72 FileM095885246 PDF
72 FileM095885246 PDF
January – 2017
NHAI-RO_Chennai RFP for IE Services
CONTENTS
INFORMATION TO CONSULTANTS
Sub: Independent Engineer services for Package-I - Four Laning of balance work and
Operation and Maintenance of Tirupathi – Tiruthani – Chennai Section of NH-
205 from Km.274.800 to Km.338.030 in the State of Andhra Pradesh and from Km
0.000 to Km 61.470 in the State of Tamil Nadu on Design, Build Finance, Operate
and Transfer (DBFOT) Toll Basis
AND
Package-II - For Chennai Bypass from Km 0.000 to Km 32.600 in the State of
Tamil Nadu.
(Consultancy Package No. RO Chennai/IE/O&M/2016/Package-VI)
GENERAL:-
1. The National Highways Authority of India (NHAI) invites proposals for engaging
an Independent Engineer (IE) on the basis of International Competitive Bidding for the
following contract package in the State of Tamil Nadu.
TABLE 1: DETAILS OF PROJECT
Project Assignment
S. N State NH No. Project stretch Length period
(Km) (months)
1. Tamil 205 Tirupathi – Tiruthani- 126.400 36
Nadu/ Chennai (Km 274/800
Andhra to Km 338.030)in
Prades Andhra Pradesh and
h (Km 0.000 to Km
61.470) in Tamil Nadu
2. Selection of IE/AE shall be as per selection procedures given in the Model Concession
Agreement and general procurement methods followed in NHAI. The selected IE/AE
shall be intimated to the Concessionaire/Contractor.
3. The proposal shall be submitted in English Language and all correspondence would
be in the same language.
4. The Operation & Maintenance of DBFOT projects broadly include Operation and
Maintenance activities of the Concessionaire for completed construction works and
Projects Facilities are opened to traffic as per the Concession Agreements.
shall be listed in the descending order of their technical score and 5 top ranking
firms shall only be considered for further evaluation provided none of them is in
conflict of interest with the Concessionaire. The firms in conflict of interest shall be
substituted by next ranking firm not having conflict of interest with the Concessionaire.
Under stage 2, the financial proposal of such five firms as selected above shall be
opened and evaluated. The weightage of Technical and Financial score shall be 80%
& 20% respectively. The final selection of the firm shall be based on the highest
combined score of Technical and Financial Proposal.
9. The total time period for the assignment as Independent Engineer/Authority Engineer
will be for 36 months. On expiry or termination of aforesaid period, the Authority
may in its discretion renew the appointment.
10. Consultants may apply either as a sole firm or forming Joint Venture with other
consultants. In case of Joint Venture, the maximum number of Joint Venture partners
is limited to 2 (i.e. one lead + 1 JV partners). Formulation of more than one JV with
different partners for the same work is not allowed and all such proposal involving the
firms shall be treated as non-responsive.
11. The Applicant whether a sole applicant or lead member with joint venture may include
an Associate company also. The applicant shall submit a Memorandum of
Understanding (MOU) with the Associate regarding the role and responsibilities of this
Associate Company along with the proposal. Key personnel viz., Team Leader and
Highway Maintenance Engineer shall be deployed necessarily by sole firm or JV
partners. Upto 50% of the remaining key personnel and sub professional staff can be
provided by the associate firm.
12. Consulting firms meeting the following criteria and not in conflict of interest with the
Concessionaire are only eligible for applying for this assignment. Firms not meeting
these criteria need not apply.
(A) Eligibility criteria for sole applicant
SECTION 2.
1. INTRODUCTION
1.1 Bids are invited from consulting firms either as a sole firm/ joint venture with
other consultant willing to act as IE/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 NHAI.
1.2 A brief description of the assignment and its objectives are given in the Terms
of Reference (TOR)
1.3 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.
1.4 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) NHAI 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.
1.5 We wish to remind you that in order to avoid conflict of interest situations, any
firm associated with the Concessionaire of the Project Highway as its Design
and/or Supervision Consultant and/or the Contractor(s) as Design Consultant
and/or Construction Supervision Consultant is during construction period and
defect liability period of the project or previous Operation & Maintenance
period is not eligible to participate in the bidding. The restriction herein shall
not apply after a period of 5 (five) years from the completion of their
consultancy assignment.
1.6 Those Consultants who were engaged by Ministry/ NHAI for the above project
as Design Consultants for preparation of Detail Project Reports shall not be
permitted to submit proposal for providing the consultancy services as Independent
Consultant for the same project for first Operation & Maintenance period of the
project either individually or in JV with other firms. The restriction herein shall
not apply after a period of 5 (five) years from the completion of their DPR
Consultancy assignment for the project.
1.7 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.
1.8 It is the NHAI’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 NHAI:
(a) Defines, for the purpose of this paragraph, the terms set forth below as follows
(i) “corrupt practice” means the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the action of a
public official in the selection process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts in
order to influence a selection process or the execution of a contract;
(iii) “collusive practices” means a scheme or arrangement between two or
more consultants with or without the knowledge of the Client, designed
to establish prices at artificial, non-competitive levels;
(iv) “coercive practices” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a
procurement process, or affect the execution of a contract.
(b) will reject a proposal for award if it determines that the Consultant
recommended for award has, directly or through an agent, engaged in
corrupt, fraudulent, collusive or coercive practices in competing for the
contract in question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of time,
to be awarded a contract if it at any time determines that the firm has engaged
in corrupt or fraudulent practices in competing for, or in executing, a contract;
and
(d) will have the right to require that a provision be included requiring consultants
to permit the NHAI to inspect their accounts and records relating to
the performance of the contract and to have them audited by
authorized representatives of NHAI.
1.9 Consultants, their Sub-Consultants, and their associates shall not be under a
declaration of ineligibility for corrupt and fraudulent practices. Furthermore, the
Consultants shall be aware of the provisions on fraud and corruption stated in the
specific clauses in the General Conditions of Contract.
1.10 Consultants shall furnish information on commissions and gratuities, if any, paid
or to be paid to agents relating to this proposal and during execution of the
assignment if the Consultant is awarded the Contract, in the Financial Proposal.
1.11 The Data Sheet indicates how long Consultants’ Proposals must remain valid after
the submission date. During this period, Consultants shall maintain the availability
of Professional staff nominated in the Proposal. The Client will make its best effort
to complete negotiations within this period. Should the need arise, however, the
Client may request Consultants to extend the validity period of their proposals.
Consultants who agree to such extension shall confirm that they maintain the
availability of the Professional staff nominated in the Proposal, or in their
confirmation of extension of validity of the Proposal, Consultants could submit new
staff in replacement, who would be considered in the final evaluation for contract
award. Consultants who do not agree have the right to refuse to extend the validity
of their Proposals.
2. CLARIFICATIONS AND AMENDMENT OF RFP DOCUMENTS
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 NHAI 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 NHAI
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 technical proposal only strictly using the formats
enclosed herewith (refer section 3 & 4). Financial proposal should be uploaded on-
line as per the procedure under e-tendering. 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 written Power of Attorney duly notarized to be submitted with the
proposal. In case of JV a MoU indicating the specific Projects, input and role of
each Partner etc. shall be submitted with the proposal.
Technical Proposal
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.
(ii) The Consultants should prefer to field as many of their permanent staff
as possible and higher marks shall be given in this regard. 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. Please enclose evidence (e.g: Pay roll, Auditor’s Certificate) in
this regard. More weightage will be given to those key personnel who
are employed with more years 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
(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) For Team Leader –cum - Sr. Highway Engineer, Resident Engineer Quality
– cum – Material Expert and Road Safety Expert, the Consultants should
prefer candidates having worked on PPP Projects. Such personnel shall be
rated higher than the candidates having no such experience at all”.
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 shall also be furnished.
(ii) Any comments or suggestions on the ToR and a description of
the methodology (work plan) which the firm proposes to execute the
services, illustrated with bar charts of activities.
(iii) The composition of the proposed staff team, the tasks which shall be
assigned to each and their timing;
(iv) Requirement for submission of CVs.
(a) CVs strictly in the prescribed format and recently signed in blue ink on
each page by both the proposed professional staff and the Managing
Director/Head or the authorized representative of the firm.
(b) Key information should include years with the firm and degree of
responsibility held in various assignments. In CV format, at summary,
the individual shall declare his qualification & total experience (in
years) against the requirements specified in TOR for the position (Ref.
Enclosure-B of TOR). If any information is found incorrect, at any
stage, action including termination and debarment from future NHAI
projects upto 2 years may be taken by NHAI on the personnel and the
Firm.
(c) If same CV is submitted by two or more firms, zero marks shall be given
for such CV.
