sh. pardeep tyagi, jgm(t&s) rites limited, gurugram sh ... · request for proposal (rfp), page...

24
RFP No.74-W/13/119/WA/Survey/TKJ Dated 07.09.2018 Minutes of Meeting Sub: Consultancy Services for Final Location Survey of 475 kms long New BG Line Rail Connectivity to Bilaspur - Manali - Leh in the States of Jammu & Kashmir and Himachal Pradesh, India. --------- In reference to RFP No. 74-W/13/119/WA/Survey/TKJ dated 21.8.2018 queries have been raised through Email and during the pre-bid meeting held on 4.9.2018 at Conference Hall, Northern Railway, Kashmere Gate, Delhi. The list of officers/officials present from Northern Railway and representatives of bidders who attended the meeting is as under: The reply to the queries raised are as under:- Northern Railway Officials Bidders Representatives 1. Sh. Desh Ratan Gupta, CE/C/Survey 1. Smt. Deepti Sood, Sr. Manager(Business Dev), PEMS Engineering Consultants Pvt. Ltd. 2. Sh Om Prakash, FA&CAO/C/G 2. Sh. K. K. Jha, Manager(Business Delivery), Fugro India 3. Sh. Alok Kumar, Dy.CE/S&C/NR 3. Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram 4. Sh. A.B. Joshi, AXEN/S&C/TKJ 4. Sh. Prakash Singh Bhandari, GM, Brahmand Infra Pvt. Ltd. (OPC) 5. Sh. Anuj Kumar, JE/W/S&C/TKJ 5. Sh. Rajiv Shahani, Deputy Country Manager, Yuksel Proje 6. Sh. R.K. Choudhary, JE/W/S&C/TKJ 6. Sh. Amit Ranjan,Dy. GM(Business Dev.), Geodata 7. Sh. Ashutosh Kaushik, CEO, PARSAN Overseas Pvt. Ltd. 8. Sh. AK Singh, Manager(Business Dev.), Russian Railway, RZD International LLC, 9. Sh. Kanwaldeep Singh Kahlon, Director(Business Dev.), Geokno India Pvt. Ltd 10. Sh. H. K. Sharma, Sr. VP & HOD Railways & Metro Allied Services, ICT Pvt. Ltd. 11. Sh. Rakshit Kerni, Engineer (Civil), WAPCOS Ltd.

Upload: hacong

Post on 08-Mar-2019

220 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

RFP No.74-W/13/119/WA/Survey/TKJ Dated 07.09.2018

Minutes of Meeting Sub: Consultancy Services for Final Location Survey of 475 kms long New BG Line Rail Connectivity to Bilaspur - Manali - Leh in the States

of Jammu & Kashmir and Himachal Pradesh, India. --------- In reference to RFP No. 74-W/13/119/WA/Survey/TKJ dated 21.8.2018 queries have been raised through Email and during the pre-bid

meeting held on 4.9.2018 at Conference Hall, Northern Railway, Kashmere Gate, Delhi. The list of officers/officials present from Northern Railway and representatives of bidders who attended the meeting is as under:

The reply to the queries raised are as under:-

Northern Railway Officials Bidders Representatives

1. Sh. Desh Ratan Gupta, CE/C/Survey 1. Smt. Deepti Sood, Sr. Manager(Business Dev), PEMS Engineering Consultants Pvt. Ltd.

2. Sh Om Prakash, FA&CAO/C/G 2. Sh. K. K. Jha, Manager(Business Delivery), Fugro India

3. Sh. Alok Kumar, Dy.CE/S&C/NR 3. Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram

4. Sh. A.B. Joshi, AXEN/S&C/TKJ 4. Sh. Prakash Singh Bhandari, GM, Brahmand Infra Pvt. Ltd. (OPC)

5. Sh. Anuj Kumar, JE/W/S&C/TKJ 5. Sh. Rajiv Shahani, Deputy Country Manager, Yuksel Proje

6. Sh. R.K. Choudhary, JE/W/S&C/TKJ 6. Sh. Amit Ranjan,Dy. GM(Business Dev.), Geodata

7. Sh. Ashutosh Kaushik, CEO, PARSAN Overseas Pvt. Ltd.

8. Sh. AK Singh, Manager(Business Dev.), Russian Railway, RZD International LLC,

9. Sh. Kanwaldeep Singh Kahlon, Director(Business Dev.), Geokno India Pvt. Ltd

10. Sh. H. K. Sharma, Sr. VP & HOD Railways & Metro Allied Services, ICT Pvt. Ltd.

11. Sh. Rakshit Kerni, Engineer (Civil), WAPCOS Ltd.

Page 2: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

1. Terms of Reference/Scope of Consultancy Work /Clause 4.2.8 (2) (A) Aerial Lidar and Aerial Imagery Survey page 119 of RFP

119 The consultant will undertake Aerial LiDAR Survey complemented by Aerial Imagery in a corridor width of 5 km (2.5 km on either side) of the proposed best alignment.

We propose corridor width of 1 km which is enough for a study of this type

NO CHANGE 5 Km is retained as it entails output of data for detailed geographical study.

