Você está na página 1de 34

REQUEST FOR PROPOSAL (RFP No: SPAD/RFP/007/2011)

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT

Suruhanjaya Pengangkutan Awam Darat Level 19, 1 Sentral Jalan Travers Kuala Lumpur Sentral 50470 Kuala Lumpur

1|Page

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

Contents
1. INSTRUCTION TO TENDERER ..................................................................................................... 4 1.1. 1.2. 1.3. Foreword ............................................................................................................................. 4 RFP Issuance and RFP Briefing ......................................................................................... 4 Submission of Proposal ...................................................................................................... 4

1.3.1 Time and Date .................................................................................................................. 4 1.3.2 Mode of Delivery and Address ....................................................................................... 5 1.3.3 1.3.4 1.3.5 1.3.6 1.3.7 1.3.8 1.3.9 2. Marking and Separation of Sections of Proposals ................................................. 5 Borang Tender and Keterangan Mengenai Penender ................................... 6 Format of RFP ............................................................................................................. 6 Schedule ...................................................................................................................... 6 Secretariat................................................................................................................... 6 Short-listing ................................................................................................................. 7 Presentation ................................................................................................................ 7

TERMS AND CONDITIONS ........................................................................................................... 7 2.1. 2.2 2.3 Tenderer(s)s Responsibilities.......................................................................................... 7 Mandatory Requirements .................................................................................................. 7 Request for Proposal (RFP)............................................................................................... 7 Amendments to the RFP ........................................................................................... 7

2.3.1 2.4 2.4.1

Proposal ............................................................................................................................... 8 Language.......................................................................................................................... 8

2.4.2 Currency.............................................................................................................................. 8 2.4.3 Prices / Costs ..................................................................................................................... 8 2.4.4 2.4.5 Contract Price Variation ................................................................................................. 8 Cost of Proposal ............................................................................................................... 8

2.4.6 Contents .............................................................................................................................. 8 2.4.7 Validity of the Proposal.................................................................................................... 9 2.4.8 Amendments to the proposals ........................................................................................ 9 2|Page
HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

2.4.9

Advertisement .................................................................................................................. 9

2.4.10 Performance Bond........................................................................................................... 9 2.4.11 Process to be Confidential .......................................................................................... 10 2.4.12 Notification of Award ................................................................................................... 10 2.5 2.6 2.7 Failure of Negotiation ..................................................................................................... 10 Contract .............................................................................................................................. 10 Rights of SPAD .................................................................................................................... 10

2.7.1 Governing Law.................................................................................................................... 10 2.7.2 Non Liability ....................................................................................................................... 11 2.7.3 Confidential Information .................................................................................................. 11 2.7.4 Acceptance or Rejection of Any Part or All of the Proposal ...................................... 11 2.7.5 Withholding Tax ................................................................................................................. 12 2.7.6 Acceptance of Above RFP Terms and Conditions by Tenderer(s) ............................. 12 2.7.7 Ownership of RFP............................................................................................................... 12 2.7.8 Licenses and Permits ....................................................................................................... 12 2.7.9 Non-Collusion/Lobbying .................................................................................................. 12 2.7.10 Annulment ....................................................................................................................... 13 2.7.11 No Agency or Partnership ............................................................................................. 13 2.7.12 Declaration on Non-Corruption Practices .................................................................. 13 3. 4. 5. 6. 7. BACKGROUND ............................................................................................................................ 13 PROJECT BACKGROUND........................................................................................................... 14 SCOPE OF WORK AND PROJECT REQUIREMENTS ................................................................. 14 PROPOSAL EVALUATION CRITERIA ......................................................................................... 21 FORMAT FOR RESPONSE .......................................................................................................... 22

3|Page

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

1. INSTRUCTION TO TENDERER
1.1. Foreword Suruhanjaya Pengangkutan Awam Darat (SPAD) invites proposals from qualified tenderer(s) to participate in the development of a feasibility study on High Speed Rail Phase 1B Project. This Request for Proposal (RFP) outlines descriptive background information to enable SPADs requirements to be addressed in the proposal to be submitted by Tenderer(s). Specifically, sections 1 - 7 of the RFP detail: Instructions for Tenderer(s) Terms and Conditions Descriptive Background Information Scope of Work Implementation Requirements Format of Proposals

1.2. RFP Issuance and RFP Briefing 1.2.1 RFP Enquiries Enquiries regarding the RFP will only be accepted if in writing by mail, fax or e-mail to our tender secretariat, En. Shamsul Afif Abdul Waris. All requests for clarification or additional information or questions shall be forwarded to the appointed secretariat via email at shamsul.waris@spad.gov.my. No questions or enquiries shall be entertained after 1200 hours, Malaysian Time, 22 December, 2011. 1.3.Submission of Proposal 1.3.1 Time and Date Proposals shall be submitted during office hours not later than 1200 hours Malaysian Time, 5 January, 2012. Proposals submitted after this time shall not be considered. Normal office hours are: Monday Thursday: Friday: 0845 1245, 1400 1745 0845 1215, 1445 1700

4|Page

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

1.3.2 Mode of Delivery and Address Proposals shall be delivered by hand at the address below: Procurement Department, Suruhanjaya Pengangkutan Awam Darat, Level 19, 1 Sentral, Jalan Travers, Kuala Lumpur Sentral, 50470 Kuala Lumpur SPAD may at its sole discretion extend the closing date and time by issuing an addendum. Submission via ordinary post or courier will not be accepted. Any document left out/not included in the submission envelope shall not be accepted even though delivered to the Procurement Division before the closing date and time by whatever means and/or method. Any Proposal received after the closing date and time will be declared Late Tender and shall be kept unopened by SPAD. Proposals submitted and already received by SPAD shall not be withdrawn or modified. 1.3.3 Marking and Separation of Sections of Proposals The Proposals shall be submitted by Tenderer(s) in three different volumes, namely (i) (ii) (iii) Volume 1: Technical Proposal Volume 2: Financial Proposal Volume 3: Financial Information