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 H-1 do not exceed 3 (three) for Quality Cum
Material Expert and 6 (six) for Road Safety Expert, Pavement Specialist,
Bridge/Structural Engineer traffic & Transportation Expert.
(d) All the CVs which are to be evaluated should be complete in all respects
including signing and certification by the individual and the firm. In
order to overcome the difficulties in furnishing the duly signed CVs due
to time prescribed for submission for RFP, maximum 3 CVs (except
Team Leader and Highway Maintenance Engineer) with scanned
signatures of the candidates on all pages shall be permitted. However,
the authorised representative of the firm shall sign on each page. If the
firm is selected, then the firm shall submit duly signed CVs at the time
of negotiations.
(e) If a CV score less than 75% marks, whatever marks it score will be
carried forward for maximum 2 nos key personnel for determining the
total score of the firm. However, if the Key Personnel does not fulfil
the minimum academic qualification (as mentioned at Enclosure-B of
TOR of RFP), the overall score of his CV will be evaluated as zero. If
the Key Personnel does not fulfil the minimum qualification related to
experience (as mentioned at Enclosure-B of TOR of RFP), then zero
marks will only be assigned for that sub criteria, but the marks obtained
by the CV of the Key Personnel will be carried forward for maximum
2 nos key personnel for determining the total score of the firm. In case,
a firm is H-1, then maximum 2 (two) such Key Personnel (whose CV
scores less than 75% or who does not fulfil the minimum qualification)
will have to be replaced by the firm at the time of contract negotiations.
The reduction in remuneration of such replacements will be made as per
Clause 4.5 (c) of the contract for consultancy services.
(v) Deployment Schedule for each key personnel should be formulated and
incorporated in the Technical Proposal which will be reviewed on quarterly
basis.
(vi) Estimates of the total time effort (person x months) to be provided for
the services, supported by bar chart diagrams showing the time proposed
(person x months) for each professional staff and sub professional staff.
(vii) A certification to the effect should be furnished by the Consultant that they
have checked the qualifications and experiences details submitted by the key
personnel in their CVs and found to be correct. This certification should be
made in CVs of all key personnel after the certification by the candidate. The
format of CV includes certification to this effect.
(viii) Each key personnel of the preferred Consultant shall be called for interview
at the time of negotiation at the cost of Consultant.
(ix) 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
Financial Proposal
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.
For the first 12 months from the Date of Commencement of Services, Consultants
shall be paid billing rates as indicated above. Escalation in Local Currency shall be
as per RW-NH-35071/2/2013-S&R(B) dated 26th February, 2014 with escalation @
5% per year (after every 12 months starting from 13th month) will, henceforth, be
provided to cover all items of the Contract interalia including Vehicle hire, office
rent, consumables, furniture etc. However, for evaluation and award of the Bid
proposals, the quoted initial rate (as applicable for first 12 months) shall be multiplied
by the total time input for each item on this contract, i.e. without considering the
increase in the billing rates.
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 Local currency
(Indian Rupees)
3.9 The service tax shall be considered for release along with invoice, subject to condition
that Consultant submits the proof of deposit of the same with a Certificate from CA
firm within a period of 90 days of receipt of such service tax.
4. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS
4.1 PREPARATION & SUBMISSION OF APPLICATIONS:
(i) Detailed RFP may be downloaded from https://nhai.eproc.in and the
Application may be submitted online following the instructions appearing on
the screen. A Vendor manual containing the detailed guidelines for e-tendering
system is also available on https://nhai.eproc.in.
(ii) The following shall be the form of various documents in the Application:
(A) Only Electronic Form (to be uploaded on the https://nhai.eproc.in)
(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 to be submitted in Sealed Envelop and also in
Electronic form to be uploaded on the https://nhai.eproc.in
(I) Technical Proposal in Hard Bound Form including;
(a) Power of Attorney for signing the Application
(b) If applicable, the Power of Attorney for Lead Member of JV;
(c) Copy of Memorandum of Understanding between JV partners, if
applicable;
(d) Copy of Memorandum of Understanding with Associate, if
applicable.
(e) Firms credentials as per format prescribed in SECTION-3 OF RFP.
(f) Technical proposal as per format prescribed in SECTION-4 OF
RFP.
(II) Receipt of online payment towards cost of RFP of Rs. 5000/- (Rupees Five
thousand only) in favour of National Highways Authority of India; and
(III) Online Receipt of payment of Application processing fee of Rs.
1,295/- (Twelve Hundred Ninety Five Only) inclusive of all taxes in
favour of M/s C1 India Private Limited, New Delhi electronically.
(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. The original documents
should be submitted before submission of due date, at the below mentioned
address in the manner and form as detailed in the RFP. A receipt thereof should
be obtained from the below mentioned person.
ATTN. OF: Shri. B.L.Meena,
DESIGNATION: Regional Officer, Tamil Nadu & Pudhucherry
ADDRESS: National Highways Authority of India,
SRI Tower, 3rd Floor, DP-34 (SP), Industrial Estate,
Guindy, Chennai – 600 032.
Tel. No. 044 – 2225 2635
Fax No. 044 – 2225 2636
E mail: [email protected]
(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
https://nhai.eproc.in before submission of due date. A hard copy of the document
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 copy submission
is to be made. In the event of any discrepancy between the original and the copy
(in electronic form), the original shall prevail.
(v) It may be noted that the scanned copies can be prepared in file format i.e. PDF
and/or ZIP only. The Applicants can upload a single file of size of 10 MB only
but can upload multiple files.
(C) Procurement of Consultants through INFRACON Portal (to be uploaded
on www.infracon.nic.in)
(i) All the Consultancy firms and key personnel have to register on
www.infracon.nic.in portal and should upload their technical proposals /
credentials in public domain. This Portal has facility to host Firms &
Personnel credentials online with option to link to Aadhar & Digilocker
for data validation and purity.
(ii) The Applicant shall ensure that they have uploaded modules stipulated in
MoRTH Circular No.RW-NH-35075/1/2010-S&R(R) dt.28.10.2015 on
www.infracon.nic.in, failing which the bid submitted will be summarily
rejected. Hard copy of the documents as specified the said MoRTH
Circular only is required to be submitted. Financial Proposal is to be
submitted On-line only and no hard copy submission is to be made. In
the event of any discrepancy between the original and the copy (in
electronic form), the original shall prevail.
4.2 Modification / Substitution/ Withdrawal of bids:
(i) The Bidder may modify, substitute or withdraw its e- bid after submission.
Prior to the Bid Due Date. No Bid shall be modified, substituted or withdrawn
by the Bidder on or after the Bid Due Date.
(ii) Any alteration/ modification in the Bid or additional information supplied
subsequent to the Bid Due Date, unless the same has been expressly sought
for by the Authority, shall be disregarded.
(iii) For modification of e-bid, bidder has to detach its old bid from e-tendering
portal and upload / resubmit digitally signed modified bid.
(iv) For withdrawal of bid, bidder has to click on withdrawal icon at e-tendering
portal and can withdraw its e-bid.
(v) Before withdrawal of a bid, it may specifically be noted that after withdrawal
of a bid for any reason, bidder cannot re-submit e-bid again.
4.3 OPENING AND EVALUATION OF APPLICATIONS:
(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
holding Power of Attorney and Digital Signatory are not the same, the bid shall
be considered non-responsive.
The Authority shall open Envelope containing Technical Proposal received as
mentioned in point nos. 4.1 (ii) B on due date of submission in the presence of
the Applicants who choose to attend. This Authority 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 NHAI 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.) The
technical proposal should score at least 75 points to be considered responsive. The
Authority shall shortlist 5 (five) top firms on the basis of their technical score not in
the conflict of interest with the Concessionaire.
Financial Proposal
5.4 After the evaluation of Technical Proposals is completed and the shortlist of 5 firms
is finalised, NHAI may notify those consultants whose proposals were not
considered as per conditions of RFP indicating that their Financial Proposal will not
be opened. The NHAI shall simultaneously notify the finally selected 05 (five) short
listed 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 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. 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 Evaluation Committee shall determine if the financial proposal is complete and
without computational errors. The order of priority as among these firms on the basis
of financial bids will also be determined and the lowest financial bid shall rank first
for award of contract.
5.8 The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points.
The financial scores (Sf) of the other Financial Proposals will be computed as
Sf = 100 x Fm/F, where Sf is the financial score. Fm is the lowest price
and F, the price of the proposal under consideration. Proposals shall
finally be ranked according to their combined technical (St) and
financial (Sf) scores using the weights indicated in the data sheet:
S = St x T% + Sf x P%.
