRIDOR-1 FROM

SARTHANA (CH: 0.0) TO DREAM CITY (CH: 20710.30 M) – TWENTY (20)

STATIONS & (II) CORRIDOR-2 FROM BHESAN (CH: 0.0 M) TO SAROLI

(CH: 17341.80 M) – EIGHTEEN (18) STATIONS, UNDER SURAT METRO

RAIL PROJECT, PHASE – I”

INR 25,000/-

Interested bidders are requested to visit https://gmrc.nprocure.com for eligibility criteria, applying/

downloading the tender document. Last date and time for Bid Submissions is 15:00 Hrs on 24-07-2020.

Any alterations in Eligibility Criteria cum Qualification Requirements, and terms of the Tender

Document, or any amendment to the Tender Document, etc, will be uploaded on

https://gmrc.nprocure.com and GMRC’s Website www.gujaratmetrorail.com without any obligation or

press notification or other proclamation.

Managing Director GMRC, Gandhinagar

Page 3: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 3 of 14

TENDER NOTIFICATION NO: GMRC/MMI/SURAT/PH-01/2020

Date: 25-06-2020

NOTICE INVITING TENDER

1.1 GENERAL

1.1.1 Name of Work:

Gujarat Metro Rail Corporation (GMRC) Ltd. invites Open Tenders from eligible applicants, who fulfil

qualification criteria as stipulated in Clause 1.1.3 of NIT, for the work, “ENGAGEMENT OF

CONSULTANCY SERVICES FOR DEVELOPMENT OF MULTI MODAL INTEGRATION PLAN

FOR, (I) CORRIDOR-1 FROM SARTHANA (CH: 0.0) TO DREAM CITY (CH: 20710.30 M) –

TWENTY (20) STATIONS & (II) CORRIDOR-2 FROM BHESAN (CH: 0.0 M) TO SAROLI (CH:

17341.80 M) – EIGHTEEN (18) STATIONS, UNDER SURAT METRO RAIL PROJECT, PHASE – I”

1.1.2 Key Details:

The details of the tender are as follows:

Tender No. GMRC/MMI/SURAT/PH-01/2020

Name of Work ENGAGEMENT OF CONSULTANCY SERVICES FOR DEVELOPMENT OF MULTI MODAL INTEGRATION PLAN FOR, (I) CORRIDOR-1 FROM SARTHANA (CH: 0.0) TO DREAM CITY (CH: 20710.30 M) – TWENTY (20) STATIONS & (II) CORRIDOR-2 FROM BHESAN (CH: 0.0 M) TO SAROLI (CH: 17341.80 M) – EIGHTEEN (18) STATIONS, UNDER SURAT METRO RAIL PROJECT, PHASE – I

Approximate cost of work INR 4.74 Crore (Excl. GST)

Completion period of Work 15 months from the issuance of LOA

Tender documents on sale / Download of Tender Document

From 30-06-2020 (from 11:00 hrs) to 24-07-2020 (up to

12:00 hrs) on e-tendering website

https://gmrc.nprocure.com. Tender document can only be

obtained online after registration of tenderer on the

website https://gmrc.nprocure.com. For further information

in this regard bidders are advised to contact No. +91 79

23248572, Extension 527

Tender Fees

(Non-refundable)

INR 25,000 (Twenty Five Thousand Only) Inclusive

of GST

(Demand Draft /Banker’s cheque drawn on a Scheduled

Commercial Bank based in India and should be in favour

of “Gujarat Metro Rail Corporation (GMRC) Ltd” payable at

Gandhinagar/Ahmedabad)

D.D./Banker’s Cheque (in original) shall be accepted only

up to 15:00 hours on 24-07-2020 in the office of Senior

Deputy General Manager- Civil & Procurement

(Copy of GST registration no. to be provided along

with Tender fee)

For further details, clause 1.1.3.1 (iv) of NIT may be

referred.

Page 4: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 4 of 14

Tender Security INR 4.74 Lakh as Bank-Guarantee/Demand Draft/

Fixed Deposit/ Banker’s Cheque

Tender Security (in original) as per clause C18 of ITT shall be accepted only up to 15:00 hours on 24-07-2020 in the office of Senior Deputy General Manager- Civil & Procurement at the address mentioned hereinafter. Demand Draft /Banker’s cheque / FD/ BG drawn on a Scheduled Commercial Bank based in India and should be in favour of “Gujarat Metro Rail Corporation (GMRC) Ltd” payable at Gandhinagar/Ahmedabad

Note: Bidders to note that the payment of tender security shall be made from the account of bidder only. However, in case of JV/Consortium, the tender security can be either paid from JV/Consortium account or one of the constituent member of JV/Consortium. If Tender Security has been made from other than the account mentioned above, same shall not be accepted and all such bids shall be considered ineligible and summarily rejected. For further details, clause C18 of ITT may be referred.

Last date of submission of

queries/ Clarification from

Tenderers

02-07-2020 up to 17:00 hrs

Queries/clarifications from bidders after due date and time shall not be acknowledged.

The interested applicants can send their participation details (i.e. Name, Mobile no., Email ID, Name of firm) through E-mail to [email protected] on or before 02-07-2020.

The bidder shall submit their queries to above mentioned mail id in excel format as given in Annexure.

Pre- bid Meeting to be held online

on

03-07-2020 at 11:30 hrs.

Last date and time of submission

of E-Tender

24-07-2020, 15:00 Hrs

• Financial Bid is to be filled up on the online portal https://gmrc.nprocure.com as mentioned in financial bid submission

• Technical Bid is to be submitted physically at the address mentioned below & is also to be uploaded online at https://gmrc.nprocure.com

Opening of Technical Bid including Tender Fees & Tender Guarantee

On the last day of submission of Filled-In Technical Bid (as mentioned above) at 15:30 hrs.

Date and Time of opening of online Financial bid

Will be intimated later to technically qualified bidders through e-mail/ phone.

Venue of physical submission of Tender fees, Tender guarantee and Technical Bid & Prebid Meeting

Senior Deputy General Manager- Civil & Procurement, Gujarat Metro Rail Corporation (GMRC) Limited (SPV of Govt. of Gujarat and Govt. of India) Block No.1, First Floor, Karmayogi Bhavan, Behind Nirman Bhavan, Sector 10/A, Gandhinagar: 382010,

Page 5: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 5 of 14

Gujarat, India

Tender Validity 180 days from the last day of submission of tender

Performance Security/ Security Deposit

10% of accepted value of work (LOA)

1.1.3 QUALIFICATION CRITERIA

1.1.3.1 Eligible Applicants:

i. The tenders for this contract will be considered only from those tenderers (proprietorship firms,

partnerships firms, companies, corporations, consortia or joint ventures) who meet requisite eligibility

criteria prescribed in the sub-clauses of Clause 1.1.3 of NIT. In the case of a JV or Consortium, all

members of the Group shall be jointly and severally liable for the performance of whole contract.

ii. (a) A non-Indian firm is permitted to tender only in a joint venture or consortium arrangement with

any other Indian firm having minimum participation interest of 26% or their wholly owned Indian

subsidiary registered in India under Companies Act-1956 with minimum 26% participation.

