Surat Metro - EOI

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 30

Gujarat Metrorail Corporation (GMRC) Limited

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

Request for Expression of Interest

Selection of Consultants for Surat Metro Rail Project – Phase-1

EOI Notice No: GMRC/EOI/GEC/SURAT/2020

April 2020

Issued by
Gujarat Metrorail Corporation (GMRC) Limited
(SPV of Govt. of Gujarat and Govt. of India)
Formerly known as Metro-Link Express for Gandhinagar and Ahmedabad (MEGA) Company Ltd.
Block No.1, First Floor, Karmayogi Bhavan, Behind Nirman Bhavan,
Sector 10/A, Gandhinagar: 382010, Gujarat, India
Corporate Identification No (CIN): U60200GJ2010SGC059407
Website www.gujaratmetrorail.com
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

INDEX

SN Particular Page no.


1 Press Notification 3
2 Consulting Services Expressions of Interest 4
3 Minimum Eligibility Criteria 5-8
4 Covenant of Integrity to GMRC 9 – 10
5 Annexure – 1, General Information about the Tenderer / 11 – 12
Applicant
6 Annexure – 1A, Work Experience 13 – 14
7 Annexure – 2, Average Annual Turnover from Consultancy 15
Services
8 Annexure – 2A, Affidavit for Unaudited Balance Sheet 16
9 Annexure – 3, Undertaking / Self Declaration 17
10 Annexure – 4, Key Experience 18 – 19
11 Annexure – 5, Scope of Services 20 – 30

GMRC Page 2 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

Press Notification

Gujarat Metro Rail Corporation (GMRC) Limited


(SPV of Govt. of Gujarat and Govt. of India)
Block No.1, First Floor, Karmayogi Bhavan, Behind Nirman Bhavan,
Sector 10/A, Gandhinagar: 382010,
Gujarat, India

EOI Notice No: GMRC/EOI/GEC/SURAT/2020 Date: 30-04-2020

Expression of Interest are invited from reputed and experienced Consultants for the following tender:

Expression of Interest Name Tender Fees

Request for Expression of Interest for Selection of Consultants for Surat Metro
Rail Project – Phase-1 INR 50,000/-

Interested bidders are requested to visit https://gmrc.nprocure.com, www.gujaratmetrorail.com;


http://afd.dgmarket.com and GTAI for eligibility criteria, applying/ downloading the EOI document. Last
date and time for Bid Submissions is 15:00 Hrs on 06-06-2020.

Any alterations in Eligibility Criteria cum Qualification Requirements, and terms of the Tender
Document, or any amendment to the Tender Document, etc, will be uploaded on
https://gmrc.nprocure.com and GMRC’s Website www.gujaratmetrorail.com without any obligation or
press notification or other proclamation.

Sd/-
Managing Director
GMRC, Gandhinagar

GMRC Page 3 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020

Appointment of General Engineering Consultant for Surat Metro Rail Project - PH-I
CONSULTING SERVICES
Expressions of Interest

The Gujarat Metrorail Corporation (GMRC) Limited has applied for a financing from Agence Française
de Développement ("AFD") and Kreditanstalt fur Wiederaufbau (KFW), and intends to use part of the
funds thereof for payments under the following project of Appointment of General Engineering
Consultant for Surat Metro Rail Project - PH-I.

The Services of the consultant shall consist of design/ design review, system integration, assistance in
procurement, construction supervision (including monitoring of statutory obligations), project
management services, contract administration and interface management including assistance in
testing and commissioning of the Surat Metro rail project with total Project completion cost as Rs.
12020.32 Crore The indicative Scope of Services is enclosed as Annexure - 5. However detailed
scope of services shall be issued during RFP stage. The Scope of Services might be amended at the
RFP Stage.

The Gujarat Metrorail Corporation (GMRC) Limited hereby invites Applicants to show their interest in
delivering the Services described above.

This Request for Expressions of Interest is open to:

 Consulting firms  Individual consultants

 Joint Venture between NGO(s) and


 NGOs consulting firm(s)
Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for
AFD-Financed Contracts in Foreign Countries", available online on AFD’s website: http://www.afd.fr.

The Applicant shall submit only one application, either in its own name or as a member of a Joint
Venture (JV). In case of a JV/consortium the number of partners shall be limited to 4 (four) and each
partner must have minimum 20% partnership. The JV/Consortium as a whole must satisfy both
Technical and Financial Eligibility criteria but the members shall be jointly and severally responsible. If
an Applicant (including any JV member) submits or participates in more than one application, those
applications shall be all rejected. However, the same Subconsultant may participate in several
applications.

If the Applicant is a JV, the expression of interest shall include:

 a copy of the JV Agreement entered into by all members,

or

 a letter of intent to execute a JV Agreement, signed by all members together with a copy of the
Agreement proposal,

In the absence of this document, the other members will be considered as Subconsultants.

Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the
applications.

Interested Applicants must provide information evidencing that they are qualified and experienced to
perform those Services. For that purpose, documented evidence of recent and similar services shall
be submitted.

GMRC Page 4 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020_________________________________________________

A. Minimum Eligibility Criteria:


----------------------------------------------------------------------------------------------------------------------------------------
(i) Work Experience

The Applicants will be qualified only if they have successfully completed work(s),completion date(s) of
which falling during last seven years ending last day of the month previous to the month of EOI
submission as given below :

(i) At least one “Similar Consultancy Work” * of value of Rs. 243.4 crore or more
OR

(ii) Two “ Similar Consultancy Work” *each of value of Rs.152.13 crore or more.
OR

(iii) Three “Similar Consultancy Work” *each of value of Rs. 121.7 crore or more.

If the above “Similar Consultancy Work”* of value as under (i) / (ii) / (iii) has been done by the foreign
partner of JV/consortium and was done in the country of the foreign partner then in addition to this
work, the foreign partner must have done at least one “Similar Consultancy Work”* equal to or more
than Rs.121.7 Crore outside the country of the foreign partner.
* “Similar Consultancy Work” for this contract shall be consultancy such as general engineering/
project consultancy works which, inter alia include activities involving the work of preliminary/ detailed
designs/ proof checking of designs/ system integration, procurement assistance, construction
management, project management and supervision including inspection, safety and quality,
assistance in testing and commissioning of Metro Rail/ Light Rail/ High Speed Rail/ Railways.

The similarity shall be based on the physical size, complexity, methods/technology and/or other
characteristics described in Scope of Services.

The details shall be submitted as per relevant format prescribed in Annexure-1.

(ii) Financial Standing:


The Applicant must have a minimum Average Annual Turnover of Rs. 243 Crore from Consultancy
Services during the last three financial years duly supported by documents in support of annual
turnover.

The average annual turnover of JV/Consortium will be based on percentage participation of each
member.
The details shall be submitted as per relevant format prescribed in Annexure-2.

(iii) Experience in Asian Country


The consulting firm/ Applicant should have at least one past similar experience in an Asian country.
The details shall be submitted as per relevant format prescribed in Annexure-1.