The Firm achieving the highest combined technical financial score will
be invited for negotiations.
6. NEGOTIATIONS
6.1 Prior to the expiration period of validity of proposal, the NHAI shall notify
the successful firm ( f i r s t r a n k i n g f i r m ) 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 offer same lowest financial
bid, 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 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, 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 NHAI to ensure
satisfactory implementation of the assignment.
6.4 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.
6.5 Having selected a firm, among other things, on the basis of an evaluation of
proposed key professional staff, the NHAI 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.
6.6 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 NHAI works. NHAI shall not further consider CV of such key
personnel directly or indirectly for any of its projects for this period. 10% reduction
in remuneration shall be considered for each such substitution upto 2 replacements.
In case during negotiations, 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 next five top firms, meeting the non-conflict condition shall be
evaluated to arrive at new H1. In case when less than five firms are available, the
next highest scoring firm shall be considered as 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.
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 two years for NHAI
consultancy projects.
6.7 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, the key
personnel shall produce the originals of the certificates (Proof of age, Qualifications
and experience from their respective employers) in support of their CVs for
verification and return. The negotiations shall be concluded with a review of the
draft form of Contract. The NHAI and the firm will finalise the contract to conclude
negotiations.
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, the key
personnel shall produce the originals of the certificates (Proof of age, Qualifications
and experience from their respective employers) in support of their CVs for
verification and return. The negotiations shall be concluded with a review of the
draft form of Contract. The NHAI and the firm will finalise the contract to conclude
negotiations.
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.
8. PERFORMANCE CLAUSE
Independent Engineers shall be expected to fully comply with all the provisions of
the ‘Terms of Reference’, and shall be fully responsible for supervising and ensuring
that the Designs, Construction and Maintenance and Operation of the facility takes
place in accordance with the provisions of the Concession Agreement. Failure of the
Independent Engineer to notifying NHAI and the Concessionaire on non-
compliance of the provisions of the Concession Agreement by the Concessionaire,
non-adherence to the provision of ToR and non-adherence to the time schedule
prescribed under ToR shall amount to non-performance.
In case CV of a person is turned out to be fake/incorrect/inflated during the
assignment, the consultancy firms shall have to refund the salary and perks drawn in
respect of the person apart from other consequences.
The Independent Engineer shall appoint senior most technical director or equivalent
as its authorised representative, who shall correspond with the NHAI besides Team
Leader to monitor the performance of its staff, undertake quarterly site inspections
and give a report to NHAI on such inspection for comments and suggestions of NHAI
for future compliance, issue on behalf of the IE, the Provisional Completion
Certificate and Completion Certificate and shall carry out any such task as may be
decided by NHAI. The IE shall take prior approval of NHAI before issuing
Provisional Completion Certificate and Completion Certificate. The proposal
submitted shall also include the name of the authorised representative along with the
authorization letter and power of attorney. No separate payment shall be made for
such inputs and site visits of the authorized representative as the same shall be treated
as incidental to the assignment.
9. CONSULTANT’S PROPOSAL
9.1 Broad job-description and minimum qualification and experience requirements for
key personnel mentioned above are given in Enclosure–B. However, higher marks
shall be accorded to the Candidate with higher relevant qualification and experience
in PPP projects. The age of the Key Personnel should not be more than 65 years
on the date of submission of proposal. Age Limit for the positions of Team
Leader, Pavement Specialist and Quality cum Material Expert is relax able by
5 years i.e. up to 70 years of age at the time of submission of proposal and he can
continue up to 73 years, subject to production of Medical Fitness Certificate.
Consultants are advised in their own interest to frame the technical proposal in an
objective manner as far as possible so that these could be properly assessed in respect
of points to be given as part of evaluation criteria. The bio-data of the key personnel
should be signed on every sheet by the personnel concerned and the last sheet of each
bio-data should also be signed by the authorised signatory for the Consultant. The
key personnel shall also certify at the end of their bio-data proforma that they have
not left any of the NHAI works without completing of their assignment and have not
accepted any other offer at the time of signing of the bio-data and as such shall be
available to work with the Independent Engineer, if the Project is awarded. In case
the key personnel leaves the assignment without approval of NHAI, NHAI would be
at liberty to take any appropriate action against that key personnel including
debarment.
9.2 In addition to above, the consultants are required to propose sub-professional staff as
detailed in Enclosure-A with the minimum qualification and experience requirements
as given in Enclosure–B.
DATA SHEET
(As mentioned in Letter of Invitation to Consultants)
crore)
No. of key personnel with the firm 2
Experience in DPR/Feasibility cum PPR preparation for two 5
projects of 4/6 laning of 30% of project length each or one
project of 4/6 laning of 50% of project length in last 7 years
Experience as Independent Engineer/ Supervision consultants 6
two construction projects of four/six laning** of 30% of
project length each or one projects of four/six laning** of 50%
of project length in last 7 years
Experience as Independent Engineer/ Supervision consultants 8
one O&M project under DBFOT/OMT of four/six laning** of
50% of project length (minimum 50 km) in last 7 years.
Employer’s certificate should be submitted substantiating the experience claimed
by the firm.
**Consultants should give details of the experience of the firm
considering the completed and the on-going highway assignments,
separately for PPP and non-PPP Projects along with experience
certificates from clients. This list of the completed works should also
include those assignments which are substantially (90% of Contract
value) completed. No Qualification/Experience etc. shall be considered
without proof of experience.
(iii) Qualification and competence of following professional/sub-professional
staff for the assignment shall be evaluated. The weightage for various key
staff are as under:-
No. of Marks
Sl. Total
Staff Position Professional per
No. Marks
Staff staff
Team Leader cum Sr.
1 Highway Engineer (both for 1 25 25
Package-I & II)
General qualification 25
Adequacy for the project 70
Employment with firm 5
Total 100
Technical Evaluation Criteria for Team Leader –Cum-Sr.Highway
Engineer
Sl. Description Max. 25
No. points
Name of Person:
Date of Birth:
1. General Qualification 25
Professional Qualification:
(i) Degree in Civil Engineering 20
(ii) Post-Graduation in Highway / 5
Transportation Engineering – (+) 5
2. Adequacy for the Project 70
Experience in PPP Projects 10
(i) 2 Projects or more 10
(ii) 1 Project 8
Experience in Highways Projects of DPR, Construction 35
Supervision/ maintenance supervision / O & M works
(i) 15 years or more 35
(ii) 10 to 15 years 25
(iii) Below 10 years 0
Experience of Highways Projects in similar capacity in O 25
& M works
(i) More than 5 years 25
(ii) 4 to 5 years 20
(iii) 3 to 4 years 15
3. Employment with firm 5
(i) 2 year and above 5
(ii) 1 to less than 2 years 3
Total 100
Score out of 25
The bidder shall carry out self evaluation based on the criteria mentioned above.
While submitting the self evaluation, the Bidder shall make references to the
documents which have been relied upon as per MoRT&H Circular No.RW-NH-
36066/39/2015-S&R(B) dated 20.08.2015. The technical proposal should score at
least 75 points to be considered responsive for financial evaluation.
5.6 The single currency for price is INR.
5.8 The weightage given to technical proposal is T = 80%.
The weightage given to financial proposal is P = 20%.
7.2 Commencement of Assignment: The firm shall begin carrying out the services
within one month of signing of the Consultancy Agreement.
Appendix-A
The following information related to the firm should be provided in the proposal.
(i) Name of the package applied for:-
(ii) Year of establishment of firm *
Consultant Year of Country Type of Organization
establishment Individual Partnership Corporation Other
Individual / Lead
Partner (of JV)
NOTE: Year of Establishment of Lead Partner of JV shall be considered.
**Copy of Certificate of incorporation shall be submitted
(iii) Office/Business Address/Telephone nos./Cable Address.
(iv) Narrative description of firm (Not more than 2 sheets)
(v) Name of two (2) principals who may be contacted with title and telephone
number/fax number.
(vi) Financial Statement of the last five years. **
Sl. Particulars
2015-16 2014-15 2013-14 2012-13 2011-12
No.
1. Annual turnover from
Consulting business
2. Total Assets
3. Current Assets
** a) The amount shall be stated in INR.
b) Balance Sheet/ Auditor Certificate of last 5 years (2011-12, 2012-13,
2013-14, 2014-15 & 2015-16) shall be submitted as evidence of
Annual Turnover”.
c) Wherever details for Audited Balance Sheet, Financial Statement,
Balance Sheet/Auditor Certificate of last 5 years are sought, the last 5
year shall be preceding the year in which Bid submission is to be
made.
