RFP for - Pre Feasibility Study 03
RFP for - Pre Feasibility Study 03
for
__________________________________________________
Office of the Chief Engineer (R&B) S.H.,&
Managing Director, A.P. Road Development Corporation
Room No.502, 5th Floor, HOD Building, Opposite Indira Gandhi Municipal
Stadium,
M.G.Road, Vijayawada-520010,
Andhra Pradesh, India.
1
INDEX
50
2
REQUEST FOR PROPOSALS
RFP No.
Country: INDIA
3
GOVERNMENT OF ANDHRA PRADESH
ROADS AND BUILDINGS DEPARTMENT
e -NIT. No.4/3/PFS/SH/PD/DCE-I/DEE-4/AEE-9/2024,
Dt:14.11.2024.
4
5. RFP must be submitted online only at web address
https://www.apeprocurement.gov.in on or before17-12-2024(Up to
17.00 hrs IST). RFP transmitted through any other mode shall not be
entertained.
(a) The interested applicant can download the RFP from websiteor e-
tendering portal https://www.apeprocurement.gov.in.
(b) The applicants have to submit their bids along with scanned
copy of Bid Security online inelectronic format.
(c) In case the Bid security as specified in clause 4.3 of LOI is not
uploaded along with the bid,the Bid shall be treated as non-
responsive and shall not be considered for evaluation.
The following are the important dates for award of above consultancy
services:
5
APRDC, Room No-502, State
HoDs Building, M.G Road,
Vijayawada, A.P @(11.00
Hrs)
3. Authority response to queries Chief Engineer (R&B) SH
&MD, APRDC,Vijayawada,
Krishna District, A.P
4. Proposal Due Date (PDD) 17.12.2024 (17.00 Hrs)
(online submission)
5. Opening of Proposals 17.12.2024(17.15Hrs)
6
Letter of Invitation (LOI)
Gentlemen,
1. Introduction
1.2 A brief description of the assignment and its objectives are given
in the enclosed Terms of Referenceat Appendix-I of RFP.
7
1.4 To obtain first hand information on the assignment and on the
local conditions, you are encouraged to pay a visit to the office
of Executive Engineers (R&B) Divisionsand Concerned officer in-
charge of State Highwaysand the project site before submitting a
proposal. You must fully inform yourself of local and site
conditions and take them into account in preparing your
proposal.
1.6 Please note that (i) costs of preparing the proposal and of
negotiating the contract, including visits to the Client etc., are
not reimbursable as a direct cost of the assignment; and (ii)
Client is not bound to accept any of the proposals submitted and
reserves the right to reject any or all proposals without assigning
any reasons.
2. Documents
2.1 To enable you to prepare a proposal, please find and use the
attached Documents listed in the Data Sheet.
2.2 Consultants requiring a clarification of the Documents must notify
the Client, in writing, by 28.11.2024(15.00 hrs). Any request for
clarification in writing or by email must be sent to the Client’s
address indicated in the Data Sheet. The Client will respond by e-
mail to such requests and copies of the response will be uploaded
on the web site / portal for e-tendering.
2.3 At any time before the submission of proposals, the Client may,
for any reason, whether at its own initiative or in response to a
8
clarification requested by a Consulting firm, modify the Documents
by amendment. The amendment will be notified by hosting online
on the website / portal for e-tenderinghttps://
www.apeprocurement.gov.inand it will not be communicated by any
other means. The amendmentsif any, will be binding on the bidders.
The Client may at its discretion extend the deadline for the
submission of proposals.
3. Preparation of Proposal
The Applicant shall submit its Proposal in the form and manner
specified in this section of the RFP. The Technical proposal shall
be submitted in the form at Appendix-II and the Financial
Proposal shall be submitted in the form at Appendix-III. Upon
selection, the Applicant shall be required to enter into an agreement
with the Client in the form specified at Appendix-IV.
9
listed in TOR. The proposal not meeting the minimum
requirement specified shall not be evaluated further.
However, the Client reserves the right to lower the
minimum requirements in the interest of work without
giving any notice.
iii. All required key personnel should be available from beginning
of the project.
iv. The availability of key personnel must be ensured at site
during the period shown in the manning schedule and / or as
per requirement of the services.
v. Upper Age limit for key personnel is 65 years as on due
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
currency 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 R&B Department / APRDC.
vii. Upper Age limit for supporting staff to be deployed on project
is 60 years as on due 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.
x. In case a firm is proposing key personnel from
educational/research institutions, a ‘No Objection
Certificate’ from the concerned institution should be
enclosed with the CV of the proposed key personnel
committing his services for the instant project.
