DFCCIL invites tender for development & operation of Gati Shakti Multi-modal Cargo Terminal at New Rewari station

Dedicated Freight Corridor Corporation of India Limited (DFCCIL) has invited open e-tenders, in Single Stage Two Packet System for Development & operation of Gati Shakti Multi-modal Cargo Terminal (GCT) for handling container traffic at line No. 10 of New Rewari station entirely/partially on DFCCIL/Railway Land.

  • Tender Reference Number: HQ-OPBD0BD(GFTD)/1/2022
  • Name of Work: Development & operation of Gati Shakti Multi-modal Cargo Terminal (GCT) for handling container traffic at line No. 10 of New Rewari station entirely/partially on DFCCIL/Railway Land.
  • Estimated Cost of Work: INR 7,96,70,323 Crore
  • EMD: INR 79,67,100 Lakh
  • Completion Period: 18 Months
  • Document Download / Sale Start Date: 13th December, 2022
  • Document Download / Sale End Date: 06th January, 2023
  • Pre-Bid Conference Meeting: 21st December, 2022
  • Bid Submission Start Date: 13th December, 2022
  • Bid Submission End Date: 06th January, 2023
  • Tender Opening Date: 06th January, 2023

Scope of work:

  • Introduction: In 2006, Government of India (GOI) established the Dedicated Freight Corridor Corporation of India Limited (DFCCIL) under the Companies Act of 1956, as a Special Purpose Vehicle, wholly owned by the Ministry of Railways (MOR), with mandate to build and operate Dedicated Freight Corridors (Eastern and Western Corridors).
  • The DFC will offer upgraded freight services by running higher axle load freight trains with speed upto 100 kmph on an efficient system.
  • The DFCs will provide a quantum jump in rail transport capacity in line with the rapidly growing demand and help increase the Railway’s modal share of Freight traffic.

Objective of the tender:

  • To improve freight business volumes and its modal share in freight transport.
  • Augmenting terminal capacity through private participation by allowing setting up and operation of freight terminal facilities.
  • Upkeep and maintenance of freight terminal facilities such as circulating area, approach roads lighting/illumination of platforms, warehouses/Godowns, loading/unloading etc.,
  • The Bidder, once selected shall become Gati Shakti Multi-Modal Cargo Terminal Operator “GCTO” and shall be liable to pay deposits payable against different heads like Security Deposit for connections, Water charges, Electricity Charges GST(as applicable) and any other charges as advised from time to time as per terms and conditions determined by the DFCCIL/Railway.
  • The interested bidders can apply for setting up of Gati Shakti Multi-Modal Cargo Terminal (GCT) for handling Container Traffic at Line No. 10 of New Rewari station.
  • Construction, Development and Operation of Line No. 10 of New Rewari station on DFCCIL/Railway Land under Gati Shakti Multi-Modal Cargo Terminal (GCT) for handling Container Traffic (as per the details given in Annexure-III).
  • Development/construction of CC Platform as wharf, loading/unloading area, circulating area, ramp for movement of vehicles, etc. as per details of works attached in Annexure-III.
  • Electrical work: OHE, high mast lighting, cable and other general works including supply and installation work.
  • Building works: Includes Goods office, merchant room, water drinking facility, room for labour, toilet facilities.
  • The schematic map of the New Rewari station and proposed Gati-Shakti Multimodal Cargo Terminal is attached at Annexure-II (Infrastructure to be constructed is shown in ‘Red’ colour and includes the point connecting line.no.9 & 10 at New JNPT end of station).
  • Detailed cost estimates for above works specifications is at Annexure-III. However, the cost estimates are indicative. The bidders are advised to undertake their own estimation of cost as per the works listed and bid accordingly.