(iv) History of Blacklisting/ Debarment


The Applicant (applies to each individual member in case of a Joint Venture/Consortium) should not
been blacklisted or debarred as on the due date of submission of bid. The Undertaking/ Self-
declaration shall be submitted as per relevant format prescribed in Annexure-3.

NOTE :

i. The applicant shall submit details of works executed by them for the works to be considered for
qualification of work experience criteria in a format prescribed in Annexure-1. Documentary proof
such as completion certificates from client clearly indicating the nature/scope of work, actual
completion cost and actual date of completion for such work should be submitted. The offers
submitted without this documentary proof shall not be evaluated. In case the work is executed for

GMRC Page 5 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020_________________________________________________

private client, copy of work order, bill of quantities, bill wise details of payment received certified by
Practicing Chartered Accountant (CA), T.D.S certificates for all payments received and copy of
final/last bill paid by client shall also be submitted along with the completion certificate.

ii. Applicants are required to submit the relevant information in connection with para- A – Minimum
Eligibility Criteria for shortlisting of applicants in the relevant format only. The client may not
evaluate the proposals received with the information in different format. In case the desired
information is not submitted in the prescribed format and instead the company‘s profiles, reports
etc. are only annexed with the application, client may not extract the information from these
documents in order to evaluate the application. It is, therefore, advised that all the relevant
information should be furnished in the prescribed formats only.

iii. The evaluation shall be done based on the information furnished by the applicant along with the
application and any unsolicited supplementary information may not be entertained. Client, however,
reserve the right to make enquiries from relevant authorities/parties in relation with the information
furnished.

iv. For completed works, value of work done shall be updated to last day of the month previous to the
month of EOI/ tender submission price level assuming 5% inflation for Indian Rupees every year
and 2% for foreign currency portions per year. The exchange rate of foreign currency shall be
applicable 28 days before the submission date of EOI/ tender.

v. In case of Joint Venture/Consortium, full value of the work, if done by the same joint venture shall
be considered. However, if the qualifying work(s) were done by them in JV/Consortium having
different constituents/members, then the value of work as per their percentage participation in such
JV/Consortium shall be considered.

vi. For any on going works, the Applicant must have completed atleast 40% of the Project value and
should be certified by the Employer, to be considered for evaluation.

vii. Financial data for last three audited financial years (2017-18, 2018-19, 2019-2020) has to be
submitted by the applicant in the format prescribed in Annexure-2 along with audited balance
sheets. The financial data shall be certified by Practicing Chartered Accountant / Statutory Auditor
of the company with his stamp and signature in original. In case audited balance sheet of the last
financial year is not made available by the applicant, then the applicant has to submit an affidavit
certifying that the balance sheet has actually not been audited so far‘, as per format prescribed in
Annexure-2A. In such a case the financial data of previous 2 audited financial years will be taken
into consideration for evaluation. If audited balance sheet of any year other than the last year is not
submitted, the application may be considered as non-responsive and can be disqualified.

viii. The Applicants qualifying the Minimum Eligibility Criteria shall be further shortlisted
considering the Evaluation criteria for Key Experience as mentioned in Point B below.

B. Evaluation for Shortlisting of Applicants/ Consultants

--------------------------------------------------------------------------------------------------------------------------------------

1. The evaluation of the application shall be done to establish the capability of the applicant as
brought out in Para-A – Minimum Eligibility Criteria above.

2. The Applicants fulfilling the above minimum eligibility Criteria should have the experience in
working/ holding responsibility in atleast Key Level Position (i.e. CPM, CRE, any Chief position) for
Contract having minimum value 40% of the Estimate i.e Rs. 122 Crore or more in Metro Rail/ Light
Rail/ High Speed Rail system/ Railways during last seven years ending last day of the month
previous to the month of EOI submission. The Contract may include/cover any technical areas like

GMRC Page 6 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020_________________________________________________

Civil Structures (Stations/Elevated/ At Grade/ UG Structure & Station), Tracks,Rolling Stock,


Signalling System, Telecom, Automatic Fare Collection/ Platform Screen Door, Traction/ Third Rail,
Air Conditioning & Ventilation, Depots/ Workshops, E&M/ Station Integration and other such related
facilities for Metro Rail/ Light Rail/ High Speed Rail/ Railways.

3. The Applicant (including the JV members) should have atleast six (6) nos of in-house skilled
technical back-up experts provided to the on-site experts and should have Local
representatives/partners (i.e office in India). The Applicant should possess Quality assurance
procedures and certifications i.e. specify the type or the label of the certification: for example, ISO
9001 or environmental and social certification.

The applicant shall submit details as required above in the relevant format prescribed in Annexure-
4 along with the supporting documentary proof. For point 2, the details to be filled in S.N. 1 to 4 of
Annexure-4 and for point 3, the details to be filled in S.N. 5 to 7 of Annexure-4.

4. The evaluation of the Application for shortlisting as per the details provided in Annexure-4 will be
done as per the procedure detailed below :

a) The Applicant must have at least one experience in each criterion; otherwise the
application will be disqualifed.
b) In case of Joint Venture, each member of JV has to submit the Annexure-4 individually. For
each experience submitted by the Applicant, check the boxes of the criteria which are met
by the experience.
c) The ranking of Applicants is based on the greatest number of criterion fulfilled (boxes
checked)
d) For a Joint Venture, the experiences of all members will be added together for a combined
total.
e) In case of Tie in Total between the Applicants, then the Applicant with highest Annual
Turnover will be given priority in shortlisting.
Among the submitted applications, Gujart Metro Rail Corporation (GMRC) Limited will shortlist a
maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall be
sent.

The Expression of Interest Notice will be published on i) AFD DG Market, ii) GTAI, iii)
https://gmrc.nprocure.com and iv) www.gujaratmetrorail.com

The Pre-Application meeting will be scheduled on 12-05-2020, at 12:00 Hrs through video
conferencing. The interested applicants can send their participation details (i.e. Name, Mobile no.,E-
mail ID, Name of firm) through E-mail to snehal.shah@gujaratmetrorail.com on or before 10-05-2020.
The applicants will be communicated in advance the link to participate in the Pre-Application meeting
through online.The Tender Fees is to be submitted in the form of Demand Draft /Banker’s cheque/Pay
Order drawn on a Scheduled Commercial Bank based in India and should be in favour of “Gujarat
Metro Rail Corporation (GMRC) Limited” payable at Gandhinagar.The Expression of Interest must be
submitted in physical form to the address below no later than 06-06-2020, 15:00 Hrs and also to be
uploaded online at e-tendering portal https://gmrc.nprocure.com on or before the date and time of
submission.

Gujarat Metro Rail Corporation (GMRC) Limited


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

Mail ID: snehal.shah@gujaratmetrorail.com, Telephone +91 79 23248572, Extension 527

GMRC Page 7 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020_________________________________________________

Interested Applicants may obtain further information at the address as mentioned above during office
hours i.e. 10:30 to 18:00 Hrs. The opening of EOI submission will be on the date of submisson of EOI
at 15:30 Hrs.

GMRC reserves the right to accept or reject any or all proposals without assigning any reasons. No
tenderer shall have any cause of action or claim against the GMRC for rejection of his proposal.