(b) A tenderer shall submit only one bid in the same tendering process, either individually as a

tenderer or as a partner of a JV/Consortium. A tenderer who submits or participates in, more than

one bid will cause all of the proposals in which the tenderer has participated to be disqualified. No

tenderer can be a subcontractor while submitting a bid individually or as a partner of a JV/Consortium

in the same bidding process. A tenderer, if acting in the capacity of subcontractor in any bid, may

participate in more than one bid, but only in that capacity.

iii. Tenderers shall not have a conflict of interest. All Tenderers found to have a conflict of interest

shall be disqualified. Tenderers shall be considered to have a conflict of interest with one or more

parties in this bidding process, if:

(a) a tenderer has been engaged by the Employer to provide consulting services for the preparation

related to procurement for / on implementation of the project;

(b) a tenderer is any associates/affiliates (inclusive of parent firms) mentioned in subparagraph (a)

above; or

(c) a tenderer lends, or temporarily seconds its personnel to firms or organisations which are

engaged in consulting services for the preparation related to procurement for / on implementation of

the project, if the personnel would be involved in any capacity on the same project.

iv. The payment of the tender fees is acceptable from account of bidder only. However, in case of

JV/Consortium, the tender fees can either be paid from JV/Consortium account or one of the

constituent member of JV/Consortium. If Tender Fees has been made from other than the account

mentioned before, same shall not be accepted and all such bids shall be considered ineligible and

summarily rejected.

v(a). GMRC/ any other Metro Organisation (100% owned by Govt.) / Ministry of Housing & Urban

Affairs / Order of Ministry of Commerce, applicable for all Ministries must not have banned business

Page 6: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 6 of 14

with the tenderer (including any member in case of JV/consortium) as on the date of tender

submission. The tenderer should submit undertaking to this effect in Appendix-19 of Form of

Tender.

v(b). Also no contract of the tenderer of the value more than 10% of NIT cost of work, executed

either individually or in a JV/Consortium, should have been rescinded / terminated by GMRC / any

other Metro Organisation (100% owned by Govt.) after award during last 03 years (from the last day

of the previous month of tender submission) due to non-performance of the tenderer or any of

JV/Consortium members. The tenderer should submit undertaking to this effect in Appendix-19 of

Form of Tender.

v(c). The overall performance of the tenderer (all members in case of JV/Consortium separately)

shall be examined for all the on-going similar works awarded by GMRC/ any other Metro

Organisation (100% owned by Govt.) of value more than the values specified in clause 1.1.3.2 A.(iii)

cost of work and also for all the completed similar works awarded by GMRC / any other Metro

Organisation (100% owned by Govt.) within last one year (from the last day of the previous month

of tender submission), of value more than the values specified in clause 1.1.3.2 A (iii) of NIT

executed either individually or in a JV/Consortium. The tenderer shall provide list of all such works

in the prescribed Performa given in Appendix-19A of the Form of Tender. The tenderer (all

members in case of JV/Consortium separately) may either submit satisfactory performance

certificate issued by the Client / Employer for the works or give an undertaking regarding satisfactory

performance of the work with respect to completion of work/ execution of work (ongoing works)

failing which their tender submission shall not be evaluated and the tenderer shall be considered

non-responsive and non-compliant to the tender conditions. In case of non-submission of either

satisfactory performance certificate from client / employer or undertaking of satisfactory performance

of any of the above work, the performance of such work shall be treated as unsatisfactory while

evaluating the overall performance of tenderer in terms of Note (b) of Appendix - 19A. In case of

performance certificate issued by the client, same should not be older than three months (from the

last day of the previous month of tender submission) for the ongoing works. In case the tenderer

doesn’t have any work falling in the above criteria, his performance will not be judged

unsatisfactory.

v(d). Tenderer (including any member in case of JV/consortium) for the works awarded by GMRC/

any other Metro Organisation (100% owned by Govt.) must have been neither penalised with

liquidated damages of 10% (or more) of the contract value due to delay nor imposed with penalty of

10% (or more) of the contract value due to any other reason in any Similar works of value more than

10% of NIT cost of work, during last three years. The tenderer should submit undertaking to this

effect in Appendix-20 of Form of Tender.

v(e). If the tenderer or any of the constituent ‘substantial member(s)’ of JV/Consortium does not

meet the criteria stated in the Appendix-19 or Appendix-19A or Appendix-20, the tenderer

including the constituent ‘substantial member(s)’ of JV/Consortium shall be considered ineligible for

Page 7: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 7 of 14

participation in tender process and they shall be considered ineligible applicants in terms Clause

1.1.3.1 of NIT.

v(f). If there is any misrepresentation of facts with regards to undertaking submitted vide Appendix-

19, or performance in any of the works reported in the Appendix 19A, or undertaking submitted vide

Appendix-20, the same will be considered as “fraudulent practice” under Clause 8 of SCC and the

tender submission of such tenderers will be rejected besides taking further action as per Clause 8 &

9 of SCC.

vi. Tenderer (any member in case of JV/consortium) must not have suffered bankruptcy/insolvency

during the last 5 years. The tenderer should submit undertaking to this effect in Appendix-21 of Form

of Tender.

vii. LEAD PARTNER/ NON SUBSTANTIAL PARTNERS/ CHANGE IN JV/CONSORTIUM

a) Lead partner must have a minimum of 26% participation in the JV/Consortium. Each other

partners should have a minimum of 20% participation in the JV/Consortium.

b) Partners having less than 26% participation will be termed as non-substantial partner and will

not be considered for evaluation which means that their financial soundness and work

experience shall not be considered for evaluation of JV/Consortium.

c) In case of JV/Consortium, change in constitution or percentage participation shall not be

permitted at any stage after their submission of application otherwise the applicant shall be

treated as non-responsive.

d) The tenderer, in case of JV/Consortium, shall clearly and unambiguously define the role and

responsibilities for each substantial/non-substantial partner in the JV agreement/ MOU

submitted vide foot note (d) of Appendix-6 of Form of Tender, providing clearly that any

abrogation/subsequent re-assignment of any responsibility by any substantive/ non-substantive

partner of JV/Consortium in favour of other JV/Consortium partner or any change in constitution

of partners of JV/Consortium (without written approval of Employer) from the one given in JV

agreement /MOU at tender stage, will be treated, as ‘breach of contract condition’ and/or

‘concealment of facts’ (as the case may be), vide SCC clause 8 & 9 and acted accordingly.

e) The Employer in such cases, may in its sole discretion take action under Clause 8 of SCC

against any member(s) for failure in tenderer’s obligation and declare that member(s) of

JV/Consortium ineligible for award of any tender in GMRC or take action to terminate the

contract in part or whole under clause 9 of SCC as the situation may demand and recover the

cost/damages as provided in contract.

viii. Participation by Subsidiary Company / Parent Company with credential of other Company

a) Applicant in the capacity of a Subsidiary Company as a single entity is not permitted to use

the credential of its Parent Company and/or its Sister Subsidiary Company/ Companies

unless the Applicant participates in tender as JV/Consortium with its Parent Company

and/or its Sister Subsidiary Company/ Companies as a member(s) in JV/Consortium with

minimum 26% participation each (as substantial member) for such member(s).

Page 8: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 8 of 14

b) Applicant in the capacity of a Parent Company as a single entity is not permitted to use

the credential of its Subsidiary Company/ Companies unless the Applicant participates in

tender as JV/Consortium with its Subsidiary Company/ Companies as a member(s) in

JV/Consortium with minimum 26% participation each (as substantial member) for such

member(s).

ix. Purchase Preference to Local Suppliers/Preference to Make In India:

a) Definitions:

i. ‘Local content’ means the amount of value added in India which shall be the total value of the

item procured (excluding net domestic indirect taxes) minus the value of imported content in

the item (including all custom duties) as a proportion of the total value, in percent. Minimum

local content shall be 80% for the subject tender.

ii. ‘Local Supplier’ means a supplier or service provider whose product or service offered for

procurement meets the minimum local content as prescribed at sr. no. i. above.

iii. ‘L1’ means the lowest tender or lowest bid received in a tender, bidding process or other

procurement solicitation as adjudged in the evaluation process as per the tender or other

procurement solicitation.

iv. ‘Margin of purchase preference’ means the maximum extent to which the price quoted by a

local supplier may be above the L1 for the purpose of purchase preference. Margin of

purchase preference shall be 10% for the subject tender.

b) Procedure for Purchase Preference in procurement of goods or works which are

divisible in nature: NOT APPLICABLE FOR THE SUBJECT TENDER

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local supplier, the

contract for full quantity will be awarded to L1.

ii. If L1 bid is not from a local supplier, 50% of the order quantity shall be awarded to L1.

Thereafter, the lowest bidder among the local suppliers, will be invited to match the L1 price

for the remaining 50% quantity subject to local supplier’s quoted price falling within the margin

of purchase preference, and contract for that quantity shall be awarded to such local supplier

subject to matching the L1 price.

iii. In case such lowest eligible local supplier fails to match the L1 price or accepts less than the

offered quantity, the next higher local supplier within the margin of purchase preference shall

be invited to match the L1 price for remaining quantity and so on, and contract shall be

awarded accordingly.

iv. In case some quantity is still left uncovered on local suppliers, then such balance quantity

may also be ordered on the L1 bidder.

c) Procedure for Purchase Preference in procurement of goods or works which are not

divisible in nature and in procurement of services where the bid is evaluated on price

alone: APPLICABLE FOR THE SUBJECT TENDER

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local supplier, the

contract will be awarded to L1.

ii. If L1 is not from a local supplier, the lowest bidder among the local suppliers, will be invited

to match the L1 price subject to local supplier’s quoted price falling within the margin of

purchase preference, and the contract shall be awarded to such local supplier subject to

matching the L1 price.

