Lesson2 Sabnis
Lesson2 Sabnis
www.indiaurbanportal.in
S M Sabnis
Mr Sharad Sabnis, Chief Engineer MSRDC is a Civil Engineer, with both his B.Tech, and M.Tech degrees from IIT, Mumbai. Having opted for a career in the public sector, Mr Sabnis joined the Maharashra PWD and when the Maharashtra State Road Development Corporation Limited was created in 1996, he moved there to work on road and infrastructure projects. Mr Sabnis has worked on many successful infrastructure projects in the State, but the feather in his cap must surely be the planning and execution of the Bandra-Worli Sea-link Project considered one of the most prestigious public sector projects in modern India. This article was written by Mr Sabnis as part of the material prepared by YASHADA for the Ministry of Urban Development, under its Rapid Training Programme initiative.
Civil works carried out by various central or state departments e.g. PWDs, Governmental organisations or urban local bodies are usually classified into two groups viz. Original Works: These require capital investment and are generally funded from Plan allocations. Maintenance and Repairs: These are in the nature of routine or periodic renewal or maintenance works and are generally funded from non- plan allocations.
Original works that are carried out by various central or state departments, Governmental organisations or urban local bodies are of, but not limited to, the following categories: Dams, Head-works and Hydraulic Structures, Highways and Roads, Bridges, Flyovers and Subways, Runways, Airports and affiliated facilities, Water Supply, Sewerage and Pipeline, Power and Transmission Lines, Buildings and Housing (residential, offices, hospitals, schools etc. However, only the following components of civil works are considered admissible for assistance under the JNNURM. (Details may be obtained from the Modified Guidelines of JNNURM.) Urban Renewal i.e redevelopment of inner (old) city areas Water Supply and sanitation Sewerage and Solid Waste Management Construction and improvement of drains/storm water drains Urban Transport, including roads, highways/expressways/ MRTS/metro projects.
1
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
Parking lots/spaces on Public Private Partnership basis Development of heritage areas Prevention and rehabilitation of soil erosion/landslides only in case of Special Category States where such problems are common, and Preservation of water bodies.
The land acquisition component of the cost of the projects is not eligible for assistance except in case of acquisition of private lands in the schemes in the north-eastern states and the hilly states of Himachal Pradesh, Uttaranchal and Jammu and Kashmir. The following components are not admissible for assistance under the JNNURM: Power, Telecom, Health, Education, Wages of Staff etc. and e The basic principles that need to be followed by public bodies undertaking civil works are as follows3: No new works should be sanctioned without careful assessment of the assets or facilities already available and time and cost required to complete the new works. As budgetary resources are limited and granted on annual basis, adequate provisions should be ensured for works and services already in progress before new works are undertaken. The construction period and sanctioned cost stipulated in the sanction of Project will not be exceeded as far as possible. The competent financial authority according administrative approval should be kept informed of the progress of the work till their completion through regular periodical reports. No project or work will be split up to bring it within the sanctioning powers of a lower authority. Any anticipated or actual savings from a sanctioned estimate for a definite project, shall not, without special authority, be applied to carry out additional work not contemplated in the original project.
Further, no works should generally be commenced or liability incurred thereon unless i) Administrative approval has been obtained from the appropriate authority. ii) Sanction to incur expenditure has been obtained from the competent authority. iii) A properly detailed design has been sanctioned. iv) Estimates containing the detailed specifications and quantities of various items has been prepared and sanctioned on the basis of the applicable schedule of rates e.g. PWDs District Schedule of Rates etc. v) Funds to cover the charge during the year have been provided by competent authority. vi) Tenders have been invited and processed in accordance with rules.
2
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
vii) A work order has been issued after following acceptance of tenders and obtainment of Performance Security as stipulated If on grounds of urgency or otherwise, it becomes necessary to carry out a work or incur a liability under circumstances when the provisions set out above cannot be complied with, the concerned executive officer may do so on his own judgement and responsibility However, simultaneously, he should initiate action to obtain approval from the competent authority and also to intimate the authorities concerned with accounts and audits as may be relevant.
