Professional Documents
Culture Documents
__________________________________________________________________________________________________________
fappendixInr
Date : 22.06.2015
REQUEST FOR
FOR PROPOSAL
PROPOSAL (RFP)
(RFP)
REQUEST
Page 1 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
CONTENTS
Sl. No.
Particulars
Page No.
3-5
6-20
23-48
49-58
59-80
81-126
127-130
21
CONSULTANT
Page 2 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Sub: Supervision Consultancy Services for construction supervision of Balance work of 4laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and
Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on NagpurHyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS60&62-SC
1
National Highways Authority of India (hereinafter called the NHAI) invites proposals for
appointment of Construction Supervision Consultant on the basis of International Competitive
Bidding for the following projects under NHDP Phase-II Programme:
Sl.
No.
1
Consultancy
Package
NS-60&62-SC
State/NH
Project Description
Maharashtra
/ NH-7
The consultancy services includes, interalia, supervision of repair / maintenance works under
the Supervision Consultancy Package as defined in attached Terms of Reference,
administering as Engineer ensuring that the contractual clauses related to the quality and
quantity are respected and that the works are implemented in accordance with its
provisions/specifications within the stipulated time for which engineering decisions are taken
timely. The consultancy assignment extends to implementation of all items of works pertaining
to the projects complete in all respects up to the end of defect liability period. More details on
the services are provided in the attached Terms of Reference.
The interested consultancy firms may download the RFP from NHAI website w.e.f.
23.06.2016 (09:30 Hours) to 13.07.2016 (upto 18:00 Hours). The Consultant who
download the RFP document from the website will be required to pay the non-refundable
fee of Rs.5,000/- (Rupees Five thousand only) at the time of the submission of the Bid
proposal. The RFP will be invited through e-tendering portal. Refer Procedure under etendering for submission of RFP through e-tendering.
The Applicant shall furnish as part of its Proposal, a Bid Security of Rs.50,000 (Rupees
Fifty thousand only) in the form of a Bank Guarantee (as per the format specified in
CONSULTANT
Page 3 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Appendix-L of this RFP document) (the Bid Security), valid for 45 days beyond the
validity of the bid. The Bid submitted without Bid Security will be summarily rejected. The
Bid Security of the successful Bidder will be returned when the Bidder has signed the
Contract Agreement with the Employer and has furnished the required Performance
Guarantee as specified in the document within 15 days from the receipt of the Letter of
Acceptance. The Bid Security will be forfeited:
(a)
(b)
NHAI will not be responsible for any delay, loss or non-receipt of RFP document sent by
post/courier. Further, NHAI shall not be responsible for any delay in receiving the Proposal
and reserves the right to accept/reject any or all applications without assigning any reason
thereof.
The total time period for the assignment as Supervision Consultant will be for 26 (Twenty
six) months subjected to alteration w.r.t. commencement of work for 4-laning
Contract, but with no liability of NHAI towards consultant for the same. On expiry or
termination of aforesaid period, the Authority may in its discretion renew the appointment.
10
Sealed proposals must be submitted not later than 12:00 hrs on 14.07.2016 in the manner
specified in the RFP document at the addressed given below.
CONSULTANT
Page 4 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
CONSULTANT
Page 5 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
INTRODUCTION
Definitions
(a)
(b)
Consultant means any entity or person that may provide or provides the
Services to the Client under the Contract.
(c)
Contract means the Contract signed by the Parties and all the attached
documents listed in its Clause 1, i.e. the General Conditions (GC), the Special
Conditions (SC) and the Appendices.
Data Sheet means such part of the Instructions to Consultants used to reflect
specific assignment conditions.
(d)
(e)
(f)
(g)
(h)
(j)
(k)
RFP means the Request For Proposal prepared by the Client for the selection
of Consultants.
(l)
(m)
(n)
CONSULTANT
Page 6 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
1.1
The Client named in the Data Sheet will select a firm from those firms who submitted
proposals, in accordance with the method of selection indicated in the Data Sheet.
1.2
The interested firms are hereby invited to submit proposal for consulting services required for
the assignment in the attached Letter of Invitation (LOI). The Proposal could form the basis
for future contract negotiations and ultimately a contract with the selected firm and NHAI.
1.3
The Consultants should familiarize themselves with local conditions and take them into
account in preparing their Proposals. To obtain first hand information on the Assignment and
on the local conditions, consultants are encouraged to pay a visit to the project site before
submitting the Proposal, and to attend a pre-proposal conference if one is specified in the
Data Sheet. The Consultants must keep themselves informed about the local conditions and
take them into account in preparing their proposals.
1.4
The Client will provide the inputs specified in the Datasheet and make available relevant
project and data reports at no cost to Consultant.
1.5
Consultants shall bear all costs associated with the preparation and submission of their
proposals and contract negotiation. The Client is not bound to accept any proposal, and
reserves the right to annul the selection process at any time prior to Contract award, without
thereby incurring any liability to the Consultants.
1.6
The Client requires that Consultants provide professional, objective and impartial advice and
at all times hold the Clients interest paramount, without any consideration for future work,
and strictly avoid conflicts with other assignments or their own corporate interests.
1.6.1
A Consultant (including its Personnel and Sub-Consultants) or any of its affiliates shall not be
hired for any assignment that, by its nature, may be in conflict with another assignment of the
Consultant to be executed for the same or for another Client. For example, a Consultant
hired to prepare engineering design for an infrastructure project shall not be engaged to
prepare an independent environmental assessment for the same project.
1.6.2
A Consultant (including its Personnel and Sub-Consultants) that has a business or family
relationship with a member of the Clients staff who is directly or indirectly involved in any
part of (i) the preparation of the Terms of Reference of the assignment, (ii) the selection
process for such assignment, or (iii) supervision of the Contract, may not be awarded a
Contract, unless the conflict stemming from this relationship has been resolved in a manner
acceptable to the Client throughout the selection process and the execution of the Contract.
1.7
It is the NHAIs policy that the Consultants under domestic funded contracts observes the
highest standard of ethics during the selection and execution of such contracts. In pursuance
of this policy, the NHAI:
(a)
defines, for the purpose of this paragraph, the terms set forth below as follows:
(i)
(ii)
CONSULTANT
Page 7 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(iii)
(iv)
(b)
will reject a proposal for award if it determines that the Consultant recommended for
award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or
coercive practices in competing for the contract in question;
(c)
will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a domestic financed contract if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing, a
domestic financed contract; and
(d)
will have the right to require that, in domestic financed contract, a provision be
included requiring Consultants to permit the NHAI to inspect their accounts and
records relating to the performance of the contract and to have them audited by
authorized representatives of NHAI.
1.8
Consultants, their Sub-Consultants, and their associates shall not be under a declaration of
ineligibility for corrupt and fraudulent practices. Furthermore, the Consultants shall be aware
of the provisions on fraud and corruption stated in the specific clauses in the General
Conditions of Contract.
1.9
Consultants shall furnish information on commissions and gratuities, if any, paid or to be paid
to agents relating to this proposal and during execution of the assignment if the Consultant is
awarded the Contract, as requested in the Financial Proposal.
1.10
The Data Sheet indicates how long Consultants Proposals must remain valid after the
submission date. During this period, Consultants shall maintain the availability of
Professional staff nominated in the Proposal. The Client will make its best effort to complete
negotiations within this period. Should the need arise, however, the Client may request
Consultants to extend the validity period of their proposals. Consultants who agree to such
extension shall confirm that they maintain the availability of the Professional staff nominated
in the Proposal, or in their confirmation of extension of validity of the Proposal, Consultants
could submit new staff in replacement, who would be considered in the final evaluation for
contract award. Consultants who do not agree have the right to refuse to extend the validity
of their Proposals.
2
2.1
CONSULTANT
Page 8 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
2.2
At any time before the submission of Proposals, the Client may for any reason, whether at its
own initiative or in response to a clarification requested by an invited firm, modify the RFP
documents by amendment. Any amendment shall be issued in writing through addenda.
Addenda shall be sent by mail, facsimile or electronic mail to all the Consultants who would
obtain RFP document as per the prescribed procedure and will be binding on them. The
Addenda will be put on NHAIs website. The Client may at its discretion extend the deadline
for the submission of Proposals.