Page 9: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 9 of 14

iii. In case such lowest eligible local supplier fails to match the L1 price, the local supplier with

the next higher bid within the margin of purchase preference shall be invited to match the L1

price and so on and contract shall be awarded accordingly.

iv. In case none of the local suppliers within the margin of purchase preference matches the L1

price, then the contract may be awarded to the L1 bidder.

d) Minimum local content and verification of local content:

i. The local supplier at the time of tender shall be required to provide self-certification that the

item offered meets the minimum local content and shall give details of the location(s) at which

the local value addition is made.

ii. In case of procurement for a value in excess of Rs. 10 crores, the local supplier shall be

required to provide a certificate from the statutory auditor or cost auditor of the company or

from a practising cost accountant or practising chartered accountant giving the percentage

of local content after completion of works to the Engineer.

iii. If any false declaration regarding local content is found, the company shall be debarred for a

period of three years from participating in tenders of all metro rail companies.

iv. Supplier/bidder shall give the details of the local content in a format attached as Appendix-

23 and Appendix-24 of FOT duly filled to be submitted along with the technical bid. In case,

bidder do not submit Appendix-23 and Appendix-24 of FOT duly filled along with their

technical bid, local content shall be considered as ‘Nil’ in tender evaluation.

e) Complaints relating to implementation of Purchase Preference

Fees for such complaints shall be Rs. 2 Lakh or 1% of the value of the local item being

procured (subject to maximum of Rs. 5 Lakh), whichever is higher. In case the complaint is

found to be incorrect, the complaint fee shall be forfeited. In case, the complaint is upheld

and found to be substantially correct, deposited fee of the complainant would be refunded

without any interest.

1.1.3.2 Minimum Eligibility Criteria:

A. Work Experience: The tenderers will be qualified only if they have successfully completed

work(s),completion date(s) of which falling during last seven years ending last day of the

month previous to the month of tender submission as given below:

(i) One “*Similar Completed Work” * costing not less than INR 3.79 Crore.

If the above work of Rs. 3.79 Crore has been done by the foreign partner of JV and the work

was done in the country of the foreign partner then in addition to this, the foreign partner

must have done work equal to Rs.1.90 Crore outside the country of the foreign partner.

OR

(ii)Two “*Similar Completed Works” * costing not less than INR 2.37 Crore each.

If the above work of Rs. 2.37 Crore has been done by the foreign partner of JV and the work

was done in the country of the foreign partner then in addition to this, the foreign partner

must have done work equal to Rs.1.90 Crore outside the country of the foreign partner.

OR

(iii) Three “*Similar Completed Works” * costing not less than INR 1.90 Crore each.

Page 10: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 10 of 14

If the above work of Rs. 1.90 Crore has been done by the foreign partner of JV and the work

was done in the country of the foreign partner then in addition to this, the foreign partner

must have done work equal to Rs.1.90 Crore outside the country of the foreign partner.

*Similar Completed work means the consultancy works of “Preparation of Macro level

Multi Model Integration Plan for MRTS / LTR/ Railways integration in to an urban

environment”.

Notes:

1. The tenderer shall submit details of works executed by them in the Performa prescribed

in Appendix-17 of FOT for the works to be considered for qualification of work

experience criteria. Documentary proof such as completion certificates from client clearly

indicating the nature/scope of work, actual completion cost and actual date of completion

for such work should be submitted. The offers submitted without this documentary proof

shall not be evaluated. In case the work is executed for private client, copy of work order,

bill of quantities, bill wise details of payment received certified by C.A., T.D.S certificates

for all payments received and copy of final/last bill paid by client shall be submitted. The

offers submitted without this documentary proof shall not be evaluated

2. Value of successfully completed portion of any ongoing work up to last day of previous

month of tender submission will also be considered for qualification of work experience

criteria provided at least 70% of the Contract value of work is completed. The details to

be furnished in Appendix - 17 & 17A along with the Engineer / Employer’s certificate for

ongoing works that should not be older than three months from the tender submission

date.

3. For completed works, value of work done shall be updated to last day of previous month

of tender submission price level assuming 5% inflation for Indian Rupees every year and

2% for foreign currency portions per year, on compounding basis. The exchange rate of

foreign currency shall be applicable 28 days before the submission date of tender.

4. In case of joint venture / Consortium, full value of the work, if done by the same joint

venture shall be considered. However, if the qualifying work(s) were done by them in

JV/Consortium having different constituents, then the value of work as per their

percentage participation in such JV/Consortium shall be considered.

B. Financial Standing: The tenderers will be qualified only if they have minimum financial capabilities

as below:

(i) T1 – Liquidity: It is necessary that the firm can withstand cash flow that the contract will require until

payments received from the Employer. Liquidity therefore becomes an important consideration.

This shall be seen from the balance sheets and/or from the banking reference. Net current assets

and/or documents including banking reference (as per proforma given in Annexure – 8 of ITT),

Page 11: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 11 of 14

should show that the applicant has access to or has available liquid assets, lines of credit and other

financial means to meet cash flow of INR 0.95 Crores for this contract, net of applicant’s

commitments for other Contracts. Banking reference should contain in clear terms the amount that

bank will be in a position to lend for this work to the applicant/member of the Joint

Venture/Consortium. In case the Net Current Assets (as seen from the Balance Sheets) are

negative, only the Banking references will be considered. Otherwise the aggregate of the Net Current

Assets and submitted Banking references will be considered for working out the Liquidity.

The banking reference should be from a Scheduled Bank in India or (in case of foreign parties) from

an international bank of repute acceptable to GMRC as per proforma given in Annexure- 8 of ITT

and it should not be more than 3 months old as on date of submission of bids.

In Case of JV/Consortium- Requirement of liquidity is to be distributed between members as per

their percentage participation and every member should satisfy the minimum requirement.

Example: Let member-1 has percentage participation=M and member-2 has percentage

participation=N. If minimum liquidity required is ‘W’ then liquidity of member-1 ≥ W M

100

And liquidity of member-2 ≥ W N.

100

(ii) T2 - Profitability: Profit before Tax should be Positive in at least 2(two) year, out of the

last five audited financial years.

In Case of JV/Consortium: The profitability of only lead member shall be evaluated.

(iii) T3 - Net Worth: Net Worth of tenderer during last audited financial year should be >INR 1.26 Crores

In Case of JV/Consortium- Net worth will be based on the percentage participation of each

Member.

Example: Let Member-1 has percentage participation = M and Member-2 has =N. Let the Net

worth of Member-1 is A and that of Member-2 is B, then the Net worth of JV/Consortium will be

= AM+BN

100

(iv) T4 - Annual Turnover: The average annual turnover from consultancy works of last five

financial years should be > INR 3.79 Crores.

The average annual turnover of JV/Consortium will be based on percentage participation

of each member

Example: Let Member-1 has percentage participation = M and Member - 2 has =N. Let the

average annual turnover of Member-1 is ‘A’ and that of Member-2 is ‘B’, then the

average annual turnover of JV/Consortium will be

= AM+BN

100

Page 12: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 12 of 14

Notes:

a) Financial data for latest last five audited financial years has to be submitted by the tenderer in

Appendix-18 of FOT along with audited balance sheets. The financial data in the prescribed

format shall be certified by Chartered Accountant with his stamp and signature. In case audited

balance sheet of the last financial year is not made available by the bidder, he has to submit

an affidavit certifying that ‘the balance sheet has actually not been audited so far’. In such a

case the financial data of previous ‘4’ audited financial years will be taken into consideration for

evaluation. If audited balance sheet of any year other than the last year is not submitted, the

tender will be considered as non-responsive.

b) Where a work is undertaken by a group, only that portion of the contract which is undertaken

by the concerned applicant/member should be indicated and the remaining done by the other

members of the group be excluded. This is to be substantiated with documentary evidence.

