Académique Documents
Professionnel Documents
Culture Documents
INVOLVING FORMATION IN EMBANKMENTS/CUTTINGS, BALLAST ON FORMATION, TRACK WORKS, BRIDGES, STRUCTURES, BUILDINGS INCLUDING TESTING AND COMMISSIONING ON DESIGN-BUILD LUMP SUM BASIS FOR BHAUPUR - KHURJA SECTION OF EASTERN DEDICATED FREIGHT CORRIDOR.
CIVIL, STRUCTURES AND TRACK WORKS CONTRACT PACKAGES CONTRACT PACKAGES 101, 102 & 103
Employer:
DEDICATED FREIGHT CORRIDOR CORPORATION OF INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) MINISTRY OF RAILWAYS COUNTRY: INDIA
Contents
PART 1 Prequalification Procedures Section I. Section II. Section III. Section IV. Section V. Instructions to Applicants Prequalification Data Sheet Qualification Criteria and Requirements Application Forms Eligible Countries 4 14 20 25 43
PART 2 Works Requirements Section VI. ANNEXURES ANNEXURE ANNEXURE I II 58 59 Project Information & Scope of Works 45
6 6
6
6 8 9 9 9 10 10 10 10 10 10 10 11 11 11
11
B. Contents of the Prequalification Document 6. 7. 8. Sections of Prequalification Document Clarification of Prequalification Document Amendment of Prequalification Document
C. Preparation of Applications 9. 10. 11. 12. 13. 14. 15. Cost of Applications Language of Application Documents Comprising the Application Application Submission Form Documents Establishing the Eligibility of the Applicant Documents Establishing the Qualifications of the Applicant Signing of the Application and Number of Copies
D. Submission of Applications 16. 17. 18. 19. Sealing and Identification of Applications Deadline for Submission of Applications Late Applications Opening of Applications
11 11 11 11
12
E. Procedures for Evaluation of Applications 20. 21. 22. 23. 24. Confidentiality Clarification of Applications Responsiveness of Applications Domestic Bidder Price Preference Subcontractors
12 12 12 12 12
13 13 13 13 13 14
Page 5 of 60
1.1
In connection with the Invitation for Prequalification indicated in Section II, Prequalification Data Sheet (PDS), the Employer, as defined in the PDS, issues this Prequalification Document (PQD) to applicants interested in bidding for the works described in Section VI, Scope of Works. The number of contracts and the name and identification of each contract, and the International Competitive Bidding (ICB) numbers corresponding to this prequalification, are provided in the PDS. The Borrower or Recipient (hereinafter called Borrower) indicated in the PDS has applied for or received financing (hereinafter called funds) from the International Bank for Reconstruction and Development or the International Development Association (hereinafter called the Bank) towards the cost of the project named in the PDS. The Borrower intends to apply a portion of the funds to eligible payments under the contract(s) resulting from the bidding for which this prequalification is conducted. It is the Banks policy to require that Borrowers (including beneficiaries of Bank loans), as well as bidders, suppliers, and contractors and their subcontractors under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts.1 In pursuance of this policy, the Bank: (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) corrupt practice2 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party; fraudulent practice is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;
3
2. Source of Funds
2.1
3.1
(ii)
(iii) collusive practice4 is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another
1
In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the procurement process or contract execution for undue advantage is improper. another party refers to a public official acting in relation to the procurement process or contract execution]. In this context, public official includes World Bank staff and employees of other organizations taking or reviewing procurement decisions. a party refers to a public official; the terms benefit and obligation relate to the procurement process or contract execution; and the act or omission is intended to influence the procurement process or contract execution. parties refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels.
Page 6 of 60
(iv)
coercive practice5 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; "obstructive practice" is (aa) deliberately destroying, falsifying, altering or concealing of evidence material to an investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or (bb) acts intended to materially impede the exercise of the Banks inspection and audit rights provided for under sub-clause 3.1 (e) below.
(v)
(b)
will reject a proposal for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question; will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive, or coercive practices during the procurement or the execution of that contract, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur; will sanction a firm or individual, including declaring ineligible, either indefinitely or for a stated period of time, to be awarded a Bank-financed contract if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for, or in executing, a Bank-financed contract; and will have the right to require that a provision be included in bidding documents and in contracts financed by a Bank loan, requiring bidders, suppliers, and contractors and their subcontractors to permit the Bank to inspect their accounts and records and other documents relating to the bid submission and contract performance and to have them audited by auditors appointed by the Bank.
(c)
(d)
(e)
5 5
a party refers to a participant in the procurement process or contract execution. a party refers to a participant in the procurement process or contract execution.
Page 7 of 60
4.1
An Applicant shall be a private, public or government owned legal entity, subject to ITA 4.8, or any combination of them in the form of association(s) including Joint Venture (JV) with the formal intent, as evidenced by a letter of intent), to enter into an agreement or under an existing agreement. In the case of a JV, unless otherwise specified in the PDS, (i) all parties shall be jointly and severally liable, and (ii) there shall be no limit on the number of partners. The eligibility criteria listed in this Clause 4 shall apply to the Applicant, including the parties constituting the Applicant, i.e., its proposed partners, subcontractors or suppliers for any part of the Contract including related services. An Applicant may have the nationality of any country, subject to the restrictions pursuant to sub clause 4.11. An Applicant shall be deemed to have the nationality of a country if the Applicant is a citizen, or is constituted, incorporated or registered and operates in conformity with the provisions of the laws of that country, as evidenced by its Articles of Incorporation or Documents of Constitution, and its Registration Documents. Applicants and all parties constituting the Applicant shall not have a conflict of interest. Applicants shall be considered to have a conflict of interest, if they participated as a consultant in the preparation of the design or technical specifications of the Works that are the subject of this prequalification. Where a firm, or a firm from the same economic or financial group, in addition to consulting, also has the capability to manufacture or supply goods or to construct works, that firm, or a firm from the same economic or financial group, cannot normally be a supplier of goods or works, if it provided consulting services for the contract corresponding to this prequalification, unless it can be demonstrated that there is not a significant degree of common ownership, influence or control. An Applicant shall submit only one application in the same Prequalification process, either individually as an Applicant or as a partner of a joint venture. No Applicant can be a subcontractor while submitting an application individually or as a partner of a joint venture in the same Prequalification process. A Subcontractor in any application may participate in more than one application, but only in that capacity. An Applicant who submits, or participates in, more than one application will cause all the applications in which the Applicant has participated to be disqualified. A firm that has been determined to be ineligible by the Bank in relation to the Bank Guidelines On Preventing and Combating Fraud and Corruption in Projects Financed by IBRD Loans and IDA Credits and Grants shall not be eligible to be awarded a contract. An Applicant that is under a declaration of ineligibility by the Bank in accordance with ITA 3, at the date of submission of the application or thereafter, shall be disqualified. The Bank maintains a list of firms and individuals that have been sanctioned by the Bank pursuant to Sub-Clause 3.1 (d) and are not eligible to participate in procurement financed by the Bank. The list is regularly updated; its address is specified in the PDS.
4.2
4.3
4.4
4.5
4.6
4.7
Page 8 of 60
4.9
4.10 Applicants and all parties constituting the Applicant shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request. 4.11 Applicants from an eligible country may be excluded if, (a) as a matter of law or official regulations the Borrowers country prohibits commercial relations with that country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the supply of goods or the contracting of works required; or (b) by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrowers country prohibits any import of goods or contracting of works or services from that country, or any payments to persons or entities in that country. Section V, Eligible countries provide lists of ineligible countries pursuant to this Sub Clause 4.11.