Online Submission :
The Submissions are to be made online at https://gmrc.nprocure.com site.
Help Desk Link for E-Tendering: -
In case bidders need any clarifications or if training required to participate in online tenders,
they can contact (n) Procure Support team: -
(n)Code Solutions-A division of GNFC Ltd.,

(n)Procure Cell
403, GNFC Infotower, S.G. Road,
Bodakdev, Ahmedabad – 380054 (Gujarat)
Contact Details
Fax : +91-79-40007533
E-mail : nprocure@ncode.in

TOLL FREE NUMBER : 1800-419-4632


Operating System & System Requirements: -
Opening Website in IE 8/9/10 - Open IE ->Menu Bar -> Tools-> Compatibility View Settings -> Add
website in compatibility view ->Select below option only "Display all Opening Website in IE 11. -
Open IE ->Menu Bar -> Tools-> Compatibility View Settings -> Add website in compatibility view -
>Select below option only "Display Intranet Sites in Compatibility View". Don't Close IE. And open the
website.

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

Email Id : dscsupport@ncode.in
dscsales@ncode.in

DSC Support Toll Free Number: 1800 - 419 - 4455


Physical Submission
The sealed envelopes containing Tender Fees and EOI Submission is to be delivered to the address
above by 1500 Hrs of 06-06-2020, and be clearly marked “Application for Expressions of Interest (EOI)
for Selection of Consultants for Surat Metro Rail Project – Phase-1.”
Venue of physical submission of Tender / EOI
Sr. DGM- Civil & Procurement,
Gujarat Metro Rail Corporation (GMRC) Limited
(A SPV of Govt. of Gujarat and Govt. of India)
Block No.1, First Floor, Karmayogi Bhavan,
Behind Nirman Bhavan, Sector 10/A, Gandhinagar: 382010,Gujarat, India

The applicant is to ensure that submission of Tender / EOI is to be made Online & in Physical form.
There shall not be any change to Tender / EOI submitted Online & Physical. In case of any
discrepancy in submission of Tender / EOI between physical and online form, the Technical Bid
submitted online will prevail and will be considered for evaluation.

Late tenders (received after date and time of submission of bid) shall not be accepted under any
circumstances.

GMRC Page 8 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020_________________________________________________

Appendix to The Request for Expressions of Interest


(To be sumitted with the application, signed and unaltered)

COVENANT OF INTEGRITY TO GMRC


from a Tenderer or Consultant to be attached to its Tender

I [Name], in my function as [function/position held] in [name of the company] and duly authorized
representative for the signature of the contract to be signed for [title of the call for tender or the
contract] hereby declare that we observe the highest standards of ethics during the procurement and,
if we are successful in our tender, the performance of the contract and have not engaged nor will
engage in, or have been convicted of, any fraud, corruption, collusion or other malpractice. Where
convictions occurred, details of the conviction and remedial measures are provided. If such events
should occur in the future, we hereby undertake to so inform GMRC and AFD immediately.

Moreover, neither our company1 nor any entity member of the joint venture or of the consortium or any
one acting on our behalf, such as sub-contractors, is the subject of a current exclusion /has been the
subject of any debarment, exclusion or other sanctioning decision by any of the Participating MRI
Partners (AFD, EIB and/or KfW), EU institutions and/or any major Multi-lateral Development Bank
(including World Bank Group, African Development Bank, Asian Development Bank, European Bank
for Reconstruction and Development or Inter-American Development Bank) on the grounds of
2
corruption, collusion, fraud or other malpractice and we further undertake to immediately inform
GMRC and AFD if this situation was to occur at a later stage. Where such a decision of exclusion has
occurred, we commit to provide all necessary information and any remedial measures that have
already been taken.

I also declare that neither our company nor any entity member of the joint venture or of the consortium
is currently included /has been included on the list of financial sanctions (including in particular the
fight against financing of terrorism) adopted by the United Nations, the EU financial or any national
sanction3 list which is binding for any of the MRI Partners and we further undertake to immediately
inform GMRC and AFD if this situation were to occur at a later stage.

We acknowledge that in the event our company or any entity member of the joint venture or of the
consortium i/ is, after this Covenant of Integrity or the contract have been signed, added to any
financial sanctions list or debarment or sanctioning decision enumerated above or ii/ made a false
statement in the Covenant of Integrity, the contract may not be eligible for funding by one or more of

1
For the purposes of these provisions “company” or “entity” shall include directors, employees, agents.
2
The definitions of corrupt, collusive, fraudulent, coercive or obstructive practice are included in EIB’s Guide to
Procurement; for KfW: See "Guidelines for the Assignment of Consultants in German Financial Cooperation" and
"Guidelines for Procurement of Goods, Works and associated Services in Financial Cooperation with Partner Countries ";
for AFD, see “ General Policy for combating corruption, fraud, anti-competitive practices, money laundering and terrorist
financing” and “Guidelines for the procurement of AFD-financed contracts in foreign countries”.
3
I.e. French sanction list for AFD, German sanction list for KFW.

GMRC Page 9 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020_________________________________________________

the Participating MRI Partners (AFD, EIB, KfW). We commit not to procure goods and services from
countries which are under an embargo which is binding upon any of AFD and KfW.

We also acknowledge that, in the afore-mentioned events, GMRC is entitled to exclude our
company/the consortium from the procurement procedure and, if the contract is awarded to our
company/the consortium, such events may lead to termination of the contract, in accordance with the
terms of the contract.

In the event that we are awarded the contract, we grant the Participating MRI Partners and auditors
appointed by either of them, as well as any authority or European Union institution or body having
competence under European Union law, the right of inspection of our records and those of all our sub-
contractors, under the contract, as well as joint venture/consortium partners. We accept to preserve
these records generally in accordance with applicable law but in any case for at least six years from
the date of substantial performance of the contract.

I declare that our company / consortium undertakes to comply with labour laws and national and
international standards of environmental protection, health and safety applicable in the jurisdiction /
country of implementation of the Project, including those contained in any relevant International
Labour Organization (ILO) conventions and international agreements on environmental protection, as
well as with mitigation measures of the Environmental and Social Management Plan if applicable.

.............................. ...................

(Place) (Date) (Signature)

GMRC Page 10 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020_________________________________________________

ANNEXURE-1

GENERAL INFORMATION ABOUT THE APPLICANT

A. APPLICANT INFORMATION SHEET

Tenderer’s / Applicant’s Legal Name


Sole Proprietorship Firm / Partnership Firm / Private Limited
Legal status of the Applicant Company / Public Limited Company / Joint Venture /
Consortium (Please tick one)
In case of JV/Consortium, Legal Legal Name of JV/Consortium member % participation
name of each partner with percentage
1.
participation (also provide information
of each member in separate sheet 2.
(page 2 of 2)
3.

4.

Lead member of JV/Consortium

Applicant’s legal address in India,


telephone numbers, fax numbers,
email address for communication
Applicant’s authorized signatory
(name, designation, address, contact
no.)
Applicant’s authorized representative
(name, designation, address, contact
no.)

