(RFI) Request for Information No. 010 / 2021 January 2021
←
→
Page content transcription
If your browser does not render page correctly, please read the page content below
Metro Project Request for Information 1. Introduction 1.1. NTA - Metropolitan Mass Transit System Ltd. (“NTA”) is the governmental company responsible for the development of the Tel Aviv Metropolitan Mass Transit System, a network of light rail transit (LRT) and metro railway lines. 1.2. The Tel Aviv “Red Line” LRT Project is currently under construction, with operation scheduled to commence towards the end of 2022. The Tel Aviv “Green Line” LRT Project and the Tel Aviv “Purple Line” LRT Project are currently in the tender phase, with construction scheduled to commence at about the beginning of 2022. 1.3. In addition to those LRT lines, NTA has been assigned with the development of the design and other aspects concerning the feasibility of the metro network, a network which is intended to include three (3) mostly underground metro lines of about 145 kilometers in length, about 108 underground stations, more than 760 vehicles (3.20 m width) and seven (7) transportation hubs, and operated using a driverless system (the “Project” or the “Metro Network Project”). 1.4. The Project will include three (3) main sections: ▪ M1 – running north to south, from Kfar Saba, Ra'anana and Hod-Hasharon, through Tel Aviv, to Holon, Rishon LeZion, Nes-Ziona, Rehovot, Lod and Ramla; ▪ M2 – running east to west, from the southern part of Petach Tikva, via Ramat Gan, Bnei Brak and Givataim, to the eastern side of Tel Aviv; and ▪ M3 – a half-ring connecting the other two sections to a metro network, running from Bat-Yam, Holon, Azor, Ben Gurion Airport, Or-Yehuda, Kiryat-Ono, Petach-Tikva, north of Tel-Aviv and Herzliya. Each a “Line”, a “Metro Line” or a “Metro Line Project”. Additional information regarding the Metro Lines is presented in Annex “A” (Metro Lines – General Information) hereto.
1.5. The Project will be the largest infrastructure project undertaken in Israel, involving several Ministries and multiple municipalities. The network will provide modern, reliable public transportation to hundreds of thousands of passengers per day across the Tel Aviv Metropolitan area. An illustrative map of the network is presented in Annex “B” (High Level Network Description) hereto. 1.6. Currently, it is expected that the implementation of each Metro Line shall be divided into at least 2 (two) sub-phases and, consequently it is envisaged that the commencement of the operation and maintenance of the Metro Network Project shall be implemented in several phases. 1.7. The Project is expected to receive statutory approval by the end of 2021. 1.8. This Request for Information (“RFI”) is intended to solicit Responses from (i) entities which have proven experience in the management and\or execution of metro projects around the world and (ii) from local entities which have proven experience in the management and execution of complex infrastructure projects (the “Participants”). 1.9. This RFI is a preliminary process initiated by NTA, solely for receiving information and conducting its initial internal evaluation and consideration of the Project. This RFI does not, in any manner whatsoever, constitute a tender, bid, offer, proposal or a request for any of them nor does it constitute a representation, warranty or undertaking on behalf of NTA or the State of Israel. 2. Indicative Timeline It is expected that the Network will be open to service gradually. It is expected that the first phase should be open to service within ten to twelve (10-12) years and the second phase will be open to service gradually thereafter. 3. Information Requested The information requested below is divided into three (3) different Chapters: Chapter 1 – Procurement Strategy and Market Constrains (section 3.2), Chapter 2 – Time Schedule (section 3.3) and Chapter 3 – Integration and Interoperability Between Lines (section 3.4) (each a “Chapter”). The Participants may choose whether to respond to any or all three (3) Chapters, based on their knowledge and areas of expertise. If responding to more than one Chapter, the response should address each Chapter separately and independently from the other Chapters. For the avoidance of doubt, all Participants are required to provide the general information requested in section 3.1.