5. Eligible Goods and Related Services
5.1
All goods and related services to be supplied under the Contract to be financed by the Bank shall have their origin in any country in accordance with Section V, Eligible Countries. B. Contents of the Prequalification Document
6.1
The document for the prequalification of Applicants (hereinafter prequalification document) consists of parts 1 and 2 which comprise all the sections indicated below, and should be read in conjunction with any Addendum issued in accordance with ITA 8. PART 1: Prequalification Procedures Section I. Section II. Section III Section IV. Section V. Instructions to Applicants (ITA) Prequalification Data Sheet (PDS) Qualification Criteria and Requirements Application Forms Eligible Countries
PART 2: Works Requirements Section VI. 6.2 Project Information and Scope of Works
The Invitation for Prequalification Applications issued by the Employer is not part of the prequalification document. A sample form is provided as an attachment to this Prequalification Document for information only. The Employer accepts no responsibility for the completeness of the prequalification document and its addenda unless they were obtained directly from the Employer. The Applicant is expected to examine all instructions, forms, and terms in the Prequalification Document and to furnish all information or
Page 9 of 60
6.3
6.4
7.1
A prospective Applicant requiring any clarification of the Prequalification Document shall contact the Employer in writing at the Employers address indicated in the PDS. The Employer will respond in writing to any request for clarification provided that such request is received no later than thirty (30) days prior to the deadline for submission of applications. The Employer shall forward copies of its response to all applicants who have acquired the prequalification document directly from the Employer including a description of the inquiry but without identifying its source. Should the Employer deem it necessary to amend the prequalification document as a result of a clarification, it shall do so following the procedure under ITA 8 and in accordance with the provisions of ITA 17.2. At any time prior to the deadline for submission of applications, the Employer may amend the Prequalification Document by issuing addenda. Any addendum issued shall be part of the Prequalification Document and shall be communicated in writing to all who have obtained the prequalification document from the Employer. To give prospective Applicants reasonable time to take an addendum into account in preparing their applications, the Employer may, at its discretion, extend the deadline for the submission of applications. C. Preparation of Applications
8.1
8.2
8.3
9. Cost of Applications
9.1
The Applicant shall bear all costs associated with the preparation and submission of its application. The Employer will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the prequalification process.
10.1 The application as well as all correspondence and documents relating to the prequalification exchanged by the Applicant and the Employer, shall be written in the language specified in the PDS. Supporting documents and printed literature that are part of the application may be in another language, provided they are accompanied by an accurate translation of the relevant passages in the language specified in the PDS, in which case, for purposes of interpretation of the application, the translation shall govern. 11.1 The application shall comprise the following: (a) (b) (c) (d) Application Submission Form, in accordance with ITA 12; documentary evidence establishing the Applicants eligibility to pre-qualify, in accordance with ITA 13; documentary evidence establishing the qualifications, in accordance with ITA 14; and Applicants
12.1 The Applicant shall prepare an Application Submission Sheet using the form furnished in Section IV, Application Forms. This Form must be completed without any alteration to its format. 13.1 To establish its eligibility in accordance with ITA 4, the Applicant
Page 10 of 60
shall complete the eligibility declarations in the Application Submission Form and Forms ELI (eligibility) 1.1 and 1.2, included in Section IV, Application Forms. 14.1 To establish its qualifications to perform the contract(s) in accordance with Section III, Qualification Criteria and Requirements, the Applicant shall provide the information requested in the corresponding Information Sheets included in Section IV, Application Forms. 15.1 The Applicant shall prepare one original of the documents comprising the application as described in ITA 11 and clearly mark it ORIGINAL. The original of the application shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Applicant. 15.2 The Applicant shall submit copies of the signed original application, in the number specified in the PDS, and clearly mark them COPY. In the event of any discrepancy between the original and the copies, the original shall prevail. D. Submission of Applications
16.1 The Applicant shall enclose the original and the copies of the application in a sealed envelope that shall: (a) (b) (c) 16.2 bear the name and address of the Applicant; be addressed to the Employer, in accordance with ITA 17.1; and bear the specific identification of this prequalification process indicated in the PDS 1.1.
The Employer will accept no responsibility for not processing any envelope that was not identified as required.
17.1 Applicants may always submit their applications by mail or by hand. When so specified in the PDS, applicants shall have the option of submitting their applications electronically, in accordance with electronic application submission procedures specified in the PDS. Applications shall be received by the Employer at the address and no later than the deadline indicated in the PDS. A receipt will be given for all applications submitted. 17.2 The Employer may, at its discretion, extend the deadline for the submission of applications by amending the Prequalification Document in accordance with ITA 8, in which case all rights and obligations of the Employer and the Applicants subject to the previous deadline shall thereafter be subject to the deadline as extended.
18.1 Any application received by the Employer after the deadline for submission of applications prescribed in accordance with ITA 17 will be treated as indicated in the PDS. 19.1 Any specific electronic application opening procedures required if electronic submission of applications is permitted pursuant to Sub
Page 11 of 60
20.1 Information relating to the evaluation of applications, and recommendation for prequalification, shall not be disclosed to Applicants or any other persons not officially concerned with such process until the notification of prequalification is made to all Applicants. 20.2 From the deadline for submission of applications to the time of notification of the results of the prequalification in accordance with ITA 28, any Applicant that wishes to contact the Employer on any matter related to the prequalification process, may do so but only in writing.
21.1 To assist in the evaluation of applications, the Employer may, at its discretion, ask any Applicant for a clarification of its application which shall be submitted within a stated reasonable period of time. Any request for clarification and all clarifications shall be in writing. 21.2 If an Applicant does not provide clarifications of the information requested by the date and time set in the Employers request for clarification, its application may be rejected.
22. Responsiveness of Applications 23. Domestic Bidder Price Preference 24. Subcontractors
22.1 The Employer may reject any application which is not responsive to the requirements of the prequalification document. 23.1 Unless otherwise specified in the PDS, a margin of preference for domestic bidders shall not apply in the bidding process resulting from this prequalification. 24.1 Applicants planning to subcontract any of the key activities indicated in Section III, Qualification Criteria, shall specify the activity(ies) or parts of the works to be subcontracted in the Application Submission Form. Applicants shall clearly identify the proposed specialist subcontractors in Forms ELI-1.2 and EXP (experience)-4.2(b) in Section IV. Such proposed specialist subcontractor(s) shall meet the corresponding qualification requirements specified in Section III, Qualification Criteria and Requirements. 24.2 At this time, the Employer does not intend to execute certain specific parts of the Works by subcontractors selected in advance by the Employer (Nominated Subcontractors) unless otherwise stated in the PDS.
Page 12 of 60
25.1 The Employer shall use the factors, methods, criteria, and requirements defined in Section III, Qualification Criteria and Requirements to evaluate the qualifications of the Applicants. The use of other methods, criteria, or requirements shall not be permitted. The Employer reserves the right to waive minor deviations in the qualification criteria if they do not materially affect the capability of an Applicant to perform the contract. 25.2 Only the qualifications of subcontractors that have been identified in the application may be considered in the evaluation of an Applicant. However, the general experience and financial resources of subcontractors may not be added to those of the Applicant for purposes of prequalification of the Applicant. 25.3 In case of multiple contracts, the Employer shall pre-qualify each Applicant for the maximum number and types of contracts for which the Applicant meets the appropriate aggregate requirements of such contracts, as specified in Section III, Qualification Criteria and Requirements.
26. Employers Right to Accept or Reject Applications 27. Prequalification of Applicants 28. Notification of Prequalification 29. Invitation to Bid
26.1 The Employer reserves the right to accept or reject any application, and to annul the prequalification process and reject all applications at any time, without thereby incurring any liability to Applicants.
27.1 All Applicants whose applications have met or exceeded (passed) the specified threshold requirements will, to the exclusion of all others, be pre-qualified by the Employer. 28.1 Once the Employer has completed the evaluation of the applications it shall notify all Applicants in writing of the names of those applicants who have been pre-qualified. 29.1 Promptly after the notification of the results of the prequalification the Employer shall invite bids from all the Applicants that have been prequalified. 29.2 Bidders may be required to provide a Bid Security or a Bid Securing Declaration acceptable to the Employer in the form and an amount to be specified in the Bidding Documents, and the successful Bidder shall be required to provide a Performance Security to be specified in the Bidding Documents.
Page 13 of 60
30.1 Any change in the structure or formation of an Applicant after being pre-qualified in accordance with ITA 27 and invited to bid shall be subject to a written approval of the Employer prior to the deadline for submission of bids. Such approval shall be denied if as a consequence of the change the Applicant no longer substantially meets the qualification criteria set forth in Section III, Qualification Criteria and Requirements, or if in the opinion of the Employer, a substantial reduction in competition may result. Any such changes shall be submitted to the Employer not later than 14 days after the date of the Invitation for Bids.
