92
KOCHI METRO RAIL LTD (WATER METRO PROJECT) FUNDING BY WATER METRO PROJECT RFQ for BOATS (Package 1) DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018 General Consultant REQUEST FOR QUALIFICATION (RFQ) FOR BOATS (Package 1) Under Financial Arrangement With German Financial Cooperation with India KOCHI WATER METRO PROJECT BMZ No. 2013 66657 KOCHI METRO RAIL LIMITED (A Joint Venture of Govt. of India and Govt. of Kerala) 8th floor, Revenue tower, Kochi 682011 May, 2018

REQUEST FOR QUALIFICATION (RFQ) FOR BOATS · 2018. 5. 29. · RFQ for BOATS (Package 1) DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018 General Consultant REQUEST FOR QUALIFICATION

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    REQUEST FOR QUALIFICATION (RFQ)

    FOR

    BOATS

    (Package 1)

    Under Financial Arrangement With

    German Financial Cooperation with India

    KOCHI WATER METRO PROJECT

    BMZ No. 2013 66657

    KOCHI METRO RAIL LIMITED

    (A Joint Venture of Govt. of India and Govt. of Kerala)

    8th floor, Revenue tower, Kochi – 682011

    May, 2018

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    II

    TABLE OF CONTENTS

    NOTICE INVITING PREQUALIFICATION ......................................................................................... 1

    SECTION 1 – INTRODUCTION ......................................................................................................... 4

    1 INTRODUCTION .................................................................................................................. 5

    1.1 Background........................................................................................................................... 5

    1.2 Objectives of Pre-Qualification .............................................................................................. 5

    1.3 Brief Description of Tendering Process .................................................................................. 6

    1.4 Queries to RFQ / Request for Clarification ............................................................................. 7

    1.5 Address for Submission of POA/ matters related to rfq .......................................................... 7

    1.6 Schedule of Pre-Qualification (PQ) Process .......................................................................... 7

    1.7 Pre-Application Conference ................................................................................................... 7

    SECTION 2 - INSTRUCTIONS TO APPLICANTS (ITA) .................................................................... 8

    2 INSTRUCTIONS TO APPLICANTS ...................................................................................... 9

    2.1 Scope of Application ............................................................................................................. 9

    2.2 Eligibility of Applicants ........................................................................................................... 9

    2.3 Applications and Costs Thereof ........................................................................................... 12

    2.4 Right to Accept or Reject Any or All Applications ................................................................. 12

    2.5 Documents ......................................................................................................................... 13

    2.6 Pre-Application Queries and Request for Clarifications ........................................................ 13

    2.7 Amendment of Request for Qualification ............................................................................. 14

    2.8 Preparation and Submission of Application .......................................................................... 14

    2.9 Format and Signing of Application ....................................................................................... 14

    2.10 Submission of Applications .............................................................................................. 15

    2.11 Opening of Applications ................................................................................................... 16

    2.12 Procedure for Evaluation of Applications .......................................................................... 16

    2.13 Clarifications .................................................................................................................... 17

    2.14 Evaluation of Applications and Prequalification of Applicants ............................................ 17

    2.15 Proprietary data ............................................................................................................... 17

    SECTION 3 - EVALUATION AND QUALIFICATION CRITERIA...................................................... 18

    3 ELIGIBILITY AND QUALIFICATION CRITERIA ................................................................. 19

    SECTION 4 ..................................................................................................................................... 35

    4 FRAUD AND CORRUPTION PRACTICES ......................................................................... 35

    SECTION 5 ..................................................................................................................................... 36

    5 MISCELLANEOUS ............................................................................................................. 36

    SECTION 6 ..................................................................................................................................... 37

    6 SCOPE OF WORKS ........................................................................................................... 37

    6.1 General ............................................................................................................................... 37

    6.2 Indicative Dimensions ......................................................................................................... 37

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    III

    6.3 Classification, Rules And Regulations ................................................................................. 37

    6.4 Safety ................................................................................................................................. 38

    6.5 Main Technical Details ........................................................................................................ 38

    6.6 Other Technical Details ....................................................................................................... 38

    6.7 Outfitting ............................................................................................................................. 39

    6.8 Life Saving Appliances (LSA) and Fire Fighting Appliances (FFA) ....................................... 39

    6.9 Electrical System ................................................................................................................ 39

    6.10 Navigation and Communication Equipment ...................................................................... 40

    6.11 Hydrodynamic Design and Testing ................................................................................... 40

    6.12 Painting and Corrosion Protection .................................................................................... 41

    6.13 Design and Documentation .............................................................................................. 41

    6.14 Guarantee / Warranty ...................................................................................................... 41

    6.15 Comprehensive annual maintenance contract (AMC) ................................................... 41

    6.16 Environmental, Social, Health and Safety (ESHS) Requirement ....................................... 42

    DECLARATION OF UNDERTAKING .............................................................................................. 43

    FORMS ........................................................................................................................................... 44

    FORM - 1 ........................................................................................................................................ 45

    FORM - 2 ........................................................................................................................................ 47

    FORM - 3 ........................................................................................................................................ 48

    FORM - 4 ........................................................................................................................................ 49

    FORM - 5 ........................................................................................................................................ 51

    FORM - 6 ........................................................................................................................................ 54

    FORM - 7 ........................................................................................................................................ 56

    FORM - 8 ........................................................................................................................................ 58

    FORM - 9 ........................................................................................................................................ 60

    FORM – 10 A .................................................................................................................................. 62

    FORM – 10 B .................................................................................................................................. 63

    FORM - 11 ...................................................................................................................................... 66

    FORM - 12 ...................................................................................................................................... 67

    FORM - 13 ...................................................................................................................................... 70

    FORM - 14 ...................................................................................................................................... 71

    FORM - 15 ...................................................................................................................................... 72

    FORM - 16 ...................................................................................................................................... 73

    FORM - 17 ...................................................................................................................................... 75

    FORM - 18 ...................................................................................................................................... 78

    FORM - 19 ...................................................................................................................................... 82

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    II

    FORM - 20 ...................................................................................................................................... 83

    FORM - 21 ...................................................................................................................................... 85

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    1

    NOTICE INVITING PREQUALIFICATION (INTERNATIONAL COMPETITIVE BIDDING )

    Kochi Metro Rail Ltd (KMRL), Invites Prequalification Applications for the following work

    from financially sound and well experienced Suppliers for “design, build, testing,

    commissioning and delivery of passenger boats under contract package 1” for Kochi Water

    Metro Project (KWMP), Kochi, Kerala. RFQ Documents and Application schedule may be

    downloaded from the KMRL Website www.kochimetro.org or

    etenders.kerala.gov.in/nicgep/app

    S.

    No. DESCRIPTION DETAILS

    1. ORGANIZATION KOCHI METRO RAIL LTD

    2. PROJECT KOCHI WATER METRO PROJECT

    3. DEPARTMENT WATER METRO

    4. PQ NUMBER KMRL-WM-BOAT-001

    5. NAME OF WORK:

    DESIGN, BUILD, TESTING, COMMISSIONING

    AND DELIVERY OF PASSENGER BOATS FOR

    KOCHI WATER METRO PROJECT

    6. PERIOD OF COMPLETION NA

    7. FORM OF CONTRACT AND CLASS

    OF CONTRACT International open Tender

    8. BIDDING TYPE OPEN TENDER ( 2 STAGE )

    9. TYPE OF QUOTATION OPEN TENDER

    10. COST OF DOCUMENT Rs.75,000/- + GST, online payment at

    www.etenders.kerala.gov.in

    11. AVERAGE ANNUAL TURN-OVER

    REQUIREMENT US $ 15.4 Million;

    12. APPLICATION SECURITY AMOUNT NIL

    13. APPLICATION SECURITY

    PAYABLE AT NA

    14. APPLICATION DOCUMENT

    DOWNLOADING START DATE 09/05/2018 FROM 11:30 HOURS

    http://www.kochimetro.org/arjunHighlight

    arjunHighlight

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    2

    S.