1.1.3.3 Bid Capacity Criteria:

Bid Capacity: The tenderers will be qualified only if their available bid capacity is more than the approximate cost of work as per NIT. Available bid capacity will be calculated based on the following formula:

Available Bid Capacity = 2*A*N – B

Where,

A = Maximum of the value of consultancy works executed in any one year during the last five

financial years (updated to last day of the month previous to the month of tender submission

price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency

portions per year, on compounding basis).

N = No. of years prescribed for completion of the work

B = Value of existing commitments (as on last day of the month previous to the month of tender

submission ) and on-going consultancy works to be completed during period of 15 months w.e.f.

from the first day of the month of tender submission

Notes:

a) Financial data for latest last five financial years has to be submitted by the tenderer in

Appendix -15 of FOT along with audited financial statements. The financial data in the

prescribed format shall be certified by the Chartered Accountant with his stamp and

signature in original with membership number and firm registration number.

b) Value of existing commitments for on-going consultancy works during period of 15 months

w.e.f. from the first day of the month of tender submission has to be submitted by the

tenderer in Appendix – 16 of FOT. These data shall be certified by the Chartered

Accountant with his stamp and signature in original with membership number and firm

registration number.

c) In the case of a group, the above formula will be applied to each member to the extent of

his proposed participation in the execution of the work. If the proposed % participation is

not mentioned then equal participation will be assumed.

Example for calculation of bid capacity in case of JV / Consortium / Group Suppose there are ‘P’ and ‘Q’ members of the JV / Consortium / Group with their participation

in the JV / Consortium / Group as 70% and 30% respectively and available bid capacity of these

members as per above formula individually works out ‘X’ and ‘Y’ respectively, then Bid Capacity

of JV / Consortium / Group shall be as under:

Page 13: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 13 of 14

Bid Capacity of the JV / Consortium / Group = 0.7X + 0.3Y

1.1.3.4 The tender submission of tenderers, who do not qualify the minimum eligibility criteria & bid

capacity criteria stipulated in the clauses 1.1.3.2 to 1.1.3.3 above, shall not be considered for

further evaluation and therefore rejected. The mere fact that the tenderer is qualified as

mentioned in sub clause 1.1.3.2 to 1.1.3.3 shall not imply that his bid shall automatically be

accepted. The same should contain all technical data as required for consideration of tender

prescribed in the ITT. Any other submission that changes substance of bid cannot be asked

during the evaluation process, only submission with tender is valid for evaluation.

In case of mismatch in financial data in the submitted documents i.e. in Chartered Accountant

certified documents and data in audited balance sheet, the data from the audited balance

sheets shall prevail.

1.1.4 Tender Documents comprises of following:

Volume 1

Notice Inviting Tender

Instructions to Tenderers (including Annexures)

Form of Tender (including Appendices)

Volume 2

General Conditions of Contracts

Special Conditions of Contract

Scope of Work

Volume 3

Financial Proposal

1.1.5 The tenderer may obtain further information/clarification, if any, in respect of these tender

documents from the office of Sr. DGM/Civil & Procurement, Gujarat Metro Rail Corporation

(GMRC) Ltd.( SPV of Govt. of Gujarat and Govt. of India) ,Block No.1, First Floor, Karmayogi

Bhavan, Behind Nirman Bhavan, Sector 10/A, Gandhinagar:-382010, Gujarat, India.

1.1.6 All tenderers are hereby cautioned that tenders containing any material deviation or

reservations as described in Clause. E 4 of “Instructions to Tenderers” and/or minor deviation

without quoting the cost of withdrawal shall be considered as non-responsive and is liable to

be rejected.

1.1.7 The intending tenderers must be registered on e-tendering portal https://gmrc.nprocure.com.

Those who are not registered on the e-tendering portal shall be required to get registered

beforehand. After registration, the tenderer will get user id and password. On login, tenderer

can participate in tendering process and can witness various activities of the process.

1.1.8 The bidder shall submit the Tender Fees & Tender Security (Envelope-1), Technical Bid

(Envelope-2) and Signed & stamped Tender document along with Addenda & Clarifications (if

any) (Envelope-3) in physical form & Technical Bid (i.e, Envelope -2) is also to be uploaded

online at e-tendering portal https://gmrc.nprocure.com. Financial Bid is not to be submitted in

the physical form and it must be submitted online only at https://gmrc.nprocure.com. Both the

submissions are to be submitted on the same day as per date and time mentioned in NIT.

Instructions for on-line bid submission are furnished in ITT.

1.1.9 Submission of Tender after due date and time shall not be accepted under any circumstances.

It shall be the responsibility of the bidder / tenderer to ensure that (a) Technical Bid is to be

physical & online form and (b) Financial Bid / Price Bid is to be submitted in online form on e-

tendering website https://gmrc.nprocure.com before the deadline of submission.

Page 14: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 NIT

_________________________________________________________________ GMRC June 2020 Page 14 of 14

GMRC will not be responsible for non-receipt of tender submission as mentioned above due to

loss etc.

1.1.10 Tenders shall be valid for a period of 180 days (both days inclusive i.e. the date of submission

of tenders and the last date of period of validity of the tender) from the date of submission of

Tenders and shall be accompanied with a tender security of the requisite amount as per clause

C18 of ITT.

1.1.11 GMRC reserves the right to accept or reject any or all proposals without assigning any reasons.

No tenderer shall have any cause of action or claim against the GMRC for rejection of his

proposal.

1.1.12 If any Scheduled event(s) of tender activity falls on public holiday, then the same will be

conducted on the next working day at the same mentioned time.

1.1.13 Tenderers are advised to keep in touch with e-tendering portal https://gmrc.nprocure.com and

GMRC’s website www.gujaratmetrorail.com for any updates, Addendum, Clarification, etc.

1.1.14 The Contact person for this tender is Sr. DGM- Civil & Procurement with mail-ID

[email protected], Telephone +91 79 23248572, Extension 527.

1.1.15 Help-Desk Link for E-Tendering:-

In case bidders need any clarifications or if training required to participate in online

tenders, they can contact (n) Procure Support team:-

(n)Code Solutions-A division of GNFC Ltd.,

(n)Procure Cell

304, GNFC Infotower, S.G. Road, Bodakdev, Ahmedabad – 380054 (Gujarat)

Contact Details

Fax : +91-79-40007533

E-mail : [email protected]

TOLL FREE NUMBER : 1800-419-4632

1.1.16 Operating System & System Requirements:-

Opening Website in IE 8/9/10 - Open IE ->Menu Bar -> Tools-> Compatibility View Settings -

> Add website in compatibility view ->Select below option only "Display all Opening Website

in IE 11. - Open IE ->Menu Bar -> Tools-> Compatibility View Settings -> Add website in

compatibility view ->Select below option only "Display Intranet Sites in Compatibility View".

Don't Close IE. And open the website.

New DSC Purchase & Renewal L: 079 – 66743289/ 66743300 / 200

Email Id : [email protected]

[email protected]

DSC Support Toll Free Number: 1800 - 419 – 4455

(n)Procure Bidding Manuals : https://www.nprocure.com/html/umanuals_vendor.asp

Managing Director,

GMRC, Gandhinagar

Page 15: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 1 of 20

TENDER NOTIFICATION NO.

GMRC/MMI/SURAT/PH-01/2020

“ENGAGEMENT OF CONSULTANCY SERVICES FOR DEVELOPMENT OF MULTI MODAL

INTEGRATION PLAN FOR, (I) CORRIDOR-1 FROM SARTHANA (CH: 0.0) TO DREAM CITY (CH:

20710.30 M) – TWENTY (20) STATIONS & (II) CORRIDOR-2 FROM BHESAN (CH: 0.0 M) TO SAROLI

(CH: 17341.80 M) – EIGHTEEN (18) STATIONS, UNDER SURAT METRO RAIL PROJECT, PHASE –

I” IN CONNECTION WITH SURAT METRO RAIL PROJECT, PHASE –I”

VOLUME - II

Gujarat Metro Rail Corporation (GMRC) Limited

(SPV of Govt. of Gujarat and Govt. of India)

Formerly known as Metro Link Express for Gandhinagar and Ahmedabad (MEGA) Co. Ltd.