2. Terms of Reference/Scope of Consultancy Work /Clause 4.2.8 (2) (F) Access Roads To Work Sites And Muck Dumping Sites page 122 of RFP

122 Staking (with 100mmx100mm x750mm RCC pillars of 1.5:3 as per approved drawing) of the centre line of final road alignment as well as proposed road boundary.

We propose not to do staking for access roads since the staking will not stand the test of time

NO CHANGE Staking for access road is required

3. Terms of Reference/Proof Consultant/Clause 11 page 131 of RFP

131 The “Consultant” shall get the Alignment design, Survey, Drawings, Reports, Investigations, Design or any other work executed by them reviewed/accepted/ approved/checked by reputed independent “Proof Consultant” like IITs etc fixed by Northern Railway. Proof Consultant(s) shall consist of experts in relevant fields like alignment Survey, Geotechnical, Geological, Geophysical, Bridge and tunnel design etc. It will be the responsibility of the Consultant to depute their competent experts/personnel and furnish

Please confirm that the related payments of Proof Consultant will be done by Northern Railway

Northern railway will directly engage proof consultant and payment shall be done by Northern railway. Clause 11 of section 5 is modified to give clarity. Refer A&C – 1, SN 8.

Page 3: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

necessary clarifications/calculation/ assistance for the approval of the Survey, Report, Drawings/design calculations by the Proof Consultant.

4. Terms of Reference/ Location of Consultant’s Office/Clause 28 page 138 of RFP

138 The consultant shall provide to the Employer for a period of 30 months (thirty months) two resource personnel, one of which shall be graduate engineer with proficiency in ARC-GIS, Autodesk Autocadd Civil 3D, Bentley railtrack and similar alignment design software and other shall be graduate/diploma having proficiency in html, java and web uploading/updating, MS-Office applications etc. All expenditure on this account is to be included in the total cost offered by the bidder.

Please confirm whether these two resource personnel will be stationed at the office in Delhi, which will be provided by Northern Railway

It is clarified that these two resource personnel will be stationed at Delhi (Railway Premises). One of the personnel may be required to work at Leh for some time. Refer A&C – 1, SN 9.

5. Terms of Reference/ Key Personnel/Clause 29 page 138&139 of RFP

138 & 139

The Consultant shall get the staffing schedule approved by Northern Railway within 28 days from the date of commencement of work. The Consultant will deploy the Experts as per the Consultant’s Staffing Schedule in consultation with Northern Railway commensurate with the Key Dates of the assignment.

Please clarify if we can propose the LIDAR Engineer of Specialist Sub-Consultant as key expert. Also since the FLS has to hire the Specialist Sub-Con post the agreement signing, we request that the FLS is allowed to present the CV of the Lidar Engineer before the commencement of Aerial Lidar Survey and not within 28 days of commencement of services

NO CHANGE. This provision is necessary keeping in view the technical requirement and time schedule.

Page 4: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

6. Terms of Reference/ Schedule of Key Dates/Clause 30 page 140 of RFP

140 Submission and approval of final Detailed Project Report (DPR) as per clause 7.5 (D+720)

The Final DPR is required to be submitted within 24 months, which is difficult for an FLS study in this terrain and geology. Kindly modify the key dates as follows:

SN Key Activity Key Dt

2 Submission of Inception Report as per clause 7.1

D+60

5 Submission of Alignment Report Stage-2 as per clause 7.3

D+525

6 Submission of Environmental Impact Assessment report and mitigation plan as per scope of work

D+540

7 Submission of Draft Detailed Project Report (DPR) as per clause 7.4

D+675

8 Submission of Detailed Cost Estimate

D+750

9 Staking of alignment and right of way with RCC pillars on the ground

D+780

10 Submission and approval of final Detailed Project Report (DPR) as per clause 7.5

D+900

Partially Agreed. Changes proposed as under: Refer A&C – 1, SN 12.

SN Key Dates Existing Modified

1 D+15 D+15

2 D+45 D+60

3 D+240 D+240

4 D+270 D+270

5 D+450 D+480

6 D+480 D+510

7 D+540 D+570

8 D+600 D+630

9 D+690 D+720

10 D+720 D+780

7. Evaluation & Qualification Criteria / Clause 2.6 (Row No. 5) page 49 of RFP)

49 Qualification criteria for LIDAR Agency “Execution of at least one work of Engineering grade Survey work for the creation of DEM using LiDAR of at least 200 km length railway alignment

There have been very few 200km rail projects in India done by a single Firm. Hence we request that this criteria is reduced to 25km. Moreover, it is the DPR / FLS / Design firms that assist Clients in India to obtain Min. of Defence permissions /sanctions. Only

Partially agreed Clause 2.6 of section-3 is modified Refer A&C – 1, SN 6.