3.2 Your technical proposal using the formats attached in
Appendix – IImust include but not limited to the following
information.
i. The composition of the proposed Team and Task Assignment
to individual personnel.
ii. Each page of Original Curriculum Vitae (CV) for each
package if any, need to be recently signed in blue ink
by the proposed key personnel and also by an
authorized official of the Firm. The information of key
personnel shall be as per the format. Photocopies of
10
the CVs will not be accepted. Unsigned copies of CVs
shall be rejected.
iii. Proposed work programme and methodology for the execution
of the services illustrated with bar charts of activities,
including survey equipment and procedure, any change
proposed in the methodology of services indicated in the TOR,
and procedure for quality assurance.
iv. Estimates of the total time effort (person x months) to be
provided for the services, supported by bar diagrams showing
the time proposed (person x months) for each key personnel.
The data obtained from the topographic surveys and other surveys
should be handed over to Chief Engineer (R&B) SH & MD, APRDC,
Vijayawadaafter the completion of services. The data of
topographical surveys should be in a form amenable to digital
terrain model (DTM) commonly used by highway design software
(MOSS/ MX-Q or equivalent).
3.3 The technical proposal must not include any financial
information.
3.5 Bid Validity: The proposals shall be valid for 120 days from the due
date for submission of proposals.
4. Submission of Proposals
11
3.6 The interested applicant can download the RFP from website or e-
tendering portal https://www.apeprocurement.gov.in. The applicants
have to submit their bids along with scanned copy of Bid Security
online in electronic format. In case the Bid security as specified in
clause 4.3 of LOI is not uploaded along with the bid, the Bid shall be
treated as non-responsive and shall not be considered for
evaluating. Before submission of online bids, applicants must ensure
that scanned copy of all the necessary documents have been
attached with bid. Client shall not be responsible for delay in online
submission due to any reason whatsoever. All documents/papers
uploaded/submitted by the bidder must be legible.
3.7 The rates quoted shall be firm throughout the period of performance
of the assignment upto and including acceptance of the report by
the Client and discharge of all obligations of the Consultant under
the Agreement.
12
4.3.2 Bank guarantees (and other instruments having fixed validity)
issued as surety for the bid shall be valid for 6 months from the
date of Notice Inviting Tender.
a. if the Bidder does not accept the correction of the Bid Price,
pursuant to evaluation of bid; or
b. in the case of a successful Bidder, if the Bidder fails
within the specified time limit to
(i) sign the Agreement; or
(ii) furnish the required Performance Security.
5. Proposal Evaluation
13
5.3 Evaluation of Financial Proposal
6. Negotiations
6.1 Prior to the expiration period of proposal validity, the Client will
notify the most preferred Consultant, i.e., the bidder with highest
combined score in writing by registered letter, cable, telex or
facsimile and invite him to negotiate the Contract.
6.2 Each key personnel of the preferred consultant shall be called for
interview at the time of negotiation at the cost of consultant before
the award of work.
6.3 Negotiations normally take two to three days. The aim is to reach
agreement on all points and initial a draft contract by the conclusion
of Negotiations.
14
office, staff months, logistics and reporting. The financial proposal is
subject to rationalization. Special attention will be paid to optimize
the required outputs from the Consultants within the available
budget and to define clearly the inputs required from the Client to
ensure satisfactory implementation of the Assignment.
6.5 Changes agreed upon will then be reflected in the financial proposal
using proposed unit rates.
6.7 The negotiations will be concluded with a review of the draft form of
Contract. The Client and the Consultants will finalize the contract to
conclude negotiations.
7. Performance Security
8. Penalty
15
Penalty shall be imposed on the consultants for poor
performance/deficiency in service as expected from the consultant
and as stated in General Conditions of Contract.
9. Award of Contract
9.1 The Contract will be awarded after successful negotiations with the
successful Consultants. If negotiations (as per para 6 above) fail, the
Client may invite the 2ndmost preferred Consultant for Contract
negotiations.
Thanking you
Yours sincerely,
Encl. as above
16
ANNEXURE – I
Nellore-Podalakur-Sydapuram Road
1 Nellore 53 54.400
from Km.0/0 to 54/4
Sangam-Viruvur-Kaluvoy (via)
3 Nellore Chejerla, Telugurayapuram Road 349 46.400
from Km 0/0 to 46/4
17
Tirupati - Kothapallimitta road via
Tirupati
10 Pachikapalem - Vedurukuppam 68 51.600
Chittoor
from km.1.600 to 51.600
Punganur - Pulicherla -
11 Chittoor Chinnagottigallu road from 0.000 to 65 67.950
67.950
Nimmanapalle - Vayalapad -
12 Annamayya Gurramkonda - Galiveedu road from 66 52.710
0.000 to 52.710
Mudiveedu - Thamballapalle -
13 Annamayya Peddamandyam Road from 2.200 to 401 46.850
46.850
MulakalacheruvuKandlamadugu
14 Annamayya 411 41.310
Road from 16.000 to 41.310
Rajampeta-Gudur-Duggirajapatnam
15 Annamayya 371 42.000
road
Porumamilla - Kondrajupalli -
17 YSR Narsapuram - Kasinayanapalli Road 43 50.800
in YSR Distric
TOTAL 1000.000
18
DATA SHEET
L
5. Last Date and Time for submitting queries
Email ;[email protected],
Date: 28.11.2024 (15.00 Hrs)
19
6. The Documents are:(Ref. Para 2.1)
20
7.3The risks and the coverage shall be as follows:
21
services and remain effective as per relevant requirements of
contract agreement.