Each of the volumes must be submitted in four (4) copies, one (1) marked Original and three (3) marked Duplicate. In the event of discrepancy between the original and the duplicate, the original shall prevail. The Tenderer(s) is also required to deliver one softcopy of the proposal in each of the volumes. Each shall be sealed and clearly marked in a separate envelope or container. The three separate proposals should subsequently be enclosed in one envelope or container, marked: High Speed Rail Feasibility Study Phase 1B Project

5|Page

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

The Proposals submitted shall be labeled by Tenderer(s) in a properly sealed envelope with the tender title such as follows: High Speed Rail Feasibility Study Phase 1B Project Tender No. SPAD/RFP/007/2011 1.3.4 Borang Tender and Keterangan Mengenai Penender Proposals shall be submitted with the following documents included in the respondents Financial Proposal: (a) Borang Tender - Appendix 1 (b) Keterangan Mengenai Penender - Appendix 2 1.3.5 Format of RFP The format of RFP is as per Section 7. 1.3.6 Schedule The following dates are the key milestone events of this RFP procurement process. SPAD will solicit the Proposals complying with the dates as tabulated below which may be amended by SPAD from time to time. Any amendments will be notified to Tenderer(s) via email. Date 1 December 2011 22 December 2011 29 December 2011 5 January 2012 Early January 2012 End January 2012 1.3.7 Secretariat The appointed secretariat for this RFP is En. Shamsul Afif Abdul Waris. All requests for clarification or additional information or questions shall be forwarded to the appointed secretariat via email at shamsul.waris@spad.gov.my. Action Invitation & collection of RFP Document Deadline for Receipt of Questions by 1700 hours Clarification responses issued by 1700 hours RFP Due Date, by 1200 hours Tender evaluation by Tender Board Presentations by Tenderer(s)

6|Page

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

1.3.8 Short-listing The first phase of the evaluation process will identify a shortlist of respondents. Respondents not selected for this shortlist will be advised accordingly. SPAD is not obligated to enter into any discussion regarding the rejection of any respondent submission. 1.3.9 Presentation Tenderer(s) understand and accept that they may be required at their own costs and expenses to provide and conduct presentation(s) to SPAD or other governmental agencies, authorities or organisations as requested by SPAD.

2. TERMS AND CONDITIONS

2.1. Tenderer(s)s Responsibilities It is the Tenderer(s)s responsibility to understand the RFP, including the background materials and requirements therein and to make all examinations necessary in order to ascertain all factors, enquiries and questions, which might affect the Tenderer(s)s proposal. 2.2 Mandatory Requirements Tenderer(s) are required to comply with the RFPs instructions, procedures, terms, conditions and solution requirements as described in this document. Failure to do so may cause the proposal to be disqualified and rejected. 2.3 Request for Proposal (RFP) 2.3.1 Amendments to the RFP SPAD may revise, amend, alter, modify and/or clarify this RFP by issuing an addendum no later than five (5) working days before the closing date and time for submission of the Proposals. Every addendum issued will become part of this RFP. The receipt thereof must be acknowledged by Tenderer(s) failing which would result in the rejection of the Proposals.

7|Page

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

2.4

Proposal 2.4.1 Language All proposals shall be in English Language. Associated appendices can be submitted in Bahasa Malaysia or English. 2.4.2 Currency Currency in the Tenderer(s)s financial proposal shall be quoted in Ringgit Malaysia (RM). 2.4.3 Prices / Costs The contract price shall include professional fees, services charges, out-ofpocket expenses, at site (if applicable) and all other related cost required to execute the Services and complying with the requirements of this RFP and shall represent the complete and all-inclusive cost to SPAD. No claims in respect of any increase in the cost will be entertained. The quoted contract price or the Schedule/Breakdown of Price (or part thereof) may be rationalized prior to finalization of the contract/agreement. 2.4.4 Contract Price Variation

The Proposed Price is to be firmed for the whole Contract Period. Any contract price variation thereafter shall be mutually agreed upon. 2.4.5 Cost of Proposal

SPAD shall not be liable for any payment or costs incurred in the preparation and submission of the proposal in response to the RFP. All expenses incurred by the Tenderer(s) in providing the proposal shall be borne by the Tenderer(s). 2.4.6 Contents Proposals shall contain specific and detailed replies to all requests for responses, requirements, costs, terms and conditions as particularly set out in the RFP in the corresponding Appendices and Sections. Responses shall be in the order specified making reference to the numbering system as supplied in Section 7. All materials submitted by the Tenderer(s) in response to this RFP will become the property of SPAD and will not be returned.