    No. DESCRIPTION DETAILS

    15. APPLICATION DOCUMENT

    DOWNLOADING END DATE 29/06/2018 UPTO 13:00 HOURS

    16. PRE-APPLICATION CONFERENCE

    DATE

    25/05/2018, 11:30 HOURS

    At the registered corporate office of the KMRL , 8th

    floor, Revenue tower, Kochi – 682011

    (Tel.: 0484-2380980, fax : 0484-2380686)

    17.

    LAST DATE FOR RECEIPT OF

    APPLICATION QUERIES 31/05/2018

    18. LAST DATE AND TIME FOR

    RECIEPT OF APPLICATIONS

    29/06/2018 UPTO 15:00 HOURS

    (ONLINE SUBMISSION ONLY ON TENDER PORTAL)

    19. APPLICATION VALIDITY 180 DAYS

    20. APPLICATION OPENING DATE

    AND TIME:

    03/07/2018 @15:30 HOURS (ONLINE BID

    OPENING)

    21. OFFICE INVITING APPLICATIONS DGM, PROCUREMENT, KMRL

    22.

    APPLICATION CLARIFICATION

    AND QUERIES ADDRESSED

    COPY TO

    Mr. Joseph Ciby

    mailto: [email protected]

    mailto:[email protected]

    E-Tender Instructions

    1. The application should be submitted online at website http://etenders.kerala.gov.in in

    the relevant covers only, by the due date and time, as specified in the Application Data

    Sheet. Late/delayed applications submitted online after the due date and time, for

    whatsoever reasons will not be considered. The Server Date & Time as appearing on

    the website. http://etenders.kerala.gov.in shall only be considered for the critical date

    and time of tenders. Applications sent through post, telegram, fax, telex, e-mail, courier

    will not be considered.

    2. Partially completed/incomplete Applications shall not be considered.

    3. All communication regarding how to submit Applications shall be done online through

    website http://etenders.kerala.gov.in OR [email protected]

    4. Applicants shall be required to arrange all resources, including Digital Signature

    Certificates and Internet Connections at their own cost, for participating in online

    Applications at http://etenders.kerala.gov.in.

    5. M/s. Kochi Metro Rail Ltd (KMRL) shall not be responsible for any delays reasons

    whatsoever in receiving as well as submitting Application\s, including connectivity

    mailto:mailto:%[email protected]://etenders.kerala.gov.in/arjunHighlight

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    3

    issues. M/s. Kochi Metro Rail Ltd (KMRL) shall not be responsible for any other delays

    in submitting any documents wherever applicable.

    6. M/s. Kochi Metro Rail Ltd (KMRL) will not be responsible for the cost incurred in

    preparation and submission of Applications including the cost of digital certificate,

    regardless of the conduct of outcome of the pre-qualification process.

    7. In case if applicant does not hold any document which need to be uploaded OR there

    is no need to upload the mentioned document please upload a scanned copy stating

    the reason for not uploading OR a blank sheet for proceeding with tendering.

    Provisions for uploading cannot be left blank.

    8. Please note that queries related to enquiry specifications, terms & conditions etc.

    should be submitted online only by logging in at http://etenders.kerala.gov.in before

    the clarification end date/time specified in the ‘NIP’.

    9. Application opening will be done online at the time and dates specified in the tender

    “NIP”.

    10. The Applicants are requested to go through the instruction to the Applicants in the

    website http://etenders.kerala.gov.in. The Applicants who submit their Applications for

    this Prequalification after digitally signing using their Digital Signature Certificate

    (DSC), accept that they have clearly understood and agreed the terms and conditions

    in the website including the terms and conditions of this Prequalification.

    11. M/s. Kochi Metro Rail Ltd (KMRL) reserves the right to accept any Application or reject

    any or all offers without assigning any reason. Decision of M/s. Kochi Metro Rail Ltd

    (KMRL) in this regard shall be final and binding on the bidder.

    12. The original Power of Attorney (POA) should reach the KMRL office at the specified

    address in NIP, before the deadline for tender opening; otherwise the bid would get

    rejected.

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    4

    SECTION 1 – INTRODUCTION

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    5

    1 INTRODUCTION

    1.1 BACKGROUND

    1.1.1 Kochi Metro Rail Limited (KMRL) has spearheaded the task of setting up a world class Integrated Water Transport System for Kochi city with a vision to connect the mainland with all the islands in the MTA- Kochi area, reviving the sustainable traditional mode of public transportation. Kochi Water Metro Project (KWMP) aims to integrate this water transport system with other modes of transport including the metro system. It is envisaged to be a user oriented and socially inclusive transport system than being just a point to point service. It is also part of a bigger concept of seamless integration for the city.

    1.1.2 The proposed project recommends fifteen (15) identified routes connecting forty one (41) jetties across ten (10) island communities across 76 km route network and 1boatyard. The project development is in progress and the first phase is likely to be commissioned by March 2019. The project has been approved by the Govt. of Kerala, the Government of India and the Government of the Federal Republic of Germany. Shortlisting of applicants will be done under this RFQ. Since this project is co-funded by Kreditanstalt-fuer-Wiederaufbau (KfW), No-Objection from KfW will be taken at various steps by KMRL as per guidelines

    1.1.3 To carry and transfer passengers from one location to another location at a selected speed under safe conditions, it is proposed to procure total 76 boats. Two types of boats in terms of passenger capacity i.e. 100 Passengers (total 54 no.) and 50 Passengers (total 22 no.) are proposed as part of the project.

    1.1.4 As mass transportation of this nature is being brought into the country for the first time, the builder shall endeavor to bring in reputed world class manufacturers of machinery/equipment/system, which are proven and currently operating in other parts of the world.

    1.2 OBJECTIVES OF PRE-QUALIFICATION

    1.2.1 It is initially proposed to procure total 36 boats of 100 Passengers capacity, for which KMRL (Buyer) has decided to carry out the Tendering Process for selection of an Applicant to whom the Contract may be awarded. The indicative cost of works is USD 22.3 Million, which is subject to revision. However as part of the proposed tender the

    Buyer may opt for procurement of additional 18 nos. of 100 pax boats.

    1.2.2 The 36 nos. boats are to be delivered within a time period of 18 months from the date of placement of order. However the first boat is to be delivered within 9 months of the placement of order. The timelines for procurement of additional 18 boats, at the Buyer’s option, shall be indicated in the tender documents. Applicants are advised that the project programme will require speedy delivery of the boats. Failure to meet envisaged tight deadlines would incur significant financial penalties. By submitting their

    arjunHighlight

    arjunHighlight

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    6

    applications, applicants are accepting in principle that their capacity is sufficient for this kind of fast track project.

    1.2.3 The Buyer intends to pre-qualify and short-list up to five highest scoring Applicants in accordance with the procedure set out herein who will be eligible for participation in the Tender Stage and ultimately, for contract award.

    1.2.4 The Buyer shall receive Applications pursuant to this RFQ in accordance with the terms set forth herein as modified, altered, amended and clarified from time to time by the Buyer. All Applications shall be prepared and submitted in accordance with such terms on or before the date specified in Clause 1.6 for submission of Applications (the “Application Due Date”).

    1.3 BRIEF DESCRIPTION OF TENDERING PROCESS

    1.3.1 The Buyer has adopted a two-stage tendering process (collectively referred to as the “Tendering Process”) for selection of the Applicant for award of the Contract. The first stage (the “Qualification Stage”) of the process involves qualification (the “Qualification”) of interested parties/ consortia/JV who make an Application in accordance with the provisions of this RFQ (the “Applicant”, which expression shall,

    unless repugnant to the context, include the Members of the Consortium/JV). At the end of this stage, the Buyer expects to announce a list of upto 5 qualified and high scoring prequalified Applicants who shall be eligible for participation in the second stage of the Tendering Process (the “Tender Stage”) comprising Request for Proposals (the “Request for Proposals” or “RFP”).

    1.3.2 In the Qualification Stage, Applicants would be required to furnish all the information specified in this RFQ. Only those Applicants that are pre-qualified and short-listed by the Buyer shall be invited to submit their Tenders for the Works.