8. Deleted
11. Proposal Validity period (days, date): 120 daysfrom the due
date of bid submission.
22
5 – 10 years - 1
>10 – 15 years – 2
>15 – 20 years –3
> 20 years - 4
(b) Average Audited Annual Financial Turnover (Last 6
Ten financial years, i.e., from 2014-15 to 2023-
24) from consultancy business
<5 Crore -0
5 Crore – 10 Crore -2
>10 Crore – 20 Crore - 4
>20 Crore -6
(c) Experience in number of completed Detailed 10
Project Reports (DPRs) for Expressways/ NH/SH/
ODR with documentary evidence of relevant few
pages of contract agreement /LoA or LOI from
Authority needs to be enclosed during last 10
years (year 2014-15 to 2023-24)
<2 Reports – 0
3 – 4 Reports–2 marks
5 – 6 reports – 4 marks
7 - 8 Reports – 6 marks
9 – 10 Reports – 8 marks
>10 Reports – 10 marks
Total 20
23
(b) Transport Economist 15
(c) Senior Quantity Surveyor 12.5
(d) Financial Specialist 12.5
Total 60
Weight
(1) General qualification 20%
(a) Education:
Bachelor degree: 3
Masters Degree: 4
Phd: 5
(b) Experience:
No. of years of proven experience
Minimum years of experience 8
stipulated
for qualification in TOR
Additional years of experience 4
Points will be prorated
(c) Position Held:
No of yrs in similar position held 3
24
12.2 Second stage – Evaluation of Financial proposal
25
APPENDIX-1
TERMS OF REFERENCE
1. BACKGROUND
1.1 Prelude
Government of Andhra Pradesh (GoAP) is working steadily towards
rapid allround development of the state. GoAP recognizes and fully
acknowledges the role of provisioning quality infrastructure and asset
operation and management (O&M) as essential components for
economic development of Andhra Pradesh. Varied initiatives and
efforts are being planned to meet short-term to long-term goals of
development for a robust and resilient road infrastructure network in
the state. Amongst important areas of concern, roads and mobility
infrastructure necessities are placed in the key focus category. The
State Government envisages holistic and exhaustive development of
its state-wide road network at the onset. It is keen to develop roads to
transmute growth and enable sustainable economic development. The
State Government through Andhra Pradesh Road Development
Corporation (APRDC), nodal agency designated for development,
maintenance and management of roads, shall initiate the necessary
enhancement to and transformation in the State Highways.
26
2. OBJECTIVES
The primary objectives of the pre-feasibility study are to:
Evaluate the current condition and Capacity of the State
Highways.
Identify the potential for improvement and expansion.
Assess the Technical, Financial, and Economic feasibility of PPP
implementation and/ or alternative funding mechanism
Identify potential risks and mitigation strategies.
Recommend the most suitable PPP model/ or alternative funding
options.
3. SCOPE OF SERVICES
Pre-feasibility Study: Post identification of options, a pre-feasibility
study should be conducted to assess the options and identify the
best possible option. Along with this, the pre-feasibility study
provides an assessment of the prima-facie feasibility of the project.
An indicative framework of pre-feasibility study is provided as
below:
27
Preliminary Cost Estimates: The cost of Road Estimates shall be
based on the unit rate per Km and bridges/Culverts shall be based
on unit rates (Rate/m) based on similar projects in the region. The
unit rate for road work shall be arrived for each road based on the
requirement of crust as per IRC 37. The cost of other components
shall be based on industry practice.
4. DELIVERABLES
4.1 Inception Report:
The report shall cover at least following major aspects:
(i) Project appreciation;
(ii) Detailed methodology to meet the requirements of the TOR,
finalized in consultation with the Client; including scheduling
of various sub-activities to be carried out for completion of
various stages of the work; stating out clearly their approach
& methodology for project preparation after due inspection of
the entire project stretch and collection / collation of
necessary information;
(iii) Task assignment and Manning Schedule;
(iv) Work programme;
(v) Proforma for data collection;
(vi) Design standards and proposed cross-sections;
(vii) Key plan and Linear plan;
(viii) Development plans being implemented and / or proposed for
implementation in the near future by the local bodies and the
possible impact of such development plans on the overall
scheme for field work and design for the study;
(ix) Quality Assurance Plan (QAP) finalized in consultation with
Client;
(x) Draft design standards; and
(xi) The requirements, if any, for the construction of bypasses
should be identified on the basis of data derived from
28
reconnaissance and traffic studies. The available alignment
options should be worked out on the basis of available maps.
The most appropriate alignment option for bypass should be
identified on the basis of site conditions and techno-economic
considerations.