8|Page

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

2.4.7 Validity of the Proposal All proposals and prices shall remain valid for a minimum period of six (6) months from the closing date. The Tenderer(s) is required to specifically state the period of validity for their proposal within the Executive Summary of their Financial Proposal. In exceptional circumstances, prior to expiry of the original validity period, SPAD may request the Tenderer(s) for a specified extension to the period of validity. The request and responses thereto shall be made in writing or by fax. The Tenderer(s) agreeing to the request will not be required nor permitted to modify his proposal but will be required to extend the validity of his proposal correspondingly. 2.4.8 Amendments to the proposals No amendment shall be made to the proposal after its submission. 2.4.9 Advertisement

Except for the Tender Notice placed in the newspapers for this RFP, no other advertisement or press release regarding this proposal shall be published in any newspaper, magazine or any other form of media, electronic or otherwise. 2.4.10 Performance Bond The successful Tenderer(s) shall furnish the SPAD within fourteen (14) days from the date of the Surat Setujuterima or Letter of Award, a performance bond in the form of a Bank Guarantee issued by a Bank registered in Malaysia and approved by the Government. The successful Tenderer(s) is required to provide a performance bond as follows: (i) (ii) 2.5% of the total contract sum if it is quoted within RM201,000.00 up to RM500,000.00; or 5.0% of the total contract price if it is quoted at RM501,000.00 and above.

For the avoidance of doubt, performance bond will not be required to be deposited if the total contract price is quoted at RM200,000.00 and below. Failure of the successful Tenderer(s) to comply with this stipulated requirement shall constitute sufficient grounds for the annulment of the award.

9|Page

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

2.4.11 Process to be Confidential After the issuance of the RFP, information relating to the contents, examination, evaluation and comparison of proposals and recommendations concerning the award of contract shall not be disclosed to the Tenderer(s) or other persons not officially concerned with the process. SPAD is not obliged to inform or provide the details of the selection process to either successful or unsuccessful Tenderer(s) in this bid. 2.4.12 Notification of Award The successful Tenderer(s) (if any) shall be notified by a Letter of Award (referred to as Surat Setujuterima) within the RFP validity period or any extended period thereof. 2.5 Failure of Negotiation It shall be agreed and understood that in the event that the negotiation fails and a contract is not signed, there shall be no cause of action against SPAD, nor shall it be possible to pursue a cause of action against the SPAD for any action howsoever arising. 2.6 Contract The successful Tenderer(s) shall be required to enter into a formal contract with SPAD for the consultancy work for developing the Feasibility Study on High Speed Rail Phase 1B Project. Pending the formalisation of the contract agreement, the Surat Setujuterima together with the successful Tenderer(s)s acknowledgement thereto shall constitute a binding contract between the SPAD and the Tenderer(s) notwithstanding whether such a contract agreement is or is not subsequently prepared or executed. The successful Tenderer(s) should at its own risk carry out the contract in accordance with the conditions, specifications and schedules forming part thereof and in doing so shall comply with the provisions of any statue, regulations or by-laws, and the requirements of any local or other authority with regard thereto. 2.7 Rights of SPAD 2.7.1 Governing Law This RFP and any contract executed pursuant to this RFP shall be governed by and construed in accordance with the laws of Malaysia. SPAD and all Tenderer(s) responding to this RFP and parties to any contract executed 10 | P a g e
HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

pursuant to this RFP shall submit to the exclusive jurisdiction of the Malaysian Courts. 2.7.2 Non Liability Whilst care is taken to ensure that the facts and information contained in this RFP are correct at the time it is presented, SPAD hereby makes no representation as to the accuracy or adequacy of such facts and information contained in the RFP. SPAD shall not be held liable for any inaccuracy or inadequacy of such facts and information. 2.7.3 Confidential Information All information of a confidential nature whether generated in Malaysia or overseas, shall be subject to Malaysian Laws. Without prejudice to the right of SPAD under any laws, a breach by the Tenderer(s) may entitle SPAD to terminate dealings with the organisation without prior notice to the Tenderer(s). Recipients (be it the Tenderer(s) or their respective employees, representatives or agents) of this RFP, any other elements, information or details in relation hereto howsoever obtained shall be treated as private and confidential and said recipients shall not divulge or disseminate the same save and unless required by law or with the written approval of SPAD. Similarly SPAD shall treat the Proposals as confidential and as far as reasonably practicable shall not divulge the information contained therein to any third party save and unless required by law or policy or regulation. 2.7.4 Acceptance or Rejection of Any Part or All of the Proposal SPAD reserves the right to accept or reject any proposal, to annul the tendering process and reject any Tenderer(s) at any time prior to the award of Contract without thereby incurring any liability to the affected Tenderer(s) or any obligation to inform the affected Tenderer(s) of the grounds of SPAD action. SPAD reserves the right at the time of Contract to vary the services specified in the Technical Specifications, without any changes to other terms and conditions. The contract sum if required will be adjusted accordingly after being mutually agreed upon. The decision of SPAD is final and SPAD is not obligated to give any reason for the non-acceptance or rejection of any proposal. SPAD is not duty bound to accept any lowest bid or any offer related to the Services.

11 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

Any Proposal that is not in compliance with all or any of the requirements of this RFP and/or where the Tenderer(s) neglects, refuses or fails to submit the required information or submits inadequate, inaccurate, incorrect or misleading information may result in the Proposal being rejected. A Proposal will not be considered if the Tenderer(s) attempts to change, alter, withdraw or otherwise qualify any aspect of the Proposal other than with SPADs written permission; and/or there are discrepancies in the documents submitted by Tenderer(s). 2.7.5 Withholding Tax The Tenderer(s) is hereby informed that SPAD shall deduct tax, at the rate prescribed under the withholding tax laws of Malaysia, from all payments for services rendered by any Tenderer(s) who signs a contract with SPAD if such is applicable. 2.7.6 Acceptance of Above RFP Terms and Conditions by Tenderer(s) Submission of an RFP response by the Tenderer(s) shall constitute acceptance of the terms and conditions governing this RFP as above. 2.7.7 Ownership of RFP All Proposals shall be the property of SPAD upon lodgement and will not be returned. SPAD may make copy(ies) or extracts or otherwise use all or any part of the Proposals for the purpose of conducting the evaluation of received Proposals pursuant to this RFP. 2.7.8 Licenses and Permits Where applicable, Tenderer(s) covenant that they shall assume full responsibility in obtaining and/or holding all rights, permits, licenses, consents, approvals and/or authorities issued by any level of Government and/or private agencies required to carry out the Services and perform the contract, except as otherwise stated in this RFP. 2.7.9 Non-Collusion/Lobbying Tenderer(s), their respective employees, agents and/or representatives shall not discuss and/or communicate with any other Tenderer(s) on matters related to the preparation of the Proposals or have any direct or indirect interest whatsoever in the third partys Proposal.