    1.3.3 In the Tender Stage, the Applicants shall be called upon to submit their technical proposal and financial proposal (the “Tenders”) in accordance with the RFP and other documents to be provided by the Buyer (collectively the “Tender Documents”). The Tender Documents for the Works will be provided to every qualified Applicant.

    1.3.4 The Contract shall be awarded to the Applicant who is technically suitable as per the approved technical evaluation report from concerned competent authority and quoted the lowest Tender Price (the “Tender Price”).Details of the process to be followed at

    the Tender Stage and the terms thereof will be spelt out in the Tender Documents.

    1.3.5 The payment terms shall be detailed in the RFP stage. However it is informed that any advance paid upon award of the contract shall be against Bank Guarantee. Apart from this the Builder would also be required to provide a performance bank guarantee. The builder would also need to take an appropriate insurance cover as per the details requested in the RFP.

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    7

    1.4 QUERIES TO RFQ / REQUEST FOR CLARIFICATION

    1.4.1 Any queries or request for additional information concerning this RFQ shall be submitted in writing by e-mail or on tender portal so as to reach the officer designated in Sl.22 of NIP by the specified date.

    1.5 ADDRESS FOR SUBMISSION OF POA/ MATTERS RELATED TO RFQ

    KMRL, 10th Floor, Revenue Tower, Park Avenue

    Ernakulam, Kochi, Kerala

    India PIN-682011

    1.6 SCHEDULE OF PRE-QUALIFICATION (PQ) PROCESS

    The Buyer shall endeavour to adhere to the following schedule:

    S.

    No. Event Description Date

    1. Last date for receiving queries 31/05/2018

    2. Pre-Application Conference 25/05/2018

    3. Buyer response to queries 04/06/2018

    4. Application Due Date 29/06/2018 1500 hours IST

    5. Opening of Applications 03/07/2018 1530 hours IST

    1.7 PRE-APPLICATION CONFERENCE

    A Pre-Application conference will be held to clarify the issues related to this RFQ. The date,

    time and venue of the Pre-Application Conference shall be:

    Date: As per S. No. 2 of Clause 1.6 above

    Time: 1100 hours IST

    Venue: KMRL, 10th Floor, Revenue Tower, Park Avenue

    Ernakulam, Kochi, Kerala,

    India PIN-682011

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    8

    SECTION 2 - INSTRUCTIONS TO APPLICANTS (ITA)

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    9

    2 INSTRUCTIONS TO APPLICANTS

    2.1 SCOPE OF APPLICATION

    2.1.1 The Buyer wishes to receive Applications for Qualification in order to short-list experienced and capable Applicants for the Tender Stage.

    2.1.2 Short-listed Applicants may be subsequently invited to submit the Tenders for the Works.

    2.2 ELIGIBILITY OF APPLICANTS

    2.2.1 For determining the eligibility of Applicants for their pre-qualification hereunder, the following shall apply:

    (a) The Applicant for pre-qualification may be a single entity or a group of entities in the

    form of a Consortium/Joint venture (herein after called “CONSORTIUM/JV”), coming

    together to construct the Works. However, no Applicant applying individually or as a

    member of a CONSORTIUM/JV, as the case may be, can be member of another

    CONSORTIUM/JV Applicant. The term Applicant used herein would apply to both

    single entity and CONSORTIUM/JV.

    (b) An Applicant may be a private entity, government-owned entity or any combination of

    them with a Joint Tendering Agreement or under an existing agreement to form a

    CONSORTIUM/JV.

    (c) An Applicant shall not have a conflict of interest (the “Conflict of Interest”) that affects

    the Tendering Process. Any Applicant found to have a Conflict of Interest shall be

    disqualified. An Applicant shall be deemed to have a Conflict of Interest affecting the

    Tendering Process, if:

    (i) Applicants in two different Applications have controlling shareholders in common

    (however this provision is not applicable for government owned entity*); or

    (ii) submits more than one Application for pre-qualification; or

    (iii) the Applicant has participated as a consultant in the preparation of the design or

    technical specifications of the Works that are subject of this RFQ; or

    (iv) such Applicant, or any associate thereof receives or has received any direct or

    indirect subsidy, grant, concessional loan or subordinated debt from any other

    Applicant, or any associate thereof or has provided any such subsidy, grant,

    concessional loan or subordinated debt to any other Applicant, or any associate

    thereof (however this provision is not applicable for government owned entity); or

    (v) such Applicant has the same Authorised Representative for purposes of this

    Application as any other Applicant.

    (d) An Applicant shall not be under suspension from tendering by the Government (“the

    Government” means Central/State Government in India, or any entity controlled by it,

    or Government of the country where the Applicant or in case the Applicant is a

    CONSORTIUM/JV, member(s) of the CONSORTIUM/JV, is/are incorporated) as the

    result of the execution of a Bid–Securing Declaration.

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    10

    (e) Any Applicant who has been barred by the Government and the bar subsist as on the

    Application Due Date, would not be eligible to submit an Application either individually

    or as member of a CONSORTIUM/JV.

    (f) In regard to matters relating to security and integrity of the country, the Applicant / any

    Member of the CONSORTIUM/JV should not have been charge-sheeted by any agency

    of the Government of India or any State in India or convicted by a Court of Law.

    (g) No investigation, related to security and integrity of the country, by a regulatory authority

    should be pending either against the Applicant / any Member of the CONSORTIUM/JV

    or against Applicant’s CEO or any of its directors/ managers/ employees.

    (h) Tenders from applicant will be admitted to the procedure provided that none of the

    following reasons for exclusion, as per the guidelines of KfW, apply:

    (i) Sanctions or embargoes issued by the Security Council of the United Nations, the

    EU or the German Government preclude the participation of an applicant;

    (ii) The applicant is excluded from the tendering process with legal effect of the

    country of the contracting agency on grounds of criminal offences, especially

    fraud, corruption or other economic crimes;

    (iii) The applicant is a state-controlled company in the partner country that is not

    legally or economically independent, or that is not subject to commercial law, or

    that is a public authority dependent on the contracting agency or the project

    executing agency or the recipient of the loan/financing amount;

    (iv) The applicant or individual members of the bidder’s staff or a subcontractor has

    economic links or family ties with personnel of the contracting agency who are

    involved in preparing the tender documents, awarding the contract or supervising

    the execution of the contract, insofar as the conflict of interests could not be

    resolved to KfW's satisfaction in advance of the contract award and execution

    phase;

    (v) The applicant is or was involved as a consultant in the preparation or

    implementation of the project. The same applies to an enterprise or an individual

    that is closely connected to the bidder under a company group or a similar

    business link, or to several enterprises or individuals associated correspondingly.

    (exception: In BOT projects or turnkey projects a participation of future suppliers

    or manufacturers may even be desirable);

    (vi) The applicants or individual members of the applicant's staff or a subcontractor

    are or were during the last 12 months prior to publication of the invitation to tender

    indirectly or directly linked to the project in question through employment as a staff

    member or advisor to the contracting agency, and are or were able in this

    connection to influence the award of the contract for services, or the applicant is

    or was otherwise able to influence the award of the contract for services.

    (i) By signing the Declaration of Undertaking, the Applicant attests that none of reasons

    for exclusion or conflicts of interest apply. In case of doubt, when tendering the bidder

    in question shall furnish proof to the satisfaction of the contracting agency and KfW.

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    11

    (j) No corporate debt restructuring is in process and/or no unresolved debt restructuring

    issues with the Banks/Institutions as of the Application Due Date. The Statutory

    Auditor’s Certificate in this regard shall be furnished with the Application (refer to

    FORM-19).

    (k) The Applicant can also engage specialised Subcontractor for meeting the qualification

    criteria relating to “Hybrid Propulsion System”

    (l) The Applicant shall be subjected to Buyer’s screening.

    (m) An Applicant shall provide such evidence of eligibility satisfactory to the Buyer, as the

    Buyer shall reasonably request.