Page 5: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

in last 5 years along with requisite statutory permissions from Director General of Civil Aviation (DGCA)/Ministry of Defence (MoD)”

Clients can obtain permission from this Ministry. Hence, we also request that this criteria - of Ministry of Defence clearance - is removed

8. General Conditions of Contract / Clause 65.6 page 242 of RFP

242 One of the members of the JV Firm shall be its Lead Member ….. …must have satisfactorily completed in the last three previous financial years and the current financial year upto the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value

There are no works defined as FLS studies / DPRs internationally. Hence we request that this clause be modified to include any consultancy service (or total consultancy services carried out in any particular year) carried out in the past 3 years of 35% of advertised tender value

No change required. Clause-2 of section-3 pertains to QUALIFICATION of the bidder which is applicable and prevails over the concerned clause of GCC. Condition No.4 of the pre-face of section-6 “GCC” (page no.180 of 298) be referred.

9. Instructions to Consultants / Clause 38.1 page 32 of RFP

32 The Employer shall award the Contract to the Consultant whose bid is substantially responsive to the Bidding Document …..and whose offer has been determined to be the lowest evaluated….

We request that the evaluation criteria be changed to QCBS (90:10) basis for a project of this complexity where consultancy fee should not be the sole selection criteria

NOT AGREED

Page 6: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

10. 1st corrigendum 2nd corrigendum

In corrigendum_1, tender date is stated as 04.10.2018.

In Corrigendum_2 it is stated as 01.10.2018.

Please confirm the tender submission date

Incorrect observation. The Tender submission date is 01.10.2018 only.

11. Vol.-1 Preamble: Request for Proposal (RFP), Page 9 of RFP

9 Bid Security is INR 2 Crore We request that the Value of bid security should be decreased to around INR 50 lakhs.

NOT AGREED

12. Vol. 1 Section 5, Terms of Reference, Page 139 of RFP

139 LiDAR Engineer

- Graduate in Geo-Informatic/ Civil Engineering

- 10 years professional experience in the field of LiDAR surveying with experience of undertaking Aerial LiDAR projects in India

We request a change in the LiDAR Engineer’s qualitative requirements. Also, we request that the condition for India experience be relaxed since it is not required: - Graduate in Geo-Informatic/ Civil

Engineering / Photogrammetry and geodesy engineering / Mapping Engineering

- 10 years professional experience in the field of LiDAR surveying with 5 years’ experience

Professional experience of 10 years is reduced to 5 years. Clause-29 of section-5 is suitably modified. Refer A&C – 1, SN 10.

13. Vol.-1 Section 1: Instruction to Consultants/ Clause 4.1, Page 15 of 298 (Add new clause 4.1 (d) below 4.1 (c)

15 Clients like Rail Vikas Nigam Ltd. (RVNL) and the National Highways & Infrastructure Development Corporation Ltd. (NHIDCL), for strategically important projects insert a clause disallowing participation by Firms with stake held by Persons / Organisations which have a base in countries neighbouring India. We request that this clause is adopted for this

New Clause 4.1 (d) added. Refer corrigendum to RFP dated 30.8.2018 available on website of NR.

Page 7: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

Proposal. Personnel who are nationals of these countries should also not be allowed to be posted as Key / Sub-professional / Support staff on this Project

14. Vol.-1 Preamble: Request for Proposal (RFP), Page 9 of 298

9 Point No. 2, Vol. 1: Preamble, Pg. 9 of 298: Considering the difference in terrain, geology and the fact that the length of this line is too long (@ 475 km), we request that the proposals are called for two separate sections, viz., Bilaspur – Manali and Manali – Leh

Not Agreed.

15. Vol.-1 Section 3: Evaluation & Qualification Criteria / Clause 2.6, Page 49 of 298

49 Clause 2.6, Vol. 1 Section 3, Pg. 49 of 298: The eligibility requirements for Specialist Sub-consultants is too high in terms of lengths mentioned, especially in hilly terrain. There are very few firms in India that will qualify this requirement. We, therefore request that Firms are allowed to meet this criteria by aggregating the lengths of all work done by them in hilly terrain across the past 7 years

Not Agreed.

16. Vol.-1 Section 3: Evaluation & Qualification Criteria / Clause 2.6 (Row no. 5), Page 49 of 298

49 Clause 2.6 (Row No. 5, Vol. 1 Section 3, Pg. 49 of 298: The eligibility requirement for the LIDAR agency is very difficult to meet. Only one or two firms in

Clause 2.6 of section-3 is modified Refer A&C – 1, SN 6.

Page 8: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

India may qualify this requirement. Firms will be forced to accept a higher quote in this stage and this will increase the Fee quote (and therefore cost to exchequer for Northern Railway). We request that the requirement is reduced to 50km. Also experience of obtaining permission

17. Vol.-1 Section 3: Evaluation & Qualification Criteria / Clause 2.6 (Row no. 5), Page 49 of 298

49 Clause 2.6 (Row No. 5, Vol. 1 Section 3, Pg. 49 of 298: The eligibility requirement for the LIDAR agency mandates prior experience in obtaining permission from the Ministry of Defence (MoD). In our understanding, there is no firm in India having rail line LIDAR survey experience which involved MoD clearance. Hence, we request that clearance by MoD is removed as an eligibility requirement for the LiDAR Agency.

Clause 2.6 of section-3 is modified Refer A&C – 1, SN 6.

