+ All Categories

EFC_ph1

Date post: 07-Apr-2018
Category:
Upload: peppie05
View: 222 times
Download: 0 times
Share this document with a friend

of 60

Transcript
  • 8/4/2019 EFC_ph1

    1/60

    PREQUALIFICATION DOCUMENT 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 ANDCOMMISSIONING ON DESIGN-BUILD LUMP SUM BASIS

    FOR BHAUPUR - KHURJA SECTION OF EASTERN

    DEDICATED FREIGHT CORRIDOR.

    CIVIL STRUCTURES AND TRACK WORKS CONTRACT PACKAGES

  • 8/4/2019 EFC_ph1

    2/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    Contents

    PART 1 Prequalification Procedures

    Section I. Instructions to Applicants 4

    Section II. Prequalification Data Sheet 14

    Section III. Qualification Criteria and Requirements 20

    Section IV. Application Forms 25

    Section V. Eligible Countries 43

    PART 2 Works Requirements

    Section VI. Project Information & Scope of Works 45

    ANNEXURES

    ANNEXURE I 58

  • 8/4/2019 EFC_ph1

    3/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    PART 1 Prequalification Procedures

  • 8/4/2019 EFC_ph1

    4/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    Section I. Instructions to Applicants

    Table of Clauses

    A. General 6

    1. Scope of Application 6

    2. Source of Funds 6

    3. Fraud and Corruption 6

    4. Eligible Applicants 8

    5. Eligible Goods and Related Services 9

    B. Contents of the Prequalification Document 9

    6. Sections of Prequalification Document 9

    7. Clarification of Prequalification Document 10

    8. Amendment of Prequalification Document 10

    C. Preparation of Applications 10

    9. Cost of Applications 10

    10. Language of Application 10

  • 8/4/2019 EFC_ph1

    5/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    F. Evaluation of Applications and Prequalification of Applicants 13

    25. Evaluation of Applications 13

    26. Employers Right to Accept or Reject Applications 13

    27. Prequalification of Applicants 13

    28. Notification of Prequalification 13

    29. Invitation to Bid 13

    30. Changes in Qualifications of Applicants 14

  • 8/4/2019 EFC_ph1

    6/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    Section I. Instructions to Applicants

    A. General1. Scope of

    Application1.1 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.

    2. Source ofFunds

    2.1 The Borrower or Recipient (hereinafter called Borrower) indicatedin the PDS has applied for or received financing (hereinafter called

    funds) from the International Bank for Reconstruction andDevelopment or the International Development Association

    (hereinafter called the Bank) towards the cost of the project namedin the PDS. The Borrower intends to apply a portion of the funds to

    eligible payments under the contract(s) resulting from the bidding forwhich this prequalification is conducted.

    3. Fraud andCorruption

    3.1 It is the Banks policy to require that Borrowers (includingbeneficiaries 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:

    ( ) d fi f th f thi i i th t t f th

  • 8/4/2019 EFC_ph1

    7/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    party;

    (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;

    (v) "obstructive practice" is

    (aa) deliberately destroying, falsifying, altering orconcealing 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 forunder sub-clause 3.1 (e) below.

    (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;

  • 8/4/2019 EFC_ph1

    8/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    4. EligibleApplicants

    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, asevidenced 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.

    4.2 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.

    4.3 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.

    4.4 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

    fi fi f th i fi i l t

  • 8/4/2019 EFC_ph1

    9/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    4.8 Government-owned entities in the Employers Country shall be eligibleonly if they can establish that they are legally and financially

    autonomous, and operate under commercial law, and that they are notdependent agencies of the Employer.

    4.9 Applicants shall not be under execution of a BidSecuring Declarationin the Employers Country.

    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 matterof law or official regulations the Borrowers country prohibitscommercial 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 orentities in that country. Section V, Eligible countries provide lists of

    ineligible countries pursuant to this Sub Clause 4.11.

    5. Eligible Goodsand RelatedServices

    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

  • 8/4/2019 EFC_ph1

    10/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    documentation required by the Prequalification Document.

    7. Clarification of

    Prequali-ficationDocument

    7.1 A prospective Applicant requiring any clarification of the

    Prequalification Document shall contact the Employer in writing at theEmployers address indicated in the PDS. The Employer will respondin 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 aclarification, it shall do so following the procedure under ITA 8 and in

    accordance with the provisions of ITA 17.2.

    8. Amendment ofPrequalifica-tion Document

    8.1 At any time prior to the deadline for submission of applications, the

    Employer may amend the Prequalification Document by issuing

    addenda.

    8.2 Any addendum issued shall be part of the Prequalification Document

    and shall be communicated in writing to all who have obtained theprequalification document from the Employer.

    8.3 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

    9. Cost of

    A li i

    9.1 The Applicant shall bear all costs associated with the preparation and

    b i i f i li i Th E l ill i b

  • 8/4/2019 EFC_ph1

    11/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    Establishingthe Eligibilityof theApplicant

    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. DocumentsEstablishingtheQualificationsof theApplicant

    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. Signing of theApplicationand Numberof Copies

    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 writtenin 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. Inthe event of any discrepancy between the original and the copies, the

    original shall prevail.