Processing of Works
Project development and implementation goes through the following steps Inclusion in the Plans (CDP) Feasibility Studies Preparation of Preliminary Project Report (PPR) Acceptance of PPR and Go Ahead Sanction Detailed Engineering Detailed Project Report (DPR) Administrative Approval and Budget Provision Technical Sanction / Approval Preparation of Draft Bid Documents Approval to Draft Bid Documents Tendering (Procurement) Process Acceptance of Tenders and Award of Work Implementation
In case of works considered for implementation on the Public Private Partnership model, the following steps usually have to be traversed while developing and executing works: Inclusion in the Plans (CDP) Feasibility (Technical Feasibility and Financial Viability) Preparation of Preliminary Project Report (PPR) Acceptance of PPR and Go Ahead Sanction Detailed Engineering including financial viability study and determining Viability Gap Detailed Project Report (DPR) Administrative Approval and Budget Provision Technical Sanction/ Approval
3
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
Preparation of Draft Bid Documents Approval to Draft Bid Documents Tendering (Procurement) Process Acceptance of Tenders and Award of Work Formation of SPV Concession Agreement Financial Close Implementation (Construction followed by Operations Phase) Transfer to the owner department as stipulated
www.indiaurbanportal.in
Administrative approval is generally accorded by the competent Financial authority to the execution of work after due examination of Detailed Project Report and detailed estimates. Technical sanction / Approval to detailed cost estimates is accorded by the technical authority empowered to do so. This sanction ensures that proposals are structurally sound and that the estimates are accurately calculated based on adequate data. In case the work is to be executed through a Public Works Organisation as a deposit contribution work, technical sanction is accorded by that organisation. During preparation of DPR, or at tender processing stage, or during execution of work, or after the completion of work, if it is felt that the project cost has or is likely to vary significantly (by more than 10%) over the sanctioned cost, then a Revised Project Report taking into account various possible reasons for variation like change in scope, design of work, material/ labour cost, time overrun etc. shall be prepared and sanction of competent authority needs to be obtained3.
www.indiaurbanportal.in
c) Location, geological and soil conditions and access to site d) Environmental and social impacts and land acquisition if any e) Utility relocation plans f) Preliminary design and detailing of the project g) Financial appraisal of the project profitability, including h) Sensitivity analysis i) Preliminary estimation and costing The following format can be used for reference while preparing a PPR. Modifications may be made to suit the requirement of individual projects. Volume-I: Preliminary Design Report (a) Executive summary (b) Project description (c) Environmental Impact Assessment and Environmental Management Action Plan (d) Summary of Resettlement Plan (e) Updated cost estimates (f) Updated economic and financial analyses (g) Suggested methods of procurement and packaging (h) Conclusions and recommendations Volume II: Design Report (a) Available Facilities Inventory (b) Summary of survey and investigations data (c) Proposed design basis, standards and specifications (d) Preliminary designs Volume III: Drawings (a) Location map (b) Layout plans (c) Other relevant drawings (d) Indicative land acquisition plans VolumeIV: Environment Impact Assessment or Initial Environmental Examination and Environment Management Plan. Volume V: Resettlement Plan and Resettlement Action Plan.
6
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
www.indiaurbanportal.in
Piece Work
This form is to be used mainly in cases of routine maintenance activities and usually restricted to very small works. The contract is based on calling quotations and the conditions of contract are not as rigid as in the case of percentage rate or the item rate type of contracts. This form is resorted to in cases where it is necessary to start the work in anticipation of formal acceptance of contract, an agreement on piece work form may be drawn and the contract may be cancelled as soon as regular contract is signed. In cases of running contracts e.g. for pipes, laying of sewerage etc. quotations are called periodically and a running rate contract is drawn up as a result of those quotations usually for one year. The piecework form provides for payment of stipulated rates only when it refers to such quantity of time and also stipulates that the procuring entity may put an end to the agreement at his option at any time.
Design-Build Contracts
These are contracts where the works are executed on the designs prepared by the Contractor based on the design criteria and specifications stipulated. These are usually lump sum contracts. Being lump sum contracts these also need to include a schedule of variation, which determines the payment to be made to the contractor in the event of changes in the scope of works.
www.indiaurbanportal.in
him towards costs borne by him is called Concession. The common form of concession is in the form of rights to collect user fees for a specific period called the Concession Period. Usually the concession period includes the period of construction in addition to the period of Operation and Maintenance of the facility. Various forms of this concession can be contemplated and the types of contracts that are in vogue are as follows. The private entrepreneur who gets the concession is called the Concessionaire. Build, Operate and Transfer (BOT) This is the most commonly used form especially in highway projects. The concessionaire builds the facility, operates the facility till the end of the concession period and hands the project facility back to the owner department. Build, Own and Operate (BOO) This is similar to the BOT except that the project facility continues to be with the concessionaire who owns and operates the facility. Usually power plant projects and telecom projects are implemented through this mechanism. Build, Operate, Lease and Transfer (BOLT) This is similar to BOT except that the transfer is carried out over the years through lease adjustments. Projects involving power plants or development and operation of port terminals are implemented through this mechanism.