18. Vol.-1 Section 3: Evaluation & Qualification Criteria / Clause 2.3.1, Page 45 of 298

45 Specific Consultancy work Experience within the last Seven years before the deadline for submission of the bids.

We would like to highlight here very few projects of similar size happened around the world and specially in mountainous region during the last 7 years, so this will be advantage for few consultants and restrict the healthy competition. Therefore, we

Not Agreed.

Page 9: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

request to kindly allow specific consultancy experience within the last 10 (ten) years instead of 7 (seven) years as mentioned in RFP.

19. Vol.-1 Preamble: Request for Proposal (RFP), Page 9 of 298

9 Request for proposals The amount of Bid Security asked for is too much for an engineering firms to submit, since this will block huge money and sometimes indulge cash flow of the firm. So, we request to kindly reduce the Bid Security amount and keep maximum Rs.25 Lakhs. Also request you to refer to Indian Railways Standard General Condition of Contract, July, 2014, Part-1 Regulations for Tenders and Contracts – Page 188 & 189 of 298 under the head “Earnest Money” – Clause No. (1) (a) Part-B – For works estimated to cost more than Rs.1 Crore EMD will be Rs.2 Lakh plus ½ % (half per cent) of the excess of the estimated cost of work beyond Rs.1 Crore subject to maximum of Rs.1 Crore. If we calculate as per above mentioned rule the amount of EMD comes out to be Rs.51.69 Lakh. Kindly look into this and amend the Bid Security amount.

Not Agreed.

20. Vol.-1 Section 3: Evaluation & Qualification Criteria / Clause 2.3.1, Page 47 of 298

47 I(b)Executed successfully as consultant or sub-consultant at least one contract involving Preliminary / Detailed Design Consultancy of a Railway Alignment involving at least one tunnel of more than 5 km in length as continuous stretch and one viaduct/bridge of more than 1 km in length as continuous stretch.

We would like to inform on hilly terrain it’s rare to execute viaduct / Bridge of more than 1 km length in continuous stretch rather 5 km length of tunnel in continuous stretch is quite possible. Therefore, we request to kindly

Qualification Criteria in Volume -1 Section-3, Clause-2.3.1- I(b) Page 47 of 298 is modified Refer A&C – 1, SN 5.

Page 10: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

amend viaduct / bridge requirement as “one viaduct/bridge of more than 500 meters in length as continuous stretch.

21. Vol.-1 Section 5: Terms of Reference / Clause 29, Page 139 of 298

139 Except as the Employer may otherwise agree, no changes shall be made in the Experts/Key Personnel as stipulated in the table above for the initial one year from the date of commencement of consultancy services. If for any reason beyond the reasonable control of the Consultants, it becomes necessary to replace any of the Personnel, the Consultant shall forthwith, provide as are placement a person of equivalent or better qualifications with the approval of Northern Railway. However, the total number of replacement shall be limited to two only. Any replacement beyond this limit shall attract a penalty of 0.2% of the contract value for each replacement.

We observe the replacement penalty is too high. Sometimes movement of the experts from consultancy firm are beyond the control of firm and replacement happen. Penalty of 0.2% of the contract value for each replacement is too high, we may request to kindly amend this penalty to 0.05% of contract value for each replacement.

Not Agreed.

22. Vol.-I Section-6 General Conditions of Contract / page 191 to 196 of RFP

191 to 196

General Conditions of Contract (GCC), Annexure – I,III,III

Kindly clarify that following forms are to be submitted along with bid document, as the contents on the forms are suggestive of such understanding. Annexure-I Tender Form (First Sheet) Tender Form (Second Sheet) Tender Form (Third Sheet) Annexure-II

No change required. Condition No.4 of the pre-face of section-6 “GCC” (page no.180 of 298) be referred. Forms mentioned in Section-4 of the RFP document are applicable.

Page 11: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

Agreement for zone Contract Annexure-III Work Order Under Zone Contract

23. Vol.-1 Section-3: / Evaluation & Qualification Criteria Page 45 of 298

45 Evaluation & Qualification Criteria

With reference to the Evaluation & qualification criteria mentioned in Vol.-1 Section-3: Page 5 of 9, It is our understanding that in case of a joint Venture, if we as a lead partner meet the entire criteria prescribed in the section then in that case our JV/ partner(s) may or may not meet the criteria mentioned in the said section, which is also in general the prevailing practice in RFPs issued by various central/state Govt. Dept.

No change is required. As explained in pre-bid meeting, Clause 2.1 on JV/Partner(s) is self-explanatory.

24. Vol-1 Section-3:/ Evaluation & Qualification Criteria/ Clause 2.3.1, Page 46 of 298

46 2.3 Experience 2.3.1 I(a)

As per Sudhir Chandra committee, Bidder should have executed minimum 35% of the work in current plus last three Financial years. Whereas RFP refers the length of detailed design of Railway alignment in hilly terrain of a length of 200 km including 50 Km long tunnel which violates the guidelines laid by Railway Board for open tender. Also similar criteria are applicable for viaduct which refers 10 km.

Unlike works tender, the eligibility criteria for consultancy services project are kept different as per requirement.

Page 12: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

Therefore, above criteria should be relaxed, in order to have fair competition among the bidders.