Extension of Timeline:

  • If the GCTO fails to adhere to the prescribed timelines, one extension may be granted with the approval of GGM/OP&BD-I, up to a maximum of three months, considering the merits of the case.
  • Under exceptional circumstances beyond the control of the GCTO, GGM/OP&BD-I may grant a further extension of up to six months.
  • If the bidder fails to complete the construction even after the lapse of such extensions (as above), the Agreement shall be terminated, and Performance Guarantee shall be forfeited.
  • At the time of cancellation of the Agreement, the DFCCIL/Railway land shall revert back to DFCCIL.

Time frame for completion of work:

  • The successful bidder shall commence construction within 03 (three) Months from the date of issue of the “Letter of Award”.
  • The work is to be completed within 18 months from the date of issue of “Letter of Award”. 
  • The Construction period and its extension/s will be included in the allotment period of 05 years of the GCT contract. This may be read with para 6 below. 

Scope of return/incentive to GCTO:

  • Incentive to the GCTO against above investment for development and operation of the freight terminal (Gati Shakti Cargo Terminal) shall be given in terms of quoted percentage share of Terminal Access Charge (Bid Variable) for the rakes handled at the terminal. The TAC is levied in Railway Receipt (RR) as per prevailing Railway Board Policy at the time of preparation of RR.
  • The estimation of Terminal Access Charge is the bidder’s responsibility. DFCCIL is not responsible for traffic generated and/or Terminal Access Charges accrued at the Goods shed.
  • In view of the above, the bidder is requested to conduct a survey at the station and assess business potential in their own interest before submission of the tender.
  • The amount and procedure etc. of levy of TAC shall be as per extant Railway Board policy and revisions, if any.
  • After the issuance of commercial notification, the rakes can be booked to/from the GCT.
  • Revenue generated from value –added services, if any, will be dealt as per clause 9 of section V.

Experience:

  • Applicant shall have at least two years’ experience in manufacturing, transportation, or logistics and related business. In case of JV the experience of lead member will be counted
  • Net worth of the applicant shall be at least fifty percent (50%) of the estimated cost as mentioned in S. No. 4 of Annexure – IV (as per the minimum infrastructural facilities determined by the DFCCIL).

Notes:

