RFP-AE NH-730-Km
RFP-AE NH-730-Km
RFP-AE NH-730-Km
GOVERNMENT OF INDIA
MINISTRY OF ROAD TRANSPORT &
HIGHWAYS
1
Ministry of Road Transport & Highways Request for Proposal for AE
CONTENTS
2
Ministry of Road Transport & Highways Request for Proposal for AE
GOVERNMENT OF INDIA
MINISTRY OF ROAD TRANSPORT AND HIGHWAYS
Notice inviting RFP
The complete BID document can be viewed / downloaded from official portal of
MoRT&H http://www.morth.nic.in or e-procurement portal of MoRT&H
https://morth.eproc.in from 06.09.2016 to 06.10.2016 up to 17.00 hrs. IST. Bid
must be submitted online only at https://morth.eproc.in on or before 06.10.2016 (up
to 17.00 hours IST). Bids received online shall be opened on 07.10.2016 (at 15.00
hours IST).
Bid through any other mode shall not be entertained. However, Bid Security,
document fee, Power of Attorney and joint bidding agreement shall be submitted
physically by the Bidder on or before 07.10.2016 (up to 12.00 hours IST).
(P. K. Pandey)
Superintending Engineer
28th Circle (NH), P.W.D, Bareilly
Phone no. 0581-2427210,
E-mail address: [email protected],[email protected]
Please note that the Ministry of Road Transport& Highways reserves the right to
accept or reject all or any of the BIDs without assigning any reason whatsoever.
3
Ministry of Road Transport & Highways Request for Proposal for AE
1. Ministry of Road Transport & Highways (MoRT&H) for the works entrusted to
NH wing of the State PWD, Uttar Pradesh (the ‘Employer’) invites proposals from
eligible consultants and the Ministry‘s empanelled Consultants up to the dead line for
submission of bids for engaging Authority’s Engineer (AE) on the basis of International
Competitive Bidding for the following contract package in the State of Uttar
Pradesh.
TABLE 1: DETAILS OF PROJECT
5. The interested consultancy firms may download the RFP document from
the official website of the MoRT&H w.e.f. 06.09.2016 to 06.10.2016 up to
17.00 hrs. IST. The Consultant who downloads the RFP document from
the website will be required to pay the non- refundable fee of Rs. 5,000/-
at the time of the submission of the Bid proposal, in the form of Demand
Draft. The RFP will be invited through e-tendering portal.
6. The Applicant shall furnish as part of its Proposal, a bid security of Rs.
50,000 (fifty thousand) in the form of a Bank Guarantee (as per the format
specified in Appendix N of this RFP document) (the “Bid Security”), valid
for 60 days beyond the validity of the bid. The Bid submitted without Bid
Security will be summarily rejected. The Bid Security of the successful
Bidder will be returned when the Bidder has signed the Contract
Agreement with the Employer and has furnished the required
Performance Guarantee as specified in the document within 15 days from
the receipt of the Letter of Acceptance. The Bid Security will be forfeited:
(a) If a Bidder withdraws its bid during the period of bid validity. Or
(b) If the Bidder fails to accept the Employer’s corrections of arithmetic
errors in the Bidder’s bid (if any), or
(c) If the Successful Bidder fails to sign the contract agreement with
the Employer with in the prescribed period, or
(d) If the Successful Bidder fails to furnish the Performance Security
with in the stipulated time.
Unqualified bidders would be informed regarding their non qualification,
without any explanation and thereafter Bid Security would be returned
unopened after the evaluation of the financial proposal and signing the
contract agreement with the successful bidder.
7. The proposal should be submitted by consultancy firms in two parts.
The two parts of the proposal are Part 1: Technical Proposal and Part 2:
Financial Proposal. For a given EPC Project, Stage -1 of the
Evaluation shall consider the evaluation of the Technical Proposal
(i.e. Part 1). The firms scoring the qualifying marks (minimum 75%)
as mentioned in RFP shall only be considered for further evaluation.
Under stage 2, the financial proposal of such firms as selected above
shall be opened and evaluated. Proposals will finally be ranked
according to their combined technical and financial scores as specified in
clause 5 of section 2. The first ranked Applicant shall be selected for
negotiation (the “Selected Applicant”) while the second ranked Applicant
will be kept in reserve.
8. The total time period for the assignment as Authority’s Engineer will
be for Construction Period 18 Months +48 Months for Maintenance
Period with reduced man power.
9. Consultants may apply either as a sole firm or forming Joint Venture with
other consultants. In case of J.V., both the firm shall be empanelled with
MoRT&H in relevant category. In case of Joint Venture, the maximum
5
Ministry of Road Transport & Highways Request for Proposal for AE
**2/4/6 lane as applicable for the project for which RFP is invited. For 2-lane projects
experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects.
Experience of 2 lane will be considered for 4/6 laning projects with a multiplication
factor of 0.75. For standalone bridge projects, experience in bridge work (either
standalone project or as a part of road project) only be considered.
B) Eligibility Criteria for partners in case of JV (not more than 1 JV partners shall
be allowed) shall be as under:
The lead partner must fulfil at least 50% of requirements at 1(a) of table in para
(A) above and other JV partner should fulfil at least 30% of eligibility criteria as
indicated at 1(a) of table in para (A) above. Also the lead partner and JV
partner jointly should meet the eligibility criteria as mentioned at 1(a) of table in
para (A) above. Lead partner should meet the criteria 1 (b) of table in para (A)
above.
Note: The weightage given for experience of a firm would depend on the role of
the firm in the respective assignments. The firm’s experience would get full
credit if it was the sole firm in the respective assignment. If the applicant firm
has completed projects as JV with some other firms, weightage shall be given
as per the JV share***. However if the applicant firm has executed the project as
associate with some other firms, 25% weightage shall be given to the applicant
firm for the projects completed under such association.
12. Following enhancement factor will be used for the cost of services provided and
for the turnover from consultancy business to a common base value for works
completed in India:
Year of completion of Enhancement factor
services / turnover
Financial year in which 1.00
RFP invited
One year prior to RFP 1.10
Two year prior to RFP 1.21
Three year prior to RFP 1.33
Applicant should indicate actual figures of costs and amount for the works
executed by them without accounting for the above mentioned factors.
7
Ministry of Road Transport & Highways Request for Proposal for AE
In case the financial figures and values of services provided are in foreign
currency, the above enhancement factors will not be applied. Instead, current
market exchange rate (State Bank of India BC Selling rate as on last date of
submission of the bid) will be applied for the purpose of conversion of amount
in foreign currency into Indian Rupees.
13. Consultants (sole firm or lead firm and any of the JV partners) who have been
debarred by NHAI or any other central/state government organization and the
debarment is in force as on last date of submission of proposal, need not apply
as their RFP proposal will not be entertained.
14. Employer will not be responsible for any delay, loss or non-receipt of RFP
document sent by post/courier. Further, Employer shall not be responsible for
any delay in receiving the proposal and reserves the right to accept/reject
any or all applications without assigning any reason thereof.
15. The two parts of the Proposal (Technical proposal and Financial proposal)
must be submitted on-line with all pages numbered serially, along with an
index of submission as per procedure under e-tendering. The technical
proposal is also required to be submitted in a hard bound form exactly
as per submission made online with all pages numbered serially
alongwith an index of submission. (Hard bound implies binding
between two covers through stitching or otherwise whereby it may not
be possible to replace any paper without disturbing the documents).
Spiral bound form, loose form, etc. will be not accepted. The
Financial proposal is to be submitted online only. Submission in any
other form shall not be acceptable. In the event, any of the instructions
mentioned herein have not been adhered to, the Employer may reject the
Proposal.
16. Employer will be at liberty to keep the credentials submitted by the Consultants at
bidding stage, in public domain and the same may be uploaded by Employer on
Employer’s web-site. Consultants should have no objection if Employer uploads
the information pertaining to their credentials as well as of their key personnel.
17. The individual key personnel proposed in the bid by the consultants or any
replacement thereof should undertake that they shall have no objection in
uploading/hoisting of their credentials by Employer in public domain.
18. RFP submission must be uploaded online not later than 17.00 hrs on
06.10.2016 in the manner specified in the RFP document. Further hard copy of
the specified documents including bid security is required to be submitted not later
than 07.10.2016 (12.00 Hours) to offices of Executive Engineer, N.H.
Construction Division, P.W.D., Bareilly, Superintending Engineer, 28th Circle
(NH), P.W.D. Bareilly, Chief Engineer(NH) PWD Lucknow, Regional Officer
MORT & H Lucknow, Chief Engineer(P-2) MORT&H New Delhi.
8
Ministry of Road Transport & Highways Request for Proposal for AE
1 INTRODUCTION
1.1 Bids are invited from consulting firms either as a sole firm/ joint venture with
other consultant willing to act as AE to submit a proposal for providing
consulting services required for the assignment named in the attached Letter
of Invitation. Your proposal could form the basis for future negotiations
and ultimately a contract between your firm and the Employer.
1.2 A brief description of the assignment and its objectives are given in the
Terms of Reference (TOR).
1.3 The assignment shall be implemented in Construction Period (18
Months) and Maintenance Period (48 Months).
1.4 This RFP is neither an agreement nor an offer by the Authority to the
prospective Applicants or any other person. The purpose of this RFP is to
provide interested parties with information that may be useful to them in the
formulation of their Proposals pursuant to this RFP. This RFP includes
statements and assumptions, which reflect various assessments, arrived at by
the Authority in relation to the Consultancy. Such assessments and statements
do not purport to contain all the information that each Applicant may require.
The information contained in this RFP, may not be complete, accurate,
adequate or correct. Each Applicant should, therefore, conduct its own
investigations about the assignment and the local conditions before submitting
the proposal by paying a visit to the Client and the project site, sending written
queries to the client, before the date and time specified in the Data Sheet.
1.5 Please note that (i) the costs of preparing the proposal and negotiating for the
contract, including a visit to site, are not reimbursable as a direct cost of
assignment and (ii) Employer is not bound to accept any of the proposals
received by it and reserves the right to annul the selection process at any
time prior to contract award, without thereby incurring any liability to the
Consultants.
1.6 Deleted
1.7 Deleted
1.8 Consultant have an obligation to disclose any situation of actual or potential
conflict that impacts their capacity to serve the best interest of their
Client, or than may reasonably be perceived as having this effect. Failure
to disclose said situations may lead to the disqualification of the Consultant or
the termination of its Contract and/or any other action as deemed fit by the
Authority at any stage.
1.9 It is the Employer’s policy that the consultants observe the highest
standard of ethics during the selection and execution of such contracts. In
pursuance of this policy, the Employer:
(a) Defines, for the purpose of this paragraph, the terms set forth below as
follows:
9
Ministry of Road Transport & Highways Request for Proposal for AE
2.1 The Consultants may request a clarification of any of the RFP documents
up to the number of days indicated in the Data Sheet before the Proposal
submission date. Any request for clarification must be sent in writing by
paper mail, facsimile, or electronic mail to the Client’s address indicated in
the Data Sheet. The Client will respond by cable, facsimile, or electronic
mail to such requests and will send copies of the response (including an
explanation of the query but without identifying the source of inquiry) to all
consultants who have purchased the RFP document.
