Final RFP Supervision (TAQA) Pethapur Nardipur Kherva Road Final 16-7-25
Final RFP Supervision (TAQA) Pethapur Nardipur Kherva Road Final 16-7-25
1|Page
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
Index
2|Page
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
3|Page
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
➢ Demand Draft for Tender fee & FDR for E.M.D. (valid for 150 days from bid due date) in favouring
as mentioned above shall be submitted in electronic format through online (by scanning) while uploading
the bid, this submission shall mean that Tender Fee & E.M.D. is received. Accordingly offer of those
shall be opened whose Tender Fee & E.M.D. received electronically. However for the purpose of
realization of demand draft, Bidder shall send the Tender fee, EMD & Other documents must be submitted
though Speed Post/RPAD or Hand Delivery during office hours within 7 days from last date of opening
of tender reach to The General Manager (Project) Gujarat State Road Development Corporation,
Ground Floor, Nirman Bhavan, Sector No. 10 A, Gandhinagar – 382010. Any documents in
supporting of bid shall be submitted in electronic format only through online (by scanning etc.) & hard
copy will not be accepted separately.
➢ Other Documents required to be submitted through on line in Electronic format through scanning visible
copy otherwise bid shall be rejected.
➢ Bidders can download the tender document free of cost from the website https://tender.nprocure.com
➢ Bidders have to submit technical bid as well as Price bid in electronic format only on above mentioned
website till the Date & time shown above.
Bidders who wish to participate in online tenders will have to procure / should have legally valid Digital Certificate
(Class-III) as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders can
procure the same from any of the license certifying Authority of India or can contact (n)code solutions- a division of
GNFC Ltd, who are licensed Certifying Authority by Govt. of India.
All bids should be digitally signed, for details regarding digital signature certificate and related training involved the
below mentioned address should be contacted:
4|Page
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
SECTION – 1 INFORMATION TO
CONSULTANT
5|Page
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
2.1 Consultants may request a clarification of any of the technical and price bid 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, cable, telex, facsimile or electronic mail to the Client’s address
indicated in the Data Sheet. The Client will respond by cable, telex, facsimile, or electronic mail to such
requests and will send copies of the response (including an explanation of the query but without
identifying the sources of inquiry) to all invited consultants who intend to submit Proposals.
2.2 At any time before the submission of Proposal, the Client may for any reason, whether at its own
initiative or in response to a clarification requested by an invited firm, modify the technical and price
bid documents by amendment. Any amendment shall be issued in writing through addenda, addenda
shall be sent by mail, cable, telex, facsimile, or electronic mail to all invited consultants and will be
binding on them. The Client may at its discretion extend the deadline for the submission of Proposal.
3.1 Consultants are requested to submit a Proposal (Para 1.2) written in the language(s) specified in the
Data Sheet.
Technical Proposal
3.2 In preparing the Technical Proposal, Consultants are expected to examine the documents comprising
this technical and price bid documents in detail. Material deficiencies in providing the information
requested may result in rejection of a proposal.
3.3 While preparing the Technical Proposal, Consultants must give particular attention to the following :
➢ If the Client wishes to extend the validity period of the proposals, the consultants who do not agree
have the right not to extend the validity of their proposal.
6|Page
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
➢ For assignments on a staff-time (person months) basis, the estimated number of key professional
person-months is given in the Data Sheet. The proposal shall, however be based on the number of
key professional staff-months estimated by the firm.
➢ It is desirable that the majorities of the key professional staff proposed be permanent employees of
the firm or have an extended and stable working relation (preferably more than 12 months) with it.
➢ Proposed key professional staff must have a minimum experience indicated in the Data Sheet,
preferably working under conditions similar to those prevailing in the country of the Assignment.
➢ Alternative key professional staff shall not be proposed, and only one curriculum vitae (CV) may
be submitted for each position.
➢ Reports to be issued by the consultants as part of this assignment must be in the language(s)
specified in the Data Sheet. It is desirable that the firm’s personnel have a working knowledge of
the client’s national language.
3.4 The Technical Proposal should provide the following information using the attached Standard Forms
(Section 3) :
➢ A brief description of the firm’s organization and an outline of recent experience on assignment
(Section 3B) of a similar nature. For each assignment, the outline should indicate, inter alias, the
profile and names of the staff provided, duration of the assignment, contract amount, and firm’s
involvement.
➢ Any comments suggestions on the Terms and Reference and on the data, a list of services, and
facilities to be provided by the client (Section 3 C).
➢ A description of the methodology and work plan for performing the assignment (Section 3D).
➢ The list of the proposed staff team by specialty, the tasks that would be assigned to each staff team
member, and their timing (Section 3E).
➢ CVs recently signed by the proposed key professional staff and the authorized representative
submitting the proposal (Section 3F). Key information should include number of years working for
the firm/entity, and degree of responsibility held in various assignments during the last ten (10)
years).
➢ Estimates of the total staff effort (professional and support staff; staff time) to be provided to carry
out the Assignment, supported by bar chart diagrams showing the time proposed for each key
professional staff team member. (Section 3E and 3G & 3H).
➢ A detailed description of the proposed methodology, staffing, and monitoring of training, if the
Data Sheet specifies training as a major component of the assignment.
➢ Any additional information requested in the Data sheet (3I & separate sheet)
3.5 The Technical Proposal shall not include any financial information.
Note: The Documents required for the technical evaluation shall be send in original through
RPAD/Speed post to Deputy General Manager (P-1), GSRDC within 07/08/2025; 18:00 hrs.
Financial Proposal
3.6 In preparing the financial proposal, consultants are expected to take into account the requirements and
conditions of the technical and price bid documents. The Financial Proposal should follow standard
Forms given in priced bid. It lists all costs associated with the Assignment, including (a) remuneration
for staff (local in the field and at headquarters), and (b) other facilities such as subsistence (per diem,
housing), transportation (international and local, for mobilization and demobilization), services and
equipment (vehicles, office equipment, furniture, and supplies), office rent, insurance, printing of
documents, surveys; and training, if it is a major component of the assignment. If appropriate, these
costs should be broken down by activity and if appropriate into local expenditures.
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.
3.8 Consultant may express the price of their services in the currency of Indian Rupees.
7|Page
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
3.9 Commissions and gratuities, if any, paid or to be paid by consultants and related to the Assignment will
be listed in the Financial Proposal submission form.
3.10 The Data sheet indicates how long the proposals must remain valid after the submission date. During
this period, the consultant is expected to keep available the key professional staff proposed for the
assignment. The Client will make its best effort to complete negotiations within this period.
4.1 The original proposal (Technical Proposal and if required financial Proposal; see para 1.2) shall be
prepared & submitted online only.
