Cvs of Key Persons
Cvs of Key Persons
vii) The proposal should clearly identify and mention the details of Material
Testing lab facilities to be used by the Consultants for the project (Form-T-
7). In this connection, the proposals of the Consultants to use in-house lab
facilities up to a distance of maximum 400 km from the project site being
feasible would be accepted. For all other cases suitable nearby material
Testing Laboratory shall be proposed before Contract Agreement is
executed.
viii) The proposal shall indicate as to whether the firm is having the facilities for
carrying out the following field activities or these are proposed to be
outsourced to specialized agencies in the Form- T-8.
(a). Pavement Investigation
(b). Geo-technical Investigation
In case the consultant envisages outsourcing any or all of the above services to
the expert agencies, the details of the same indicating the arrangement made
with the agencies need to be furnished. These agencies would however, be
subject to approval of the client to ensure quality input by such agencies before
award of the work. For out-sourced services, proposed firms/consultants should
have such experience on similar projects
ix) Details of office equipment and software owned by the firm in Form-T9
[Team Leader cum Senior Tunnel Expert, Tunnel Design Expert, Senior Geo-
Physicist & Senior Geotechnical Engineer in case Standalone Tunnel Project].
For remaining key personnels, the CVs need to be submitted for approval
prior to signing of contract.
i) The CVs of the four key personnel as mentioned in para 3.2.3 (x) above in the
format as per Form T-10 is to be furnished on Infracon portal. It may please
be ensured that the format is strictly followed and the information furnished
therein is true and correct. The CV must indicate the work in hand and the
duration till which the person will be required to be engaged in that
assignment. The Firm shall ensure that details furnished in the CV by the
personnel are correct. If any information is found incorrect, at any stage,
action including termination and debarment from future The Public Works
Department, Manipur projects for a minimum period of 2 years may be taken
by The Public Works Department, Manipur on the personnel and the Firm.
12
iii. [Team Leader, Highway cum Pavement Engineer, Senior Bridge Engineer, Geo-
technical cum material engineer Senior Survey Engineer, Tunnel Design Expert,
*
Senior Geotechnical Engineer and Senior Geo Physicist] should be available from
beginning of the project. Other Key Personnel with intermittent input are allowed to
be deployed/proposed in 2 teams at a time. If same CV is submitted by two or more
firms, zero marks shall be given for such CV for all the firms.
iv. The availability of key personnel must be ensured for the duration of project as
per proposed work programme. If a firm claims that a key personnel
proposed by them is a permanent employee of the firm (the personnel
should have worked in the firm continuously for a period of at least 1 year),
a certificate to the effect be furnished by the firm.
v. The age limit for key personnel is 65 years as on the date of bid submission.
The proof of age and qualification of the key personnel must be furnished in
the technical proposal.
vi. An undertaking from the key personnel must be furnished that he/she will be
available for entire duration of the project assignment and will not engage
himself/herself in any other assignment during the period of his/her
assignment on the project. After the award of work, in case of non-
availability of key personnel in spite of his/her declaration, he/she shall be
debarred for a period of two years for all projects of The Public Works
Department, Manipur.
vii. Age limit for supporting staff to be deployed on project is 65 years as on the
date of bid submission.
viii. A good working knowledge of English Language is essential for key professional
staff on this assignment. Study reports must be in English Language.
ix. Photo, contact address and phone/mobile number of key personnel should
be furnished in the CV.
*
This is to be modified as per project requirement.
13
xi. It may please be noted that in case the requirement of the ‘Experience’ of the
firm/consortium as mentioned in the “Proof of Eligibility’ is met by any
foreign company, their real involvement for the intended project shall be
mandatory. This can be achieved either by including certain man-months
input of key experts belonging to the parent foreign company, or by
submitting at least the draft feasibility report and draft DPR duly reviewed by
the parent firm and their paying visit to the site and interacting with The
Public Works Department, Manipur . In case of key personnel proposed by
the foreign company, they should be on its pay roll for at least last six
months (from the date of submission).
3.2.5 The technical proposal must not include any financial information.
3.3.1 The Financial proposal should include the costs associated with the assignment.
These shall normally cover: remuneration for staff (foreign and local, in the field,
office etc.), accommodation, transportation, equipment, printing of documents,
surveys, geotechnical investigations etc. This cost should be broken down into
foreign and local costs. Your financial proposal should be prepared strictly using,
the formats attached in Appendix – IV. Your financial proposal should clearly
indicate the amount asked for by you without any assumptions of conditions
attached to such amounts. Conditional offer or the proposal not furnished in the
format attached in Appendix-IV shall be considered non- responsive and is liable to
be rejected.