    D. Submission of Applications

    16. Sealing andIdentificationofApplications

    16.1 The Applicant shall enclose the original and the copies of the application in

    a sealed envelope that shall:

    (a) bear the name and address of the Applicant;

    (b) b dd d h E l i d i h ITA 17 1 d

  • 8/4/2019 EFC_ph1

    12/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    Clause 17.1 shall be as specified in the PDS. Employer shall prepare a

    record of the opening of applications that shall include, as a minimum,

    the name of the Applicant. A copy of the record shall be distributedto all Applicants.

    E. Procedures for Evaluation of Applications

    20. Confidentiality 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. Clarification of

    Applications

    21.1 To assist in the evaluation of applications, the Employer may, at its

    discretion, ask any Applicant for a clarification of its application whichshall 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 forclarification, its application may be rejected.

    22. Responsive-22 1 h l j li i hi h i i h

  • 8/4/2019 EFC_ph1

    13/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    F. Evaluation of Applications and Prequalification of Applicants

    25. Evaluation ofApplications

    25.1 The Employer shall use the factors, methods, criteria, and requirementsdefined 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 andRequirements.

    26. EmployersRight toAccept orRejectApplications

    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.

  • 8/4/2019 EFC_ph1

    14/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    30. Changes inQualificationsof Applicants

    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 forsubmission 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.

  • 8/4/2019 EFC_ph1

    15/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    Track Works, Bridges, Structures, Buildings, Yards, Integration with IR

    existing Railway System and Testing & Commissioning on Design-Build Lump

    Sum Basis for Etawa Tundla Bypass section (Approx. 101 Route Kms) ofEastern Dedicated Freight Corridor.Civil, Structures and Track Works Contract 103: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 Tundla Bypass- Khurja section (Approx. 107 Route Kms) of

    Eastern Dedicated Freight Corridor.

    The Applicants can seek prequalification for multiple contracts.

    The Employer will evaluate the Applications received and Pre-qualify the

    Applicants for one, two or three contract slices as per the specific requirements

    provided in the Section III- Qualification Criteria & Requirement for one, two

    and three contracts.

    ITA 1.1 ICB NameDesign 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/BhaupurKhurja

  • 8/4/2019 EFC_ph1

    16/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    ITA 7.1 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: +911123454720, Facsimile number: +9111 - 23454701Electronic mail address: [email protected]

    ITA 7.2 Newclause

    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 bea 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

    http://www.dfcc.in/http://www.dfcc.in/http://www.dfcc.in/http://www.dfcc.in/
  • 8/4/2019 EFC_ph1

    17/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    ITA 11.1 (d) 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 softwareindicatethe software likely to be used in embankment designs.

    Software: Track Work DesignAlignment - access to specialized designsoftware 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 eachcontract included in Section IV: Form EXP4.1, 4.2 (a), 4.2 (b), 4.3 (a) and 4.3 (b).

    ITA 15.2 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.

  • 8/4/2019 EFC_ph1

    18/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    Companies shall not be considered unless they are part of JV.

    ITA 29.1 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 orother 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 pre-

    qualification 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

  • 8/4/2019 EFC_ph1

    19/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    a meeting, if any, and including an Annex listing all decisions, and required

    amendments or changes resulting from the clarification of the First Stage

    technical proposal. The Memorandum will be communicated to the Bidder as partof the invitation to submit the Second Stage bid.

    Second Stage Bid: The Employer will invite the Bidders to submit a finalupdated 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 simultaneouslyso 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.

  • 8/4/2019 EFC_ph1

    20/60

    Pre-Qualification Document for Bhaupur-Khurja Section

    Section III. Qualification Criteria and Requirements

    This Section contains all the methods, criteria, and requirements that the Employer shall use to evaluate

    applications. The information to be provided in relation to each requirement and the definitions of the

    corresponding terms are included in the respective Application Forms.

    Contents

    1. Eligibility .................................................................................................................................. 21

    2. Historical Contract Non-Performance ...................................................................................... 21

    3. Financial Situation .................................................................................................................... 22

    4. Experience............................................................................................................................22-24

  • 8/4/2019 EFC_ph1

    21/60

    Page 21 of 60

    Qualification Criteria and Requirements

    Eligibility and Qualification Criteria Compliance Requirements Documentation

    No. Subject Requirement Single

    Entity

    Joint VentureSubmission

    Requirements

    All PartiesCombined

    EachPartner

    One Partner

    1. Eligibility1.1 Nationality Nationality in accordance with ITA Sub-Clause 4.3 Must meet

    requirementExisting orintended JVmust meetrequirement

    Must meetrequirement

    N/A Forms ELI 1.1and 1.2, withattachments

    1.2 Conflict ofInterest

    No conflicts of interest in ITA Sub-Clause 4.4 Must meetrequirement

    Existing orintended JVmust meetrequirement

    Must meetrequirement

    N/A ApplicationSubmissionForm

    1.3 BankIneligibility

    Not having been declared ineligible by the Bank, as described inITA Sub-Clause 4.7

    Must meetrequirement

    Existing JVmust meetrequirement

    Must meetrequirement

    N/A ApplicationSubmissionForm

    1.4 Government

    Owned Entity

    Applicant required to meet conditions of ITA Sub-Clause 4.8 Must meet

    requirement

    Must meet

    requirement

    Must meet

    requirement

    N/A Forms ELI 1.1

    and 1.2, withattachments

    1.5 UnitedNationsresolution orBorrowerscountry law

    Not having been excluded as a result of the Borrowers countrylaws or official regulations, or by an act of compliance with UNSecurity Council resolution, in accordance with ITA 4.11

    Must meetrequirement

    Must meetrequirement

    Must meetrequirement

    N/A Forms ELI 1.1and 1.2, withattachments

    2. Historical Contract Non-Performance2.1 History of

    Non-PerformingContracts

    Non-performance of a contract did not occur within the last 2(two) years prior to the deadline for application submissionbased on all information on fully settled disputes or litigation. Afully settled dispute or litigation is one that has been resolved inaccordance with the Dispute Resolution Mechanism under therespective contract and where all appeal instances available to

    the applicant have been exhausted.