1. Introduction
2. Existing Project Scenario (including need for rehabilitation,
upgradation, improvement and/or incremental investments-to
bring out the need of the project)
3. Project Proposal (covering broad project concept and components,
block cost estimates, revenue structures etc.)
4. Preliminary Project Assessment
4.1 Technical Feasibility
4.2 Environment and Social acceptability
4.3 Financial & Commercial viability
4.4 Legal framework
4.5 Risks (during development, construction and operation/
implementation)
4.6 Contractual & Implementation structures.
5. Project Development Activities
5.1 Project development cycle
5.2 Time lines
5.3 Surveys and investigations
29
5.4 Technical / Environmental & Social / Financial /Legal
consultants, their scope of work
5.5 Transaction Advisors, their scope of work
5.6 Marketing
5.7 Procurement process
5.8 Others
6. Funding Requirements for Project Development
6.1 Budget for Project Development expenses
6.2 Drawdown (indicative quarterly budget and estimated
milestone linked payment for each activity)
7. Recommendations
4.4 Final Pre-Feasibility Report:The Client will review the Draft Pre
Feasibility submitted by the Consultant and will communicate
comments if any to the Consultants. The Consultant shall submit
the Final Pre-Feasibility Report duly complying with the comments.
5. PAYMENT SCHEDULE:
Table 1: Deliverable and Payment Schedule
Cumulative Payme
Numb
Delivera months from nt (%)
Deliverable Name er of
ble No. commencemen
Copies
t
1 month from 10%
D-1 Inception Report 5
Start Date
2 months from 20%
D-2 Traffic Report 5
Start Date
2.5 months 50%
Draft Pre-
D-3 from Start 5
Feasibility Report
Date
Final Pre- 3 months from 20%
D-4 10
Feasibility Report Start Date
The above deliverable schedule is subject to timely provision of
approvals, provisioning of relevant documentation requirements and
other valid considerations.
30
7.1 Total Key Man-months is estimated to be 7. The Consultants
are expected to set up an office in Vijayawada for the project
duration together with the respective field offices, as required.
Table 2: Key Staff and their Input (person-months)
Input
S.N
Position Nos (Man
o
Months)
Team Leader-cum-Senior Highway
1 1 3
Engineer
2 Transport Economist 1 1
31
Maximum age limit 65 years
32
ANNEXURE – I
LIST OF SELECTED STATE HIGHWAYS
1 2 3 4 6
Nellore-Podalakur-Sydapuram Road
1 Nellore 53 54.400
from Km.0/0 to 54/4
Sangam-Viruvur-Kaluvoy (via)
3 Nellore Chejerla, Telugurayapuram Road 349 46.400
from Km 0/0 to 46/4
33
Tirupati - Kothapallimitta road via
Tirupati
10 Pachikapalem - Vedurukuppam from 68 51.600
Chittoor
km.1.600 to 51.600
Punganur - Pulicherla -
11 Chittoor Chinnagottigallu road from 0.000 to 65 67.950
67.950
Nimmanapalle - Vayalapad -
12 Annamayya Gurramkonda - Galiveedu road from 66 52.710
0.000 to 52.710
Mudiveedu - Thamballapalle -
13 Annamayya Peddamandyam Road from 2.200 to 401 46.850
46.850
MulakalacheruvuKandlamadugu
14 Annamayya 411 41.310
Road from 16.000 to 41.310
Rajampeta-Gudur-Duggirajapatnam
15 Annamayya 371 42.000
road
Porumamilla - Kondrajupalli -
17 YSR Narsapuram - Kasinayanapalli Road 43 50.800
in YSR Distric
TOTAL 1000.000
34
35
Appendix II
36
(TECH FORM-I)
[Location, Date]
Dear Sirs:
We remain,
Yours sincerely,
37
(TECH FORM-II)
A - Consultant’s Organization
38
B-Consultant’s Experience
39
(TECH FORM-III)
40
(TECH FORM-IV)
(For small or very simple assignments the Client should omit the following
text in Italic)
41
(TECH FORM-V)
2. Support Staff
Area of Position
Name of Staff Firm Task Assigned
Expertise Assigned
42
(TECH FORM-VI)
Photo
1. Proposed Position:
________________________________________________________
2. Name of Staff:
___________________________________________________________
3. Date of Birth : _______________________(Please furnish proof of age)
4. Nationality:
_______________________________________________________________
5. Educational Qualification:
(Summarize college/university and other specialized education
of staff member, giving names of schools, dates attended and
degrees obtained). (Please furnish proof of qualification)
8. Employment Record:
9. Summary of the CV
(Furnish a summary of the above CV. The information in the
summary shall be precise and accurate. The information in the
summary will have bearing on the evaluation of the CV).
A) Education:
i) Field of Graduation and year
43
ii) Field of post graduation and year
iii) Any other specific qualification
B) Experience
i) Total experience in highways: ____________ Yrs
ii) Responsibilities held :
i) _____________________ Yrs.
ii) ____________________ Yrs.
iii) ___________________ Yrs.