Clarification/amendment will also be hosted on Employer’s web-site.
2.2 At any time before the submission of Proposals, the Client may for any
reason, whether at its own initiative or in response to a clarification
requested by a Consulting firm, modify the RFP documents by
amendment. Any amendment shall be issued in writing through
addendum. Addendum may be sent by mail, cable, telex, facsimile or
electronic mail to consultants or/and will be hosted on Employer’s website
which will be binding on them. The Client may at its discretion extend the
deadline for the submission of Proposals.
3. PREPARATION OF PROPOSAL
3.1 You are requested to submit your proposal in Two Parts strictly using the
formats enclosed herewith (refer section 3, 4 and 5) in 2 separate
envelopes/ packages and put together in one single outer
envelope/package. The two parts shall be:
Part 1: Technical Proposal and
Part 2: Financial Proposal.
The proposal shall be written in the English language as specified in the
Data Sheet. All pages of the Proposal shall be signed by an authorized
representative. The representative’s authorization shall be confirmed by
11
Ministry of Road Transport & Highways Request for Proposal for AE
3.2 You are expected to examine all terms and conditions included in the
documents. Failure to act or to provide all requested information will be at your
own risk and may result in rejection of your proposal.
3.3 During preparation of the Technical proposal you may give particular
attention to the following :
i. The man-months for the assignment shall be that stated in the Terms
of Reference. The same shall be considered for the purpose of
evaluation as well as award. In case the man months of TOR are
amended in view of Client’s own initiative or in response to clarification
sought by any Consulting firm, the man months so amended and
published shall be considered for the purpose of evaluation as well as
award.
ii. The Consultants should prefer to field as many of their permanent
staff as possible. The permanent staff would be considered those
already employed with the firm prior to one year from the month
during which this Tender Notice is issued. Applicant shall submit the
details of the period of employment of the proposed personnel with the
firm.
iii. No alternative to key professional staff may be proposed and
only one Curriculum Vitae (CV) may be submitted for each position
and
iv. A good working knowledge of the language specified in the data
sheet is essential for key professional staff on this assignment.
Reports must be in the language (s) specified in the data sheet
v. Deleted
vi. The Consultants shall ensure that their firm and all the proposed Key
Personnel are registered on INFRACON portal and their credentials
uploaded on the portal. Proposal of firms and personnel not listed in the
portal shall not be evaluated.
3.4 Your Technical Proposal must provide the following information, using
but not limited to the formats attached in the Section 3 &4.
i. A brief description of the firm’s organisation and an outline of
recent experience of the Consultants and, in the case of Joint
Venture, for each partner, on assignments of a similar nature. The
information which you shall provide on each assignment should
indicate, inter-alia, the profiles of the staff provided, duration, contract
amount and firm’s involvement. The details of assignments on hand
12
Ministry of Road Transport & Highways Request for Proposal for AE
considered in any future bids for that position for two years. No
deduction for such replacement who are not found suitable during
interaction shall be made.
In the eventuality that a firm becomes non-responsive, for the third time,
due to the action of replacements of more than 2 key personnel during
negotiation, the firm and its constituent JV partners and Associates shall
be debarred upto one year for Employer’s consultancy projects.
x. Any additional information.
3.5 The technical proposal must not include any financial information.
3.6 Your Financial Proposal must be strictly using the formats attached in Section 5.
No additional items/quantities other than that specified in the formats should be
proposed by the Consultants since the same shall not be considered for the
evaluation/award. Consultants shall be paid billing rates for services rendered
by the personnel of all categories namely (i) key Personnel; (ii) sub-Professional
personnel and (iii) Support staff on man-moth wise. For calculating billing rates
of remaining items of the financial proposal, namely (i) transportation, (ii) Duty
travel to site (iii) Office Rent, (iv) office supplies communication etc (v) reports &
document printing and (vi) survey equipment etc. quoted amount of selected
consultant will be converted to percentage of civil work cost quoted by civil
contractor and payment will be made in proportionate to the financial progress of
the civil work. Beginning 13th month from the last date of submission of bid,
billing rates shall be increased @ 5% every 12 months. However, for evaluation
and award of the Bid proposals, the quoted initial rate (as applicable for first 12
months from last date of submission of bid) shall be multiplied by the total time
input for each position on this contract, i.e. without considering the increase in
the billing rates. All payments shall be made in Indian Rupees and shall be
subjected to applicable Indian laws withholding taxes if any.
3.7 The Financial Proposal should clearly identify as a separate amount, the
local taxes (including social security), duties, fees, levies and other
charges imposed under the applicable law, on the consultants, the sub-
consultants, and their personnel (other than nationals or permanent residents
of the government’s country); unless the Data Sheet specifies otherwise.
This cost, however, will not be considered in evaluation.
3.8 Consultants may express the price of their services in the Indian Rupees
only.
3.9 Service tax as applicable shall be paid to the consultant while making
payment for services rendered. The consultants shall then deposit the same
with the tax authorities and provide a proof of having done so within next 90
days in line with policy circulars issued by Employer. Employer shall pay only
the service tax.
4. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS
15
Ministry of Road Transport & Highways Request for Proposal for AE
(a)
Technical proposal as indicated in para ‘B’ below
(b)
Financial proposal as per format prescribed in SECTION-5 OF
RFP.
B. Hard copy in Original (identical to proposals to be submitted in Sealed
Envelop and also Electronic form to be uploaded on the E-tendering portal of
Employer)
(II) Cost of RFP of Rs. 5000/- (Rupees Five thousand only) in the form of
Demand Draft (DD) in favour of Regional Pay & Accounts Officer,
MoRT&H, Lucknow” payable at Lucknow.
(III) Bid Security (for the amount given in section 1 of this document) in the
form of a Bank Guarantee and the format specified in this document
and
16
Ministry of Road Transport & Highways Request for Proposal for AE
iii. The Applicant shall submit the original documents specified above in
point no.4.1 (ii) B together with their respective enclosures and seal it in
an envelope and mark the envelope as “Technical Proposal” for the
Project for which proposal is submitted and name and address of the
Applicant. The envelope must be clearly marked “DO NOT OPEN,
EXCEPT IN THE PRESENCE OF THE EVALUATION COMMITTEE”. In
addition, the Application due date should be indicated on the right hand
corner of the envelope. RFP must be uploaded online not later than 17.00
Hrs of 06.10.2016 in the manner specified in the RFP document. Further
hard copy of the specified documents including bid security is required to
be submitted not later than 07.10.2016 (12.00 Hours) to:
iv. The Applicant shall upload scanned copies of the Technical Proposal and
Financial Proposal as specified in point nos. 4.1 (ii) A & B above on the
E-tendering portal of MoRT&H before 17:00 hours Indian Standard Time
on the Application due date i.e. on 06.10.2016. Hard copy of the
documents as specified in point nos. 4.1 (ii) B above only is required to
be submitted. Financial Proposal is to be submitted On-line only and
no hard submission is to be made. In the event of any discrepancy
between the original and the copy (in electronic form), the original shall
prevail.
(i) Opening of Proposals will be done through online for Financial Proposal and
both on-line and manually for Technical Proposal.
(ii) For participating in the tender, the authorized signatory holding Power of
Attorney shall be the Digital Signatory. In case the authorized signatory
17
Ministry of Road Transport & Highways Request for Proposal for AE
holding Power of Attorney and Digital Signatory are not the same, the bid
shall be considered non-responsive.
The Employer shall open Envelope containing Technical Proposal received
as mentioned in point nos. 4.1 (ii) B at 15:00 hours Indian Standard Time on
the 07.10.2016 in the presence of the Applicants who choose to attend. The
Employer will subsequently open the Technical Proposal as mentioned in point
no. 4.1 (ii) A(a) above and evaluate the Applications in accordance with the
provisions set out in the RFP.
(iii) The Financial Proposal 4.1 (ii) A (b) will be opened of the short listed
applicants who qualify for financial opening as per RFP. The date of opening of
Financial Proposal will be notified later on.
5 PROPOSAL EVALUATION
5.1 A two -stage procedure shall be adopted for evaluating the proposals.
5.2 Deleted
Technical Proposal
5.3 The Evaluation Committee appointed by the Employer shall carry out
its evaluation applying the evaluation criteria and point system
specified in the data sheet. Each responsive proposal shall be attributed
a technical score (ST.) Only those Applicants whose Technical proposal
score 75 marks or more out of 100 shall qualify for further consideration.
However, if the number of such pre-qualified applications is less
than two, the Employer may, in its sole discretion, pre-qualify the
applicant(s) whose technical score is less than 75 marks. Applicants
shall carryout self-evaluation based on the criteria mentioned in the Bid
Document. While submitting the self-evaluation, consultant shall make
references to the documents which have been relied upon in his self-
evaluation.
Financial Proposal
5.4 After the evaluation of Technical Proposals is completed and the shortlist of
firms is finalised, the Employer may notify those consultants whose proposals
were not considered as per conditions of RFP. The Employer shall
simultaneously notify the shortlisted firms indicating the date and time set for
opening of the Financial Proposals.
5.5 The Financial Proposals shall be opened publicly in the presence of the
consultants’ representatives who choose to attend. The name of the
consultant, the technical scores, and the proposed prices shall be read aloud
and recorded when the Financial Proposals are opened. The Client shall
prepare minutes of the public opening.
5.6 The Evaluation Committee will determine whether the submitted Financial
Proposals are complete (i.e. whether they have included cost of all items of
18
Ministry of Road Transport & Highways Request for Proposal for AE
the corresponding proposals; if not, then the cost towards such missing items
will be considered as NIL, but the Consultant shall, however, be required to
carry out such obligations without any additional compensation.) and without
computational error. In case under such circumstances, if Client feels that the
work cannot be carried out within the overall cost as per the submitted
financial proposal, such proposals shall be considered non responsive.
5.7 The lowest financial proposal (FM) will be given a financial score (SF) of 100
points. The financial scores of other proposals will be computed as follows:
SF= 100 x FM/F (F= amount of financial proposal)
5.8 Proposals will finally be ranked according to their combined technical (ST) and
financial (SF) scores as follows:
S= ST x Tw+SF x Fw
Where S is the combined score, and Tw and Fw are weights assigned to
Technical Proposal and Financial Proposal, that shall be 0.80 and 0.20
respectively.
5.9 The selected Consultant shall be the first Ranked Applicant (H-1, having the
highest combined score). The second ranked applicant (H-2) shall be kept in
reserve and may be invited for negotiation in case the first ranked Applicants
withdraws, or fails to comply the requirements specified in this document. In
the event the proposals of two or more consultants have the same scores in
the final ranking, the proposal with the highest technical score should be
ranked first.
6 NEGOTIATIONS
6.1 Prior to the expiration period of validity of proposal, the Employer shall
notify the successful firm who submitted the highest scoring proposal in
writing by registered letter or facsimile and may either issue LOA if
negotiations are not required or may invite it to negotiate the contract. In
case two or more firms obtain same score, the firm achieving the highest
Technical score shall be invited first for negotiations.