3.3.2 The financial proposal shall take into account all types of the tax liabilities
and cost of insurance specified in the Data Sheet.
3.3.3 Costs shall be expressed in Indian Rupees in case of domestic as well as for foreign
Consultant. The payments shall be made in Indian Rupees by The Public Works
Department, Manipur and the Consultant themselves would be required to obtain
foreign currency to the extent quoted and accepted by The Public Works
Department, Manipur. Rate for foreign exchange for payment shall be at the rate
established by RBI applicable at the time of making each payment installment on
items involving actual transaction in foreign currency. No compensation done to
fluctuation of currency exchange rate shall be made.
4. Submission of Proposals
4.1 The Applicants shall submit the proposal (Proof of Eligibility and Technical
Proposal) comprising the documents as mentioned under clause 3.1.1 and 3.2.3
respectively to meet the requirements of ‘Proof of Eligibility’ and ‘Technical
Proposal’ online only. A Consultant with “a Particular Team” may submit only one
proposal of “proof of eligibility (Part 1 Para 5.1 i, ii &vii)” and “Technical Proposal
(Part II)” to The Public Works Department, Manipur for all the packages applied by
them with a particular team on or before the deadline of submission of bids. A
consultant can apply for a particular package with one team only. The packages for
which a Consultant with “a Particular Team” applies should be clearly mentioned in
their proposal. However, Consultants are required to submit a copy of Proof of
Eligibility and Technical Proposal online separately for each package.
Financial proposal for each package are to be submitted separately.
Financial proposal are only to be submitted online and no hard copy of the
financial proposal should be submitted.
The document listed in para 3.1.1 (iv), (vi), (vii) shall be submitted in original
by the H-1 bidder to the Authority before issue of LOA.
4.2 The proposal must be prepared in indelible ink and must be signed by the
authorized representative of the consultants. The letter of authorization must
be confirmed by a written power of attorney accompanying the proposals. All
pages of the Proof of Eligibility and Technical Proposal must be initialed by
the person or persons signing the proposal.
4.4 Your proposal must be valid for the number of days stated in the Data Sheet
from the closing date of submission of proposal.
5. Proposal Evaluation
vi) The proposals have been received on or before the dead line of
submission.
vii) In case a Joint Venture/Association of firms, the proposal shall be
accompanied by a certified copy of legally binding Memorandum of
Understanding (MOU) on a stamp paper of Rs.100, signed by all firms to the
joint venture/Association as detailed at para 1.8.2 above
In case answers to any of the above items is ‘No’ the bid shall be declared
as non-responsive and shall not be evaluated further.
A Consultant satisfying the minimum Eligibility Criteria as mentioned in the Data sheet
and who had submitted the above mentioned documents shall be declared “pass” in
Proof of Eligibility and the Technical Proposals of only those consultants
shall be opened and evaluated further.
In the second stage the Technical proposal shall be evaluated as per the
detailed evaluation criteria given in Data Sheet.
5.3.1 In case for a particular package, only one firm is eligible for opening of Financial
Proposals, the Financial Proposal shall not be opened, the bids for that package
shall be cancelled and The Public Works Department, Manipur shall invite fresh bids
for this package. For financial evaluation, total cost of financial proposal excluding
Goods & Service Tax shall be considered. Goods & Service Tax shall be payable
extra.
5.3.2 The evaluation committee will determine whether the financial proposals are
complete (i.e. whether they have included cost of all items of the corresponding
proposals; if not, then their cost will be considered as NIL but the consultant
shall however be required to carry out such obligations without any
compensation. In case, if client feels that the work cannot be carried out within
overall cost of financial proposal, the proposal can be rejected. The client shall
correct any computational errors and correct prices in various currencies to the
single currency specified in Data Sheet. The evaluation shall exclude those
taxes, duties, fees, levies and other charges imposed under the applicable law
& applied to foreign components/ resident consultants.
5.3.3 For a package, the procedure as mentioned at Clauses 5.3.4, 5.4 and, 5.5 as
mentioned below shall be followed for determining the “most preferred
bidder (H-1 bidder)” for this package.