Certification :
1 I am willing to work on the project and I will be available for
entire duration of the project assignment and I will not engage
myself in any other assignment during the currency of my
assignment on the project
2 I, the undersigned, certify that to the best of my knowledge and
belief, this biodata correctly describes myself my qualification and
my experience.
Signature of the Candidate ____________________
Place ____________________
Date ____________________
Note: Each page of the CV shall be signed in blue ink by both the staff
member and the Authorized Representative of the firm. Photocopies
will not be considered for evaluation.
I, …………………. (Name, Address and mobile no.) have not left any
assignment with the consultants engaged by MORTH/NHAI/ PWD for any
continuing works of MORTH/NHAI/ PWD without completing my
assignment. I will be available for the entire duration of the current
project (named…………..). If I leave this assignment in the middle of the
completion of the work, Client would be at liberty to debar me for an
appropriate period to be decided by MORTH. I have also no objection if my
services are extended by Client for this work in future.
45
(TECH FORM-VII)
1
STAFF SCHEDULE
2 Total staff-month
Staff input (in the form of a bar chart) input
N° Name of Staff
1 2 3 4 5 6 7 8 9 10 11 12 n Home Field3 Total
Foreign
[Hom
1 e]
[Field]
n
Subtotal
Local
[Hom
1 e]
[Field]
n
Subtotal
Total
1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen,
clerical staff, etc.).
2 Months are counted from the start of the assignment. For each staff indicate separately staff input for home and field work.
3 Field work means work carried out at a place other than the Consultant's home office.
Full time input
46
Part time input
(TECH FORM-VIII)
WORK SCHEDULE
Months2
N° Activity 1
1 2 3 4 5 6 7 8 9 10 11 12 n
1
2
3
4
5
1 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and final reports), and other
benchmarks such as Client approvals. For phased assignments indicate activities, delivery of reports, and benchmarks separately for
each phase.
2 Duration of activities shall be indicated in the form of a bar chart.
47
Appendix III
48
(FIN FORM-I)
[Location, Date]
To: [Name and address of Client]
Dear Sirs:
We remain,
Yours sincerely,
49
1 Amounts must coincide with the ones indicated under Total Cost of Net GST in FIN
FORM-II.
50
(FIN FORM-II)
Local Consultants
SERVICE TAX/GST
TOTAL COSTS (INCLUDINGGST)
** Total Cost Net of Service Tax shall be considered for financial evaluation
51
(Form-III)
TOTAL
Total
52
Nos. Rate Amount
Person-trips
LS- In Rs………………………………….
A + B = Rs………………..
53
CONTRACT AGREEMENT
Between
Chief Engineer (R&B) SH &
Managing Director, APRDC,
Vijayawada
Govt. of Andhra Pradesh
And
…………
For
………………………..
54
CONTENTS
2.7.5 Payments
2.7.6 Consultation
2.8 Suspension
2.9 Termination
2.9.1 By the Client
55
2.9.2 By the Consultants
3.1 General
3.1.1 Standard of Performance
3.1.2 Law Governing Services
4. Consultants’ Personnel
4.1 General
4.2 Description of Personnel
56
4.4 Working Hours, Overtime, Leave etc.
5.5 Payment
9. Settlement of Disputes
57
IV. SPECIAL CONDITIONS OF CONTRACT
V. APPENDICES
58
I. CONTRACT FOR CONSULTANTS’ SERVICES
Agreement No.……………………
WHEREAS
(B) the Consultants, having represented to the Client that they have the
required professional skills, personnel and technical resources, have
agreed to provide the Services on the terms and conditions set forth in
this Contract;
59
Appendix D: Duties of the Client
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
(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]
60
By
(Authorized Representative)
By
(Authorized Representative)
etc.
61
II. GENERAL CONDITIONS OF CONTRACT
1. GENERAL PROVISIONS
1.1 Definitions
(a) “Applicable Law means the laws and any other instruments
having the force of law in the Government’s country as they may
be issued and in force from time to time;
(c) “Effective Date” means the date on which this Contract comes
into force and effect pursuant to Clause GC 2.1;
(j) “Party” means the Client or the Consultants, as the case may be,
and Parties means both of them;
62
(m) “Sub-consultant” means any entity to which the Consultants
subcontract any part of the Services in accordance with the
provisions of Clause GC 3.7; and
1.4 Language
1.5 Heading
The headings shall not limit, alter or affect the meaning of this
Contract.
1.6 Notices
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
63
The Services shall be performed at such locations as are specified in
Letter of Acceptance to and, where the location of a particular
task is not so specified, at such locations, whether in India or
elsewhere, as the Client may approve.
Unless otherwise specified in the SC, the Consultants shall pay all
such taxes, duties, fees and other impositions as may be levied
under the Applicable Law.
64
This Contract contains all covenants, stipulations and provisions
agreed by the Parties. No agent or representative of either Party has
authority to make, and the Parties shall not be bound by or be liable
for, any statement, representation, promise or agreement not set
forth herein.