4.2 The Completed technical and financial Proposal must be submitted online on or before the time and
date stated in the Data sheet. Any Proposal received after the closing time for submission of proposal
shall not or accept through internet, for which client is not responsible.
4.3 After the deadline for submission of proposals the technical Proposal shall be opened immediately by
the evaluation committee. The Financial proposal shall remain unopened and until all submitted
proposals are opened publicly & evaluated.
5.1 From the time the bids are opened and till the contract is awarded, if any consultant wishes to contact
the client on any matter related to its proposal, it should do so in writing at the address indicated in the
Data Sheet. Any effort by the firm to influence the Client in the client’s proposal evolution, proposal
comparison or contract award decisions may result in the rejection of the consultant’s proposal.
5.2 Evaluator’s Technical Proposals shall have no access to the financial Proposal until the technical
evolution.
5.3 The evaluation committee appointed by the client as whole, and each of its members individually.
Evaluates the proposals based on their responsiveness to the terms of reference, applying the evaluation
criteria, sub criteria (typically not more than three per criteria) and point system specified in the Data
Sheet. Each responsive proposal will be given a technical score (St) A proposal shall be rejected at this
stage if it does not respond to important aspects of the terms of reference or if it fails to achieve the
minimum technical score indicated in the Data Sheet.
5.4 After technical evaluation of qualification is completed, the Client shall notify those consultants whose
proposal did not meet the minimum qualifying mark or were considered non-responsive to the RFP and
Terms of Reference, indicating that their Financial Proposals will remain unopened after completing
the selection process. The results of the technical evaluation will be emailed to the consultants who
have met the minimum qualifying mark. These consultants will have the opportunity to respond within
7 days if they have any objections. The notification will also indicate the date and time set for opening
the Financial Proposals and will be communicated via telephone, fax, or email.
5.5 The financial proposals shall be opened publicly in the presence of the consultant's representatives who
choose to attend. The name of the consultant the quality scores and the proposed prices shall be read
loudly and recorded when the Financial Proposals are opened. The Client shall prepare minutes of the
public opening.
5.6 The lowest Financial Proposal will be given a financial Score (Sf) of 100 points. The Financial Scores
(SF) of the other financial Proposal will be computed as indicated in the Data Sheet & Technical Score
(St) of the Technical Proposal will be computed as indicated in the Data Sheet. Proposals will be ranked
according to their combined technical (St) and financial (Sf) scores using the weights (T= the weight
given to the Technical Proposal; P= the weight given to the Financial proposal; T + P = 1) indicated in
the Data sheet:S=St x 80% + Sf x 20%. The firm achieving the highest combined technical + financial
8|Page
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
score will be invited for negotiations. Only those bidders financial will be opened who have scored >=
75 marks in technical bid.
5.7 Authority has rights to reject any bid without assigning any reason to bidder.
5.8 In case only one firm submits a bid, the Technical and Financial Proposals shall not be opened. Instead,
the bids for consultancy will be cancelled, and the authority shall invite fresh bids for this consultancy.
However, if only one firm qualifies for the opening of Financial Proposals, the Financial Proposal shall
be opened. If the rate is deemed reasonable, the contract will be awarded to that firm.
6.0 NEGOTIATIONS
6.1 If required, Negotiations will be held at the address indicated in the Data Sheet. The aim is to reach
agreement on all points and sign a contract.
6.2 Negotiation will include a discussion of the technical proposal, the proposal methodology (work plan),
staffing and any suggestions made by the firm to improve the Terms of Reference. The Client and firm
will then work out final Terms of Reference, staffing, and bar charts indicating activities, staff period
in the field and in the home office, staff-months, logistics and reporting. The agreed work plan and final
Terms of Reference will then be incorporated in the “Description of Services” and form part of the
contract, special attention will be paid to getting the most of the firm can offer within the available
budget and to clearly defining the inputs required from the client to ensure satisfactory implementations
of the Assignment.
6.3 The financial negotiations will include a clarification (if any) of the firm’s tax liability in the Client’s
country and the way it will be reflected in the contract; and will reflect the agreed technical
modifications in the cost of the services. Unless there are exceptional reasons, thefinancial negotiations
will involve neither the remuneration rates for staff (no breakdown of fees) nor other proposed unit
rates.
6.4 Having selected the firm based on among other things, an evaluation of proposed key professional staff
the client expects to negotiate a contract based on the experts named in the Proposal. Before contract
negotiations, the Client will require assurances that the experts will be available. The client will not
consider substitutions during contract negotiations unless both parties agree that undue delay in the
selection process makes such substitution unavoidable or that such changes are critical to meet the
objectives of the assignment. If this is not the case and if it is established that key staff was offered in
the proposal without confirming their availability, the firm may be disqualified.
6.5 The negotiations will conclude with a review of the draft from the contract. To complete negotiations
the Client and the firm will initial the agreed contract. If negotiations fail. The client will invite the firm
whose proposal received the second highest score to negotiate a contract.
8.0 CONFIDENTIALITY
8.1 Information relating to evaluation of proposal and recommendations concerning awards shall not be
disclosed to consultants who submitted the proposals or to other persons not officially concerned with
the process, until the winning firm has been notified that it has been awarded the contract.
9|Page
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
SECTION – 2
DATA SHEET
10 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
DATA SHEET
1. The Name of the Assignment and description of project as mentioned in Annex-I (Ref. Para 1.1)
Consultancy Services for Technical Audit and Quality Assurance for Resurfacing of Pethapur- Nardipur to
Kherva Road Km 0/000 to 28/400 (3rd Attempt)
7. Evaluation criteria:
Proposals will finally be ranked according to their combined technical (ST) and financial (SF) scores as follows:
[SF = 100 x Fm/F, in which SF is the financial score Fm is the lowest price and F the price of the proposal under
consideration]
The weights given to the technical and financial proposal are:
T (Technical score) = 0.80, and
P (financial score) = 0.20
11 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
12 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
The number of points to be given for qualifications and competence of the key professional stafffor the Assignment
are:
Senior Highway Engineer cum Team Leader
S. No. Description Max. Points
I General Qualification 6
i) Degree in Civil Engineering or equivalent 3
ii) Post Graduation in Highway Engineering. 3
13 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
I General Qualification 6
i) Diploma in Civil Engineering or equivalent 3
ii) Degree in Civil Engineering or equivalent 3
II Relevant Experience & Adequacy for the Project 11
(a) Total Professional Experience 4
<10 years 0
10-12 years 1
12-14 years 2
14-16 years 3
More than 16 years 4 (Max.)
(b) Experience in Highway Projects : 4
<10 years 0
10-12 years 1
12-14 years 2
14-16 years 3
More than 16 years 4 (Max.)