    Must meetrequirementby itself oras partner topast orexisting JV

    N/A Must meetrequirementby itself oras partner topast orexisting JV

    N/A Form CON-2

    2.2 Failure toSign Contract

    Not being under execution of a Bid Securing Declarationpursuant to Sub-Clause 4.9 for 2 (two) years prior to thesubmission of the Application.

    Must meetrequirement

    Must meetrequirement

    Must meetrequirement

    N/A ApplicationSubmissionForm

    2.3 PendingLitigation

    All pending litigation shall in total not represent more than 10%(ten percentage) of the Applicants net worth and shall betreated as resolved against the Applicant

    Must meetrequirementby itself oras a partner

    N/A Must meetrequirementby itself oras a partner

    N/A Form CON 2

  • 8/4/2019 EFC_ph1

    22/60

    Page 22 of 60

    Eligibility and Qualification Criteria Compliance Requirements Documentation

    No. Subject Requirement Single

    Entity

    Joint VentureSubmission

    Requirements

    All PartiesCombined

    EachPartner

    One Partner

    to past orexisting JV

    to past orexisting JV

    3. Financial Situation

    3.1 Financial

    Performance

    Submission of audited balance sheets or if the same is not

    required by the law of the Applicants country, other financialstatements acceptable to the Employer, for the last 5 (five)financial years to demonstrate:

    Must meet

    requirement

    N/A Must meet

    requirement

    N/A Form FIN 3.1

    with attachments

    (a) the current soundness of the applicants financial positionand its prospective long term profitability, and

    (a) Mustmeetrequirement

    (a) N/A (a) Mustmeetrequirement

    (a) N/A

    (b) capacity to have a cash flow amount of :

    i) US $ 35 million (US $ thirty five million) to be eligible for 1(one) contract sliceii) US $ 55 million (US $ fifty five million) to be eligible for 2 (two) contract slicesiii) US $ 70 million (US $ seventy million) to be eligible for 3(three) contract slices

    (b) Mustmeetrequirement

    (b) Must meetrequirement

    (b) N/A (b) N/A

    3.2 AverageAnnualConstructionTurnover

    Minimum average annual construction turnover of US $ 60million (US $ sixty million) to be eligible for one contractslice*, calculated as total certified payments received forcontracts 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 forthree contract slices

    Must meetrequirement

    Must meetrequirement

    Must meet25 (twentyfive) %oftherequirement

    Must meetof 50 (fifty)% of therequirement

    Form FIN 3.2

    4. Experience

    4.1 GeneralConstructionExperience

    Experience under construction contracts in the role of contractor,subcontractor, or management contractor for at least the last 3(threeyears) prior to the application submission deadline, andwith activity in at least nine (9) months in each year.

    Must meetrequirement N/A Must meetrequirement N/A Form EXP 4.1

    4.2(a)

    SpecificConstructionExperience

    Participation as contractor, management contractor orsubcontractor, in at least 1 (one) contract# within the last 7(seven) years prior to the application submission deadline, eachwith a value of at least US $ 170 million (US $ One hundredseventy million) to be eligible for 1 (one) contract slice*, that

    Must meetrequirement

    Must meetrequirement

    N/A Must meet60 %requirementfor onecontract

    Form EXP 4.2(a)

  • 8/4/2019 EFC_ph1

    23/60

    Page 23 of 60

    Eligibility and Qualification Criteria Compliance Requirements Documentation

    No. Subject Requirement Single

    Entity

    Joint VentureSubmission

    Requirements

    All PartiesCombined

    EachPartner

    One Partner

    have been successfully and substantially completed (not lessthan 90% of the contract value) and that are similar to theproposed works. The similarity shall be based on the physicalsize, complexity, methods/technology or other characteristics asdescribed in Section VI, Scope of Works. . The works pertaining

    to Railway, Highway, Sea/Air Port, Dams/HydroelectricProjects and Irrigation Canal Projects shall only beconsidered.

    *US $ 255 million ( US $ two hundred fifty five million) to beeligible for 2 (two) contract slicesUS $ 340 million (US $ three hundred forty million ) to be eligiblefor 3 ( three) contract slices

    # in case of Joint Venture, value of one contract of each partnershall be considered for evaluating the cumulative valuerequirement for all parties combined.

    4.2

    (b)

    For the above or other similar contracts executed during the

    last seven financial years a minimum construction experiencein the following key activities:

    Form EXP 4.2

    (b)

    1. Earth Work in formation/cutting/blanketing :* 3440 thousandCubic Meters in any onefinancial year during the periodstated in 4.2(b) to be eligible for single contract slice.

    * 5160 thousand Cubic Meters in any onefinancialyear duringthe period stated in 4.2(b) to be eligible for two contractslice.

    *6880 thousand Cubic Meters in any onefinancialyear duringthe period stated in 4.2(b) to be eligible for three contractslice.