The Employer for the Project is: Dedicated Freight Corridor Corporation of India Limited (A Government of India Enterprise) Project Officer: Mr. Ajay Kumar, General Manager/Procurement (EC)
ITA 1.1
Applications are invited from interested Applicants for Prequalification of Bidders for Design and Construction of approximately 343 Route Km Double Line Railway between Bhaupur - Khurja Section of Eastern Dedicated Freight Corridor split in three Slices on Design-Build Lump Sum basis. The name and identification of each of the three Slices is : Civil, Structures and Track Works Contract 101: Design and Construction of Civil, Structures and Track Works for Double Line Railway involving Formation in Embankments/Cuttings, Ballast on Formation, Track Works, Bridges, Structures, Buildings, Yards, Integration with IR existing Railway System and Testing & Commissioning on Design-Build Lump Sum Basis for Bhaupur Etawa section (Approx. 135 Route Kms) of Eastern Dedicated Freight Corridor. Civil, Structures and Track Works Contract 102: Design and Construction of Civil, Structures and Track Works for Double Line Railway involving Formation in Embankments/Cuttings, Ballast on Formation,
Page 14 of 60
ICB Name Design and Construction of Civil, Structures and Track Works for Double Line Railway involving Formation in Embankments/Cuttings, Ballast on Formation, Track Works, Bridges, Structures, Buildings, Yards, Integration with IR existing Railway System and Testing & Commissioning on Design-Build Lump Sum Basis for Bhaupur - Khurja Section of Eastern Dedicated Freight Corridor ICB No.: HQ/EN/EC/D-B/Bhaupur Khurja The name of the Borrower is: Ministry of Finance, Government of India
ITA 2.1
The name of the Project is: Eastern Dedicated Freight Corridor Project (i) The parties in a JV shall be jointly and severally liable. (ii) Maximum number of partners in the JV shall be limited to 3 (Three).
ITA 4.7
The list and addresses of firms debarred by the Bank is given in the following URL: http://www.worldbank.org/debarr Last Line of this Sub-Para be read as: Employer or Borrower
B. Contents of the Prequalification Document
ITA 4.8
Page 15 of 60
All communication between the Employer and the Applicant shall be in writing. For the purposes of seeking clarification, the Employer's address is: Dedicated Freight Corridor Corporation of India Limited Attention: Mr. Ajay Kumar Designation : General Manager/Procurement (EC) Address : 5th Floor Pragati Maidan Metro Station Building Complex City: New Delhi, PIN Code: 110001, Country: India Telephone: +91 11 23454720, Facsimile number: +91 11 - 23454701 Electronic mail address: ajaykumar@dfcc.co.in
Pre-submission Conference: A pre-submission conference will be held to clarify the issues related to this Pre-qualification document on the date, time and venue of the Pre-submission conference indicated below. All interested Applicants may attend the Pre-submission Conference. Minutes of pre-submission conference will be prepared by the Employer and circulated to all the Applicants who have purchased the pre-qualification document and will also be posted on the Employers website. Nonattendance at the pre-submission conference will not be a cause for disqualification of the Applicant. Date : 30th April 2010 (Friday) Time: 15:00 Hrs.
Venue : Board Room, Dedicated Freight Corridor Corporation of India Limited, 5th Floor, Pragati Maidan Metro Station Building Complex, New Delhi-110001 Website of DFCC : www.dfcc.in
Page 16 of 60
The Applicant shall submit with its application, the additional documents demonstrating access to the following Key Construction Equipment and the design software required for the Project: Equipment: Heavy Earth Moving & Compaction, Fixed and Mobile, Equipment, Track Laying, Tamping & Compaction, Flash Butt Welding Machine, Concrete Batching Plants, Mixing & Placing, Cranes for Girder Launching etc. to complete the work in the defined timeframe. Software: Embankment - Design access to specialized design software indicate the software likely to be used in embankment designs. Software: Track Work Design Alignment - access to specialized design software likely to be used in alignment designs. Following document should be submitted to demonstrate access to the Key Construction Equipment and the design software required for the project: Details of ownership/leasing arrangement duly certified by Notary.
ITA 14.1
The applicant shall submit the certificates from the clients duly notarized for each contract included in Section IV: Form EXP 4.1, 4.2 (a), 4.2 (b), 4.3 (a) and 4.3 (b). In addition to the original, the number of copies to be submitted with the application is: Five One copy in digital - Read Only Diskette/CD shall also be submitted.
ITA 15.2
Applicants shall not have the option of submitting their applications electronically. Applications submitted electronically will not be accepted and shall be rejected by the Employer. For application submission purposes only, the Employer's address is the same as that indicated as per ITA 7.1 above. The deadline for application submission is: Date: 14th July 2010 (Wednesday) Time: 15.00 hrs
ITA 18.1
The margin of preference shall not apply for domestic bidders. At this time the Employer does not intend to execute certain specific parts of the Works by Nominated Subcontractors. The Financial Situation and Experience of Associates, Parent Companies or Sister
Page 17 of 60
ITA 25.1
Applicants are advised that the following description of the Two-Stage Bidding Process is only a summary for information. Prequalified bidders shall be guided by the detailed provisions of the bidding documents, after they have been made available to them. Technical Specifications and approved Products: Applicants wishing to propose technical alternatives are encouraged to register their new products as early as the invitation for prequalification. Paragraph 12 of section VI provides details about the process of registration of new products and inclusion in the list of approved vendors. Invitation of Bids: Pre-qualified Bidders (Applicants) will be invited to submit their Technical Bids for this Project. The Bids shall be invited for Design Build (Lump Sum) Contracts following the Two Stage Bidding Process as outlined below: First Stage Bid: The bid process will involve asking the Pre-qualified Bidders to submit their First Stage Technical proposals in response to the performance/ technical specifications for the project included in the bid document. First Stage Technical proposals are un-priced proposals and shall contain no prices or price schedules or other reference to rates and prices for completing the works. The Employer may ask the Pre-qualified Bidders to update the data submitted at the time of prequalification to assess their meeting the pre-qualification criteria during the bidding stage. Evaluation of First Stage Bids: The Employer will examine the first stage technical proposals to determine whether they are complete, whether the documents have been properly signed and whether the bids are generally in order and respond adequately to the performance/technical specifications. Any bids found to be non- responsive or not meeting the minimum levels of the performance or other criteria specified in the bidding document will be rejected by the Employer and not included for further consideration. The Employer will then carry out a detailed evaluation of the first stage technical proposals in order to determine whether the technical aspects are in compliance with the Bidding Document. The Employer will also review complete alternative technical proposals, if any, offered by the Bidder, pursuant to the relevant provision of the Bid Documents, to determine whether such alternatives may constitute an acceptable basis for a Second Stage bid to be submitted on its own merits. Clarification Meetings : The Employer may conduct clarification meetings with each or any Bidder to clarify any aspects of its First Stage technical proposal that require explanation and to review any Bidders proposed alternative solutions or reservations to the commercial or contractual provisions of the bidding documents. The Employer may bring to the attention of the Bidder any amendments or changes which the Employer may require to be made to the First Stage Technical Proposal; however the Employer may not require amendments or changes at variance from the Employers requirements unless the Employer intends to amend the Bidding Document in accordance with the relevant provision of the Bid Documents.
The Employer will issue a Memorandum titled Changes Required Pursuant to First Stage Evaluation, documenting the clarifications made in writing and/or in
Page 18 of 60
Second Stage Bid: The Employer will invite the Bidders to submit a final updated Technical and a Commercial Second Stage bid based on its First Stage Technical Proposal taking into account the Bidding Document, if and as amended, and any other modifications as recorded in the Annex to the Memorandum entitled Changes Required Pursuant to First Stage Evaluation. Bidders will be allowed to submit only one Second Stage Bid. Evaluation of Multiple Slices: All bids and combination of bids on several slices shall be received by the same deadline and opened and evaluated simultaneously so as to determine the bid or combination of bids offering the lowest evaluated cost to DFCC. Therefore, applicants for prequalification have to state for which Slice or Slices they wish to prequalify. If prequalified, they will bid either for their chosen slices or for all three slices if they wish to increase their chances. However, a bidder will only be awarded the number of Slices depending on his prequalified capacity.