25. Vol.-1 Preamble: Request for Proposal (RFP), Clause 2 of RFP, Page 9 of 298 and Vol.-1 Section 5: Terms of Reference / Clause 30, Page 140 of 298

9 & 140

As per Clause No.2 of RFP, the time period shall be 30 months. Further, as per Clause No.30 of TOR, the duration shall be 720 days after the Commencement of work i.e. 24 months.

Since both statements are not the same, the Client is requested to kindly indicate the correct duration of the assignment

As per Clause No.2 of RFP, the time period of 30 months is correctly mentioned which is for completion of the project in totality. Clause No.30 of TOR details the time line of various key activities. Clause-30 has been modified and last key activity deliverable is kept D+780 days (Completion period of the project is D+900 days)

26. Vol.-1 Section 5: Terms of Reference / Annexure -5, Page 149 of 298

149 Data to be provided by Northern Railway

May kindly confirm that the DEM is to be prepared for 475 KM and 10 km wide total (5 Km on both side of alignment).

Confirmed. Refer A&C – 1, SN 7.

27. Vol.-2 BOQ: / Item C-2, page 291 of 298

291 Schedule A May kindly confirm that Remote sensing – stereo –pairs imagery of resolution of 0.30 is required. In general the available resolution is 0.50.

Clause-v Annexure-5 Section-5: is self explanatory as per which Remote sensing – stereo –pairs imagery of resolution of 0.30 m shall be provided by Northern Railway.

28. Vol.-2 BOQ: / Item B-6, Page 289 of 298

289 Schedule A The quantities of RCC alignment and Boundary pillars seem to be inadequate, as per specification of the item 100 m on straight line and 20 m on curves….both of the above locations. Please clarify.

This has been clarified during pre-bid meeting that quantity has been kept as per present assessment.

29. Vol.-1 Section 5: Terms of Reference /

117 Terms of Reference Extra check GCPs (not less than 20 nos)- Please clarify for what

The detail of DEM accuracy is mentioned in Annexure-6 of Section-5

Page 13: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

Clause 4.2.8.(1)(vii), Page 117 of 298

accuracy of DEM is required to be done.

Clause-4.3 (vii). One meter grid bare earth DEM shall be prepared by the Consultant from the Data received from the satellite imageries as well as data capture from LiDAR.

30. Vol.-1 Section 5: Terms of Reference / Clause 1.1.9.1, Page 110 of 298

110 1.1.9.1 Final Local survey We understand that outcome of Phase-1 is study of multiple corridors (12 nos.) on different technical parameters including preliminary design & cost estimate. And we believe that report has already been submitted to N. Rly and expect to be shared with the consultant. Please confirm.

In Clause-vi, Annexure -5 , Section-5 ( Terms of Reference), Vol-1 its been clarified that the Final Report of Phase-1 will be shared by Northern Railway with the successful Bidder.

31. Vol.-1 Section 5: Terms of Reference / Clause 29, Page 138 & 139 of 298

138 & 139

3. Geotechnical Engineer Min. Qualification

Graduate in Civil Engineering.

• Preferably Post Graduation in Geotechnical Engg.

A number of experts are available with Graduate Degree in Geology or Post Graduate Degree in Soil Mechanics / Foundation Engineering / Geology and having rich and extensive experience of carrying out similar assignments, therefore, the Client is requested to amend the requirement of the position as mentioned below: • Graduate in Civil Engineering / Geology. • Preferably Post Graduation in Geotechnical Engg. / Soil Mechanics / Foundation Engineering / Geology.

Clause-29 of section-5 is suitably modified.

Refer A&C – 1, SN 10.

Page 14: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

32. Vol.-1 Section 5: Terms of Reference / Clause 4.2, Page 115 of 298 Section-5: Terms of Reference/ Clause 4.2.8.(1) (xv), Page 118 of 298

115 118 274

Field Visit of Expert Team 4.2.1 It includes but ……field visit of Expert Team of Geologists, Geotechnical Engineers, Surveyors, Tunnel engineer, Bridge Engineer, Alignment Design Experts, etc. Field visit to obligatory points and locations of important structures, bridges, deep cuttings, high embankments, road crossings, tunnels, stations, adits / shafts, environmentally sensitive areas etc., of the various designed alignment by Consultant’s team comprising experts in the field of Alignment design, Surveying, Geotechnical Engg, Geology, Bridges, Tunnel, Environmental Engg. etc. along with representatives of Northern Railway for field verification.

As per these 3 clauses, the Consultants understand that the Consultant’s team comprising with the additional positions of Survey Engineer, Tunnel Construction Engineer and Environmental Engineer along with Alignment Design Expert, Senior Geologist, Geo-Technical Engineer, Bridge Engineer and LiDAR Expert. As per Clause 29 of ToR (Deployment of Key Personnel), the qualification and experience of these additional positions are not given. The Consultants understand that the CVs of additional positions i.e. Survey Engineer, Tunnel Construction Engineer and Environmental Engineer need not to be submitted at proposal stage and may be submitted after the award of work. The Consultants request the Client to confirm the same and provide requisite qualification and experience of these additional positions also.