    Must meetrequirements

    Must meetrequirements

    N/A Must meet60%requirements

    2. Concreting in Bridges and other Structures: * 76 thousandCubicMeters in any onefinancialyear during the periodstated in 4.2(b) to be eligible for single contract slice.

    * 114 thousand CubicMeters in any onefinancialyear duringthe period stated in 4.2(b) to be eligible for two contractslice.

    * 152 thousand CubicMeters in any onefinancialyear during

    Must meetrequirements

    Must meetrequirements

    N/A Must meet60%requirements

  • 8/4/2019 EFC_ph1

    24/60

    Page 24 of 60

    Eligibility and Qualification Criteria Compliance Requirements Documentation

    No. Subject Requirement Single

    Entity

    Joint VentureSubmission

    Requirements

    All PartiesCombined

    EachPartner

    One Partner

    the period stated in 4.2(b) to be eligible for three contractslice.

    3. Mechanized Track Laying Or Relaying: * 70 Km track length

    in any onefinancialyear during the period stated in 4.2(b)to be eligible for single contract slice.

    * 105 Km track length in any onefinancialyear during theperiod stated in 4.2(b) to be eligible for two contract slice.

    * 140 Km track length in any onefinancialyear during theperiod stated in 4.2(b) to be eligible for three contract slice.

    Mechanized track laying or relayingmeans the following;

    Laying or relaying of rail panels of 260 meters or moreweldedby mobile/stationery/flash butt welding plant under controlconditions in depots, Track Linking by use of portals, cranes,

    rail threader, track laying machines and use of tempingmachines, dynamic track stabilizers, shoulder ballastcompactors for making track fit for traffic movement.

    Must meet

    requirementsor can be aspecialistsub-contractor

    Must meet

    requirementsor can be a

    specialist sub-contractor

    N/A Must meet

    requirementsor can be a

    specialistsub-contractor

    4.3(a)

    GeneralDesignExperience

    Participation as a Design Consultant or Sub-Design Consultantin at least 1 (one)Design Consultancy Project (Contract) inthelast 3 (Three) years prior to the application submissiondeadline, each with a value of at least US $ 500,000 (US $ fivehundred thousand), that have been successfully andsubstantially completed and that are similar to the proposedworks. The works pertaining to Railway, Highway, Sea/AirPort and Dams/Hydroelectric Projects shall only beconsidered.

    Must meetrequirementsor can be a

    specialistsub-contractor

    Must meetrequirementsor can be a

    specialist sub-contractor

    N/A Must meetrequirementsor can be a

    specialistsub-contractor

    Form EXP 4.3(a)

    4.3

    (b)

    Specific

    DesignExperience

    For the above or other contracts executed during the period

    stipulated in 4.3 (a) above, a minimum design experience in thefollowing key activities:

    Form EXP 4.3

    (b)

    1. Embankment should have designed railway or highwayembankment in last three years.

    Must meetrequirementsor can be aspecialistsub-contractor

    Must meetrequirementsor can be a

    specialist sub-contractor

    N/A Must meetrequirementsor can be aspecialistsub-contractor

    Form EXP 4.3(b)

    2. Should have designed Railway/Highway alignment in last 3(three ) years.

    Must meetrequirements

    Must meetrequirements

    N/A Must meetrequirements

    Form EXP 4.3(b)

  • 8/4/2019 EFC_ph1

    25/60

    Page 25 of 60

    Eligibility and Qualification Criteria Compliance Requirements Documentation

    No. Subject Requirement Single

    Entity

    Joint VentureSubmission

    Requirements

    All PartiesCombined

    EachPartner

    One Partner

    or can be aspecialistsub-contractor

    or can be aspecialist sub-contractor

    or can be aspecialistsub-contractor Description Only

    3. Bridges & Structures Should have designed at least 5

    bridges/Flyovers/ROB/RUB in last 3 (three ) years.

    Must meet

    requirementsor can be aspecialistsub-contractor

    Must meet

    requirementsor can be aspecialist sub-contractor

    N/A Must meet

    requirementsor can be aspecialistsub-contractor

    Form EXP 4.3

    (b)

    Notes:

    (1) 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 ofsubmission of application.

    (2) 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 currencyother than INR shall be converted into one currency, i.e., INR as per exchange rate mentioned in note (1) above.

  • 8/4/2019 EFC_ph1

    26/60

    Section IV. Application Forms

    Table of Forms

    Application Submission Form 26

    Applicant Information Form 28

    Applicant's Party Information Form 29

    Historical Contract Non-Performance 30

    Financial situation 31

    Average Annual Construction Turnover 33

    General Construction Experience 34

    Similar Construction Experience 35

    Construction Experience in key Activities 37

  • 8/4/2019 EFC_ph1

    27/60

    Application Submission Form

    Date: [insert day, month, year]ICB No. and title: [insert ICB number and title]

    To: [insert full name of Employer]

    We, the undersigned, apply to be pre-qualified for the referenced ICB and declare that:

    (a) we have examined and have no reservations to the Prequalification Documents,including Addendum(s) No(s)., issued in accordance with Instructions to Applicants (ITA)Clause 8: [insert the number and issuing date of each addendum].