In case the annual accounts for the latest financial year are not audited and
therefore the Applicant cannot make it available, the Applicant shall give an
undertaking to this effect duly certified by statutory body like Chartered
Accountant or Independent Auditor who are competent to do so as recognized
IE TENDER DRAFT FINAL (NH-205) 28
NHAI-RO_Chennai RFP for IE Services
by the state concerned. In such a case, the Applicant shall provide the Audited
Annual Reports for 5 (five) years preceding the year for which the Audited
Annual Report is not being provided.
(vii) Experience *** as Independent Engineer or Construction Supervision of
Highway Projects, separately for PPP and non-PPP Projects during the last 7
years.
F e e received by Applicant
S. Projects Name /
C o st o f Highway Project
N o s .a n d F a x Nos . )
Assignment (INR)
Description of Length
H i g h wa y P ro j e ct
%age of total fee
telephone number
JV/Association)
N. Year
Consultancy
contact and
(i n case of
A p p r o x.
(Kms)
Period
Sole consultant
/prime consultant
of JV / or sub
consultant
1 2 3 4 5 6 7 8 9 10
A Completed / substantially completed projects
1
2
3
B Projects in progress
1
2
3
(viii) Experience *** in DPR/Feasibility Study of 4/6 laning Highway projects during the last 7
years.
Length
S. Projects Name /
Assignment (INR)
complete contact
JV/Association)
received by the
n u m b e r N o s .a n d
N. Year
F e e received by
and telephone
Consultancy
Client with
rendered
(i n case of
F a x No s . )
Applicant
of
Period
firm
Sole consultant
Description
/prime consultant
of JV / or sub
(Kms)
consultant
1 2 3 4 5 6 7 8 9
Assignment (INR)
complete contact
JV/Association)
received by the
n u m b e r N o s .a n d
N. Year
F e e received by
and telephone
Consultancy
Client with
rendered
(i n case of
F a x No s . )
Applicant
(Kms)
Period
firm
Sole consultant
/prime consultant
of JV / or sub
consultant
1 2 3 4 5 6 7 8 9
***a) 4/6 lane as applicable for the project for which RFP is invited.
b) Only those projects, to be included in the table which are Highways Projects and for
which clients certificates from the concerned Government agencies are enclosed with
the proposal. The certificate should be issued by an Officer not below the rank of
Executive Engineer.
c) 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. Experience weightage for firms as Lead
partner/JV partner/Associate shall be considered in the same proportion as payment
has been received by the firm towards consultancy work in the project.
d) For weightage of experience in any past Consultancy assignment experience
certificate from the client shall be accepted. In the absence of experience certificate
from the client, proportion of payment received towards Consultancy work duly
certified by statutory body like Chartered Accountant or Independent Auditors who
are competent to do so as recognized by the State concerned shall be accepted. Annual
turnover duly certified by Chartered Accountant shall be accepted. In case of non-
availability of such documents no weightage of turnover/experience will be
considered.
e) 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.
Role of the
firm Team Members
Date of
S. Name of Date of letter Present status provided by the firm
Client Sole, Lead/ of Acceptance Agreement if of Assignment
No Assignment
Other in JV or signed
sub-consultant Name DOB Position
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)
SECTION 4.
Appendix B-3 Approach paper on methodology and work plan for performing
the assignment.
Appendix B-4 Composition of the Team and Task(s) of each Team member
Appendix B-8 Affidavit for correctness of CVs of key personnel and experience
claimed by the firm.
APPENDIX B-1
Technical Proposal Submission Form.
Ladies/Gentlemen:
Subject: Submission of Technical and Financial Proposal for engagement as IE for the
Operation and Maintenance of
We, the undersigned, offer to provide the consulting services for the above in accordance
with your Request for Proposal dated __________, and our Proposal dated ……. while duly
examining and understanding the contents of RFP. 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. We certify that all the information provided in our
proposal including enclosures is true and correct and all enclosures accompanying our
proposal are true copies of their respective originals.
We further certify that in the last 3 years, we or any member of our JV/Associates have neither
failed to perform any contract/ assignment nor have been expelled from any
contract/assignment nor had any contract/assignment terminated for our breach.
If negotiations are held during the period of validity of the Proposal i.e. before _________
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 remain,
Yours sincerely,
Authorized Signatory
Name and Address of Firm
(Lead Member in case of JV)
APPENDIX B-2 :
1.
2.
3.
4.
….
On the services and facilities to be provided by the NHAI (not more than one page)
1.
2.
3.
4.
….
APPENDIX B-3 :
APPENDIX B-4 :
1. Technical/Managerial Staff
..
..
2. Support Staff
..
APPENDIX B-5 :
Proposed Position :
………………………………………………………….……………… Photograph
Name of Firm :........................................................................................
Name of Staff :........................................................................................
Profession :..............................................................................................
Date of Birth :…………………………………………….
Years with Firm/Entity : ........................................... Nationality : ..............................
Membership of Professional Societies :.........................................................................
Detailed Task Assigned : ..............................................................................................
Summary of Qualification & Experience vis-à-vis the requirements as per TOR
S.No Name of Project Period Assignment Client Remark
Employer Post Held Name in the Project of the
Project
From To
Education :
[Summarise 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 task
s on
assignment. Describe degree of responsibility held by staff member on relevant pre
vious 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 in last ten years, also give
types of activities performed and client references, where appropriate. Use about three-
quarters of a page.]
Languages :
[For English language indicate proficiency : excellent, good, fair, or poor; in speaking,
reading, and writing]
Summary of Qualification & Experience vis-à-vis the requirements as per TOR
Requirements Possessed by the Break-up of experience
as per TOR Staff Member Brief Description of Project Man-months
(Enclosure-B) provided
I further undertake that if due to my inability to work on this project due to unavoidable
circumstances, due to which consultant’s firm is forced to seek replacement. In such
unavoidable circumstances, I shall not undertake any employment in NHAI projects during
the period of assignment of this project and NHAI shall consider my CV invalid till such
time.
I undertake that I have no objection in uploading/hosting of my credentials by Employer in
pubic domain.
For Key Personnel having intermittent inputs, add the following:
I further certify that I am associated with the following assignments as on date (as on 7 days
prior to due date for submission of proposal) including those for which LOA has been
received by the firm and the inputs in these assignments shall not effect the work of the
current assignment.
Name of Client Date of Likely start Likely end Total input of
Assignment LOA (Month / (Month / the person
Year) Year) (man-months)
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 Quality Cum Material Expert, and 6 (six) for Pavement Specialist, Road safety
expert, Bridge/Structural Engineer Traffic & Transportation Expert HTMS/Toll Expert.
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 nor left his
assignment with any other consulting firm engaged by NHAI / 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 NHAI, NHAI would be at liberty to remove the
personnel from the present assignment and debar him for an appropriate period to be decided
by NHAI.
APPENDIX B-6:
- -
APPENDIX B-7 :
A. Activity Schedule
Month-wise Program (in form of Bar Chart) [1st,
2nd, etc. are months from the start of assignment]
Sl. Item of Activity (Works) 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
No.
1 ................................................
2 ................................................
3 ................................................
4 ................................................
- ................................................
- ................................................
1 Monthly reports
(Design and Construction)
2 Quarterly Reports
APPENDIX B-8:
Address:
*Lead Member in case of JV
SECTION-5
FORMAT FOR SUBMISSION OF FINANCIAL PROPOSAL
APPENDIX C-1
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).
Our financial proposal shall be binding upon us subject to the modifications
resulting from contract negotiations, up to the expiration of the validity period of
the proposal, i.e., [Date].
We undertake that, in competing for (and, if the award is made to us, in
executing) the above contract, we will strictly observe the laws against fraud and
corruption in force in India namely “Prevention of Corruption Act 1988”.
Commission and gratuities, if any, paid or to be paid by us to agents relating to this
proposal and contract execution, if we are awarded the contract, are listed below:
Yours sincerely,
APPENDIX C-2
SUMMARY OF COSTS
Local Consultants
I Remuneration for Local Professional Staff
II Supporting Staff
III Transportation
V Office Rent
Total
(i) The remuneration shall include the cost of accommodation and all other
miscellaneous personal expenses as required for carrying out the assignment.
(ii) Payments will be made as per stipulations of the Conditions of Contract.