PREPARATION OF PROPOSAL
3.1
A firm shall submit only one proposal for the project. If a firm submits or participates in more
than one proposal such a firm will be disqualified. However, this doesnt limit the participation
of associate consulting firms including independent individuals in more than one proposal.
3.2
The proposal should include a cover letter signed by person (s) with full authorization to
make legally binding contractual (including financial) commitments on behalf of the firm. The
letter should specify all association arrangement and certify that each associated firm
performs its designated tasks under the assignment if the lead firm is awarded the contract.
3.3
3.4
Deleted
In preparing the Technical Proposal, Consultants are expected to examine all terms and
conditions included in the document. Failure to provide all requested information will be at
own risk of the Consultant and may result in rejection of the proposal submitted by the
Consultant.
CONSULTANT
Page 9 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
3.6
3.7
While preparing the Technical Proposal, Consultants must give particular attention to the
following:
(i)
The estimated man months for the assignment is stated in the Terms of Reference.
The proposal shall be based on the stated man months of professional staff. The
consultants shall not be permitted to propose alternative arrangements.
(ii)
The majority of the key professional staff proposed must be permanent staff of the
firm. Permanent Staff means the candidate had been employed with the Firm for a
minimum period of 1 (One) year. More weightage shall be given to the personnel
employed with more years with the firm.
(iii)
No alternative to key professional staff shall be proposed and only one Curriculum
Vitae (CV) shall be submitted for each position.
(iv)
A good working knowledge of the language specified in the Data Sheet is essential
for key professional staff on this agreement. Reports must be in the language (s)
specified in the Data Sheet.
(v)
The Technical Proposal should provide the following information using but not limited to the
formats attached in Section 4:
i)
ii)
iii)
The composition of the proposed staff team, the tasks which shall be assigned to
each and their timing :
iv)
CVs originally signed in blue ink on each page by both the proposed professional
staff and the authorized representative submitting the proposal. Key information
should include number of years working for the firm, and degree of responsibility held
in various assignments. Photocopy or unsigned CV shall not be evaluated.
CONSULTANT
Page 10 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
3.8
v)
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 professional staff team member.
vi)
vii)
viii)
Any deviation in the information regarding firm and CVs submitted in hard
copy with respect to that uploaded on INFRACON will not be taken on
record.
The Technical Proposal shall not include any financial information. A Technical Proposal
containing financial information may be declared non responsive.
In preparing the Financial Proposal, consultants are expected to take into account the
requirements and conditions of the RFP documents. The Financial Proposal should follow
Standard Forms (Section 5). It lists all costs associated with the Assignment, including (a)
remuneration for staff (foreign and local, in the field and at headquarters), and (b)
rentals/fixed rates/reimbursable 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 foreign
and local expenditures.
3.10
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 Governments country); unless the Data Sheet
specifies otherwise.
3.11
Consultants may express the price of their services in the Local currency (Indian Rupees).
4.1
Detailed RFP may be downloaded from Tender Wizard and the Application may be
submitted online following the instructions appearing on the screen. A Vendor manual
containing the detailed guidelines for e-tendering system is also available on Tender
Wizard.
CONSULTANT
Page 11 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
4.2
(V)
(II)
(III)
Bid Security (for the amount given in section 1 of this document) in the
form of a Bank Guarantee and the format specified in this document and
(IV)
Online receipt of payment of Application processing fee of Rs.1,295/(Twelve hundred Ninety Five only) inclusive of all taxes in favour of M/s.C1
India Private Limited, New Delhi electronically.
The Applicant shall submit the original documents specified above in point no.4.1
(ii) B together with their respective enclosures and seal it in an envelope and
mark the envelope as Technical Proposal for the Project for which proposal is
submitted and name and address of the Applicant. The envelope must be clearly
marked DO NOT OPEN, EXCEPT IN THE PRESENCE OF THE EVALUATION
COMMITTEE. In addition, the Application due date should be indicated on the
right hand corner of the envelope. The original documents should be submitted
before 12:00 Hours Indian Standard Time on 14.07.2016, at the below mentioned
address in the manner and form as detailed in the RFP. A receipt thereof should
be obtained from the below mentioned person.
The Regional Officer
Regional Office Nagpur & Chhattisgarh
National Highways Authority of India,
Plot No.159, Bungalow No.1, Shubhankar Apartments
Ambazari Hill Top, Ram Nagar
Nagpur 440033, Maharashtra
Tel/Fax : 0712-2244492/93, Email : ronagpur@nhai.org
CONSULTANT
Page 12 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
4.3
(vi)
The Applicant shall upload scanned copies of the Technical Proposal and
Financial Proposal as specified in point nos. 4.1 (ii) A & B above on the
https://nhai.eproc.in before 12:00 Hours Indian Standard Time on 14.07.2016.
Hard copy of the documents as specified in point nos. 4.1 (ii) B above only is
required to be submitted. Financial Proposal is to be submitted online
only and no hard copy submission is to be made .
(vii)
It may be noted that the scanned copies can be prepared in file format i.e. PDF
and/or JEPG only. The Applicants can upload a single file of size of 5 MB only but
can upload multiple files.
The Bidder may modify, substitute or withdraw its e- bid after submission. Prior to
the Bid Due Date. No Bid shall be modified, substituted or withdrawn by the
Bidder on or after the Bid Due Date.
(ii)
(iii)
For modification of e-bid, bidder has to detach its old bid from e-tendering portal
and upload / resubmit digitally signed modified bid.
(iv)
For withdrawal of bid, bidder has to click on withdrawal icon at e-tendering portal
and can withdraw its e-bid.
(v)
4.4
An authorized representative of the firm shall initials all pages of the Proposal. The
representatives authorization in original/notarized is confirmed by a written Power of
Attorney accompanying the Proposal.
4.5
The complete proposal must be delivered at the Submission address mentioned in the Data
Sheet on or before the time and date stated in the Data Sheet. Any proposal received after
the closing time for submission of the proposals shall be returned unopened.
4.6
Opening of Proposals will be done through online for Financial Proposal and both
on-line and manually for Technical Proposal.
(ii)
For participating in the tender, the authorized signatory holding Power of Attorney
shall be the Digital Signatory. In case the authorized signatory holding Power of
Attorney and Digital Signatory are not the same, the bid shall be considered nonresponsive.
CONSULTANT
Page 13 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
5.1
The Financial Proposal 4.1 (ii) A (b) will be opened online of the short listed
applicants who qualify for financial opening as per RFP. The date of opening of
Financial Proposal will be notified later on.
PROPOSAL EVALUATION
General
A two stage procedure shall be adopted in evaluating the proposals:
(i)
Technical Evaluation, firms securing the qualifying marks mentioned in Clause
5.4 will be eligible for Financial evaluation and
(ii)
Financial Evaluation.
Technical Proposal
5.2
The Evaluation Committee appointed by NHAI shall carry out its evaluation on the basis of
their responsiveness to the Terms of Reference, applying the evaluation 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. The Technical
Proposal should score at least 75% marks to be considered responsive for financial
evaluation.
5.3
The detailed evaluation criteria to be used for evaluation of Technical Bids shall be as per
Appendix-I. The Bidders are requested to carry out self-evaluation based on criteria
mentioned in the Bid Document. While submitting the self-evaluation, Consultant shall make
references to the documents which have been relied upon in self-evaluation.
Results of technical evaluation shall be made available to the public on the e-tendering
portal. The Bidder will have to respond within 7 days in case they have any objection.
5.3.1. Any deviation in the information regarding firm and CVs submitted in hard copy
with respect to that uploaded on INFRACON will not be taken on record.
Financial Proposal:
5.4
After the evaluation of Technical Proposals is completed and the shortlist of 5 firms is
finalized, NHAI may notify those consultants whose proposals were not considered as
per conditions of RFP indicating that their Financial Proposal will not be opened online.
The NHAI shall simultaneously notify the finally selected 05 (five) shortlisted firms
indicating the date and time set for opening of the Financial Proposals.
CONSULTANT
Page 14 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
5.5
The Financial e-Proposals shall be opened publicly in the presence of the consultants
representatives who choose to attend. The name of the consultant, the technical scores,
and the proposed prices shall be read aloud and recorded when the Financial Proposals
are opened. The Client shall prepare minutes of the public opening.