FOLLOWING NEEDS TO BE SUBMITTED BY THE APPLICANT: (by each member in case of


JV/consortium) :

a) In case of JV/Consortium, MoU/Agreement (duly notarized) entered into by the joint venture /
consortium members, containing intended percentage participation, nomination of Lead
Member and division of responsibility to clearly define the work of each member etc.

b) Authorization/POA in favour of authorized signatory of tenderer to sign the tender, and also
in favour of authorized representative of each member in case of JV/Consortium.

Note: Applicant’s authorised representative shall be deemed to have authority of the


tenderer to receive and deliver any correspondence and attend meetings with GMRC
related to the tender / EOI.

GMRC Page 11 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

B. JV/CONSORTIUM MEMBER INFORMATION


MEMBER – 1

JV/Consortium Member’s Legal Name

Legal status of the Member

Member’s country of constitution

Member’s legal address, telephone


numbers, fax numbers, email address)

Member’s authorized representative


(name, designation, address)

MEMBER – 2

JV/Consortium Member’s Legal Name

Legal status of the Member

Member‟s country of constitution

Member‟s legal address, telephone


numbers, fax numbers, email address)

Member‟s authorized representative


(name, designation, address)

SIGNATURE OF AUTHORIZED SIGNATORY ON BEHALF OF TENDERER

GMRC Page 12 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

ANNEXURE-1A

WORK EXPERIENCE

[The following table shall be filled in for contracts performed by the Applicant, each member of a
JV.]
Date: [insert day, month, year]
Applicant’s Legal Name: [insert full name]

[Fill out one (1) form per contract.]

Contract of Similar Size and Nature as per “Similar Consultancy”

Similar Contract No.


[insert number] of [insert number of Information
similar contracts required]

Contract Identification [insert contract name and Reference ID number, if


applicable]

Award Date [insert day, month, year, e.g., 15 June, 2019]

Completion Date [insert day, month, year, e.g., 03 October, 2021]


Prime Consultant
Role in Contract
Single entity JV member
[check the appropriate box]
 
USD [insert exchange rate
Total Contract Amount [insert total contract amount and and total contract amount
currency(ies)] in USD equivalent]*

[insert a [insert total contract USD [insert exchange rate


If member in a JV, specify participation percentage amount and and total contract amount in
in total Contract amount amount] currency (ies)] USD equivalent]*

Employer’s Name: [insert full name]


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

Telephone/Fax Number: [insert telephone/fax numbers, including country and


city area codes]
E-mail:
[insert E-mail address, if available]

Whether claimed experience is in YES or NO


Asian Country
[insert name of the Country]

GMRC Page 13 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

Overall Project Parameters

Description of the similarity in


accordance with Para – A (i)

1. Physical Size of requirement [insert physical size of items]


(Route Length of Project, etc)

2. Complexity [insert description of complexity, like, brief scope of work/


services, etc]

3. Methods/Technology [insert specific aspects of the methods/ technology involved in


the contract]

4. Other Characteristics [insert other characteristics as described in Annexure-5 Scope


of Services]

Particulars of the member in case of execution as a JV member

Description of the similarity in [insert detailed role of as a JV member and other similarities]
accordance with Para – A(i)

1. Physical Size of requirement [insert physical size of items]


(Route Length of Project, etc)

2. Complexity [insert description of complexity]

3. Methods/Technology [insert specific aspects of the methods/ technology involved in


the contract]

4. Other Characteristics [[insert other characteristics as described in Annexure-5


Scope of Services]

* The source for determining exchange rates is Bill Selling Rate of Exchange on the close of the concerned
day as notified by the State Bank of India
Note: Relevant client certificate should be attached for verification with identifiable features.

GMRC Page 14 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

ANNEXURE-2

AVERAGE ANNUAL TURNOVER FROM CONSULTANCY SERVICES

[The following table shall be filled in for the Applicant and for each member of a JV]
Date: [insert day, month, year]
Applicant’s Legal Name: [insert full name]

Annual Turnover Data

Amount and Exchange Exchange INR


Year USD Equivalent
Currency Rate* Rate* Equivalent

[indicate [insert amount and [insert [insert amount in [insert [insert


year] indicate currency] applicable USD equivalent] applicable amount in
exchange exchange INR
rate] rate of USD equivalent]
to INR

Average Annual Turnover from Consultancy


Services **

Name of Chartered Accountant (CA)

Seal and Signature of CA

Membership Number of CA

UDI no. of CA

* The source for determining exchange rates is Bill Selling Rate of Exchange on the close of the
concerned day as notified by the State Bank of India
** Total USD equivalent for all years divided by the total number of years.
Note :
1. The financial data in above prescribed format shall be certified by Chartered Accountant /
Company Auditor in original under his signature, stamp and membership number. All the
documents or certification which are provided by CA after 1st July 2019, must contain UDIN
thereon and the particulars of certifications must be same as mentioned on
document/certification and submitted to ICAI on its website which can be verified online
http://udin.icai.org/search-udin.
2. Foreign applicants, in whose country calendar year is also the financial year, may submit all
relevant data for the last 3 years i.e. 2017, 2018 and 2019.
3. Attach attested copies of the Audited Financial Statements of the last three financial years as
Annexure.

GMRC Page 15 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

ANNEXURE-2A

(AFFIDAVIT FOR UNAUDITED BALANCE SHEET)

(On a non-judicial stamp paper of appropriate value)

(To be filled by the bidder* in case their Balance Sheet for F.Y. 2019-2020 has not been audited. If the
Balance sheet for F.Y. 2019-2020 has been audited then the bidder need not to fill this form or may
simply write “NOT APPLICABLE”)

I,………………………………………………………….…….. (Name and designation of Authorised


signatory) of………………………………………….…………………………………………… (Name of
Company/Firm/Proprietorship/Partnership)hereby confirm that the Balance sheet for Financial year i.e.
F.Y. 2019-2020 has actually not been audited/ or under finalisation so far.

Signature of authorized signatory on behalf of Tenderer

* In case the bidder is a Joint Venture/Consortium, each individual member has to submit this
affidavit.

GMRC Page 16 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

ANNEXURE-3

UNDERTAKING / SELF DECLARATION

It is confirmed and declared that we, or any of our associate, have not been blacklisted or debarred as
on the due date of submission of bid by Government of India/any State Government in India/Central
or State Government undertaking or any bilateral/multilateral funding agency.

It is confirmed and declared that we, have not been engaged in any fraudulent and corrupt practice and
that no agent, middleman or any intermediary has been, or will be, engaged to provide any services, or
any other items of work related to the award and performance of this contract and no agency
commission or any payment which may be construed as an agency commission has been or will be,
paid.

Stamp and Signature of Authorized Signatory

NOTE:

1. In case of JV/Consortium, the undertaking shall be submitted by each member of the


JV/Consortium.