    (b) we, including any subcontractors or suppliers for any part of the contract resulting fromthis prequalification process, have nationalities from eligible countries, in accordancewith ITA Sub-Clause 4.3: [insert the nationality of the Applicant, including that of allpartners in case of a Joint Venture, and the nationality of each already identifiedsubcontractor and supplier of related services, if applicable];

    (c) we, including any subcontractors or suppliers for any part of the contract resulting fromthis prequalification, do not have any conflict of interest, in accordance with ITA Sub-

    Clause 4.4;

    (d) we, including any subcontractors or suppliers for any part of the contract resulting from thisprequalification, have not been declared ineligible by the Bank, or under the Employer's countrylaws, official regulations, or under execution of a Bid Securing Declaration in the Employer'sCountry, or by an act of compliance with a decision of the United Nations Security Council, inaccordance with ITA Sub-Clauses 4.7, 4.9 and 4.11;

    (e) [insert either "we are not a Government owned entity" or "we are a Government entity,and we meet the requirements of ITA Sub-Clause 4.8];

  • 8/4/2019 EFC_ph1

    28/60

    (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.

    (i) We are seeking pre-qualification for 1/2/3 Contract(s).

    Signed [insert signature(s) of an authorized representative(s) of the Applicant]

    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]

  • 8/4/2019 EFC_ph1

    29/60

    Form ELI -1.1Applicant Information Form

    Date: [insert day, month, year]ICB No. and title: [insert ICB number and title]

    Page [insert page number]of [insert total number]pages

    Applicant's legal name

    [insert full legal name]

    In case of Joint Venture (JV), legal name of each partner:

    [insert full legal name of each partner in JV]

    Applicant's Actual or Intended country of constitution:

    [indicate country of Constitution]

    Applicant's actual or Intended year of constitution:

    [indicate year of Constitution]

    Applicant's legal address in country of constitution:[insert street/ number/ town or city/ country]

    Applicant's authorized representative information

    Name: [insert full legal name]

    Address: [insert street/ number/ town or city/ country]

    Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]

  • 8/4/2019 EFC_ph1

    30/60

    Form ELI -1.2

    Applicant's Party Information Form

    [The following form shall be filled in for the Applicant's parties including partner(s) of a jointventure, subcontractors, suppliers and other parties]

    Date: [insert day, month, year]ICB No. and title: [insert ICB number and title]

    Page [insert page number]of [insert total number]pages

    JV applicant legal name:

    [insert full legal name]

    Applicant's Party legal name:

    [insert full legal name of Applicant's Party]

    Applicant's Party country of registration:

    [indicate country of registration]

    Applicant Party's year of constitution:

    [indicate year of constitution]

    Applicant Party's legal address in country of constitution:

    [insert street/ number/ town or city/ country]

    Applicant Party's authorized representative information

    Name: [insert full legal name]

  • 8/4/2019 EFC_ph1

    31/60

    Form CON 2Historical Contract Non-Performance

    [The following table shall be filled in for the Applicant and for each partner of a Joint Venture]

    Applicants Legal Name: [insert full name]

    Date: [insert day, month, year]

    Joint Venture Party Legal Name:[insertfull name]

    ICB No. and title: [insert ICB number and title]

    Page [insert page number]of [insert total number]pages

    Non-Performing Contracts in accordance with Section III, Qualification Criteria and Requirements

    Contract non-performance did not occur during the [number]years specified in Section III, QualificationCriteria and Requirements, Sub-Factor 2.1.

    Contract(s) not performed during the [number]years specified in Section III, Qualification Criteria andRequirements, requirement 2.1

    Year Nonperformedportion ofcontract

    Contract Identification Total ContractAmount (current

    value, INRequivalent)

    [insertyear]

    [insert amountand percentage]

    Contract Identification: [indicate complete contract name/number, and any other identification]

    Name of Employer: [insert full name]

    [insert amount]

  • 8/4/2019 EFC_ph1

    32/60

    Form FIN 3.1Financial Situation

    [The following table shall be filled in for the Applicant and for each partner of a Joint Venture]

    Applicants Legal Name: [insert full name] Date: [insert day, month, year]Applicants Party Legal Name:[insert full name]ICB No. and title: [insert ICB number and title]

    Page [insert page number]of [insert total number]pages

    1. Financial data

    Financial information in(In local currency and INR

    equivalent in 000s)

    Historic information for previous 5 (five)financialyears,(In local currency and INR equivalent in 000s)

    Year 1

    (Financialyear to beindicated byApplicant)

    Year 2

    (Financialyear to beindicated byApplicant)

    Year 3

    (Financial yearto be indicatedbyApplicant)

    Year 4

    (Financialyear to beindicated byApplicant)

    Year 5

    (Financialyear to beindicated byApplicant)

    Information from Balance Sheet

    Total Assets (TA)

  • 8/4/2019 EFC_ph1

    33/60

    2. Financial documents

    The Applicant and its parties shall provide copies of the balance sheets and/or financialstatements 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) be audited by a certified accountant.