Clause-29 of Section-5 have listed the minimum qualification of 5 key experts for other experts, the key qualification of sub consultant have been mentioned as Clause-2.6 of Section-3 which may be referred. Attention is drawn to Note (2) of clause 2.6 of Section 3 , Vol-1 which mentions the time-schedule for submitting the details of sub-consultants.

Page 15: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

Section-8, Contract Forms:/ Form No. COF/9, Page 274 of 298

Staffing Schedule (Personnel) 1. Alignment Design Engineer 2. Geologist 3. Geo-Technical Engineer 4. Survey Engineer 5. Tunnel Construction Engineer 6. Bridge Engineer 7. Environmental Expert 8. LiDAR Expert

33. Vol.-1 Section 5: Terms of Reference / Notes ii of Clause 29;, , 139 of 298

139 Notes: ii. CVs of all the Experts proposed to be deployed shall be submitted as per the undertaking in Form-14: Section 4.

In this regards, the Consultants would like to mention that Form-14: Section-4 format of undertaking is not available in RFP. Therefore, the Consultants request the client to provide the same.

Clause-29 of section-5 is suitably modified.

Refer A&C – 1, SN 12.

34. Vol.-I Section-6 General Conditions of Contract / Clause No.65.11, page 242 of 298

242 Advance Payment It is stated that all the Guarantees like Performance Guarantee, Bank Guarantee for Mobilization Advance, Machinery Advance etc. shall be accepted only in the name of the JV Firm and no splitting of guarantees amongst the members of the JV Firm shall be permitted

In this regard, it is requested that the Client may kindly indicate the amount of mobilization advance along with Format of Bank Guarantee.

Clause 1 of Section 7, Part A is suitably modified. Refer A&C – 1, SN 14.

35. Vol.-1 Section 5: Terms of Reference / Clause 31.2, Page 141 - 142 of 298

141 & 142

For better appreciation of the approach / recommendations of the concepts / designs, the consultant would organize four to six visits as required (upto 240 man days), for Northern Railway officials to technically

We would like to bring to your attention that, cost of hotels and flight tickets will vary significantly, depending upon the country the Client choose to visit. Kindly note, it will be unfair to recommend any country at the proposal stage. This can only be done after discussions with the

Clause 31.2 provides the requisite details regarding man-days including number of visits. The onus lies upon the consultant to advise Northern railway regarding locations of technically advance survey and

Page 16: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

advance survey and tunnelling projects in the world which are under construction / operation with similar concepts / designs. The class of air travel, which in most cases will be of appropriate class (economy / business) based on ranks of the visiting officials, and accommodation shall be commensurate with their official capacity as per eligibility of officials (guided by extant / prevalent rules being updated time to time). All expenditures on this account is to be included in the total cost offered by the bidder.

Client and the final selection of countries. Any concrete suggestions of country names and corresponding cost estimate at this stage will dilute the purpose of these visits, and will create a bias in the financial proposal by the Consultants at this stage. Therefore, we request you to provide a provisional sum for the overseas visits so that all consultants are at par in their assessment for the Financial Proposal to meet this requirement. If in case, the provisional sum could not be provided, you are requested to provide the following information for preparing a truthful proposal 1. Preferred Countries for visit. 2. No. of Batches and 3. No. of Person in each Batch

tunnelling projects in the world which are under construction/ operation with similar concepts/designs.

36. Additional Point Extension of Date It is requested that the date of submission of the proposal may please be extended and a period of at least 3 weeks may please be granted for the preparation of the proposal from the date of issue of clarifications so that our Experts can prepare a comprehensive proposal addressing all the issues of the RFP document / ToR.

Agreed

37. As per the Corrigendum 4, (No.74-/13/119/WA/ Survey/TKJ, dated 30.08.2018)

15* Following new clause added in clause No. 4.1 (d) page No. 15 of 298 of Vol- 1, Section-1 of RFP

Please clarify whether firms from countries of origin other than shareholders with India, having majority ownership rights (Originally/ subsequently acquired

The provisions made at clause 4.1 (d), section – 1, vol – 1 is self-explanatory, hence no amendment is required.

Page 17: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

document for the above noted work. "As the project is of strategic importance and for the purpose of giving rail connectivity to border area, ……

as on date of tender) by persons of origin from neighbouring countries having common border with India are eligible to bid for the work.

38. Vol.-1 Preamble: Request for Proposal (RFP), Clause 2 of RFP, Page 9 of 298

9 Bid Security: Rs. 2.00 Cr. (Two Crores)

We request you to limit amount of Bid Security to Rs. 25.00 lakhs.

Not Agreed

39. Vol.-1 Section 1: Instruction to Consultants/ Clause 4.2, Page 15 of 298 Section-6 General Conditions of Contract / Clause No. 65.2, page 241-242 of 298

15, 241 & 242

Joint Venture Firms We presume that as per Clause: 65.2 of General Conditions of Contract (GCC) the number of firms in the JV is limited to 3 firms and nominated sub-contractors for special work.

Refer clarification at section 6 of Vol-I (Page 180 of 298), where in its been clarified that GCC is superseded by PCC/Special Conditions of RFP. Eligibility of JVs is given in Vol – I, Section 3.