Block No.1, First Floor, Karmayogi Bhavan, Behind Nirman Bhavan,

Sector 10/A, Gandhinagar: 382010,

Gujarat, India

Corporate Identification No (CIN): U60200GJ2010SGC059407

TENDER NO.: GMRC/MMI/SURAT/PH-01/2020

SCOPE OF WORK

Page 16: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 2 of 20

Scope of Work

1. Introduction

Surat city, as an ”Economic power house” of Gujarat, falls into the category of most

dynamic cities of India having faster growth rate due to immigration from various parts of

Gujarat and as well as from the other states of India. Surat, with rapid growth in economy

and high population growth rate has put the demand and supply of public transport, at an

alarming rate, creating excessive pressure on the existing transport system.

To balance this, about 40.35 kms of Metro Rail at Surat has been proposed with two corridors consisting of 38 stations on the model of TOD (Transit Oriented Development) station having Property Development around the station. Its two corridors Sarthana to Dream City and Bhesan to Saroli traverses across the city in the east-west and south west-north east direction respectively, covering important origins and destinations. However, its reach will not be enough to reach all origins and destinations in the city.

Hence, it is necessary to ensure that Metro Rail networks are integrated with existing transport modes and services to cope-up with the inter-city traffic volumes. Surat Metro is planning for Multimodal Integration System to match the comfort, convenience and secured access of public to metro stations.

Ultimate goal of MMI is to expand the range in modes of transportation and interlinking them by means of inter-modality. Hence, it stimulates the idea of using public transportation instead of the private due to its seamless first mile and last mile strategy.

Physical integration of different access or egress modes to incorporate all components of urban transport into a single system for efficient use of available transport resources and infrastructure for better mobility within a wide range of modal options for the commuters is necessary.

Multimodal integration has both environmental and socio-economic benefits. It not only contributes to lower vehicular emissions and reduced air pollution, but also reduces commuting time.

In Surat, an integrated fare structure for the multimodal PT system of metro-BRTS and city bus services is also being planned. An integrated fare system like ITMS (Intelligent Transport Management System), AFCS (Automatic Fare Collection System), etc. allow the transfer between multiple public transport mode with single ticket, thereby benefiting the user in terms of reduced travel time, distance, increased comfort while the operators are benefit with increased ridership.

MMI construction for short term (0-10 years) proposals shall be completed before the Metro Stations get operational for the successful functioning of Metro Rail system and a comfortable and convenience experience of the commuters.

MMI phasing shall be with the Phasing of Metro station, hence the main DDC for station design and MMI Consultant should have interface and coordination at each stage to integrate the MMI concept with the detailed design of metro stations. Timeline of the metro

Page 17: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 3 of 20

project shall also be adjusted accordingly to match with the progress of MMI implementation.

Interchange stations, stations with higher PHPDT, stations at major road intersections/junctions or stations near important landmarks/catchment zone such as Railway Station, Sports Complex, Stadium, Exhibition Ground, etc. can be considered as important stations for MMI implementation. Metro stations have been developed to have interchange with BRTS, city services and rail. Interchange helps MMI to integrate various means of transport system under a common node. Interchange increases flexibility of movement and gives commuter option to avail multiple public transports at a common station.

Proposed project shall be evaluated and prioritized by Phasing into short term (0-10 years) and long term (10-20 years) proposals with justification to manage the cost implications. Phasing of MMI project should take into account the phasing of metro stations and development strategy of various parts of Surat.

As per the PHPDT projections in DPR, footfall will increase gradually for initial 5 years and then every 10 years till 2046. Hence, provisions for implementation of long term proposals will be made in the MMI design and will be taken later by the civic bodies.

This tender is for consultancy services for Planning of Multi Modal Integration at

Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Kadarsha Ni Nal to Dream City of Corridor-1 is “Priority Reach” and the planning for

all the ten stations in this stretch is to be taken up on priority.

A map of Surat Metro Rail, Phase-1 and list of stations are at Annexure-1 & 2 respectively.

2. Need For the Study

Metro stations are accessed by various modes of transport such as by private vehicles

and two wheelers, feeder buses, intermediate public transport (IPTs), non-motorised

modes and by walking which is the most common mode of access. As observed at metro

stations, due to the large number of commuters and the confluence of multiple modes of

transit the station areas tend to be very congested with all these modes converging at a

single point. This results in the reduction of efficiency, reliability of public transport modes

of access and unsafe conditions for pedestrians and bicyclists. As a consequence, less

people than estimated tend to use newly established metro systems, resulting in reduced

benefits for the society and the environment and a decreased economic viability of the

metro until these challenges have been overcome.

GMRC is keen to avoid such a situation by ensuring that commuters can access metro

stations using all modes of transport in a safe and efficient manner from the beginning. In

this regard GMRC intends to study the station catchment areas and to prepare a multi

modal integration (“MMI”)concept for improving the access to metro stations by all modes,

including non-motorised transport (pedestrians and bicyclists), with priority being given, if

necessary, to public, shared, and non-motorised modes of transport.

3. Objective of the Study

Page 18: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 4 of 20

Within the overall goal of the Study of creating an efficient, sustainable and eco-friendly

mode of transport for Surat, the aim of the multi modal integration (“MMI”) is to develop

physical integration provide seamless integration between the metro stations of lines 1

and 2 in Surat (“Metro Stations”) and other transport modes like walking, bicycling, public

transport, feeder services/IPT and private transport (Figure 1).

The specific objectives of the Study are to:

i. Ensure fast, safe and efficient overall access to the Metro Stations by all means

of public, shared and non-motorised transport (first priority) and private,

motorised transport (second priority).

ii. Ensure traffic flow in the immediate station areas of the Metro Stations as well

as to and from the Metro Stations in the station catchment areas, which is 500m

around the station boundaries

iii. Provide safe first and last mile connectivity/ access and egress to the Metro

Stations for non-motorised transport (“NMT”)

iv. Reflect gender specific requirements and solutions for the commuters and

propose various facilities for the same.

v. Provide physical integration of the metro system in Surat with other transport

modes (see figure 1)

vi. Provide an attractive, climate change adapted and safe station surrounding and

street design for NMT users

Figure 1: Physical Integration Concept “Components & Sub-Components” (Source: Development of Toolkits under the “Sustainable Urban Transport Project” published by MoHUA

4. Outline of the Study

Page 19: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 5 of 20

The Study will be carried out in two distinct phases.

1. Phase 1 of the Study will be a Macro/conceptual level Study to categorically

differentiate all stations on Metro Line 1 and 2 of Surat Metro for MMI and identify

concept level proposals based on available secondary data and limited primary

surveys.

2. After the approval of proposals from all stakeholders, the phase wise

implementation of proposals will be identified. The immediate implementable

proposals or the short term proposals (horizon year of 0-10 years) will be taken up

for implementation by the metro SPV.

3. The long term proposals (horizon year of 10-20 years) identified in the Study will

be taken up for implementation by the civic authorities/local bodies.

4. Phase 2 of the Study will be a detailed Study to develop GAD drawings for the

proposals which will be taken up by the implementing agency (metro SPV).

5. The other identified proposals for long term will be taken up by the civic

authorities/local body as and when required for implementation.

6. Since, both phases are to be integrated in the station design, the main DDC for

station design and MMI Consultant should have interface and coordination at each

stage of both Phases to integrate the MMI concept with the detailed design of metro

stations.

5. Outcome of the study for Phase 1

The study required by GMRC in Phase 1 is intended to provide the basis for MMI, in line

with the specific objectives of the Study outlined above, for detailed planning by DDC for

Station design and subsequent implementation by concerned executing agencies. For

this purpose, conceptual solutions and drawings are to be elaborated to design the

infrastructure (traffic routes and interchange facilities).

All possible types of transport modes should be considered in the study (“Study Area”,

see definition under 5.2).

Based on a comprehensive analysis, the Consultant should develop proposals for the

station Study Area traffic infrastructure design in line with the specific objectives of the

Project outlined above, coordinate with all stakeholders and finally submit conceptual

drawings to GMRC.

For this study, the Consultant should take Indian and international standards for the

methodology and the planning of Multi Modal Integration Concepts into account (e.g.

“Development of Toolkits under the “Sustainable Urban Transport project” – Citywide

Multi-Modal Integration Plan” published by MoHUA; “Complete Streets Guidebooks”

published by MoHUA and ITDP; “NMT Guidance Document” published by MoUD).