5.6
The Evaluation Committee will determine whether the submitted Financial Proposals are
complete (i.e. whether they have included cost of all items of the corresponding
proposals; if not, then the cost towards such missing items will be considered as NIL, but
the Consultant shall, however, be required to carry out such obligations without any
additional compensation. In case under such circumstances, if Client feels that the work
cannot be carried out within the overall cost as per the submitted financial proposal, such
proposals shall be considered non responsive.
5.7
The Evaluation Committee shall determine if the financial proposal is complete and
without computational errors. The order of priority as among these firms on the basis of
financial bids will also be determined and the lowest financial bid shall rank first for
award of Contract.
5.8
The lowest Financial Proposal net of taxes (Fm) will be given a financial Score (Sf) of 100
points. The financial scores (Sf) of the other Financial Proposals will be computed as follows:
Sf = 100 x Fm / F
where Sf is the financial score, Fm is the lowest price and F-the price of the
proposal under consideration
5.9
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 T% + Sf x P%.
The firm achieving the highest combined technical financial score will be invited for
negotiations.
6.0
NEGOTIATIONS
6.1
Negotiations will be held at the date and address indicated in the Data Sheet. The invited
Consultant will, as a pre-requisite for attendance at the negotiations, confirm availability of all
Professional staff. Failure in satisfying such requirements may result in the Client proceeding
to negotiate with the next-ranked Consultant. Representatives conducting negotiations on
behalf of the Consultant must have written authority to negotiate and conclude a Contract.
6.2
Negotiations will include a discussion of the Technical Proposal, the proposed technical
approach and methodology, work plan, and organization and staffing, and any suggestions
made by the Consultant to improve the Terms of Reference. The Client and the Consultants
will finalize the Terms of Reference, staffing schedule, work schedule, logistics, and
reporting. These documents will then be incorporated in the Contract as Description of
Services. Special attention will be paid to clearly defining the inputs and facilities required
from the Client to ensure satisfactory implementation of the assignment. The Client shall
prepare minutes of negotiations, which will be signed by the Client and the Consultant.
CONSULTANT
Page 15 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
6.3
It is the responsibility of the Consultant, before starting financial negotiations, to contact the
local tax authorities to determine the local tax amount to be paid by the Consultant under the
Contract. The financial negotiations will include a clarification (if any) of the firms tax liability
in the Clients country, and the manner in which it will be reflected in the Contract; and will
reflect the agreed technical modifications in the cost of the services. Unless there are
exceptional reasons, the financial negotiations will involve neither the remuneration rates for
staff nor other proposed unit rates.
6.4
Having selected the firm on the basis of, among other things, on evaluation of proposed key
professional staff; the Client expects to negotiate a contract on the basis of the experts
named in the Proposal. Before contract negotiations, the Client will require assurances that
the experts will be actually 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 were offered in the
proposal without confirming their availability, the firm may be disqualified.
6.5
Negotiations will conclude with a review of the draft Contract. To complete negotiations the
Client and the Consultant will initial the agreed Contract. If negotiations fail, the Client will
invite the Consultant whose Proposal received the second highest score to negotiate a
Contract.
7.0
AWARD OF CONTRACT
7.1
After completion of negotiations with the consultants, the Client shall award the Contract to
the selected Consultant. However, after signing of the Contract, the Client may return the
unopened Financial Proposals to the unsuccessful Consultants.
7.2
The successful firm with whom the contract is signed is expected to commence the
Assignment on the date and at the location specified in the Data Sheet.
CONFIDENTIALITY
8.1
CONSULTANT
Page 16 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
DATA SHEET
Clause
Reference
(ITC)
1.1
1.2
1.3
1.4
1.8
Project Report including design and drawing and relevant data collected by
Design/DPR consultants (Para 17 of TOR).
The clauses on fraud and corruption in the contract are: Sub-Clause 2.9.1 of G.C.C.
1.10
Proposals must remain valid upto 120 days after the proposal submission date.
2.1
CONSULTANT
Page 17 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
3.6
i)
All the personnel shall have working knowledge of English and all the reports etc
shall be written in English
ii)
3.10
NHAI shall reimburse only service tax. Consultant has to assess all other Taxes and
should inbuilt them in their financial proposal. These taxes (other than service tax)
should not be provided separately. Consultants are requested to consult tax consultants
for details.
3.11
4.5
CONSULTANT
Page 18 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
5.2
Total :
(ii)
Points
20
05
75
100
Sub criteria for Specific Experience of the firm related to the assignment
S. No.
1
Description
Experience as Construction Supervision Consultant of 2
lane/4 lane highway projects / ROB works
Points
12
Total:
(iii)
Sub criteria for adequacy of the proposed work plan and methodology in
response to the ToR:
S. No.
Description
Points
1
2
Comments/Suggestion on TOR
Quality of Approach and Methodology
(i) Methodology = 1 Mark
(ii) Contract Management Approach = 1 Mark
(iii) Quality Control and Quality Assurance
Work Programme and Manning Schedule
Total :
iv)
1
3
1
5
Sub criteria for Qualifications and competence of the key staff for the
Assignment. The weightage for various key personnel are as under:Key Personnel
Team Leader-cum-Sr. Highway Engineer -1 No.
Sr. Contract Specialist -1 No.
Sr. Pavement Expert-cum-Material Engineer-1 No.
Resident Engineer 2 Nos. (6+6)
Sr. Bridge Engineer 1 No.
Bridge Engineer - 2 Nos. (5+5)
Highway Engineer - 2 Nos. (6+6)
Material-cum-Quality Control Engineer 2 Nos. (5+5)
Total :
CONSULTANT
20
Page 19 of 130
Points
16
5
5
12
5
10
12
10
75
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
v)
S. No.
a
b
c
Description
Educational Qualification
Adequacy for the Assignment
Period of regular employment with the firm
Total :
The minimum technical score required to qualify is : 75 %
5.8
Points
25
70
5
100
5.9
6.1
7.2
Commencement of Assignment: The firm shall begin carrying out the services within 15
days after the effective date of the contract.
CONSULTANT
Page 20 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
SECTION 3:
Deleted
CONSULTANT
Page 21 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract
Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of
NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Firms References
Form Tech- 2
Form Tech -3
Form Tech4
Form Tech5
Form Tech6
Form Tech7
Appendix-I
CONSULTANT
Page 22 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Form Tech-1
FIRMS REFERENCES
Relevant Services Carried out during Last Seven Years that Best Illustrate
Qualifications
Using the format below, provide information on each reference assignment for which your
firm/entity, either individually as a corporate entity or as one of the major companies within an
association/consortium was legally contracted.
Assignment Name:
Country:
Name of Client:
No. of Staff:
Address :
Start
(Month/Year)
Date
Completion
(Month/year)
Date
CONSULTANT
Page 23 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Form Tech-2
COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF REFERENCE
AND ON DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT
On the Terms of Reference (Not more than one page)
1
2
3
4
5
On the data, services and facilities to be provided by the Client (Not more than one page)
1
2
3
4
CONSULTANT
Page 24 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Form Tech - 3
CONSULTANT
Page 25 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Form Tech - 4
TEAM COMPOSITION AND TASK ASSIGNMENTS
1.
Sl.No.
Name
Position
Task
Position
Task
1.
2
3
4
2.
Support Staff :
Sl.No.
Name
1
2
3
CONSULTANT
Page 26 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Form Tech-5
FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF
Proposed Position__________________________________________________
Name______________________________________________________
Date of Birth________________________________________________________
Personal Address
Telephone No.
Fax No.
Email Address
Nationality
...
Key Qualifications:
(Give an outline of staff members experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant previous
assignments and give dates and locations. Use about half a page).
__________________________________________________________________________
Languages :
CONSULTANT
Page 27 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Employment Record
(Starting with present position, list in reverse order every employment held. List all positions
held by staff member since graduation, giving dates, names of employing organizations, titles
of positions held, source of funding (World Bank, ADB, JBIC, UN etc.) for the projects handled,
types of activities performed and client reference, where appropriate.)
Languages :
(For each language indicate proficiency excellent, good fair or poor, in speaking reading and
writing)
_____________________________________________________________________
Undertaking :
I, the undersigned certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications, and my experience. Further I certify that I am available for the
assignment and shall be willing to work for NHAI for the entire duration of the position. I have
also not left any NHAI project(completed/ongoing) with out its approval and have not been
debarred by NHAI in past.