40. Vol-1 Section-3:/ Evaluation & Qualification Criteria/ Clause 2.2.2, Page 45 of 298

45 Minimum Average Annual Consultancy Turnover in equivalent INR 100.00 Crores in last 3 years . Calculated as total certified payments received for contracts in progress or completed, within the last three financial years i.e. 2015-16, 2016-17, 2017-18.

We request you to relax the requirement percentage of individual JV members. Kindly consider the combined turnover of all the JV members.

Not Agreed

Page 18: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

41. Vol-1 Section-3:/ Evaluation & Qualification Criteria/ Clause 2.3.1. II(a) Page No. 47 of 298

47 II. (a): Execution as Consultant or sub­ consultant at least one contract involving 'geological mapping in hilly terrain for more than 250 sq.km area OR At least two contracts with each contact involving "geological mapping in hilly terrain for more than 150 sq.km area.

For geological mapping are done for the tunnel face, the area may be limited to the full cross section area of the tunnel.

The qualification criteria has been kept with due diligence and need no change.

42. Vol-1 Section-3:/ Evaluation & Qualification Criteria/ Clause 2.6 Page No. 48 of 298

48 Specialist Sub-Consultant Can a Specialist Sub- Consultant having the parent holding company with persons of nationality from neighbouring / bordering countries having majority ownership/ shareholding in the company can participate in the tender?

The provisions made at clause 4.1 (d), section – 1, vol – 1 is self-explanatory. Refer corrigendum to RFP dated 30.8.2018 available on website of NR.

43. General {Vol.-1 Section 1: Instruction to Consultants/ Clause 35, Page 32 of 298}

32 Evaluation Criteria Is there any detailed evaluation criteria like Marking System?

No

Page 19: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

44. Vol-1 Section-3:/ Evaluation & Qualification Criteria/ Clause 2.6.1 Page No. 49 of 298

49 Execution of at least one work involving Geophysical investigations i.e. seismic refraction or resistivity survey of at least 15 km in hilly terrain.

Relaxation in qualifying criteria for geophysical investigations as follow:-

Geophysical Execution of at least one work involving Geophysical investigations i.e. investigations seismic refraction or resistivity survey of at least 10 km in hilly terrain.

Clause 2.6 of Section 3 is modified. Refer A&C - 1, SN 6.

45. Vol.-1 Section 1: Instruction to Consultants/ Clause 38.1, Page 32 of 298

32 The Employer shall award the Contract to the Consultant whose bid is substantially responsive to the Bidding Document, provided further that the Consultant is determined to be qualified to perform the Contract satisfactorily and whose offer has been determined to be the lowest evaluated subject to ITC 38.2

Since this is highly competent technical work and huge in magnitude of works, A highly Technical companies who has vast

experience in dealing this kind of projects has to be given chance to deliver the works as per the requirement of Northern

Railway. Least cost based Evaluation will not allow good companies in the market to get chance to participate. we request your good self to change selection process to 80:20 and evaluate based on Technical merit as well as financial competency, which will enable Northern Railways to find good technical company and quality work will be delivered.

No Change required

Robust technical criteria is provided to select competent and qualified bidder.

46. Vol.-1 Section 5: Terms of Reference / Clause 28 (Paragraph 2) page 138 of RFP

138 In addition, the

consultant shall provide to the Employer for a

period of 30 months 2 resource personnel, one

of which shall be

graduate engineer with proficiency in ……… and

other shall be

graduate/diploma having

Please confirm if the second candidate is not supposed to be an Engineer. Also the experience requirements in no. of years for these two resources

The clause 28 provides for graduate / diploma qualification for the second personnel

Refer A&C – 1, SN 9.

Page 20: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

proficiency in …..

47. Terms of Reference / Location of Consultant’s office / Clause 28 (Paragraph 1) page 138 of RFP

Consultant will be provided with office

space ………………

requisite computer system and allied

peripherals.…………………..

Please specify if the consultant has to arrange all the software’s mentioned in this clause and not more

Clause 28 of section 5 is modified.

Refer A&C – 1, SN 9

48. Terms of Reference / Technical Visit/Training / Clause 31.2 page 141‐142 of RFP

the consultant would

organize 4‐6 visits as required (upto 240 man

days) for NR officials to

technically advance survey and tunnelling

projects in the world which are under

construction/ operation

with similar

concepts/designs. The

class of air travel, which in most cases will be of

appropriate class (economy/business)

based on ranks of the

visiting officials, and accommodation shall be

commensurate with….

We request that for bidding purposes, the Client provides us with the number of economy and business class officials that are likely to visit along with the number of visits and type of accommodation so that the exact cost can be calculated, Else the actual cost may vary substantially.

The clause itself is self-explanatory. For the purpose of cost assessment the indicative ratio of Business: Economy class can be taken in the ratio of 30 : 70.