    (c) 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

  • 8/4/2019 EFC_ph1

    34/60

    Form FIN - 3.2Average Annual Construction Turnover

    [The following table shall be filled in for the Applicant and for each partner of a Joint Venture]

    Applicant's/Joint Venture Partner's Legal Name: [insert full name]Date: [insert day, month, year]

    Applicant's Party Legal Name: [insert full name]ICB No. and title: [insert ICB number and title]

    Page [insert page number]of [insert total number]pages

    Annual turnover data (construction only)

    Year

    (Financial year to beindicated byApplicant)

    Amount and Currency Equivalent INR

    Year 1 [insert amount and indicate currency] [insert amount in INR

    equiv.]Year 2

    Year 3

    Year 4

    Year 5

    Average

  • 8/4/2019 EFC_ph1

    35/60

    Form EXP - 4.1General Construction Experience

    [The following table shall be filled in for the Applicant and for each partner of a Joint Venture]

    Applicant's/Joint Venture Partner's Legal Name: [insert full name]Date: [insert day, month, year]

    Applicant JV Party Legal Name: [insert full name]ICB No. and title: [insert ICB number]

    Page [insert page number]of [insert total number]pages

    [Identify contracts that demonstrate continuous construction work over the past [number] yearspursuant to Section III, Qualification Criteria and Requirements, Sub-Factor 4.1.List contractschronologically, according to their commencement (starting) dates.]

    StartingMonth /Year

    EndingMonth /Year

    Contract Identification Role ofApplicant

    [indicatemonth/year]

    [indicatemonth/year]

    Contract name: [insert full name]

    Brief Description of the Works performed by the

    [insert "Contractoror "Subcontractor or"Contract Manager]

  • 8/4/2019 EFC_ph1

    36/60

    Form EXP - 4.2(a)Similar Construction Experience

    [The following table shall be filled in for contracts performed by the Applicant, each partner of aJoint Venture, and specialist sub contractors]

    Applicant's/Joint Venture Partner's Legal Name: [insert full name]Date: [insert day, month, year]

    JV Party Name: [insert full name]ICB No. and title: [insert ICB number and title]

    Page [insert page number]of [insert total number]pages

    Similar Contract No.

    [insert number]of [insert number ofsimilar contracts required]

    Information

    Contract Identification [insert contract name and number, if applicable]

    Award date [insert day, month, year, i. e., 15 June, 2015]

    Completion date [insert day, month, year, i.e., 03 October, 2017]

  • 8/4/2019 EFC_ph1

    37/60

    Form EXP - 4.2(a) (cont.)Similar Construction Experience (cont.)

    Similar Contract No.[insert number]of [insert number ofsimilar contracts required]

    Information

    Description of the similarity inaccordance with Sub-Factor 4.2(a)of Section III:

    1. Amount

    [insert amount in the currency as given in the contract and

    equivalent INR in words and in Figures]

    2. Physical size[insert physical size of activities]

    3. Complexity[insert description of complexity]

    4. Methods/Technology[insert specific aspects of the methods/technologyinvolved in the contract]

    5. Other Characteristics[insert other characteristics as described in Section VI,Scope of Works]

  • 8/4/2019 EFC_ph1

    38/60

    Form EXP - 4.2(b)

    Construction Experience in Key Activities

    Applicant's Legal Name: [insert full name]Date: [insert day, month, year]

    Applicant's Party Legal Name: [insert full name]Subcontractor's Legal Name (if applicable): [insert full name]

    ICB No. and title: [insert ICB number and title]

    Page [insert page number]of [insert total number]pages

    The applicant or specialist subcontractor for key activities must complete the information in thisform as per Section III, Qualification Criteria and Requirements, Sub-Factor 4.2(b) for each key activity.

    1. Key Activity No One:

    Information

    Contract Identification [insert contract name and number, if applicable]

    Award date [insert day, month, year, i. e., 15 June, 2015]

    Completion date [insert day, month, year, i.e., 03 October, 2017]

    Role in Contract[check the appropriate box]

    Contractor

    ManagementContractor

    Subcontractor

  • 8/4/2019 EFC_ph1

    39/60

    Information

    Employers Name: [insert full name]

    Address:

    Telephone/fax number

    E-mail:

    [indicate street / number / town or city / country]

    [insert telephone/fax numbers, including country andcity area codes]

    [insert e-mail address, if available]

    2. Activity No Two

    3. Activity No Three

    Information

    Description of the key activities inaccordance with Sub-Factor 4.2(b) ofSection III:

    [insert response to inquiry indicated in leftcolumn]

    1. Maximum volume of earth work inFormation / Cutting / Blanketing incubic meter in any one year in last

  • 8/4/2019 EFC_ph1

    40/60

    Form EXP - 4.3(a)

    Similar Design Experience

    [The following table shall be filled in for contracts performed by the Applicant, each partner of aJoint Venture, and specialist sub contractors]

    Applicant's/Joint Venture Partner's Legal Name: [insert full name]Date: [insert day, month, year]

    JV Party Name: [insert full name]

    ICB No. and title: [insert ICB number and title]Page [insert page number]of [insert total number]pages

    Similar Contract No.[insert number]of [insert number ofsimilar contracts required]

    Information

    Contract Identification [insert contract name and number, if applicable]

    Award date [insert day, month, year, i. e., 15 June, 2015]

    Completion date [insert day, month, year, i.e., 03 October, 2017]

    Role in Contract[check the appropriate box]

    Design Consultant

    Sub Design Consultant

  • 8/4/2019 EFC_ph1

    41/60

    Form EXP - 4.3(a) (cont.)

    Similar Design Experience (cont.)