`
APPENDIX C-3
No. of
Rate Amount
No. Position Name man-
(Rs) (Rs)
months*
Key Personnel
(Professional Staff)
1. Team Leader cum Sr. 1x36
Highway Engineer (for
both Package-I&II)
2. Resident Engineer (for 1x36
Package-II)
3. Quality cum Material 2x12
Expert (one each for
both Package-I&II)
4. Pavement Specialist(for 1x12
Package-I)
5. Road Safety Expert (one 2x12
each for both Package-
I&II)
6. Bridge/Structural 2x12
Engineer (one each for
both Package-I&II)
Sub – Total 156
Sub-professional
1. Assistant Highway & TBN 2x36
Maintenance Engineer
(one each for both
Package-I&II)
2. Horticulture Expert (one TBN 2x12
each for both Package-
I&II)
3. Assistant Bridge TBN 2x36
Engineer (one each for
both Package-I&II)
4. Assistant QME (one each TBN 2x36
for both Package-I&II)
5. Quantity Surveyor (for TBN 1x36
Package-II)
6. IT Expert (for both TBN 1x36
Package-I & II)
Sub-Total 312
TBN = To Be Named
Total: 432
Note :
Billing rates as indicated above shall be increased in accordance with clause
6.2(a) Special Conditions of Contract.
The vehicles provided by the Consultants shall include the cost for rental, drivers,
operation, maintenance, repairs, insurance, etc. for all complete approx.
4000km/month run. (The vehicles shall not be more than 3 years old.)
Qty.
Rate/
S. (No. of
Description of Vehicles Vehicle- Amount
No vehicle-
Month
month)
1. 1. Swift Dezire or equivalent 36
(for Team Leader) (1 No.)
IV. Duty Travel to Site (Fixed Costs): Professional and Sub-Professional Staff
V. Office Rent (Fixed Costs) – Minimum 200 sqm area of office shall be rented.
The office shall be located at Thiruthani on NH-205 for Package-I and at Chennai
for Package-II and the office rent includes electricity and water charges,
maintenance, cleaning, repairs, security etc. complete.
The cost shall include of office supplies, drafting supplies, computer running cost,
domestic and international communication etc. as required for office functioning.
APPENDIX C-4
DELETED
SECTION 6:
TERMS OF REFERENCE FOR INDEPENDENT ENGINEER
1. Scope
1.1 These Terms of Reference for Package-I - Independent Engineer (the “TOR”) are
being specified pursuant to the Concession Agreement dated 02.07.2010 (the
“Agreement”), which has been entered into between the Authority and M/s
Transstroy Tirupati Tiruthani Chennai Tollway Pvt. Ltd. (the “Concessionaire”)
for Four Laning of balance work and Operation and Maintenance of Tirupathi –
Tiruthani –Chennai Section of NH-205 from Km.274.800 to Km.338.030 in
the State of Andhra Pradesh and from Km 0.000 to Km 61.470 in the State of
Tamil Nadu on Design, Build Finance, Operate and Transfer (DBFOT) Toll Basis
AND Package-II - For Chennai Bypass from Km 0.000 to Km 32.600 in the State
of Tamil Nadu - (Consultancy Package No. RO Chennai/IE/O&M/2016/Package-
VI) under NHDP Phase-III to be executed as BOT (Toll) under DBFO Pattern and
a copy of which is annexed hereto and marked as Annex-A to form part of this
TOR.
2 Definitions and interpretation
2.1 The words and expressions beginning with or in capital letters used in this TOR
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 references 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 Role and functions of the Independent Engineer(IE)
3.1 The role and functions of the Independent Engineer shall include the following:
(i) review of the Drawings and Documents as set forth in Paragraph 4;
(ii) determine the Project Facilities Completion Schedule;
(iii) review, inspection and monitoring of Construction Works as set forth in
Paragraph 5;
(iv) conducting tests on completion of construction and issuing Completion
Certificate as set forth in Paragraph 5;
(v) review, inspection and monitoring of O&M as set forth in Paragraph 6;
(vi) review, inspection and monitoring of Divestment Requirements as set forth
in Paragraph 7;
(vii) determining, as required under the Agreement, the costs of any works or
services and/or their reasonableness;
(viii) determining, as required under the Agreement, the period or any extension
thereof, for performing any duty or obligation;
(ix) assisting the Parties in resolution of disputes as set forth in Paragraph 9;
and
(x) undertaking all other duties and functions in accordance with the
Agreement.
3.2 The Independent Engineer shall discharge its duties in a fair, impartial and efficient
manner, consistent with the highest standards of professional integrity and Good
Industry Practice.
3.3 Independent Engineer/Authority Engineer will supervise the work of new
Contractor/Agency appointed by NHAI to execute the balance works and
operation & maintenance at the risk and cost of the existing
Concessionaire/Contractor or case may be “in case of termination of existing
Concessionaire”. The IE will also submit the As-built drawings along with cross
section of the entire project.
4. Review of Drawings and Documents
4.1 The Independent Engineer shall undertake a detailed review of the Drawings to be
furnished by the Concessionaire along with supporting data, including the geo-
technical and hydrological investigations, characteristics of materials from borrow
areas and quarry sites, topographical surveys and traffic surveys. The Independent
Engineer shall complete such review and send its comments/observations to the
Authority and the Concessionaire within 15 (fifteen) days of receipt of such
Drawings. 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 Independent Engineer shall review any modified Drawings or supporting
Documents sent to it by the Concessionaire and furnish its comments within 7
(seven) days of receiving such Drawings or Documents.
4.3 The Independent Engineer shall review the Drawings sent to it and furnish its
comments thereon to the Authority and the Concessionaire within 7 (seven) days
of receiving such Drawings. The Independent Engineer shall also review the Safety
Report and furnish its comments thereon to the Authority within 15 (fifteen) days
of receiving such report.
4.4 The Independent Engineer shall review the detailed design, construction
methodology, quality assurance procedures and the procurement, engineering and
construction time schedule sent to it by the Concessionaire and furnish its
comments with 15 (fifteen) days of receipt thereof.
4.5 Upon reference by the Authority, the Independent Engineer shall review and
comment on the EPC Contract or any other contract for operation and maintenance
of the Project Highway, and furnish its comments within 7 (seven) days from
receipt of such reference from the Authority.
5. Construction Works
5.1 In respect of the Drawings, Documents and Safety Report received by the
Independent Engineer for its review and comments relating to the Construction
Works, the provisions of Paragraph 4 shall apply, mutatis mutandis.
5.2 The Independent Engineer shall review the monthly progress report furnished by
the Concessionaire and send its comments thereon to the Authority and the
Concessionaire within 7 (seven) days of receipt of such report.
5.3 The Independent Engineer shall inspect the Construction Works and the Project
Highway once every month, preferably after receipt of the monthly progress report
from the Concessionaire, but before the 20th (twentieth) day of each month in any
case, and make out a report of such inspection (the “Inspection Report”) setting
forth an overview of the status, progress, quality and safety of construction,
including the work methodology adopted, the materials used and their sources,
and conformity of Construction Works with the Scope of the Project and the
Specifications and Standards. In a separate section of the Inspection Report, the
Independent Engineer shall describe in reasonable detail the lapses, defects or
deficiencies observed by it in the construction of the Project Facilities. The
Inspection Report shall also contain a review of the maintenance of the existing
lanes in conformity with the provisions of the Agreement. The Independent
Engineer shall send a copy of its Inspection Report to the Authority and the
Concessionaire within 7 (seven) days of the inspection.
5.4 The Independent Engineer may inspect the Project Highway more than once in a
month if any lapses, defects or deficiencies require such inspections.
5.5 For determining that the Construction Works conform to Specifications and
Standards, the Independent Engineer shall require the Concessionaire to carry out,
or cause to be carried out, tests on a sample basis, to be specified by the
Independent Engineer in accordance with Good Industry Practice for quality
assurance. For purpose of this Paragraph 5.5, 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 MoSRTH
(the “Quality Control Manuals”) latest edition or any modification/substitution
thereof shall be deemed to be tests conforming to Good Industry Practice for
quality assurance. The Independent Engineer shall issue necessary directions to
the Concessionaire for ensuring that the tests are conducted in a fair and efficient
manner, and shall monitor and review the results thereof.
5.6 The sample size of the tests to be specified by the Independent Engineer under
Paragraph 5.5 shall comprise 10% (ten per cent) of the quantity or number of tests
prescribed for each category or type of tests in the Quality Control Manuals;
provided that the Independent Engineer may, for reasons to be recorded in writing,
increase the aforesaid sample size by up to 10% (ten per cent) for certain categories
or types of tests.
5.7 The timing of tests referred to in Paragraph 5.5, and the criteria for
acceptance/rejection of their results shall be determined by the Independent
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 Concessionaire for its own quality
assurance in accordance with Good Industry Practice.
5.8 In the event that the Concessionaire carries out any remedial works for removal or
rectification of any defects or deficiencies, the Independent Engineer shall require
the Concessionaire to carry out, or cause to be carried out, tests to determine that
such remedial works have brought the Construction Works into conformity with
the Specifications and Standards, and the provisions of this Paragraph 5 shall apply
to such tests.