ITA 29.1
Joint Venture: After pre-qualification the Bidders are not allowed to form Joint Venture, or Association [JVA(s)] with other Bidders. Subcontractors: If the Bidder proposes to engage any Subcontractors additional to or different from those named in its first stage technical proposal for major items of supply, works or services as listed in the Employers Requirements, which the Bidder intends to purchase or subcontract, the Bidder shall give details of the name and nationality of the proposed Subcontractors, including manufacturers, for each of those items. In addition, the Bidder shall include in its bid, the information establishing compliance with the requirements specified by the Employer for these items. Quoted rates and prices will be deemed to apply to whichever Subcontractor is appointed, and no adjustment of the rates and prices will be permitted.
Page 19 of 60
Contents
1. Eligibility .................................................................................................................................. 21 2. Historical Contract Non-Performance ...................................................................................... 21 3. Financial Situation .................................................................................................................... 22 4. Experience............................................................................................................................ 22-24
Page 20 of 60
Eligibility and Qualification Criteria No. Subject Requirement Single Entity 1. Eligibility Nationality 1.1 Nationality in accordance with ITA Sub-Clause 4.3 Must meet requirement
Documentation One Partner Submission Requirements N/A Forms ELI 1.1 and 1.2, with attachments Application Submission Form Application Submission Form Forms ELI 1.1 and 1.2, with attachments Forms ELI 1.1 and 1.2, with attachments
1.2
Conflict of Interest
1.3
Bank Ineligibility Government Owned Entity United Nations resolution or Borrowers country law
Not having been declared ineligible by the Bank, as described in ITA Sub-Clause 4.7 Applicant required to meet conditions of ITA Sub-Clause 4.8 Not having been excluded as a result of the Borrowers country laws or official regulations, or by an act of compliance with UN Security Council resolution, in accordance with ITA 4.11
1.4
Existing or intended JV must meet requirement Existing or intended JV must meet requirement Existing JV must meet requirement Must meet requirement Must meet requirement
N/A
N/A
N/A
1.5
N/A
2. Historical Contract Non-Performance History of Non-performance of a contract did not occur within the last 2 2.1 Non(two) years prior to the deadline for application submission Performing based on all information on fully settled disputes or litigation. A Contracts fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract and where all appeal instances available to the applicant have been exhausted. 2.2 Failure to Sign Contract Pending Litigation Not being under execution of a Bid Securing Declaration pursuant to Sub-Clause 4.9 for 2 (two) years prior to the submission of the Application. All pending litigation shall in total not represent more than 10% (ten percentage) of the Applicants net worth and shall be treated as resolved against the Applicant
N/A
N/A
Form CON-2
N/A
2.3
N/A
Page 21 of 60
Eligibility and Qualification Criteria No. Subject Requirement Single Entity to past or existing JV 3. Financial Situation Financial 3.1 Submission of audited balance sheets or if the same is not Performance required by the law of the Applicants country, other financial statements acceptable to the Employer, for the last 5 (five) financial years to demonstrate: (a) the current soundness of the applicants financial position and its prospective long term profitability, and (b) capacity to have a cash flow amount of : i) US $ 35 million (US $ thirty five million) to be eligible for 1 (one) contract slice ii) US $ 55 million (US $ fifty five million) to be eligible for 2 ( two) contract slices iii) US $ 70 million (US $ seventy million) to be eligible for 3 (three) contract slices 3.2 Average Annual Construction Turnover Minimum average annual construction turnover of US $ 60 million (US $ sixty million) to be eligible for one contract slice*, calculated as total certified payments received for contracts in progress or completed, within the last 5 (five) financial years. * US$ 90 million ( US $ ninety million) to be eligible for 2 (two) contract slices US $ 120 ( one hundred twenty ) million to be eligible for three contract slices 4. Experience General 4.1 Construction Experience (b) Must meet requirement Must meet requirement
Compliance Requirements Joint Venture All Parties Each Combined Partner to past or existing JV N/A Must meet requirement
N/A
(a) N/A
(a) N/A
(b) N/A
Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last 3 (three years) prior to the application submission deadline, and with activity in at least nine (9) months in each year. Participation as contractor, management contractor or subcontractor, in at least 1 (one) contract# within the last 7 (seven) years prior to the application submission deadline, each with a value of at least US $ 170 million (US $ One hundred seventy million) to be eligible for 1 (one) contract slice*, that
N/A
N/A
4.2 (a)
N/A
Page 22 of 60
Eligibility and Qualification Criteria No. Subject Requirement have been successfully and substantially completed (not less than 90% of the contract value) and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Section VI, Scope of Works. . The works pertaining to Railway, Highway, Sea/Air Port, Dams/Hydroelectric Projects and Irrigation Canal Projects shall only be considered. *US $ 255 million ( US $ two hundred fifty five million) to be eligible for 2 (two) contract slices US $ 340 million (US $ three hundred forty million ) to be eligible for 3 ( three) contract slices # in case of Joint Venture, value of one contract of each partner shall be considered for evaluating the cumulative value requirement for all parties combined. 4.2 (b) For the above or other similar contracts executed during the last seven financial years a minimum construction experience in the following key activities: 1. Earth Work in formation/cutting/blanketing :* 3440 thousand Cubic Meters in any one financial year during the period stated in 4.2 (b) to be eligible for single contract slice. * 5160 thousand Cubic Meters in any one financial year during the period stated in 4.2 (b) to be eligible for two contract slice. * 6880 thousand Cubic Meters in any one financial year during the period stated in 4.2 (b) to be eligible for three contract slice. 2. Concreting in Bridges and other Structures: * 76 thousand Cubic Meters in any one financial year during the period stated in 4.2 (b) to be eligible for single contract slice. * 114 thousand Cubic Meters in any one financial year during the period stated in 4.2 (b) to be eligible for two contract slice. * 152 thousand Cubic Meters in any one financial year during Must meet requirements Must meet requirements Single Entity
N/A
N/A
Page 23 of 60
Eligibility and Qualification Criteria No. Subject Requirement the period stated in 4.2 (b) to be eligible for three contract slice. Single Entity
3. Mechanized Track Laying Or Relaying: * 70 Km track length in any one financial year during the period stated in 4.2 (b) to be eligible for single contract slice. * 105 Km track length in any one financial year during the period stated in 4.2 (b) to be eligible for two contract slice. * 140 Km track length in any one financial year during the period stated in 4.2 (b) to be eligible for three contract slice. Mechanized track laying or relaying means the following; Laying or relaying of rail panels of 260 meters or more welded by mobile/stationery/flash butt welding plant under control conditions in depots, Track Linking by use of portals, cranes, rail threader, track laying machines and use of temping machines, dynamic track stabilizers, shoulder ballast compactors for making track fit for traffic movement. 4.3 (a) General Design Experience Participation as a Design Consultant or Sub-Design Consultant in at least 1 (one) Design Consultancy Project (Contract) inthe last 3 (Three ) years prior to the application submission deadline, each with a value of at least US $ 500,000 (US $ five hundred thousand), that have been successfully and substantially completed and that are similar to the proposed works. The works pertaining to Railway, Highway, Sea/Air Port and Dams/Hydroelectric Projects shall only be considered. For the above or other contracts executed during the period stipulated in 4.3 (a) above, a minimum design experience in the following key activities: 1. Embankment should have designed railway or highway embankment in last three years.
N/A
N/A
4.3 (b)
Form EXP 4.3 (b) Must meet requirements or can be a specialist subcontractor Must meet requirements Must meet requirements or can be a specialist subcontractor Must meet requirements N/A Must meet requirements or can be a specialist subcontractor Must meet requirements Form EXP 4.3 (b)
N/A
Page 24 of 60
Eligibility and Qualification Criteria No. Subject Requirement Single Entity or can be a specialist subcontractor Must meet requirements or can be a specialist subcontractor
Compliance Requirements Joint Venture All Parties Each Combined Partner or can be a specialist subcontractor Must meet requirements or can be a specialist subcontractor N/A
Documentation One Partner or can be a specialist subcontractor Must meet requirements or can be a specialist subcontractor Submission Requirements
3. Bridges & Structures Should have designed at least 5 bridges/Flyovers/ROB/RUB in last 3 (three ) years.
Notes: (1) (2) For the purposes of conversion of Foreign Currency to Indian Rupees (INR) use B.C. selling Exchange rate as published by State Bank of India on the date 28 days prior to last date of submission of application. For the purpose of evaluation of proposals, all values given in US$ in Eligibility and Qualification Criteria and the values provided by the applicants in their PQ Proposals in the currency other than INR shall be converted into one currency, i.e., INR as per exchange rate mentioned in note (1) above.