2. The undertaking shall be signed by authorized signatory of the tenderer or constituent member in
case of JV/Consortium

GMRC Page 17 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________
ANNEXURE-4

KEY EXPERIENCE
Name of the Applicant:
Criterion
Experience in working/ holding responsibility in atleast Key Level Position (i.e. CPM, CRE, any Chief position) for Contract having
minimum value 40% of the Estimate i.e Rs. 122 Crore or more in Metro Rail/ Light Rail/ High Speed Rail system/ Railways during last seven
years ending last day of the month previous to the month of EOI submission
S.N Description A B C D E F G H I J K

Civil Civil E&M/


Automatic
Air Operation
structures, structures Fare
Rolling Signaling Traction/ Conditionin Depot/ Control
Stations (UG Tracks Telecom g&
Collection /
Workshops Centre/
Stock system Third Rail Platform
(elevated, at Structure & Ventilation Station
grade) Station) Screen Door
Integration
1 General
Engineering/
Project
Management/
Construction
Supervision
2 Design
Consultancy
Services/ Proof
Checking of
Designs
3 System
Integration/
Interface
Management

4 Procurement
Assistance/
Contract
Administration

5 Availability of
in-house
technical
experts

GMRC Page 18 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________
6 Local
representatives
/ Partners
[ / X]

7 Quality
assurance
procedures
and
certifications
[ / X]

TOTAL

NOTE :

1. The Applicant must have at least one experience in each criterion (i.e. A to K); otherwise the application will be disqualified.
2. One table must be completed for each Applicant. For each experience submitted by the Applicant, check the boxes () of the criteria which are met by the
experience. In addition to tick, the applicant is required to indicate in box the related experience which is being claimed.
3. In case of Joint Venture, each member of JV has to submit this Annexure individually
4. In case of Tie in Total between the Applicants, then the Applicant with highest Annual Turnover will be given priority in shortlisting.
5. The Applicant should attach relevant client certificate for verification with identifiable features.
6. For any on going works, the Applicant must have completed atleast 40% of the Project value i.e. atleast Rs 49 Crore and should be certified by the
Employer, to be considered for evaluation.
7. For completed works, value of work done shall be updated to last day of the month previous to the month of EOI/ tender submission price level assuming
5% inflation for Indian Rupees every year and 2% for foreign currency portions per year. The exchange rate of foreign currency shall be applicable 28 days
before the submission date of EOI/ tender.

GMRC Page 19 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

Annexure-5 - Scope of Services

(Indicative only, to be detailed in RFP. The Scope of Services might be amended at the RFP
Stage.)

1. OBJECTIVE

1.1. Gujarat Metro Rail Corporation (GMRC) Limited is a special purpose vehicle of the
Government of Gujarat set up for the purpose of implementing the Metro Rail Project (the
“Project”). The Project envisages a total network of about 40.35 km.

1.2. The objective of this Invitation for Prequalification is to employ General Engineering
Consultant (GEC) for design/ design review, system integration, assistance in procurement,
construction manufacturing and installation supervision (including monitoring of statutory
obligations), project management services, contract administration and interface
management including assistance in testing and commissioning of the Surat Metro rail project
in relation to:


all civil structures,

tracks,

rolling stock

Signaling system,

telecom facilities,

traction arrangements,

air conditioning & ventilation

platform screen doors

depots and Workshops,

stations including lifts & escalators,

automatic fare collection,

operation control centre,

ESHS topics

operation planning including degraded modes of operation,

offices,

station integration areas,

bridges,

flyovers,

elevated, surface and underground sections over the project routes and

integration with other modes of transport, and

any other services and infrastructure required for successful completion and operation
of the project
1.3. In executing the Project, the desired outcomes anticipated by GMRC are:

(i) Economy, durability, environment-friendliness, passenger comfort, quality of service


as well as safety in construction, maintenance and operation;
(ii) Expeditiousness in construction
(iii) Maintainability, reliability and renewability of the system in the context of the Indian
socio-economic and technological environment
(iv) Phased construction and commissioning of the project so as to provide early relief to
the city commuters
(v) Integration with other modes of transport to improve accessibility and ridership of the
metro rail.
(vi) Adoption of state-of-the-art technology, commercial and revenue management
practices

GMRC Page 20 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

(vii) Adaptation to climate change effects

1.4. Property development

GMRC intends to commercially exploit the space within the Metro rail premises through
property development. This activity may be taken up either along with or independent of other
project activities. The designs for the project should make provision, however, for subsequent
activity of property development too. The GEC would frame tenders for the same including
financials, etc. The services of a chief property development expert having expertise in the
field may be obtained as and when required by GMRC. However, engineering requirements
are essentially foreseen.

1.5. It is intended to have “seamless travel” for Metro rail commuters. It will involve integration of
various modes of travel. It is also intended to have common ticketing of various modes of
travel, viz. metro rail, Bus Rapid Transit (BRT), mainline railway stations, taxies, etc. Suitable
models of seamless travel shall have to be developed.

1.6. The design and construction of terminal station/Interchanges for the Project should be such
that any subsequent extension and development of spur lines could be implemented with the
least expenditure.

1.7. Technical standards & specifications

The recommended design criteria, specifications, standards and codes of practice will be in
accordance with the relevant Indian codes of practice/ specifications. Where the standards
and specifications are not available in the Indian codes of practice/ specifications, International
codes of practice/ specifications will be adopted with the approval of GMRC.

2. DATA AND INFORMATION TO BE PROVIDED BY GMRC

GMRC shall provide all the relevant information available till the selection of the Consultant.

3. SCOPE OF SERVICES FOR THE GENERAL ENGINEERING CONSULTANT (GEC)

The scope of GEC’s services will cover design/ design review, system integration, assistance
in procurement, construction supervision (including monitoring of statutory obligations), project
management services, contract administration and interface management including
assistance in testing and commissioning North-South Corridor and East-West Corridor of
Surat Metro rail project.

The services of the GEC would include but not limited to:

(i) Review and, if necessary, supplement the details given in Detailed Project Report (DPR) /
Concept Report for Surat Metro rail project as available with GMRC
(ii) Prepare preliminary design criteria and documents, for “Detailed Design Consultancy
Services” (DDC) tenders
(iii) Rendering assistance to GMRC in selection of contractors/ suppliers/ detailed design
consultants and other related services to Metro rail project
(iv) Rendering assistance to GMRC in selection through tender process of Detailed Design
Consultants (DDC) for “construct only” contract packages
(v) Review and proof checking of designs prepared by the DDC in respect of works to be
awarded to contractors on “construct only” basis and designs submitted by contractors for
“design & construct” basis contracts or any other relevant design as requested by GMRC

GMRC Page 21 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

(vi) Assistance in preparation of tender documents for various “design and construct” contract
packages, tender documents for various “construct only” contract packages and assist in
evaluation, of bids invited by GMRC and award of contracts
(vii) Assistance in preparation of tender documents for procurement of signalling,
Telecommunications, automatic fare collection system, traction power supply & third rail,
rolling stock and depot equipment plant and machinery, etc.
(viii) Construction supervision including contract administration, safety, quality, environment
aspects and programming and monitoring of the statutory obligations
(ix) Testing and commissioning of the entire system in stages
(x) Preparation of construction, operation and maintenance manuals
(xi) Preparation of operation planning of corridors including degraded mode operations and
operation plan of depots
(xii) Planning and arranging training to the personnel of GMRC in operation, maintenance and
repair of various equipments, plants and the system as a whole
(xiii) Framing property development tenders as commercial hubs in stations and commercial and
transportation hubs at depots, at terminals stations, etc.
(xiv) Developing suitable model for “seamless travel” with common ticketing while integrating the
Project with other modes of transportation
(xv) Management of environmental and social aspects related to implementation of the Project;
(xvi) Prepare and incorporate universal design and barrier free promotion (UD/BF) concept in
implementation of the project
(xvii) Assist GMRC in Land Acquisition and resettlement action plan, if required
(xviii) Prepare HIV/AIDS prevention programme and assist GMRC in the Management and
monitoring of the same, if required
(xix) Assist GMRC in obtaining approvals from statutory authorities during construction phase
and for opening of Metro for passenger services.
(xx) Elaboration of additional required studies and plans like operation plan, risk assessment
plan, quality insurance plan etc.