5.9 In the event that the Concessionaire fails to achieve any of the project milestones
specified in the Project Facilities Completion Schedule, the Independent Engineer
shall undertake a review of the progress of construction and identify potential
delays, if any. If the Independent Engineer shall determine that completion of any
Project Facility is not feasible within the time specified in the Agreement, it shall
require the Concessionaire to indicate within 15 (fifteen) days the steps proposed
to be taken to expedite progress, and the period within which completion shall be
achieved. Upon receipt of a report from the Concessionaire, the Independent
Engineer shall review the same and send its comments to the Authority and the
Concessionaire forthwith.
5.10 If at any time during the Concession Period, the Independent Engineer determines
that the Concessionaire has not made adequate arrangements for the safety of
workers and Users in the zone of construction or that any work is being carried out
in a manner that threatens the safety of the workers and the Users, it shall make a
recommendation to the Authority forthwith identifying the whole or part of the
Construction Works that should be suspended for ensuring safety in respect
thereof.
5.11 In the event that the Concessionaire carries out any remedial measures to secure
the safety of suspended works and Users, it may, by notice in writing, require the
Independent Engineer to inspect such works, and within 3 (three) days of receiving
such notice, the Independent Engineer shall inspect the suspended works and make
a report to the Authority forthwith recommending whether or not such suspension
may be revoked by the Authority.
5.12 If suspension of Construction Works is for reasons not attributable to the
Concessionaire, the Independent Engineer shall determine the extension of dates
set forth in the Project Facilities Completion Schedule, to which the
Concessionaire is reasonably entitled, and shall notify the Authority and the
Concessionaire of the same.
5.13 The Independent Engineer shall issue a Completion Certificate upon completion
of each Project Facility and Major Maintenance Work, if any, specified under and
in accordance with this Agreement.
5.14 Upon reference from the Authority, the Independent Engineer shall make a fair
and reasonable assessment of the costs of providing information, works and
services as set forth in Article 14 and certify the reasonableness of such costs for
payment by the Authority to the Concessionaire.
5.15 The Independent Engineer shall aid and advise the Concessionaire in preparing the
Maintenance Manual.
Upon expiry of the permitted period of closure, the Independent Engineer shall
monitor the re-opening of such lane(s), and in case of delay, determine the
Damages payable by the Concessionaire to the Authority under Clause 17.7.
6.9 The Independent Engineer shall monitor and review the curing of defects and
deficiencies by the Concessionaire as set forth in Clause 19.4.
6.10 In the event that the Concessionaire notifies the Independent Engineer of any
modifications that it proposes to make to the Project Highway, the Independent
Engineer shall review the same and send its comments to the Authority and the
Concessionaire within 15 (fifteen) days of receiving the proposal.
6.11 The Independent Engineer shall undertake traffic sampling, as and when required
by the Authority, in accordance with good industry practice.
7 Termination
7.1 At any time, not earlier than 90 (ninety) days prior to Termination but not later
than 15 (fifteen) days prior to such Termination, the Independent Engineer shall,
in the presence of a representative of the Concessionaire, inspect the Project
Highway for determining compliance by the Concessionaire with the Divestment
Requirements set forth in Clause 30.1 and, if required, cause tests to be carried out
at the Concessionaire’s cost for determining such compliance. If the Independent
Engineer determines that the status of the Project Highway is such that its repair
and rectification would require a larger amount than the sum set forth in Clause
39.2, it shall recommend retention of the required amount in the Escrow Account
and the period of retention thereof.
7.2 The Independent Engineer shall inspect the Project Highway once in every
15(fifteen) days during a period of 90 (ninety) days after Termination for
determining the liability of the Concessionaire under Article 39 in respect of the
defects or deficiencies specified therein. If any such defect or deficiency is found
by the Independent Engineer, it shall make a report in reasonable detail and send
it forthwith to the Authority and the Concessionaire.
11. Miscellaneous
11.1 The Independent Engineer shall notify its programme of inspection to the
Authority and to the Concessionaire, who may, in their discretion, depute their
respective representatives to be present during the inspection.
11.2 A copy of all communications, comments, instructions, Drawings or Documents
sent by Independent Engineer to the Concessionaire pursuant to this TOR, and a
copy of all the test results with comments of the Independent Engineer thereon
shall be furnished by the Independent Engineer to the Authority forthwith.
11.3 The Independent Engineer shall obtain, and the Concessionaire shall furnish in two
copies thereof, all communications and reports required to be submitted under this
Agreement by the Concessionaire to the Independent Engineer, whereupon the
Independent Engineer shall send one of the copies to the Authority along with its
comments thereon.
11.4 The Independent Engineer shall retain at least one copy each of all Drawings and
Documents received by it, including ‘as-built’ Drawings and keep in its safe
custody.
11.5 Upon completion of its assignment hereunder, the Independent Engineer shall
duly classify and list all Drawings, Documents, results of tests and other relevant
records, in booklet form soft cover laminated with cloth containing not more than
200 pages in each booklet and hand them over to the Authority or such other
person as the Authority may specify, and obtain written receipt thereof. Two
scanned copies of the said documents shall also be furnished in External Hard
Disk Drive (EHDD) or in such other medium as may be acceptable to the
Authority.
11.6
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
11.7 any Dispute between the Parties.
The Authority’s Engineer shall inform the Authority and the Contractor of any
event of Contractor’s Default within one week of its occurrence.
12.1 The Engineer shall consult each Party in every case of determination of cost and time
in accordance with the provisions of Contract Agreement.
13 Payment Certificates
13.1 The Contractor shall submit to the Engineer monthly statements of the value of the
work executed less the cumulative amount certified previously support with detailed
measurement of the items of work executed.
13.2 The Engineer shall check the Contractor’s monthly statement within 7 days and
certify the amount to be paid to the Contractor after taking into account any credit or
debit for the month in question.
13.3 The value of work executed shall be determined, based on measurements by the
Engineer.
13.4 The value of work executed shall comprise the value of the quantities of the items in
the Bill of Quantities completed.
13.5 The value of work executed shall also include the valuation of Variations and
Compensation Events.
13.6 The Engineer may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information to rectify the mistakes with detail justification acceptable to Employer.
13.7 The final bill shall be submitted by the Contractor within one month of the actual date
of completion of the work; otherwise the Engineers certificate of the measurement
and of the total amount payable for work accordingly shall be final and payment made
accordingly within a period of sixty days.
14 Payments
14.1 Payments shall be adjusted for deductions for advance payments, security deposit,
other recoveries in terms of the Contract and taxes at source, as applicable under the
law. The Employer shall pay the Contractor the amounts Engineer had certified within
7 days of the date of each certificate.
Enclosure-A
Total 312
Note:
1. The key personnel viz., Team Leader and Highway Maintenance Engineer shall be
deployed necessarily by sole firm or JV partners. Upto 50% of the remaining key
personnel and sub professional staff can be provided by the associate firm.
2. 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
NHAI before mobilization. The other inputs like support staff shall also be provided
by the Consultant of an acceptable type commensurating with the roles and
responsibilities of each position.
Enclosure-B
MINIMUM QUALIFICATION OF
KEY PERSONNEL & SUB PROFESSIONAL STAFF
Note
(1) Similar Capacity includes the following positions
(i) On behalf of Consultant : Team Leader / Resident Engineer
(Construction Supervision/IE)
(ii) On behalf of Contractor : Project Manager (Construction/
Construction Supervision)
3. PAVEMENT SPECIALIST
The expert shall be periodically monitoring the performance of the payment and
ensure life cycle cost effectiveness. He shall also be responsible for ensuring
complete adherence to construction/maintenance standards during Concession
period. Thus, the position requires a pavement specialist with thorough knowledge
and understanding of international ‘best practices’ in the field of Design,
Construction and maintenance of flexible/rigid type of pavements including latest
codal stipulations and specifications. He shall review and suggest modifications to
all pavement performance related aspects in maintenance manual/programme.
3. QUALITY-CUM-MATERIAL EXPERT
The Quality/Material Expert shall inter alia review the test results of bore holes,
quarry and borrow area material to find out their strength characteristics and
suitability for using them in construction/maintenance. He shall inspect the
Concessionaire’s field laboratories to ensure that they are adequately equipped and
capable of performing all the specified testing requirements of the contract. He
shall look into the quality assurance aspect of the construction/maintenance works
and supervise the setting-up of the Concessionaire’s pre-casting yards, rock
crushers, bituminous hot mix plants, concrete batching plant, etc. to ensure that the
specified requirements for such equipments are fully met. He will review all
sampling undertaken to determine pavement strength/ characteristics. He shall
review and suggest modifications to all Quality and Material related aspects in the
Maintenance Manual/ Programme.
undertake, supervise safety audit/ inspection once in every quarter and furnish a
detailed report. He shall review emergency response arrangement, accident data,
formats, safety provisions in O&M activities etc., as proposed by the
Concessionaire.