12 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

Tenderer(s) are also forbidden from lobbying any of SPADs employees, agents and/or representatives with regard to the process of this RFP. 2.7.10 Annulment SPAD reserves the right to annul this RFP and reject all submissions without providing any reason whatsoever at any stage of the exercise or process of this RFP and Tenderer(s) shall have no legal recourse against SPAD its employees, agents and/or representatives for such annulment and/or rejection in any respect whatsoever. 2.7.11 No Agency or Partnership Nothing in this RFP shall designate the Tenderer(s) as agent of SPAD or deemed the Tenderer(s) and SPAD as being in a partnership. 2.7.12 Declaration on Non-Corruption Practices The implementation of Integrity Pact in Government Procurement is one of the initiatives agreed under the National Key Result Areas - Corruption. The Integrity Pact is a concept introduced by Transparency International to assist Governments, Business Institutions and the Public in the fight to curb corruption in Government Procurement. The Integrity Pact comprises of a declaration process by bidders not to offer or give any form of bribes as a means to obtain a contract or to facilitate certain processes in Government Procurement. In addition, bidders and civil servants are required to sign a pact to refrain from getting involved in corrupt practices throughout the procurement processes until the project is completed. The pact also underlines the measures that should be taken in the event that the pact is breached. Tenderer(s) are to complete Appendix 3 and submit together as part of the Proposal in both Technical and Financial.

3. BACKGROUND
3.1 Suruhanjaya Pengangkutan Awam Darat (SPAD) or Land Public Transport Commission was officially established on June 3, 2010 as the central governing body for all Land Public Transport related areas within the powers derived from the Land Public Transport Act 2010 already passed by the Parliament. The Land Public Transport Act 2010 gives SPAD the powers to achieve its mission, namely to
HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

13 | P a g e

ensure the provision of safe, reliable, efficient, responsive, accessible, efficient, planned, integrated and sustainable Land Public Transport. 3.2 More information on SPAD can be found at www.spad.gov.my.

4. PROJECT BACKGROUND
4.1 This project is a continuation from the High Speed Rail Feasibility Study - Phase 1A Project (Prefeasibility Study) in which SPAD is exploring high speed rail (HSR) as an alternative mode of public transport travel from national capital-Kuala Lumpur and Singapore. High speed rail (HSR) linking cities with a significantly faster train promises to transform the nation. HSR is used by many cities or countries for various reasons, ranging from merely meeting demand, catalyst for economic growth, improve quality of life leading to increase in long-term competiveness and relationship. HSR link operates within a tight band, known as sweet spot, for optimal effectiveness. Where travel speed is 250 km/hour upwards, travel time comparable to flight and connecting large and megacities. National Key Economic Areas (NKEA) Greater Kuala Lumpur / Klang Valley Laboratory discussed and suggested the possibility of HSR linking Kuala Lumpur and Singapore. In its report, a feasibility study was proposed and was performed by SPAD, i.e. HSR Phase 1a Feasibility Study (Prefeasibility). HSR Phase 1a Feasibility Study was performed to assess HSRs viability, risks and benefits. It is the intention of this project to expand the findings with further depth and detail over the lifespan of 50 years. The outcome of the Prefeasibility Study was presented to the Economic Council (EC) on 17 October 2012 upon which the approval and direction was given to implement Phase 1B Project.

4.2

4.3

4.4

4.5

5. SCOPE OF WORK AND PROJECT REQUIREMENTS


5.1 Project Objectives The objective of this feasibility study of a HSR link: a. To validate findings of HSR Phase 1a Feasibility Study

14 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

b.

To perform detail feasibility study on:i) strategic & economic ii) technical & engineering To develop and perform engagement with key stakeholders To develop moving forward and implementation plan

c. d.

5.2

Scope of Work 5.2.1. Validate Findings of HSR Phase 1a Feasibility Study a. Validate earlier findings such as forecasts such as demand & financial; economic, social & political appraisals; benefits and risks etc (copy of study report will be made accessible during project). b. Summary of Phase 1a Feasibility Study scope in area of assessments with findings:i. Transportation demand and supply ii. Economic, social and political risks, impact or benefits iii. Comparison of HSR with other modes (present and committed) iv. Comparison of HSR technology options and recommendations v. Capacity, competency and readiness of local resource in implementing and supporting HSR vi. Costs, economic and financial assessments 5.2.2. Feasibility Study - Strategic & Economic a. Refine analysis of HSR benefits and risks: i. Qualitative and quantitative benefits and risks analysis need to be comprehensive. Consultants are expected to draw experience from other HSR implementation and operations in relation to local context and environment. ii. Scope of analysis includes regional countries, nation, states along the HSR corridors and local communities

b. Detail demand and price sensitivity analysis: i. Develop multi-modal transport model with projected travel demand ii. Refine pricing model for provision of various level of services that leads to fare structure / model for operations 15 | P a g e
HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

iii.