(c) Experience in Similar Capacity : (Nos of Highway Projects) 3
<2 No. 0
2-4 No. 1
4-6 No. 2
> 6 No 3
III Employment with the Firm 3
Less than 3 months 0
3 months to 1 year 2
more than 1 years 3 (Max.)
Total 20
14 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
<10 years 0
10-12 years 1
12-14 years 2
More Than 14 years 3 (Max.)
(c) Experience in Similar Capacity : (Nos of Highway Projects) 4
<2 No. 0
2-3 No. 2
4-5 No. 3
>5No. 4
III Employment with the Firm 4
Less than 1 Year 0
1-2 years 2
more than 2 years 4
Total 20
15 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
16 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
SECTION – 3
TECHNICAL PROPOSAL
17 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
18 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
[LOCATION DATE]
FROM: (NAME OF FIRM)
Ladies / Gentlemen:
Subject ......... : Consultancy Services for Technical Audit and Quality Assurance for Resurfacing of Pethapur-
Nardipur to Kherva Road Km 0/000 to 28/400 (3rd Attempt)
Technical Proposal
We, the undersigned, offer to provide the consulting services for the above in accordance with your Request for Proposal
dated (Date) and our attained proposal. The Proposal which, we are hereby submitting, includes a Technical Proposal
and a Financial Proposal. If selected to implement the services during the validity period of (period), we undertake to
negotiate the contract 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.
Your sincerely,
Authorized Signature
Name and Title of Signatory Name of firm
Address
19 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
3B FIRM’S REFERENCES
Relevant Services carried out in the Last Seven Years (2019-20 onwards) Which Best Illustrate Qualifications
The following information should be provided in the format below for each reference assignment for which your firm,
either individually as a corporate entity or as one of the major companies within a consortium, was legally contracted
by the client:
20 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
21 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
3D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING THE
ASSIGNMENT
22 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
I. Technical/Managerial Staff
Sr. No. Name Position Task Assignment
1
2
23 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
3F. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY PROFESSIONAL STAFF
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) Contact Address with Phone and mobile
numbers:
6. Membership of Professional Societies: Publication:
7. (List of details of major technical reports/papers published in recognized national and international journals)
Employment Record:
8. (Starting with present position, list in reversed order, every employment held. List all positions held by staff
member since graduation, giving dates, names of employing organization, title of positions held and location of
assignments. For experience period of specific assignment must be clearly mentioned, also give client references,
where appropriate).
Certificate
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 this 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.
Place
Date
Place
Date
Note:
It is advised to attach summary sheet of CV for key staff indicating (a) position proposed (b) name (c) qualification (d)
age (e) total experience in nos. of months (f) relevant experience in nos. of months (g) position held along withDegree
certificate, ID Proof, and experience certificate. Age for all key professional 30 to 65 Year.
Original Curriculum Vitae (CV) and photocopies of certificates shall be recently signed inblue ink by the proposed
key professional staff on each page and also initialled by anauthorized official of the Firm and each page of the CVand
photocopies of certificates must be signed. The key informationshall be as per the format. Photocopy of the CVs will
not be accepted. Unsigned copies of CVsshall be rejected.
CV of a person who does not meet the minimumexperience requirement as given at 3.2TEAM COMPOSITION AND
STAFF QUALIFICATIONS willnot be evaluated.Team leader Cum Senior Highway Engineer should score at least 75
% marks otherwise the entire proposal shallbe considered to have failed in the evaluation of Technical Proposals and
shall not beconsidered for opening of Financial Proposals.
24 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
25 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
26 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
SECTION – 4
FINANCIAL PROPOSAL
27 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
[LOCATION DATE]
FROM: (NAME OF FIRM)
Ladies / Gentlemen:
Subject ......... : Consultancy Services for Technical Audit and Quality Assurance for Resurfacing of Pethapur-
Nardipur to Kherva Road Km 0/000 to 28/400 (3rd Attempt)
Financial Proposal
We, the undersigned, offer to provide the consulting services for the above in accordance with your Request for Proposal
date [Date], and our attached Financial Proposal for the sum of [Amount in words and figures]. This amount is inclusive
of all taxes which we have estimated at prevailing rates.
If selected to implement the services during the validity period of the proposal i.e. [period], our Proposal shall be biding
upon us subject to the modifications resulting from contract negotiations.
We undertake that, in completing 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”.
We understand you are not bound to accept any Proposal you receive.
We remain.
Your sincerely,
Authorized Signature
Name and Title of Signatory Name of firm
Address
28 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
Schedule B
Notes:
* You have to quote your % rate against estimated cost.
* Price bid shall include remuneration & pre-diem of key personals as well as supporting staff.
* Price bid shall include expenses for accommodation for offices / staff etc.
* Price bid shall include transportation cost to perform the service as per TOR.
* Price bid shall include all taxes (Except GST) / service charges etc. as per Govt. rules applicable from time to
time.
* Price bid shall include over head / out of pocket expenses.
* Price bid shall include the cost of tools & equipment required to perform the services as per TOR.
* The consultancy fee shall be pain on pro-rata basis on ratio of actual work done by contractor divided by
tender cost of the main work (i.e. 23,12,47,272.15/-) multiplied by the cost quoted by TAQA Cunsultants.
Signature of contractor
29 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
SECTION – 5
TERMS OF REFERENCE (TOR)
30 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
TERMS OF REFERENCE
For
Consultancy Services for Technical Audit and Quality Assurance Resurfacing of Pethapur- Nardipur to
Kherva Road Km 0/000 to 28/400 (3rd Attempt)
And
(The Consultant)
Date :
Place :
31 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
TERMS OF REFERENCE
TERMS OF REFERENCE For Consultancy Services for Technical Audit and Quality Assurance for
Resurfacing of Pethapur- Nardipur to Kherva Road Km 0/000 to 28/400 (3rd Attempt)
INTRODUCTION AND BACK GROUND
1.1 The Government of Gujarat (GOG) has embarked upon a major projects for Improvement of various
important roads under the various schemes as named & listed in Annexure –II. The State Government
from its Plan & Non-Plan Outlay Funding these Projects. The projects will be implemented during
financial year 2025-26.
1.2 The proposed Road located on Pethapur Nardipur Kherva (SH-217) through the Gujarat State Road
Development Corporation Ltd., Gandhinagar, as shown in Annexure – I. intends to hire consultants
for Construction Supervision & Quality Assurance Consultancy package. The prioritization of works
has been carried out by GSRDC. GSRDC will be the supervising and implementing agency for the
Projects. The works will be executed through the contractors appointed by GSRDC through open
competition tendering system. It is intended that the roads be upgraded to standard of Ministry of surface
Transport (MOST) specifications, respective IRC guidelines and R&BD standard specifications and
guideline as high speed corridor. The breakup of roads length is as per Anexure-1 attached.