2.6 Modification
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. Pursuant to Clause GC 8.2
hereof, however, each party shall give due consideration to any
proposals for modification made by the other Party.
2.7.1 Definition
(b)Force Majeure shall not include (i) any event which is caused by
the negligence or intentional action of a Party or such Party’s
Sub-consultants or agents or employees, nor (ii) any event which
a diligent Party could reasonably have been expected to both (A)
take into account at the time of the conclusion of this Contract
and (B) avoid or overcome in the carrying out of its obligations
hereunder.
65
(a) A party affected by an event of Force Majeure shall take all
reasonable measures to remove such Party’s inability to fulfill its
obligations hereunder with a minimum of delay.
(c) The Parties shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.
2.7.5 Payments
2.7.6 Consultation
Not later than fifteen (15) 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
2.9 Termination
66
2.9.1 By the Client
The Client may, by not less than fifteen (15) 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 thirty (30), such notice to be given after the occurrence of
any of the events specified in paragraphs (a) through (f) of this
Clause 2.9.1, terminate this Contract:
(e) if, as the result of Force Majeure, the Consultants are unable
to perform a material portion of the Services for a period of
not less than thirty (30) days; or
(f) if the Client, in its sole discretion and for any reason
whatsoever, decides to terminate this Contract.
The Consultants may, by not less than fifteen (15) day’s written
notice to the Client, such notice to be given after the occurrence of
any of the events specified in paragraphs (a) through (d) of this
Clause 2.9.2, terminate this Contract:
(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 9 hereof within thirty (30) days after receiving
written notice from the Consultants that such payment is
overdue;
67
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 thirty (30) days; or
(d) if the Client fails to comply with any final decision reached as
a result of arbitration pursuant to Clause 8 hereof.
68
the Contract including the cost of the return travel of the
Consultants’ personnel and their eligible dependents.
3.1 General
3.1.1 Standard of Performance
The Consultants shall perform the Services and carry out their
obligations hereunder with all due diligence, efficiency and
economy, in accordance with generally accepted professional
techniques and practices, and shall observe sound management
practices, and employ appropriate advanced technology and safe
and effective equipment, machinery, materials and methods. The
Consultants shall always act, in respect of any matter relating to this
Contract or to the Services, as faithful advisers to the Client, and
shall at all times support and safeguard the Client's legitimate
interests in any dealings with Sub-consultants or Third Parties.
69
Contract or to the Services or in the Discharge of their obligations
hereunder, and the Consultants shall use their best efforts to ensure
that any Sub-consultants, as well as the Personnel and agents of
either of them, similarly shall not receive any such additional
remuneration.
The Consultants agree that, during the term of this Contract and
after its termination, the Consultants and any entity affiliated with
the Consultants, as well as any Sub-consultant and any entity
affiliated with such Sub-consultant, shall be disqualified from
providing goods, works or services (other than the Services and any
continuation thereof) for any project resulting from or closely
related to the Services.
3.3 Confidentiality
The Consultants (i) shall take out and maintain, and shall cause any
Sub-consultants to take out and maintain, at their (or the Sub-
consultants', as the case may be) own cost but on terms and
conditions approved by the Client, insurance against the risks, and
70
for the coverage, as shall be specified in the Special Conditions (SC),
and (ii) at the Client's request, shall provide evidence to the Client
showing that such insurance has been taken out and maintained and
that the current premiums therefor have been paid.
The Consultants (i) shall keep accurate and systematic accounts and
records in respect of the Services hereunder, in accordance with
internationally accepted accounting principles and in such form and
detail as will clearly identify all relevant time charges and cost, and
the bases thereof (including the bases of the Consultants' costs and
charges), and (ii) shall permit the Client or its designated
representative periodically, and up to one year from the expiration
or termination of this Contact, to inspect the same and make copies
thereof as well as to have them audited by auditors appointed by
the Client.
71
The Consultants may retain a copy of such documents. Restrictions
about the future use of these documents shall be as specified in the
SC.
4. CONSULTANTS' PERSONNEL
4.1 General
72
agreed, cause payments under this Contract to exceed the
ceilings set forth in Clause 6.1 (b) of this Contract.
(b) If the Client (i) finds that any of the Personnel has committed
serious misconduct or has been charged with having
committed a criminal action or (ii) has reasonable ground to be
dissatisfied with the performance of any of the Personnel, then
the consultant shall, at the Employer’s written request
specifying the grounds therefore, forthwith provide a
73
replacement with qualifications and experience acceptable to
him.
(c) The assignment being a short duration one, client will not
consider any substitution of key personnel. However, in
exceptional circumstances if the key personnel are to be
replaced by consultants the remuneration for key personnel
shall be reduced by 25% except in case of death/ extreme
medical ground. Similarly, after award of contract the Client
expects all of the proposed key personnel to be available
during implementation of the contract. For total replacement
beyond 66% of the total key personnel, the Client may initiate
debarment proceedings so as to debar such consultant for
future projects for a period of 6 months to 24 months
(f) Deleted
If required by the SC, the Consultants shall ensure that at all times
during the Consultants’ performance of the Services in the
Government’s country a resident project manager, acceptable to the
Client, shall take charge of the performance of such Services.