49. Terms of Reference / Temporary accommodation / Clause 31.2 page

142 The consultant is supposed to set up upto 4 temporary office‐camps which shall be

Please indicate if the Client will provide the necessary permissions from the Authorities (local and defence) for installing these

Wherever required, Northern Railway shall facilitate necessary permissions from concerned authorities. These accommodations shall be used for the

Page 21: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

142 of RFP temperature controlled …..

camps at site. Also please clarify if these accommodation are for Consultant’s use or only for NR officials? – MoD them

project team, including Officials of Northern Railway, Stakeholders (SoI, GSI, BRO, SASE, Army, NRSC/ISRO, etc.), and the consultants.

50. Terms of Reference / Temporary accommodation / Clause 31.2 page 142 of RFP

142 The consultant is supposed to set up upto 4 temporary office‐camps and communication system (including satellite phone) complete in all respect)…..

Will Client obtain the permission (from DoT and Defence Ministries) for using satellite phones (currently this facility is not easily available for consultants in India)

Wherever required, Northern Railway shall facilitate necessary permissions from concerned authorities

51. Terms of Reference / Temporary accommodation / Clause 31.2 page 142 of RFP

The consultant is supposed to set up upto

four temporary office‐camps which shall be

temperature controlled

(suitable for sub‐ zero

temperature zones)…

Are these accommodations to be arranged We believe that in about 3 months of peak winters these facilities may have to be dismantled and re‐erected post this period. Can the Client arrange for a facility between Manali‐Leh where these materials can be stored during the assignment period?

Consultant has to make his own arrangements for the dismantling and re-erection of temporary accommodation.

52. BOQ item C‐2 page 291 of RFP

Quote is based on length (in terms of length)

Quote should be based on sq km rather than km only

No Change.

53. BOQ items A‐1 to E‐ 2 pages 279 ‐ 297 of RFP

Quotes have been invited for these activities based

on quantities

Considering the difficulties in working in the Manali‐Leh section, we request that to help the FLS consultant to maintain cash‐ flow during the assignment, the consultant is allowed to bill for quantities completed for the

Provision of intermediate/on-account payment exists for the activities completed as per Vol-II BOQ.

Page 22: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

Bilaspur – Manali section for these

items as and when they get completed

54. Terms of Reference / Location of Consultant’s office / Clause 29 page 138‐ 139 of RFP

List of Experts Due to liaison, permissions, arrangement of local logistics, we request that all the firms are also required to submit the CV of a Local Liaison Expert to be deployed full‐time (i.e, 30 months) at Manali or Leh

In order to meet requisite standard of service and execute TOR as per Section-5, the consultant will have to depute liaising officers at Manali/Leh or any other place(s) as and when required .

55. Terms of Reference / Location of Consultant’s office / Clause 29 page 138 of RFP

Educational qualifications for Geo‐

technical Expert

Many clients in India also allow Post‐ graduation in Foundation Engg. and Soil mechanics for evaluation purposes. We request you to also include these as

qualification criteria

Clause 29 of Section 5 is modified.

Refer A&C – 1, SN 10.

56. Evaluation & Qualification criteria / Specialist Sub‐ consultant Sl. Nos. 1‐3/ Clause 2.6 page 49 of RFP

The requirements specify the length for pre‐

qualification for the

Specialist Sub‐consultants for Geo‐

physical, Surveying & DEM

We request that it is difficult for consultants in India to have undertaken these lengths in a single hilly terrain assignment. Hence we request that the Client allows cumulative lengths across assignments to add to the requirement. Else, in case single assignments are to be considering, we request that all these lengths are reduced by half

Not agreed.

57. S.No. 4 of Clause 2.6 of Vol. I Section 3 (pg. no. 49 of

The EIA consultant(s) should be in the list approved by MOEF&CC and having accreditation with

No change.

Experience mentioned in clause 2.6, Section-3 for “ Environmental studies “

Page 23: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

298) of RFP Quality Control of India/ National Accreditation Board of Education and Training (QCI/NABET). EIA accreditation is not required for carrying out Railways project as this sector is exempted from EIA Notification, due to this fact the requirement is also not mentioned in the EIA Scheme of QCI/NABET for accreditation. Therefore, if the Consultant is accredited for Highways sector, it is presumed that the Consultant fulfils the eligibility criteria for carrying out the project. Kindly clarify the same.

is considered appropriate.

58. Component 2 of Annexur-8 of RFP (pg. no. 164 of 298

It is mentioned only to prepare the case for wildlife clearance. It is understood that the Consultant has to prepare the case for Forest clearance also as per extant legislation. Kindly clarify.

This aspect is covered in Component-1 of Annexure 8, Section-5.

59. S. no. 5, Pg 49 of 298 We wish to request the department to relax the criteria considering that the same is quite stringent for consultants/ specialist sub-consultants. The suggested change is as under:

Execution of at least three works of Engineering Survey using LiDAR for

Clause 2.6 of section 3 is modified.

Refer A&C – 1, SN 6.

Page 24: Sh. Pardeep Tyagi, JGM(T&S) RITES Limited, Gurugram Sh ... · Request for Proposal (RFP), Page 9 of RFP 9 Bid Security is INR 2 Crore We request that the Value of bid security should

SN Reference Clause of

RFP RFP Pg

No. Brief Description of RFP

Query

Clarifications

any infrastructure projects in last 5 years in India / abroad.