DETAILED FEASIBILITY STUDY (DFS) FOR THE …ibn.gov.np/uploads/files/Working...

39
May, 2018 New Baneshwor, Kathmandu, Nepal EXPRESSION OF INTEREST (EOI) FOR DETAILED FEASIBILITY STUDY (DFS) FOR THE DEVELOPMENT, OPERATION AND MANAGEMENT OF METRORAIL FROM DHULIKHEL TO NAGDHUNGA

Transcript of DETAILED FEASIBILITY STUDY (DFS) FOR THE …ibn.gov.np/uploads/files/Working...

1

May, 2018 New Baneshwor,

Kathmandu, Nepal

EXPRESSION OF INTEREST (EOI) FOR

DETAILED FEASIBILITY STUDY (DFS) FOR THE DEVELOPMENT, OPERATION AND

MANAGEMENT OF METRORAIL FROM DHULIKHEL TO NAGDHUNGA

2

Expression of Interest (EOI)

A DETAILED FEASIBILITY STUDY (DFS) FOR THE

DEVELOPMENT, OPERATION AND

MANAGEMENT OF METRORAIL FROM

DHULIKHEL TO NAGDHUNGA

Method of Consulting Service:

International

Project Name : Dhulikhel- Nagdhunga Metrorail Project

EOI: OIBN/CONSULTANTANCY SERVICES/METRO/2074/075-1

Office Name : Office of the Investment Board Nepal

Office Address: New Baneshwor, Kathmandu, Nepal

Phone: 977-1-4475277, 4475278, 4475280

Fax: 977-1-4475281

Issued on: 17/05/2018 AD (03/02/2075 BS)

Financing Agency: Government Budget

3

Abbreviations

CV - Curriculum Vitae

DO - Development Partner

EA - Executive Agency

EOI - Expression of Interest

GON - Government of Nepal

PAN - Permanent Account Number

PPA - Public Procurement Act

PPR - Public Procurement Regulation

TOR - Terms of Reference

VAT - Value Added Tax

4

Contents A. Request for Expression of Interest ............................................................................................... 5

B. Instructions for submission of Expression of Interest ................................................................. 8

C. Objective of Consultancy Services or Brief Terms of Reference (TOR).................................... 9 D. Evaluation of Consultant’s EOI Application .................................................................................. 9 E. EOI Forms & Formats ........................................................................................................................ 11 1. Letter of Application ........................................................................................................................ 12 2. Applicant’s Information Form ....................................................................................................... 14 3. Experience ........................................................................................................................................ 15 4. Capacity ....................................................................................................................................... 18

5. Key Experts (Include details of Key Experts only) ................................................................... 20

6. Project Sheets ............................................................................................................................... 20

7. TERMS OF REFERENCE (TOR) ....................................................................................................... 22

“DETAILED FEASIBILITY STUDY (DFS) FOR THE CONSTRUCTION & OPERATION OF METRORAIL

FROM DHULIKHEL TO NAGDHUNGA” .................................................................................................... 22 1 Background: ..................................................................................................................................... 23 2 Objectives: ........................................................................................................................................ 23 3 Scope of work: .................................................................................................................................. 24 3.1 Route Analysis ..................................................................................................................................... 25

3.2 Baseline Survey and Ridership Forecast ........................................................................................ 25

3.3 Transportation model ........................................................................................................................ 26

3.4 Technical investigations .................................................................................................................... 27

3.5 Review of Data and Documents .................................................................................................... 28

4 Deliverables ....................................................................................................................................... 32 4.1 Drawings .............................................................................................................................................. 32

4.2 Investigation Reports ......................................................................................................................... 33

4.3 Designs of Rail Track, pillar, stations, Maintenance Facilities and depot................................ 33

4.4 Detailed Design and 3D Model ...................................................................................................... 34

4.5 Conclusion and Recommendation ............................................................................................... 35

5 Report Submissions ........................................................................................................................... 35 6 Formation of Technical Advisory Group ...................................................................................... 35 7 Project Timeline ................................................................................................................................ 35 8 Qualification Requirement of consulting firm/organization: ................................................... 36 8.1 Consulting Firm/Organization’s Qualification ............................................................................... 36

8.2 Human Resource requirement: ....................................................................................................... 36

9 Other Requirement: ......................................................................................................................... 37 10 Other Commercial Comparisons: ............................................................................................ 37 11 Land Acquisition: ......................................................................................................................... 38 12 Remuneration: .............................................................................................................................. 38 13 Taxation: ........................................................................................................................................ 38 14 Confidentiality: ............................................................................................................................. 39 15 Preparation of Procurement Documents ............................................................................... 39 16 IBN’s Right to the DFS Document: ............................................................................................. 39 17 Conclusion & Recommendations: ........................................................................................... 39

5

A. Request for Expression of Interest

Government of Nepal

Office of the Investment Board

Date: May 17, 2018

NAME OF PROJECT: A DETAILED FEASIBILITY STUDY OF METRORAIL SYSTEM IN

KATHMANDU VALLEY (DHULIKHEL-NAGDHUNGA)

Office of the Investment Board ("OIBN") is considering to conduct a Detailed Feasibility

Study (DFS) on Metrorail Project from Dhulikhel to Nagdhunga to be developed and

operated through Public Private Partnership (PPP) model. OIBN is in the process of

hiring a Consultant to prepare a Detailed Feasibility Study Report ("DFS"). The study will

be funded by the Government of Nepal (“GoN”).