Page 25 of 60
Application Submission Form Applicant Information Form Applicant's Party Information Form Historical Contract Non-Performance Financial situation Average Annual Construction Turnover General Construction Experience Similar Construction Experience Construction Experience in key Activities Similar Design Experience Specific Design Experience
26 28 29 30 31 33 34 35 37 39 41
Page 26 of 60
(b)
(c)
(d)
(e) (f)
[indicate reason]
[specify amount in local currency and equivalent INR] _______ _______ __ _______ _______ __ _______ _______ __ _______
(h)
We understand that you may cancel the prequalification process at any time and that you are neither bound to accept any application that you may receive nor to invite the pre-qualified applicants to bid for the contract subject of this prequalification, without incurring any liability to the Applicants, in accordance with ITA Clause 26. We are seeking pre-qualification for 1/2/3 Contract(s).
(i)
Name [insert full name of person signing the application] In the Capacity of [insert capacity of person signing the application]
Duly authorized to sign the application for and on behalf of: Applicants Name [insert full name of Applicant] Address [insert street number/town or city/country address] Dated on [insert day number] day of [insert month], [insert year]
Page 28 of 60
Page 29 of 60
Page 30 of 60
[insert year]
[insert amount Contract Identification: [indicate complete contract name/ and percentage] number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Reason(s) for non performance: [indicate main reason(s)]
Pending Litigation, in accordance with Section III, Qualification Criteria and Requirements 2.3. No pending litigation in accordance with Section III, Qualification Criteria and Requirements, Sub-Factor
Pending litigation in accordance with Section III, Qualification Criteria and Requirements, Sub-Factor 2.3 as indicated below. Year Outcome as Percentage of Total Assets [insert percentage] Contract Identification Total Contract Amount (current value, INR equivalent) [insert amount]
[insert year]
Contract Identification: [indicate complete contract name, number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Matter in dispute: [indicate main issues in dispute]
Note: For the purposes of conversion of Foreign Currency to Indian Rupees (INR) use B.C. selling Exchange rate as published by State Bank of India on the date 28 days prior to last date of submission of Application.
Page 31 of 60
Historic information for previous 5 (five) financial years, (In local currency and INR equivalent in 000s)
Information from Balance Sheet Total Assets (TA) Total Liabilities (TL)
Current Liabilities (CL) Information from Income Statement Total Revenue (TR) Profits Before Taxes (PBT)
Note: For the purposes of conversion of Foreign Currency to Indian Rupees (INR) use B.C. selling Exchange rate as published by State Bank of India on the date 28 days prior to last date of submission of Application.
Page 32 of 60
2.
Financial documents The Applicant and its parties shall provide copies of the balance sheets and/or financial statements for 5 (five) years pursuant Section III, Qualifications Criteria and Requirements, Sub-factor 3.1. The financial statements shall: (a) reflect the financial situation of the Applicant or partner to a JV, and not sister or parent companies. (b) (c) be audited by a certified accountant. be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted). Attached are copies of financial statements (balance sheets, including all related notes, and income statements) for the five years required above; and complying with the requirements
Page 33 of 60
Equivalent INR
Page 34 of 60
Contract name: [insert full name] Brief Description of the Works performed by the Applicant: [describe works performed briefly] Amount of contract: [insert amount in INR equivalent] Name of Employer: [indicate full name] Address: [indicate street/number/town or city/country] Contract name: [insert full name] Brief Description of the Works performed by the Applicant: [describe works performed briefly] Amount of contract: [insert amount in INR equivalent] Name of Employer: [indicate full name] Address: [indicate street/number/town or city/country] Contract name: [insert full name] Brief Description of the Works performed by the Applicant: [describe works performed briefly] Amount of contract: [insert amount in INR equivalent] Name of Employer: [indicate full name] Address: [indicate street/number/town or city/country]
Note: For the purposes of conversion of Foreign Currency to Indian Rupees (INR) use B.C. selling Exchange rate as published by State Bank of India on the date 28 days prior to last date of submission of Application.
Page 35 of 60
Similar Contract No. [insert number] of [insert number of similar contracts required] Contract Identification Award date Completion date
[insert contract name and number, if applicable] [insert day, month, year, i. e., 15 June, 2015] [insert day, month, year, i.e., 03 October, 2017]
Contractor
Management Contractor
Subcontractor
[insert total contract amount in equivalent INR] [insert total contract amount in US$ equivalent]
[insert full name] [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert e-mail address, if available]
E-mail:
Page 36 of 60
Similar Contract No. [insert number] of [insert number of similar contracts required] Description of the similarity in accordance with Sub-Factor 4.2(a) of Section III: 1. Amount 2. Physical size 3. Complexity 4. Methods/Technology 5. Other Characteristics
Information
[insert amount in the currency as given in the contract and equivalent INR in words and in Figures] [insert physical size of activities] [insert description of complexity] [insert specific aspects of the methods/technology involved in the contract] [insert other characteristics as described in Section VI, Scope of Works]
Note: For the purposes of conversion of Foreign Currency to Indian Rupees (INR) use B.C. selling Exchange rate as published by State Bank of India on the date 28 days prior to last date of submission of Application.
Page 37 of 60
[insert a [insert total contract [insert total contract percentage amount amount in the amount in US$ currency as given in equivalent] the contract]
Note: For the purposes of conversion of Foreign Currency to Indian Rupees (INR) use B.C. selling Exchange rate as published by State Bank of India on the date 28 days prior to last date of submission of Application.
Page 38 of 60
Information Employers Name: Address: Telephone/fax number [insert full name] [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert e-mail address, if available]
E-mail:
Information Description of the key activities in accordance with Sub-Factor 4.2(b) of Section III: 1. Maximum volume of earth work in Formation / Cutting / Blanketing in cubic meter in any one year in last 7 years. 2. Maximum concreting in Bridges and other structures within cubic meter in any one year in last 7 years. 3. Maximum Mechanized Track laying or relaying in Track Km in any one year within last 7 years. [insert response to inquiry indicated in left column]
Page 39 of 60
Similar Contract No. [insert number] of [insert number of similar contracts required] Contract Identification Award date Completion date
[insert contract name and number, if applicable] [insert day, month, year, i. e., 15 June, 2015] [insert day, month, year, i.e., 03 October, 2017]
Design Consultant
[insert total contract amount in the currency as given in the contract] [insert a percentage amount]
If partner in a JV, or subcontractor, specify participation in total contract amount Employer's Name: Address: Telephone/fax number
[insert total contract amount [insert in the currency as total contract amount in equivalent INR] given in the contract]
[insert full name] [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert e-mail address, if available]
E-mail:
Note: For the purposes of conversion of Foreign Currency to Indian Rupees (INR) use B.C. selling Exchange rate as published by State Bank of India on the date 28 days prior to last date of submission of Application.
Page 40 of 60
Similar Contract No. [insert number] of [insert number of similar contracts required] Description of the similarity in accordance with Sub-Factor 4.3(a) of Section III:
Information
Page 41 of 60
Information Contract Identification Award date Completion date Role in Contract [check the appropriate box] [insert contract name and number, if applicable] [insert day, month, year, i. e., 15 June, 2015] [insert day, month, year, i.e., 03 October, 2017] Design Consultant Sub Design Consultant Total Contract Amount [insert total contract amount in the currency as given in the contract] [insert Total contract amount in equivalent INR]
If party in a JV, specify participation of total contract amount Employers Name: Address: Telephone/fax number
[insert total contract [insert total contract amount in the amount in currency as given in equivalent INR] the contract]
[indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert e-mail address, if available]
E-mail:
Page 42 of 60
Description of the key activities in accordance with Sub-Factor 4.3(b) of Section III: 1. Adequate design capability for design of Embankment of Railway or Highway Availability of required software for design of embankment or access to it and experience of using it. Description of design work carried out in last 3 years for embankment for Railway / Highway. 2. Access to adequate design capability for Track Alignment software available or access to and experience of using it for alignment design. Description of design work for design of Railway/ Highway alignment carried out in last 3 years.