Unless otherwise specified in the SC, the Client shall use its best
efforts to ensure that the Government shall:
(a) provide the Consultants and Personnel with work permits and
such other documents as shall be necessary to enable the
Consultants or Personnel to perform the Services;
74
(c) facilitate prompt clearance through customs of any property
required for the Services;
The Client warrants that the Consultants shall have, free of charge,
unimpeded access to all land in the Government’s country in
respect of which access is required for the performance of the
Services. The Client will be responsible for any damage to such land
or any property thereon resulting from such access and will
indemnify the Consultants and each of the Personnel in respect of
liability for any such damage, unless such damage is caused by the
default or negligence of the Consultants or any Sub-consultants or
the Personnel of either of them.
If, after the date of this Contract, there is any change in the
Applicable Law with respect to taxes and duties which increases or
decreases the cost or reimbursable expenses incurred by the
Consultants in performing the Services, then the remuneration and
reimbursable expenses otherwise payable to the Consultants under
this Contract shall be increased or decreased accordingly by
agreement between the Parties hereto, and corresponding
adjustments shall be made to the ceiling amounts specified in
Clause 6.1(b),
5.5 Payment
75
payments and in such manner as is provided by Clause 6 of this
Contract.
(c) No payment shall become eligible for the next stage till the
consultant completes to the satisfaction of the client the work
pertaining to the preceding stage.
(d) The Client shall cause the payment to the Consultants in Para
6.3 (b) above as given in schedule of payment within twenty (20)
days after the receipt by the Client of bills. Interests at the rate
specified in the SC shall become payable as from the above due
date on any amount due by, but not paid on, such due date
except in case of arbitration and subject to other relevant
clauses of the agreement.
(e) The final payment under this Clause shall be made only after the
final report and a final statement, identified as such, shall have
been submitted by the Consultants and approved as satisfactory
by the Client. The Services shall be deemed completed and
finally accepted by the Client and the final report and final
statement shall be deemed approved by the Client as
satisfactory thirty (30) calendar days after receipt of the final
report and final statement by the Client unless the Client, within
such thirty (30) day period, gives written notice to the
Consultants specifying in detail deficiencies in the Services, the
final report or final statement. The Consultants shall thereupon
promptly make any necessary corrections, and upon completion
of such corrections, the foregoing process shall be repeated.
Any amount which the Client has paid or caused to be paid in
accordance with this Clause in excess of the amounts actually
payable in accordance with the provisions of this Contract shall
be reimbursed by the Consultants to the Client within thirty (30)
days after receipt by the Consultants of notice thereof. Any such
claim by the Client for reimbursement must be made within
twelve (12) calendar months after receipt by the Client of a final
report and a final statement approved by the Client in
accordance with the above.
(f) All payments under this Contract shall be made to the account of
the Consultants specified in the SC.
77
case of any reduction in the length of the road the contract
amount shall be reduced proportionately and payments will be
made accordingly as per clause 6.3 (b)
7.3 Penalty
7.3.1 Penalty for delay
In case of delay in completion of services, a penalty equal to 0.05%
of the contract price per day subject to a maximum 5% of the
contract value will be imposed and shall be recovered from
payments due/performance security. However in case of delay due
to reasons beyond the control of the consultant, suitable extension
of time will be granted.
78
Consultant shall be liable to indemnify the client for any direct loss
or damage accrued or likely to accrue due to deficiency in service
rendered by him.
9. SETTLEMENT OF DISPUTES
79
III. SPECIAL CONDITIONS OF CONTRACT
Number of
GC Clause
Attention:
- Not Applicable-
1.9 The Authorized Representatives are:
80
1.10 The Consultants and their personnel shall pay all taxes(including
service tax), custom duties, fees, levies and other impositions levied
under the laws prevailing seven days before the last date of
submission of the bids. The effects of any increase / decrease of
any type of taxes levied by the Government shall be borne by the
Client / Consultant, as appropriate. The Consultant will remit
service tax monthly or as applicable under the law and seek
reimbursement from Client.
2.2 The time period shall be “2 months” or such other time period as
the parties may agree in writing.
2.3 The time period shall be “seven days” or such other time period as
the parties may agree in writing.
2.4 The time period shall be 2 months or such other time period as the
parties may agree in writing.
(ii). for any direct loss or damage that exceeds; (A) the total
payments for Professional Fees and Reimbursable
Expenditures made or expected to be made to the
Consultants hereunder, or (B) the proceeds the
Consultants may be entitled to receive from any
81
insurance maintained by the Consultants to cover such
a liability, whichever of (A) or (B) is higher.
(c) (i) The Consultant shall provide to Chief Engineer (R&B) SH &
MD, APRDC, Vijayawada Professional Liability Insurance (PLI)
for a period of one years beyond completion of Consultancy
services or as per Applicable Law, whichever is higher.