Objectives and Scope

The objective of this study is to assess the feasibility of constructing and operating

Metrorail from Nagdhunga to Dhullikhel with bus parks adjacent to Nagdhunga and

Dhulikhel stations. The route will serve heavy load of passengers entering the

Kathmandu Valley from eastern Nepal via Dhulikhel and passengers entering the

Kathmandu Valley from western Nepal via Nagdhunga on a daily basis. Additionally,

the route will serve the inner city’s east to west mass transit. The work to be

undertaken under this study will cover five major areas, namely:

Development and Operation of Metrorail System in Katmandu Valley

(Dhulikhel-Nagdhunga)

Technical Feasibility of the project

Financial and economic feasibility of the project

Environmental Impact Assessment and Mitigation Measures

Social Impact Study and Mitigation Measures

Legal Appraisal

OIBN invites Expression of Interest ("EOI") from any interested, qualified, eligible and

experienced domestic/international Firms/Companies ("Consultant or Consultants") to

prepare a DFS of the aforementioned project. Experienced, eligible and willing

Consultants are invited to submit their EOI, either alone or as a joint venture. No

Consultant, either solely or as part of a consortium, shall be represented in more than

one EOI submission. The Consultant shall conduct the study, and provide DFS and

other documents as per the Terms of Reference ("TOR") of the Project within the

specified time frame.

The instruction to the Consultant, prescribed formats, evaluation criteria, scope of

6

work, duration of study, and other details of the project are stated in the Terms of

Reference ("TOR"), as provided below.

1. The selection procedure of the Consultant will be governed by the prevailing laws

of Nepal, namely the Public Procurement Act, 2007 (2063 BS) & Public Procurement

Regulation, 2007 (2064 BS), Investment Board Act 2068 (2011) and Investment

Board Regulations 2069 (2012). The received EOI shall be evaluated based on

financial, experience and availability of key personnel of the consultant or their

joint venture.

2. The EOI documents including the ToR may be downloaded from the website of

Public Procurement Monitoring Office (www.bolpatra.gov.np/egp) or IBN

(www.ibn.gov.np). Required documents should be submitted/uploaded by 21

days (5:00 PM Nepal Standard Time) from the first publication date of the EOI

notice:-

i) Duly completed EOI documents in hard copy should be submitted or

received via registered post in the address below:

Office of the Investment Board

ICC Complex, New Baneshwor, Kathmandu, Nepal

Phone: 977-1-4475277, 4475278, 4475280

And/Or

ii) Receive detailed information regarding the EOI process online for

submission of the EOI document at

www.bolpatra.gov.np/egp

3. In case the day of submission of the EOI falls on a public holiday, it should then be

submitted by 5 pm on the following working day. The EOI documents shall be

opened at 11:00 am of the following day of the last EOI submission date.

4. The maximum number of firm in JV shall not be more than three (3).

5. Only shortlisted Consultants will be invited further to respond to the Request for

Proposal ("RFP’) notice from the IBN. IBN reserves the right to accept or reject any

or all of the received EOI Documents with or without giving any reasons

whatsoever. Up to six (6) top ranked firms obtaining at least sixty (60) marks in the

EOI evaluation process will be listed as pre-qualified firms. Further Information or

clarification can be obtained by visiting the IBN website or by contacting the IBN

office within office hours.

6. Pre-qualified firms will be notified 30 days after the EOI Submission deadline with a

7

request for Technical and Financial proposals (RFP). Further selection during the

RFP process will be in accordance with the Quality and Cost Based Selection

procedure (QCBS).

8

B. Instructions for submission of Expression of Interest

1. Expression of Interest may be submitted by a sole firm or a joint venture of

consulting firms.

2. Interested consultants must provide information indicating that they are qualified

to perform the services (descriptions, organization and employee of the firm or

company, description of assignments of similar nature completed in the last 7 years

and their location, experience in similar conditions, general qualifications and the

key personnel to be involved in the proposed assignment).

3. This expression of interest is open to all eligible consulting firm/company/

organization.

4. The assignment has been scheduled for a period of fifteen (15) months. Expected

date of commencement of the assignment is August 01, 2018.

5. A Consultant will be selected in accordance with the Quality and Cost-Based

Selection (QCBS) process.

6. Expression of Interest should contain the following information:

(i) A Cover Letter addressed to the representative of the client on the official letter

head of the company duly signed by the authorized signatory.

(ii) Applicants shall provide the following information in the respective format

given in the EOI document:

EOI Form: Letter of Application (Form 1)

EOI Form: Applicant’s Information (Form 2)

EOI Form: Work Experience Details (Form 3(A), 3(B) & 3(C))

EOI Form: Capacity Details (Form 4)

EOI Form: Key Experts List (Form 5).

7. Applicants may submit additional information with their application but

shortlisting will be based on the evaluation of information requested and

included in the format provided in the EOI document.

8. The Expression of Interest (EOI) document must be duly completed and

submitted in sealed envelope and should be clearly marked as “EOI Application

for Short-listing for the Detail feasibility study for the construction and operation

of Metrorail Dhulikhel to Nagdhunga Project. The envelope should also clearly

indicate the name and address of the Applicant. Alternatively, applicants can

submit their EOI application through e-GP system by using the forms and

instructions provided by the system.

9. The completed EOI documents must be submitted on or before the date and

should be addressed to the address mentioned in the “Request for Expression of

Interest”. In case the submission falls on a public holiday the submission can be

made on the next working day. Any EOI Document received after the deadline

9

for submission of proposals shall not be considered for evaluation.

C. Objective of Consultancy Services or Brief Terms of Reference

(TOR) [Provide detail objectives of the consultancy services with expected

deliverables or alternatively provide Brief TOR]

D. Evaluation of Consultant’s EOI Application Consultant’s EOI application which meets the eligibility criteria will be ranked on the

basis of the Ranking Criteria

i) Eligibility & Completeness Test Compliance

Copy of Registration of the company/firm

VAT/PAN Registration (for National consulting firm

only)

Tax Clearance/Tax Return Submission/Letter of Time

Extension for Tax Return Submission [insert Fiscal

year] (for National consulting firm only)

Net worth of the Firm should be positive for the last

three consecutive years

EOI Form 1: Letter of Application

EOI Form 2: Applicant’s Information Form

EOI Form 3: Experience (3(A) and 3(B))