Refine commercially viability analysis based on local context and global exemplary case studies

c. Detail operational profitability / sustainability and financial model: i. Develop detail operating model (base case) and reference with global exemplary case studies and future trends ii. Develop or simulate operating performance and characteristics, such as schedule, frequency, capacity, speed, fare, journey experience etc iii. Develop other source of revenue and commercial opportunities iv. Develop detail financial model over the lifespan of HSR with ability to simulate various scenarios, e.g. involvement of different entities and level of involvement v. Perform financial projection and performance ratios for each models, provide financial ratios such as internal rate of return, cash-flow, break-even period and payback period vi. Identify financing gap (if any) where public support is needed; indicate the mode and level of support to enable the HSR to be commercially viable vii. Perform financial risks and contingent liabilities assessment with option for financial model audit d. Detail cost estimate based on bottom-up approach (not limited by the list below): i. Cost of construction includes construction risks provisions, mitigation actions (e.g. installation of additional noise barrier, utility diversion, compensation etc) ii. Cost of construction of other facilities or development that supports HSR (if any) iii. Cost of land acquisition based on type of land iv. Cost of rolling stocks include parts and replacement v. Cost of operation include operation, maintenance, service vi. Cost of services include design, project monitoring and commissioning vii. Determine cost-benefits with incremental ratios for various alternatives with corresponding risk analysis viii. Ensure all cost-benefits analysis does not result in additional counting of impacts e. Key enablers: i. Refine value engineering potential ii. Identify control and best practices:

16 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

iii. iv. v. vi.

Identify preferred governance and operational model of HSR Identify new regulation / regulatory amendment required Identify public governance and regulatory setup needed to protect interest of public Identify preferred organizational structure for implementation Identify preferred public-private-partnership (PPP) and financing option Prepare implementation, project contracting and tendering plan Prepare procurement strategy and tender requirement specifications

5.2.3. Feasibility Study - Technical & Engineering a. Define HSR alignment, location for stations and depots: i. Identify feasible and optimal alignment, location for stations and alignment pairing (city pair)options with comparative evaluations ii. Identify terminus stations facility and development potential with indicative layout iii. Identify border stations facility and requirement, i.e. custom, immigration, quarantine, safety and security with indicative layout iv. Identify (for all stations), intermodal transfers with green building index v. Identify suitable location and space for depots with indicative layout for train maintenance and service facility vi. Identify suitable location and space for command and control centre facility with indicative layout vii. Identify supporting system, such as fare collection system, public facilities and infrastructures etc viii. Alignment scale (on map) to be within limit sufficient for planning by SPAD (and other relevant authorities). Recommended scale is: Scale 1:25,000 non-urban and 1:10,000 urban Deviation of +/- 250m ix. Develop attributes for each options such as: Service : transit time, traffic capacity etc Physical : length, size, terrain / ground conditions Features : tunnels, viaducts, other structures

17 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

x.

xi.

Any other impacts : social, land-use, environmental (e.g. noise, vibration, visual impact), major road and utility diversion Develop integrated regional development concept along the HSR corridors: Identify land-use plan and development plan along the corridor with government agencies and local authorities Identify HSR development concept that will maximize values with strong economic, social impact including lifestyle and other impacts Review success and lessons learnt from other HSR experiences Develop geographical information system (GIS), maps and databases to facilitate detail engineering analysis and design with footprints: Alignment, stations and depots including tunnel, vent and access shaft for emergency Neighbouring structures Road and other major utilities including power supply Temporary working space

b. Detail technical feasibility and environmental studies: i. Identify and perform comprehensive assessment of alignment and station constraints, i.e. land use, topography, soil condition, geological and sustainability features such as environmental ii. Site survey to establish geological condition sufficient to establish risks considerations iii. Estimate noise, landscape/visual and vibration pollution and its impact and identify mitigation actions and costs c. Define technology requirements: i. Develop infrastructure, rolling stock, control system and power system requirements based on local requirement and environment particularly: Infrastructure : standards, alignment geometry, safety etc Rolling stock : standards, capacity, performance etc d. Define operating specifications: i. Develop operation specifications in compliance with local regulation

18 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

ii.

iii. iv.

Define system operation requirement to ensure reliability, maintainability, availability, safety and maintain cost effectiveness Provision for future growth, replacements and technical development / improvement Develop requirement on other systems and facilities to support HSR, e.g. integration to other public transportation, road access etc

5.2.4. Engagement a. Stakeholder engagement and consultation; government agencies, local authorities, public and private b. Develop and implement engagement plan during project c. Develop post project engagement plan 5.2.5. Project Management Office a. Project management office service: i. Project manage, coordinate and track ii. Status report and documentation iii. Liaison with various agencies, both public and private, to facilitate the study b. Quality assurance and document control

5.3

Project Deliverables The Tenderer(s) is expected to submit the deliverables according to Appendix 4 in softcopy (1 CD) and printed hardcopy (4 sets). Expected digital file format will be Microsoft Office based documents.

- The remainder of this page has been intentionally left blank -

19 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

5.4

Project Timeline The project and service shall begin immediately upon contract award and to be completed no later than by end of month twelve (12). Project will review findings from interim report and mid-term report to determine the need to continue the feasibility study till end of project, i.e. final report. Major focus of each report would be:a. Inception report i. Confirmation of project management team, workstreams/modules, plans (project quality, strategic & economic, technical & engineering, engagement, detail work plan) b. Interim report i. Phase 1b Feasibility Study progress in particular risk and benefits of HSR ii. Validation of findings from HSR Phase 1a Feasibility Study c. Mid-term report i. Phase 1b Feasibility Study progress in particular HSR model ii. Engagement effort progress and acceptance assessment d. Final report i. Phase 1b Feasibility Study findings and summary ii. Action plans for next step
Timeline

T = 0 month

T + 1 month

T + 2 months

T + 6 months

T + 12 months

Phase 1b Milestone Project kick-off Inception report Interim report Mid-term report Final report

Expected up to 12 months

Figure 1: Project timeline Deliverable acceptance criteria will be validation of deliverable (review, analysis, demonstration by consultant, test / inspections) and sign-off by Project Manager.