6.2 Negotiations normally take one to two days. The aim is to reach agreement on
all points, and initial a draft contract by the conclusion of negotiations
6.3 In case of 1st round of negotiation is not held within 180 days from the Bid
Receipt Date due to reasons attributable to Employer, the lowest bidder shall
be permitted for replacement upto a maximum of 50% key personnel with key
personnel of equivalent or better qualifications without considering the same as
replacement and without any deduction. However, for avoidance of doubt, it is
clarified that replacement of key personnel whose CV has scored less than
75% marks shall continue be considered as replacement as per para 3.4.(iv)
(f).
6.4 Negotiations shall commence with a discussion of your technical
proposal, the proposed methodology (work plan), staffing. Agreement
must then be reached on the staffing and bar charts, which shall indicate
activities, staff, periods in the field and in the home office, staff months,
19
Ministry of Road Transport & Highways Request for Proposal for AE
logistics and reporting. Special attention shall be paid to optimise the required
outputs from the firm within the available budget and to define clearly the
inputs required from the Employer to ensure satisfactory implementation of
the assignment.
6.5 It is the responsibility of the Consultant, before starting financial
negotiations, to contact the local tax authorities to determine the local tax
amount to be paid by the Consultant under the Contract. The financial
negotiations will include a clarification (if any) of the firm’s tax liability in the
Client’s country, and the manner in which it will be reflected in the Contract;
and will reflect the agreed technical modifications in the cost of the
services.
6.6 Having selected a firm, among other things, on the basis of an evaluation of
proposed key professional staff, the E m p l o ye r ’ s expects to negotiate, a
contract on the basis of the staff named in the proposal and, prior to contract
negotiations, will require assurance that this staff shall be actually available.
6.7 Replacement of key personnel shall be considered only in unavoidable
circumstances. In no case more than two replacements of key personnel shall
be permitted during negotiation and in such cases Consultant and such key
personnel shall have to submit affidavit to the effect that during the period of
assignment specified in para 8 of Section:1, the replaced key personnel shall
not be professionally employed anywhere in Employer’s works. Employer shall
not further consider CV of such key personnel directly or indirectly for any of its
projects for this period. The reduction in remuneration of such replacements
shall be 5% and 10% for 1st replacement and 2nd replacement respectively
within validity period of bid. In case during negotiations held within validity period
of bid, more than two replacements are sought by the H1 consultant, his
proposal shall be considered as Non-Responsive. In such case the combined
score of remaining technically qualified firms, meeting the non-conflict condition
shall be evaluated to arrive at new H1. In case during interaction with the key
personnel at the time of negotiation it is found that the key personnel proposed
is un-suitable for the assignment position, his replacement by equivalent or
better shall be provided by the consultant. The key personnel with such un-
suitable CV shall not be considered in any future bids for that position for two
years. No deduction for such replacement who are not found suitable during
interaction shall be made. In the eventuality that a firm becomes non-
responsive, for the third time, due to the action of replacements of more than 2
key personnel during negotiation, the firm and its constituent JV partners and
Associates shall be debarred upto one year for Employer’s consultancy projects.
6.8 Each key personnel of the preferred consultant shall be called for interview at
the time of negotiation at the cost of the Consultant. At the time of interview, Key
Personnel will be required to produce certificate regarding qualification and
experience in support of their CVs for verification and return. However, the
officials retired from MoRT&H/State/Uttar Pradesh PWD may be exempted from
producing the experience certificate. The negotiations shall be concluded with a
review of the draft form of Contract. The Employer and the firm will finalise the
20
Ministry of Road Transport & Highways Request for Proposal for AE
7 AWARD OF CONTRACT
7.1 After completion of negotiations with the consultants, the Client shall
award the Contract to the selected Consultant. However, after signing of the
Contract, the Client may return the unopened Financial Proposals to the
unsuccessful Consultants.
7.2 The successful firm with whom the contract is signed is expected to
commence the assignment on the date and at the location specified in the data
sheet.
21
Ministry of Road Transport & Highways Request for Proposal for AE
DATA SHEET
(As Mentioned in Letter of Invitation to Consultants)
Sub clause No. in Letter of Invitation to Consultants
Superintending Engineer
28th Circle (NH), P.W.D, Bareilly
Phone no. 0581-2427210,
E-mail address: [email protected],[email protected]
(i) Sub criteria for Relevant Experience of the firm for the assignment
Criteria Marks
Year of Establishment of the Firm (In case of JV year of establishment 2
of Lead Member shall be considered)
Average Annual Turnover (last 3 years) from consultancy business 2
Experience in Construction Supervision/Independent
Engineer/Authority Engineer in Highway Projects of length equal to 16
40% of project length of similar category for which RFP invited of
2/4/6**-laning or more / bridge works in last 7 years*
22
Ministry of Road Transport & Highways Request for Proposal for AE
**2/4/6 lane as applicable for the project for which RFP is invited. For 2-lane projects
experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects.
Experience of 2 lane will be considered for 4/6 laning projects with a multiplication
factor of 0.75. For standalone bridge projects, experience in bridge work (either
standalone project or as a part of road project) only be considered.
In case of JV the turnover and experience details of Lead and JV partners will be
added for evaluation. Credentials of associate firm, except key personnel, if any will not
be considered for evaluation. However consultant should submit details as per section
3, separately for Lead partner JV partner and associate.
23
Ministry of Road Transport & Highways Request for Proposal for AE
(a) Permanent staff (those already employed with the firm prior to one
year from the month during which this Tender Notice is issued) = 5
marks.
(b) Retainer/non-permanent staff = Zero Mark.
The technical proposal should score at least 75 marks to be considered responsive for
financial evaluation.
6. Commencement of Assignment: The firm shall begin carrying out the services
within one month of signing of the Consultancy Agreement.
24
Ministry of Road Transport & Highways Request for Proposal for AE
Appendix A
The following information related to the firm should be provided in the proposal.
c) Balance Sheet/ Auditor Certificate of last 3 years ( 2013-14 ,2014-15 & 2015-
16) shall be submitted as evidence of Annual Turnover.
**a) The amount shall be stated in INR. (Consider 1US Dollar = Rs. and 1 Euro
= Rs.) (This will be the exchange rates as per Reserve Bank of India rounded
off to nearest Rupee applicable at the time of RFP invitation).
b) The currency conversion rate for the respective years shall be mentioned for
other international currencies.
vii. Experience as Independent Consultant/Construction supervision of
Highway projects, separately for PPP and non-PPP Projects during the last 7
years. ***
26
Ministry of Road Transport & Highways Request for Proposal for AE
***a) 2/4/6 lane/Bridge work as applicable for the project for which RFP is
invited. For 2-lane projects experience of 4/6 lane also to be considered
with a multiplication factor of 1.5. Experience of 4/6 lane shall be
considered interchangeably for 4/6 laning projects. Experience of 2 lane
will be considered for 4/6 laning projects with a multiplication factor of
0.75. For standalone bridge projects, experience in bridge work (either
standalone project or as a part of road project) only be considered.
27
Ministry of Road Transport & Highways Request for Proposal for AE
(ix) Assignments on hand including those for which the Letter of Acceptance from
the clients received as on 7 days prior to due date for submission of proposals: The
details shall be given in the following format.
S. Name of Client Role of Date of Date of Present Team Members
No Assignm the firm letter of Agreement status of provided by the firm
ent Sole, Acceptan if signed Assignme
Lead/ ce nt
Other in
Name DOB Positi
JV or sub-
on
consultant
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)
28
Ministry of Road Transport & Highways Request for Proposal for AE
29
Ministry of Road Transport & Highways Request for Proposal for AE
APPENDIX B-1
Ladies/Gentlemen:
Subject: Submission of Technical and Financial Proposal for engagement as
Authority’s Engineer for the EPC work ___________________________________.
We, the undersigned, offer to provide the consulting services for the above in
accordance with your Request for Proposal dated (Date), and our Proposal. We are
hereby submitting our Proposal, which includes this Technical Proposal and a
Financial Proposal sealed under a separate envelope for the above mentioned work.
If negotiations are held during the period of validity of the Proposal i.e. before (Date) we
undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon
us and subject to the modifications resulting from contract negotiations. We understand
you are not bound to accept any Proposal you receive.
We have submitted self evaluation of our Technical Proposal based on the criteria
mentioned in the Bid Document and respective references to these have been
indicated therein.
We remain,
Yours sincerely,
30
Ministry of Road Transport & Highways Request for Proposal for AE
1.
2.
3.
4.
S.
On the services and facilities to be provided by the Employer (not more than one
page)
1.
2.
3.
4.
S.
31
Ministry of Road Transport & Highways Request for Proposal for AE
32
Ministry of Road Transport & Highways Request for Proposal for AE
1. Technical/Managerial Staff
..
2. Support Staff
..
33
Ministry of Road Transport & Highways Request for Proposal for AE
Education :
[Summaries college/university and other specialised education of staff member,
giving their names, dates attended, and degrees obtained. Use about one quarter of
a page.]
Key Qualifications :
[Give an outline of staff member’s experience and training most pertinent to
tasks on assignment. Describe degree of responsibility held by staff member
on relevant previous assignments and give dates and locations. Use about half a
page.]
Employment Record :
[Starting with present position, list in reverse order every employment held. List all
positions held by staff member since graduation, giving dates, name of employing
organisations, titles
of positions held, and locations of assignments. For experience also give types
of activities performed and client references, where appropriate. Use about
three-quarters of a page.]
34
Ministry of Road Transport & Highways Request for Proposal for AE
Languages :
[For English language indicate proficiency : excellent, good, fair, or poor; in
speaking, reading, and writing]
I further undertake that my CV is being proposed for this project by --------- (the
applicant firm) and I have not given consent to any other consultant(s) to propose
my CV for any position for this project.
35
Ministry of Road Transport & Highways Request for Proposal for AE
Note : CVs of Key Personnel having intermittent inputs will be considered only if the
assignments on hand as on 7 days before due date of proposal including those for
which LOA has been received from the Client or for which Consultant has been
declared as H1 do not exceed 3 (three) for Senior Contract Specialist , and Sr.
Quantity Surveyor.
SSSSSSSSSSSSSSSSSSSSSS.. Date
(Signature of Key Personnel)
(Day/Month/Year)
The undersigned on behalf of ----------( name of consulting firm) certify that the
qualification and experience details of Shri ------ (name
of the proposed personnel and address) as described in the CV has been checked
and found to be correct. It is also certified that Shri-------- (name of proposed
personnel) to the best of our knowledge has neither been debarred by
NHAI/MORT&H or any other Central/State Government organization nor left his
assignment with any other consulting firm engaged by the Employer / Contracting
firm (firm to be supervised now) for the ongoing projects. We understand that if
the information about leaving the past assignment is known to the Employer,
Employer would be at liberty to remove the personnel from the present assignment
and debar him for an appropriate period to be decided by the Employer. It is further
certified that I have verified that the Key Personnel is registered in INFRACON and his
updated credentials are uploaded in the portal.