_____________________________________________________
Date:________
(Signature of staff member and
(Day/Month/Year)
Authorized Representative of the Firm)
Full name of staff member: _______________________________________________
Full name of authorized representative: __________________________________
Notea)
b)
c)
d)
e)
CONSULTANT
Page 28 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Form Tech-6
TIME SCHEDULE FOR PROFESSIONAL PERSONNEL.
A.
Activity Schedule
Monthwise Program (in form of Bar Chart)
[1 , 2 , etc. are months from the start of assignment]
st
Sl.
No.
Name
nd
Position
1st
2nd
3rd
4th
5th
6th
7th
8th
9th
10th 11th
12th Month
and
subsequent
years
Number of
Months
Subtotal (1)
Subtotal (2)
Subtotal (3)
Subtotal (4)
Signature
:...
(Authorized Representative)
Full Name
:
Title
:
Address
: ..
CONSULTANT
Page 29 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Form Tech-7
ACTIVITY (WORK) SCHEDULE
A.
(Activity Schedule)
Sl.
No.
B.
Item of
Activity(work)
2nd
3rd
4th
5th
6th
7th
8th
9th
10th
11th
12th
Submission of Reports
Sl. No.
1
2
Reports
Monthly Progress report
Quarterly Progress Report
Supervision Manual
O & M Manual
CONSULTANT
Frequency
Every month by 5th of following Month (4 copies)
Every Quarter By 10th
day of April, July,
October and January (4 copies)
At commencement of the assignment (4 copies)
On completion of each section of the
Construction package (4 copies)
On completion of each section of the
construction package (4 copies)
On completion of the Package (4 copies) &
CD/DVD along photographs & video recording
construction stages
Page 30 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Appendix-I
Formats for Self-Technical Evaluation
Name of Project : Supervision Consultancy Services for construction supervision of Balance work of 4-laning from
Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package
No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package
No.NS-60&62-SC.
Evaluation Sheet Specific Experience of Firm related to the Assignment Total Marks = 20)
Name of Firm :
Sl.
No.
Max Marks
Marks Obtained
Description
Experience as Construction Supervision Consultant for
2 lane/4 lane highway projects / ROB works
1 Project = 6 Marks
Add 2 (two) marks for each additional Project
maximum upto 6(six) Marks
Experience as Independent Consultant on PPP mode
2/4 lane Highway Projects
< 2 Years = 0 Marks
2 Years = 2 Marks
> 2 Years add one additional marks for each year of
experience maximum upto 2 Marks
Experience in DPR preparation of 2 lane / 4 lane
highway projects / ROB works
< 3 Years = 0 Marks
3 Years to 5 Years = 2 Marks
> 5 Years add 0.5 additional marks for each year of
experience maximum upto 2 Marks
Total
CONSULTANT
12
Relevant Page No -
Relevant Page No -
Relevant Page No -
20
Page 31 of 130
Remarks
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Name of Project : Supervision Consultancy Services for construction supervision of Balance work of 4laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to
Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of
Maharashtra Consultancy Package No.NS-60&62-SC.
The quality of methodology and the work plan proposed
Sl. No.
Description
Max. Points
a)
Comments/Suggestion on TOR
b)
(i) Methodology
c)
Total Points
Marks Obtained
Note : For Each of the above mentioned sub criteria under quality of methodology and the work plan proposed,
the following shall be the grading
(i)
(ii)
(iii)
(iv)
CONSULTANT
50%
75%
90%
100%
Page 32 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Name of Project : Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000
[Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad
Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC.
Name of Company :
Evaluation Sheet - Team Leader-Sr.Highway Engineer - Shri ____________________
Sl.
No.
1
Description
General Qualification
Marks
Obtained
Years
Remarks
Relevant Page No
25
i)
ii)
CONSULTANT
Page 33 of 130
25
Graduation/PG in
Relevant Course -Year
of Passing
70
25
No. of Years of
Experience & Relevant
Page No.
20
No. of Years of
Experience & Relevant
Page No.
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
iii)
iv)
Indicate Name of
Countries & relevant
page No.
20
Relevant Page No
Total
100
CONSULTANT
Page 34 of 130
(1+2+3)=A
X
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Name of Project : Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to
Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on NagpurHyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC.
Name of Company :
Evaluation Sheet - Sr. Contract Specialist : Shri
Sl.
No.
1
Description
General Qualification
I) Graduate in Civil Engineering
II) LLB
i)
ii)
iii)
__________________________
- 21 marks
- 04 marks. in addition to above
CONSULTANT
Page 35 of 130
Age :
Max. Marks
Marks
Obtained
Years
Remarks
25
Relevant Page No
25
Graduation/PG in
Relevant Course Year of Passing
70
20
No. of Years of
Experience &
Relevant Page
No.
20
20
Name of Country,
No. of Years of
Experience &
Relevant Page
No.
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
iv)
Total
100
(1+2+3)=A
CONSULTANT
Page 36 of 130
10
NHAI
Relevant Page No
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Name of Project : Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to
Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on NagpurHyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC.
Name of Company
Evaluation Sheet - Sr. Pavement Expert cum Material Engineer - Shri ________________
S. N.
1
Description
Age -
Max. Marks
General Qualification
25
- 21 marks
- 04 marks in
25
Marks
Obtained
Years
Remarks
Relevant Page No
Graduation/PG in
Relevant Course -Year
of Passing
70
i)
30
No. of Years of
Experience & Relevant
Page No.
20
No. of Years of
Experience & Relevant
Page No.
ii)
CONSULTANT
Page 37 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
iii)
20
Total
100
CONSULTANT
Page 38 of 130
(1+2+3)=A
X
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Name of Project : Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to
Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on NagpurHyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC.
Name of Company
Evaluation Sheet - Sr. Bridge Engineer - Shri _______________________________
S. N.
Description
Age :
Max. Marks
General Qualification
Marks
Obtained
Years
Remarks
Relevant Page No
25
- 21 marks
- 04 marks in
25
Graduation/PG in
Relevant Course -Year
of Passing
i)
ii)
70
Total Experience as bridge/structural Engineer in the field of
Construction/Supervision of 4/6 laning of Highways
< 15 years
- 0 Marks
15 years
- 22 Marks beyond which add as given below
Add two mark for each additional completed year subject to maximum 8(eight)
marks.
Experience in Construction/Construction Supervision of Major Bridges
(minimum 200m length) across rivers, stream, creeks etc for 4/6 lane
Highways
< 15 years
- 0 Marks
15 years
- 16 Marks beyond which add as given below
Add one marks for each additional completed year of experience subject to
maximum 4 (four) marks.
CONSULTANT
Page 39 of 130
30
No. of Years of
Experience & Relevant
Page No.
20
No. of Years of
Experience & Relevant
Page No.
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
iii)
iv)
10
10
Total
100
CONSULTANT
Page 40 of 130
(1+2+3)=A
X
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Name of Project : Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to
Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on NagpurHyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC.
Name of Company
Evaluation Sheet - Resident Engineer : Shri __________________________________
S. N.
Description
i)
ii)
Max.
Marks
General Qualification
CONSULTANT
Marks Obtained
Name & Age
of Key
Person
Page 41 of 130
Years
Remarks
Name &
Age of Key
Person
Relevant Page No
25
Age :
Graduation/PG in
Relevant Course Year of Passing
25
70
20
No. of Years of
Experience &
Relevant Page
No.
30
No. of Years of
Experience &
Relevant Page
No.
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
iii)
iv)
Total
10
10
Name of Country,
No. of Years &
Relevant Page No
Relevant Page
No.
100
(1+2+3)=A
(1+2+3)=B
CONSULTANT
Page 42 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Name of Project : Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to
Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on NagpurHyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC.
Name of Company
Evaluation Sheet - Highway Engineer : Shri __________________________________
S. N.
Description
Age :
Max.
Marks
Marks Obtained
Name & Age
of Key
Person
General Qualification
I) Graduate in Civil Engineering
II) Post Graduation in Highway Engg.
i)
ii)
- 21 marks
- 04 marks in addition to above
CONSULTANT
Page 43 of 130
Years
Remarks
Name &
Age of
Key
Person
25
Relevant Page
No
25
Graduation/PG
in Relevant
Course -Year
of Passing
70
20
No. of Years of
Experience &
Relevant Page
No.