20 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

6. PROPOSAL EVALUATION CRITERIA


The evaluation of proposal will be based on, but not limited to, the following factors: 6.1 Mandatory Requirements (a) Compliance with the mandatory requirements of this RFP as stated in paragraph 2.0 and 5.0 of this section. (b) Compliance with the general conditions of the proposal, including format of submission as stated in paragraph 7.0 of this RFP. (c) Valid registration with the Ministry of Finance (MOF) at the time of engagement under the MOF kod bidang 230000 and 240000 (The registration must be kept valid throughout the engagement period). (d) Last 3 years audited account, (certified true copies). (e) Last 3 months bank statement. 6.2 Track Record and Capability to Deliver The Tenderer(s) must have at least 1 or more years of experience in delivering similar work and scope as outlined in this RFP. 6.3 Relevant Experience of Team Members (a) The Tenderer(s) must demonstrate the strength of the core team, including top management and project leaders, with their specified roles and responsibilities. They must have proven experience in delivering similar projects in terms of scope and complexity. (a) Should the Tenderer(s) wishes to team up with 3rd parties, teaming partner resources need to be also identified, and their expertise made clear for this project. (c) Resume and credential of full-time or part-time consultants and Subject Matter Experts (SME) identified shall be submitted in the proposal. 6.4 Methodology and Approach The Tenderer(s) must demonstrate an approach / methodology suitable for the Malaysian context leveraging on proven solutions elsewhere.

21 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

6.5

Quality and Conciseness of Proposal The Tenderer(s) should demonstrate a clear understanding of the specific needs of this Project, and provide an approach which addresses these needs as efficiently and effectively as possible.

6.6

Pricing (a) The Tenderer(s) should aim to provide a price that is fair and reflective of what is being requested of them. The Tenderer(s) shall propose schedule of payment for the Project. The format for fees and cost pricing to follow Schedule C. The Proposed Price is advised to follow the guideline Manual Perolehan Perkhidmatan Perunding Edisi 2011 by Ministry of Finance for Professional Fees, Out-of-Pocket Expenses and Service Tax. The quoted contract price or the Schedule/Breakdown of Price (or part thereof) may be rationalized prior to finalization of the contract/agreement.

(b)

(c)

(d)

7. FORMAT FOR RESPONSE


The Tenderer(s) information furnished must be in direct response to this RFP specifically including being formatted in accordance with the items listed below. SPAD wishes to provide every opportunity to the Tenderer(s) to present their services to the best advantage. The format of the Technical and Financial proposal shall be as per the following subsections. 7.1 Technical Proposal 7.1.1 Table of Content There shall be a table of contents outlining the sections and subsections in the Proposal including supporting document and literature. 7.1.2 Cover Letter The cover letter shall include the following: The company name, address, telephone number, fax number and email address. 22 | P a g e
HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

Name of person(s) who will be the principal contact authorised to make commitments for and on behalf of the Tenderer(s). A statement declaring the accuracy and completeness of ALL information provided in the RFP document including commitments and compliance of conditions and terms by the Tenderer(s). 7.1.3 Management/Executive Summary A summary of the Technical Proposal with emphasis on the following: A summary of the company profile Proposed solution and its key features A Project Timeline highlighting the major work tasks and milestone proposed to ensure successful implementation of the Project 7.1.4 Project Methodology, Approach and Deliverable

The Tenderer(s) shall describe the methodology, approach and deliverables to be undertaken in the Project. 7.1.5 Project Work Plan The Tenderer(s) shall provide the project work plan that describes the key project activities, duration and deliverable to be undertaken in the Project. The Tenderer(s) shall prepare and submit weekly and monthly reports that will enable SPAD to monitor the progress of the Project. 7.1.6 Proposed Engagement Team List of proposed team members with their relevant capabilities, roles and responsibilities (including man-days involvement in the project) Project team structure and/or experiences (please attach team members curriculum vitae)

7.1.7 Company Profile and Capabilities The Tenderer(s) shall provide company profile. The company profile shall describe the company background, ownership structure, services offered, and organisation structure. 7.1.8 Project Reference This will include: A statement of the Tenderer(s)s current workload including project names, client name and contact details, amount of contract commencement date and completion date. Statement of Tenderer(s)s experience in similar projects within the past 5 years. 23 | P a g e
HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

7.1.9 Appendices The Tenderer(s) shall submit the following forms: 7.2 Appendix 2 Keterangan Mengenai Penender Appendix 3 Integrity Pact Appendix 4 Compliance to mandatory requirements Schedule A Proposed Project Team Schedule B Project References

Financial Proposal 7.2.1 Table of Content There shall be a table of content outlining the sections and subsections in the Proposal including supporting document and literature. 7.2.2 Cover Letter The cover letter shall include the following: The company name, address, telephone number, fax number and email address. Name of person(s) who will be the principal contact authorised to make commitments for and on behalf of the Tenderer(s). A statement declaring the accuracy and completeness of ALL information provided in the RFP document including commitments and compliance of conditions and terms by the Tenderer(s). 7.2.3 Management/Executive Summary A summary of the Financial Proposal with emphasis on the following: Summary of the proposed solution Summary of major tasks and milestone proposed; and Summary of project cost 7.2.4 Fees and Costs The Financial Proposal must include a detailed breakdown and total sum of all Professional Fees and Out-of-Pocket Expenses. The professional fees shall itemise the monthly/daily rate per consultant and the man-days required per consultant. The tenderer(s) will also need to provide this input in the form of MS Excel format as part of their softcopy submission along with the printed hardcopies submission. Please refer to Schedule C for the format of the fees and cost pricing table.