1.3 The work is for resurfacing of Pethapur Nardipur Kherva (SH-217)
1.4 In order to achieve high standard in quality of road/bridge constructions works, GSRDC is intended to
hire consultancy services for providing quality Assurance and Technical Audit of works being carried
out under the schemes as specified. Primarily responsibility of day to day supervision of works will be
that of GSRDC engineers and consultant’s role shall be of Quality Assurance and Technical Audit of
works.
2. OBJECTIVE
2.1 The main objective of these consulting services is to conduct technical audits of the execution of the
identified roads of Mahesana Districts as specified in Annexure- II. of whereby the consultant will
render professional services to improve the quality of construction of roads.
2.2 To ensure achieving high standards in quality of construction works.
2.3 To ensure that all the works carried out under the scheme fully comply with the technical specification’s
drawings established codes/standards and sound engineering practices.
2.4 To assure GSRDC for the quality of works being executed comply the quality norms and standards laid
down in contract specifications.
2.5 To provide technical audit and advisory services for the works.
3. SCOPE OF WORK
32 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
3.3 The consultants shall familiarize himself, with the help of sample surveys, visits and inspections in the
field and by examination initially of one set of documents such as detailed estimates, contract
documents, including specifications, interim certificates, quality control test results and other relevant
documents. On a daily basis, the concerned key personnel of Construction Supervision consultant shall
inspect the Construction Works.
Following activities need to be undertaken during the visits.
➢ Review of construction including progress, quality and safety of construction
➢ Inspection of defects and deficiencies in construction works
➢ Witnessing quality inspection tests at labs established by Concessionaire on a sample basis.
3.4 The consultant will examine that the description, procedure and quality of works accurately reflects
conditions in the field; work progress monitoring and field supervision procedures have been followed
correctly; site journals, reports of site meetings, and other documents are maintained in accordance with
the Procedures acceptable to GSRDC.
3.5 Assist and guide the GSRDC staff in interpretation of the technical specification, etc. as and when
required.
3.6 Review contractor’s detailed work programmes, suitability of contractor’s key personals, constructions
methods and test results of construction materials and workmanship and suggest necessary action and
rectifications if required on these activities.
3.7 Assist GSRDC in implementation of quality control measures to ensure quality of work, and also in
approval of field-testing laboratories in respect of facilities, adequacy, arrangements, equipment’s and
staff as per contract document.
3.8 Review the construction methods proposed by the contractor for carrying out the works to ensure that
these are satisfactory with particular reference to the technical requirements, the Project Implementation
Schedule and environmental aspects, as well as safety of the works, property, personnel and the general
publics.
3.9 Review the tests Results/ certificates of all construction materials and the sources for assessing their
suitability in works.
3.10 Develop standard form and procedures to ensure a proper quality Control System to be implemented
for materials and workmanship.
3.11 Witness 50% of total test for the quality control being carried out by staff of the GSRDC/ Contractor.
The consultant shall undertake random sample checks independently for quality control using
contractors / GERI / Polytechnic / Engineering Colleges / approved private laboratory and
recommended solutions for improving road quality to meet the specifications. Consultant shall also
collect independently core samples for each 500 MTRS Length (three cores at same sections) of finished
road and test them using Contractor’s core cutting equipment (for bituminous work).
33 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
3.12 Assist the GSRDC on technical supervision of the works to ensure the quality and in conformity with
the standards and specifications prescribed in the contract and review the frequency of quality control
test.
3.13 Assist GSRDC during inspection about the contractor’s equipment/machinery employed for road
construction works so as to determine their suitability for work at site. Assistance shall also be provided
during periodic inspection for machines / equipment. Also review the suitability of source of materials
and their quality on the basis of inspection, test results, manufacturers certificate etc.
3.14 If the consultant considers any items of work substandard or unacceptable, he will inform the contractor
as well as GSRDC of any rectification required in writing, providing full justification thereof with all
necessary supporting data.
3.15 Inspect the works on substantial completion before take over all indicate to the contractor / GSRDC any
rectification required and any outstanding work to be carried by the contractor during the Defects
Liability Period.
3.16 Assist the GSRDC in monitoring progress of the works at regular intervals through modern aids such
as computer aided project management techniques. Also review and assist GSRDC staff in effective
implementation of Quality control / Assurance system.
3.17 On a monthly basis, the Construction Supervision consultant shall prepare a Monthly Inspection Report
in accordance with the format 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 Construction Supervision consultant shall describe in
reasonable detail the lapses, defects or deficiencies observed by it in the construction of the Project
Highway. The Construction Supervision consultant shall send a copy of its Inspection Report. Key
sections of the Monthly Progress Report are as follows.
Sr. No. Section Sub - Section
1 Executive Summary Construction progress in current month
Detailed strip plan
Current issues and recommended actions by Consultant
2 Project Overview Salient Features of the Project
Project Milestones
Location Map
Key Plan
3 Physical Progress Detailed physical progress by component
4 Land Acquisition and LA summary
Clearances LA Detail
Clearances Summary 4.4 Status of Utility Shifting
5 Summary of quality Test witnessed/ conducted
control tests
6 Safety features Pen picture on safety features at construction site
Accident report
7 Annexures Details list of Physical components/ any other test report
Additional Details by Consultant
3.18 Recommendations regarding the methods and procedures for the evaluation and the system for
monitoring of the conditions of the road after the project completion.
3.19 Consultant is expected to perform at least one set of material testing at each plant site and to certify the
materials to be used. Also, Consultant shall collect independently at least one set (THREE CORES) of
cores to be taken for each 500 MTRS. Length of road or part thereof for each layer of completed
bituminous pavement and the samples of core to be tested and complete analysis e.g. indicating density,
asphalt content and thickness of layer is to be reported. Thickness of the laid surface is to be checked
for each layer in every 500 MTRS. Length of road and to be certified. The test for Density and Bitumen
content shall be conducted in laboratories listed here with in para 3.11, 5.1 and the cost of testing shall
be borne by GSRDC/ Contractor as mentioned in works tender. The core cutting machine shall be made
available at each sampling location of work site and core cost of core cutting machine, sampling, testing,
transportation and operation shall be borne by Contractor.
34 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
3.20 Consultant shall recommend to GSRDC to grant the permission to start the work on the basis of quality
check of materials on plant site, Plant and machinery, laboratory facility, Weigh Bridge and any other
requirements related to tender.
3.21 More over for complete work OR completed items (each layer of work) check for width of road,
shoulders / hard side shoulders and earth work, camber, super elevation, grade, ascertaining density of
each layer shall be performed at every 500 mt. interval and reported accordingly. Also inspect the work
on completion / substantial completion before taking over in order to identify the balance work and
rectification of defects to be carried out by contractor.