  • The area of 6.125 Acres as per the layout given in Annexure- II will be licensed to GCTO under levy of land license fee as stated in para 14 of schedule 2 of Railway Board GCT policy dt 06.12.2022. The bidder may carefully account for the license fee.
  • The GCT at New Rewari shall be permitted to book and handle Container Traffic only, all other commodities shall be restricted.
  • The S&T Junction Boxes located along line no. 10 of New Rewari Station will be secured by DFCCIL at its cost. However, the GCTO will ensure the safe operations/handling with respect to these junction boxes. In case of any damage arising on account of GCTO, the cost of the same will be borne by the GCTO. The bidders are advised to inspect the location before participating in the tender.
  • The GCTO should note that only the staff in uniforms as approved by DFCCIL shall be allowed for duty. They must also carry an Identity Card issued by GCTO and as approved by the DFCCIL acting through the JGM(BD).
  • Any contractual staff without Identity Card and/or not in uniform shall not be permitted to perform its duties. The workers shall be supplied with sufficient sets of uniforms by the GCTO at its own cost so that they wear them at all times and keep them clean.
  • GCTO should ensure that staff/ supervisors should not have criminal background. Police verification report in this regard shall be necessary. Antecedent, Aadhaar card details and address of GCTO’s labour has to be maintained by the GCTO duly verified by it and should be made available to the DFCCIL on demand.
  • The GCTO shall take at its own cost, as mandated by statutory laws, necessary insurance cover in respect of staff and other personnel to be employed or engaged by it in connection with the aforementioned works to be carried out and shall comply with all relevant labour laws as applicable to the area as existing or as may be mentioned during the contract period and shall indemnify the DFCCIL against all acts of omissions, fault, breaches and or any claim or demand, loss injury and expenses to which the DFCCIL may be partly or fully involved as a result of the GCTO’s failure to comply and of the obligation under the relevant act law which the GCTO is to follow.
  • Staff/labour deployed against the contract shall not indulge in criminal activities, alcohol consumption, smoking, eating pan/gutka etc. on duty, failing which appropriate action may be taken by DFCCIL.
  • The information and drawing mentioned in the tender documents are being furnished for general information and guidance only. The DFCCIL in no case shall be held responsible for the accuracy thereof or any interpretations or conclusion drawn thereof. The bidder shall verify such data to its entire satisfaction before quoting the rates.
  • The work shall be carried out in accordance with the specifications as laid down in the tender form.
  • The work shall be carried out in the manner complying in all respects with the requirements of relevant by-laws of the local body under the jurisdiction of which the work is to be executed or as directed by the Sr. Executive/Station In-charge and nothing extra shall be paid on this account.
  • The GCTO shall comply with all statutory requirements and direction/s of the local or public authority/s or municipality and abide by their rules and regulations and pay all fee and charges, which may be liable. Bidder shall pay necessary taxes as due, etc. to concerned authorities and shall not claim any of the above from Indian Railway/DFCCIL.
  • The GCTO shall give due notice to municipality, police and/or other authorities that may be required under the law/rules under force & obtain all requisites licenses for temporary obstructions/ enclosures and pay all charges which may be leviable on account of its execution of the work under the agreement. Nothing extra shall be paid on this account.
  • The GCTO shall be responsible to arrange at its own cost all necessary tools, plants & machines required for execution of work.
  • No assistance of any kind shall be made available by the department for the purchase of equipment, plants, machines, materials of any kind or any other items required to be carried out in execution of work.
  • The GCTO shall conduct its work so as not to interfere with or hinder the progress or completion of the work being performed by other GCTO(s)/Contractor(s) or by the Sr. Executive (OP&BD)/Concerned in-charge on duty and shall as far as possible arrange its   work and shall place and dispose of the material being used so as not to interfere with the operations of other Contractors, or he shall arrange its work with that of the others in an acceptable and co- ordinate manner and shall perform it in proper sequence to the complete satisfaction of Sr. Executive (OP&BD)/TI.
  • Existing drains, pipes, cables, overhead wires, sewer lines, water lines and other services encountered in the course of the execution of the work shall be protected against the damage by the Bidder at its own expense. The GCTO shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services. In case of damage to DFCCIL cables/assets, the cost will be recovered from GCTO.
  • The GCTO shall ensure quality work in a planned and time bound manner. Any sub-standard material/ work beyond the set-out tolerance limits shall be summarily rejected by the Sr. Executive (OP&BD)/ TI/ Concerned in-charge on duty.
  • DFCCIL shall not be responsible for any loss of any machines, tools and materials used by the GCTO at site.
  • Safety Gear: During execution of the work, GCTO shall ensure that all safety precautions are taken by its men to protect themselves and site to prevent any untoward incident. In this regard GCTO will ensure that an adequate number of safety helmets, safety belts, safety jackets with reflective armbands, rope; ladders, emergency lights etc. are available at site before the work is actually started.
  • The above list is only indicative and is not exhaustive and safety items will be arranged as per the requirement. DFCCIL reserves the right to stop the work in the absence of proper safety gear and no claim shall be entertained in this regard. Decision of DFCCIL will be final and binding upon the GCTO.
  • The cost of all the safety gear is deemed to have been included in the rates quoted and nothing extra is payable under this contract. The bidder must have a “First Aid box” with adequate First Aid items always available at the worksite.
  • Applicable taxes will be deducted as per extent taxation laws from payables to the GCTO.
  • In the event of any restriction being imposed by the DFCCIL, security agency, Traffic or any other authority having jurisdiction in the area on the working or movement of labour/ material, the GCTO shall strictly follow such restrictions and nothing extra shall be payable to the GCTO on this account.

The Tender document can be downloaded from IREPS website www.ireps.gov.in and DFCCIL’s website www.dfccil.com


Source: DFCCIL- Tender | Image Credit (representational): MoR