20
No. of Years of
Experience &
Relevant Page
No.
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
iii)
iv)
v)
10
15
No. of Projects
& Relevant
Page No
Relevant Page
No.
100
(1+2+3)=A
(1+2+3)=B
CONSULTANT
Page 44 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Name of Project : Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to
Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on NagpurHyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC.
Name of Company
Evaluation Sheet - Bridge Engineer : Shri __________________________________
Sl.
No.
Description
Max.
Marks
Age
Marks Obtained
Name & Age
of Key
Person
i)
ii)
Years
Remarks
Name &
Age of Key
Person
General Qualification
25
Relevant Page No
25
Graduation/PG in
Relevant Course -Year
of Passing
CONSULTANT
Page 45 of 130
70
20
No. of Years of
Experience & Relevant
Page No.
20
No. of Years of
Experience & Relevant
Page No.
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
iii)
iv)
Total
15
100
CONSULTANT
15
Page 46 of 130
(1+2+3)=A
(1+2+3)=B
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Name of Project : Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to
Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on NagpurHyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC.
Name of Company
Evaluation Sheet - Material-cum-Quality Control Engineer : Shri __________________________________
S. N.
Description
Max.
Marks
Marks Obtained
Name & Age
of Key
Person
General Qualification
Years
Remarks
25
Age
25
i)
70
Total Experience in Quality/Material aspects of Highways
< 10 years
-0 Marks
10 years
-22 Marks beyond which add as given below
Add two mark extra for each additional year of experience subject to
maximum 8 (eight) marks.
CONSULTANT
Page 47 of 130
No. of Years of
Experience &
Relevant Page
No.
30
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000
[Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
ii)
iii)
iv)
Total
20
No. of Years of
Experience &
Relevant Page
No.
15
No. of Projects
& Relevant
Page No
Relevant Page
No.
100
(1+2+3)=A
(1+2+3)=B
CONSULTANT
Page 48 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract
Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of
NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Form FIN-1
Summary of costs
Form FIN-2
Form FIN-3
CONSULTANT
Page 49 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract
Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of
NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
APPENDIX C-1
FINANCIAL PROPOSAL SUBMISSION FORM
FROM :
(Name of Firm)
TO :
The Regional Officer
Regional Office Nagpur & Chhattisgarh
National Highways Authority of India,
Plot No.159, Bungalow No.1, Shubhankar Apartments
Ambazari Hill Top, Ram Nagar
Nagpur 440033, Maharashtra
Tel/Fax : 0712-2244492/93
Email : ronagpur@nhai.org
Sub.: Submission of Financial Proposal for Supervision Consultancy Services for
construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000
[Contract Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract
Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the State of
Maharashtra Consultancy Package No.NS-60&62-SC
* **
Sir,
We, the undersigned, offer to provide the consulting services for the above in accordance
with your Request for Proposal dated [Date], and our proposal. Our attached financial
proposal is for the sum of [Amount in words and figures]. This amount is exclusive of the
local taxes which we have estimated at (Amount in Words and Figures).
Our financial proposal shall be binding upon us subject to the modifications resulting from
contract negotiations, up to the expiration of the validity period of the proposal, i.e., [Date].
We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in
India namely Prevention of Corruption Act 1988.
Commission and gratuities, if any, paid or to be paid by us to agents relating to this
proposal and contract execution, if we are awarded the contract, are listed below:
Name and Address
Amount and
Purpose of Commission
of Agents
Currency
or Gratuity
...............................
...............................
...........................
...........................
..
.
CONSULTANT
Page 50 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract
Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of
NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Form FIN-1
SUMMARY OF COSTS IN LOCAL CURRENCY
Sl.No.
Description
Amount (LC)(Rs.)*
Local Consultants
I
Remuneration for Local Professional Staff
II
Administrative Support Staff
III
Transportation
IV
Duty Travel to Site
V
Office Rent
VI
Office supplies, Utilities and communication
VII
Office Furniture and Equipment
VIII
Reports and Document Printing
IX
Survey Equipment
Subtotal Local Consultants
Consultancy Services Tax payable in India
TOTAL COSTS (Including Tax)
LC* Local Currency
Note: The ceiling cost of the consultancy is as shown in the Summary of Costs. Payments will
be made as per stipulations of the Special Conditions of Contract.
CONSULTANT
Page 51 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract
Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of
NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Form FIN-2
BREAKUP OF LOCAL CURRENCY COSTS
I.
Sl.
No.
Name
Position
CONSULTANT
Man
Month
Billing Rate
In Figures
In words
Amount
(Rs.)
26
6
6
6
26
26
26
26
26
26
26
26
26
26
12
26
26
26
26
26
26
Page 52 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Billing Rate
In Figures
In Words
Man
Month
26
Amount (Rs.)
26
26
26
26
26
26
26
26
26
26
26
26
l
Description
Quantity
No. of months
26
26
IV.
Name
Rate per
month
Amount
Amount (Rs.)
Total :
CONSULTANT
Page 53 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
V.
S. No.
Description of Trip
VI.
Months
Domestic Communication
Amount (Rs.)
Amount (Rs.)
26
Total
VII
Amount (Rs.)
26
26
* Office furniture rental shall comprise to run the consultants office items like desks,
chairs, computer table, cupboards, filing cabinet, meeting table with chairs, white boards,
sofa set etc. Rental of all consolidated items as assessed by consultant on monthly
basis rate to be quoted.
** Office equipments rental shall comprise to run consultants office items includes
plotter, laser printer, photo copy machine, external CD/DVD writer, laptop, camera, SLR,
generator, refrigerator etc. Rentals of all consolidated items on monthly basis to be
quoted.
CONSULTANT
Page 54 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
VIII
Total :
IX
Survey Equipment :
Sl. No.
Description
1.
Survey equipments essentially required for
routine works related to the project
4.
- Deleted
5.
- Deleted
CONSULTANT
Page 55 of 130
Amount (Rs.)
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Form FIN-3
BREAKUP OF COSTS IN FOREIGN CURRENCY
CONSULTANT
Page 56 of 130
- Deleted
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract
Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section
of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
II
1.
International
Airfares
(Economy Class)
Position
Deleted
(Reimbursable)
Round trips
Dependents
Deleted
Total:
Total costs for round trips home office to site at cost per person per round trip conform to
the official IATA economy class fares
2.
3.
4.
5.
6.
7.
8.
- deleted
Inland Travel in Overseas Country (Fixed Rate) local cost for travel from the airport
to hotel - Deleted
Excess Luggage Allowance (Reimbursable) deleted
Unaccompanied Luggage Allowance (Fixed Rate) At cost per family per round tripDeleted
Relocation/Storage Allowance (Fixed Rate) - deleted
Travel Documents and Miscellaneous Costs (Fixed Rate) Travel
documents, visa, health certificates, etc.
(a)
(b)
(c)
(d)
Deleted
CONSULTANT
Page 57 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract
Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section
of NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
9.
10.
11.
2.
CONSULTANT
Page 58 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
SECTION 6
BACKGROUND INFORMATION AND TERMS OF REFERENCE
1.
BACKGROUND
1.1
These Terms of Reference (TOR) define the services required of the Consultants to be
engaged to assist National Highways Authority of India (NHAI) in implementation of the
project.
1.2
The project is located in the States of Maharashtra on National Highway No. 7. The project
comprises of construction supervision of
(i)
4-laning from Km.94.000 to Km.123.000 section of NH-7 in the State of Maharashtra
- Contract Package No.NS-60(MH)-Bal-2] and
(ii)
4-laning from Km.153.000 to Km.175.000 of NH-7 in the State of Maharashtra Contract Package No.NS-62(MH)-Bal-2]
1.3
Deleted
1.4
1.5
The National Highways Authority of India (NHAI) will be the Employer and Executing
Agency of these projects.
1.6
Keeping in view the construction duration period, it is felt that more concerted efforts will be
required to be made either at one front/stream by deploying more machinery and
manpower including increasing the number of shifts etc or alternatively by opening more
than one frontage simultaneously in order to complete the project within the stipulated
periods. These details are furnished to acquaint the prospective Supervision Consultants to
understand the quantum of supervision work involved. The Consultants are expected to
reflect the above requirement in their technical and financial proposal adequately besides
dealing the project management aspect in their proposed methodology. Broadly the
supervision construction work programme shall require working as per requirement
of civil work.