EOI Form 4: Capacity

EOI Form 5: Qualification of Key Experts Only those consultants who qualify in eligibility and completeness based on the parameters

above will be considered for further evaluation

SN ii) EOI Evaluation

Criteria

Minimum

Requirement

A. Qualification of Key

Experts

Marks

35

Minimum

experience

in year

after

Bachelor

Degree

Education required

International Experts (23)

1 Team

Leader/Metrorail

Expert

5.5 15 PhD/M.Sc. in

Transportation/Railway

Engineering or

equivalent

10

2 Alignment Engineer 3.5 12 M.Sc. in alignment

Engineering or

equivalent

3 Structural Engineer 3.5 12 M.Sc. in

Structure/Bridge

Engineering

4 Geotechnical

Engineer

3.5 10 M.Sc. in Geotechnical

Engineering

5 Transport Economist 3.5 10 M.Sc. in Transport

Economics or

equivalent

6 Finance Expert 3.5 10 Masters in Finance,

MBA or equivalent

National Expert (12)

7 Structural Engineer 3 10 M.Sc. in

Structure/Bridge

Engineering

8 Environment Expert 3 10 Masters Environment

Engineering

9 Geotechnical

Expert

3 5 Masters in

Geotechnical

Engineering

10 Electrical Engineer 3 5 Masters in Electrical

Engineering

B. Experience of the Firm

General

experience of

Consulting Firm

10

List all projects: Completion of

general civil engineering works more

than USD 1.5 million. The completed

projects should include

Environmental Impact Assessment

(EIA), Social Impact Assessment (SIA)

and soil exploration and testing

component.

Specific experience

of Consulting Firm

within last 7 years

35 List all projects:

1. Completion of Detailed Design or

Feasibility Study of Metrorail projects

(At least 20 km of length/network).

The projects that were implemented

and supervised by the consultant

after detailed feasibility study shall

be given priority.

11

Similar

Geographical

experience of

Consulting Firm

5 List projects completed in same

geographical region

C. Capacity

Annual turnover of

the Consulting Firm

15 List the turnover of last 5 years:

General Consultancy services

turnover of best three years in last 5

years should be US $ 2.5 million.

E. EOI Forms & Formats Form 1. Letter of Application

Form 2. Applicant’s information

Form 3.Experience (General, Specific and Geographical)

Form 4. Capacity

Form 5. Qualification of Key Experts

12

1. Letter of Application

(Letterhead paper of the Applicant or partner responsible for a joint venture,

including full postal address, telephone no., fax and email address)

Date: …………..

To,

Full Name of Client: __________________________

Full Address of Client: ________________________

Telephone No.: ______________________________

Fax No.: ____________________________________

Email Address: _______________________________

Sir/Madam,

1. Being duly authorized to represent and act on behalf of (hereinafter "the

Applicant"), and having reviewed and fully understood all the short-listing

information provided, the undersigned hereby apply to be short-listed by [Insert

name of Client) as Consultant for {Insert brief description of Work/Services}.

2. Attached to this letter are photocopies of original documents defining:

a) the Applicant's legal status;

b) the principal place of business;

3. [Insert name of Client] and its authorized representatives are hereby authorized to

verify the statements, documents, and information submitted in connection with this

application. This Letter of Application will also serve as authorization to any

individual or authorized representative of any institution referred to in the

supporting information, to provide such information deemed necessary and

requested by yourselves to verify statements and information provided in this

application, or with regard to the resources, experience, and competence of the

Applicant.

4. [Insert name of Client) and its authorized representatives are authorized to

contact any of the signatories to this letter for any further information.1

5. All further communication concerning this Application should be addressed to the

following person,

1 Applications by joint ventures should provide on a separate sheet, relevant information for each party to the

Application.

13

[Person]

[Company]

[Address]

[Phone, Fax, Email]

6. We declare that we have no conflict of interest in the proposed procurement

proceedings and we have not been punished for an offense relating to the

concerned profession or business and our Company/firm has not been declared

ineligible.

7. We further confirm that if any of our experts is engaged to prepare the TOR for any

ensuing assignment resulting from our work product under this assignment, our firm,

JV member or sub-consultant, and the expert(s) will be disqualified from short-listing

and participation in the assignment.

8. The undersigned declares that the statements made and the information provided

in the duly completed application are complete, true and correct in every detail.

Signed :

Name :

For and on behalf of (name of Applicant or partner of a joint venture):

14

2. Applicant’s Information Form

(In case of joint venture of two or more firms to be filled separately for each

constituent member)

1. Name of Firm/Company:

2. Type of Constitution (Partnership/ Pvt. Ltd/Public Ltd/ Public Sector/ NGO)

3. Date of Registration / Commencement of Business (Please specify):

4. Country of Registration:

5. Registered Office/Place of Business:

6. Telephone No; Fax No; E-Mail Address

7. Name of Authorized Contact Person / Designation/ Address/Telephone:

8. Name of Authorized Local Agent /Address/Telephone:

9. Consultant’s Organization:

10. Total number of staff:

11. Number of regular professional staff:

(Provide Company Profile with description of the background and

organization of the Consultant and, if applicable, for each joint venture

partner for this assignment.)

15

3. Experience

3(A). General Work Experience

(Details of assignments undertaken. Each consultant or member of a JV

must fill in this form.)

S.

N.

Name of

assignment

Location Value of

Contract

Year

Completed

Client Description of work carried

out

1.

2.

3.

4.

5.

6.

7.

(Please provide CVs of each Consultant)

16

3(B). Specific Experience

Details of similar assignments undertaken in the previous seven years

(In case of joint venture of two or more firms to be filled separately for each

constituent member)

Assignment name:

Approx. value of the contract (in current

NRs; US$ or Euro)2:

Country:

Location within country:

Duration of assignment (months):

Name of Client:

Total No. of person-months of the

assignment:

Address:

Approx. value of the services provided by

your firm under the contract (in current

NRs; US$ or Euro):

Start date (month/year):

Completion date (month/year):

No. of professional person-months

provided by the joint venture partners or

the Sub-Consultants:

Name of joint venture partner or

sub-Consultants, if any:

Narrative description of Project:

Description of actual services provided in the assignment:

Note: Provide highlight on similar services provided by the consultant as

required by the EOI assignment.