82
the date of commencement of services and remain effective
as per relevant requirements of contract agreement.
3.9 The Consultants shall not use these documents for purposes
unrelated to this Contract without the prior written approval of the
Client.
(a) Where the Parties agree that the dispute concerns a technical
matter, they may agree to appoint a sole arbitrator or, failing
agreement on the identity of such sole arbitrator within thirty
(30) days after receipt by the other Party of the proposal of a
name for such an appointment by the Party who initiated the
proceedings, either Party may apply to the President, Indian
Roads Congress, New Delhi, for a list of not fewer than five
nominees and, on receipt of such list, the Parties shall
alternately strike names therefrom, and the last remaining
nominee on the list shall be the sole arbitrator for the matter
in dispute. If the last remaining nominee has not been
determined in this manner within sixty (60) days of the date of
the list, the president, Indian Roads Congress, New Delhi, shall
appoint, upon the request of either Party and from such list or
otherwise, a sole arbitrator for the matter in dispute.
(b) Where the Parties do not agree that the dispute concerns a
technical matter, the Client and the Consultants shall each
appoint one arbitrator, and these two arbitrators shall jointly
appoint a third arbitrator, who shall chair the arbitration panel.
If the arbitrators named by the Parties do not succeed in
appointing a third arbitrator within thirty (30) days after the
83
later of the two arbitrators named by the Parties has been
appointed, the third arbitrator shall, at the request of either
Party, be appointed by Secretary, the Indian Council of
Arbitration, New Delhi.
(c) If, in a dispute subject to Clause SC 9.2.1 (b), one Party fails to
appoint its arbitrator within thirty (30) days after the other
Party has appointed 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.
9.2.5 Miscellaneous
(b) the English language shall be the official language for all
purposes; and [Note: English language may be changed
to any other Language, with the agreement of both the
Parties.]
84
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.
85
IV. APPENDICES
Appendix A
86
Appendix B
87
Appendix C
88
Appendix D
89
Appendix E
Cost Estimate
90
Appendix F
91
Appendix G
92
Appendix H
93
Appendix – I
Format for Bank Guarantee for Performance Security
To
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 or to extend the
time for performance of the contract by the Consultant. The Client shall have
94
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 consultant and to exercise the same at any time in any
manner, and either to enforce or to forbear to enforce any covenants, contained
or implied, in the Contract between the Client and the Consultant any other
course or remedy or security available to the Client. The bank shall not be
relieved of its obligations under these presents by any exercise by the Client of
its liberty with reference to the matters aforesaid or any of them or by reason of
any other act or forbearance or other acts of omission or commission on the
part of the Client or any other indulgence shown by the Client or by any other
matter or thing whatsoever which under law would but for this provision have
the effect of relieving the Bank.
The Bank also agrees that the Client at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without
proceeding against the Consultant and notwithstanding any security or other
guarantee that the Client may have in relation to the Consultant’s liabilities.
NOTE:
(i) The bank guarantee(s) contains the name, designation and code
number of the officer(s) signing the guarantee(s).
(ii) The address, telephone no. and other details of the Head Office of
the Bank as well as of issuing branch should be mentioned on the
covering letter of issuing Branch.
(iii) The bank guarantee for Rs. 10,000 and above is signed by at least
two officials (or as per the norms prescribed by the RBI in this
regard).
95
Appendix J : Reply to Queries of the Applicant
96
Appendix – K
BID SECURITY (BANK GUARANTEE)
WHEREAS, __________________________________[name of Bidder] (hereinafter
called "the Bidder") has submitted his
Biddated_________________________[date] for the consultancy services in
respect of
________________________[name of Contract hereinafter called "the Bid"].
SEALED with the Common Seal of the said Bank this _________day of
______,20____.
THE CONDITIONS of this obligation are :
(1) If after Bid opening the Bidder withdraws his bid during the period
of Bid validity specified in the Form of Bid;
OR
(2) If the Bidder having been notified the acceptance of his bid by the
Client during the period of Bid validity :
(c) does not accept the correction of the Bid Price pursuant to
evaluation of bid.
We undertake to pay to the Client up to the above amount upon
receipt of his first written demand, without the Client having to
substantiate his demand, provided that in his demand the Client will note
that the amount claimed by him is due to him owing to the occurrence of
one or any of the three conditions, specifying the occurred condition or
conditions.
This Guarantee will remain in force up to and including the date 165
days after deadline for submission of Bids as such deadline is stated in the
Data Sheet or as it may be extended by the Client, notice
97
of which extension(s) to the Bank is hereby waived. Any demand in
respect of this guarantee should reach the Bank not later than the above
date.
DATE _______________________
_________________ SIGNATURE
WITNESS _______________________ SEAL
______________________
___________________________________________________________________________
_____
[Signature, name and address]
*45 days after the end of the validity period of the Bid. Date should be
inserted by the Client before the Bidding documents are issued.
98