A. Activity Schedule
2 Subtot
al (2)
3 Subtot
al (3)
4 Subtot
al (4)
- -
- -
37
Ministry of Road Transport & Highways Request for Proposal for AE
A. Activity Schedule
Monthwise Program (in form of Bar Chart)
[1st, 2nd, etc. are months from the start of assignment]
th th
Sl. Item of Activity (Works) 1st 2n 3rd 4th 5th 6th 7th 8th 9th 10 11 12th
1 .......................................
2 .......................................
3 .......................................
4 .......................................
- .......................................
- .......................................
1 Monthly reports
(Design and Construction)
2 Quarterly Reports
38
Ministry of Road Transport & Highways Request for Proposal for AE
39
Ministry of Road Transport & Highways Request for Proposal for AE
40
Ministry of Road Transport & Highways Request for Proposal for AE
Address of Employer
Subject :
We, the undersigned, offer to provide the consulting services for the
above in accordance with your Request for Proposal dated [Date], and
our proposal. Our attached financial proposal is for the sum of [Amount in
words and figures]. This amount is exclusive of the local taxes which we
have estimated at (Amount in Words and Figures).
We understand you are not bound to accept any proposal you receive.
We remain,
Yours sincerely,
Amount
No. Description (Rs.)
I Remuneration for Local Professional Staff
II Supporting Staff
III Transportation
IV Duty Travel to Site
V Office Rent
VI Office Supplies, Utilities and Communication
VII Office Furniture and Equipment
VIII Reports and Document Printing
IX Survey Equipment with Survey Party and Vehicle
X Contingencies
Consultancy Services Tax Payable in India
Total Costs (Including Tax)
42
Ministry of Road Transport & Highways Request for Proposal for AE
TBN = To Be Named
II. Support Staff
(for Single project of length around 100 km and above)
No. Position Name Staff Months Rate ( Rs) Amount
(Rs)
1 Office Manager (1 no) TBN 18 months + 48 months
2. Accountant cum TBN 18 months + 48 months
cashier (1 no)
3 Photocopy Machine TBN 18 months + 48 months
Operator ( 1 no)
4 Computer Operator TBN 18 months + 48 months
cum steno( 1 no)
5 Office Boy ( 1 no) TBN 18 months + 48 months
Total :
* The input of Bridge/Structure Engineer has been reduced considering the site
requirement.
43
Ministry of Road Transport & Highways Request for Proposal for AE
The vehicles provided by the Consultants shall include the cost for rental, drivers,
operation, maintenance, repairs, insurance, etc. for all complete approx.
3000km/month run
(for Single project of length around 100 km and above)
IV. Duty Travel to Site (Fixed Costs) (For single or 2 projects clubbed together) :
Professional and Sub-Professional Staff
The employer may require the Key Personnel to visit the Employer’s Site/Regional office.
The quoted amount should include travel fare for 20 round trip to Employer’s Head Office
and 20 round trip to Employer’s regional office (including Hotel charges, travel costs etc.
Complete).
V. Office Rent (Fixed Costs)– Minimum 400 sqm area of office shall be rented.
(for Single or two projects clubbed together)
44
Ministry of Road Transport & Highways Request for Proposal for AE
45
Ministry of Road Transport & Highways Request for Proposal for AE
46
Ministry of Road Transport & Highways Request for Proposal for AE
Total
3 Various others 5 6 30
reports as
provided in the EPC
Agreement such as
Completion Report
Total
47
Ministry of Road Transport & Highways Request for Proposal for AE
IX. Survey Equipment with Survey Party and Vehicle etc complete
(for Single project or two projects clubbed together)
X. Contingencies
A fixed amount of Indian Rupees ONE MILLION shall be included in
the Financial Proposal. The provisions of Contingency shall be operated with
the specific approval form the Authority.
48
Ministry of Road Transport & Highways Request for Proposal for AE
[Note: The term “Agreement” and clauses thereof refer to the EPC Agreement dated-----
- entered between Authority and --------(the Contractor) for the work of .............. from
km---- to ---- of NH No.------- in the State of -------------- on Engineering, Procurement and
Construction (EPC) basis].
1. Scope
1.1 These Terms of Reference (the “TOR”) for the Authority’s Engineer are being
specified pursuant to the EPC Agreement dated ........... (the “Agreement”), which
has been entered into between the Authority and ............. (the “Contractor”) for
[Two-Laning] of the **** section (km ** to km**) of National Highway No. ** in the
State of *** on Engineering, Procurement, Construction (EPC) basis, and a copy of
which is annexed hereto and marked as Annex-A to form part of this TOR.
1.2 The TOR shall apply to construction and maintenance of the Project Highway.
2 Definitions and interpretation
2.1 The words and expressions beginning with or in capital letters and not defined
herein but defined in the Agreement shall have, unless repugnant to the context, the
meaning respectively assigned to them in the Agreement.
2.2 References to Articles, Clauses and Schedules in this TOR shall, except where the
context otherwise requires, be deemed to be reference to the Articles, Clauses and
Schedules of the Agreement, and references to Paragraphs shall be deemed to be
references to Paragraphs of this TOR.
2.3 The rules of interpretation stated in Clauses 1.2, 1.3 and 1.4 of the Agreement shall
apply, mutatis mutandis, to this TOR.
3 General
3.1 The Authority’s Engineer shall discharge its duties in a fair, impartial and efficient
manner, consistent with the highest standards of professional intergrity and Good
Industry Practice.
3.2 The Authority’s Engineer shall perform the duties and exercise the authority in
accordance with the provisions of this Agreement, but subject to obtaining prior
written approval of the Authority before determining.
(a) any Time Extension.
(b) Any additional cost to be paid by the Authority to the Contrator;
(c) The Termination Payment; or
(d) Any other matter which is not specified in (a), (b) or (c) above and which creates
an obligation or liability on either Party for a sum exceeding Rs. 5,000,000 (Rs.
Fifty lakh.)
3.3 The Authority’s Engineer shall submit regular periodic reports, at least once every
month, to the Authority in respect of its duties and functions under this Agreement.
Such reports shall be submitted by the Authority’s Engineer within 10 (ten) days of
the beginning of every month.
3.4 The Authority’s Engineer shall inform the Contractor of any delegation of its duties
and responsibilities to its suitably qualified and experienced personnel; provided,
49
Ministry of Road Transport & Highways Request for Proposal for AE
however, that it shall not delegate the authority to refer any matter for the Authority’s
prior approval in accordance with the provisions of Clause 18.2 Model EPC
Agreement.
3.5 The Authority’s Engineer shall aid and advise the Authority on any proposal for
Change of Scope under Article 13.
3.6 In the event of any disagreement between the Parties regarding the meaning, scope
and nature of Good Industry Practice, as set forth in any provision of the Agreement,
the Authority’s Engineer shall specify such meaning, scope and nature by issuing a
reasoned written statement relying on good industry practice and authentic literature.
4 Construction Period
4.1 During the Construction Period, the Authority’s Engineer shall review the Drawings
furnished by the Contractor along with supporting data, including the geo-technical
and hydrological investigations, characteristics of materials from borrow areas and
quarry sites, topographical surveys, and the recommendations of the Safety
Consultant in accordance with the provisions of Clause 10.1.6 of Model EPC
Agreement. The Authority’s Engineer shall complete such review and send its
observations to the Authority and the Contractor within 15 (fifteen) days of receipt of
such Drawings; provided, however that in case of a Major Bridge or Structure, the
aforesaid period of 15 (fifteen) days may be extended upto 30 (thirty) days. In
particular, such comments shall specify the conformity or otherwise of such
Drawings with the Scope of the Project and Specifications and Standards.
4.2 The Authority’s Engineer shall review any revised Drawings sent to it by the
Contractor and furnish its comments within 10 (ten) days of receiving such
Drawings. The review of drawing should be authenticated by Authority’s Engineer.
4.3 The Authority’s Engineer shall review the Quality Assurance Plan submitted by the
Contractor and shall convey its comments to the Contractor within a period of 21
(twenty-one) days stating the modifications, if any, required thereto.
4.4 The Authority’s Engineer shall complete the review of the methodology proposed to
be adopted by the Contractor for executing the Works, and convey its comments to
the Contractor within a period of 10 (ten) days from the date of receipt of the
proposed methodology from the Contractor.
4.5 The Authority’s Engineer shall grant written approval to the Contractor, where
necessary, for interruption and diversion of the flow of traffic in the existing lane(s) of
the Project Highway for purposes of maintenance during the Construction Period in
accordance with the provisions of Clause 10.4 Model EPC Agreement.
4.6 The Authority’s Engineer shall review the monthly progress report furnished by the
Contractor and send its comments thereon to the Authority and the contractor within
7 (seven) days of receipt of such report.
4.7 The Authority’s Engineer shall inspect the Construction Works and the Project
Highway and shall submit a monthly Inspection Report bringing out the results of
inspections and the remedial action taken by the Contractor in respect of Defects or
deficiencies. In particular, the Authority’s Engineer shall include in its Inspection
Report, the compliance of the recommendations made by the Safety Consultant.
50
Ministry of Road Transport & Highways Request for Proposal for AE
4.8 The Authority’s Engineer shall conduct the pre-construction review of manufacturer’s
reports and standard samples of manufactured Materials, and such other Materials
as the Authority’s Engineer may require.
4.9 For determining that the Works conform to Specifications and Standards, the
Authority’s Engineer shall require the Contractor to carry out, or cause to be carried
out, tests at such time and frequency and in such manner as specified in the
Agreement and in accordance with Good Industry Practice for quality assurance. For
purposes of this Paragraph 4.9, the tests specified in the IRC Special Publication-11
(Handbook of Quality Control for Construction of Roads and Runways) and the
Specifications for Road and Bridge Works issued by MORT&H (the “Quality Control
Manuals”) or any modifications/substitution thereof shall be deemed to be tests
conforming to Good Industry Practice for quality assurance.
4.10 The Authority’s Engineer shall test check at least 20 (twenty) percent of the quantity
or number of tests prescribed for each category or type of test for quality control by
the Contractor.
4.11 The timing of tests referred to in Paragraph 4.9, and the criteria for
acceptance/rejection of their results shall be determined by the Authority’s Engineer
in accordance with the Quality Control Manuals. The tests shall be undertaken on a
random sample basis and shall be in addition to, and independent of, the tests that
may be carried out by the Contractor for its own quality assurance in accordance
with Good Industry Practice.
4.12 In the event that results of any tests conducted under Clause 11.10 establish any
Defects or deficiencies in the Works, the Authority’s Engineer shall require the
Contractor to carry out remedial measures.
4.13 The Authority’s Engineer may instruct the Contractor to execute any work which
is urgently required for the safety of the Project Highway, whether because of an
accident, unforeseeable event or otherwise; provided that in case of any work
required on account of a Force Majeure Event, the provisions of Clause 21.6 of
Model EPC Agreement shall apply.