Please respond to as many of the following questions and requests as you can: 3.1. General; Area of Expertise and Past Experience. Please describe the Participant's area of expertise and the relevance of the Participant's past experience to the Project. Please elaborate whether the Participant's previous experience and involvement in similar projects was as a service provider, main contractor, sub-contractor, a concessionaire under a PPP scheme, a DB contractor, operator or other. 3.2. Chapter 1 – Procurement Strategy and Market Constrains 3.2.1. Market Constraints. Kindly provide details and your opinion and perception of market constraints which should be taken into account and managed. In your response, please refer to, inter alia: 3.2.1.1. Management resources and required capabilities (internal, external, local and international), including with reference to: 3.2.1.1.1. Constrains related to heavy civil works in urban environment; 3.2.1.1.2. Internal management capacity and capabilities; 3.2.1.1.3. Design capacity and capabilities to support promoting site availability related works including utilities relocation, tunneling and stations works, land value capture, urban development and interface with others. 3.2.1.2. Local civil contractors and ability to support and perform site availability related works and civil works at the stations and depot facilities. 3.2.1.3. International capacity to support the following activities: 3.2.1.3.1. TBM – presenting new technology (please refer to mining daily rate), maximum TBM capacity per contractor and other constrains. 3.2.1.3.2. Stations and shafts – Cut and Cover vs. NATM or other technologies, comparing the duration and costs between different technologies and other constraints (please note that general terms and percentages can be referred to, no specific prices are required).
3.2.1.3.3. Signaling and train control, rail and non-rail systems – constraints related to design, procurement, delivery and installation processes. 3.2.1.3.4. Rolling stock – constraints related to design, procurement, manufacturing and delivery, including reference to a monthly rate of production and delivery and ability to open a local production line. 3.2.2. Procurement Strategy. Based on past experience in similar metro projects, please advise which potential procurement strategy can be compatible and best suitable for the implementation of the Project (PPP, turnkey, lot by lot, other) and what are the main criteria and factors to be considered when deciding which strategy to adopt? 3.2.3. Work Packages. Based on past experience in similar metro project, please advise what potential combination of work packages should be considered assuming several Lines will be implemented simultaneously, and assuming that there is and there is no interoperability between Lines and stations in the Network. Please address specifically to the integration of the works (including the method of management of implementation of the integration of various systems and work packages). 3.2.4. O&M activity. Based on past experience in similar Metro network, what O&M procurement strategies should be considered, with reference to the following criteria and considerations: 3.2.4.1. Single operator vs. multiple operators; 3.2.4.2. The interface between operator(s) and maintainer(s) and the interface management. 3.3. Chapter 2 – Time Schedule Based on past experience, kindly provide your opinion with respect to the feasibility and risks associated with project's time schedules and key success factors related to management of time schedules and implication related to a growing Network. 3.4. Chapter 3 – Integration and Interoperability Between Lines Risks
3.4.1. Integration Risk. Based on past experience, what measures need to be implemented in order to minimize and reduce the integration risks between: 3.4.1.1. Civil works (tunnel & outer box) and system (including inner box works) packages; 3.4.1.2. Interfaces with the municipality and other public stakeholders; 3.4.1.3. Design Build and O&M activities; 3.4.1.4. Interoperability between different Lines and common stations within the Metro Network; 3.4.1.5. Underground interchange stations; 3.4.1.6. Transportation hubs and metro stations interface. 3.4.2. Unified System. Based on past experience, kindly provide your recommendation and reasons for implementing a unified solution on a Network level assuming that the Network will not be interoperable. In your response, please refer, inter alia, to rolling stocks, signaling, radio, U-OCC, fire detection and protection, ATIM, and other systems. 3.4.3. Optimal Risk Allocation. Based on past experience, which proposed risk allocation would offer the most cost effective (optimal) risk allocation between the parties involved: 3.4.3.1. Design of infrastructure works (tunnel, stations outer box, depot, other); 3.4.3.2. Obtaining permits (building, working, temporary traffic arrangements etc.); 3.4.3.3. Allocation of utilities (before and during the construction phase); 3.4.3.4. Integration between construction, operation and maintenance activities. 3.5. To the extent practicable, when referring to past experience please provide details of the applicable referenced project; and to the extent practicable, please support the Response with specific (concrete) examples from projects in which the Participant has undertaken an active role.