    2.2.2 Consortium/Joint Venture (CONSORTIUM/JV) Applicants

    In case the Applicant is a CONSORTIUM/JV, it shall, comply with the following additional

    requirements:

    (a) The number of members in a CONSORTIUM/JV shall not exceed two (02) including

    Lead Member;

    (b) Members of the CONSORTIUM/JV shall nominate one member as the Lead Member

    (the “Lead Member”).The nomination(s) shall be supported by a Power of Attorney, as

    per the format given in FORM-17, signed by other member of the CONSORTIUM/JV;

    (c) Share of the Lead Member and other Members in the CONSORTIUM/JV shall be as

    follows:

    CONSORTIUM/JV Member Percent Share in

    CONSORTIUM/JV

    Lead Member Not less than 51%

    Other Member Not less than 30%

    Total of all members of CONSORTIUM/JV

    should be

    100%

    (d) All members shall be jointly and severally liable for the execution of the Contract, if

    awarded, in accordance with the Contract terms.

    (e) The CONSORTIUM/JV shall nominate a Representative through a Power of Attorney

    (authorised by all CONSORTIUM/JV members) who shall have the authority to conduct

    all business for and on behalf of any and all the members of the CONSORTIUM/JV

    during the RFQ process (Form 16).

    (f) Members of the CONSORTIUM/JV shall enter into a Joint Tendering Agreement,

    substantially in the format given in FORM-18: CONSORTIUM/JV-JTA (the “Jt.

    Tendering Agreement”), for the purpose of making the Application and submitting a

    Tender in the event of being short-listed.

    arjunHighlight

    arjunHighlight

    arjunHighlight

    arjunHighlight

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    12

    (g) Except as provided under this RFQ and the Tender Documents, there shall not be any

    amendment to the Jt. Tendering Agreement without the prior written consent of the

    Buyer.

    (h) The Jt. Tendering Agreement shall be converted in to a more detailed Memorandum of

    Understanding (MoU) between the CONSORTIUM/JV members at the time of

    submitting the Tender. The MoU shall cover, inter alia, the following:

    (i) Financial participation of each member in the CONSORTIUM/JV, which shall be

    within the limits stipulated in the RFQ document;

    (ii) Details of Works to be carried out by each member. The approximate cost of breakup

    of the Works shall be pro rate to the financial participation of each member;

    (iii) Distribution of management responsibilities between the members; and

    (iv) List of Key Personnel and Key Builder’s Equipment to be deployed by each member

    at Site for the execution of the Works.

    More details and general format for the MoU between the CONSORTIUM/JV members shall

    be provided in the Tender Documents.

    Non-submission of a MoU to the satisfaction of the requirements of the Tender Documents

    could lead to rejection of the Tender.

    2.2.3 Change in Composition of the CONSORTIUM/JV

    Where the Tenderer is a CONSORTIUM/JV, change in the composition of a CONSORTIUM/JV may be permitted by the Buyer during the Tender Stage, only where: (a) the application for such change is made no later than 15 (fifteen) days prior to the RFP Due

    Date;

    (b) the Lead Member continues to be the Lead Member of the CONSORTIUM/JV; and

    (c) no new member would be allowed in the CONSORTIUM/JV once the shortlisting process is

    complete.

    2.3 APPLICATIONS AND COSTS THEREOF

    2.3.1 The Applicants shall be responsible for all of the costs associated with the preparation of their Applications and their participation in the Tendering Process. The Buyer will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Tendering Process.

    2.4 RIGHT TO ACCEPT OR REJECT ANY OR ALL APPLICATIONS

    2.4.1 Notwithstanding anything contained in this RFQ, the Buyer reserves the right to accept or reject any Application and to annul the Prequalification Process and reject all Applications, at any time

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    13

    without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof.

    2.4.2 Buyer reserves its right to call for original of the supporting documents or visit Applicant’s offices/project sites (either completed or ongoing) for verification, if so deemed necessary and also to cross check for any details as furnished by the Applicants from their previous clients/consultants etc. Applicants shall have no objection whatsoever in this regard.

    2.4.3 Buyer reserve the right to make use of available in-house data/information, if any, also for evaluation of Pre-Qualification Applications.

    2.4.4 The Buyer reserves the right to reject any Application and/ or Tender if at any time a material misrepresentation is made or uncovered.

    2.4.5 In case it is found during the evaluation of PQ Applications/Tenders or at any time before signing of the Contract, or if the work is awarded, and during the period of subsistence thereof, including the Defects Notification Period, that the Applicant has made material misrepresentation, the Applicant shall be disqualified forthwith if not yet appointed as the Contractor. If the Applicant has already been issued the LOA or has entered into the Contract, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFQ, be liable to be terminated without the Buyer being liable in any manner whatsoever to the Applicant/Contractor and without prejudice to any other right or remedy which the Buyer may have under this RFQ, the Tender Documents, the Contract or under applicable law.

    2.5 DOCUMENTS

    2.5.1 Contents of the RFQ

    This RFQ comprises of the following:

    Invitation for Qualification

    SECTION 1: INTRODUCTION

    SECTION 2: INSTRUCTIONS TO APPLICANTS

    SECTION 3: EVALUATION AND QUALIFICATION CRITERIA

    Section 4: Fraud & Corrupt Practices

    Section 5: Miscellaneous

    Section 6: Scope of Works

    Section 7: Forms

    This RFQ should be read in conjunction with any Addendum issued in accordance with Clause

    2.7.

    The Applicant is expected to examine all instructions, appendices, forms and clauses in the RFQ

    and to furnish with its Application all information or documentation as required in the RFQ.

    2.6 PRE-APPLICATION QUERIES AND REQUEST FOR CLARIFICATIONS

    2.6.1 Applicants requiring any clarification on the RFQ may notify the Buyer in writing by e-mail or on tender portal in accordance with Clause 1.3.5. In addition they are advised to provide an editable soft copy (MS Word) of the queries/request for clarifications raised by them.

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    14

    2.6.2 The Applicants are further advised to use the following format for submitting their queries or request for clarification:

    Name of the Applicant: ………………………

    Query

    No.

    Applicant

    Code*

    Reference to

    RFQ

    Existing Provision in the

    RFQ Query or Clarification Sought

    (1) (2) (3) (4) (5)

    * To be filled by the Buyer

    2.6.3 The Buyer will upload responses to the queries/clarifications sought on the official website (www.KMRL.co.in) of the Buyer, without identifying the source of queries.

    2.7 AMENDMENT OF REQUEST FOR QUALIFICATION

    2.7.1 At any time prior to the Application Due Date, the Buyer may, for any reason, whether at its own initiative or in response to clarifications requested by Applicant(s), modify the RFQ by the issuance of Addenda.

    2.7.2 Any addendum issued shall be part of the RFQ and shall be uploaded on the official website of the Buyer.

    2.7.3 To give prospective Applicants reasonable time in which to take an addendum into account in preparing their Applications, the Buyer may, at its discretion, extend the Application Due Date for the submission of the Application.

    2.8 PREPARATION AND SUBMISSION OF APPLICATION

    2.8.1 Language

    The Application and all related correspondence and documents in relation to the prequalification

    process shall be in English language only. Supporting documents and printed literature furnished

    by the Applicant with the Application may be in any other language provided these are

    accompanied with translations of all the pertinent passages in the English language, duly

    authenticated and certified by the Applicant. Supporting materials, which are not translated into

    English, may not be considered. For the purpose of interpretation and evaluation of the Application,

    the English language translation shall prevail.

    2.9 FORMAT AND SIGNING OF APPLICATION

    2.9.1 The Applicant shall provide all the information sought under this RFQ. Incomplete and /or conditional Applications shall be liable to rejection.

    2.9.2 The Applicant shall prepare 1 (one) original set of the Application (together with the documents required to be submitted pursuant to this RFQ) and clearly marked as “ORIGINAL”. The document

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    15

    shall be scanned for the purpose of uploading. The document shall be uploaded on tender portal in the order appearing therein.

    2.9.3 The Application shall be typed or written in indelible ink. It shall be signed by the Authorised Representative of the Applicant who shall also initial each page of the Application (including each FORM) in blue ink. In case of printed and published documents, only the cover page or first page shall be initialed. All the alterations, omissions, additions or any other amendments made to the Application shall be initialed by the person(s) signing the Application. Each page of the Application and attached documents should bear the seal of the Applicant. Scan copy of Power of Attorney for authorized representative should be uploaded on e-tender portal. The original hard copy of POA should reach the KMRL office on or before the deadline for receipt of Applications.