3.22 Also other item like concrete work, foot path, side drains, gutter, structure works etc. shall be checked
in accordance with standard specification and design and as per tender provisions.
3.23 Each quality aspects shall be reported road wise and item wise as summary report periodically to
GSRDC. Also consultant shall furnish the summary of QC test results conducted in each activity of
work and furnish a QC certificate (regarding Quality of material and workmanship and performance)
along with contractors each invoice (RA BILLS)
3.24 Final report shall have concluding remarks (Road wise – Item wise) about overall quality of road also
consultant shall recommend the methods and procedures for evaluation and system for monitoring the
condition of road.
3.25 The consultant shall conduct technical audit of work. In addition to regular audit activities of works the
auditor shall also examine the following:
(A) The description, procedure, and quality to works executed accurately reflect the requirements as
per prevailing site condition.
(B) GSRDC site staff has followed correctly or not the system for monitoring of work progress and
supervision of works.
(C) System followed for maintenance and documentation of site instruction book, reports, minute of
meetings and other documents are being followed correctly and in accordance with the procedures
acceptable to GSRDC or not.
3.26 If the extension of three months required the consultant is bound to render the services at his quoted
rate with the same pattern of personal staff.
3.27 Consultant has to Co-ordination with other department for correspondence work at site and his office
with his supporting staff and documents for UGVCL/Railway related, Utility shifting like Underground
and overhead Electric cable & pole, Telephone cable, OFC cable, Gas pipe line, Water supply line,
Strom water drain, Sewerage Gutter line etc.as per requirement and instructed by the Engineer In-charge
during the execution of work.
3.28 The client or his representative may inspect and review the progress of works and may issue appropriate
directions to the Engineer for taking necessary action. The Employer or his representative may also test
check the quality and quantity of the materials brought to the site for incorporating in the permanent
works and may also test check the quantity, quality and workmanship of the work executed in the
presence of the representatives of the Engineer and the Contractor. Project Director will associate with
the Team Leader of the Supervision Consultant in test checking of Quality Control tests at least to the
extent of 3 %.
3.29 Consultant Responsibility for Road Works.
To verify the line out of Road in accordance with approved drawing and site situation and to suggest
modifications wherever necessary as per technical requirement.
The consultant shall check and approve the design and procedure of staging and form work for bridge
work and also check reinforcement, form work and concrete to be casted first time in each component
of the bridge work and guide the GSRDC. Staff for good workmanship and quality and record to be
maintained.
The consultants shall verify the actual foundation level along with strata and approve the same as well
as also verify and approve the tilt and shift in well sinking / pile foundation and suggests modifications
or remedies when it is beyond permissible limits. The consultant shall verify therecords of well sinking
/ pile to be maintained.
The consultants shall witness first time pre stressing / post stressing of girders / slab in pre- stressed
superstructure and also check and verify the results of pre-stressing.
The testing of all material & C.C. cubes etc. shall be tested as per norms & as shown for road works.
35 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
4. OFFICE ACCOMODATION
4.1 The office of consultant’s team leader shall be maintained on site location. The consultant shall make
available suitable office accommodation for team leaders & associated staff including office furniture,
office equipment, and other relevant requirements as per necessity of a T.L. and associated staff. It shall
be maintained & managed by consultant at his own cost. The consultant shall bear the cost of electricity
telephone bill and water consumer etc. at office accommodation including all taxes.
4.2 It is expected that the consultant will set up field office for Team Leader & other staff as indicated
below. Office accommodation space at District Place as per client discretion including, laptop, computer
with necessary networking system and furniture shall be Procured by consultant at his own cost. The
Team leader is accepted to attend review meeting at GSRDC Gandhinagar once in a week or as required.
Sr. Position/ Person No. of Proposed Location
No. Person
Key Professionals
1. Senior Highway Engineer Cum Team 1 On Site Location
leader
2. Senior Quality Cum Material Engineer 1 On Site Location
3. Laboratory In charge Cum Quality 1 On Site Location
Engineer
4. Plant/Site supervisor (Engineer) for Road 1 On Site Location
Construction Work
5. Computer Operator 1 On Site Location
5. LABORATORIES
5.1 Laboratories of CONTRACTOR / GERI / Polytechnic / Engineering Collages / recognized Pvt. Labs
shall be used. Also, according to contract conditions, the contractor shall provide a fully equipped field
testing laboratory. The consultant will have full access to witness / supervise the tests in contractor’s
laboratories during contract implementation. The testing results shall be signed by consultant, contractor
and departmental engineer.
5.2 Contractor shall make available free of cost core cutting machine in working order along with operator
and fuel at each site of work core sample is contempt.
6. TIME FRAME
6.1 Time period is 04 Months or actual completion date of original work included in the RFP for which
QATA invited which ever is later (including if any extended time limit) of original work in which
QATA is invited. No extra payment will be made if the time limit of original work will be extended.
7. REPORTING
7.1 Reports required to be submitted in six copies (on CD and typed – hard copy) to R & B include the
following.
➢ Monthly reports on the activities progress and major issues and the observations by the Field
Engineer.
➢ Quarterly report covering summary of progress and quality checks (item wise and road wise) with
remedial measures and penalty measures.
➢ Final audit report containing road wise detailed report of quality and other relevant information.
➢ Final Road wise quality – certificate covering overall view of quality and all items.
7.2 The Proposed schedules for submission of various reports are as follows.
Sr. Report TimeofSubmission
36 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
No.
1. QualityAssuranceManualfortheentireprojectcoveringtypean Within15daysfromcommenc
dnatureofQCteststobe ementofservices.
conducted,acceptancecriteria,frequencyoftests,StandardObs
ervationsheetsanddocumentation.
2. MonthlyReportsontheactivitiesinprogressandmajor issues Foreverymonthby20thdatein
and the observations of the consultant’sengineers. following month.
3. Quarterly reports covering summary of progress andquality Bytheendofeveryquarterofas
checks (Activity wise for each road) results signmentwithin20daysafterth
ofauditnotesincludingremedialmeasuresifsuggestedandnon- eexpiry ofquarter
conformancereportsandtheirdisposal.
4. Finalcompletionreportincludingstatusofauditnotes, NCR and Withinonemonthaftercomple
its disposal and tionofconsultancyassignment
statusofQualitycontrolTestsconductedalongwithrequiredfreq
uencyandresultsofQCtests.
5. CertificateregardingQualityofworkexecutedforeach Withinonemonthaftercomple
activityofworkandindividual road. tionofwork.
6. Recommendations regarding methods and proceduresfor Withinonemonthaftercomple
evaluation and the system for monitoring theconditionof tion of
roads after completion. consultancyassignment
Note: Reports shall be submitted road wise individually.