2.0
2.1
Under the proposed arrangement supervision consultant will be required to create office,
located at a suitable place. The office will have key personnel/experts performing advisory,
supervision and regulatory functions. A set of experts along with the field engineers will be
deployed for construction package, to carry out the day-to-day supervision of works as well
as quality control testing etc. as may be required. Some of the experts will have relatively
short duration stay, because of their work being more of expert advisory nature broadly as
per details given in Annex-I.
CONSULTANT
Page 59 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
2.2
3.
OBJECTIVES
The objectives of the consultants services are:
i)
ii)
4.
To ensure that high quality construction is achieved and to ensure that all works are
carried out in full compliance with the engineering design, technical specifications and
other contract documents within the stipulated time period.
To demonstrate the efficacy of contract supervision by independent external agencies
experienced in this field of work.
To administer the contracts, the NHAI will be the Employer. The Regional Officer,
Regional Office in-charge of the project State at Nagpur office will be the overall incharge of Package. He will be duly supported by Dy. General Manager / Manager
with other supporting staff including Finance and Accounts people at the Regional
Office. The civil construction package will have a Project Implementation Unit (PIU)
headed by a Project Director of General Manager/Dy. General Manager/Manager
rank. The PIU will interact with the Supervision Consultant and Contractors of the
construction package and shall be reporting to the Regional Officer, RO-Nagpur.
(ii)
(iii)
The Project Director will have authority to give directions to the Supervision
Consultant in all routine matters related to the contract management/administration
which will include among other things application of correctives for any laxity in
respect of slow progress and poor quality level of execution, examination of the
cases of variation orders including variations in quantities and additional work items
recommended by Supervision Consultant. The Supervision Consultant shall duly
consider his suggestions/directions and in case of any differences both the
CONSULTANT
Page 60 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Supervision Consultant and Project Directors shall send their independent point of
view to the RO-Nagpur for decision-making. The decision of the Regional Officer,
RO-Nagpur will be finally implemented. In case of variation orders or any other issue
having financial implications, the Project Director of PIU will send his comments
along with the view/recommendations of the Supervision Consultant for management
decisions at NHAI headquarter through the Regional Officer, RO-Nagpur. The
Project Director will examine invoices of both the consultants and contractors and
make the eligible payments. Both the Project Director and Supervision Consultant
shall interact with each other on regular basis and Project Director will make prompt
decisions as required in routine technical and contractual matters. All
communications/ directions at PIU level to the Supervision Consultant shall be made
by Project Directors except in the absence of Project Director, when such duties will
be discharged by a technical officer of PIU duly authorized for this purpose.
(iv)
The Supervision Consultant will be a part of the C.M.F. and will assist the Employer
in all matters pertaining to contract management, as required.
(v)
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 %.
(vi)
(vii)
In addition to the above, the Team Leader of the Supervision Consultant is required
to check measure 5% of the value of the measurements and the Bridge Engineer &
Highway Engineer is required to check measure 50% of the value of the
measurements before any IPC is submitted to PIU.
(viii)
The Project Director himself or through his designated officer of PIU (or CMU) will
carry out random test check of 3% of the measurements, including 3% test checking
of all hidden items of the work and all items for which the quantity exceeds more than
25% of the tender quantity, before making payment of any running/final bill. (Hidden
item is one, which is not exposed for measurement after completion such as clearing
and grubbing, earth work, bridge foundation, granular sub base, bituminous base
etc.).
The test measurement shall be in the presence of the Team Leader/Bridge / Highway
Engineer or other authorized personnel of the Supervision Consultant, for verifying
the veracity of the bills and for checking the quality of the works. In case the check
measurement is carried out by the designated officer, the Project Director will
countersign the check measurements.
CONSULTANT
Page 61 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(ix)
(x)
Project Director shall also exercise test check at least 3% of Original Ground
Levels/Reduced Levels recorded by the Supervision Consultant in the Level Book.
The test check should be as representative as possible for the entire work done.
For the purpose of test check, measurements means the corresponding monetary
value of measurements of work done. This, however, does not apply to levels in
which case the test check has to be based on the number of levels recorded.
5.
THE CONSULTANT
5.1
NHAI in its role as Employer will employ qualified consultant meeting the international
standards by selecting from the short-listed consultants, to undertake supervision and
contract management of the proposed construction packages. The Consultants firm so
selected shall nominate a person to be the Engineers Representative. This person will
reside at the project site on a full-time basis throughout the period of the construction
supervision services and will be known as Team Leader. He will be the overall in-charge of
the consultants firm at site and will interact with the Project Director, as well as with the
corporate office on routine basis. Team Leader shall discharge all the duties and
responsibilities of the Engineers Representative.
5.2
The supervision team will be composed of highly qualified and experienced key experts. The
indicative qualification and experience criteria are furnished in Annex-I and the proposed
aggregate man-months in Para 11 subsequently. The criteria indicated are for the guidance
of the consultants. The relevant professional experience means, the actual experience in the
concerned area of expertise on similar nature highway projects. The quality of experience
will be given due weightage during technical evaluation.
5.3
The consultants are required to develop the proper understanding of the project design and
drawings. In situation where it is felt essential to make some changes in the design/
drawings, the Consultant shall undertake the same by deploying experts and these experts
may be hired by the Employer or through the consultant as per the requirement after mutual
negotiation. Proof checking of the contractors/manufacturers designs in the case of
specialized work will be the responsibility of the supervision consultant.
5.4
The dates of actual deployment of some experts not provided on full time basis like Contract
Specialist, shall be regulated by the employer on the basis of actual project requirement to
ensure that these experts are deployed when needed and not otherwise.
5.5
The suggestive qualification experience for Sub Professional Staff and Support Staff
(Technical) as indicated in Annex II & Annex III respectively shall regulate the approval of
these personnel during the implementation stage. The approval in respect of these
personnel from the client will be required before the deployment.
5.6
There are certain positions of key experts like Team Leader-cum-Sr. Highway Engineer,
Highway Engineer, Material-cum-Quality Control Engineer, Bridge Engineer, & Contract
Specialist etc. where deployment of suitable personnel is considered essential for successful
completion of the project. These positions are to be considered for the purpose of technical
evaluation. Consultants are therefore advised to field truly competent and experienced
experts at these positions.
CONSULTANT
Page 62 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
6.0
6.1
The Engineer as per contract document is the party as stipulated in the Appendix to Bid of
the contract document of civil works. The Engineer as such is the consulting firm finally
engaged by the employer.
6.2
The Consultant shall nominate its CEO or one of the Directors from the Board of Governors
of the Consulting Firm to act as Engineer for the construction supervision Contract. The
Engineer shall have the ultimate responsibility for the satisfactory discharge of
responsibilities under the supervision contract and shall ensure that the Engineers
Representative exercises all reasonable skill, care and diligence and acts fairly under the
terms of the construction contract(s). The Engineer shall visit the site(s) at every two months
for a period of at least 2 weeks or every 1.5 months for a period of at least one week to
familiarize himself with the progress and events of the construction contract(s).
6.3
The Consultant is, however, required to appoint a Team Leader to act as the Engineers
Representative. The consultant shall delegate the responsibilities to this Team Leader to
work and act on behalf of the firm to carry out most of the functions related to the project.
The consultancy firm may have the internal regulatory and controlling arrangement with this
Team Leader and for this purpose a Team Leader might interact and receive the directions
from the firm as decided by the firm. The employer may also interact with the firm if required.
6.4
The duties of the Engineer will be to properly supervise the works and approve the
materials and workmanship of the works in cooperation and in consultation with the
Employer to ensure timely completion of the project. The Engineer will administer both the
construction works contracts and will ensure that the contractual clauses, whether related to
quality or quantities of work, are respected. The Engineer shall have no authority to relieve
the contractors of any of their duties or obligations under the contracts or to impose
additional obligations not included in the contracts. The duties of the Engineer will also
include issue of decisions, certificates and orders as specified in details in the construction
contract documents.