6. HTMS/TOLL EXPERT
The candidate should be a Systems Engineer having experience of at least 10
years. He should be an expert in preparation of standards for systems of toll
collection and HTMS. He should be a graduate in Electronics/Computer Science
or equivalent. He should have experience of international latest
technology/systems in the field of HTMS and tolling. He should have work
experience of at least one in establishing HTMS and one in tolling systems.
4. HORTICULTURE EXPERT
The Candidate should be a Graduate in Agriculture Science with specialization in
Horticulture/Arboriculture. He should have at least 6 years professional
experience.
5.
Quantity Surveyor
5. IT EXPERT
The Candidate should be a holding Bachelor’s Degree in Computer Science /
Computer Engineering OR MCA and should have minimum 5 years of experience
in Database Administration out of which at least 2 years in Toll Management
Systems. Desirable: Thorough knowledge of SQL, PL/SQL, ORACLE10g, SQL-
SERVER 2008, Web Programming. The job profile of the IT expert will involve
managing of ETC/E-payments infrastructure at all toll plazas and daily update and
control room at NHAI HQ on functioning of E-payments and ETC infrastructure.
SECTION 7
DRAFT FORM OF CONTRACT
Between
(Name of Client)
And
(Name of Consultant)
Dated:
CONTENTS
Page No.
1.1 Definitions
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
2.6 Modification
2.7.5 Payments
2.7.6 Consultation
3.1 General
4.1 General
…………………………………………………
4.2 Description of Personnel …………………………
8 Settlement.................
IV APPENDICES
V ANNEXURES..……………………………………………………..
1. FORM OF CONTRACT
COMPLEX TIME BASED ASSIGNMENTS
This CONTRACT (hereinafter called the “Contract”) is made the ______ day of the___
___________________________________Month of ________, 20____, between, on the
one hand _____________________ (hereinafter Called the “Client) and, on the other hand,
_____________________ (hereinafter called the “Consultants”).
[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;
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an integral part
of this Contract:
(a) The General Conditions of Contract (hereinafter called “GC”)
(b) The Special Conditions of Contract (hereinafter called “SC”);
(c) The following Appendices :
[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].
Appendix - A Description of the Services ……………..
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.
FOR AND ON BEHALF OF
[NAME OF THE CLIENT]
By
(Authorized Representative)
(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]
By
(Authorized Representative)
By
(Authorized Representative)
etc.
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 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
The Services shall be performed at such locations as are specified in
Appendix A hereto and, where the location of a particular task is not so
specified, at such locations, whether in Government's Country or elsewhere, as
the Client may approve.
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.
2.6 Modification
Modification of the terms and conditions of this Contract, including any
modification of the scope of the Services, may only be made by written
agreement between the Parties as the case may be, has been obtained. Pursuant
to Clause GC 7.2 hereof, however, each Party shall give due consideration to
any proposals for modification made by the other Party.
2.7.5 Payments
During the period of their inability to perform the Services as a result of an
event of Force Majeure, the Consultants shall be entitled to be reimbursed for
additional costs reasonably and necessarily incurred by them during such
period for the purposes of the Services and in reactivating the Services after
the end of such period.
2.7.6 Consultation
Not later than thirty (30) days after the Consultants, as the result of an event of
Force Majeure, have become unable to perform a material portion of the
Services, the Parties shall consult with each other with a view to agreeing on
appropriate measures to be taken in the circumstances.
2.8 Suspension
The Client may, by written notice of suspension to the Consultants, suspend
all payments to the Consultants hereunder if the Consultants fail to perform any
of their obligations under this Contract, including the carrying out of the
Services, provided that such notice of suspension (i) shall specify the nature of
the failure, and (ii) shall request the Consultants to remedy such failure within
a period not exceeding thirty (30) days after receipt by the Consultants of such
notice of suspension.
2.9 Termination
2.9.1 By the Client
The Client may, by not less than thirty (30) days' written notice of termination to
the Consultants (except in the event listed in paragraph (f) below, for which there
shall be a written notice of not less than sixty ( 60) days), such notice to be given
after the occurrence of any of the events specified in paragraphs (a) through (h) of
(a) if the Client fails to pay any money due to the Consultants pursuant
to this Contract and not subject to dispute pursuant to Clause 8 hereof
within forty-five (45) days after receiving written notice from the
Consultants that such payment is overdue;
(b) if the Client is in material breach of its obligations pursuant to this
Contract and has not remedied the same within forty-five (45) days (or
such longer period as the Consultants may have subsequently approved
in writing) following the receipt by the Client of the Consultants' notice
specifying such breach;
(c) 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
(d) if the Client fails to comply with any final decision reached as a
result of arbitration pursuant to Clause GC 8 hereof.
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
payments under this Contract to exceed the ceilings set forth in Clause
GC 6.1(b) of this Contract. Any other such adjustments shall only be
made with the Client's written approval.
(c) If additional work is required beyond the scope of the Services
specified in Appendix A, the estimated periods of engagement of Key
Personnel set forth in Appendix C may be increased by agreement in
writing between the Client and the Consultants, provided that any such
increase shall not, except as otherwise agreed, cause payments under this
Contract to exceed the ceilings set forth in Clause GC 6.1 (b) of this
Contract.
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).
5.5 Payment
In consideration of the Services performed by the Consultants under this Contract,
the Client shall make to the Consultants such payments and in such manner as is
provided by Clause GC 6 of this Contract.
(a) An estimate of the cost of the Services payable in foreign currency is set
forth in Appendix G. An estimate of the cost of the Services payable
in local currency is set forth in Appendix H.
(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 in foreign currency and in local currency specified in the SC.
The Consultants shall notify the Client as soon as cumulative charges
incurred for the Services have reached 80% of either of these ceilings.
(c) Notwithstanding Clause GC 6.l(b) hereof, if pursuant to clauses GC
5.3,5.4 or 5.6 hereof, the Parties shall agree that additional payments
in local and/or foreign currency, as the case may be, shall be made to the
Consultants in order to cover any necessary additional expenditures
not envisaged in the cost estimates referred to in Clause GC 6.1(a)
above, the ceiling or ceilings, as the case may be, set forth in Clause GC
6.1 (b) above shall be increased by the amount or amounts, as the case
may be, of any such additional payments.
8. Settlement of Disputes
8.1 Amicable Settlement
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.
9. Integrity Pact
9.1 Draft Integrity Pact Format
The Bidder has to execute on plain paper and submit along with Technical
Proposal in compliance to NHAI OM No.13030/09/2008-Vig. Dated 28.01.2013.
Draft Integrity Pact format is as specified in Appendix-P.
Client:
Regional Officer, Tamil Nadu & Pudhucherry
National Highways Authority of India
SRI Tower, 3rd Floor
DP-34 (SP), Industrial Estate, Guindy
Chennai – 600 032.
Tel. No. 044 – 2225 2635
Fax No. 044 – 2225 2636
E mail: [email protected]
Attention:
Consultants:
Attention:
Cable address:__________________
Tele-fax:_________________
Facsimile: ________________
[Note: Fill in the Blanks]
1.6.2 Notice will be deemed to be effective as follows:
(a) in the case of personal delivery or registered mail, on delivery;
(b) in the case of telexes, 24 hours following confirmed transmission;
(c) in the case of telegrams, 24 hours following confirmed transmission; and
(d) in the case of facsimiles, 24 hours following confirmed transmission.
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.
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."
6.3(b) (iii) The reimbursable expenditures in local currency shall be the following :
(1) a per diem allowance at a rate in local currency equivalent to
______________ [Note: Name agreed foreign currency specified in
Clause SC 6.3 (a) per day, for each of the short-term foreign Personnel
(i.e. with less than twelve (12) months consecutive stay in India) for
the first sixty (60) days during which such Personnel shall be in India;
(2) a per diem allowance at a rate in local currency equivalent to _________
_____ [Note: Name agreed foreign currency specified in Clause SC 6.3(a)
per day, for each of the short-term foreign Personnel for each day in
excess of sixty (60) days during which such Personnel shall be in India;
(3) a living allowance for each of the long-term foreign Personnel (twelve
(12) months or longer consecutive stay in India) at the rates specified in
Appendix-H;
(4) the cost of the following locally procured items: local transportation,
office accommodations, camp facilities, camp services, subcontracted
services, soil testing, equipment rentals, supplies, utilities and
communication charges arising in India, all if and to the extent
required for the purpose of the Services, at rates specified in Appendix
H;
(5) the cost of equipment, materials and supplies to be procured locally in
India as specified in Appendix H;
(6) the local currency cost of any subcontract required for the Services
and approved in writing by the Client;
(7) any such additional payments in local currency for properly procured
items as the Parties may have agreed upon pursuant to the provisions
of Clause GC 6.1(c); and
(8) the cost of such further items as may be required by the Consultants for
the purpose of the Services, as agreed in writing by the Client.