9. CONSULTANT’S RESPONSIBILITY
9.1 The consultant will be responsible for providing all other necessary facilities and logistical support for
him/her self and supporting staff, including office and residential accommodation, transportation, office
equipment, communications, utilities, office supplies, and other support requirements. The consultant
shall also purchase/hire vehicle for Team leader and field staff.
9.2 For the entire work consultant shall have to purchase computer along with laser printers of known brand.
9.3 Consultant shall also purchase necessary office furniture at the office.
9.4 Consultant shall have to inform & submit register of activities carried out on site in pursuance of scope
of work.
10. CONTRACTUAL ARRANGEMENT
10.1 The consultant’s contract will be with Gujarat State Road Development Corporation Limited
(GSRDCL) and will be Consultancy services contracts.
11.1 The consultancy fee shall be paid for in Indian Rupees only.
The consultancy fee shall be pain on pro-rata basis on ratio of actual work done by contractordivided
by tender cost of the main work (i.e. 23,12,47,272.15/-) multiplied by the cost quoted by TAQA
Cunsultants.The consultancy charges will not be on A/C of expenditure incurred towards contingency
Fund and Price Variation, Star rate and other miscellaneous items.
37 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
11.2 The consultancy running bills shall be paid simultaneously with payment of R.A. bills of Contractor
from time to time or as per grant availability.
11.3 The payment will be made within 15 days after receiving the bill by the in-charge Engineer subject to
availability of grant / L.C. If any discrepancy found to exist at any time between actual payment and
cost authorized to be incurred by consultants, the client may at any timeGujarat State Road
Development Corporation Ltd., Gandhinagaradd or subtract the difference from any subsequent
payment.
11.4 Last month R.A. Bill of Consultant shall be pay only after the completion of whole Work.
11.5 The consultant shall have to provide / deploy as per Schedule 3.1 and / or as directed by the Gujarat
State Road Development Corporation Ltd., Gandhinagaror his authorized representative. The
Consultant shall also provide attendance sheet of all staff mention in Schedule 3.2 and submit Monthly
Progress Report and Quality Assurance Plan at the time of submission of bill.
11.6 The consultants shall submit their duly filled in & signed time sheet to the Gujarat State Road
Development Corporation Ltd., Gandhinagaralong with the monthly progress report.
11.7 Income tax / GST and any other taxes arise from time to time shall be deducted from each bill.
12. PERFORMANCE SECURITY
12.1 The amount of Security Deposit shall be 10 % of estimated consultancy amount. Consultant shall
be required to submit 5 % of Security at the time of agreement in the form of NSC pledged in favour of
Gujarat State Road Development Corporation Ltd. FDR of Nationalized Commercial Bank in favour of
Gujarat State Road Development Corporation Ltd.Remaining 5% will be recovered from R.A. Bills.
The validity of NSC / FDR shall cover entire duration of consultancy period plus 6 months. The NSC /
FDR will be return after satisfactory completion of the agreement duly recommended by concern
Executive Engineer.
13. OBJECTIVES
38 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
other Party, declare this Contract to be null and void, and in the event of such a declaration by either Party,
neither Party shall have any claim against the other Party with respect hereto.
➢ Commencement of Services
The Consultant shall begin carrying out the Services at the end of such time period after the Effective Date as
shall be specified in the SC.
➢ Expiration of Contract
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall expire when services have been
completed and all payments have been made at the end of such time period after the Effective Date as shall be
specified in the SC.
➢ Entire Agreement
This Contract contains all covenants, stipulations and provisions agreed by the Parties. No agent or
representative of either Party has authority to make, and the Parties shall not be bound by or be liable for, any
statement, representation, promise or agreement not set forth herein.
➢ Modification
Modification of the terms and conditions of this Contract, including any modification of the scope of the
Services, can 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.
Force Majeure
➢ Definition
(a) For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control of a
Party, and which makes a Party’s performance of its obligations hereunder impossible or so impractical
as reasonably to be considered impossible in the circumstances, and includes, but is not limited to, war, riots,
civil disorder, earthquake, fire, explosion, storm, flood or other adverse weather conditions,
(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.
(c) Force Majeure shall not include insufficiency of funds or personnel or failure to make any payment required
hereunder.
➢ No Breach of Contract
The failure of a Party to fulfill any of its obligations hereunder shall not be considered to be a breach of, or
default under, this Contract insofar as such inability arises from an event of Force Majeure, provided that the
Party affected by such an event has taken all reasonable precautions, due care and reasonable alternative
measures, all with the objective of carrying out the terms and conditions of this Contract.
➢ Measures to be Taken
(a) A party affected by an event of Force Majored shall take all reasonable measures to remove such Party’s
inability to fulfill its obligations hereunder with a minimum of delay.
(b) A party affected by an event of Force Majore shall notify the other Party of such event as soon as possible, and
in any event not later than fourteen (14) days following the occurrence of such event, providing evidence of the
nature and cause of such event, and shall similarly give notice of the restoration of normal conditions as soon
as possible.
39 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
(c) The Parties shall take all reasonable measures to minimize the consequences of any event of Force Majore.
➢ Extension of Time
Any period within which a Party shall, pursuant to this Contract, is required to complete any action or task, such
period shall be extended for a period equal to the time during which such Party was unable to perform such
action or task as a result of Force Majored.
➢ Payments
During the period of their inability to perform the Services as a result of an event of Force Majored, the
Consultant 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.
➢ Consultation
Not later than thirty (30) days after the Consultant, as the result of an event of Force Majored, have become
unable to perform a material portion of the Services or in case the Client is not able to perform any of its
obligations, the Parties shall consult with each other with a view to agreeing on appropriate measures to be taken
in the circumstances.
➢ Suspension
The Client may, by written notice of suspension to the Consultant, suspend all payments to the Consultant
hereunder if the Consultant 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 Consultant to remedy such failure within a period not exceeding thirty (30) days after receipt
by the Consultant of such notice of suspension.
Termination
➢ The Contract shall stand terminated:
a) if the Consultant fail to remedy a failure in the performance of their obligations hereunder, as specified in a
notice of suspension pursuant to Clause 2.8 hereinabove, within thirty (30) days of receipt of such notice
of suspension or within such further period as the Client may have subsequently approved in writing;
b) if the Consultant becomes (or, if the Consultant consists of more than one entity, if any of their Members
becomes) insolvent or bankrupt or enter into any agreements with their creditors for relief of debt or take
advantage of any law for the benefit of debtors or go into liquidation or receivership whether compulsory or
voluntary;
c) If the Consultant (or, if the Consultant consists of more than one entity, if any of their Members) ceases to carry
on its business, or of any change taking place in the composition or ownership of Consultant or reconstruction
of the Consultant or of any amalgamation/merger or other combination implying a modification in the structure
or in the control of the Consultant, Client shall have the right to terminate this Contract immediately by written
notice without prejudice to any of its rights under this Contract. Consultant undertakes to inform the Client,
should such events occur, by written notice within forty- eight hours of the occurrence of such event.