    2.9.4 The Applicants are further advised to check the submissions against the checklist (Form 21) and ensure that all submissions are made in proper sequence and correct place in the tender portal.

    2.10 SUBMISSION OF APPLICATIONS

    2.10.1 Tenderers shall upload the scanned copies of the tender documents comprising of Qualifying documents, “online”. Each document should be uploaded in the respective sections of e-tender portal specific to the sections/forms of RFQ document.

    2.10.2 The uploaded documents shall contain the following:

    (a) Application for Pre-qualification in the prescribed format (FORM-01: APPLICATION) along

    with supporting documents;

    (b) Particulars of the Applicant (FORM-02) ;

    (c) In case the Applicant is a CONSORTIUM/JV, particulars of the CONSORTIUM/JV members

    (FORM-03) ;

    (d) Details of Historical Contract Non-Performance, Pending Litigation and Litigation History

    [(FORM-04:, FORM-05 and FORM-06]

    (e) Details of General Construction Experience (FORM-07)

    (f) Similar Works Experience details (FORM-08) along with supporting documents such as

    Client’s Certificate etc.;

    (g) Experience in Key Activities details (FORM-09); along with supporting documents such as

    Client’s Certificate etc.

    (h) Working Capital Situation of the Applicant (FORM-10A);

    (i) Financial Situation of the Applicant (FORM 10B)

    (j) Average Annual Turnover (FORM-11);

    (k) Details of Current Contracts Commitments (FORM-12);

    (l) Tendering Capacity (FORM-13);

    (m) Applicant’s Facility for Vessel Building (FORM-14);

    (n) Methodology and Work Programme (FORM-15);

    (o) Power of Attorney for signing the Application (FORM-16) along with extract of Board’s

    Resolution or equivalent document in favour of the person executing the Power of Attorney;

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    16

    (p) If case the Applicant is a CONSORTIUM/JV, the Power of Attorney for Lead Member of the

    CONSORTIUM/JV (FORM-17: ) along with extract of Board’s Resolution or equivalent

    document in favour of the person executing the Power of Attorney;

    (q) Joint Tendering Agreement, in case of a CONSORTIUM/JV, substantially in the format given

    in (FORM-18)

    (r) Certificate for Corporate Debt Restructuring (FORM-19)

    (s) Letter of Consent from Specialised Subcontractor (FORM-20)

    (t) Check List as per format given in FORM-21: CHECKLIST;

    (u) Copy of Memorandum of Association and Articles of Association or equivalent documents, if

    the Applicant is a body corporate, and in case of partnership firm a copy of its partnership

    deed;

    (v) Copies of Applicant’s Audited Balance Sheets or if not required by the laws of the Applicant’s

    country, other Financial Statements duly certified as acceptable to the Buyer of the last five

    financial years;

    (w) Any other document required in accordance with the RFQ Document; and

    (x) Duly signed RFQ Document (blank) and correspondence, addendum/ corrigendum issued by

    the Buyer in relation to the subject RFQ, in token of receipt and acceptance (in only one

    copy, which shall be UPLOADED).

    2.11 OPENING OF APPLICATIONS

    2.11.1 The tender opening will be done online at the time and dates specified in the NIT

    2.11.2 The Buyer shall prepare a record of the opening of Applications to include, as a minimum, the name of the Applicants. A copy of the record shall be posted online.

    2.11.3 The Buyer will subsequently examine and evaluate Applications in accordance with the provisions set out below.

    2.12 PROCEDURE FOR EVALUATION OF APPLICATIONS

    2.12.1 Confidentiality of Evaluation Process

    Information relating to the examination, clarification, evaluation, and recommendation for the short-listed pre-qualified Applicants shall not be disclosed to any person who is not officially concerned with the process or is not a retained professional advisor advising the Buyer in relation to or matters arising out of, or concerning the Tendering Process. The Buyer will treat all information, submitted as part of Application, in confidence and will require all those who have access to such material to treat the same in confidence. The Buyer may not divulge any such information unless it is directed to do so by any statutory entity that has the power under law to require its disclosure or is to enforce or assert any right or privilege of the statutory entity and/ or the Buyer or as may be required by law or in connection with any legal process.

    2.12.2 Responsiveness

    The Buyer reserves the right to reject any Application which is non-responsive with reference to the stipulations stated in the RFQ Document and no request for alteration, modification, substitution

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    17

    or withdrawal shall be entertained by the Buyer in respect of such Application. Provided, however, that the Buyer may, in its discretion, allow the Applicant to rectify any infirmities or omissions if the same do not constitute a material modification of the Application.

    2.13 CLARIFICATIONS

    2.13.1 To facilitate evaluation of Applications, the Buyer may, at its sole discretion, seek clarifications from any Applicant regarding its Application. Such clarification(s) shall be provided within the time specified by the Buyer for this purpose. Any request for clarification(s) and all clarification(s) in response thereto shall be in writing.

    2.13.2 If an Applicant does not provide clarifications sought under Clause 2.13.1 above within the prescribed time, its Application shall be evaluated based on the information and documents available at the time of evaluation of Application.

    2.14 EVALUATION OF APPLICATIONS AND PREQUALIFICATION OF APPLICANTS

    2.14.1 The Buyer shall use the factors, methods, criteria, and requirements defined in Section 3: Eligibility and Qualification Criteria, to evaluate the qualifications of the Applicants, and no other methods, criteria, or requirements shall be used. The Buyer reserves the right to waive minor deviations from the qualification criteria if they do not materially affect the technical capability and financial resources of an Applicant to perform the contract.

    2.14.2 Upto five high scoring Applicants who’s Applications substantially meet or exceed the specified qualification requirements will be prequalified by the Buyer.

    2.14.3 An Applicant may be “conditionally prequalified,” that is, qualified subject to the Applicant submitting or correcting certain specified nonmaterial documents or deficiencies to the satisfaction of the Buyer.

    2.14.4 Applicants that are conditionally prequalified will be so informed along with the statement of the condition(s) which must be met to the satisfaction of the Buyer within four (4) weeks after the date Invitation for Tenders.

    2.14.5 The Buyer shall notify all Applicants in writing of the names of those Applicants who have been prequalified or conditionally prequalified. In addition, those Applicants who have not been qualified will be informed separately.

    2.14.6 Promptly after the notification of the results of the prequalification, the Buyer shall invite Tenders from all the Applicants that have been prequalified or conditionally prequalified.

    2.14.7 Tenders shall be required to provide a Tender Security at tender stage acceptable to the Buyer in the form and an amount to be specified in the Tender Documents, and the successful Tenderer shall be required to provide a Performance Security before signing of Contract as specified in the Tender Documents.

    2.15 PROPRIETARY DATA

    2.15.1 All documents and other information supplied by the Buyer or submitted by an Applicant to the Buyer shall remain or become the property of the Buyer. Applicants are to treat all information as strictly confidential and shall not use it for any purpose other than for preparation and submission

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    18

    of their Application. The Buyer will not return any Application or any information provided along therewith.

    SECTION 3 - EVALUATION AND QUALIFICATION CRITERIA

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    19

    3 ELIGIBILITY AND QUALIFICATION CRITERIA

    This Section contains all the methods, criteria, and requirements that the Buyer shall use to evaluate Applications. The information to

    be provided in relation to each requirement and the definitions of the corresponding terms are included in the respective Application Forms.

    The applications to this RFQ shall be graded on the basis of a point system set up by Buyer as per the details provided in Table 3.1.

    The top respondents based on the total points secured, shall be sent the Tender Documents.

    ELIGIBILITY AND QUALIFICATION CRITERIA COMPLIANCE REQUIREMENTS DOCUMENTATION

    Cri

    teri

    a

    No

    .