6. Broad Scope of Work for Phase 1

Page 20: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 6 of 20

Task 0 – Adaptation and Implementation of Approach and Methodology

Task 1 – Delineation of Study Area (“Study Area”)

Task 2 – Data Collection, Analysis and Surveys

Task 3–Traffic Volume and Circulation Plans

Task 4–Accessibility Analysis

Task 5 – Macro level Proposal Plans for Outer Catchment Area of Metro

Stations

Task 6 –Micro level Station area dispersal and Multi-modal Integration Plans

6.1. Task 0: Adaptation and Implementation of Approach and Methodology

6.1.1. Kick off Meeting with GMRC to present, discuss and, if applicable, amend

the approach and methodology

6.1.2. Study of Station Design Drawings and study of entry and exit points to the

Metro Stations in terms of expected ridership/section loadings as per DPR

6.1.3. Identify and Prepare list of guidelines for planning & design of MMI, NMT

and commuter dispersal at metro stations as per Indian standards/

guidelines, if not available appropriate foreign standards/ guidelines can be

adopted.

6.1.4. And based on the above prepare an updated, detailed study implementation project concept highlighting milestones, deliverable timeline and other key dates like staffing and technical tools. Major changes compared to the technical offer submitted need to be approved by GMRC.

6.1.5. Categorisation of all stations of Metro Line 1 and 2 in distinct categories basis different modes of travel. For example, the stations with integration of metro with bus will be categorised in a different set in comparison to integration of metro with rail and bus.

6.1.6. Meeting with all stakeholders shall be arranged by GMRC. Identification of requirement of different stakeholders shall be carried out by the consultant. The perspective requirement of all stakeholders including daily commuters to be distinctly identified so that the same is elaborated and well considered in the proposals

6.2. Task 1: Delineation of Study Area

6.2.1. Delineate Study Area a) The Study Area will be defined as two types of areas, one will be the outer

catchment area and the second will be the immediate catchment area. The

immediate catchment/station area (space below the station box) will be primarily

considered and the outer catchment area (physical network up to a 500m radius

from edges of the Metro Stations) of all the Metro Stations. This area will be most

affected by movement of people, vehicles and related activities to and from the

Metro Stations. The catchment area of the terminal station may extend upto 2000

Page 21: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 7 of 20

m depending upon the demographic and work related travel situation. However,

for few important metro stations, catchment area may be considered upto 1000m.

Interchange stations, stations with higher PHPDT, stations at major road

intersections/junctions or stations near important landmarks/catchment zone such

as Railway Station, Sports Complex, Stadium, Exhibition Ground, etc. can be

considered as important stations.

b) The Study Area delineation shall follow road or property lines.

c) Identify existing and planned major trip generators in the vicinity and the

catchment area of all the Metro Stations that are likely to generate large

number of commuters. These generators/attractions should be included within

the Study Area boundary even if they are located outside the 500 m radius.

d) The Consultant will define the Study Area boundaries based on the above

specification and prepare a map (based on cadastral/google maps or open

street maps) clearly demarcating the same (suitable scale).

6.3. Task 2: Data Collection, Analysis and Surveys

Specific data, as outlined below, shall be collected for the Study Area. For the specific

data current and future developments should be analysed and documented. The specific

data should be analysed in regards to their actuality and their potential. Execution of traffic

and infrastructure surveys as well as forecasting of future traffic and mode split following

development of the metro corridors will be required.

6.3.1. Review existing documents relevant for the Project

The Consultant should collect all available information regarding the Study Area

development and future traffic flows and volumes and prepare the results accordingly for

the further tasks. Target year for all planning horizons of this task should be 2037.

The following documents but not limited to should be taken into account:

a. Review Comprehensive Mobility Plan (CMP) prepared by SMC for MMI purpose.

b. Review documents such as Development Plans/Master Plans, Smart City Plan

and any other earlier studies/reports (e.g. local area plans) relevant to the Project

to filter out MMI relevant information and data.

c. Evaluation of traffic demand assessment based on the study of CMP, CEPT and

DMRC traffic survey.

6.3.2. Prepare Base Map

A base map shall be prepared by the Consultant based on a google/open street

maps/topographic survey drawings available in the DPR of the Study Area (as defined

above) to be undertaken by the Consultant. For this purpose existing buildings, right of

way, carriageway, lane widths, footpath widths etc. shall be documented. A topography

survey shall be conducted by using state of art technology like drone survey and same

Page 22: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 8 of 20

should be mentioned in methodology. CAD drawings of the base map shall be prepared

based on public maps or open street maps.

6.3.3. Documentation of the Study Area

The Consultant is expected to document the land use, urban form, traffic infrastructure,

at grade utilities, mobility network and street environment that determines / affects traffic

(all modes) within the Study Area.

The features to be documented include but are not limited to:

i. Land Use and Activity in the Study Area: The Consultant will document existing and

future land use and the economic, social or cultural generators, building edge

conditions, public open spaces, natural features and environment and physical

contours e.g.: Temples, Malls, Offices, Schools/Colleges, Movie Theatres, Markets,

etc. These will be documented with tentative maps, plans and sections (minimal scale

1:1000).

ii. Mobility Networks in the Study Area: The Consultant will document the paths taken

by a statistically representative number of persons in the Study Area to complete a trip

(from home, work, etc. to a Metro Station and back) through different modes or

combination of modes i.e. walking, bicycling, intermediate public transport, public

transport, feeder bus and private motor vehicles through surveys conducted at major

public transport nodes. This will be supported by the following data and documentation.

a) Road infrastructure: Identify existing and proposed regional, city, neighbourhood

and local roads and collect relevant data including, right of way, pedestrian and

bicyclists infrastructure and identify features that impact NMT safety.

b) Public transport routes: Document existing situation and proposed mass transit

and feeder networks, bus routes, major bus stops and stands. Plans for future

network changes should be included.

c) Intermediate public transport: Identify existing and proposed IPT infrastructure

e.g. IPT stands, number of auto-rickshaws / taxis parking, etc.

d) Parking facilities: Document existing parking facilities for public, private and

commercial modes.

e) Street vendors: Rough estimation of the type and number of street vendors and other activities as well as encroachments on access routes to the Metro Stations which might have an impact on the stations ’accessibility. This information is to be prepared in tables and schematically displayed in the maps.

All mentioned collected data will be documented with maps, plans, street section plans or

drawings of the existing physical situation of the infrastructure and other appropriate

graphical /text methods.

6.3.4. Conduct limited preliminary surveys in the Study Area

Besides the mapping of the existing traffic infrastructure the knowledge of the

traffic volume in the Study Area is essential for planning appropriate Metro

Station access connections. The traffic projections for metro stations are given

Page 23: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 9 of 20

in the DPR. However, as part of the identification of MMI proposals additional

limited survey will be carried out by the consultant.

i. Classified Traffic Count Surveys

The survey should be carried out along at all major intersections in the immediate catchment Area,

ii. Classified Pedestrian Count and OD Surveys

The survey should be carried out along at all major intersections and other important

pedestrian crossing locations such as market areas or any important land uses in the

immediate catchment Area. The OD surveys will be carried out to demarcate the

pedestrian movement in the Study Area

iii. Signal cycle time and Queue Length Survey

The survey shall have to be carried out at all important junctions

iv. Parking Surveys

v. Road Network Inventory

vi. Speed and Delay Surveys

vii. PT and IPT surveys

The results of the surveys are to be prepared in tables and schematically displayed

in maps.

6.4. Task 3: Traffic Volume and Circulation Plans

As a result of the previous tasks traffic volume maps for all mentioned modes should be

elaborated for the Study Area (scale 1:1000 or more detailed) which shows the maximum

traffic demand for the year 2037 and will be the basis for infrastructure adjustments and

metro station entrance design.

Development of circulation plans shall be done for each station and shall show the volume

of traffic and the expected movements in the catchment areas. A mode-wise segregation

of parking, pickup and drop off, entry and exit of public transport users will be displayed.