4.14 In the event that the Contractor fails to achieve any of the Project Milestones, the
Authority’s Engineer shall undertake a review of the progress of construction and
identify potential delays, if any. If the Authority’s Engineer shall determine that
completion of the Project Highway is not feasible within the time specified in the
Agreement, it shall require the Contractor to indicate within 15 (fifteen) days the
steps proposed to be take to expedite progress, and the period within which the
Project Completion Date shall be achieved. Upon receipt of a report from the
Contractor, the Authority’s Engineer shall review the same and send its comments to
the Authority and the Contractor forthwith.
4.15 The Authority’s Engineer shall obtain from the Contractor a copy of all the
Contractor’s quality control records and documents before the Completion Certificate
is issued pursuant to Clause 12.4 of Model EPC Agreement.
4.16 Authority’s Engineer may recommend to the Authority suspension of the whole or
part of the Works if the work threatens the safety of the Users and pedestrians.
After the Contractor has carried out remedial measure, the Authority’s Engineer shall
51
Ministry of Road Transport & Highways Request for Proposal for AE
inspect such remedial measures forthwith and make a report to the Authority
recommending whether or not the suspension hereunder may be revoked.
4.17 In the event that the Contractor carries out any remedial measures to secure the
safety of suspended works and users, and requires the Authority’s Engineer to
inspect such works, the Authority’s Engineer shall inspect the suspended works
within 3 (three) days of receiving such notice, and make a report to the Authority
forthwith, recommending whether or not such suspension may be revoked by the
Authority.
4.18 The Authority’s Engineer shall carry out, or cause to be carried out, all the Tests
specified in Schedule-K and issue a Completion Certificate or Provisional Certificate
as the case may be. For carrying out is functions under this Paragraph 4.18 and all
matters incidental thereto, the Authority’s Engineer shall act under and in
accordance with the provisions of Article 12 and Schedule-K.
5 Maintenance Period
5.1 The Authority’s Engineer shall aid and advise the Contractor in the preparation of its
monthly Maintenance Programme and for this purpose carry out a joint monthly
inspection with Contractor.
5.2 The Authority’s Engineer shall undertake regular inspections, at least once every
month to evaluate compliance with the Maintenance Requirements and submit a
Maintenance Inspection Report to the Authority and the Contractor.
5.3 The Authority’s Engineer shall specify the tests, if any, that the Contractor shall carry
out, or cause to be carried out, for the purpose of determining that the Project
Highway is in conformity with the Maintenance Requirements. It shall monitor and
review the results of such tests and remedial measures, if any, taken by the
Contractor in this behalf.
5.4 In respect of any defect or deficiency referred to in Paragraph 3 of Schedule-E, the
Authority’s Engineer shall, in conformity with Good Industry Practice, specify the
permissible limit of deviation or deterioration with reference to the Specifications and
Standards and shall also specify the time limit for repair or rectification of any
deviation or deterioration beyond the permissible limit.
5.5 The Authority’s Engineer shall examine the request of the Contractor for closure of
any lane (s) of the Project Highway for undertakings maintenance/repair thereof, and
shall grant permission with such modifications, as it may deem necessary, within 5
(five) days of receiving a request from the Contractor. Upon expiry of the permitted
period of closure, the Authority’s Engineer shall monitor the reopening of such lane
(s), and in case of delay, determine the Damages payable by the Contractor to the
Authority under Clause 14.5 of Model EPC Agreement
6 Determination of costs and time
6.1 The Authority’s Engineer shall determine the costs, and/or their reasonableness, that
are required to be determined by it under the Agreement.
6.2 The Authority’s Engineer shall determine the period of Time Extension that is
required to be determined by it under the Agreement.
6.3 The Authority’s Engineer shall consult each Party in every case of determination in
accordance with the provisions of Clause 18.5 of Model EPC Agreement.
52
Ministry of Road Transport & Highways Request for Proposal for AE
7 Payments
7.1 The Authority’s Engineer shall withhold payments for the affected works for which
the Contractor fails to revise and resubmit the Drawings to the Authority’s Engineer
in accordance with the provision of Clause 10.2.4 (d) of Model EPC Agreement.
7.2 Authority’s Engineer shall
a) within 10 (ten) days of receipt of the Stage Payment Statement from the
Contractor pursuant to Clause 19.4, determine the amount due to the Contractor and
recommend the release of 90 (ninety) percent of the amount so determined as part
payment, pending issue of the Interim Payment Certificate; and
b) within 15 (fifteen) days of the receipt of the Stage Payment Statement referred to
in Clause 19.4, deliver to the Authority and the Contractor an Interim Payment
Certificate certifying the amount due and payable to the Contractor, after
adjustments in accordance with the provisions of Clause 19.10 of Model EPC
Agreement.
7.3 The Authority’s Engineer shall, within 15 (fifteen) days of receipt of the Monthly
Maintenance Statement from the Contractor pursuant to Clause 19.6 of Model EPC
Agreement, verify the Contractor’s monthly statement and certify the amount to be
paid to the Contractor in accordance with the provisions of the Agreement.
7.4 The Authority’s Engineer shall certify final payment with 30 (thirty) days of the receipt
of the final payment statement of Maintenance in accordance with the provisions of
Clause 19.16 of Model EPC Agreement.
8 Other duties and functions
The Authority’s Engineer shall perform all other duties and functions as specified in
the Agreement.
9 Miscellaneous
9.1 A copy of all communications, comments, instructions, Drawings or Documents sent
by the Authority’s Engineer to the Contractor pursuant to this TOR, and a copy of all
the test results with comments of the Authority’s Engineer thereon, shall be
furnished by the Authority’s Engineer to the Authority forthwith.
9.2 The Authority’s Engineer shall retain at least one copy each of all Drawings and
Documents received by it, including ‘as – built’ Drawings and keep them in its safe
custody.
9.3 Within 90 (ninety) days of the Project Completion Date, the Authority’s Engineer
shall obtain a complete set of as built Drawings in 2 (two) hard copies and in micro
film form or in such other medium as may be acceptable to the Authority, reflecting
the Project Highway as actually designed, engineered and constructed, including an
as-built survey illustrating the layout of the Project Highway and setback lines, if
any, of the buildings and structures forming part of project Facilities; and shall hand
them over to the Authority against receipt thereof.
9.4 The Authority’s Engineer, if called upon by the Authority or the Contractor or both,
shall mediate and assist the Parties in arriving at an amicable settlement of any
Dispute between the Parties.
9.5 The Authority’s Engineer shall inform the Authority and the Contractor of any event
of Contractor’s Default within one week of its occurrence.
53
Ministry of Road Transport & Highways Request for Proposal for AE
The Authority Engineer shall appoint its authorized representative, who shall
issue on behalf of the AE, the Provisional Completion Certification and
Completion Certificate along with the Team Leader and shall carry out any such
task as may be decided by Employer. The AE shall take prior approval of
Employer before issuing Provisional Completion Certification and Completion
Certificate. The proposal submitted shall also include the name of the
authorized representative along with the authorization letter and power of
attorney.
11. CONSULTANT’S PROPOSAL
11.1 List of key personnel to be fielded by the Consultants shall be as below:
any other offer at the time of signing of the bio-data and as such shall be
available to work with the Authority Engineer, if the Project is awarded. In
case the key personnel leaves the assignment without approval of Employer,
Em ployer would be at liberty to take any appropriate action against that key
personnel including debarment. The CV submitted by selected firm/JV shall be
hoisted on official website of Employer.
11.3 In addition to above, consultants are required to propose other key
personnel, sub- professional staff and other field engineers as detailed
in Enclosure-A and the minimum qualification requirements for the same is
enclosed in Enclosure–B.
The proposed manpower deployment for this period shall be matching the
activities to be performed during the said period. The time frame for services
during the deployment of key personnel during this period shall be as shown
in Enclosure A.
55
Ministry of Road Transport & Highways Request for Proposal for AE
Enclosure-A
Note: The qualification and experience of Sub Professional staff would not be
accounted in the evaluation. However, Consultant shall have to get their CVs
approved from Employer before mobilization. The other inputs like support staff shall
also be provided by the Consultant of an acceptable type commensuration with the
roles and responsibilities of each position.
56
Ministry of Road Transport & Highways Request for Proposal for AE
Enclosure B
Duties: The Team Leader will reside at project site on a full time basis throughout the period
of the construction supervision services. He will be overall in-charge of the project
supervision of the construction package. He shall act as Representative of the consulting
firm appointed by the Authority. His duties will involve overall superintendence over the
Resident Engineers and other experts of the construction package. He will guide, monitor,
supervise and control all the activities related to supervision for the construction package.
He will interact with the Project Director and the other officials of the Authority.
He should have the following qualification / experience.
(1) Essential Qualifications.
(a) Graduate in Civil Engineering from recognized university.
(b)Total Professional Experience of 15 years in handling Highway Contracts.
(c) At least 5 years experience as Team Leader/Resident Engineer/Project Manager or
similar capacity in Highway project.
(d) He should have handled as Team Leader/Resident Engineer/Project Manager or similar
capacity of at least two projects in Construction Supervision of Highways.
(e) He should have handled as Team Leader or similar capacity of at least one Projects of
project Preparation of major highway Project of two/ four- laning.
(f) Not more than 65 years of age.
(2) Only those projects will be considered for evaluation at Sl. No. 1(d) and 1(e) above,
where the input of the personnel is at least one year.
RESIDENT ENGINEER CUM PAVEMENT SPECIALIST+ ROAD SAFETY EXPERT (Full
Time)
Duties: He shall be the in-charge of the construction supervision of project stretch and shall
coordinate with all other experts of the construction projects and shall report to the Team
57
Ministry of Road Transport & Highways Request for Proposal for AE
Leader and officers of PIU as per the delegation established. He shall be directly
responsible for regulating the construction process i.e. various activities like earthwork,
Sub-base/base courses, bituminous pavement, bridge/culvert works proposed for being
carried out under Stipulated specifications/manuals etc. For this purpose, he shall be
assisted by Highway Engineer and other support engineers/personnel. He shall deal
directly with the Highway Engineer and other support staff attached with the Highway
Engineer to ensure that the construction process is well controlled as per established
specification controls to avoid later quality control stage problems. In respect of other
experts like Material Engineer, Quantity Surveyor, etc., he shall be coordinating and
regulating their activities to ensure smooth functioning of the Construction Package
concerned. He should have adequate experience in large quantity of earthwork. He will be
required to be fielded throughout the Currency of the project. The candidate is expected to
be thoroughly familiar with various standards/specifications, contract procedures, design
and quality control etc. In addition he will be responsible for ensuring road safety during
construction and maintenance period of the project,
Duties: He will be deployed in working season in stages for cumulative duration of period
mentioned in Enclosure-A for obtaining his expert opinion on emerging contractual issues.
His key responsibilities will be to guide and assist Team Leader/Employer in all aspects of
contract management in proper implementation of contract provisions including controlling
the project cost of the construction package. He will also be required to offer his advice on
contractual complications arising during the implementation as per the request of the
employer. He will be required to prepare manuals/schedules for the consultants
team/employer based on the provisions of the contract document. He will be responsible for
giving appropriate suggestions in handling claims of the contractors and any dispute arising
thereof.