24 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

All financial information provided by the Tenderer(s) will be treated with commercial-in-confidence. 7.2.5 Borang Tender and Keterangan Mengenai Penender The above form must be filled and submitted in the Financial Proposal. 7.2.6 Appendices The Tenderer(s) shall submit the following forms: 7.3 Appendix 1 Borang Tender Appendix 3 Integrity Pact Schedule A Proposed Project Team Schedule C Schedule of Fees and Cost

Financial Information The Tenderer(s) is required to furnish SPAD with the following information: Last 3 years audited financial statements (certified true copies) Last 3 months bank statement Banking / credit facility given by bank(s) or financial institution(s), if any

- The remainder of this page has been intentionally left blank -

25 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

APPENDIX 1 - BORANG TENDER

Kepada: Ketua Pegawai Eksekutif Suruhanjaya Pengangkutan Awam Darat Level 19, 1 Sentral Jalan Travers Kuala Lumpur Sentral 50470 Kuala Lumpur Tuan, Permohonan Kertas Cadangan bagi HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011) Mengikut syarat-syarat Tawaran yang dikembarkan bersama, Syarikat kami, ___________________ bersetuju menawarkan perkhidmatan seperti yang telah dicatat dan diterangkan dalam penentuan yang akan dihantarkan dan disempurnakan dengan harga-harga seperti tercatat dalam Jadual Harga yang dikembarkan bersama-sama ini. Jumlah harga tawaran adalah: RM ____________ (Ringgit: _____________________________) 2. Kami telah menyemak dan bersetuju mematuhi butir-butir penentuan dengan lengkap mengikut seperti yang dikehendaki. 3. Jika tawaran kami disetujuterima, kami mengakujanji bahawa semua pembekalan, penghantaran, pemasangan dan pengujian dan perkhidmatan akan disempurnakan dalam tempoh ______ selepas Surat Setujuterima Tender diterima oleh pihak kami. 4. Kami bersetuju bahawa tuan berhak menerima atau menolak mana-mana tawaran sama ada tawaran itu rendah, tinggi atau sama dengan lain-lain tawaran yang dikemukakan. Kami bersetuju bahawa tawaran ini sah selama 6 bulan dari tarikh tutup Tender dan bersetuju melanjutkan tempoh sah tawaran jika dipohon secara bertulis oleh SPAD. 5. Sekiranya tawaran ini disetujuterima, kami bersetuju mengikat kontrak dengan SPAD dan mengemukakan cagaran keselamatan seperti yang dinyatakan dalam Notis Tender dalam masa 14 hari daripada tarikh penerimaan Surat Setujuterima Tender.

26 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

6. Kami mengesahkan bahawa kami telah menyemak dokumen-dokumen dan memperakui bahawa semua dokumen yang digunakan untuk penyediaan Tawaran ini adalah salinan asal.

Tandatangan Penender

Nama Alamat Cop Resmi Syarikat Telefon Tarikh

: : : : :

Tandatangan Saksi

Nama No. K/P Alamat Tarikh

: : : :

*** Potong yang tidak berkenaan

27 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

APPENDIX 2 - KETERANGAN MENGENAI PENENDER


1 2 3 NAMA PENENDER ALAMAT PEJABAT NO. TELEFON NO. FAX 4 5 NO. PENDAFTARAN SYARIKAT NO. PENDAFTARAN KEMENTERIAN KEWANGAN (Sertakan Salinan) 6 MODAL: MODAL DIBENAR MODAL DIBAYAR 7 BUATAN DALAM MALAYSIA (a) Sebutkan samada barang-barang yang hendak dibekalkan itu dibuat dalam Malaysia ataupun di luar Malaysia

(b) Jika barang dibuat dalam Malaysia, nyatakan peratus nilai barangan yang dibuat dalam Malaysia. 8 PEKERJA-PEKERJA Beri peratus pembahagian pekerja dari segi ras (bangsa) yang digunakan oleh Firma tuan bagi menjalankan tender ini. (1) Warganegara (a) Melayu (b) Cina (c) India (d) Lain-lain (2) Bukan Warganegara : ........% : ........ % : ........ % : ........% : ........%

28 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

PENGALAMAN Beri butir mengenai pengalaman tuan dalam membekal barang-barang dan kerja dalam pelawaan tawaran ini kepada SPAD dalam tempoh lima tahun yang terakhir,

10

KONTRAK DENGAN KERAJAAN PADA MASA YANG LALU Jika Penender pernah mengikat Kontrak dengan mana-mana Jabatan Kerajaan/ Badan Berkanun, nyatakan samada Firma tuan pernah mengalami penggantungan atau penamatan kontrak dengan Kerajaan oleh kerana perlanggaran syarat-syarat Kontrak.

11

TEMPOH PEMBEKALAN Nyatakan tempoh penyempurnaan pembekalan, penghantaran, pemasangan dan pengujian peralatan.

12

LAIN-LAIN KETERANGAN MENGENAI PENENDER

Saya mengaku bahawa segala keterangan di atas adalah benar.