    Subject Requirement Single Entity

    CONSORTIUM/JV Submission

    Requirements All Parties Combined

    Each Member Any One Member

    1 ELIGIBILITY

    1.1 Conflict between Single Entity Applicant and member of CONSORTIUM/JV Applicant

    No Single entity Applicant is a member of another CONSORTIUM/JV Applicant or vice versa in accordance with Clause 2.2.1(a) of Section 2: Instruction to Applicants

    Must meet requirement

    Must meet requirement

    Must meet requirement

    N/A Form-1: Application (Section:7)

    1.2 Conflict of Interest No conflicts of interest in accordance with Clause 2.2.1(c) Section 2: Instruction to Applicants

    Must meet requirement

    Must meet requirement

    Must meet requirement

    N/A Form-1: Application (Section:7)

    1.3 Suspension Based on Execution of Bid Securing Declaration

    Not under suspension based on execution of a Bid Securing Declaration in accordance with Clause 2.2.1(d) of Section 2: Instruction to Applicants

    Must meet requirement

    Must meet requirement

    Must meet requirement

    N/A

    Form-1: Application (Section:7)

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    20

    ELIGIBILITY AND QUALIFICATION CRITERIA COMPLIANCE REQUIREMENTS DOCUMENTATION

    Cri

    teri

    a

    No

    .

    Subject Requirement Single Entity

    CONSORTIUM/JV Submission

    Requirements All Parties Combined

    Each Member Any One Member

    1.4 Barred by Government Not barred by Government as on the Application Due Date in accordance with Clause 2.2.1(e) of Section 2: Instruction to Applicants

    Must meet requirement

    Must meet requirement

    Must meet requirement

    N/A Form-1: Application (Section:7)

    1.5 Corporate Debt Restructuring

    No corporate debt restructuring is in process and/or no unresolved debt restructuring issues with the Banks/ Institutions as on the Application Due Date in accordance with Clause 2.2.1(j) of Section 2: Instruction to Applicants

    Must meet requirement

    Must meet requirement

    Must meet requirement

    N/A Form-19 (Section:7)

    1.6 Reasons of Exclusions as per KfW Guidelines

    None of the for exclusion, as per the guidelines of KfW, apply as on the Application Due Date in accordance with Clause 2.2.1(h) of Section 2: Instruction to Applicants

    Must meet requirement

    Must meet requirement

    Must meet requirement

    N/A Form-1 Application (Section:7)

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    21

    2 HISTORICAL CONTRACT NON-PERFORMANCE, PENDING LITIGATION AND LITIGATION HISTORY

    2.1 History of Non-Performing Contracts

    Non-performance of a contract2 did not occur as a result of contractor’s default between 1st January 2011 to 31st December 2017.

    Must meet requirement3

    Must meet requirement

    Must meet requirement3

    N/A Form-4 of Section 7

    2Non-performance, as decided by the Buyer, shall include all contracts where (a) non-performance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non-performance shall not include contracts where Buyers decision was overruled by the dispute resolution mechanism. Non-performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the applicant have been exhausted. 3 This requirement also applies to contracts executed by the Applicant as CONSORTIUM/JV member.

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    22

    ELIGIBILITY AND QUALIFICATION CRITERIA COMPLIANCE REQUIREMENTS DOCUMENTATION

    Cri

    teri

    a

    No

    .

    Subject Requirement Single Entity

    CONSORTIUM/JV

    Submission Requirements All Parties Combined

    Each Member Any One Member

    2.2 Pending Litigation Applicant’s financial position and prospective long term profitability still sound according to criteria established in Criteria No. 3.1 (ii) below and assuming that 50% of all pending litigation will be resolved against the Applicant

    Must meet requirement

    Must meet requirement

    Must meet requirement

    N/A Form-5 of Section 7

    2.3 Litigation History No consistent history of court/arbitral award decisions against the Applicant4 between 1st January 2011 to 31st December 2017

    Must meet requirement

    Must meet requirement

    Must meet requirement

    N/A Form-6 of Section 7

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    23

    3 FINANCIAL SITUATION AND PERFORMANCE

    3.1 Financial Capabilities The audited balance sheets or, if not required by the laws of the Applicant’s country, other financial statements5

    acceptable to the Buyer, for the last 5 (five) financial years shall be submitted and must demonstrate the current soundness of the Applicant’s financial position. * Note: The information submitted by the Applicant must mention Total Assets, Current Assets; Total Liabilities; Current Liabilities; Share Capital, Profit Before Taxes, Profit After Taxes

    Must be submitted

    Must be submitted

    Must be submitted

    N/A Audited balance sheets/financial statements

    of the last five years

    (i) The Applicant shall demonstrate that it has access to, or has available, liquid assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the cash flow requirements of USD 10.7 million (USD Ten Million Seven Hundred Thousand only) for the subject contract after meeting its cash flow requirements for contracts

    Must meet requirement

    Must meet requirement of 1.25 times the value required for single applicant.

    Must meet the requirement in proportion to its financial share in the CONSORTIUM/JV

    N/A Form -10 (A and B) and Form 12 of Section 7

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    24

    currently in progress and for future contract commitments.

    (ii) The Applicant shall have positive Net Worth at the close of the latest financial year.

    Must meet requirement

    Must meet requirement

    Must meet requirement

    N/A

    4 The Applicant shall provide accurate information on the related Application Form about any litigation or arbitration resulting from contracts completed or ongoing under its execution from 1st January 2011 to 31st December 2017. A consistent history of awards against the Applicant or any member of a joint venture may result in disqualification of the Applicant. 5 In case the accounts of the Applicant or of the members of CONSORTIUM/JV are not required to be statutorily audited, the Financial Statement shall be certified in accordance with local legislation.

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    25

    ELIGIBILITY AND QUALIFICATION CRITERIA COMPLIANCE REQUIREMENTS DOCUMENTATION

    Cri

    teri

    a

    No

    .

    Subject Requirement Single Entity

    CONSORTIUM/JV

    Submission Requirements All Parties Combined

    Each Member Any One Member

    3.2 Average Annual Turnover from Ship/Boat Building

    Minimum average annual turnover from ship/boat building6 equivalent to USD 15.4 (USD Fifteen Million Four Hundred Thousand only) calculated as total certified payments received for contracts in progress and/or completed within the last five (5) financial years, divided by five (5).

    Must meet requirement

    Must meet requirement of 1.25 times the value required for single applicant.

    Must meet requirement in proportion to its financial share in the CONSORTIUM/JV

    N/A Form-11 of Section 7

    3.3 Tendering Capacity The Applicant should have minimum available Tendering Capacity of USD 22.3 (USD Twenty Two Million Three Hundred Thousand only) in accordance with the formula stated in Form 13

    Must meet requirement

    Must meet requirement of 1.25 times the value required for single applicant.

    Must meet requirement in proportion to its financial share in the CONSORTIUM/JV

    N/A Form-13 of Section 7

    6If the annual turnover for ships/marine crafts building is not clearly stated in the Audited Balance Sheets / Financial Statements of the Applicant /CONSORTIUM/JV member, specific certificate issued by its Statutory

    Auditors or in case the accounts of the Applicant or of the members of CONSORTIUM/JV are not required to be statutorily audited, certified in accordance with local legislation, should be submitted.

    arjunHighlight

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    26

    ELIGIBILITY AND QUALIFICATION CRITERIA COMPLIANCE REQUIREMENTS DOCUMENTATION

    Cri

    teri

    a

    No

    .

    Subject Requirement Single Entity

    CONSORTIUM/JV Submission

    Requirements

    All Parties Combined

    Each Member Any One Member

    4 EXPERIENCE

    4.1 General Vessel Building Experience

    Experience in building ships/marine crafts (length>10 meters and < 50 meters) in the role of prime builder, joint venture member for at least 50% of the period in the between 1st January 2011and Application Due Date.

    Must meet requirement

    Must meet requirement

    Must meet requirement

    N/A Form-7 of Section 7 with all supporting documents which

    can demonstrate the requirement being met. Further the

    applicant is required to provide

    acknowledgement / certificate from buyers that the

    ordered ship was delivered on time, in

    quality and to budget.

    4.2 Similar Work(s) Experience7

    A minimum number8 of similar works specified below that have been satisfactorily and substantially9 completed as a prime contractor, joint venture member10 between 1st January 2011 and Application Due Date:

    Must meet the

    requirement of

    at least 1 (one)

    contract of

    minimum value

    of USD17.8

    (USD

    Seventeen

    Must meet the requirement of 1.25 times the value required for single applicant.