(1) Essential Qualifications.
(a) Graduate in Civil Engineering from a recognized University.
58
Ministry of Road Transport & Highways Request for Proposal for AE
The Highway Specialist shall be responsible for the review of highway designs and drawings
using sophisticated computer software and also construction and O&M works. Should be a
graduate in Civil Engineering from a recognized University (higher qualifications will be
preferable); His expertise shall include computer aided design methods for Civil/Highway
Engineering with particular reference to CAD application to the geometric design for highway
rehabilitation and/or upgrading projects.
He should have the following qualification/experience.
(1) Essential Qualifications.
(a) Graduate in Civil Engineering from a recognized University.
(b) Professional Experience of 15 years in highway works.
(c) Experience of at least 5 years (out of total 15 years) in Highway Designing works
(d) He should have handled as Highway Design Engineer at least 2 Projects of major 4
laning/6 laning improvement projects.
(e) Exposure of Computer Software Programmes for Design of Highways
59
Ministry of Road Transport & Highways Request for Proposal for AE
Duties: His duties will involve understanding the design provisions of both
bridges/ROBs/flyovers and culverts, guiding and checking of reinforcement/cable laying
operations, rectifying any apparent mistakes in respect of them, checking and controlling the
proper mix designs, Checking the adequacy of proper form-work, laying/compacting of
concrete including curing operations. For this purpose, he will work in close coordination
with the Material Engineer and the Contractor’s Expert to effectively Control the quality of
execution. He will be responsible for minor modifications in design of bridges/culverts,
whenever required during execution.
2) Preferential Qualifications.
60
Ministry of Road Transport & Highways Request for Proposal for AE
MATERIAL ENGINEER
Duties: He will be responsible for supervising all the tests to be done in different stages of
construction, besides ensuring that specified tests are done as per codal stipulations and as
per the specifications laid down in the contract for all the different stages of construction. He
will be coordinating and controlling the support personnel placed with him and will report to
the Resident Engineer and to the Team Leader/Employer’s representative as and when
required.
2) Preferential Qualifications.
61
Ministry of Road Transport & Highways Request for Proposal for AE
B. Survey Engineer
Duties: Checking layout of centerline, layout of curves, levels and profiles, etc.
will be his main responsibility. Apart from this, he shall also assist the Quantity
Surveyor in preparation of invoices. He shall also be responsible for modifying
survey data in case any modification is required in the design during execution.
Qualifications and Experience: He should be a graduate civil engineer with 3
years for BE Civil & 6 years for Diploma holder. Survey Engineer should be
conversant with modem survey equipment, total stations, auto level, digital level
62
Ministry of Road Transport & Highways Request for Proposal for AE
etc. He should have worked in at least one major highway project. He should
not be more than 60 years of age.
C. Lab Technicians:
They should be at least Diploma-holders with about 5 to 6 years of experience
in handling the quality control tests laboratories for road/bridge works or
Graduates in Science with about 1 to 2 years of relevant experience in the field
of testing of road/bridge projects.
63
Ministry of Road Transport & Highways Request for Proposal for AE
Note: This draft Agreement is a generic document and shall be modified based on
particulars of the Project.
64
Ministry of Road Transport & Highways Request for Proposal for AE
Between
(Name of Client)
And
(Name of Consultant)
Dated:
65
Ministry of Road Transport & Highways Request for Proposal for AE
CONTENTS
Page No.
1.1 Definitions
1.2 Relation between the Parties
1.3 Law Governing the Contract
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
1.8 Authority of Member in charge
1.9 Authorized Representatives
1.10 Taxes and Duties
66
Ministry of Road Transport & Highways Request for Proposal for AE
2.9.1 By the Client SSSSSSSSSSSS
2.9.2 By the Consultants SSSSSSSSS..
2.9.3 Cessation of Rights and Obligations SSS
2.9.4 Cessation of Services SSSSSSSSS
2.9.5 Payment upon Termination SSSSSS..
2.9.6 Disputes about Events of Termination SS.
3.1 General
3.1.1 Standard of Performance SSSS..
3.1.2 Law Governing Services SSSS..
V ANNEXURES..SSSSSSSSSSSSSSSS
68
Ministry of Road Transport & Highways Request for Proposal for AE
1. FORM OF CONTRACT
This CONTRACT (hereinafter called the “Contract”) is made the day of the
Called the “Client) and, on the other hand, (hereinafter called the
“Consultants”).
69
Ministry of Road Transport & Highways Request for Proposal for AE
[Note* : If the Consultants consist of more than one entity, the above should be
partially amended to read as follows:
“/(hereinafter called the “Client”) and, on the other hand, a joint venture consisting of
the following entities, each of which will be jointly severally liable to the Client for all
the Consultants’ obligations under this Contract, namely, and
(hereinafter called “Consultants”)]
WHEREAS
(a) the Client has requested the Consultants to provide certain consulting
services as defined in the General Conditions of Contract
attached to this Contract (hereinafter called the “Services”);
(b) the Consultants, having represented to the Client that they have the
required processional skills, and personnel and technical resources, have
agreed to provide the Services on the terms and conditions set forth in this
Contract;
[Note: If any of these Appendices are not used, the words “Not Used”
should be inserted below next to the title of the Appendix on the sheet
attached hereto carrying the title of that Appendix ].
70
Ministry of Road Transport & Highways Request for Proposal for AE
Appendix J : Letter of invitation
2. The mutual rights and obligations of the Client and the Consultants shall be
as set forth in the Contract; in particular
(a) The Consultants shall carry out the Services in accordance with the
provisions of the Contract; and
(b) The Client shall make payments to the Consultants in accordance with the
Provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed
in their respective names as of the day and year first above written.
By
(Authorized Representative)
By
(Authorized Representative)
[Note: If the Consultants consist of more than one entity, all of these entities should
appear as signatures, e.g. in the following manner ]
71
Ministry of Road Transport & Highways Request for Proposal for AE
By
(Authorized Representative)
By
(Authorized Representative)
etc
.
72
Ministry of Road Transport & Highways Request for Proposal for AE
1. General Provisions
Unless the context otherwise requires, the following terms whenever used in this
Contract
have the following meanings:
(a) “Applicable Law” means the laws and any other instruments having the
force of law in the Government’s country [or in such other country as may
be specified in the Special Conditions of Contract (SC)], as they may be
issued and in force from time to time.
(b) “Contract means the Contract signed by the Parties, to which these
General Conditions of Contract are attached, together with all the
documents listed in Clause 1 of such signed Contract;
(c) “Effective Date’ means the date on which this Contract comes into force
and effect pursuant to Clause GC 2.1;
(d) ‘foreign currency’ means any currency other than the currency of
the Government;
(j) “Party’ means the Client or the Consultants, as the case may be, and Parties
means both of them;
This Contract, its meaning and interpretation, and the relation between the Parties
shall be governed by the Applicable Law.
1.4 Language
This Contract has been executed in the language specified in the SC, which
shall be the binding and controlling language for all matters relating to the
meaning or interpretation of this Contract.
1.5 Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.6 Notices
1.6.1 Any notice, request or consent required or permitted to be given or made
74
Ministry of Road Transport & Highways Request for Proposal for AE
pursuant to this Contract shall be in writing. Any such notice, request or consent
shall be deemed to have been given or made when delivered in person to an
authorized representative of the Party to whom the communication is
addressed, or when sent by registered mail, telegram or facsimile to such Party
at the address specified in the SC.
1.6.2 Notice will be deemed to be effective as specified in the SC.
1.6.3 A Party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SC with respect
to Clause GC 1.6.2.
1.7 Location
date of the Contract signed by the Parties as shall be specified in the SC,
either Party may, by not less than four (4) weeks' written notice to the other
Party, declare this Contract to be null and void, and in the event of such a
declaration by either Party, neither Party shall have any claim against the
other Party with respect hereto.
2.3 Commencement of Services
The Consultants shall begin carrying out the Services at the end of such time
period after the Effective Date as shall be specified in the SC.
2.4 Expiration of Contract
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract
shall expire when services have been completed and all payments have
been made at the end of such time period after the Effective Date as shall be
specified in the SC.
2.5 Entire Agreement
This Contract contains all covenants, stipulations and provisions agreed
by the Parties. No agent or representative of either Party has authority
to make, and the Parties shall not be bound by or be liable for, any
statement, representation, promise
or agreement not set forth herein.
2.6 Modification
(b) A Party affected by an event of Force Majeure shall notify the other
Party of such event as soon as possible, and in any event not later
than fourteen (14) days following the occurrence of such event,
providing evidence of the nature and cause of such event, and
shall similarly give notice of the restoration of normal conditions as
soon as possible.
(c) The Parties shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.
(b) if the Consultants become (or, if the Consultants consist of more than one
entity, if any of their Members becomes) insolvent or bankrupt or enter into
any agreements with their creditors for relief of debt or take advantage of
any law for the benefit of debtors or go into liquidation or receivership
whether compulsory or voluntary;
(c) if the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause GC 8 hereof;
(d) if the Consultants submit to the Client a statement which has a material
effect on the rights, obligations or interests of the Client and which the
Consultants know to be false;
(e) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days; or
(f) if the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
(g) if the consultant, in the judgment of the Client has engaged in corrupt
or fraudulent practices in competing for or in executing the Contract. For the
purpose of this clause:
78
Ministry of Road Transport & Highways Request for Proposal for AE
termination or expiration;
(iv) any right which a Party may have under the Applicable Law
2.9.4 Cessation of Services
Upon termination of this Contract by notice of either Party to the other pursuant to
Clauses GC 2.9.1 or GC 2.9.2 hereof, the Consultants shall, immediately upon
dispatch or receipt of such notice, take all necessary steps to bring the Services to
a close in a prompt and orderly manner and shall make every reasonable effort to
keep expenditures for this purpose to a minimum. With respect to documents
prepared by the Consultants and equipment and materials furnished by the
Client, the Consultants shall proceed as provided, respectively, by Clauses GC 3.9
or GC 3.10 hereof.
(c) except in the case of termination pursuant to paragraphs (a) through (d)
of Clause GC 2.9.1 hereof, reimbursement of any reasonable cost incident
to the prompt and orderly termination of the Contract including the cost
of the return travel of the Consultants' personnel and their eligible
dependents.
If either Party disputes whether an event specified in paragraphs (a) through (e) of
Clause GC 2.9.1 or in Clause GC 2.9.2 hereof has occurred, such Party may, within
forty-five (45) days after receipt of notice of termination from the other Party, refer
the matter to arbitration pursuant to Clause GC 8 hereof, and this Contract shall not
be terminated on account of such event except in accordance with the terms of any
resulting arbitral award.
80
Ministry of Road Transport & Highways Request for Proposal for AE
3.2.2 If the Consultants, as part of the Services, have the responsibility of advising
the Client on the procurement of goods, works or services, the
Consultants shall comply with any applicable procurement guidelines of
the Client (Employer)and or Associates Bank or of the Association, as the
case may be, and other funding agencies and shall at all times exercise such
responsibility in the best interest of the Client. Any discounts or commissions
obtained by the Consultants in the exercise of such procurement
responsibility shall be for the account of the Client.