3. Design capability for bridges, ROB, Rail flyovers indicate the projects with number and details of Bridges / Structures designed in last 5 years.
Page 43 of 60
Para 1.8 (a) (ii): by an Act of Compliance with a Decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrowers Country prohibits any import of goods from that Country or any payments to persons or entities in that Country. 2. For the information of borrowers and bidders, at the present time firms, goods and services from the following countries are excluded from this bidding: (a) With reference to paragraph 1.8 (a) (i) of the Guidelines: Countries which are prohibited under official regulations of India (b) With reference to paragraph 1.8 (a) (ii) of the Guidelines: Countries which are banned under UN Security Council Chapter VII
Page 44 of 60
Page 45 of 60
Page 46 of 60
1.1.1
Ministry of Railways (MOR), Government of India has planned to construct a High Axle Load Dedicated Freight Corridor (DFC) covering about 3330 route kilometers on Eastern and Western Corridors. The coverage of Eastern Corridor is from Ludhiana to Dankuni and Western Corridor is planned from Jawaharlal Nehru Port, Mumbai to Rewari/Tughlakabad/Dadri near Delhi. There will be a linkage between two corridors at Khurja. The map showing the geographical extent of Freight Corridors is attached as Annexure-I. The project entails construction of mostly double-track electrified railway lines. The bridges and other structures will be designed to allow movement of 32.5 ton axle load while the track structure will be designed for 25 ton axle load operating at train speed of up to 100 Kmph. The Eastern Corridor will handle single stack containers whereas Western Corridor is planned to cater to double stack containers. Up gradation of transportation technology, increase in productivity and reduction in unit transportation costs have been taken as guiding principles for formulating the project. Various operating systems, motive powers, signaling and work processes are required to conform to these broad perspectives.
Eastern Dedicated Freight Corridor Alignment
1.1.2
2.0 2.1
Eastern DFC Route will be approximately 1799 Km long from Dankuni to Ludhiana via Mughalsarai-Allahabad-Kanpur-Tundla-Aligarh-Khurja Proposed alignment of DFC has been generally kept parallel to existing Indian Railway line except provision of detours at Mughalsarai, Allahabad, Kanpur, Etawah, Tundala, Hathras, Aligarh, Hapur, Meerut, Saharanpur, Ambala, Rajpura, Sirhind, Doraha & Sanehwal. The Eastern Dedicated Freight Corridor (EDFC) alignment passes through six states viz. West Bengal, Jharkhand, Bihar, Uttar Pradesh, Haryana and Punjab. It traverses Howarh, Hoogly, Vardhman ditricts in West Bangal and - Gaya, Aurangabad, Rohtas (Sasaram) and Kaimur (Bhabua) districts in Bihar, Chandauli, Varanasi, Mirzapur, Allahabad, Kausambi, Fatehpur, Kanpur (Urban), Kanpur (Rural), Auraiya, Etawah, Ferozabad, Agra, Hathras, Aligarh, Bulandsahr, Ghaziabad, Gautambudhnagar, Meerut, Muzaffar Nagar, Saharanpur districts in Uttar Pradesh, Yamuna Nagar, Ambala districts in Haryana and Patiala, Fatehgarh Sahib, Ludhiana districts in Punjab.
Dedicated Freight Corridor Corporation of India Limited
2.2
3.0 3.1
Dedicated Freight Corridor Corporation of India Ltd. (DFCC), a public sector company has been set up under the Indian Companies Act 1956 for implementation of Dedicated Freight Corridor Project. Government of India is the sole shareholder of the DFCC.
Page 47 of 60
4.0 4.1
731 Kms out of 1799 Km of Eastern Dedicated Freight Corridor (EDFC) from Mughalsarai to Khurja is being financed by the World Bank. The route alignment of EDFC indicating the corridor length being funded by World Bank is attached as Annexure II.
Project Phasing
5.0 5.1
The implementation of EDFC in the World Bank funded portion of the project is planned in a phased manner. In the first phase 343 Kms long stretch between Bhaupur and Khurja Section shall be constructed (Phase I). The balance stretch of 388 Kms between Bhaupur and Mughalsarai will be constructed in the second phase (Phase II).
6.1
As a result of the detailed evaluation of various contracting options to carry out the work of constructing the double line electrified track - complete with signaling, communication and other systems and their evaluation against International and Indian circumstances in todays construction market, it has been decided to implement Phase I of EDFC by slicing the whole length in to three Design & Build Contracts incorporating civil, structures and track works contracts and one separate single Project Wide Rail Systems Contract. The current Prequalification exercise is to identify suitable Bidders for the three Civil, Structures and Track Works Contracts designated as Contract 101, Contract 102 and Contract 103. The Systems Contract is likely to be awarded after 12 months of the award of the three Civil, Structures and Track Works Contracts.
Pre-qualification of Bidders Phase I
6.2
6.3
7.0
7.1
This Prequalification Document is issued for Civil, Structures and Track Work Contracts designated as Contract Slice No.-101, Contract Slice No.-102 & Contract Slice No.103 for: Design and Construction of Civil, Structures and Track Works for Double Line Railway involving Formation in Embankments/Cuttings, Ballast on Formation, Track Works, Bridges, Structures, Buildings Including Testing And Commissioning On DesignBuild Lump Sum Basis For Bhaupur - Khurja Section of Eastern Dedicated Freight Corridor.
Alignment of Bhaupur Khurja Section
8.0
Bhaupur Khurja section, part of EDFC, is located along Kanpur-Ghaziabad-Delhi section of Delhi-Howrah Route of North-Central-Railway. The proposed alignment of Dedicated Freight Corridor (DFC) is located on South side of existing IR network except at Etawah, where it is on North side of IR network. The proposed alignment of DFC is passing generally parallel to the existing IR network. The alignment of DFC is taking detour to avoid city congestion at Achalda, Bharthana, Etawah, Ferozabad, Shikohabad, Tundla, Hathras and Aligarh. Almost 55% of the proposed DFC alignment is passing parallel to existing IR network and 45% of the alignment is passing through detours.
Page 48 of 60
9.0 9.1
Bhaupur Khurja section has been sliced into three vertical parts for construction of Civil, Structures and Track Works as given under:
Contract Slice No 101 102 103 IR From 1040 1170 1266 Km IR Km To Approximate Route Length with Detour of DFC 135 Kms 101 Kms 107 Kms
Contract Slice No. 101 is from Rly km 1040 to 1170. This section is divided into 11 stretches viz S1 to S11. Various details of this contract package is as under Contract Slice No. Stretch No. Chainage (in metres) Start End IR Ref. Km. DFCC SHEET NO. (Showin
g plan & profile)
Parallel / ByPass
Min Br.
Maj Br.
RFO
RUB
1 2 3 4 5 6 7 8
S1 S2 S3 S4 S5 S6 S7 S8
1040 1041 1041 -1047 10471054 10541071 10711115 11151119 11191131 11311141 11411147 11471169 11691170
1 1 2 to 7 8 to 20 20 to 51 52 53 to 62 63 to 64
Parallel Bhaupur RFO Parallel Parallel Parallel Achalda By-Pass Parallel Bharthana ByPass Parallel Etawah By-Pass Etawah By-Pass 9 13 27 6 8 1 6 1 2
9 1 9 4 18 1 102 3 4 51 1 3 27 14
9 10 11
S9 S10 S11
70180 0 4080
65 to 70 70 to 74 74 Total
Page 49 of 60
9.3
SN
Contract Slice No.102 is from Rly km 1170 to 1266. This section is divided into 2 stretches viz S12 & S13. Various details of this contract package is as under
Contract Slice No. Stretch No. Chainage (in metres) Start End IR Ref. Km. DFCC SHEET NO. (Showi
ng plan & profile)
Parallel / By Pass
Min. Br.
Maj Br.
RFO
RUB
102
S12
4700
34640
1170 1200
75 to 97
Parallel
15
102
S13
-200
70750
1200 1266
97 to 110 Total
Tundla By-Pass
27
98
42
98
9.4
SN
Contract Slice No.103 is from Rly Km 1266 to 1367.5. This section is divided into 8 stretches viz S14 to & S21. Various details of this contract package is as under
Contract Slice No. Stret ch No. Chainage (in metres)
Start End
IR Ref. Km.