Page 24: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 10 of 20

Figure 2: Example of traffic volume plan

6.5. Task 4: Accessibility Analysis

Based on the results of the above mentioned tasks the Consultant shall, for the whole

Study Area, analyse the accessibility of the Metro Stations for the horizon year of 2037

and under consideration of future developments. If necessary for different future scenarios

presented to and agreed upon with GMRC in time beforehand. A comparison of existing

infrastructure and expected traffic volumes has to be made and explained based on Indian

or international standards. The infrastructure to be studied is the following but not limited

to:

a. NMT facilities and infrastructure: evaluate the gap between the demand and supply

of NMT infrastructure and facilities (such as footpath, bicycle lanes, NMV (non-

motorized vehicle) parking)for accessing the Metro Stations from any part of the Study

Area(in both directions, towards and away from Metro Stations)

b. Pedestrian and bicycle convenience, safety and comfort: for accessing the Metro

Stations from any part of the Study Area (in both directions, towards and away from

Metro Stations) evaluate and rate the ease of walking and bicycling, its safety at

crossings and intersections, its exposure to vehicles and vehicular speeds, the quality

of NMT facilities and infrastructure, and distances travelled by pedestrians / bicyclists,

etc.

c. Parking and drop off facilities: Analyse parking and drop off facilities as well as

traffic control measures

d. Public and Intermediate Public Transport Infrastructure: Evaluate the ease of

seamless intermodal transfers between the metro, bus systems, railway system, and

intermediate public transport in terms of time required, distance to be travelled, safety

at crossings and intersections, etc..

e. Street vendors and mobile hawkers: Analyse the potential impact of street vendors

and mobile hawkers on the accessibility of the Metro Stations.

Page 25: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 11 of 20

As a result of this task maps for each station shall be elaborated to show bottlenecks in

the existing situation and in the future which can occur from missing infrastructure or from

a mismatch of demand by traffic and offered infrastructure.

Critical points or sections should be identified and worked out.

Corresponding plans on a scale of 1:500 with explanatory documents shall be prepared.

6.6. Task 5 – Macro level Proposal Plans for Outer Catchment Area of Metro

Stations

In developing the overall access improvements plans to Metro stations, the outer

catchment area is to be considered. The proposals identified in CMP, DPR and other

related document for the city of Surat will be integrated in the macro level plans. The

proposals to be considered are but not limited to:

a) Overall access improvement plans to metro stations including widening of access

roads, proposals of ROB/RUB, flyovers/Underpasses etc if required

b) Planning for feeder routes to improve the ridership and shift towards PT. Additional

Buses if required may also be considered.

c) Rerouting of existing city bus routes if any

d) Identification of exclusive/segregated bus lanes for feeder routes if possible

e) Identification of shared IPT routes if any to be implemented within the overall

framework of the corridor.

f) Identification of land parcels for development of Park and Ride which could also be

used for the commercial exploitation and to improve the overall ridership of the

metro system.

The macro level proposals shall be discussed and agreed with all stakeholders.

GMRC will arrange for all stakeholders consultations and will be a nodal agency to

coordinate and finalise the plans with all the stakeholders.

6.7. Task 6 – Micro level Station area dispersal and Multi-modal Integration Plans

(From Metro Station to 500 m radius)

The Consultant shall develop draft concepts of Multi-modal Integration Plans for each

Station Area which shall include concepts for the physical integration of the mentioned

modes taking into account the following prioritisation. Various alternative concepts shall

be developed for critical stations/areas.

In developing access improvements to Metro stations, the primary focus will be on

improving pedestrian access, followed by cycling, public transport, and other modes. The

full hierarchy for physical arrangement is shown as below:

Page 26: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 12 of 20

Higher priority Walking

Cycling

Bus

Para-transit: Shared Auto rickshaw

Para-transit: Private rickshaw

Railway

Private and commercial (Ola/ Uber)

vehicle drop-off

Private two-wheeler parking

Lower priority Private car parking

a. Connectivity/ Access to major foot fall land uses in the Study Area: Last Mile

Connectivity through seamless planning to access major public buildings like Malls,

Offices, Schools/Colleges, Movie Theatres, Markets, etc. shall be identified and

proposed.

b. Pedestrian and bicycle convenience, safety and comfort: The Station Area Plan

should propose infrastructure solutions that will improve safety, convenience and

comfort for NMT users and include but not be limited to junction improvements,

creating segregated or mixed lanes, NMT parking facilities traffic calming measures,

location of pedestrian crossings, creating pedestrian priority areas, new pedestrian

linkages, improve shade etc.

c. Parking and Traffic Control: Conceptual parking plans shall be developed as a part

of Station Area Plan for all modes of transport

(buses/bicycles/autos/rickshaws/2w/cars/etc.) based on the predicted demand. The

development of park and ride facilities should be considered based on land availability

and proposed demand. Further topics to be covered in this plan also include traffic

control and traffic safety measures with focus on station area traffic and commuter

dispersal. The Consultant should propose traffic management measure to calm the

congestion around the station area like e.g. reversible lane, one-way traffic movement

etc.

d. Multi-Modal Transport Integration: Proposals for infrastructure measures to

improve public transport and make the system as attractive as possible to the

passengers. This will include short and safe interchange connections, waiting areas

and convenient access to the station such as, but not limited to; location of BRT- and

City bus stops, improvement in bus stop infrastructure / waiting area, connections with

existing and proposed metro, railway stations, , improvement to pedestrian and cycle

infrastructure, signalling of intersections etc.

e. Landscape and Street Furniture: Identify and propose landscape features to attract

people using the NMT system and give them identification with their surrounding such

Page 27: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 13 of 20

as trees, plants, bushes etc. that can be planted along the streets and their

appropriate location. Street furniture and lighting requirements should be identified

and locations proposed for their placement. Ensure protection of existing Trees.

Landscaping themes should refers to conceptual guidelines for landscape features

such as green spaces, locations for trees and other plantings, pedestrianized areas,

and other landscape amenities that make station areas human-friendly.

f. Intersection Improvement: Consultant should study the intersection around the

station area and propose the improvement measures like signalization of intersection,

improvement in geometric of the intersection, signal improvement etc. to ensure a

smooth traffic flow for the predicted traffic volume.

g. Street vendors: Consultant shall develop concepts (based on best practices and all

relevant legislation such as the Street Vendors Act 2014, etc.) on how to

accommodate vendors in the surrounding areas of metro stations while ensuring

sufficient space for metro users / pedestrians. Dedicated spaces should be foreseen

in the MMI Plan.

This task shall present conceptual Micro level draft MMI Plans including textual

descriptions, sample sketches which shall be prepared for each Metro Station and shall

encompass all the proposed station area improvements if possible(points a-g).

Land availability data should be coordinated with GMRC and be taken into account by

developing the Multi-modal Integration Plans. Critical areas should be marked and

solutions be discussed with GMRC, SMC as well as with stakeholders during a workshop.

6.7.1. Stakeholder Consultation & 1st Workshop (Draft Concept)

The Consultant shall assist GMRC and SMC in conducting stakeholder participation

workshops. The first workshop would be conducted at the end of Task 6 and will present

the draft concept study to all the stakeholders. Alternative MMI Plans/proposals for all

Metro Stations in the Study Area should be presented. The relevant stakeholders should

be identified and contacted by the Consultant (in Coordination with GMRC) beforehand.

During the workshop with local authorities, transport operators, private and commercial

residents, the concept should be presented and participants' concerns and suggestions

should be taken for the final version of the study.

The cost for conducting the stakeholder participation workshops will be borne by GMRC

and materials such as but not limited to; maps, graphics, hand-outs and presentation

boards etc. illustrating the proposals presented in the workshops shall be provided by the

Consultant.

6.7.2. Stakeholder Consultation & 2nd Workshop

The Consultant shall elaborate final MMI Plans considering and including the proposals

of the first workshop. The consultant shall identify the actions required to be taken by

different agencies in implementing both macro level and micro level proposals. The

finalised proposals will be classified for implementation of proposal in phases. The short

Page 28: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 14 of 20

term proposals (horizon period of 0-10 years) will be taken up on priority basis for

implementation by GMRC (metro SPV). The other long term proposals (horizon period of

10-20 years) will be categorised for implementation by other civic agencies in the Study

Area. The consultant shall assist GMRC and SMC in conducting a second stakeholder

participation workshop for presenting the final Multi-modal Integration Plans for all

stations.

The cost for conducting the stakeholder participation workshops will be borne by GMRC

and materials such as but not limited to; handouts, maps, graphics and presentation

boards etc. illustrating the proposals presented in the workshops shall be provided for by

the Consultant.

7. Deliverables & Timelines for Phase 1 of the Study

The total time duration for the Phase 1 of the Study is 26 weeks from the date of issue of

LOA (time lines for Priority Reach has been mentioned separately). The deliverables and

submission schedule are as follows:

S.