9
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
Conditions of Contract for Plant Design and Build: These forms are suitable where the works are executed on Contractors own designs. These are lump sum contracts Conditions of Contract for EPC/ Turnkey Contracts: These forms are to be used for EPC or Turnkey contracts where the contractor carries out the design and also finances works e.g. in the BOT type of contracts. The standard contract documentation on individual works, using the FIDIC forms has two parts Part I: General Conditions of Contract: These are the standard conditions of the FIDIC form of the type above as may be suitable to the work Part II: Particular Conditions: These are amendments to the General Conditions as may be appropriate for the specific work and other work-specific conditions e.g. special conditions of contract, drawings, specifications etc. World Bank Standard Forms of Contracts The World Bank9 has evolved standard bidding documents applicable for each of the following types of bidding. International Competitive Bidding (ICB): This standard form is used for the World Bank aided projects where international bidding is resorted. The objective of International Competitive Bidding (ICB) is to provide all eligible prospective bidders with timely and adequate notification of the Employers requirements and an equal opportunity to bid for the required works. Limited International Bidding (LIB): This is essentially ICB by direct invitation without open advertisement. It may be an appropriate method of procurement where (a) there is only a limited number of suppliers, or (b) other exceptional reasons may justify departure from full ICB procedures. National Competitive Bidding (NCB): This is the competitive bidding procedure normally used for public procurement within the country and may be the most appropriate way of procuring goods or works which, by their nature or scope, are unlikely to attract foreign competition. Request for Proposals for Selection of Consultants: These are the guidelines and the standard documentation evolved by the World Bank for procurement of consultancy services. Pre-qualification Document for Procurement of Works: This is the document provided by the World Bank for adoption in World Bank aided works where the bidding process stipulates the pre-qualification of the intending bidders. While the documentation developed by the World Bank is meant for adoption in works aided by the bank, various departments and organisations in the country have used these as guidelines for developing standard contract documentation for their procurement of works.
10
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
Steps in Procurement
Public Procurement procedure usually follows the following steps 1. Preparation of Bid Documents 2. Approval of Bid Documents by Competent Authority 3. Public Invitation for Pre-qualification (where relevant) 3.1. Issue of Instructions and Pre-qualification criteria 3.2. Pre-Application Meeting and Issue of Clarifications to Applicants 3.3. Receipt of PQ applications and scrutiny 3.4. Approval to PQ 4. Invitation for Bids 5. Issue of Bid documents to prospective bidders 6. Pre Bid Meeting and Issue of Minutes, Clarifications and Common Set of Deviations 7. Receipt of Bids 8. Scrutiny 9. Negotiations, where warranted 10. Acceptance of Bids
11
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
core information is provided while leading the intending bidders to the detailed tender notice on the web site of the organisation.
Sale of Tenders
Tender documents must be kept ready for sale before the issue of Invitation for Bids. The intending bidders desiring to tender should generally make a written application and pay the price of the bid documents in the specified format. An official is designated to see that tender documents with complete set of drawings are made available to the bidders as soon as their applications are received. Bidders need to acknowledge receipt of the bid documents for purposes of record.
www.indiaurbanportal.in
CSD as above need to be supplied to the bidders without delay. A minimum gap of about ten to fifteen days is usually allowed between the Issue of these minutes and the clarifications/CSD and the last date of sale of the bid documents primarily with a view to enable bidders who are attracted to the bid process on account of these deviations, to purchase the bid documents and participate in the bid.
Bid Validity
Bid documents require the bids to be valid for a stipulated period after the submission. This period is usually 120 days. The process of scrutiny and evaluation of the bids has therefore to be completed and acceptance communicated well within the validity period. If for some reason, the process of scrutiny and evaluation is delayed, either the successful bidder or all the bidders could be requested to extend their validity for a suitable period. It must be noted that extension to the bid validity is entirely discretion of the bidder and such a request may not be responded favourably.