Parallel / By Pass
Min Br.
Maj Br.
RF O
RU B
1 2
103 103
S14 S15
104880 0
108246 21000
12661269 12691290
Parallel Parallel
2 12
103
S16
21000
30800
12901299
129 to 135
Hathras ByPass
14
103
S17
30800
41629
12991310
136 to 143
Parallel
Page 50 of 60
5 6 7 8
0 1315000 0 1345000
2 4 26 14 78 2 2 2 34 25
Note : (1). Definition of Important, Major & Minor Bridges(a) Important bridges are those having a linear waterway of 300 metres or a total waterway of 1000 Sqm or more and those classified as important by the Chief Engineer / Chief Bridge Engineer, depending on considerations such as depth of waterway, extent of river training works and maintenance problems. (b) A major bridge is one which has a total water way of 18 linear metres or more or which has a clear opening of 12 linear metres or more in any one span. (c) Bridges which do not fall in these classifications are termed as minor bridges. (2) Road over Bridges (ROBs) will be built under a separate contract. (3). Abbreviations : IR Indian Railways DFCC Dedicated Freight Corridor Corporation Min Minor Maj Major Br. Bridge RFO Rail Flyover RUB Road Under Bridge 9.5 Estimated Quantities of Major Items for different contract slices are as under -
Item Earth Work CBR > 5 (thousand Cum) CBR> 8 (thousand Cum) Blanketing (thousand Cum) Quantity of Ballast (thousand Cum) Concreting (thousand Cum) HYSD Bars (MT) HTS Bars (MT) Rails (MT)
Contract Slice 101 3600 2400 1200 680 200 14,200 72 33,000
Contract Slice 102 5600 2000 1000 490 190 11,500 72 26,000
Contract Slice 103 3600 2100 1000 550 160 12,500 72 27,000
Page 51 of 60
Sleepers (thousands)
460
360
380
10.0
10.1
The first phase of the eastern section of the Dedicated Freight Corridor, between Khurja and Kanpur is to be constructed as double line electrified track with 2 x 25kV AC, 50 Hz, overhead catenary system, capable of operating at a maximum train speed of 100km/h with an initial axle load of 25.0 tonnes. Formation and bridge structure are to be provided for 32.5 tonnes axle load and track structure for 25 tonnes axle load.. The total length of the line between Khurja and Kanpur is approximately 343 Km. The Contractor shall undertake the design, construction, manufacture, supply, installation, testing and commissioning of the Civil, Structure, and Track works including and without limitation, the design, construction and removal of any Temporary Works and diversions of utility services both of IR and other impacted authorities. In addition, the Contractor shall undertake the rectification of defects appearing in the Permanent Works in the manner and to the standards within the time stipulated by the Contract. In full recognition of these objectives and with full acceptance of the obligations, the Contractor shall execute the Works taking into account all liabilities and risks that may be involved. The system design and its installation to be carried out by systems contractor which includes electrification of the line, new signaling and control systems, new telecommunication system , SCADA control system and construction of staff quarters, station buildings, rest houses, allied service buildings etc. The design of all the works will be operationally compatible with the other Indian Railways (IR) sections connecting to the DFC. The Employer may decide to take over the constructed sections from the Contractor in a phased manner as per the mutually agreed handing over plan. The Civil, structure and Track Work Contractor shall undertake interface coordination with the Systems Contractors, who shall be carrying out works forming part of this Project. There will be a continuous requirement of coordination between the two in respect of design of cable trenching, masts for overhead electrification, interlocking of points and crossings, construction of facilities for maintenance, other allied structures and subsequently during the installation of signaling and traction power systems.
(2) (3)
(4)
(5)
(6)
10.2
Permanent Works The permanent works shall comprise of but not limited to the design, construction, manufacture, supply, installation, testing and commissioning of: a) Track substructure including drainage, embankments, cuttings, blanketing, ballast, bridges (major/minor), underpasses etc. b) Track superstructure including but not limited to setting out, benchmarking, rail and sleepers with fastenings, rail slab where necessary, turnouts, buffer stops, expansion joints, track signage;
Page 52 of 60
11.0
c) Road overpasses and underpasses including approach roads, substructures, surfacing, drainage facilities, guardrails and lighting in urban areas; d) Road corrections for the roads affected by the railway line and relevant facilities; e) Remodeling of Level Crossing Gates and duty hut of Existing Indian Railways Network located on DFCC alignment; f) Construction of service road all along the DFC alignment; g) Platforms including drainage, fencing, pavement. h) Yard complexes including fencing, drainage, sewerage, craneage, and safety equipment; i) On-duty points for maintenance staff including fencing, buildings, drainage, sewerage, offices, stores, heating, craneage, lighting, E&M services and car parking, office equipment and furniture as kitchenware, bathrooms, beds etc., installation and safety equipment; j) Noise barriers in urban areas; k) Fencing to stations; l) Utility diversions as applicable; and m) Any other activity connected with the construction and commissioning of railways. Salient Engineering Features/Performance Specifications The indicative engineering features/performance specifications of the works are as given under:-
SN 1
Details
1:200 (compensated) 1:1200, (1:400 in exceptional cases with approval of DFCC) 13.5 metres 2:1 (H:V) (minimum) 16.9 metres 1:1 (H:V) 60 cms (minimum)
Formation (As per IR Specification) Bank width for Double line Slope Embankment Cutting width for Double line Slope of Cutting (ordinary soil) Blanketing thickness
Curves Maximum degree of curvature Curve Compensation Vertical Curves - shall be provided only at the junction of the grade when the algebraic difference between the grades is equal to or more than 4 mm per metre or 0.4 per cent. Moving Dimensions- Vertical Maximum Moving Dimension (MMD) Vertical Schedule Of Dimensions (i) For Light Overhead Structure like FOBs (ii) For Heavy Overhead Structure like ROBs Track Centre Between two tracks of DFC Between existing track and DFC
2.5 Degree (700 metres Radius) @ 0.04% per degree of curvature Minimum radius of vertical curves 4000 meters
4 5
5.1 metres
6.78 metres 6.43 metres in yard & 6.1 metres beyond yard
6 metres (minimum) (As given in the L section as a part of Bid Document) In general, it will be between 13 to 15 metres.
Bridges
Page 53 of 60
Standard of loading
Axle Load = 32.5 Tonne Trailing Load = 12.13 t/m Tractive effort = 104 t for single loco & 126 t for double and triple loco Braking force for loco = 25 % of loco weight Braking force for wagon = 13.4 % of axle load Centre of Gravity = 3.0 m Bridge design should cater to braking force for wagons/ locos having axle load of 32.5 t.
Track Structure Gauge Rails Sleepers 1676 mm UIC 60 90 UTS IRS T12-2009 Mono-block Concrete, rail seat for 60/68 Kg/m rails confirm to RDSO drawing no. EDOT-2256 & IRST-39-85 with modification for 25 tonnes axle load. Rolled section as per IRST 12 2009 Welding Flash Butt Welded to 260 m or more. Further Welded to CWR in track using Mobile Flash Butt Welding Plant Details Self tensioning fastening assembly Pandrol Type e-clip with minimum toe load of 1250 Kg. as per IRST-31-1992 Rail Pad (Rubber Pad) 10 mm thick as per IRST-47-2006 GFN Insulated Liners as per IRST-44-95 60 Kg thick web switch turnouts as per IR Specifications DFC Track Level with Adjacent IR Track Concrete Bearers Assembly IRS Design 4 to 6 Running Lines 2 Hot Axle & 2 Machine Sidings of 150 meter each SEJ IRS/New Design Glued Insulating Joints- IRS/New Design Buffer Stops - IRS Design IRS GE-1 Specifications 300 mm Cushion on M/L 250 mm Cushion on other lines Fully Mechanized with appropriate plant and machinery. Design and Construction Conforming to Indian Railway Standards
Rail Length
SN
Description Fastenings
Yards
Other Components
Ballast
Design Axle Load of 25 tonnes with train speed of up to 100 kmph and trailing load up to 15,000 tonnes. The track infrastructure will also comprise of providing crossing stations with loops of 750 m extendable to 1500 m, level crossings, turn-outs, switch expansion joints, rail insulated joints, sidings, junction stations and integration with the existing Indian Railway Lines.