    Similar Contract No.[insert number]of [insert number ofsimilar contracts required]

    Information

    Description of the similarity in

    accordance with Sub-Factor 4.3(a) ofSection III:

  • 8/4/2019 EFC_ph1

    42/60

    Form EXP - 4.3(b)Specific Design Experience

    Applicant's Legal Name: [insert full name]Date: [insert day, month, year]

    Applicant's Party Legal Name: [insert full name]Nominated Subcontractor's Legal Name (if applicable): [insert full name]

    ICB No. and title: [insert ICB number and title]

    Page [insert page number]of [insert total number]pages

    Applicants or Specialist Subcontractor for key activities must complete the information in this form asper Section III, Qualification Criteria and Requirements, Sub-Factor 4.3(b).

    1. Key Activity No One: [insert brief description of the Activity, emphasizing its specificity]

    [Separately for each activity listed in 4.3 (b)]

    Information

    Contract Identification [insert contract name and number, if applicable]

    Award date [insert day, month, year, i. e., 15 June, 2015]

    Completion date [insert day, month, year, i.e., 03 October, 2017]

    Role in Contract[check the appropriate box]

    Design Consultant Sub Design Consultant

  • 8/4/2019 EFC_ph1

    43/60

    Description of the key activities inaccordance with Sub-Factor 4.3(b) ofSection III:

    [insert response to inquiry indicated in leftcolumn]

    1. Adequate design capability for designof Embankment of Railway or Highway Availability of required software fordesign of embankment or access to itand experience of using it. Descriptionof design work carried out in last 3years for embankment for Railway /Highway.

    2. Access to adequate design capabilityfor Track Alignment softwareavailable or access to and experienceof using it for alignment design.Description of design work for design ofRailway/ Highway alignment carried outin last 3 years.

    3. Design capability for bridges, ROB, Railflyovers indicate the projects with

    number and details of Bridges /Structures designed in last 5 years.

  • 8/4/2019 EFC_ph1

    44/60

    Section V. Eligible Countries

    Eligibility for the Provision of Goods, Works and Services in Bank-FinancedProcurement

    1. In accordance with Para 1.8 of the Guidelines: Procurement under IBRD Loans and IDACredits, dated May 2004, the Bank permits firms and individuals from all countries to offergoods, works and services for Bank-financed projects. As an exception, firms of a Country orgoods manufactured in a Country may be excluded if:

    Para 1.8 (a) (i): as a matter of law or official regulation, 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

    the Goods or Works required, or

    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 servicesfrom 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

  • 8/4/2019 EFC_ph1

    45/60

    PART 2- Works Requirements

  • 8/4/2019 EFC_ph1

    46/60

    Section VI. Project Information and Scope of Works

    ContentsClause Description Page

    1.0 General 46

    1.1 The Dedicated Freight Corridor (DFC) Project 46

    2.0 Eastern Dedicated Freight Corridor Alignment 46

    3.0 Dedicated Freight Corridor Corporation of India Limited 46

    4.0 Funding for the Project 47

    5.0 Project Phasing 47

    6.0 Contract Strategy Phase I 47

    7.0 Pre-qualification of Bidders Phase I 47

    8.0 Alignment of Bhaupur Khurja Section 47

    9.0 Section Limits of Civil, Structures and Track Works Contracts 48

    10.0 Scope of Work 51

    10 1 G l 51

  • 8/4/2019 EFC_ph1

    47/60

    PROJECT INFORMATION AND SCOPE OF WORKS

    Project Information of DFC Project

    1.0 General

    1.1 The Dedicated Freight Corridor (DFC) Project

    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 Easternand 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.

    1.1.2 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.

  • 8/4/2019 EFC_ph1

    48/60

    4.0 Funding for the Project

    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 indicatingthe corridor length being funded by World Bank is attached as AnnexureII.

    5.0 Project Phasing

    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).

    Project Information of PhaseI : Bhaupur-Khurja Section

    6.0 Contract Strategy Phase I

    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 intodays construction market, it has been decided to implement Phase I of EDFC by slicingthe whole length in to three Design & Build Contracts incorporating civil, structures and

    track works contracts and one separate single Project Wide Rail Systems Contract.

    6.2 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

  • 8/4/2019 EFC_ph1

    49/60

    9.0 Section Limits of Civil, Structures and Track Works Contracts

    9.1 BhaupurKhurja section has been sliced into three vertical parts for construction of Civil,

    Structures and Track Works as given under:

    ContractSlice No

    IR KmFrom

    IR Km To Approximate RouteLength with Detourof DFC

    101 1040 1170 135 Kms102 1170 1266 101 Kms103 1266 1367.5 107 Kms

    Following are the details of each contract packages-

    9.2 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 -

    Sl.No

    ContractSliceNo.

    StretchNo.

    Chainage (inmetres)

    IRRef.Km.

    DFCCSHEET

    NO.(Showing plan &

    profile)

    Parallel/ By-Pass

    MinBr.

    MajBr.

    RFO RUB

    Start End

    1 101 S1 81020 82220 10401041

    1 Parallel

    2 101 S2 0 6340 1041-1047

    1 BhaupurRFO

    6 1 2

    3 101 S3 6620 13479 1047 2 to 7 Parallel 9

  • 8/4/2019 EFC_ph1

    50/60

    9.3 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

    SN ContractSliceNo.

    StretchNo.

    Chainage (inmetres)

    IRRef.Km.

    DFCCSHEET

    NO.(Showing plan

    &

    profile)

    Parallel/ ByPass

    Min.Br.

    MajBr.