Firm’s Name:

2 Consultant should state value in the currency as mentioned in the contract

17

3(C). Geographic Experience

Experience of working in similar geographic region or country

(In case of joint venture of two or more firms to be filled separately for each

constituent member)

No

Name of the Project

Location

(Country/ Region)

Execution Year

and Duration

1.

2.

3.

4.

5.

6.

7.

18

4. Capacity

4(A). Financial Capacity

(In case of joint venture of two or more firms to be filled separately for each constituent

member)

Annual Turnover

Year Amount Currency

- Average Annual Turnover

(Note: Supporting documents for Average Turnover should be submitted for the

above.)

19

4(B). Infrastructure/equipment related to the proposed assignment3 No Infrastructure/equipment

Required

Requirements Description

1.

2.

3.

4.

5.

3 Delete this table if infrastructure/equipment for the proposed assignment is not required.

20

5. Key Experts (Include details of Key Experts only)

(In case of joint venture of two or more firms to be filled separately for each

constituent member)

SN Name Position Highest

Qualification

Work Experience

(in year)

Specific

Work

Experience

(in year)

Nationality

1

2

3

4

5

(Please insert more rows as necessary. Please provide CVs of each Key Experts. )

6. Project Sheets

Indicate up to 10 reference projects from the past 7 years that the

firm/association/joint venture feels are relevant.

Project 1 of __

Project Name

Name of Client

Country Project location within Country

Participation

As lead firm

As associate firm

Value of Services (US$)

Source of Financing

Consultancy Services

(i) No. of key professional staff

(ii) No. of person months

Length of Consultancy Assignment

Start Date (dd/mm/yyyy)

21

Completion Date (dd/mm/yyyy)

Name of Associate Firms (if any)

No. of Person-Months of Professional Staff Provided by Associated Firm(s)

Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and

Functions Performed

Detailed Narrative Description of the Project

Detailed Description of the Actual Services Provided by your Firm

22

New Baneshwor, Kathmandu, Nepal

Phone: 977-1-4475277, 4475278, 4475280

Fax: 977-1-4475281

TERMS OF REFERENCE (TOR)

For

“DETAILED FEASIBILITY STUDY (DFS) FOR THE DEVELOPMENT,

OPERATION AND MANAGEMENT OF METRORAIL FROM

DHULIKHEL TO NAGDHUNGA”

23

1 Background: The Investment Board Nepal (IBN), established in 2011, is a high-level government

body chaired by the Right Honorable Prime Minister. IBN functions as a central fast-

track government agency established to facilitate economic development in

Nepal by creating an investment-friendly environment, mobilizing and managing

domestic as well as foreign investments.

IBN serves as a one window facility for domestic and foreign investors pursuing

large scale projects. It selects proposals for investment, facilitates investment,

coordinates between various ministries, and monitors the progress of approved

projects. As a private face for the government, it leads the promotion of

investment, supports investors, signs fair and bankable contractual agreements

with developers, and cooperates with Government in facilitating the execution of

these agreements.

The Investment Board Act, 2011 gives the Office of the Investment Board of Nepal

(OIBN) a broad mandate to fulfill the role of a Public Private Partnership (“PPP”), as

well as an Investment Development and Promotion, body.

IBN has been playing a role of an approval agency as well as facilitator especially

for mega investment projects. The Board has till date approved 4 hydropower

projects, 3 cement projects and 2 solid waste management projects and is

facilitating them to come into operation at the earliest.

As per IBN Act, 2011 section 9 (a) Fast track road, Tunnel, Railway line, Rope-way,

Trolleybus as prescribed by Government of Nepal and section 9 (k) Investment

required for any infrastructure or service industry that has a paid-up capital of Rs.

10 billion or a project cost exceeding that amount, are IBN’s mandate.

In this regards, the OIBN is seeking a consulting firm to conduct a Detailed

Feasibility Study for the development and operation of Metrorail system from

Dhulikhel to Nagdhunga to ease out the traffic management.

2 Objectives: The objectives of the proposed DFS aim to examine the economic, financial,

political, social, environmental, and technical viability of the proposed Metrorail

System. The DFS report is required to recommend the sustainability and its

replicability. Any issues related to the recommended routes and sites are to be

24

considered as a part of the DFS report. The study report shall be prepared in a

manner which ensures;

Enhanced safety of the traffic, the road users and the people living close to

the alignment.

Enhanced traffic management of the city.

Enhanced operational efficiency of the urban transit of Kathmandu Valley.

Fulfillment of the mobility needs of the growing population in Kathmandu

Valley

Minimal adverse impact on the road users and the local population due to

construction.

Identification of feasible and constructible options for the project with least

cost options.

Environmental and Social Impact Assessment of the selected option

3 Scope of work:

Scope of services shall include but not limited to the following:

Consultant shall prepare the DFS the development and operation of the Double

track rail System clearly spelling out the feasible Engineering, technological and

management solutions (with detailed design). The Consultant should keep in mind

that the systems are safe, efficient and convenient to the users as well as public

living adjacent to the alignment. The DFS report of the project shall ensure the

following:

The system is safe for the passengers and the public living adjacent to the

alignment

Construction of the project through proven technological solutions

Construction is least disruptive to the road users and the public living near

to the alignment

Operation, management and maintenance of the Metrorail should be

smooth and efficient

Facilities available should be used up to maximum extent.

Within the given constraints, the solutions are sound, sustainable,

economical, and environmentally, socially, financially and technically

viable, constructible and manageable.

Topographic survey, geotechnical investigation and testing are to be

carried out.

25

Hydraulic and hydrographic investigation for all structures are to be carried

out.

Track and viaduct Investigation are to be carried out.