No. Deliverable

Timeline for Priority

Reach (Kadarsha Ni Nal

to Dream City, 10

stations)

Complete Timeline

(38 stations)

D1 Inception Report 2 weeks from the date of

issue of LOA

5 weeks from the date of

issue of LOA

D2

Traffic Data Analysis

and Activity Mapping

Report

4 weeks from the date of

issue of LOA 13 weeks from the date of

issue of LOA

D3

Draft Macro Level

and various

Alternative Micro

level MMI Proposals

6 weeks from the date of

issue of LOA 17 weeks from the date of

issue of LOA

Stakeholder Workshop 1

2 weeks after submission

of D3

1 week after the

submission of D3

Review/comment by Stakeholders after Workshop 1

1 week after Workshop 1 1 week after Workshop 1

D4 Final MMI Plans

2 weeks after receiving

comments from all

stakeholders (Workshop 1)

3 weeks after receiving

comments from all

stakeholders (Workshop 1)

Stakeholder Workshop 2

1 week after submission of

Final MMI Plans

1 week after the

submission of Final MMI

Plans

Review/comment by Stakeholders after Workshop 2

1 week after Workshop 2 1 week after Workshop 2

Page 29: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 15 of 20

D5

Final MMI Plans after incorporating observations received from Stakeholders (Workshop 2)

2 weeks after receiving

comments from all

Stakeholders (Workshop 2)

2 weeks after receiving

comments from all

Stakeholders (Workshop 2)

8. Broad Scope of Work for Phase 2 of the Study

Task 1 – Microscopic Simulation for the Study Area and Final Version of the Study

Task 2 – Detailed Topographic Surveys, utility survey and GT investigation

Task 3 – Preparation of General Arrangement Drawings (GAD) for implementation

Task 4 – Costing of proposals

8.1. Task 1 – Microscopic Simulation for the Study Area and Final Version of

Study

8.1.1. Performing traffic flow simulations in the study area

Based on the above tasks traffic flow simulations shall be prepared for maximum

of 5 numbers of metro stations (those with highest traffic volume and /or highest

importance to be selected in consultation with GMRC officials). The goal of these

simulations should be to prove the functionality of the proposed infrastructure for

the forecasted traffic volume and traffic flows.

a. The Consultant shall prepare simulation models based on proposed

interventions.

b. The Consultant is required to analyse conflict points and problems for both

Pedestrian and Traffic in the peak period through simulations based on

various scenarios and suggest improvement measures.

c. Based on Simulations and stakeholder consultations, learning’s shall be

applied to other similar Metro Stations and accordingly minor updation of

plans/drawings will be submitted.

As part of the stakeholder consultation workshop no 2, the proposals which are to be

implemented in the immediate term or on short term basis by GMRC will be

identified/categorised and further detailing work will be taken up.

8.2. Task 2 – Detailed Topographic Surveys, utility survey and GT investigation

For the identified proposals for implementation, detailed topographic surveys, utility

mapping and GT investigation will be conducted. For this purpose existing buildings, right

of way, carriageway, lane widths, footpath widths etc. shall be documented. A topographic

survey shall be conducted by using state of art technology.

Utilities: Identify at-grade & underground utilities that would require shifting and propose

appropriate relocation.

Page 30: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 16 of 20

GT Surveys: GT surveys will be conducted for the identified locations as assessed in

consultation with GMRC.

8.3. Task 3 – Preparation of General Arrangement Drawings (GAD) for

implementation

Detailed GAD drawings for all the identified proposals will be prepared for implementation

as shown in the picture represented below. The GAD drawings will be prepared for the

short term implementation proposals.

Figure 3: Example of drawing for MMI Plan

8.4. Task 4 – Costing of proposals

The cost estimates for the proposals identified for implementation shall be worked out

by the consultant and submitted to GMRC based on the detailed design/specifications

given by the DDC for station design.

8.4.1. Stakeholder Consultation & 3rd Workshop

The consultant shall assist GMRC and SMC in conducting a third stakeholder participation

workshop for presenting the Final Report and the detailed GAD drawings for all the

identified proposals. The cost estimates for the short term proposals (horizon period of 0-

10 years) identified for implementation shall be presented by the consultant. The other

identified proposals for long term (horizon period of 10-20 years) will be taken up by the

civic authorities/local body as and when required for implementation.

The cost for conducting the stakeholder participation workshops will be borne by GMRC

and materials such as but not limited to; handouts, maps, graphics and presentation

Page 31: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 17 of 20

boards etc. illustrating the proposals presented in the workshops shall be provided for by

the Consultant.

9. Deliverables & Timelines for Phase 2 of the Study

The total time duration for the phase 2 of the Study is 33 weeks from the date of start of

Phase 2 (time lines of Priority Reach mentioned separately). The deliverables and

submission schedule are as follows:

S.

No. Deliverable

Timeline for Priority

Reach (Kadarsha Ni

Nal to Dream City, 10

stations)

Complete Timeline

(38 stations)

D1

VISSIM Simulation (or

Alternative/similar software)

and Report

2 weeks from the date

of start of Phase 2

13 weeks from the date

of start of Phase 2

D2 Topographic Survey, Utilities

and GT investigation Report

4 weeks from the date

of start of Phase 2

17 weeks from the date

of start of Phase 2

D3 GAD Drawings in the scale of

1:1000 with Draft Costing

6 weeks from the date

of start of Phase 2

26 weeks from the date

of start of Phase 2

D4 Final Report and drawings with Cost estimates

2 weeks after receiving

comments from GMRC

3 weeks after

submission of D3

Stakeholder Workshop 3

1 week after

submission of Final

Report along with GA

Drawings and Cost

estimates

1 week after the

submission of Final

Report along with GA

Drawings and Cost

estimates

Review/comment by Stakeholders after Workshop 3

1 week after Workshop

3

1 week after Workshop

3

D5

Final Report and drawings after incorporating observations received from Stakeholders (Workshop 3)

2 weeks after receiving

comments from all

Stakeholders

(Workshop 3)

2 weeks after receiving

comments from all

Stakeholders

(Workshop 3)

Page 32: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 18 of 20

Annexure 1 `

Page 33: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 19 of 20

Annexure 2.1

CORRIDOR-I : SARTHANA TO DREAM CITY

S. No. Station Name Type of Station

1 Sarthana Elevated

2 Nature Park Elevated

3 Varchachowpati Garden Elevated

4 Shri Swaminarayan Mandir Kalakunj Elevated

5 Kapodara Underground

6 Labheshwar Chowk Underground

7 Central Warehouse Underground

8 Surat Railway Station Underground

9 Maskati Hospital Underground

10 Chowk Bazar Underground

11 Kadarsha Ni Nal Elevated

12 Majura Gate (Interchange) Elevated

13 Rupali Canal Elevated

14 Althan Tenament Elevated

15 Althan Gam Elevated

16 VIP Road Elevated

17 Surat Women ITI Elevated

18 Bhimarad Elevated

19 Convention Centre Elevated

20 Dream City Elevated

Priority Reach Stations

Page 34: TENDER NOTIFICATION NO.: GMRC/MMI/SURAT/PH-01/2020 › wp-content › uploads › 2020 › 06 › … · Stations for Surat Metro Rail, Phase-1, Corridors- 1 & 2. The stretch between

Tender No: GMRC/MMI/SURAT/PH-01/2020 SoW

____________________________________________________________________________ GMRC June 2020 Page 20 of 20

Annexure 2.2

CORRIDOR-II : BHESHAN TO SAROLI

S. No. Station Name Type of Station

1 Bhesan Elevated

2 Botanical Garden Elevated

3 Ugat Vaarigruh Elevated

4 Palanpur Road Elevated

5 L.P. Savani School Elevated

6 Performing Art Centre Elevated

7 Adajan Gam Elevated

8 Aquarium Elevated

9 Badri Narayan Temple Elevated

10 Athwa Chaupati Elevated

11 Majura Gate (Interchange) Elevated

12 Udhana Darwaja Elevated

13 Kamela Darwaja Elevated

14 Anjana Farm Elevated

15 Model Town Elevated

16 Magob Elevated

17 Bharat Cancer Hospital Elevated

18 Saroli Elevated