
Dedicated Freight Corridor Corporation of India Limited (DFCCIL) has invited open e-tenders, in Single Stage Two Packet System for Maintenance of DFCCIL double line track including other ancillary & miscellaneous works of DFCC track between New Bhandu to Sanand North, MCL and Sanand connecting lines under CGM/Ahmedabad Unit (For 1 Year).
- Tender Reference Number: DFC_ADI_ENG_TkMANT2_SAUN
- Name of Work: Maintenance of DFCCIL double line track including other ancillary & miscellaneous works of DFCC track between New Bhandu to Sanand North, MCL and Sanand connecting lines under CGM/Ahmedabad Unit (For 1 Year).
- Advertised Value: INR 5,76,58,948 Crore
- EMD: INR 11,53,200 Lakh
- Period of Contract: 12 Months
- Document Download / Sale Start Date: 01st May, 2023
- Document Download / Sale End Date: 22nd May, 2023
- Bid Submission Start Date: 08th May, 2023
- Bid Submission End Date: 22nd May, 2023
- Tender Opening Date: 22nd May, 2023
Scope of Work:
- On behalf of MD DFCCIL, Office of the Chief General Manager, Dedicated Freight Corridor Corporation of India Limited, OCC Building, ‘D’ Cabin Road, Sabarmati, Ahmedabad-380019, Gujarat, hereinafter referred to as ‘DFCCIL’ is inviting e-tenders from Firms/ Companies/Joint Ventures having requisite experience and financial capacity for execution of the following work:
- Maintenance of DFCCIL double line track including other ancillary & misc. works of DFCC track between New Bhandu to Sanand North, MCL and Sanand connecting lines under CGM/Ahmedabad Unit (For 1 Year).”
Section:
- This section is WDFC New Electrified BG Double Rail Line from New Bhandu to Sanand North, MCL (6.83KM), Sanand & Goraghuma connecting lines Section from Km: 631/4 to 559 & 7 Km SSN line & 9.5 KM GSN line.
Description of Section:
- The section consists Two Station Yards namely New Ghumasan and New Sanand North, One IMSD at New Ghumasan between New Bhandu to New Sanand North section from Km: 631/4 to 559 Double Rail Line from New Sanand to GSN 9.5 Km, SSN Km 7 Km and Mehsana Connecting line 6.83 Km. (start of New Bhandu yard at JNPT end) to Km: 6.83 (MCL connectivity with IR at Mehsana IR).
Formation:
- The embankment is made of 13.86 metre wide formation in the section and 7.86 metre (single line) in connecting lines (excluding side drain between IR and DFC track). As per latest guidelines for coping with increased stress of the heavier 32.5 T axle load of goods trains and to accommodate the slope due to extra ballast cushion and any rain cuts.
- A slope of 1:30 on the top of the formation has been provided assuming it to start from the centre of the embankment. The side slope has been kept as 2:1 in general and protected by turfing, except where land is not sufficiently available a retaining wall has been provided.
- Drains have been provided in between IR and DFC formation, ROW side and in yards for drainage purposes.
Blanketing:
- To avoid failure of track formation due to inadequate bearing capacity and to safeguard against penetration of ballast into subgrade and also to intercept water coming from ballast away from subgrade, a blanket layer of 600 mm thick (on prepared subgrade with SQ2 quality soil) quarry stone dust mixed with 10- & 20-mm down aggregates, has been provided on the top of formation to achieve CBR ≥ 25 and material compacted at 100 % of MDD, satisfying the requirements of GE:0014 of RDSO.
Kilometre and gradients posts:
- At every kilometre, Standard kilometer posts have been provided marking the Kilometre-age reckoned from New JNPT, Mumbai in WDFC of DFCCIL Railway.
- Standard gradient posts have been provided at every change of grade along the section.
- Standard boards and fouling marks have also been provided in sections, at bridges and yards.
- Zone: The section is situated in seismic Zone III.
- Level crossings: There is no temporary manned interlocked level crossing in this section.
Permanent way:
- Permanent way is constructed for 25 T axle load of goods train with a maximum permissible speed of 100 KMPH with double stacked containers on UP/DN Main Lines including connecting line and a maximum permissible speed of 50 KMPH on Loop Lines and sidings duly laid and tamped by track machines.
Rails and welding:
- The permanent route consists of 60 E1 1080(HH) imported rails of Japan made by NSSMC of 25-metre-long rails for UP & DN Main Lines and 60 kg. (90 UTS) new rails Indigenous make JSPL of 13-metre-long rails used for loop lines & sidings of yards.
- These rails further converted into CWR by using mobile flash butt welding and AT welding done at few locations in switches and crossing zones.
Scope of Works in brief are given below:
- The contractor shall execute maintenance of the track infrastructure (Formation, Drainage and P-way) of entire section with his trained personnel who are uniformed and equipped with safety gears, such as shoes, retro reflective jackets etc. with the use of Contractor’s own modern Tools & plants, equipments, machinery.