Bid Security
A bid security (Normally 1% of the estimated cost of the work put to tender) is to accompany the bids. This is also called Earnest Money Deposit. The format of the bid security as well as the time frame and manner of its refund in case of unsuccessful bids is stipulated in the bid documents. The successful bidders are allowed usually to convert the bid security into their performance security.
www.indiaurbanportal.in
submission date. The documents in the first envelope are scrutinized in due course. The financial bids in respect of those bidders who qualify and whose technical proposal meets the requirements in the bid documents are opened. The qualifying bidders are intimated about the date on which the financial bids are to be opened. Bid documents should clearly spell out the procedure of opening and scrutiny of the bid documents.
Responsive Bids
Scrutiny of the 'Financial Bids' is carried out to determine whether each bid has been properly signed and is substantially responsive. For this purpose, a substantively responsive bid is one that conforms to all the terms, conditions and specifications of the tender documents without material deviation and reservation. A material deviation or reservation is one: (a) which affects in any substantial way the scope, quality, or performance of the works; or (b) which limits in any substantial way the Employer's rights or the bidder's obligations; or (c) whose rectification would affect unfairly the competitive position of other bidders which are substantially responsive. If a bid is not substantially responsive to the requirements of the bid documents, it shall be rejected with the approval of the authority empowered to accept the bid in the first instance, and may not subsequently be made responsive by correction or withdrawal of the non-conforming stipulation. In this context, conditional bids may be considered as non-responsive. The provisions regarding determination of responsiveness of bid documents generally form part of the Instructions to Bidders (ITB) incorporated in the bid documents.
Correction of Errors
Substantially responsive financial bids are checked for any arithmetic errors. Arithmetic errors are to be rectified on the basis of the standard procedure stipulated in the ITB which is as follows: (a) If there is a difference between the amount of rate in figure and in words of an item, and the total amount is worked out, then the rate which corresponds to the amount worked by the bidder shall be taken as correct. (b) If the bidder has not worked out the amount of an item, or the same does not correspond with the rates written either in figures or in words, then the rate quoted by him in words shall be taken as correct. (c) If the rate quoted by the bidder in figures and in words tallies, but the amount is not worked out correctly, the rate quoted by the contractor shall be taken as correct and not the amount.
14
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
Confidentiality Considerations
The ITB shall usually provide for the confidentiality of the process by stipulating that information relating to the examination, clarification, evaluation and comparison of bids, and recommendations for the award of a contract shall not be disclosed to bidders or any other person not officially concerned with such process, until the award to the successful bidder is announced. Additionally, Bidders are not to contract the Employer or his officials from the time of bid opening to the time contract award on any matter related to the bid, except on request and prior written permission and that any effort by the Bidder to influence the Employer in bid evaluation, bid comparison or contract award decisions will result in the rejection of the Bidder's bid.
Acceptance of Bids
At the end of its scrutiny and evaluation of the buds a comparative statement of tenders is prepared to compare the tenders and in order to ascertain the successful tender in accordance with the procedures and criteria set forth in the bid documents. No criteria shall be used that has not been set forth in the tender document. Based on the acceptance criteria stipulated in the Bid documents, the competent authority shall accept the tender that meets the requirements of the bid documents and the acceptance criteria stipulated. The usual criterion stipulated in bid documents, is to regard a bidder successful if his bid quotes the lowest price subject to any margin of preference applied pursuant to Government policy. The Bid documents should incorporate the stipulation that the Employer shall reserve the right to accept or reject any bid or all bids, recall the tender and to annul the bidding process, at any time before the award of its work, without thereby incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for this action. However, while exercising this right the competent official of the Employer must base his action of rejection on clear, logical reasons and keep these reasons for rejection/recall of tenders on record.
15
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
16
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
acceptance, the above guidelines shall be applicable as are prescribed for acceptance of tenders where re-bidding is resorted to.