Provided that, if as part of such amalgamation or reconstruction, the property, assets and undertaking of the
Consultant are transferred to the amalgamated or reconstructed entity and that the amalgamated or reconstructed
entity has Unconditionally assumed the obligations of the Consultant under this Contract and:
(i) the amalgamated or reconstructed entity has the technical capability and operating experience necessary
for the performance of its obligations under this Contract;
(ii) the amalgamated or reconstructed entity has the financial standing to perform its obligations under this
Contract and has a credit worthiness at least as good as that of the Consultant;
40 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
(iii) The amalgamated or reconstructed entity submit following documents and prove them to the
satisfaction of the Client:
(iv) This Contract remains in full force and effect and binding on the amalgamated and reconstructed entity;
➢ By the Client
The Client may, by not less than thirty (30) days‟ written notice of termination to the Consultant (except in the
event listed in paragraph (d) 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 (d) of this
Clause 2.9.2, terminate this Contract:
(a) if the Consultant fail to comply with any final decision reached as a result of arbitration proceedings
pursuant to Clause 9 hereof;
(b) if the Consultant submit to the Client a statement or notice which has a material effect on the rights,
obligations or interests of the Client and which the Consultant know to be false;
(c) if, as the result of Force Majored, the Consultant is unable to perform a material portion of the Services
for a period of not less than sixty (60) days; or
(d) if the Client, in its sole discretion and for any reason whatsoever, decides to terminate this Contract.
➢ By the Consultant
The Consultant may, by not less than thirty (30) 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 2.9.3, terminate this
Contract:
(a) if the Client fails to pay any money due to the Consultant pursuant to this Contract and not subject to
dispute pursuant to Clause 9 hereof within forty- five (45) days after receiving written notice from the
Consultant 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 Consultant may have subsequently
approved in writing)following the receipt by the Client of the Consultant’s notice specifying such
breach;
(c) if, as the result of Force Majeure, the Consultant 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
9 hereof.
➢ Cessation of Rights and Obligations
Upon termination of this Contract pursuant to Clauses 2.2 or 2.9 hereof, or upon expiration of this Contract
pursuant to Clause 2.4 hereof, all rights and obligations of the Parties hereunder shall cease, except (i) such
rights and obligations as may have accrued on the date of termination or expiration, (ii) the obligation of
confidentiality set forth in Clause 3.3 hereof, (iii) the Consultant’s obligation to permit inspection, copying and
auditing of their accounts and records set forth in Clause 3.6 (ii) hereof, and (iv) any right which a Party may
have under the Applicable Law.
➢ Cessation of Services
Upon termination of this Contract by notice of either Party to the other pursuant to Clauses 2.9.1, 2.9.2 or 2.9.3
hereof, the Consultant shall, immediately upon dispatch or receipt of such notice, take all necessary steps to
bring the Services to a close in a prompt and orderly manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum. With respect to documents prepared by the Consultant and
41 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
equipment and materials furnished by the Client, the Consultant shall proceed as provided, respectively, by
Clauses 3.9 or 3.10 hereof.
➢ Payment upon Termination
Upon termination of this Contract pursuant to Clauses 2.9.1, 2.9.2 or 2.9.3 hereof, the Client shall make the
following payments to the Consultant (after offsetting against these payments any amount that may be due from
the Consultant to the Client):
(i) Remuneration pursuant to Clause 6 hereof for Services satisfactorily performed prior to the effective
date of termination.
(ii) Reimbursable expenditures pursuant to Clause 6 hereof for expenditures actually incurred in
satisfactory performance of Services prior to the effective date of termination; and
(iii) Except in the case of termination pursuant to Clause 2.9.1 and paragraphs (a) and (b) of Clause 2.9.2
hereof, reimbursement of any reasonable cost incident to the prompt and orderly termination of the
Contract.
OBLIGATIONS OF THE CONSULTANT
General
➢ Standard of Performance
The Consultant shall perform the Services and carry out their obligations hereunder with all due diligence,
efficiency and economy, in accordance with generally accepted professional techniques, principles and
practices, and shall observe sound management techniques, , and employ appropriate advanced technology and
safe and effective equipment, machinery, materials and methods. The Consultant 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.
➢ Law Governing Services
The Consultant shall perform the Services in accordance with the Applicable Law and shall take all practicable
steps to ensure that any Sub consultants, as well as the Personnel and agents of the Consultant and any Sub
consultants, comply with the Applicable Law. The Client shall advise the Consultant in writing of relevant local
customs and the Consultant shall respect such customs. Client shall not be liable for any non-compliance of
Applicable Law by the Consultant or Sub consultant as well as the Personnel and agents of the Consultant and
Sub consultants.
Conflict of Interests
➢ Consultants Not to Benefit from Commissions, Discounts, etc.
The Remuneration of the Consultants pursuant to Clause GC 6 hereof shall constitute the Consultants' sole
remuneration in connection with this Contract or the Services and, subject to Clause GC 3.2.2 hereof, the
Consultants shall not accept for their own benefit any trade commission, discount or similar payment in connection
with activities pursuant to this 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 and or Associates, as well as the Personnel
and agents of either of them, similarly shall not receive any such additional remuneration.
If the Consultants, as part of the Services, have the responsibility of advising the Client on the procurement of goods,
works or services, the Consultants shall comply with any applicable procurement guidelines of the Client
(<AGENCY>)and or Associates Bank or of the Association, as the case may be, and other funding agencies and
shall at all times exercise such responsibility in the best interest of the Client. Any discounts or commissions
obtained by the Consultants in the exercise of such procurement responsibility shall be for the account of the Client.
42 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
Confidentiality
The Consultant, its Sub-consultants and the Personnel or agents of either of them shall not, either during the term or
within two (2) years after the expiration or termination of this Contract, disclose any proprietary or confidential
information in
relation to the Project, the Services, this Contract or the Client's business or operations including information relating to
reports, data, drawings, designs, or other material or any content thereof, whether provided by the Client or generated
by the Consultant, without the prior written consent of the Client.
Liability of the Consultant
Subject to additional provisions, if any, set forth in the SC, the Consultant’s liability under this Contract shall be as
provided by the Applicable Law.
Insurance to be taken out by the Consultant
The Consultant (i) shall take out and maintain, and shall cause any Sub- consultants to take out and maintain, at their
(or the Sub-consultants', as the case may be) own cost but on terms and conditions approved by the Client, insurance
against the risks, and for the coverage’s, as shall be specified in the Special Conditions (SC), and (ii) at the Client's
request, shall promptly provide evidence to the Client showing that such insurance has been taken out and maintained
and that the current premiums there for have been paid. The insurance policies so procured shall mention the Client as
the beneficiary and the Consultant shall procure an undertaking from the insurance company in this regard.