    Must meet requirement in proportion to its financial share in the CONSORTIUM/JV

    Must meet the

    requirement of at

    least 1 (one)

    contract of

    minimum value of

    USD 17.8 Million

    Form-8 of Section 7 with all supporting documents which

    can demonstrate the requirement being

    met

    arjunHighlight

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    27

    ELIGIBILITY AND QUALIFICATION CRITERIA COMPLIANCE REQUIREMENTS DOCUMENTATION

    Cri

    teri

    a

    No

    .

    Subject Requirement Single Entity

    CONSORTIUM/JV Submission

    Requirements

    All Parties Combined

    Each Member Any One Member

    “Similar Work(s)” means Design and Building of Ships/Marine Craft with Steel as material for hull”

    Million Eight

    Hundred

    Thousand

    Only);

    OR OR OR OR

    Must meet the requirement of at least 2 (two) contracts each

    of minimum value of USD 11.2 Million

    (USD Eleven Million Two

    Hundred Thousand only)

    Must meet the requirement of at

    least 2 (two) contracts each of minimum value of

    1.25 times the value required for single applicant.

    Must meet requirement in proportion to its financial share in the CONSORTIUM/JV

    Must meet the

    requirement of at least 2 (two)

    contracts each of minimum value of USD 11.2 Million

    OR OR OR OR

    Must meet the requirement of at least 3 (three) contracts each of minimum

    Must meet the

    requirement of

    at least 3 (three)

    contracts each

    of minimum

    Must meet requirement in proportion to its financial share in the CONSORTIUM/JV

    Must meet the requirement of at least 3 (three) contracts each of minimum value of USD 9.0 Million

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    28

    ELIGIBILITY AND QUALIFICATION CRITERIA COMPLIANCE REQUIREMENTS DOCUMENTATION

    Cri

    teri

    a

    No

    .

    Subject Requirement Single Entity

    CONSORTIUM/JV Submission

    Requirements

    All Parties Combined

    Each Member Any One Member

    value of USD 9.0 Million (USD Nine Million only)

    value of 1.25

    times the value

    required for

    single applicant.

    7The Similar Works experience(s) of Group Companies, Parent Companies or Sister Companies shall not be considered for evaluation. The Applicants are advised to strictly adhere to this requirement and submit

    the Similar Works experience(s) from the client(s) of the Applicant or of the member(s) of CONSORTIUM/JV only. 8Summation of number of small value contracts (less than the value specified under requirement) to meet the overall requirement will not be accepted. 9Substantial completion shall be based on 90% or more works completed under the contract. 10For contracts under which the Applicant participated as a member of a joint venture/consortium; only the Applicant’s share, by value, shall be considered to meet this requirement.

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    29

    ELIGIBILITY AND QUALIFICATION CRITERIA COMPLIANCE REQUIREMENTS DOCUMENTATION

    Cri

    teri

    a

    No

    .

    Subject Requirement Single Entity

    CONSORTIUM/JV Submission Requirements

    All Parties Combined

    Each Member Any One Member

    4.3 Ship/Boat Building Experience12in Key Activities

    For the above and / or any other contracts completed and under implementation as prime contractor, joint venture member, or as manufacturer/supplier of Hybrid Electric Propulsion System with batteries, between 1st January 2011and Application Due Date, a minimum Ship/Boat building experience in the following key activities11

    (i) Successfully completed fabrication of class approved steel hull, (minimum 600 tonnes) in any one year in one or multiple projects12

    Must meet requirement

    Must meet requirement

    N/A N/A Form-9 of Section 7 with all supporting documents which

    can demonstrate the requirement being met

    (ii) JV/Consortium partner should have supplied class approved 05 nos. plugged in Hybrid Electric Propulsion System with batteries which are currently in operation for past 1 year.

    Must meet

    Requirement.

    Or this

    requirement

    could be met

    through a

    specialised

    sub-

    Must meet

    Requirement

    Or this

    requirement

    could be met

    through a

    specialised

    N/A N/A Form-8of Section 7 with all supporting documents

    (certification from client) which can demonstrate the

    requirement being met

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    30

    ELIGIBILITY AND QUALIFICATION CRITERIA COMPLIANCE REQUIREMENTS DOCUMENTATION

    Cri

    teri

    a

    No

    .

    Subject Requirement Single Entity

    CONSORTIUM/JV Submission Requirements

    All Parties Combined

    Each Member Any One Member

    contractor13

    also.

    sub-contractor

    also.

    11The construction experience(s) of Group Companies, Parent Companies or Sister Companies, concessionaires and developers shall not be considered for evaluation. The Applicants are advised

    to strictly adhere to this requirement and submit the construction experience(s) from the client(s) of the Applicant or of the member(s) of CONSORTIUM/JV only. 12Quantity of any key activity can be demonstrated in one or more contracts 13A Specialised Subcontractor is free to associate with one or more JV/Consortium partners. The Builder may be permitted, by the Employer, to change the Specialised Subcontractor(s) during

    Tender and/or Construction Stage provided that the new proposed Sub-contractor meets the qualification criteria stated above.

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    31

    ELIGIBILITY AND QUALIFICATION CRITERIA COMPLIANCE REQUIREMENTS DOCUMENTATION

    Cri

    teri

    a

    No

    .

    Subject Requirement Single Entity

    CONSORTIUM/JV Submission

    Requirements

    All Parties Combined

    Each Member Any One Member

    5 STANDARD/CAPACITY

    5.1 Proposed Facilities Details of the proposed shipyard where the proposed boats shall be built

    Must meet requirement

    Must meet requirement

    N/A N/A Form - 14

    5.2 Preliminary outline of approach

    Applicant’s preliminary outline of approach for the design and construction . to deliver the specified boats in the stated time.

    Must meet requirement

    Must meet requirement

    N/A N/A Form - 15

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    32

    ELIGIBILITY AND QUALIFICATION CRITERIA COMPLIANCE REQUIREMENTS DOCUMENTATION

    Cri

    teri

    a

    No

    .

    Subject Requirement Single Entity

    CONSORTIUM/JV Submission Requirements

    All Parties Combined

    Each Member Any One Member

    6 STANDARDS

    6.1 Quality Control Assurance

    To have valid ISO 9001: 2008 Quality Management system Certificate or equivalent

    Must meet requirement

    Must meet requirement

    Must meet requirement

    Must meet requirement

    Copy of valid certificate

    6.2 Safety Management System

    To have valid OSHAS 18001 Occupational Health and Safety Management System Certification or equivalent

    Must meet requirement

    Must meet requirement

    Must meet requirement

    Must meet requirement

    Copy of valid certificate

    6.3 Environment Management System

    To have valid ISO 14001 : Environment Management Certificate or equivalent

    Must meet requirement

    Must meet requirement

    Must meet requirement

    Must meet requirement

    Copy of valid certificate

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    33

    Table 3.1: Scoring Criteria for Evaluation

    S.

    No.

    Submission

    Reference

    as per Section 3.0

    Maximum

    marks

    Description Marks

    1. Criteria No. 3.2 15 Annual Turnover > US $ 154 Million

    15 marks

    > US $ 77 Million < US $ 154

    Million

    10 marks

    >US $ 15.4 Million < US $ 77

    Million

    5 marks

    2. Criteria No. 4.3 (i) 15 Quantity of steel hull Fabrication > 2000 tonnes

    15 marks

    >1000 tonnes< 2000 tonnes

    10 marks

    >600 tonnes

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    34

    7. - 15 References for past projects

    confirming meeting the project

    requirements in terms of timelines and

    quality between 1st January 2011and

    Application Due Date

    3 projects references

    10 marks

    2 projects references

    7 marks

    1 project reference

    5 marks

    8. - 15 References of marine craft/boat

    building of same series completed in 2

    years (continuously) between 1st

    January 2011and Application Due

    Date

    More than 10 vessels

    of same series

    10 marks

    Between 5 and 10 vessels of

    the same series

    7 marks

    Between 3 and 5 vessels of

    the same series

    5 marks

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    35

    SECTION 4

    4 FRAUD AND CORRUPTION PRACTICES

    4.1.1 The Applicants and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Tendering Process. Notwithstanding anything to the contrary contained herein, the Buyer may reject an Application without being liable in any manner whatsoever to the Applicant if it determines that the Applicant has, directly or indirectly or through an agent, engaged in ‘corrupt, fraudulent, coercive or undesirable’ practice in the Tendering Process.