Communication of Acceptance
Acceptance of the bid is communicated to the successful bidder well before the expiry of the bid validity period, in a standard format of acceptance letter. The bidder is requested to submit a performance security (Usually 5 % to 10% of the contract price) within the stipulated period so as to issue a notice to proceed with the work (Work Order)
Performance Security
The successful bidder is required to furnish to the Employer a performance security after the receipt of Letter of Acceptance, within the time stipulated, usually of an amount equivalent to 5% to 10% of the contract price plus additional security for unbalanced bids. The Performance Security to be provided by the successful bidder is in the form of a bank guarantee as per prescribed format issued from any nationalized Indian bank/IDBI/ICICI/Export Import bank/Foreign bank with counter guarantee from any nationalized Indian Bank or other bank as may be acceptable to Employer (The bid documents need to provide clear stipulations in this regard). The Bank Guarantee for performance security shall remain valid for a sufficient period (as specified in the Contract) after expiry of Defects Liability Period. After the successful bidder furnishes the performance security towards the work as stipulated in the bid documents, the notice to proceed with the work (Work Order) is issued and the agreement is signed.
17
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
Pre-qualification 1 The process enables prospective bidders, who may be insufficiently qualified on their own, to avoid the expense of bidding. Conversely it is an incentive for these potential bidders to form a joint venture that may give them a better chance of success. 2 After being pre-qualified, well-qualified firms will price their bids with the knowledge that they are competing against other qualified bidders meeting realistic minimum competence criteria; the assurance that inadequately qualified competitors will be excluded from submitting unrealistic low bids thus encourages leading contractors to bid.
Post-qualification Insufficiently qualified bidders enter the bid process and incur the expense of bidding. There is no incentive to form a joint venture that may give them a better chance of success. Since the bid process is open to all, and since there is no assurance that inadequately qualified bidders will be kept out, leading contractors are relatively less keen to bid in this process.
3 It reduces the amount of work and time involved by The Employer is compelled to Employers in evaluating bids from unqualified scrutinize and evaluate all the bids contractors. 4 Procurement lead-time may increase, although this can Procurement Lead-time is relatively be minimized by good procurement scheduling, e.g., less. undertaking the pre-qualification process while Bidding Documents are being prepared. 5 Collusion (and the possibility of price-rigging) is easier Collusion less likely. among a limited number of identified bidders.
Strategy towards Pre/Post Qualification: Considering the relative merits and demerits of prequalification and post-qualification, it may be desirable to resort to pre-qualification in cases of large and complex projects where the ability to deliver the project is a key requirement. For the relatively medium and small jobs, the strategy of post qualification may be adopted. The criteria to be used for pre or post qualification could be more or less similar. Pre-qualification Process: The pre-qualification process includes four main phases: advertising, preparation and issuing of the pre-qualification document, application preparation and submission by bidders, and application evaluation, and pre-qualification of applicants. Advertising: The advertisement for pre-qualification should conform to the guidelines for the publicity of bids whereby wide publicity is accorded to the pre-qualification process. In case of international bids, the publicity may have to be made in appropriate international newspapers. Preparation and Issue of Pre-qualification Document: Pre-qualification documents have to be got prepared and approved from the competent authority in a manner identical to preparation and
18
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
approval to bid documents. The typical pre-qualification document has usually the following sections Instructions to Applicants: Specifies the procedures to be followed by Applicants in the preparation and submission of their Applications for Pre-qualification as well as information on opening and evaluation of applications. Work Specific Data: Consists of provisions that are specific to each pre-qualification and supplement the information or requirements included in the section covering Instructions to Applicants. Qualification Criteria and Requirements: Highlights the methods and the criteria used for carrying out the pre-qualification of applicants. Forms and Formats: The forms and formats in which the applicants are expected to furnish their information for pre-qualifications Scope of Works: Specifies the scope of the work including drawings and specifications as well as the delivery schedule in respect of the work for which the pre-qualification applications are sought.
Application Preparation and Submission by Applicants: This is the stage where the intending applicants study the pre-qualification documents and prepare their applications in the form and formats stipulated. During this time the Employer is required to respond promptly to the queries that the applicants might raise. This process could be facilitated through a Pre-Application Meeting. Application Evaluation and Pre-qualification of Applicants: This is the stage where the Employer evaluates the applications and pre-qualifies the bidders based on the qualification criteria stipulated in the application documents.
Eligibility Criteria
Eligibility criteria generally stipulated in the bid documents comprises the following: Conflict of Interests: A firm that has provided consultancy services to the Employer in the preparation of the project or bid documents etc. or affiliates of such a firm are not eligible to provide services or goods and thus not eligible for bidding. Government owned enterprises are not eligible for bidding unless they are legally and financially autonomous and operate under the commercial law. A firm declared ineligible for having indulged in corrupt or fraudulent practices by the Employer shall not bid. Firms that have been debarred from participating in the bid processes of the Employer for non- performance shall be ineligible for bidding in the period so applicable.