Traffic studies including traffic surveys, demand forecasting, tariff option

studies for next thirty years are to be carried out.

Inventory and Condition surveys for existing road are to be carried out.

Identification of sources of construction materials are to be carried out.

Identification of required number of pillars and stations should be done.

Investigation for new planned structures like underpasses, flyovers and their

design are to be carried out.

Design of stations, depots, pillars and identification of their numbers and

location and office cum residential complex should be carried out.

Design and operation plan of maintenance facilities are to be carried out

Study and design should be carried out considering seismic factor.

Local resources should be used at maximum extent.

Involuntary resettlement particular for depot area.

Preparation of Detailed Design Project Report, Cost Estimate for execution

of work.

Financial, Environment, Social, Technical and Economic Analysis should be

carried out.

Recommendation and Conclusion

Identifying the public and private land required for the civil works and

information on existing land use and valuations

3.1 Route Analysis The Consultant shall carry out below activities:

Identify and carry out detailed analysis of at least three different alignment

joining Dhulikhel and Nagdhunga.

Ensure the proposed rail alignment should not have any adverse impact

on the existing transportation systems.

Recommend the most appropriate alignment joining Dhulikhel and

Nagdhunga with regards to technical, economical, financial,

environmental and social aspects

Identify Rights of Way required to implement the project for all identified

alignment

Identify the sections that should be underground and/or elevated with

justification.

3.2 Baseline Survey and Ridership Forecast

The data to be collected and updated are those required for the purpose of

26

transport strategic planning. These would include both historical and spatial

data. Considering the vast area under Kathmandu Valley its surrounding

municipalities, the population and its distribution over the area, the sample

size for the survey should be determined based on the size and spread of the

geographical sections.

There is no systematic, continuous collection of traffic data within the City and

Valley. For the purposes of the DFS, the Consultant shall review these data and

determine where additional Origin Destination (O+D) Survey , journey time,

and traffic count surveys may be required in order to address key issues

including trip purpose, vehicle type, traffic seasonality as well as turning

movements at key junctions. Also, as no recent data on employment exists,

the Consultant should present a methodology to address this lack of the data

for the model, in the Inception Report. Lastly, the DFS should estimate the

ridership for the proposed Metrorail under different development and tariff

structures and carry out the necessary sensitivity analysis.

3.3 Transportation model

The Consultant shall recommend a model package that would be suitable for

Kathmandu Valley planning needs. The purpose of the travel demand model

is to provide good policy-related and future travel forecasts, and therefore,

should be simple. The conventional approach of developing the 4-stage

model at aggregate level (except the modal choice at disaggregate level)

should be followed.

The model should integrate household activities, land use patterns, traffic flow,

and regional demographics. The core of the proposed model system is a

household activity simulator that determines the locations and travel patterns

of household member’s daily activities by trip purpose. The model should

estimate travel behavior with regard to longer term choices of residential and

employment location, and land use and adaptive behavior in response to

transportation system changes, including fare and pricing policy.

The Consultant should recommend appropriate software package(s) suitable

for the development of the requisite model in the Inception Report. The

Consultant shall undertake an overview of various models such as Trans CAD,

SATURN, CUBE, etc. with their merits and demerits and recommend a model

package that would be suitable for Kathmandu Valley planning needs. The

final decision on the selection of software package (s) will be made by IBN

within 15 days of presentation of options along with merits and demerits. The

software package (s) should in particular be capable of:

27

Modeling mode split, including walk, public transport modes (Metrorail,

Metrorail, bus, taxis, etc.) and private transport (motorcycle, car, etc.),

good's vehicles

Assigning trips to Metrorail taking into account the condition in Metrorail

due to changes in overall traffic volume, and fares

Reflecting the impact of new land use developments and / or control

policies, including truck terminals, truck parking lots, interstate bus terminal

etc.

Responding to traffic demand management measures such as parking

fees, road user charges and congestion pricing as well as the staggering

of working hours, flexi hours and multiple shift work

Using the recommended software and methodology, the Consultant shall

prepare a Multi-modal transport integration plan for this project.

3.4 Technical investigations

The Consultant shall carryout Technical appraisal of Metrorail technology,

worldwide experience (including type of technology and adopted costs) with

recommendation for technology most suited for this alignment. The followings

tasks are to be carried out:

Identify and analyze all the available rail technologies including but not

limited to, Heavy Rail, Light Rail (AGT, Metrorail, Sky rail, Tram)) in detail;

Recommend the most appropriate rail technology systems

Technical feasibility of the alignment and identification of station locations;

Identification of location of depot and depot layout;

Construction Methodology;

Details of power supply options, signaling, information and ticketing

systems;

Operation Plan and Service Details;

Passenger Dispersal and integration facilities with other modes of public

transport;

Safety features, evacuation of passengers and handling emergencies;

Technical Investigations of Park and Ride and other Commercial entities

that would boost Metrorail ridership;

Recommendations on the choice of Metrorail technology and the

specifications to be used;

Train operation plan;

Detailed analysis of rolling stock;

Detailed analysis and design of disaster management plan for metro;

Security and safety measures for a metro systems;

28

Implementation strategy and project implementation plans;

3.5 Review of Data and Documents

The Consultant shall collect the available data and information relevant for

the Study The data and documents of major interest shall include, but not be

limited to, the following:

Climate;

Road inventory

Hydraulic and hydrographic data, drawings and details of existing bridges;

Details of sanctioned / on-going works on the stretch sanctioned by GoN

Survey and evaluation of locally available construction materials;

Historical data on classified traffic volume (preferably for 5 years or more);

Origin-destination and commodity movement characteristics; if available;

Type and location (height and depth) of existing utility services (e.g.

Optical Fiber Cable, O/H and U/G Electric, Telephone line, Water mains,

Sewer, Trees etc.)

3.5.1 Surveys, Study and Investigation

3.5.1.1 Traffic Surveys

The following type of traffic surveys shall be carried out along and in the

vicinity of the Project Road.