6.4(a) The following provisions shall apply to the interest bearing advance payment
and the advance payment guarantee :
(1) An advance payment. of 10% of the contract price in proportion to the
quoted Indian currency (INR) in the bid shall be made within 60 days
after receipt and verification of advance payment bank guarantee. The
IE TENDER DRAFT FINAL (NH-205) 99
NHAI-RO_Chennai RFP for IE Services
6.4(c) The interest rate is 6% per annum for local currency and London Inter Bank
on Landing Rate (LIBOR) plus 1% per annum on foreign currency.
its arbitrator, the Party which has named an arbitrator may apply to
the Secretary, Indian Council of Arbitration, New Delhi, to appoint a
sole arbitrator for the matter in dispute, and the arbitrator appointed
pursuant to such application shall be the sole arbitrator for that dispute.
8.2.5 Miscellaneous
In any arbitration proceeding hereunder:
(a) Proceedings shall, unless otherwise agreed by the parties, be held in Delhi.
(b) The English language shall be the official language for all purposes; and
(c) The decision of sole arbitrator or of a majority of the arbitrators ( or of the
third arbitrator if there is no such majority) shall be final and binding and
shall be enforceable in any court of competent jurisdiction, and the Parties
hereby waive any objections to or claims of immunity in respect of such
enforcement.
(d) Fee structure shall be as indicated below:
Sl. Particulars Maximum amount payable per
No. Arbitrator / per case
1 Arbitrator fee Rs. 15,000/- per day subject to a maximum
4 lakhs
Or
Rs 2.5 lakhs (lump sum) subject to
publishing the award within 12 months.
2 Reading Charges Rs 15,000/-
IV. APPENDICES
Appendix A: Description of the Services
[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.]
[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".}
DELETED
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 concessionaire. In this context
incase 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.
DELETED
To
The Chairman,
National Highways Authority of India,
G-5 & 6, Sector-10,
Dwarka, New Delhi
India
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;
AND WHEREAS we have agreed to give the Consultants such a Bank Guarantee;
NOW THEREOF we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Consultants upto a total of ................ [amount of Guarantee] ................. [in words], such
sum being payable in the types and proportions of currencies in which the Contract Price
is payable, and we undertake to pay you, upon your first written demand and without cavil
or argument, any sum or sums within the limits of [amount of Guarantee] as aforesaid without
your needing to prove or to show grounds or reasons for your demand for the sum specified
therein.
We hereby waive the necessity of your demanding the said debt from the Consultants before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract
or of the services to be performed there under or of any of the 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.
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.
This guarantee shall be valid for a period of 38 months i.e. upto 2 months beyond the expiry of
contract of 36 months.
Signature and Seal of the Guarantor ________ In presence of
(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank)
Ref................... Bank Guarantee..................
Date ........................
Dear Sir,
In consideration of M/s...........(hereinafter referred as the "Client", which expression shall,
unless repugnant to the context or meaning thereof include it successors, administrators and
assigns) having awarded to M/s ............... (hereinafter
referred to as the "Consultant" which expression shall unless repugnant to the context or
meaning thereof, include its successors, administrators, executors and assigns), a contract by
issue of client's Contract Agreement No. dated and the same having been
unequivocally accepted by the Consultant, resulting in a Contract valued at for
Contract (hereinafter called the "Contract") (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 immediatelyon 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 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
Letter of Invitation
Letter of Award
Integrity Pact Format applicable for works having value between Rs.5 Cr. and 100
Cr.
(To be executed on plain paper and submitted along with Technical Bid/ Tender
documents for tenders having a value between Rs.5 Cr and Rs.100 Cr. to be signed by the
bidder and same signatory competent / authorized to sign the relevant contract on behalf of
NHAI)
NHAI, RO Chennai
Tender No. RO Chennai/IE/O&M/2016/Package-VI
This integrity pact is made on ……….. day of ……….. (month) 2017
Between
National Highways Authority of India (NHAI), a statutory body constituted under the
National Highways Authority of India Act, 1988, which has been entrusted with the
responsibility of development, maintenance and management of National Highways,
having its office at G-5&6, Sector-10, Dwarka, New Delhi, represented by its Regional
Office, Chennai having its office at “Sri Tower”, 3rd Floor, DP-34(SP), Industrial Estate,
Guindy, Chennai 600 032, hereinafter referred to as “The Principal”, which expression
shall unless repugnant to the meaning or contract thereof include its successors and
permitted assigns,
And
M/s ………………………………(name of the firm and its full address) hereinafter
referred to as “ The Bidder/Contractor/Concessionaire/Consultant)” and which expression
shall unless repugnant to the meaning or context thereof include its successors and
permitted assigns.
Preamble
Whereas, the Principal intends to award, under laid down organizational procedures,
contract/s for Package–I - Independent Engineer services during Operation & Maintenance
Period of Four Laning of balance work and Operation and Maintenance of Tirupathi –
Tiruthani –Chennai Section of NH-205 from Km.274.800 to Km.338.030 in the State
of Andhra Pradesh and from Km 0.000 to Km 61.470 in the State of Tamil Nadu on Design,
Build Finance, Operate and Transfer (DBFOT) Toll Basis AND Package-II - For Chennai
Bypass from Km 0.000 to Km 32.600 in the State of Tamil Nadu - (Consultancy Package
No. RO Chennai/IE/O&M/2016/Package-VI)
The Principal values full compliance with all relevant laws of the land, rules of land,
regulations, economic use of resources and of fairness/transparency in its relations with its
Bidder(s) and / or Contractor(s)/Concessionaire(s)/Consultant(s).
And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this
Integrity Pact (hereafter referred to as Integrity pact) the terms and conditions of which
Article-3 Disqualification from tender process and exclusion from future contracts
(1) If the Bidder(s)/ Contractor(s)/Concessionaire(s)/Consultants(s),
before award or during execution has committed a transgression
through a violation of any provision of Article-2, above or in any other
form such as to put his reliability or credibility in question, the
Principal is entitled to disqualify the Bidder(s)/ Contractor(s)/
Concessionaire(s)/Consultants(s) form the tender process.
(2) If the Bidder/ Contractor/Concessionaire/Consultant has committed a
transgression through a violation of Article-2 such as to put his
reliability or Credibility into question, the Principal shall be entitled
to exclude including blacklist and put on holiday the Bidder/
Contractor/Concessionaire/Consultant for any future tenders/contract
award process. The imposition and duration of the exclusion will be
determined by the severity of the transgression. The severity will be
determined by the Principal taking into consideration the full facts and
circumstances of each case particularly taking into account the
number of transgressions, the position of the transgressors within the
company hierarchy of the Bidder/ Contractor
/Concessionaire/Consultant and the amount of the damage. The
Witness-1:
(Name & Address) ............................... (Name & Address) ...............................
................................ ................................
Witness-2:
(Name & Address) ............................... (Name & Address) ...............................
................................ ................................
DISCLAIMER
The Applicant must read all the instructions in the RFP and submit the same accordingly.
Package No.RO-Chennai/IE/O&M/2016/Package-VI
Technical Evaluation Criteria for Team Leader
Description Max. Marks Reference
Points Obtained Page
Sl. 25 as per self number
No. evaluation of bid
Name of Firm
Name of Person:
A Date of Birth: Not more
than 70
years
Qualification & Professional Qualification: 25
(i) Degree in Civil Engg. 20
1
(ii) Post Graduation in Highway/Transportation 5
Engineering
B Adequacy for the Project 70
Experience in PPP projects 10
1 (i) 2 Projects or more 10
(ii) One project 8
Experience in Highway Project of DPR, 35
Construction Supervision/ Maintenance
Supervision/O & M works
2 (i) 15 years or more 35
(ii) 10 to less than 15 years 25
(iii) below 10 years 0
Experience in similar Capacity in O & M 25
works
3 (i) More than 5 years 25
(ii) 4- 5 years 20
(iii) 3-4 years 15
Employment with firm 5
(i) 2 year & above 5
4
(ii) 1 to less than 2 Year 3
Total : 100
Total : 100