Accounting, Inspection and Auditing
The Consultant (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 Consultant’s costs and charges), duly
audited by an independent chartered accountant firm having experience of at least five (5) years, 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.
Consultant’s Actions requiring Client's prior Approval
The Consultant shall obtain the Client's prior approval in writing before taking any of the following actions:
(a) Appointing such members of the Personnel as are listed in 3.2;
(b) entering into a subcontract for the performance of any part of the Services, it being understood (i) that the
selection of the Sub- consultant and the terms and conditions of the subcontract shall have been approved in
43 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
writing by the Client prior to the execution of the subcontract, and (ii) that the Consultant shall remain fully
liable for the performance of the Services by the Sub-consultant and its Personnel or agents pursuant to this
Contract;
(c) Any other action that may be specified in the SC.
Reporting Obligations
The Consultant shall submit to the Client the reports and documents specified in Appendix A/E hereto, in the form, in
the numbers and within the time periods set forth in the said Appendix.
Documents prepared by the Consultant to be the Property of the Client All plans, drawings, specifications, designs,
reports and other documents prepared by the Consultant in performing the Services shall become and remain the property
of the Client, and the Consultant shall, not later than upon termination or expiration of this Contract, deliver all such
documents to the Client, together with a detailed inventory thereof. The Consultant may retain a copy of such
documents. Restrictions about the future use of these documents shall be as specified in the SC.
Equipment and Materials furnished by the Client
Equipment and materials made available to the Consultant by the Client, or purchased by the Consultant with funds
provided by the Client, shall be the property of the Client and shall be marked accordingly. Upon termination or
expiration of this Contract, the Consultant shall make available to the Client an inventory of such equipment and
materials and shall dispose of such equipment and materials in accordance with the Client's instructions. While in
possession of such equipment and materials, the Consultant, unless otherwise instructed by the Client in writing, shall
insure them in an amount equal to their full replacement value.
CONSULTANT’S PERSONNEL
General
The Consultant shall employ and provide such qualified and experienced Personnel as are required to carry out the
Services.
Description of Personnel
(a) The titles, agreed job descriptions, minimum qualification and estimated periods of engagement in the carrying
out of the Services of each of the Consultants Key Professional / Sub Professional Personnel are described in
3.2.
(b) If required to comply with the provisions of Clause 3.1.1 of this Contract, adjustments with respect to the
estimated periods of engagement of Key Professional / Sub Professional Personnel set forth in 3.2 may be made
by the Consultant by written notice to the Client, provided (i) that such adjustments shall not alter the originally
estimated period of engagement of any individual by more than 10% or one week, whichever is larger, and (ii)
that the aggregate of such adjustments shall not cause payments under this Contract to exceed the ceilings set
forth in Clause 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 3.2 may be increased by agreement in writing between the Client
and the Consultant, provided that any such increase shall not, except as otherwise agreed, cause payments under
this Contract to exceed the ceilings set forth in Clause 6.1 (b) of this Contract.
Approval of Personnel
The Key Personnel and Sub-consultants listed by title 3.2 are hereby approved by the Client. In respect of other
Key Personnel which the Consultant proposes to use in the carrying out of the Services, the Consultant shall
44 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
submit to the Client for review and approval a copy of their biographical data. If the Client does not object in
writing (stating the reasons for the objection) within twenty-one (21) calendar days from the date of receipt of
such biographical data, such Key Personnel shall be deemed to have been approved by the Client.
Working Hours, Overtime, Leave, etc.
(a) Working hours and holidays for Key Professional / Sub Professional Personnel are set forth hereto. To account
for travel time, foreign Personnel carrying out Services inside the Government's country shall be deemed to
have commenced (or finished) work in respect of the Services such number of days before their arrival in (or
after their departure from) the Government's country as is specified in hereto.
(b) The Key Professional / Sub Professional Personnel shall not be entitled to be paid for overtime nor to take paid
sick leave or vacation leave except as specified and except as specified in such Appendix, the Consultant’s
remuneration shall be deemed to cover these items. All leave to be allowed to the Personnel is included in the
staff-months of service set for in 3.2. Any taking of leave by Personnel shall be subject to the prior approval of
the Client by the Consultant, who shall ensure that absence for leave purposes will not delay the progress and
adequate supervision of the Services.
Removal and/or Replacement of Personnel
(a) All of the proposed key personnel shall be available during implementation of the Contract. The Client will not
consider substitutions during Contract implementation except under exceptional circumstances for the reason
other than death/extreme medical ground (i) for total replacement up to 33% of key personnel, remuneration
shall be reduced by 5%, (ii) for total replacement between 33% to 50% remuneration shall be reduced
by 10% and (iii) for total replacement beyond 50% of the total of key personnel, the client may initiate action
for termination/debarment of such consultants for future projects of GOVT. OF GUJARAT for period of 6
months to 24 months.
(b) Except as the client may otherwise agree, no changes shall be made in the key personnel. If any reason beyond
the resizable control of the consultants, it becomes to replace any of the personal, the consultants shall forthwith
provide as a replacement a person of equivalent or better qualification than old.
(c) The Consultant shall bear all travel and other costs arising out of or incidental of any removal and/or
replacement.
SETTLEMENT OF DISPUTES
➢ 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.
➢ Dispute Settlement
Any dispute between the Parties as to matters arising pursuant to this Contract which cannot be settled amicably
within thirty (30) days after receipt by one Party of the other Party’s request for such amicable settlement may
be submitted by either Party for settlement in accordance with the provisions specified in the SC.
45 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
FORM OF CONTRACT
THIS CONTRACT (hereinafter called the “Contract”) is made on the ____ day of the month of _______ 2024 between,
on the one hand, Government of Gujarat, Roads and Buildings Department (hereinafter called the “Client”) and, on the
other hand, under this Contract, namely(hereinafter called the “Consultants”).
WHEREAS
(a) The Clients has requested the Consultants to provide certain consulting services as defined in the General
Conditions attached to this Contract (hereinafter called the “Services”).
(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;
and
(c) the Client has received the fund from the Government towards the cost of the Services and intends to apply to
eligible payments under this Contract, it being understood (i) that payments will be made only at the request of
the consultant and, (ii) that such payments will be subject, in all respects, to the terms and conditions of the
agreement, and (iii) that no party other than the Client shall derive any rights from the agreement proceeds.
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”);
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 made 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.
46 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
ANNEXURE – I
47 | P a g e
Consultancy Services for Technical Audit and Quality Assurance for Strengthening and
Resurfacing of Pethapur-Nardipur to Kherva Road Km. 0/000 to 28/400 (3rd Attempt)
48 | P a g e