3.1. Review and if necessary supplement the details given in DPR / Concept Report or any
other report as available with GMRC

The GEC shall review and wherever necessary supplement the details, design criteria,
specifications, drawings, reports, etc. The objective would also be to decide on the
parameters/ details to be included in the tender documents. The task will be in the following
four stages:

- Preliminary investigations
- Preliminary system design
- Preliminary design
- Operations and maintenance integration

3.1.1. Preliminary Investigation

This activity will cover review, revalidation & supplementation of, but not limited to:

1. Previous feasibility studies,


2. Topographic survey and mapping
3. Geo-technical survey
4. Utility investigation
5. Investigation of the existing and future buildings, structures, land use and urban
development plans along the routes
6. Investigation of records and documents on the buildings and the constructions along the
routes
7. Land Acquisition plan
8. Update of future climate condition data

GMRC Page 22 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

3.1.2. Preliminary system design

This will cover the following, but not limited to:

1. Physical locations of all stations and detailing of route alignment


2. Getting on and off passenger numbers and integration with other public modes of
transport
3. Sectional passenger flow diagram
4. Preliminary train operation diagram
5. Main size of railcar and train formation
6. Traction current collection system of railcar
7. Power supply system
8. Track structure type
9. Signalling & telecommunication system
10. Train operation system
11. Platform screen door system
12. Ticketing system and ticket checking system as well as access authorization system
13. Preliminary cost estimates and financial analysis
14. Lifts & Escalators

3.1.3. Preliminary design

This will cover the following, but not limited to:

1. Alignment design
2. Track layout plan
3. Selection of method of construction
4. Outline of all stations
5. Outline of rail car performance
6. Train operation and inspection diagram
7. Outline of railcar depots, inspection facilities and workshops
8. Outline of substations and power supply system
9. Outline of signalling system
10. Outline of telecommunication system
11. Outline of total integration of controlling train operation, traffic, passengers guidance and
monitoring, disaster prevention, air-conditioning and ventilation, sales management,
power supply, railcar and facility inspection and maintenance, and general administration
12. Outline of buildings for head and branch offices, and control centres
13. Outline of inspection and maintenance equipment depot
14. Outline of physical stock and distribution base
15. Phased construction schedule
16. Construction cost, annual budget estimation and cash flow

For various components mentioned above, GEC will also prepare preliminary design for
“Detailed Design Consultancy Services” (DDC) tenders.

3.1.4. Operations and maintenance integration

This will cover, but not limited to the following:

1. Balance between maximum power consumption and supply capacity


2. Comparison between manual maintenance and investment for man-saving maintenance
equipments
3. Conflict among centralized control, independent control and central monitoring and
decentralized autonomous control
4. Electric corrosion by DC stray currents against underground metallic utilities like water
pipes or any equipment with geomagnetism, and also interference by various power
supplies with control signals, in particular, and harmonics/ inductive interference by AC
traction units of three phase induction motors with cab-signalling equipment on a railcar

GMRC Page 23 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

5. Prepare Operation & Maintenance Plan for GMRC

3.2. Assistance to GMRC in selection of contractors/ suppliers/ DDC and other related
services

The GEC shall assist GMRC in the process of selection of contractors/ suppliers/ DDC/
service providers/ consultants. All documents shall be coordinated with the Lenders (AFD and
KFW) and prepared in compliance with their guidelines. The scope of services to be rendered
by the GEC in this regard shall include, but not necessarily be limited to:

3.2.1. Pre-qualification of contractors/ suppliers/ DDC/ service providers/ consultants for bidding

GEC shall undertake all necessary works regarding preparation for announcement, receiving
and evaluation of tenders of contractors, suppliers/ DDC/ service providers/ consultants, etc.
and recommending to GMRC the pre-qualified list of contractors/ suppliers/ DDC/ service
providers/ consultants for acceptance.

3.2.2. Evaluation of the tenders and recommendations for the selection of the contractors/ suppliers/
DDC/ service providers/ consultants for all contracts

(i) Prepare formal evaluation criteria and procedures for evaluation of the tenders, obtain
approval for the same from GMRC and assist GMRC to invite tenders from pre-qualified
contractors
(ii) Perform independent evaluation of all tenders for all contracts received including ranking
of the tenderers
(iii) Prepare a confidential executive summary report. This report should contain a concise
set of basis and justification for:
a. Ranking of the tenders
b. Prepare tender evaluation report and presentation documents
c. To make presentations pertaining to the recommendations to a committee and/or
a working group that may be set up by GMRC.

3.2.3. Interaction with tenderers


(i) Prepare information and data to be used in the clarifications
(ii) Assist GMRC in offering clarifications to the tenderers and recording minutes of all
meetings with tenderers convened for offering clarifications.
(iii) Assist GMRC in analysis and evaluation of the results of tenders in all aspects in order to
be able to select the most suitable tenderer

3.2.4. GEC will assist GMRC in preparation of all tender documents including contract agreements

3.3. Assistance in preparation of preliminary design and tender packages for elevated
portions/ elevated stations and service buildings

3.3.1. GEC will prepare the preliminary design for the elevated portions/ elevated stations, service
buildings. The design approach, criteria, specifications, as accepted by GMRC will form the
basis of detailed design.

3.3.2. The task of preparing the detailed design, drawings, construction details for elevated portions/
stations shall be assigned to separate detailed design consultants. The terms of reference for
award of contract in respect of services for preparation of final designs, drawings, construction
details for the elevated portions/ stations shall be approved by GMRC, taking into account the
recommendations made by GEC.

3.3.3. GEC will proof check the detailed designs and drawings prepared by DDC, for their fitness for
adoption in the project. The payments to DDC will be certified by GEC.

3.3.4. While checking the designs, GEC will ensure that designs and drawings are functionally
complementary for the multi-disciplinary works and the construction activity on such works is not
hampered or delayed for want of timely availability of the designs and drawings.

GMRC Page 24 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

3.3.5. The responsibility for preparation of Bill of Quantities (BOQ) on basis of the approved drawings
will be that of DDC, but the BOQs will be checked by GEC.

3.3.6. The tender documents to be prepared by the GEC for the various contract packages shall
include items listed in clause 3.4.5.2.