81
Ministry of Road Transport & Highways Request for Proposal for AE
3.3 Confidentiality
The Consultants, their Sub-consultants and the Personnel of either of them
shall not, either during the term or within two (2) years after the expiration
of this Contract, disclose any proprietary or confidential information
relating to the Project, the Services, this Contract or the Client's business
or operations without the prior written consent of the Client.
The Consultants (i) shall take out and maintain, and shall cause any Sub-
consultants to take out and maintain, at their ( or the Sub-consultants', as the
case may be) own cost but on terms and conditions approved by the Client,
insurance against the risks, and for the coverages, as shall be specified in the
SC, and (ii) at the Client's request, shall provide evidence to the Client
showing that such insurance has been taken out and maintained and that the
current premiums therefore have been paid.
82
Ministry of Road Transport & Highways Request for Proposal for AE
The Consultants (i) shall keep accurate and systematic accounts and records in
respect of the Services, hereunder, in accordance with internationally
accepted accounting principles and in such form and detail as will clearly
identify all relevant time charges and cost, and the bases thereof (including
such bases as may be specifically referred to in the SC); (ii) shall permit the
Client or its designated representative periodically, and up to one year from the
expiration or termination of this Contract, to inspect the same and make copies
thereof as well as to have them audited by auditors appointed by the Client;
and (iii) shall permit the client to inspect the Consultant's accounts and records
relating to the performance of the Consultant and to have them audited by
auditors appointed by the client.
The Consultants shall obtain the Client's prior approval in writing before taking
any of the following actions:
(a) The titles, agreed job descriptions, minimum qualification and estimated
periods of engagement in the carrying out of the Services of each of the
Consultants' Key Personnel are described in Appendix C. If any of the Key
Personnel has already been approved by the clients his/her name is listed as
well.
84
Ministry of Road Transport & Highways Request for Proposal for AE
The Key Personnel i.e. Professional Staff and Sub-consultants listed by title as
well as by name in Appendix C are hereby approved by the Client. In respect
of other Key Personnel which the Consultants propose ,to use in the carrying
out of the Services, the Consultants shall submit to the client for review and
approval a copy of their biographical data and (in the case of Key personnel
to be used within the country of the Government) a copy of a satisfactory
medical certificate in the form attached hereto as Appendix D. If the Client
does not object in writing (stating the reasons for the objection) within thirty
(30) calendar days from the date of receipt of such biographical data and
(if applicable) such certificate, such Key Personnel shall be deemed to have
been approved by the Client.
(a) Working hours and holidays for Key Personnel are set forth in
Appendix E hereto. To account for travel time, foreign Personnel carrying
out Services inside the Government's country shall be deemed to
have commenced (or finished) work in respect of the Services such
number of days before their arrival in (or after their departure from) the
Government's country as is specified in Appendix E hereto.
(d) In order to prevent the tendency of the personnel and consulting firm
to submit incorrect and inflated CV, they should sign every page of CV
before submission in order to authenticate that CV furnished by them
is correct. The consulting firm and the personnel through consulting
firm should be informed by Employer while accepting CV of the new
personnel that if CV is found in correct and inflated at a later date, the
personnel accepted would be removed from his assignment and
debarred from further Employer’s works for an appropriate period to
be decided by Employer and the new proposed personnel in place of
removed personnel would be paid 15% less salary than the original
personnel. 15% reduction in the salary will be imposed as a penalty for
submitting the incorrect information. This penalty will be imposted only
once. If the same consulting firm submits incorrect information again
second time, necessary action will be taken by Employer to black-list
that firm.
4.6 Resident Project Manager
If required by the SC, the Consultants shall ensure that at all times during
the Consultants' performance of the Services in the Government's
country a resident project manager, acceptable to the Client, shall take
charge of the performance of such Services.
86
Ministry of Road Transport & Highways Request for Proposal for AE
Unless otherwise specified in the SC, the Client shall use its best efforts to
ensure that the Government shall:
(e) assist the Consultants and the Personnel and any Sub-
consultants and or Associates employed by the Consultants for
the Services from any requirement to register or obtain any permit
to practice their profession or to establish themselves either
individually or as a corporate entity according to the Applicable Law;
87
Ministry of Road Transport & Highways Request for Proposal for AE
The Client warrants that the Consultants shall have, free of charge, unimpeded
access to all land in the Government's country in respect of which access is
required for the performance of the Services. The Client will be responsible for
any damage to such land or any property thereon resulting from such
access and will indemnify the Consultants and each of the Personnel in
respect of liability for any such damage, unless such damage is caused by
the default or negligence of the Consultants or any Sub-consultant or the
Personnel of either of them.
If, after the date of this Contract, there is any change in the Applicable
Law with respect to taxes and duties which increases or decreases the
cost or reimbursable expenses incurred by the Consultants in
performing the Services, then the remuneration and reimbursable
expenses otherwise payable to the Consultants under this Contract shall be
increased or decreased accordingly by agreement between the Parties
hereto, and corresponding adjustments shall be made to the ceiling
amounts specified in Clause GC 6.1(b).
The Client shall make available to the Consultants and the Personnel, for the
purposes of the services and free of any charge, the services, facilities and
property described in Appendix F at the times and in the manner specified in
said Appendix F, provided that if such services, facilities and property shall not
be made available to the Consultants as and when so specified, the Parties
shall agree on (i) any time extension that it may be appropriate to grant to the
Consultants for the performance of the Services, (ii) the manner in which the
Consultants shall procure any such services, facilities and property from
other sources, and (iii) the additional payments, if any, to be made to the
Consultants as a result thereof pursuant to Clause GC 6.l(c) hereinafter.
5.5 Payment
(b) Except as may be otherwise agreed under Clause GC 2.6 and subject
to Clause GC 6.1(c), payments under this Contract shall not
exceed the ceilings specified in the SC. The Consultants shall notify
the Client as soon as cumulative charges incurred for the Services
have reached 80% of these ceilings.
(b) As soon as practicable and not later than fifteen (15 days) after the end of
each calendar month during the period of the Services, the Consultants
shall submit to the Client, in duplicate, itemized statements,
accompanied by copies of receipted invoices, vouchers and other
appropriate supporting materials, of the amounts payable pursuant to
Clauses GC 6.3 and 6.4 for such month. Each monthly statement shall
distinguish that portion of the total eligible costs which pertains to
remuneration from that portion which pertains to reimbursable
expenditures.
(c) The Client shall cause the payment of the Consultants periodically as
given in schedule of payment above within sixty (60) days after the
receipt by the Client of bills with supporting documents. Only such
portion of a monthly statement that is not satisfactorily supported
90
Ministry of Road Transport & Highways Request for Proposal for AE
(d) The final payment under this Clause shall be made only after the final
report and a final statement, identified as such, shall have been
submitted by the Consultants and approved as satisfactory by the
Client. The Services shall be deemed completed and finally accepted
by the Client and the final report and final statement shall be deemed
approved by the Client as satisfactory ninety (90) calendar days after
receipt of the final report and final statement by the Client unless the
Client, within such ninety (90)-day period, gives written notice to
the Consultants specifying in detail deficiencies in the Services, the
final report or final statement. The Consultants shall thereupon
promptly make any necessary corrections, and upon completion of
such corrections, the foregoing process shall be repeated. Any
amount which the Client has paid or caused to be paid in
accordance with this Clause in excess of the amounts actually
payable in accordance with the provisions of this Contract shall be
reimbursed by the Consultants to the Client within thirty, (30)
days after receipt by the Consultants of notice thereof. Any such
claim by the Client for reimbursement must be made within twelve (12)
calendar months after receipt by the Client of a final report and a final
statement approved by the Client in accordance with the above.
(e) All payments under this Contract shall be made to the account of
the Consultants specified in the SC.
The Parties undertake to act in good faith with respect to each other's rights
under this Contract and to adopt all reasonable measures to ensure
the realization of the objectives of this Contract.
91
Ministry of Road Transport & Highways Request for Proposal for AE
operate fairly as between them, and without detriment to the interest of either
of them, and that, if during the term of this Contract either Party believes that
this Contract is operating unfairly, the Parties will use their best efforts to
agree on such action as may be necessary to remove the cause or causes
of such unfairness, but no failure to agree on any action pursuant to this
Clause shall give rise to a dispute subject to arbitration in accordance with
Clause GC 8 hereof.
8. Settlement of Disputes
The Parties shall use their best efforts to settle amicably all disputes arising out
of or in connection with this Contract or the interpretation thereof.
92
Ministry of Road Transport & Highways Request for Proposal for AE
93
Ministry of Road Transport & Highways Request for Proposal for AE
1.1(a) The words’’in the Government’s country” are amended to read ‘in INDIA”
Attention:
Telex :
Facsimile :
Cable address :
Telex :
Facsimile :
(Note: If the Consultants consist of a joint venture of more than one entity,
94
Ministry of Road Transport & Highways Request for Proposal for AE
1.10 The Consultants, Sub-consultants and the Personnel shall pay the
taxes, duties, fees, levies and other impositions levied under the existing,
amended or enacted laws during life of this contract and the client shall
perform such duties in regard to the deduction of such tax as may be lawfully
imposed.
2.2 The time period shall be four months or such other time period as the
parties may agree in writing.
2.3 The time period shall be one month or such other time period as the
Parties may agree in writing.
2.4 The time period shall be 66 months (18 month for construction
period and 48 months for Maintenance period)
(a) Third Party motor vehicle liability insurance as required under Motor
Vehicles Act, 1988 in respect of motor vehicles operated in India by
the Consultants or their Personnel or any Sub-consultants or their
Personnel for the period of consultancy.
(b) Third Party liability insurance with a minimum coverage, of Rs. 1.0
million for the period of consultancy.
"(i) taking any action under a civil works contract designating the
Consultants as "Authority’s Engineer", for which action, pursuant to
such civil works contract, the written approval of the Client as "Employer"
is required".
3.9 The Consultants shall not use these documents for purposes unrelated to
this Contract without the prior written approval of the Client.
4.6 "The person designated as Team Leader cum Sr. Highway Engineer in
Appendix C shall serve in that capacity, as specified in Clause GC 4.6."
(i) Consultants shall be paid billing rates for services rendered by the
personnel of all categories namely (i) key Personnel; (ii) sub-
Professional personnel and (iii) Support staff on man-moth wise. For
calculating billing rates of remaining items of the financial proposal,
namely (i) transportation , (ii) Duty travel to site (iii) Office Rent, (iv)
office supplies communication etc (v) reports & document printing
and (vi) survey equipment etc. quoted amount of selected consultant
will be converted to percentage of civil work cost quoted by civil
contractor and payment will be made in proportionate to the financial
progress of the civil work. Beginning 13th month from the last date of
submission of bid, billing rates shall be increased @ 5% every 12
months. However, for evaluation and award of the Bid proposals, the
quoted initial rate (as applicable for first 12 months from last date of
submission of bid) shall be multiplied by the total time input for each
position on this contract, i.e. without considering the increase in the
billing rates. All payments shall be made in Indian Rupees and shall
be subjected to applicable Indian laws withholding taxes if any.