- The maintenance of section shall be carried as per codes and manual of DFCCIL and Indian Railways for the maintenance of Railway track and asset has to be maintained as per relevant IR Codes & Manuals. The obligations of the contractor and the DFCCIL are elaborated in relevant para of this tender document.
- The contractor is required to carry out comprehensive track maintenance of the section as per extent provisions of this tender document consisting of, but not limited to:
- Execution of works pertaining to periodic and need based maintenance of the section as per codes and manual of DFCCIL and Indian Railways.
- Permitting safe, smooth and uninterrupted flow of traffic on the section during normal operating conditions
- Minimising disruption to traffic in the event of accidents or other incidents affecting the safety and effective response to normalising the traffic including maintaining liaison with emergency services of the Railways and the Government Instrumentality
- Carrying out periodic preventive maintenance, corrective maintenance, routine and major maintenance of the section including prompt repairs of track, in accordance with the provisions of this Agreement
- Preventing, with the assistance of the concerned law enforcement agencies, any encroachments on the section
- Maintenance of all Contracted Assets diligently and efficiently and in accordance with the provisions of this Agreement and Good Industry Practices
- Maintaining high standard of cleanliness and hygiene in the section
- Taking all measures relating to fire precautions in accordance with relevant Applicable Laws including municipal regulations regarding fire precautions and safety, Applicable Permits and Good Industry Practices
- Track patrolling like Keyman Patrolling, Monsoon Patrolling, Cold Weather Patrolling and Hot Weather Patrolling has to be carried out at stipulated frequency at identified locations with the contractors’ trained and certified personnel.
- Casual renewal of Rails, Sleepers, Fittings, SEJs, Glued Joints, Switches, Crossings, Ballast etc. required to be replaced as a part of maintenance activity have to be replaced with contractor’s men and material (except any type of rail, sleepers, turnout switches, AT welding portions, Joggled Fish plates and clamp [for protection of USFD defective AT weld/rails, SEJ, DS and ballast].
- One round of Plain track as well as Turnouts tamping annually and tamping of 1st loop points once in 2 years by PCTM will be arranged by DFCCIL for which contractors have to carry out pre and post taming arrangements.
- Other Track machines required for track maintenance and slack picking and transportation of men and material for track maintenance are to be arranged by contractor. The Contractor has to submit Tamping machine requirements on a quarterly basis in advance by 1 month.
- The Contractor shall remove promptly from the section all released materials at designated place and keep the section in a clean, tidy and orderly condition.
- The contractor shall also undertake all the corrective/breakdown maintenance arising out of any failures in the equipment and all systems of section at all times on a 24×7 basis all throughout the Contract Period including Sundays and holidays. It is expected that all faults and repairs would be attended expeditiously to minimise equipment downtime.
- The contractor shall undertake any temporary modifications necessary to ensure continuity of operation of the section. Any such modification shall be submitted for review and acceptance by the DFCCIL before such modification.
- The Contractor shall carry out periodic testing and examination of equipment safety devices as may be required by the provisions of any enactment in force relating thereto or of any enactment, regulations or by-laws of any local or other duly constituted authority which may be applicable to such tests and to provide such copies of the test certificates, duly signed by the Railways or its authorised representative.
- The Contractor shall procure and maintain valid calibration certificates for quality and safety of assets, including all measuring equipment, tools & plants and special tools. The same shall stay valid and the same shall be renewed from time to time before the expiry during the Contract Period.
- Contractors shall undertake daily monitoring, reporting and data management for Key Performance Parameters.
- The Contractor shall, during the Contract Period, assist DFCCIL in management of inspections by DFCCIL, Railway Officials, other statutory authorities and their compliances along with emergency management.
- The DFCCIL shall hand over space for stores and offices to the Contractor as and when required by the contractor. Necessary arrangements in the stores for Racks, Shelves and Furniture etc. shall be made by the Contractor.
Eligibility:
Technical Eligibility Criteria:
- The tenderer must have successfully completed or substantially completed any one of the following categories of work(s) during last 07 (seven) years, ending last day of month previous to the one in which tender is invited:
- Three similar works each costing not less than the amount equal to 30% of advertised value of the tender, or
- Two similar works each costing not less than the amount equal to 40% of advertised value of the tender, or
- One similar work costing not less than the amount equal to 60% of advertised value of the tender.
Similar works means “Any Track Work”
- In case of tenders for composite works (e.g. works involving more than one distinct component, such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges – substructure, superstructure etc.), tenderer must have successfully completed or substantially completed any one of the following categories of work(s) during last 07 (seven) years, ending last day of month previous to the one in which tender is invited:
- Three similar works each costing not less than the amount equal to 30% of advertised value of each component of tender, or
- Two similar works each costing not less than the amount equal to 40% of advertised value of each component of tender, or
- One similar work each costing not less than the amount equal to 60% of advertised value of each component of tender.
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): DFCCIL
Be the first to comment