Page 54 of 60
12.0 12.1
Technical Specifications and approved vendors/suppliers Research Design and Standards Organization (RDSO), Lucknow, India, an organization of Ministry of Railways, Government of India has standardized the technical specifications for various components of railway systems in India as Indian Railway Standard (IRS) Specifications, which are generally based on International Specifications and adopted to Indian conditions. The list of IRS Specifications issued by RDSO is available at the website of RDSO (www.rdso.gov.in). The IRS Specifications can be purchased from RDSO. The Employers requirements to be included as part of the bidding document for this work will generally conform to the IRS Specifications. However, the bidders shall be permitted to propose proven technical alternatives for selected items (to be specified in the bidding document) with their first stage technical proposals in addition to or in lieu of the requirements specified in the bidding documents, provided they can document that the proposed technical alternatives are proven in other rail systems elsewhere and are to the benefit of the Employer, that they fulfill the principal objectives of the contract, and that they meet the basic performance and technical criteria specified in the bidding documents. The main items for which, the bidders are encouraged to propose technical alternatives, are listed below: a. Bearings for Bridge Girders b. Switch Expansion Joints c. Single Shot Crucible Welding d. PSC Sleepers e. Movable nose crossings While no assurance can be given here that alternative technical proposals will be approved, prospective bidders are encouraged to propose cost-effective technical alternatives in the areas listed. Such alternative technical proposals with necessary documentation for review by the employer should be submitted by bidders as part of their first stage technical proposal that will be the subject of clarification with the Bidder. The employer will review complete alternative technical proposals if any, offered by the bidders to determine that such alternative technical proposal may constitute an acceptable basis for that bidders second stage bid. RDSO maintains approved list of suppliers/vendors for various equipments/items/components to be used on railway systems in India. Bidders shall be free to obtain equipments/items from the suppliers/vendors on approved list of RDSO or any other sources provided the equipment/item meets the technical requirements/acceptance criteria which will be indicated in the Bidding document. The list of suppliers/vendors approved for various items are available at the website of RDSO (www.rdso.gov.in). Procedures for registration of the new suppliers/vendors for railway equipments/items are also available at the website of RDSO. The bidders are advised to visit the website of RDSO for further information about the registration of new products. The details, terms and conditions for submission of alternative technical proposals shall be included in the bid document. Project Implementation The Project involves Design of Alignment, Track, Formation, Bridges & Structures including Flyovers/ROB/RUB followed by Construction, Integrated Testing and Commissioning and integration with existing IR System and maintaining the constructed
Page 55 of 60
12.2
12.3
12.4
12.5
12.6
13.0 13.1
railway during the defect liability period for the axle load and speed potential defined in Para 10.1 (1) above. 13.1.1 The Construction Period shall be 3.5 (three and half) years (including Design Period) from the date of award of the contract(s). The Design-Build Contractor shall be required to plan the various components of work in such a sequence that the complete work is commissioned in 3.5 (three and half) years from the date of award of contract. This will be followed by the Defect Liability Period of one year after commissioning of complete rail system by system contractor. 13.2 General Consultant appointed by DFCCIL will be the Engineer for the project and will perform the role as specified in Clause 3 Condition of Contract Plant & Design Build FIDIC Yellow Book 1999 and as supplemented or amended through Particular Conditions of Contract. As a part of the Bid Documents, the Pre-qualified Bidders will be provided with Employers Requirements, Concept Design, Performance Specifications and the other available indicated field data e.g. (i) Alignment Survey, (ii) Geotechnical (iii) Hydrological Calculations for Discharge/HFL of Bridges. The field data provided as a part of the Bid Documents by the Employer is based on the investigation carried out by the Employer and is for reference purposes only. The Bidder will have to satisfy himself with the field data furnished and make his own investigations, if required, for submitting his offer. The Bidder shall be deemed to have obtained all necessary information as to risks, contingencies and all other circumstances which may influence or affect his Bid. Costs associated with any change in design or construction methodology later during execution on account of any change will be borne by the Contractor. 13.4 The Employers Requirements/Performance Specifications provided as a part of the Bid Documents, specify the procedural requirements for the preparation of the design of the Permanent and Temporary Works. The Contractor shall engage the Designer who will undertake and prepare the Design of the Permanent Works and Temporary Works. The principal requirements of the Design Phase are the production of the Preliminary Design, the Definitive Design and the Construction Reference Drawings.
13.3
13.5
13.5.1 The Preliminary Design shall incorporate the Contractors tender design developed to sufficiently define the main formation, permanent way, bridges including Flyovers/ROB/RUB and other structures. Upon approval by the Engineer, the Contractor shall, proceed to prepare the definitive Designs. 13.6 The Definitive Design shall incorporate the Contractors Technical Proposals and shall be the design developed to the stage at which all elements of permanent way, structures including bridges are fully defined and specified. During the preparation of the Definitive Design, the Contractor shall complete all surveys, investigations and testing necessary to complete the design of the Permanent Works. 13.7 Upon issuance of the approval, or a deficiencies list, by the Engineer in respect of the Definitive Design Submission, normally within thirty days (30 days), the Contractor shall complete the design in all respects and produce the Construction Reference Drawings, the purpose of which is to illustrate all the Permanent Works and to be the drawings governing construction.
Page 56 of 60
14.0 14.1
Utilities The utilities have generally been identified as part of the field data collection by the Employer. However, there is always a possibility of some the unidentified utilities being detected by the Contractor during the course of data collection or during the construction. These utilities shall be relocated as detailed below: (1) (2) Indian Railways existing OHLE Structures and Traction Power Installations infringing with DFCC Structure shall be relocated/modified by the Employer. Over ground or Underground Civil Engineering, Utilities e.g. water pipe line, sewerage pipe line shall be relocated by the Contractor within the available right of way as a part of this Design Build Contract. Underground signaling or communication cable shall be relocated by the Contractor within the available right of way as a part of this Design Build Contract. Civil engineering structures of Indian Railways coming in the DFCC alignment and required to be replaced by a new structure will be replaced as a part of this design build contract.
(3)
(4)
15.0 15.1
Interfacing with System Contractor Bhaupur -Khurja section shall be electrified with 2x25 KV Systems and provided with Automatic Signalling. The Civil, Structures and Track Works (CS&TW) Contractor(s) appointed through this PQ exercise following the Two Stage Bidding process shall be required to interface, coordinate and cooperate with the project wide Systems Contractor engaged to execute the Signalling, Telecommunications, Electrification and SCADA Works in such a way that complete Railway System is commissioned successfully in a time bound manner. The CS&TW Contractor(s) are expected to provide the Systems Contractor the necessary access on the temporary roads constructed by them to enable the Systems Contractor to undertake their component of work. Any other costs involved other than the access road, the parties will negotiate cost sharing arrangements amongst themselves. Detailed Interfacing Requirements shall be provided in the Bid Documents. Site and Other Data Project Area: The Works will be carried out between Bhaupur and Khurja in the state of Uttar Pradesh. The proposed alignment will pass across the almost flat Indo Gangetic plain and will mostly be parallel to the Delhi- Kanpur - Mughalsarai double line section of Indian Railways. There will be some deviations from this route to avoid stations and some urban areas. A sketch showing the alignment is attached as Annexure 1.
16.0 16.1
16.2
Hydrology: The project area is generally flat and is prone to flooding during the monsoon. Flooding is generally attributed to the high ground water table and silting of water courses coupled with rainfall intensity and low hydraulic gradients. Climate: The climate of the project is a Tropical Monsoon Climate Marked by three distinct seasons:
16.3
Page 57 of 60
Summer (march-June): Hot & dry with average temperatures of 45C sometimes reaching 47-48C with low relative humidity (20%) and dust laden winds. Monsoon (June-September): 85% of the average annual rainfall of 990 mm precipitates during this period and temperatures range from 40-45 C on rainy days. Winter (October-February): Cold with temperatures in the range of 3-4C sometimes dropping below freezing in elevated areas. Foggy conditions can occur in some tracts.
Page 58 of 60
ANNEXURE - I
DELHI
MUMBAI
VASCO
VIJAYAWADA
CHENNAI
Page 59 of 60
Annexure- II
Page 60 of 60