19
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
Qualification Criteria
Generally, the following qualification criteria are specified in the pre-qualification document for qualification of bidders. The criteria may also be used to carry out post-qualification of bidders. The criteria could be modified and expanded to include other conditions to meet the requirements of individual works. Registration of Contractors in Appropriate Class: The Qualification criteria usually stipulates that the bidders must be registered in appropriate class with the Employer or the CPWD or State PWDs or Railways etc, The registered contractors would be eligible to tender for the class (es) of work(s) for which they are registered and up to the limits of their registration and area of operation. General Construction Experience: The qualification criteria stipulates that bidders should have been actively engaged in civil works construction business for similar work at least for 5/ 10 years immediately prior to the date of submission of application. Particular Construction Experience: The qualification criteria stipulation may provide that the bidder should have successfully completed or substantially completed, within the last 5/10 financial years, at least one contract of the specified percentage (e.g. 75 %) of the contract value in question and which is similar to the one now being proposed and (ii) The bidder should also have achieved the minimum annual production rates of the key construction activities stipulated. Turnover: The minimum average turnover of the bidder during the preceding 5 to 7 years should be more than the specified value. This is usually two times the estimated cost of the work put to tender divided by the time in years allowed for the work. While working out the turnover of the preceding years, a compounding factor (e.g. 10% per year) may be specified. Bid Capacity: The qualification criteria invariably provide that the bidder should possess the bidding capacity as calculated by the specified formula. The formula generally adopted is: Bid Capacity = A x N x F -B, where :
A = Maximum value of works executed in any one year during the last 5 years (updated at the current price level by a compounding factor e.g. 10% per annum), taking into account the completed as well as works in progress. N = Number of years prescribed for completion of the work in question. B = Value (updated at the current price level) of the existing commitments and ongoing works to be completed in the next 'N' years. F = A multiplier factor (Usually 1.5 to 2) Financial Capability: With a view to ensure that the bidder has access to or possesses adequate liquid assets and other financial assets to meet the cash flow requirements for the contract in question, the qualification criteria provides that (i) The bidder must possess a specified minimum value of liquid assets (Generally 10% of the annual turnover) (ii) The bidder should have adequate sources of finance to meet the cash flow requirements of works
20
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
currently in progress and for future contract commitments and (iii) The bidder should possess financial soundness as established by audited balance sheets and/or financial statements. Towards this the bidder may be required to produce these details such as Profit and Loss Statements and Balance Sheets for the preceding five or seven years. The bid documents may also provide that the Employer may seek reference from the bidders bankers to establish his financial soundness. Equipment Capability: The qualification criteria may provide that the bidders should demonstrate the availability of key equipment necessary for the contract work. This may be through ownership of the equipment of through hire or lease. The prime consideration in this regard would be to assure the availability of the equipment at the time when it is required to be deployed in the contract work. Personnel Capability: The qualification criteria may require the bidder must demonstrate the availability of key personnel of the requisite qualification and experience for deployment in the contract work. Litigation History and Past Performance: With a view to weed out bidders with a history of unsuccessful or bad litigation or poor performance in past contracts, e.g. unsuccessful completion, or excessive delays the criteria may require the bidders to provide details of previous works and litigations. The Employer may, in this regard insist on certificates/ independent verification from the previous Employers to ensue that the past history of the bidder does not create a doubt about his performance in the present contract. A decision to disqualify has to be based on solid evidence (references) from the previous Employers to substantiate that non-performance resulted from a default by the bidder.
Joint Ventures
Intending bidders forge joint ventures to bring together their technical, financial, personnel and equipment capabilities to meet the requirements of a contract work. For large and complex works (say costing more than Rs. 100 Cr.), joint ventures are, therefore, permitted.4 While qualifying joint ventures, the memorandum of understanding forming the joint venture agreement should be carefully scrutinized. The MOU between the joint venture partners should contain details such as Management structure of the J/V, share of individual partners in the J/V, Lead Partner and his empowerment to incur liabilities and enter negotiations, responsibilities of individual partners in furnishing bid security, performance security etc., their joint and several liability and remedy in case of abdication of responsibility by one or more parties etc. While considering qualification of a Joint Venture, some of the criteria specified above could be met collectively and some by the Lead Partner. Some of the criteria could be applied to the individual partners to the extent of their share in the J/V. For smaller contracts it may be desirable to disallow joint ventures.