3.4. Assistance in preparation of preliminary design and tender packages (excluding


systems) for underground portions/ underground stations (as applicable)

3.4.1. GEC will generate and create data including preliminary Design Basis Report and Employer's
Requirements, prepare the preliminary design for the underground portions including tunnel,
ramp, underground stations, service buildings, etc. in order to enable the floating of tender and
finalization of Contractors for Design and Build Contracts in one or two packages as to be
decided by the Employer.

The Underground work packages are envisaged to be Design and Build, for underground
sections, which includes tunnel, cut and cover structures, open cuts and stations; preliminary
design of underground sections/ underground stations includes a) architecture, b) structure, c)
arrangement works, d) building services such as, Plumbing and Low voltage distribution, the
smoke management system, Ventilation and air conditioning and e) Design Basis Report for
tender documents, etc. The design approach, criteria, specifications, as accepted by GMRC will
form the basis of detailed design by the Design and Build Contractors of UG-packages and all
Detailed Design Work of the Contractor will have to be reviewed, proof-checked by the GEC.

3.4.2. Finalization of outline design criteria, specifications, standards and codes of practice to be
followed for design and construction of underground portions in all aspects

The recommended design criteria, specifications, standards and codes of practice will be in
accordance with the relevant Indian codes of practice/ specifications. Where the standards and
specifications are not available in the Indian codes of practice/ specifications, International
codes of practice/ specifications will be adopted with the approval of GMRC. The recommended
criteria, specifications etc. will become part of tender design, on acceptance by GMRC

The recommended specifications, and design criteria will also cover the methods of
construction, design of temporary works, disposal of excavated materials, as also the external
environment under which the work would be required to be executed. The specifications will
also prescribe the tests and acceptance standards for various components of works.

It is to be ensured that the designs and specifications will meet the project requirement at
reasonable cost, without imposing any limitations in regard to competitive bidding.

3.4.3. GEC will proof check the detailed designs and drawings submitted for their fitness for adoption
in the project.

3.4.4. While checking the designs, GEC will ensure that designs and drawings are functionally
complementary for the multi-disciplinary works and the construction activity on such works is not
hampered or delayed for want of timely availability of the designs and drawings.

3.4.5. The tender documents for the various contract packages shall be prepared by the GEC.

3.4.5.1. Based on the tender designs, and accepted design criteria, specifications, standards and
codes of practice, the GEC shall prepare a cost centre cum milestone based estimated cost for
the various tender packages.

3.4.5.2. The tender and contract documents for the agreed tender packages will include (indicative):

- Notice Inviting Tenders (NIT)


- Formats for tender
- Instructions to bidders/ Tenderers

GMRC Page 25 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

- General Conditions of Contract (GCC)


- Special Conditions of Contract (SCC)
- Technical specifications (general and particular)
- Bill of Quantities (wherever required)
- Tender drawings
- Form of contract
- Pre-qualification documents
- Pre-qualification criteria
- Tender evaluation criteria
- SHE (Safety, Health, Environment) document
- Quality Manual

3.4.5.3. The tenders would be invited by GMRC on the basis of the tender documents prepared by the
GEC and accepted by GMRC

3.5. Assistance in preparation of tender documents for procurement of systems, rolling stock
and depot equipment plant and machinery

3.5.1. GEC will review and supplement the design criteria/ specifications given for various systems,
rolling stock, depot, depot equipments, plant and machinery

3.5.2. [NOT USED]

3.5.3. The tender design is required to spell out the basic design covering the propulsion, brake and
auxiliary power supply system in addition to the main structure and safety aspects, in sufficient
detail, so as to enable the Bidders to make competitive bids.

3.5.4. The tender documents for the systems, rolling stock and depots equipment plant and machinery
shall be prepared on the same lines as in Clause 3.4.5.2 above, with suitable modifications. The
tender documents will provide for the appraisal standard for evaluation of technical proposals
from the tenders for supply of railcars and other rolling stocks.

3.5.5. Invitation of tender for supply of the required systems, rolling stock, depot, depot equipments,
plant and machinery will be done by GMRC, based on the tender design, specifications and
acceptance criteria as approved by the GMRC on recommendations of the GEC.

3.5.6. There will be separate tender for each item, broadly, as under:

(i) Detailed design of traction and power supply system


(ii) Manufacture, supply, installation, testing and commissioning of traction and power supply
system
(iii) Design, manufacture, installation, testing and commissioning of signalling system
(iv) Design, manufacture, installation, testing and commissioning of telecommunication
system
(v) Design, manufacture, installation, testing and commissioning of lifts
(vi) Design, manufacture, installation, testing and commissioning of escalators
(vii) Design, manufacture, installation, testing and commissioning of automatic fare collection
system
(viii) Design, manufacture, installation, testing and commissioning of Platform Screen Door
System
(ix) Design of trackwork
(x) Installation of trackwork
(xi) Design, manufacture, installation, testing and commissioning of rolling stocks
(xii) GEC will generate and create data including preliminary Design Basis Report and
Employer's Requirements, prepare the preliminary design/layout of depot, review of
detailed design of depot layout and buildings for depot cum workshop including plant,
machinery and equipment in order to enable floating of tenders and finalization of the
Detailed Design Consultants of Depot works and thereafter check, review, proof-check
such data, drawings, etc. of DDC for further implementation in the Construction tender,
contracts, Works, etc. of Depot.
(xiii) Construction of depots cum workshop including general electrification

GMRC Page 26 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

(xiv) Supply and installation of depot equipments (the number of contracts to be decided by
GEC with the approval of GMRC)
(xv) Supply of (a) rails, (b) turnouts, (c) concrete sleepers, (d) expansion joints
(xvi) Any other miscellaneous related item

3.6. Review and proof checking of designs prepared by the DDC in respect of works to be
awarded to contractors on “construct only” basis and designs submitted by contractors
for “design & construct” basis contracts or any other relevant design as requested by
GMRC

3.6.1. GEC will review and proof check designs and drawings prepared by the DDC in respect of
works to be awarded to contractors on “construct only” basis and designs submitted by
contractors for “design & construct” basis contracts or any other relevant design as requested
by GMRC. GEC will proof check the designs and drawings, for their fitness for adoption in the
project. The payments to DDC will be certified by GEC.

3.6.2. The GEC shall review and check the design, including drawings and other related documents
submitted by the contractor for the underground portions/ stations and elevated portions/
stations for conformity with the specifications and the GMRC’s requirements and good
engineering practices. Particular emphasis shall be given to the system planning and design in
respect of impact on the environment and urban activities, as well as effect on the scheduling of
works.

3.6.3. While checking the designs, GEC will ensure that designs and drawings, are functionally
complementary for the multi-disciplinary works and the construction activity on such works, is
not hampered or delayed for want of timely availability of the designs and drawings.

3.6.4. BOQs will be checked and reviewed by GEC.

3.6.5. The GEC shall perform detailed tasks related to managing Environmental, Social, Health and
Safety (ESHS) impacts and risks according to national regulations and requirements of the
Lenders. This shall take into account ESHS related analysis of documentation which has been
prepared for the Project in the preparatory stages

3.7. Assistance in supervision and monitoring including construction supervision, contract


administration, safety, quality, environment aspects, programming and monitoring of the
statutory obligations, supply and installation of supplies.