Origin-Destination Characteristics

Intersection Volume Count at All Major Intersections

Estimation of Passenger Volume for Next 30 Years

Consultant shall make traffic demand estimates and establish

possible traffic growth rate scenarios based on (i) trend

growth, and (ii) demand elasticity methods in respect of all

categories of passengers. Consultant shall also make

estimates of generated traffic (due to development of the

influence area of the Metrorail). The choice of the traffic

projection models, the inputs to the models and the

assumptions made shall be clearly stated with justification. The

traffic demand estimates shall be done for the period of 30

years.

3.5.1.2 Topographic, Hydraulic and Hydrological surveys and study

Desk study of existing study reports

GPS survey using DGPS instrument, fixing benchmarks pillars at 1.5 km

interval or suitable location

Fixing Temporary Bench Marks at 250 m interval

29

Total Station/ Drone traverse including collection of existing features along

the alignment and within Right of Way at 0.5 contour interval

Carry out leveling including longitudinal section at 25m c/c distance and

cross section at 50m c/c distance from the center line of the alignment

Survey and mapping of major structural components of the projects in

1:1000, 0.5m contour interval.

Topographic survey shall be carried out to 3rd order precision and the

admissible error of closure shall not exceed 12 x k0.5 mm, where k is the

distance in kilometers. The area shall be covered by traverse net,

triangulation net and a few random lines to establish the location of the

items related to the investigation and key structures. Horizontal control

survey shall be tied into the existing geodetic net. Benchmark shall be

adopted for vertical survey control. Coordinates of all stations marked as

triangles shall be provided by the survey. The expatriate trigonometric

points, which are necessary for ground control and for mapping with

stereo plotting machine shall be connected.

Hydraulic and Hydrological study shall consist of;

L-Section and Cross section for bridges for a minimum length of 250 m on

upstream and downstream along the Bridges.

Collection of all Hydrological Data from the all the relevant weather

stations and DHM.

Cross-sections and L-sections shall be taken at intersecting roads at contor

interval of 0.5 m and cross-section at 25 m c/c at the required length.

3.5.1.3 Road Inventory surveys Collect the number and locations of the existing features like bridges,

culverts, ROBs, underpasses, drains, protection works, other amenities

and road furniture, pavement details (e.g. width/thickness of layers),

GAD of bridges, culverts and structures.

3.5.1.4 Geotechnical and Geological Study & Investigation Conduct Geological field survey and geophysical electrical

resistivity tomography (ERT) survey

Conduct Soil Investigation (Drilling, Boring & Report, at least at 200m

interval of the whole alignment (30 m deep)).

Conduct representative boring at Abutment or pier location of

proposed elevated track and conduct necessary testing to assess

foundation type requirement

30

Prepare profiles of different layers at each investigated site (Bore

Log)

Conduct sampling, testing, particle size distribution

3.5.1.5 Construction Material surveys Survey the material sources, collect the sample and carry out tests

for confirming quality to use.

3.6 Design of the Project

Present detailed design of project including but not limited to track, rail,

pillar, tunnel, station, depot, bus parks etc. considering international

standards.

3.7 Signaling & Telecommunications

This shall focus on the following points: -

Defining signaling and telecommunication system based on traffic

forecasts and resulting density of traffic for each section/network

Rules & regulations, local requirements, flexibility for operation etc.

Technical design standards of the proposed systems.

Study of various modern signaling and telecommunication systems and

description of salient design features, broad outline of specifications of

the equipment and power supply system etc. of the recommended

system.

Yard lay outs.

Signaling and telecommunication plans for the selected routes.

Establishment of maintenance workshops and centers, maintenance

structure and organization etc.

3.8 Locomotive and Rolling Stock

The Consultant s shall make a preliminary assessment of appropriate

workshop, maintenance facilities and define the type of rolling stock to be

maintained. The scope of work will include

Study of types of locomotives and recommendation of suitable type of

locomotive.

Define the type of rolling stock to be maintained

Design standards and criteria for the new rolling stock

Requirement of rolling stock (locomotives, coaches, special stock, if any)

based on traffic forecasts, location of Loco Sheds, Sick Lines, and Washing

Lines etc.

31

3.9 Electric Power Study

Electricity requirement for official and residential buildings.

Identification of source of supply and purchase of electricity (voltage &

capacity).

Distribution network for supply to stations, yards, residential/office building,

colonies, pumping stations and signaling equipment etc.

Location/capacity of pumping stations including ground water

exploration.

Electric Power Generation, if required.

Estimation of required electricity for the system

Identification and recommendation of alternative source of electricity.

Details of transformers

3.10 Environmental and Social Impact Assessment

Environmental and Social Impact Assessment should be conducted as per

EPA/ EPR 1997 and laws of Nepal.

The assessment report should include the following:

Legal Framework

Baseline Environmental Condition

Project Impacts (Physical, Biological, Socio-economic & Cultural)

Alternative analysis

Mitigation and Enhancement

Environmental Management Plan

Project Monitoring

Environmental Benefit and Cost Estimates

Environmental auditing

3.11 Implementation

Project implementation plan

Operations, management and maintenance plan

Hazard rescue plan

Coordination with other intuitions concerning with road usages

Detailed metro operations plan

3.12 Cost Estimation

Rate Analysis for various items of works

Work out Bill of Quantities for the project

Estimation of cost for traffic diversion measures

Cost estimation for Environmental Management Plan, Environmental

monitoring and auditing activities

32

Cost estimates of the equipment, recurring expenditure, availability of

spares, cost of training etc.

Cost Estimate for construction of all items of Works

Cost Estimate for the public and private land required for the civil works of

the project

3.13 Financial and Economic Analysis

To workout Commute Cost and Time Savings for 1) With Project and 2)

Without Project

Tariff Rates to be proposed on the Project

To work out Financial Internal Rate of Return (FIRR), Economic Internal Rate

of Return (EIRR), Net Present Value (NPV), Debt Service Coverage Ratio

(DSCR), etc.