4. Instructions for Submission 4.1. NTA appreciates the participation of Participants in this RFI process. In order to allow for an effective process, please submit the Response in writing, in English or Hebrew, to the following email address: tender5-metro@nta.co.il. 4.2. The Response and/or a presentation which provides information with respect to the issues which a Participant intends to present at an RFI session (see below) is required to be submitted on or before 15.2.2021 March 1st 2021 (a “Response”). 4.3. Without derogating from anything below or from the discretions granted to NTA pursuant hereto, please mark, in a clear, complete and legible manner, information contained in the Response which is considered commercially sensitive or of a confidential nature. To the extent permitted by applicable laws, NTA will refrain from disclosing such information (if so requested) and shall ensure that any of its consultants shall act accordingly. 4.4. NTA is not requesting a tender, bid, offer, proposal, detailed plans, marketing material, budgetary information or proprietary information to be submitted in the Response. 4.5. NTA may, at its sole discretion, hold RFI meeting sessions, in order to receive additional information from Participants regarding their Responses. The sessions will be held either online or at NTA’s offices in Holon, Israel (if that will be possible, as shall be determined by NTA at its discretion). Without derogating form NTA’s discretion whether or not to hold such sessions and whether or not to invite a particular Participant, the sessions will be scheduled based on the Responses submitted by Participants. Therefore, even though the sessions will be coordinated in advance, NTA will only conduct the sessions based on the Responses submitted by Participants. 4.6. Further details concerning the RFI sessions, including dates and times, venue, registration forms, etc., will be provided to Participants in due course. 4.7. NTA looks forward to receiving the Responses and to the participation of Participants in the RFI sessions. 4.8. Following receipt of the Responses, NTA may contact any of the Participants and may request clarifications or additional information, all at its discretion and as it shall deem required.
5. Reservations and NTA’s Discretions 5.1. The Project description set forth in this RFI is initial, general and indicative only. The issuance of this RFI is neither intended nor shall be construed to give rise to or create any representation, undertaking or warranty on behalf of NTA, the State of Israel, the Ministry of Transportation, the Ministry of Finance, or anyone on its behalf with respect to the Project or any component or part thereof, or with respect to any other project or matter whatsoever. The issuance of this RFI is neither intended nor shall be construed to guarantee the initiation, implementation, timing or manner of execution of the Project, nor the type, extent or contents of the Project’s scope, components or any part thereof. 5.2. Participation in this RFI does not and shall not provide a Participant or any other entity with any advantage, nor shall it confer upon a Participant any right with respect to the Project (or any component or part thereof) or any future proceedings conducted with respect thereto (if any), including with respect to any pre-qualification process and/or tender process. Participating in the RFI is neither intended nor shall be construed to recognize or accept a Participant’s or any other entity’s eligibility, qualification or competence to participate in the Project or any future proceedings conducted with respect thereto (if any), including with respect to any pre-qualification process and/or tender process. 5.3. NTA may publish a new Request for Information, an invitation to pre-qualify, tender proceedings and/or any other proceedings with respect to the Project or any part thereof and/or with respect to any other project whatsoever, in any manner which it will deem appropriate. 5.4. NTA may request additional information (in writing or otherwise) as it deems necessary, ask to visit sites or facilities constructed or operated by the Participant, or carry out professional inquiries regarding any Participant (including by way of contacting third parties. 5.5. NTA may use any information it receives from a Participant or any third party for any purpose it deems fit, including preparing specifications or any other documents and may transfer any such information to any of it consultants or any person on its behalf. 5.6. The Participants shall not be entitled to any payment for the information provided by them pursuant to this RFI. All expenses incurred by a Participant or anyone on its behalf shall be borne solely by the Participant. Participants shall not be entitled to any reimbursement or compensation for expenses with respect to their participation in this RFI.
5.7. NTA shall not be responsible or liable towards a Participant or anyone on its behalf in connection with the RFI, including in connection with information provided by or to NTA pursuant to or in connection with this RFI. 5.8. NTA may amend, withdraw or cancel this RFI, at any time and without providing reasons or justifications for doing so. 5.9. This RFI is subject to the law of the State of Israel, including the Mandatory Tenders Regulations, 5753-1993 and the obligation to disclose information in accordance with Section 14A thereof.
Annex “A” (Metro Lines – General Information) Line M1 M2 M3 Total Length (in Km) 85 25 39 150 Stations 62 22 25 109 Municipalities 14 8 13 24 (overlapping) Depot 2 1 1 4
Annex “B” (High Level Network Description) - Metro Lines – General
You can also read