    4.1.2 Without prejudice to the rights of the Buyer under Clause 4.1.1 hereinabove, if an Applicant is found by the Buyer to have directly or indirectly or through an agent, engaged or indulged in any ‘corrupt, fraudulent, coercive or undesirable practice during the Tendering Process, such Applicant shall not be eligible to participate in any tender or RFQ issued by the Buyer during a period of 2 (two) years from the date such Applicant is found by the Buyer to have indulged in any ‘corrupt, fraudulent, coercive or undesirable’ practice, as the case may be.

    4.1.3 For the purposes of this Section 4, the following terms shall have the meaning hereinafter respectively assigned to them:

    (a) “Corrupt practice” means the offering, receiving, or soliciting, directly or

    indirectly, of anything of any value to influence the actions of a public official in

    the selection process or in contract execution;

    (b) “Fraudulent practice” means any act or omission, including a

    misrepresentation, that knowingly or recklessly misleads, or attempts to mislead,

    a party to obtain a financial or other benefit or to avoid an obligation or to

    influence a selection process or the execution of a contract;

    (c) “Collusive practice” means a scheme or arrangement between two or more

    Applicants, with or without the knowledge of the Buyer, designed to establish

    prices at artificial, non-competitive levels; and

    (d) “Coercive practice” means harming or threatening to harm, directly or

    indirectly, person or their property to influence their participation in a procurement

    process, or affect the execution of a contract.

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    36

    SECTION 5

    5 MISCELLANEOUS

    5.1.1 The Tendering Process shall be governed by, and construed in accordance with, the laws of India and the courts in the State in which the Buyer has its headquarters shall have exclusive jurisdiction over all disputes arising under, pursuant to and/ or in connection with the Tendering Process.

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    37

    SECTION 6

    6 SCOPE OF WORKS

    6.1 GENERAL

    Given below is a brief description of the intended vessel which is generally safe and

    environmentally friendly and can be procured by satisfying necessary rules and regulations at

    a reasonable price. This is not a specification and should not be considered as such.

    The Boats shall be catamaran Boats of 100 passengers, each with twin hulls separated by

    appropriate distance, having a single deck connecting the two hulls, capable of carrying

    100Passengers including provision for two wheel chairs. The boats shall be driven by twin

    screw conventional shaft & fixed pitch propeller system.

    The hull and the main deck shall be of Marine grade steel (IACS/IRS Grade A or above)

    construction and the passenger accommodation shall be of FRP (fire retardant resin to be

    used) construction. The passenger area shall be optimised within guidelines, in order to

    minimise AC load and provision shall be made in the aft area outside passenger area, for

    parking 3 nos. bicycles in 100 passenger boats. The Propulsion system shall be Electric

    motors driven by battery (hybrid) system supported diesel generator/s. Battery / Battery

    compartments with adequate ventilation and cooling arrangement shall be provided. Adequate

    onshore infrastructure is proposed for charging the batteries from shore supply.

    This is not a technical specification and should not be considered as such.

    6.2 INDICATIVE DIMENSIONS

    The following are the approximate principal dimensions for 100 Passengers boats.

    1. Length Overall - 22.0 m appx.

    2. Breadth Overall – 6.0 m appx.

    3. Breadth of Demi Hull – to suit overall breadth and achieve best hydrodynamic

    performance

    4. Freeboard not to be less than 760 mm

    5. Draught (Fully Loaded) – 0.9 m (Maximum)

    6. Air draft not to exceed 4.3 m

    6.3 CLASSIFICATION, RULES AND REGULATIONS

    The Boat shall be designed, constructed, equipped, tested and delivered to the Buyer by the

    Builder in accordance with the contract specifications & plans.

    Vessel including its hull, machinery and equipment shall be designed and constructed in

    accordance with the prevailing rules and regulations in force on the date of signing the

    contract, but not limited to the following:

    1. Kerala Inland Vessel (KIV) Rules(http://www.keralaports.gov.in/inlanddocument.htm)

    http://www.keralaports.gov.in/inlanddocument.htmarjunHighlight

    arjunHighlight

    arjunHighlight

    arjunHighlight

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    38

    2. Applicable Rules of a classification society who is a full member of IACS.

    3. Applicable standards pertaining to noise and vibration in passenger vessel

    4. Disability access guidelines

    5. IMO MARPOL Regulation, Annexure 6 for emissions

    6.4 SAFETY

    The Boat shall be designed in a way that the Boat will be afloat with appropriate trim,

    approximately on even keel or slight aft trim at departure condition when loaded to the

    designed draft. Forward trim is not allowed in any of the operating conditions.

    The intact stability and damaged stability criteria shall be as per IRS Classification notes

    “Stability Requirements for Inland Waterways Passenger Ships” or equivalent.

    All necessary safety and sustainability norms and rules must be satisfied.

    6.5 MAIN TECHNICAL DETAILS

    1. Trial Speed- 10 Knots in deep water in fully loaded condition, in calm water with no

    current and wind speed not exceeding Beaufort scale 2.0

    2. Passenger Carrying Capacity – 100 Passengers sitting excluding 4 Nos. crew

    3. Service Speed – 8 knots

    4. Permanent magnet motor propulsion system capable of being operated from battery

    or on board DG and provide for maximum redundancy

    5. On board DG capable of developing not less than 85% power of the maximum

    continuous rating at rated RPM. Fuel tank capacity to be designed for 2 days on pure

    diesel operation.

    6.6 OTHER TECHNICAL DETAILS

    Following systems shall be provided on as required basis and automated, controlled for safe

    operation from the wheel house. Operating parameters shall conform to tropical climatic

    conditions- seawater temperature 32oC, ambient temperature 45oC and Relative humidity

    (RH) 90%

    1. Fuel Oil System

    2. Bilge System – Provided with level alarms and auto/manual pumping arrangement

    3. Fire Fighting System

    4. Cooling Water System

    5. Ventilation System

    arjunHighlight

    arjunHighlight

  • KOCHI METRO RAIL LTD

    (WATER METRO PROJECT)

    FUNDING BY

    WATER METRO PROJECT

    RFQ for BOATS

    (Package 1)

    DOC NO: KMRL-WM-BOAT-001 REV No: 3 Dated : 30/04/2018

    General Consultant

    39

    6. Steering System Equipped for follow-up main control by hand wheel and anon-follow-

    up spare control from bridge desk. Manual control at the steering gear location is to be

    provided in case of emergency operation. An electric rudder follow up system

    indicating rudder angles shall be fitted in Bridge.

    6.7 OUTFITTING

    Following outfitting items shall be provided:

    1. Anchor and Windlass

    2. Bollards and Fairleads

    3. Onboard Access Ramps

    4. Doors shall be large to accommodate the wheel chairs and to be operated remotely

    from wheel house.

    5. D type Rubber fenders of fixed type

    6. The seating area shall accommodate 100 passengers

    7. Boat Lifting Arrangement

    8. Mast- A single foldable mast

    9. Bridge operated auto docking facility to be recommended compatible with berthing

    jetty.

    6.8 LIFE SAVING APPLIANCES (LSA) AND FIRE FIGHTING APPLIANCES (FFA)

    As per KIV rules, LSA and FFA equipments shall be provided. Fire alarm system is

    required to be provided.

    6.9 ELECTRICAL SYSTEM

    6.9.1 General

    1. Standard prevailing electric supply to be considered are:

    415V, three 3PH, 50Hz, three-wire insulated system as Main power source

    220V, 2PH, 50Hz, two-wire insulated system-Lighting system, navigating light and

    signal light, internal communication system, boat and crew safety system, radio

    equipment and navigation equipment, domestic electric equipment, mobile

    charging.

    24V, DC, two-wire insulated system-Emergency power supply system for boat and

    c