To carry out sensitivity analysis and work out FIRR, EIRR, NPV, DSCR for

various options (consider factors including but not limited to, changes in

cost, time, tariff rate, late implementation etc)

To provide Conclusion on Results and recommendation of the project.

4 Deliverables Consultant shall deliver the following in the Detailed Feasibility Study Report (DFS):

4.1 Drawings

A set of drawings such as Plans, L-sections, Cross-sections, and Detailing

etc, showing all the existing features within the ROW (e.g. Metrorail track,

pillar, stations, depots, structures, rails, utilities, adjoining land use,

intersecting roads, road side developments, road furniture, safety features

etc.) with the proposed improvements marked hereon (e.g. new

subways/underpasses/grade separators, arrangements for

merging/diverging, traffic circulation, additional road furniture, relocation

of utilities, etc).

Traffic circulation plan indicating the location of proposed underpasses,

bridges, flyovers and other structures, intersecting roads, and access

roads.

General Arrangement Drawings of large/ major/ minor structures.

General Arrangement Drawings including plan & profile, support systems

for bridges.

A strip plan showing all the existing and proposed features

Junction Improvement Plan for Major and Minor Intersections

Plan for stations and related amenities

33

Plans and typical drawings for drainage.

Detailed drawings identifying the public and private land required for the

civil works and information on existing land use and valuations

Associated changes to the road infrastructure to accommodate the

elevated lines, stations, depots, and transport interchanges

Deatailed drawings of the bus parks at Dhulikhel and Nagdhunga

4.2 Investigation Reports

Topographic survey Report including Coordinates of Benchmark Pillars,

Temporary Bench Marks, Leveling carried out at specified intervals etc.

Geotechnical Investigation Report including earthquake resilience for

boring work executed at all large/ major/ minor pillars, bridges along the

existing and proposed road including recommendation for type of

foundation to be provided for relevant structure.

Material Investigation report including test and conclusion for borrow are

soil, aggregates, sub grade soil etc.

Traffic survey data on:

Traffic study of the alignment.

Detailed Ridership Forecast for next 30 years.

ROW condition survey data on:

Existing utilities

Water supply and sewerage pipeline network

Electricity and communication lines

Environment and Social Impact Assessment

Hydrological and meteorological data collected

4.3 Designs of Rail Track, pillar, stations, Maintenance

Facilities and depot

The consultant is to carryout detailed designs and prepare detailed drawings

for the following:

Metrorail tracks and support structures

Stations and depots at appropriate locations;

Traffic analysis and forecasting

Bridges, viaduct/subways and structures etc.;

At-grade and grade-separated intersections, interchanges (if required);

Prepare alignment plans, longitudinal sections and cross-sections @ 50 m

intervals but @25 m interval;

Designs and drawings for service road/under passes/overpass / tree

planting/fencing at locations where necessary / required

34

Office-cum-residential complex for PIU (one for each civil contract

package)

Drainage design

Maintenance facilities

Traffic amenities (Parking and Ride, etc.).

Design of Major Junctions and Typical Arrangement for Minor Junctions

including the proposed metro lines in Kathmandu Valley.

Design of the bus parks at Dhulikhel and Nagdhunga

4.4 Detailed Design and 3D Model Geometric Design to meet the requirements for constructing an elevated track for

Metrorail. The design shall consist of the following:

Complete layout of the proposed elevated track with all the features

shown there on

Traffic circulation plan indicating the location of proposed stations and

other amenities.

Design of Drainage System

Associated changes to the road infrastructure to accommodate the

elevated lines, stations, depots, and transport interchanges

Hydraulic calculations for bridges based on field and topo sheets

Design of structures like underpasses, flyovers, pedestrian under passes,

indicating the approximate sections and General Arrangement Drawings

(GAD) required for the project

Scheme and design for new bridges proposed along the new alignment

Detailed design for improvement for Junctions

Details of power supply options, signaling, information and ticketing

systems

Detailed analysis of rolling stock

Detailed analysis and design of disaster management plan for Metrorail

(for instance, if one cabin stuck in between two stations)

Security and safety measures for a Metrorail systems

Implementation strategy and project implementation plans

Multi-modal transport integration plan

Detailed drawings identifying the public and private land required for the

civil works and information on existing land use and valuations

Conceptual Design for traffic management during construction

Design of Arboriculture and Landscaping

Preparation of Report of Quality Assurance Plan

Design of mitigation measures on Environmental and Social issues and

preparation of reports.

35

4.5 Conclusion and Recommendation

Summary

Conclusion

Recommendation

5 Report Submissions The Draft Detailed Report and Final Detailed Report containing details specified under

Clause 3 shall be submitted along with soft copy of design, drawings including copy of

Auto-CAD, Cost Estimate, Financial and Economic Analysis

6 Formation of Technical Advisory Group IBN will form an evaluation team comprising all relevant institutions and experts to

evaluate and give comments and feedback to Consultant.

7 Project Timeline

The time-line for the accomplishment of various activities will be as follows:-

The overall DFS period will be for fifteen (15) months beginning from the award

of the consultancy to the selected Consultant after the completion of the RFP

process.

Field visit, data collection and preparation of Inception Report must be

submitted and discussed in the stakeholder meetings two (2) month after the

agreement is signed.

First Draft Report should be submitted to the IBN eight (8) months after the

Inception Report.

First Draft Final Report should be submitted to the IBN three (3) months after the

First Draft Report.

Final reports need to be submitted two (2) months after the Presentation. The

final report must incorporate IBN comments.

Progress report to be submitted each month to the IBN.