6.5
Deleted
6.6
The duties and responsibilities of the Engineer and the Engineers representative are
broadly defined in the FIDIC IV document (GCC), Conditions of Particular Application
(COPA) and Appendix to Bid. Principal responsibilities will be generally to carry out all the
duties of the Engineer as specified in the construction Contract documents, within the
limitations specified therein, but not limited to the following. In case of any disparity, the
stipulations made in the civil construction contract documents will prevail in the order
of precedence mentioned therein.
(i)
(ii)
(iii)
CONSULTANT
Page 63 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(iv)
ensure that the construction works are in accordance with the technical
specifications, Environmental Management Plan and other stipulation of construction
contract documents and the construction methods proposed by the contractor are in
compliance with the above stipulations particularly, in relation to Contractors
construction equipment and other resource deployment.
(v)
(vi)
to verify and if necessary order correction of the as staked drawings supplied by the
Contractor
(vii)
(viii)
(ix)
(x)
(xi)
to issue a working drawing / good for construction drawing or modify the existing
drawing ( preferably within one month on request of the contractor) or to supply a
new/supplementary drawing which is not included in the contract, wherever required
and to give instructions thereof in this connection to the contractor .
(xii)
to control and appraise the progress of the works to order suspension of works and
to authorize with the Employers approval, extensions of the period of completion of
works.
(xiii)
to monitor and check the day to day quality control and quantity measurements of the
works carried out under the Contract, keep all measurement records as per the
directions of the Employer and issue monthly/interim payment certificates when the
quality of the works is satisfactory and the quantities are correct;
(xiv)
to direct the Contractor in all matters concerning construction safety and care of the
works (including the erection of the temporary signs at road-works) and if required, to
request the Contractor to provide any necessary lights, guards, fencing and
watchmen;
to direct the Contractor to carry out all such works or to do such things as may be
necessary in his opinion to avoid or to reduce the risk in any emergency affecting the
safety of life or of adjoining property
(xv)
CONSULTANT
Page 64 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(xvi)
(xvii)
to direct the contractor to take all necessary steps including those mentioned in the
construction contract to protect the environment on and off the site which arise due to
construction operations
to inspect the works, during the construction period and at proper interval during the
Defects Liability Period and to issue Defects Liability Certificates after the
rectification, by the Contractor, of possible defects and issue final payment
certificates
(xviii) issue interim certificates for monthly payments to the contractors, and specify
completion of parts of the totality of the works, details of progress. Payments are to
be recorded in the measurement book before issue of interim certificate.
(xix)
(xx)
to direct contractor to take all necessary steps to maintain the rate of progress of
works as per the approved programe of the contractor on monthly basis;
(xxi)
to provide adequate Supervision of Contractors work carried out in more than one
shift thus matching the working hours to be the same as that of the contractor(s);
(xxii)
to ensure timely completion of the project without diluting the quality standards
envisaged and be fully accountable to the employer in this regard;
(xxiii) Deleted
(xxiv) Provide assistance to the employer in respect of contract implementation, claims and
other matters;
(xxv)
Advise and assist the employer with respect to arbitration, litigation if so required;
The other responsibilities of the Engineer will be to carry out all such duties which are
essential for effective implementation of the construction contract as mentioned in but not
limited, the following:
(i)
CONSULTANT
Page 65 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(ii)
assist/advise Employer for advance actions required to be taken for handing over of
site and in achieving different milestones for completion of projects as per schedule
(iii)
to verify the quantities of all items in the BOQ and suggest modifications to the same
if necessary as per the prevailing site conditions, for the approval of the employer
(iv)
(v)
to write a day by day project diary which shall record all events pertaining to the
admission of the Contract, request from and orders given to the Contractor, any other
information which may at a later date be of assistance in resolving queries which
may arise concerning execution of the works.
(vi)
prepare and issue monthly and quarterly progress reports along with detailed quality
control test statement in an approved format and also prepare detailed contract
completion report
(vii)
to advise the Employer on all matters relating to execution of the works, claims from
the Contractor and to make recommendations thereon, including the possible
recourse to arbitration
(viii)
(ix)
to assist the Employer in taking over from the Contractor of each section, in particular
by preparing lists of deficiencies which need to be corrected, and assisting with
monitoring of the performance of the works during the defects liability period
(x)
(xi)
(xii)
impart on the job training to Employers personnel, if associated with the project
(xiii)
(xiv)
(xv)
(xvi)
to carry out any other duties relevant to the project agreed during the
negotiations
(xvii)
Consultant shall review the independent safety Audit and incorporate feasible minor
modifications in final drawings & BOQ.
CONSULTANT
Page 66 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(xviii) Review of design and good for construction drawings prepared by the DPR
consultants and preparation of evaluation report of the design work for submission to
the employer.
(xix) Liaisoning with Railways and other associated departments for effective
implementation of work
7.0
7.1
7.2
Consultation with the Employer, where required, shall be adequate and visible. In certain
specified responsibilities, listed below, the Engineer is obliged to obtain prior permission and
specific approval of the Employer before taking appropriate decisions.
(a)
Issuing notice to commence the work;
(b)
Consenting to subletting any part of the Works;
(c)
Certifying additional cost on account of unforeseen physical obstructions and
conditions;
(d)
Determining any extension of Contract time;
(e)
Ordering suspension of work;
(f)
Fixing new rates or prices;
(g)
Issuing order for Special Tests not provided in the Contract;
(h)
Issuing changes or additional Specifications;
(i)
Issuing a variation except if such variation would be within the limits as
indicated below;
(i)
Variation in individual BOQ Items: The Engineer is authorized to issue
variation order up to 25% of the value of individual item or 1% of contract
value whichever is less.
(ii)
New items (Non-BOQ items): Before issuing orders to execute new items of
work (non BOQ items), Engineer shall obtain technical approval from
Employer.
(iii)
Subject to provision under (i) & (ii) above, the Engineer is authorized to issue
cumulative variations up to a limit of 10% of the original contract value (less
negative variations/savings). The overall limit shall apply collectively on all
BOQ items as well as non-BOQ items and shall include all the variations
issued till that point of time including those approved otherwise than by the
Engineer. The overall limit shall be exclusive of escalation.
(iv)
Any variation beyond above limits (individual items and overall variations)
shall be approved by the Employer.
Notwithstanding the obligation, as set out above, to obtain approval, if, in the opinion
of the Engineer for reasons to be recorded in writing, an emergency occurs affecting
the safety of life or of the works or of adjoining property, he may, without relieving the
Contractor of any of his duties and responsibilities under the Contract, instruct the
Contractor to execute all such work or to do all such things as may, in the opinion of
the Engineer, be necessary to abate or reduce the risk. The Contractor shall forthwith
comply, despite the absence of approval of the Employer, with any such instruction of
the Engineer. The Engineer shall determine an addition to the Contract Price, in
respect of such instruction, in accordance with conditions of the contract and shall
notify the Contractor accordingly, with a copy to the Employer.
CONSULTANT
Page 67 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
8.0
8.1
The Supervision Consultant will process interim and final payments to the Contractor.
Interim monthly payments shall be based on interim payment certificates processed by the
Supervision Consultants following claims filed by the Contractor. The Engineer/Engineers
Representative will be responsible for ensuring that all measurements are taken as per
specifications and drawings for the works and are recorded in presence of the representative
of contractor and are countersigned by him. All measurements (100%) will be taken by the
Engineers Quantity Surveyors or any senior Technical staff. In processing contractual
payments, the Team Leader of the Supervision Consultant will certify that they have checked
at least 5% and 3% respectively of the measurements and quality control tests. The Team
Leader shall intimate the details of these check tests to the Project Director before
undertaking them, so that the Project Director or his officers could associate, if they wish to
do so. The Team Leader or any of his concerned experts shall do the repeat tests or
measurements, if directed by the Project Director of the construction package, in the
presence of Project director or any of his representative. In case of any conflict the Team
Leader may do the test recheck in the presence of the Project Director limited to 2% of total
measurement/quality control tests. In the event of such conflict the Employer will release to
the contractor 80% of the disputed amount as certified by the Engineer and then instruct the
Engineer to respond to the discrepancies within 14 days. Any discrepancy found will be
settled in the following interim payment certificates.