3.7.1. The GEC shall be responsible for supervising and monitoring all project activities. Suitable
methods and systems shall be developed by GEC for ensuring implementation to the desired
quality and safety, compliance to time schedule and compliance to environmental norms. They
shall also design suitable information systems to report to GMRC with latter’s approval. The
responsibility of GEC in this regard will include but not be limited to the following:

3.7.1.1. Site Visits

(i) To undertake visits to the construction sites, monitor the contractor’s activities for quality
assurance, for safety assurance, for conformity to contract specifications and time frame.
It should be noted that though the responsibility for correctness, completeness and
adequacy of the works constructed by the contractor and for compliance with statutory
obligations remain with the contractors, GEC will be responsible for any deficiency in the
performance of the contractors.

(ii) To monitor Contractor’s activities with goal of minimizing adverse effects on public safety,
traffic, residential and commercial activity, and the environment.

(iii) GEC shall keep GMRC informed of their findings and recommendations resulting from
these site visits. The responsibility and urgency of taking corrective measures lies with
the GEC.

GMRC Page 27 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

3.7.1.2. Inspection, testing and commissioning

(i) To have close coordination with the manufacturers who will follow the design,
manufacture, installation, testing and commissioning of all plant, equipment, rolling stock,
signalling, automatic fare collection, power supply and control equipment, etc. as
instructed by GEC

(ii) To advise GMRC on the final acceptance of the system based on the results of the
prototype, serial and/or system test

(iii) During the maintenance period after the Revenue Operation Date of the last section of
Phase I, the GEC shall provide adequate and relevant staff to undertake necessary
follow-up and monitoring and reporting to GMRC on completeness of all works, proper
execution of works of all parties and any construction/ supply contracts.

3.7.1.3. Information programmes

(i) To develop public information programmes in close cooperation with GMRC and inform
the general public on:

a. The project in general


b. The design of stations and other passenger facilities, including traffic integration
facilities etc.
c. Temporary restrictions on traffic and other encroachments on urban life

(ii) To assist GMRC in maintaining public support of the project and to roster willingness to
put up with temporary inconveniences caused by construction.
(iii) Stakeholder coordination
(iv) Public Relation activities including an grievance management system.

3.7.1.4. Budgeting and accounting

(i) Estimate overall programmes cost relating to the master implementation schedule as
given in Section C of Volume III Project Information

(ii) Assess the financial position and project short term, medium term and long-term financial
statements

(iii) Certify all required contract payments required to be made by GMRC and satisfy GMRC
about any observations on the same

(iv) Further, GEC will assist GMRC in submission of disbursement claims to funding
agency(ies)

3.7.2. In the course of performing the supervisory functions for the project, GEC will also:

(i) Monitor all contract works in progress and identify any schedule or coordination conflicts,
recommend measures to eliminate or mitigate problems and implement the
recommended measures with the approval of GMRC.

(ii) Conduct performance reviews and bring in improvement in the designs carried out by
DDC/contractors and certify all work performed by contractors, GEC shall forward two
copies of all engineering drawings, calculations and data to GMRC as soon as the
documents are available.

3.7.3. Continuous coordination will be required with various local authorities, and government
departments for resolution of issues related to the implementation of the project. While the main
coordinating agency will be GMRC, the GEC will be associated wherever required, to provide
technical support, by way of data, drawings, sketches and technical aspects of the issues.

GMRC Page 28 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

3.7.4. GEC will prepare road traffic diversion plans in consultation and with approval of with traffic
police authorities to ensure that traffic flow is not hampered during construction.

3.7.5. GEC will prepare workable, proper, ‘muck disposable plans’ in consultation and with approval of
with relevant authorities, if required.

3.7.6. In addition to above, GEC will be required to programme and monitor the statutory obligations
(including the contract labour regulations and evaluation act and other acts related with labour
welfare activities or for whatever activities it may pertain) performed by the Designated
(Construction) Contractors, notwithstanding that the primary responsibility for observations and
performance of statutory obligations/ responsibilities and consequences thereof rests with the
Designated Contractor.

3.8. Assistance in testing including trial runs and commissioning of the entire system

3.8.1. The completed sections of the metro cum regional rail could be opened to passenger
movements only after the sections are certified to be fit for passenger traffic by the appropriate
safety certification authority (“safety authority”) and the sanction is accorded by the Government
under the relevant law for opening the section for passenger movements. Partial opening of
certain sections may be possible prior to full opening.

3.8.2. GMRC will; submit all necessary documents and have discussions, etc. with the safety authority
both at the design stage and construction stage to obtain intermediate approvals. GEC will
assist GMRC, in all respects, in obtaining these approvals.

3.8.3. Prior to the invitation to the safety authority for inspection of the line, the sections intended to be
opened for traffic will be required to be subjected to the requisite trial tests. These trial tests will
be carried out with the staff provided by the GMRC, well in advance of the trial runs.

3.8.4. GEC will enable GMRC, giving all necessary assistance, to conduct the tests. The shortfalls
noticed during the tests will be arranged to be rectified by GEC through the contractors. In order
that the deficiencies are limited to the minimum, the design and construction of the project
should take due consideration of the requirements under the relevant laws for opening of a rail
system for the public carriage of passengers.

3.8.5. All information as required to be furnished to the safety authority in connection with the section
to be opened to traffic shall be tabulated and furnished to GMRC, for seeking the certification of
safety authority for opening of the sections to traffic.

3.9. Preparation of manuals for construction, administration, O&M of Project

The Project would require instruction manuals for all its facets of functioning. GEC would be
required to develop draft manuals of instructions for being approved and issued by GMRC for
regulating the functioning of the Project.

The Manuals to be developed are (indicative):

(i) Track manual


(ii) Civil works manual
(iii) Signalling manual
(iv) Telecommunication manual
(v) AFC/ PSD manuals
(vi) Commercial manual
(vii) Operating manual
(viii) Depot operation manual
(ix) Accident and safety manual
(x) Rolling stock manual
(xi) Electrical traction manual
(xii) Safety, health & environmental manual
(xiii) Quality assurance manual

GMRC Page 29 of 30
EOI No: GMRC/EOI/GEC/SURAT/2020__________________________________________________

These manuals are intended to form the basis of the training of operations and maintenance
personnel. GEC would also assist in preparation of operation planning of corridors including
degraded mode operations and operation plan of depots.

3.10. Planning and arranging training to the personnel of GMRC in operation, maintenance and
repair of various equipments, plants and the system as a whole

GEC will plan and design the training modules for personnel of GMRC in operation,
maintenance and repairs of various equipments and plants supplied by various suppliers, at
OEM’s premises. GEC will also plan and design training modules for these personnel and their
trainers in operation, maintenance and repairs of the system as a whole and will provide training
to them in these areas. The training will have to be arranged before commencement of trails
and will continue upto commissioning of the system.

GMRC Page 30 of 30

You might also like