(Note: Environmental Assessment and Social Impact Study should be completed

within the DFS timeline)

36

8 Qualification Requirement of consulting

firm/organization:

8.1 Consulting Firm/Organization’s Qualification

Firm Registration Certificate

VAT/PAN Registration Certificate

Tax Clearance Certificate for FY2015/16 (072/73 BS)

Tax Clearance Certificate or Tax Pay Slip for FY2016/17 (073/74 BS)

Minimum 5 years of experience in the related field

The Consultant s submitting EOI in joint venture shall furnish duly signed

Joint Venture Agreement stating responsibility of each partner of Joint

Venture and name of authorized signatories through attorney of power

signed by each Joint Venture firm.

If the proponent is a firm/company the detail of assignment of similar

nature performed in the last five years and their locations of execution

shall be provided.

8.2 Human Resource requirement:

The qualifications of the core team members shall be as follows:

S.

N.

Key Experts Minimum

experience in

the related field

(year

after Master’s

Degree)

Education required

1 Team Leader/Mass

Raipd Transit Expert

15 PhD/M.Sc./equivalent in

Transportation/Railway Engineering

2 Traffic and Transport

Planner

12 M.Sc. in Transportation/Traffic

Engineering

3 Alignment Engineer 12 M.Sc. in Alignment Engineering

4 Structural Engineer 12 M.Sc. in Structure/Bridge

Engineering

5 Hydraulic Expert 12 M.Sc. in Hydraulic Engineering

6 Geotechnical

Engineer

10 M.Sc. in Geotechnical Engineering

7 Railway Rolling

Stock Specialist

10 M.Sc. in Rolling Stock Engineering/

Mechanical or Equivalent

Standard EOI Document

37

Engineering

8 Transport Economist 10 M.Sc. in Transport Economics or

equivalent

9 Finance Expert 10 Masters in Finance, MBA or

equivalent

10 Automated fare

collection expert

10 M.Sc. in

Mechanical/Electrical/Electronic

Engineering

11 Metrorail System

Operator Expert

10 M.Sc. in Transportation/Railway or

equivalent engineering

12 Railway Signaling

and

Communication

Engineer

10 M.Sc. in Signaling and

Communication Engineer

13 Tunnel Engineer 10 M.Sc. in Tunnel Engineering

14 Hydrologist 10 M.Sc. in water resources/hydrology

engineering

15 Structural Engineer 10 Masters in Structural Engineering

16 Electrical Engineer 10 Masters in Electrical Engineering

17 Environment

Engineer

10 Masters in Environment engineering

18 Social Impact

Assessment Expert

10 Masters in Social Science or

equivalent

19 Legal Expert 10 LLM or equivalent

20 Geo-technical

Expert

10 Masters in Geotechnical

Engineering

21 Civil Engineer 5 Bachelors in Civil Engineering

9 Other Requirement: Brief on Rehabilitation and Resettlement (R&R) and local employment issues.

Key issues to be addressed for the project, such as environment and wild life

issues etc.

The Consultant shall weigh the pros & cons of the project and make

recommendation with proper justification to enable IBN to

Make an informed decision on the project proposal.

10 Other Commercial Comparisons: The Consultant will be required to present detailed comparative technical and

financial analysis by conducting a comparison between various development,

operations and management modality including but not limited to government

funding, Government to Government arrangement (G2G), Joint Venture

between private and government and different types of PPP models.

Standard EOI Document

38

Furthermore, the Consultant will be required to examine required Viability Gap

Funding (VGF).

Present the detailed comparison between PPP model and Government

financing and recommend the most suitable approach.

Investigate, analyze and recommend all the possible ways, methods and

strategies to make this project viable and attractive for private sector to

develop and operate under PPP model.

Investigate and recommend the operating schedule of the project with respect

to seasonal and peak/off-peak rates period. Optimize operation to maximize

usages during off-peak hours.

Investigate the optimal headway and operating time taking into consideration

of the resource and passenger volume.

11 Land Acquisition: Identify and recommend the total required land (private, forest and individual)

including Right of Way (ROW) for the project.

Recommend and identify the total land to be acquired for the project.

Key issues to be addressed for land acquisition.

The Consultant shall estimate the total land acquisition cost for the project.

12 Remuneration: IBN shall pay to Consultant a fixed fee to be negotiated and agreed upon with

the selected Consultant. The fee shall be payable in three installments:

20% of the total bid amount after inception report.

50% of the total bid amount after the submission of First Draft Final Report

incorporating IBN’s concerns on the First Draft Report.

Remaining 30% of the total amount after the acceptance of the Final

Report.

13 PERFORMANCE SECURITY Consultant shall produce unconditional performance security of 5% of total

contract amount prior to the agreement. In case of non-performance of the

contractual obligation, IBN shall have the right to confiscate the Performance

Security.

14 Taxation: The consultancy firm is fully responsible for all taxes imposed by the relevant laws

of GoN.

Standard EOI Document

39

15 Confidentiality: The consultancy firm shall not disclose the information collected in this

assignment during the term of this assignment and thereafter to anyone who is

not authorized by IBN.

16 Preparation of Procurement Documents The consultancy firm shall prepare all tender document, including but not

limited to Expression of Interest (EoI), Request For Proposals (RFPs) and

evaluation documents for the procurement of developer/contractor to

develop and operate Metrorail project.

The consultancy firm shall prepare draft Project Development Agreement (PDA)

to be signed with the prospective developer under Public-Private-Partnership

(PPP) considering all relevant laws of Nepal.

17 IBN’s Right to the DFS Document: Once the Consultant completes the DFS work, the DFS and all related materials,

including but not limited to, any intellectual property, design, technology that

may form part or all of the DFS content, shall become the property of IBN.

Consultant will not incorporate anything that would restrict the right of IBN or

the GoN to modify, further develop or otherwise use the materials in any way

IBN or GoN may deem necessary. In addition, the Consultant will warrant that

the provision of the Services and Deliverables will not infringe on any third-party

intellectual property rights.

18 Conclusion & Recommendations: Conclusion and Recommendations shall draw together the findings of the DFS

report. In the conclusion and recommendations section the proponent shall

present, including but not limited to, the following:

Summary of Key Issues

Main Conclusions

Recommendations