Consultancy Contracts/Assignments
Considering the magnitude and complexity of works faced by the Central/ State departments, Governmental organisations or the ULBs, it is inevitable that services of high quality consultants
21
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
are deployed at all stages of the project life cycle. Consultants have to be engaged for conducting feasibility studies, project preparation, preparation of bid documents and project management during the construction stage as well as supervision during the O&M stage.
22
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
www.indiaurbanportal.in
h. i. j.
Evaluation of financial proposal; Final evaluation of quality and cost; and Negotiations and award of the contract to the selected firm.
24
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
25
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
Professional Liability: Professional liability is a term used to recognize the obligation of a person or firm to compensate those who suffer loss or damage as a result of the negligent performance of the professional services provided by them. The consultant will be expected to carry out the assignment with due diligence and in accordance with prevailing standards of the profession. He will always act, in respect of any matter relating to the Contract or the Services, as faithful adviser to the Employer and will at all times support and safeguard the Employer's legitimate interests in any dealings with the subcontractors or third parties. The Consultant shall be responsible for accuracy of data (whether collected directly by him or procured from other agencies/authorities), the designs, drawings, estimates and all other details prepared by him as part of the Services. He shall indemnify the Employer against any negligence, deficiency in services, or inaccuracy/deficiency in the work that might surface during implementation of the project. The consultant will also be responsible for correcting at his own cost, the drawings including any re-survey/investigation and correcting layout, if required. Professional Indemnity Insurance: Professional Liability Insurance, more commonly referred to as Professional Indemnity Insurance, is a mechanism to transfer all or part of the risk to an insurance company for payment to those who are entitled to be compensated for their losses to the negligent performance of the duty by a the professional. The consultant shall provide to the Employer a Professional Liability Insurance (PLI) for a period of five (5) years or as per applicable law, whichever is higher, after completion of services.4 The liability to the Employer shall be limited to the total payments expected to be made under the consultant's contract, or the proceeds the consultant is entitled to receive under its insurance, whichever is higher. Termination: If the consultant is found to be not performing satisfactorily during the course of the consultancy assignment, or refuses to re-do part of the work which is found unacceptable, or fails to comply with any decision reached as a result of arbitration proceedings, or becomes bankrupt, or is found to indulge in corrupt and fraudulent practices, or knowingly submits a false statement which has a material effect on the rights, obligations or interests of the Employer, may terminate the contract after giving due notice. Upon termination, the Employer shall, after offsetting any advances, pay for the services satisfactorily done before the effective date of termination, and also of reimbursable expenditures which have been actually incurred before the said date Staff Substitution Provisions: During an assignment, if substitution is necessary (for example, because of ill health or because a staff member proves to be unsuitable), the consultant shall propose other staff of at least the same level of qualifications for approval by the Employer. Such substitution may be allowed only in respect of a proportion of the staff proposed, and provisions towards penalties for such substitution may also be included in the consultancy contract. The contract may also contain provisions for replacement of personnel found unsuitable by the Employer. Dispute Resolution Provisions: Consultancy contracts need to include a clause for settlement of disputes. The dispute resolution mechanism usually provides for amicable settlement failing which the dispute is referable to an arbitration proceeding.
26
National Institute of Urban Affairs (NIUA)
www.indiaurbanportal.in
References: 1. JNNURM: Modified Guidelines 2. JNNURM Detailed Project Report Preparation Toolkit 3. Manual on Policies and Procedures for Procurement of Works issued by GOI, Ministry of Finance (2006) 4. National Highway Authority of India : NHAI Works Manual-(2006) 5. Guidelines: Selection and Employment of Consultants by World Bank Borrowers (2006) 6. World Bank- Pre-qualification Document for Procurement of Works and Users Guide (2006) 7. World Bank- Standard Request for Proposals for Selection of Consultants (2004) 8. World Bank- Standard Bidding Document for Procurement of Works and Users Guide (2007) 9. World Bank- Guidelines Procurement under IBRD Loans and IDA Credits (2004) 10. FIDIC Contracts Guide to the Construction, Plant and Design-Build and EPC/Turnkey Contracts (1st Edition, 2
27
National Institute of Urban Affairs (NIUA)