    RFO RUB

    Start End

    1 102 S12 4700 34640 11701200

    75 to 97 Parallel 15

    2 102 S13 -200 70750 12001266

    97 to110

    TundlaBy-Pass

    27 1 1 98

    Total 42 1 1 98

    9.4 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

  • 8/4/2019 EFC_ph1

    51/60

    5 103 S18 0 5000 1310-1315

    144 Parallel 2

    6 103 S19 1315000 1319000 1315-

    1319

    145 Parallel 4

    7 103 S20 0 28000 1319-1345

    146 to151

    Detour 26 25

    8 103 S21 1345000 1367500 1345-1367.5

    152 to156

    Parallel 14 2

    78 2 2 34

    Note :

    (1). Definition of Important, Major & Minor Bridges-

    (a) Important bridges are those having a linear waterway of 300 metres or a total waterwayof 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 RailwaysDFCCDedicated Freight Corridor CorporationMinMinorMajMajorB B id

  • 8/4/2019 EFC_ph1

    52/60

    Sleepers (thousands) 460 360 380

    10.0 Scope of Works of Phase I: Bhaupur-Khurja Section

    10.1 General

    (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 andbridge structure are to be provided for 32.5 tonnes axle load and track structure for

    25 tonnes axle load..

    (2) The total length of the line between Khurja and Kanpur is approximately 343 Km.

    (3) 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.

    (4) 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.

    (5) 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

  • 8/4/2019 EFC_ph1

    53/60

    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 RailwaysNetwork 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 safetyequipment;

    i) On-duty points for maintenance staff including fencing, buildings, drainage, sewerage,

    offices, stores, heating, craneage, lighting, E&M services and car parking, officeequipment 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.

    11.0 Salient Engineering Features/Performance Specifications

    The indicative engineering features/performance specifications of the works are as given

    under:-SN Description Details

    1 Gradient

    Ruling Gradient 1:200 (compensated)

  • 8/4/2019 EFC_ph1

    54/60

    Standard of loading Axle Load = 32.5 TonneTrailing Load = 12.13 t/mTractive effort = 104 t for single loco & 126 tfor double and triple loco

    Braking force for loco = 25 % of loco weightBraking force for wagon = 13.4 % of axleloadCentre of Gravity = 3.0 mBridge design should cater to braking forcefor wagons/ locos having axle load of 32.5 t.

    8 Track Structure

    Gauge 1676 mm

    Rails UIC 60 90 UTS IRS T12-2009

    Sleepers Mono-block Concrete, rail seat for 60/68Kg/m rails confirm to RDSO drawing no.EDOT-2256 & IRST-39-85 withmodification for 25 tonnes axle load.

    Rail LengthRolled section as per IRST 12 2009

    Welding Flash Butt Welded to 260 m or more.Further Welded to CWR in track usingMobile Flash Butt Welding Plant

    SN Description Details

    Fastenings Self tensioning fastening assemblyPandrol Type e-clip with minimum toeload of 1250 Kg. as per IRST-31-1992Rail Pad (Rubber Pad) 10 mm thick asper IRST-47-2006GFN Insulated Liners as per IRST-44-95

    Turnouts 60 Kg thick web switch turnouts as perIR Specifications

  • 8/4/2019 EFC_ph1

    55/60

    12.0 Technical Specifications and approved vendors/suppliers

    12.1 Research Design and Standards Organization (RDSO), Lucknow, India, an organization

    of Ministry of Railways, Government of India has standardized the technicalspecifications 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.

    12.2 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 permittedto 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 Girdersb. Switch Expansion Jointsc. Single Shot Crucible Weldingd. PSC Sleeperse. Movable nose crossings

    12.3 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

    http://www.rdso.gov.in/http://www.rdso.gov.in/http://www.rdso.gov.in/http://www.rdso.gov.in/
  • 8/4/2019 EFC_ph1

    56/60

    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.

    13.3 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 theinvestigation carried out by the Employerand 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

  • 8/4/2019 EFC_ph1

    57/60

    14.0 Utilities

    14.1 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 beingdetected by the Contractor during the course of data collection or during the

    construction. These utilities shall be relocated as detailed below:

    (1) Indian Railways existing OHLE Structures and Traction Power Installationsinfringing with DFCC Structure shall be relocated/modified by the Employer.

    (2) 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.

    (3) Underground signaling or communication cable shall be relocated by theContractor within the available right of way as a part of this Design Build

    Contract.

    (4) Civil engineering structures of Indian Railways coming in the DFCC alignmentand required to be replaced by a new structure will be replaced as a part of this

    design build contract.

    15.0 Interfacing with System Contractor

    15.1 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)

  • 8/4/2019 EFC_ph1

    58/60

    Summer (march-June): Hot & dry with average temperatures of 45C sometimes reaching47-48C with low relative humidity (20%) and dust laden winds.

    Monsoon (June-September): 85% of the average annual rainfall of 990 mm precipitatesduring this period and temperatures range from 40-45 C on rainy days.

    Winter (October-February): Cold with temperatures in the range of 3-4C sometimesdropping below freezing in elevated areas. Foggy conditions can occur in some tracts.

  • 8/4/2019 EFC_ph1

    59/60

    ANNEXURE - I

    DEDICATED FREIGHT

    CORRIDOR NETWORK

    DELHI

    LUDHIANA

    SONNAGAR

    Annexure- II

  • 8/4/2019 EFC_ph1

    60/60

    Page 60 of 60