Tandatangan Penender Nama Penender: No. K/P: Jawatan: Tarikh:

Tandatangan Saksi: Nama Saksi: No. K/P: Jawatan: Tarikh:

Cop Syarikat:

29 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

APPENDIX 3 INTEGRITY PACT


SURAT AKUAN PEMBIDA Bagi (RFP No: SPAD/ RFP/ 0 0 7 / 2 0 1 1 ) (Nama Wakil Syarikat) Saya, ....... nombor K.P. ............... yang (Nama Syarikat) mewakili ................................................................ nombor (MOF/PKK/CIDB/ROS/ROC/ROB) Pendaftaran................. dengan ini mengisytiharkan bahawa saya atau mana-mana individu yang mewakili syarikat ini tidak akan menawar atau memberi rasuah kepada mana-mana individu dalam Suruhanjaya Pengangkutan Awam Darat .......................... atau mana-mana individu lain, sebagai sogokan untuk dipilih dalam tender/ sebut harga* seperti di atas. Bersama-sama ini dilampirkan Surat Perwakilan Kuasa bagi saya mewakili syarikat seperti tercatat di atas untuk membuat pengisytiharan ini. 2. Sekiranya saya atau mana-mana individu yang mewakili syarikat ini didapati bersalah menawar atau memberi rasuah kepada mana-mana Suruhanjaya Pengangkutan Awam Darat individu dalam.............. atau mana-mana individu lain sebagai sogokan untuk dipilih dalam tender/ sebut harga* seperti di atas, maka saya sebagai wakil syarikat bersetuju tindakan-tindakan berikut diambil: 2 .1 penarikan balik tawaran kontrak bagi tender/ sebut harga* di atas; atau 2 .2 penamatan kontrak bagi tender/ sebut harga* di atas; dan 2 .3 lain-lain tindakan tatatertib mengikut peraturan perolehan Kerajaan. 3. Sekiranya terdapat mana-mana individu cuba meminta rasuah daripada saya atau mana-mana individu yang berkaitan dengan syarikat ini sebagai sogokan untuk dipilih dalam tender/ sebut harga* seperti di atas, maka saya berjanji akan dengan segera melaporkan perbuatan tersebut kepada pejabat Suruhanjaya Perkhidmatan Rasuah Malaysia (SPRM) atau balai polis yang berhampiran. Yang Benar, (Tandatangan) ...... (Nama dan No.KP)

Cop Syarikat : Catatan: * Potong mana yang tidak berkaitan. 30 | P a g e


HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

APPENDIX 4 - COMPLIANCE TO MANDATORY REQUIREMENTS


Tenderer(s) to fill in this Schedule and submit in Technical Proposal Failure to comply with any of the following requirements may cause the proposal to be disqualified and rejected.

i.

Proposed solution

Description of overall solution description of mandatory scope and optional scope (if any) and demonstrate clear understanding of projects needs, expectations and appreciation of constraints and challenges. Detail description for each itemized scope items include: descriptions best practices from global insight roles and responsibilities of consultant roles and responsibilities of SPAD expected outcome and deliverable key assumptions, exclusions, dependencies (if any) Description of best practices in project management and methodology or approach to be employed to ensure the success of the project. Compliance to Scope of Work as per Para. 5.3 Project plan with timeline and key milestones indicated as per requirement Project organisational structure chart with indicative resources List of key personnel identified for the project Key resource role & responsibility descriptions (as per project organisational structure), full time equivalent (FTE) and duration on timeline. Key personnel are expected to be based in SPAD office premise. Corporate background, core service and expertise Relevant experience both local and international Project and post project achievements and credentials

ii. iii. iv. v.

Project management and implementation methodology Technical compliance Implementation schedule and milestones Organisation structure, personnel qualifications / resume, certification and job roles

vi.

Consultant background, track record and credentials

31 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

SECTION 2 APPENDICES

SCHEDULE A PROPOSED PROJECT TEAM


Tenderer(s) to fill in this Schedule and submit in BOTH Technical and Financial Proposals Personnel Curriculum Vitae
Project Role Project responsibilities Resource Name, IC No, Current Position/Title Number of years of Practical Experience Project Involvement (Man-Days) Experience and projects undertaken by Named resource >General qualification/certifications > Project Name > Month/Year Start-End > Brief description of nature & scale of project > Summarized role & responsibilities

Project Manager (example) Technical lead (example)

Proposed Project Team Structure: Diagram of project team structure

32 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

SECTION 2 APPENDICES

SCHEDULE B PROJECT REFERENCES


Tenderer(s) to fill in this Schedule and submit in BOTH Technical and Financial Proposals Company Project Experience (list only projects within the past 5 years, grouped by project type)
Project Name Location Project Type Scope of services provided Client name address and contact details Status of project Value of project (RM000)

- The remainder of this page has been intentionally left blank -

33 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

SECTION 2 APPENDICES

SCHEDULE C SCHEDULE OF FEES AND COST


Tenderer(s) to fill in this Schedule and submit in ONLY Financial Proposal Table 1: Price breakdown for in-scope services No 1 2 3 4 5 6 Description (position, e.g. project manager, consultant, associate, analyst) Cost (RM/ manday) Effort (manday) Total Price (RM) Total Price (%)

Out of pocket expenses Others (taxes, government duties etc) TOTAL (RM)

Table 2: Price schedule for in-scope services No 1 2 3 4 TOTAL (RM) Description (key milestones, e.g. preliminary assessment, findings etc) Total Price (RM) Total Price (%) Schedule (week #)

- The remainder of this page has been intentionally left blank -

34 | P a g e

HIGH SPEED RAIL FEASIBILITY STUDY PHASE 1B PROJECT (RFP No: SPAD/RFP/007/2011)

Você também pode gostar