(ii) Payment made pursuant to the rates set forth in Appendix G shall be
adjusted every twelve (12) months (and, the first time, with effect for
the payment earned in the 13th calendar month after the last date of
submission of bid) by 5% every 12 month.
6.2(b)(i) (1) It is understood (i) that the remuneration rates shall cover (A) such
salaries and allowances as the Consultants shall have agreed to pay to
the Personnel as well as factors for social charges and overhead,
and (B) the cost of backstopping by home office staff not included
in the Personnel listed in Appendix C, and (C) the Consultants' fee; (ii)
that bonuses or other means of profit-sharing shall not be allowed as
an element of overhead, and (iii) that any rates specified for persons
not yet appointed shall be provisional and shall be subject to revision,
with the written approval of the Client, once the applicable salaries and
allowances are known.
(2) Remuneration for periods of less than one month shall be calculated on
an hourly basis for actual time spent in the Consultants' home
office and directly attributable to the Services (one hour being equivalent
to 1/240th of a month) and on a calendar-day basis for time spent away
from home office (one day being equivalent to 1/30th of a month).
6.2(b)(ii) The rates for foreign and local Personnel are set forth in Appendix G
.
6.4(a) The following provisions shall apply to the interest bearing advance
payment and the advance payment guarantee :
98
Ministry of Road Transport & Highways Request for Proposal for AE
(a) Where the Parties agree that the dispute concerns a technical
matter, they may agree to appoint a sole arbitrator or, failing
agreement on the identity of such sole arbitrator or within thirty (30)
days after receipt by the other Party of the proposal of a name for
such an appointment by the Party who initiated the proceedings,
either Party may apply to the President, Indian Roads Congress,
New Delhi, for a list of not fewer than five nominees and, on
receipt of such list, the Parties shall alternately strike names there
from, and the last remaining nominee on the list shall be the sole
arbitrator for the matter in dispute. If the last remaining nominee
has not been determined in this manner within sixty (60) days of
the date of the list, the President, Indian Roads Congress, New
Delhi, shall appoint, upon the request of either Party and from such
list or otherwise, a sole arbitrator for the matter in dispute.
(b) Where the Parties do not agree that the dispute concerns a
technical matter, the Client and the Consultants shall each appoint
one arbitrator, and these two arbitrators shall jointly appoint a third
arbitrator, who shall chair the arbitration panel. If the arbitrators
named by the Parties do not succeed in appointing a third arbitrator
within thirty (30) days after the latter of the two arbitrators named by
the Parties has been appointed, the third arbitrator shall, at the
request of either Party, be appointed by Secretary, the Indian
Council of Arbitration, New Delhi.
8.2.5 Miscellaneous
In any arbitration proceeding hereunder:
(b) The English language shall be the official language for all purposes; and
subject to the
prescribed ceiling)
Traveling Expenses Economy class (by air), First class AC (by
train)
and AC car (by road)
101
Ministry of Road Transport & Highways Request for Proposal for AE
IV. APPENDICES
[Give detailed descriptions of the Services to be provided; dates for completion of various
tasks, place of performance for different tasks; specific tasks to be approved by Client,
etc.]
102
Ministry of Road Transport & Highways Request for Proposal for AE
[List format, frequency, contents of reports and number of copies; persons to receive
them; dates of submission, etc. If no reports are to be submitted, state here "Not
applicable".}
103
Ministry of Road Transport & Highways Request for Proposal for AE
[List under: C-l Titles [and names, if already available}, detailed job
descriptions and minimum qualifications. experience of
Personnel to be assigned to work in India, and staff- months for
each.
104
Ministry of Road Transport & Highways Request for Proposal for AE
The form of Medical Certificate as required under the rules of Govt. of India
105
Ministry of Road Transport & Highways Request for Proposal for AE
The Consultants Key personnel and all other Professional / Sub Professional /
Support Staff / Sub-Consultancy personnel shall work 6 days (Mondays through
Saturday) every week and observe the Gazetted Holidays of Government of
India as Holidays. The Consultant shall work as per the work program of
the EPC Contractor. In this context in case the work plan of the Consultant
needs suitable modifications, the same shall be carried out and submitted to
the client for consideration. The Consultants hours of work normally shall match
with that of Contractor’s activities on the site. No extra remuneration shall be
claimed or paid for extra hours of work required in the interest of Project
completion.
In respect of foreign personnel, one day per trip as travel time from and to the
country of the Government shall be allowed.
106
Ministry of Road Transport & Highways Request for Proposal for AE
Appendix F:
107
Ministry of Road Transport & Highways Request for Proposal for AE
Appendix G:
Cost Estimates
1. Monthly rates for local Personnel (Key Personnel and other Personnel)
108
Ministry of Road Transport & Highways Request for Proposal for AE
(Clause-13 of TOR)
To
Address of Employer:
WHEREAS
[Name and address of Consultants]1 (hereinafter called “the consultants”)
has undertaken, in pursuance of Contract
No. dated
to provides the services on terms and conditions set forth in
this Contract __________[Name of contract and brief description of works)
(hereinafter called the “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the
Consultants shall furnish you with a Bank Guarantee by a recognized bank for the
sum specified therein as security for compliance with his obligations in accordance
with the Contract;
We hereby waive the necessity of your demanding the said debt from the
Consultants before presenting us with the demand.
Contract documents which may be made between you and the Consultants
shall in any way release us from any liability under this guarantee, and
we hereby waive notice of any such change, addition or modification.
The liability of the Bank under this Guarantee shall not be affected by any change
in the constitution of the consultants or of the Bank.
This guarantee shall be valid for a period of 68 months i.e. upto 2 months beyond the
expiry of contract of 66 months.
Signature and Seal of the Guarantor _________________In presence of
Address 2.
Date
110
Ministry of Road Transport & Highways Request for Proposal for AE
(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank)
Date:
Dear Sir,
(scope of work)
and the Client having agreed to make an advance payment to the
Consultant for performance of the above Contract amounting to (in words and
figures) as an advance against Bank Guarantee to be furnished by the Consultant.
We
(Name of the Bank) having its Head Office at (hereinafter referred to as the Bank),
which expression shall, unless repugnant to the context or meaning thereof, include its
successors, administrators executors and assigns) do hereby guarantee and
undertake to pay the client immediately
on demand any or, all monies payable by the Consultant to the extent of
- as aforesaid at any time upto
@ without any
demur, reservation, contest, recourse or protest and/or without any reference to
the consultant. Any such demand made by the client on the Bank shall be
conclusive and binding notwithstanding any difference between the Client and the
111
Ministry of Road Transport & Highways Request for Proposal for AE
Consultant or any dispute pending before any Court, Tribunal, Arbitrator or any
other authority. we agree that the Guarantee herein contained shall be
irrevocable and shall continue to be enforceable till the Client discharges this
guarantee.
The Client shall have the fullest liberty without affecting in any way the liability of
the Bank under this Guarantee, from time to time to vary the advance or to extend the
time for performance of the contract by the Consultant. The Client shall have the
fullest liberty without affecting this guarantee, to postpone from time to time the
exercise of any powers vested in them or of any right which they might have against
the Client and to exercise the same at any time in any manner, and either to
enforce or to forebear to enforce any covenants, contained or implied, in the
Contract between the Client and the Consultant any other course or remedy or
security available to the Client. The bank shall not be relieved of its obligations
under these presents by any exercise by the Client of its liberty with reference to the
matters aforesaid or any of them or by reason of any other act or
forbearance or other acts of omission or commission on the part of the Client or any
other indulgence shown by the Client or by any other matter or thing whatsoever
which under law would but for this provision have the effect of relieving the Bank.
The Bank also agrees that the Client at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without
proceeding against the Consultant and notwithstanding any security or other
guarantee that the Client may have in relation to the Consultant's liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is
limited to and it shall remain in force upto and including
and
shall be extended from time to time for such period (not exceeding one year), as may
be desired by M/s. on whose behalf this
guarantee has been given.
WITNESS
(signature)
(Signature)
112
Ministry of Road Transport & Highways Request for Proposal for AE
(Name)
(Name)
Attorney No.
Dated
Note 1: The stamp papers of appropriate value shall be purchased in the name of
bank who issues the "Bank Guarantee”.
Note 2: The bank guarantee shall be from a Nationalized Indian Bank or reputed
foreign commercial Bank acceptable to client for Foreign Consultant with
counter guarantee from Nationalized Bank. Bank guarantee furnished by
Foreign consultant shall be confirmed by any Nationalized Bank in India.
113
Ministry of Road Transport & Highways Request for Proposal for AE
Appendix J
Letter of invitation
114
Ministry of Road Transport & Highways Request for Proposal for AE
Appendix K
Letter of Award
115
Ministry of Road Transport & Highways Request for Proposal for AE
Appendix L
116
Ministry of Road Transport & Highways Request for Proposal for AE
Appendix-M
Memorandum of Understanding
between
_____________________
And
__________________________
(i) ___________ will be the lead partner and ____________ will be the other JV
partner/s.
117
Ministry of Road Transport & Highways Request for Proposal for AE
_______________________
Managing Director/Head of the Firm
Address
For____________________ (Name of Associate Partner/s)
118
Ministry of Road Transport & Highways Request for Proposal for AE
Appendix-N
Bank Guarantee:
Date:
WHEREAS, _________________(Name of Bidder) __ (hereinafter called “the
bidder”) has submitted his bid dated ______________________ (date) for the Tender
No. _________, dated _________ (hereinafter called “the Bid”).
SEALED with the Common Seal of the said Bank this _______day of _________ 2015.
1. If the Bidder withdraws his Bid during the period of bid validity specified in the Bid
document; or
2. If the Bidder does not accept the correction of arithmetical errors of his Bid Price in
accordance with the Instructions to Bidder; or
3. If the Bidder having been notified of the acceptance of his Bid by the Employer
during the period of bid validity,
a. fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, if required; or
b. fails or refuses to furnish the Performance Security, in accordance with the
Instructions to Bidders,
we undertake to pay the Employer up to the above amount upon receipt of his first
written demand, without the Employer having to substantiate his demand, provided that
in his demand the Employer will note that the amount claimed by him is due to him
owing to the occurrence of one or any of the conditions, specifying the occurred
condition or conditions.
This Guarantee will remain in force up to and including the date 180 (one hundred and
eighty) days after the deadline for submission of bids as such deadline is stated in the
Instructions to Bidders or as it may be extended by the Employer, notice of which
extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee
should reach the Bank not later than the above date.
Notwithstanding anything contained herein before, our liability under this guarantee is
restricted to Rs.__________ (Rs._________________________) and the guarantee
shall remain valid till ________. Unless a claim or a demand in writing is made upon
us on or before ____________ all our liability under this guarantee shall cease.
119
Ministry of Road Transport & Highways Request for Proposal for AE
DATE _______________
DISCLAIMER
The Applicant must read all the instructions in the RFP and submit the same
accordingly.
120