9.0
9.1
The consultants may be required to carry out the following in the event of the contingencies
arising for them on the request of the employer as per terms negotiated then. No financial
cost should be provided against them in the present financial proposal. The events are:
(i)
(ii)
any other specialist services by the Engineer or by other specialists, pertaining to the
works contract supervised by the consultant as may be agreed upon
10.0
REPORTING REQUIREMENTS
10.1
The consultant will prepare and submit the following reports in hard and soft copies to the
Employer on the format prepared by the consultants and as approved by the Employer.
Particulars of the Report
No. of Copies
Sl. No.
1)
Monthly Progress Reports
4
2)
Quarterly Progress reports
4
3)
Supervision Manual
4
4)
Sectional Completion Reports
4
5)
O & M Manual
4
6)
Final Completion Report with CD/DVD including video of
4
entire stretch after completion covering inventories
CONSULTANT
Page 68 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
10.2
MONTHLY REPORTS
The Engineer will, no later than 10th of each month, prepare a brief progress report
summarizing the work accomplished by the supervision team for the preceding month. The
report will outline any problems encountered (administrative, technical or financial) and give
recommendations on how these problems may be overcome. Brief work progress
summaries will be included for on going road and bridge works, outlining problems
encountered and recommending solutions. The report should record the status of payment of
contractors monthly certificates, of all claims for cost or time extensions, and of action
required of government and other agencies to permit unconstrained works implementation.
10.3
10.4
S.No.
Description
Number
Copies
Supervision Manual
O&M Manual
CONSULTANT
Page 69 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
11.0
STAFFING
11.1
The staffing of the consultancy contracts as shown in the Table below has been fixed by
NHAI for bidding purposes and the Consultant will not be permitted to propose alternative
arrangements. In addition, the Consultants shall propose and submit with their proposal the
administrative, secretarial and other general office support staff required.
Description
Engineer
Key Professional Staff
Team Leader-Sr. Highway
Engineer
Sr. Contract Specialist
Sr. Pavement Expert-cumMaterial Engineer
Sr. Bridge Engineer
Resident Engineer
Highway Engineer
Bridge Engineer
Material-cum-Quality Control
Engineer
Sub-Key Professional staff
CADD Expert
Quantity Surveyor
Support Staff Technical
Surveyor
Field Engineer (Supervisor)
Lab Technician
Administrative Staff :
Office Manager cumAccountant
Computer Operator
Office Boy
Watchman
CONSULTANT
26
26
26
26
26
2 x 26
2 x 26
2 x 26
26
2 x 26
2 x 26
2 x 26
Page 70 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
11.2
Consultants are required to furnish CVs of the key professional staff. The broad
qualification and experience requirement of key professional staff are given in Annex
I. CVs of other staff are not required to be submitted but only the number and man
months of such staff need to be indicated in the Technical Proposal. The cost in
respect of the personnel is required to be provided in the Financial Proposal.
11.3
11.4
The staffing schedule indicated as above is for construction period and for processing
final payments of the contractor. In addition Supervision Consultants will need to
provide the services of any member/members of their team during defect liability
period when NHAI requires for such services. In such case NHAI will pay for these
services at the relevant rates specified in the financial proposal.
11.5
The staffing arrangements and levels assume that the engineers on the site
supervision teams undertake the review of the contracts for the construction packages
for which they are responsible as detailed in paragraph 6.3 above.
11.6
Amendments to the designs and the construction details, including redesign, shall be
undertaken on site by the Highway Engineer, Bridge Engineer and the CAD Operator
with the assistance of other site supervision staff as necessary.
11.7
The Consultant shall nominate its CEO or one of the Directors from the Board of
Governors of the Consulting Firm to act as Engineer for the construction supervision
contract. The Engineer shall have the ultimate responsibility for the satisfactory
discharge of responsibilities under the supervision contract and shall ensure that the
Engineers Representative exercises all reasonable skill, care and diligence and acts
fairly under the terms of the construction contract(s). The Engineer shall visit the site(s)
at every two months for a period of at least 2 weeks or every 1.5 months for a period of
at least one week to familiarize himself with the progress and events of the construction
contract(s).
12.
STAFFING SCHEDULE
12.1
The total implementation period will consist of (i) a construction period of 24 months for
civil contract package No.NS-60-(MH)-Bal-2 and NS-62-(MH)-Bal-2 and (ii) a Defect
Liability Period of 12 months. As per the arrangement proposed Team Leader and all
the proposed staff shall be deployed immediately. The Contract Specialist will assist the
Employer in management of civil contract, besides finalizing the details/ formats/
schedules to be followed during the project implementation stage.
12.2
The site supervision team would be mobilized on the date of actual commencement of
works by the contractors. During the defect liability period, the Engineer along with other
experts will be required to continue on a part time basis as and when required.
CONSULTANT
Page 71 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
12.3
The consultant may propose the various categories of technical and administrative
support staff and the corresponding man-months requirements. Man-months
requirements for each category as proposed by the consultant will be generally
considered as ceiling for each category and the deployment shall generally not exceed
more than 10% for the category, except in exceptional circumstances with prior
approval of the client.
12.4
After award of the contract the Client expects all of the proposed key personnel to be
available during implementation of the contract as per the agreed staffing schedule. The
client will not consider substitutions during contract implementation except under
exceptional circumstances. In case of such replacements, the Consultant will ensure
that there is a reasonable overlap of at least one month between the staff to be
replaced and replacement, at the cost of the consultant.
12.5
The client may ask for mobilization or demobilization of some key personnel with onemonth prior notice as per requirement and progress of civil work.
13.0
FACILITIES
13.1
The construction Contractor(s) shall provide staff and maintain a laboratory for each
construction package including testing equipment, hard furnishing, water supply,
electricity and cooling/heating equipment, which shall be made available for use by the
site Supervision Consultant. Maintenance of the laboratory by the Construction
contractor shall include the cost of the electricity, water and all consumable for testing.
The construction contractor will be responsible for carrying out test for site control and
quality of material and the Material Engineers of the Site Supervision Consultants shall
be required to monitor lab testing and to carry out check tests as necessary to verify
compliance with the construction contract.
13.2
The site Supervision consultant shall detail in his Technical Proposal the required
provisions for transport (vehicles and drivers), office space, office equipment and office
stationery, which he considers necessary to successfully carry out the services for
implementation of the construction packages for which he is responsible. The
Consultant shall also include the price of those items in his Financial Proposal.
13.3. Employer will provide to the consultants the copies of all the project reports including
design and drawings and relevant databases collected by the Design/DPR consultants.
14.
TRAINING
Deleted.
15.
DEFICIENCIES OF SERVICES
Deficiencies in the services on part of supervision consultants may attract penal
provisions in the form of fines, upto a maximum amount of 5% of contract price and/or
debarment etc. by the client Sample deficiencies may includes
a. Not acting impartially or acting in collusion with contractor in award of variation,
fixation of new rates etc
CONSULTANT
Page 72 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
16.
b.
regarding
quality
control,
inspection,
c.
d.
e.
f.
Refusing to give reasons for decisions when called for by the client
g.
h.
i.
j.
k.
PERFORMANCE SECURITY
Supervision Consultant shall be required to submit acceptable Bank Guarantee for an
amount equal to 5% of the accepted supervision consultancy cost towards Performance
Security. The validity of the Bank Guarantee (s) shall cover entire duration of
consultancy period plus 15 months including 12 months (Defect liability Period). The
format of the Bank Guarantee (s) shall be got approved by the consultant from
Employer. The Bank Guarantee shall be submitted within 10 days on receipt of the
LOA. The Bank Guarantee (s) shall be released after satisfactory completion of the
assignment.
17.
17.1
17.2
The consultant submission should be focused to the project requirements as per the
TOR details. The methodology to be submitted should address to the project stretch
requirements. All specific issues for which references have been made in the various
paras of this TOR should be addressed effectively. General nature descriptions should
be avoided.
CONSULTANT
Page 73 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Annexure-I
BROAD QUALIFICATION REQUIREMENTS OF KEY PROFESSIONAL STAFF
Broad qualifications and experience of the key personnel and sub-professionals given below
are clients' perception in respect of the specific requirement of the project. Consultants are
advised to prepare the CVs of their proposed key personnel specifically highlighting the
qualification and experience in the related area of expertise as per requirements. The CVs
should also highlight higher education, training and publication of technical papers etc., by the
key personnel in the related field as well as their experience in providing training in the related
fields. The CVs of the proposed personnel should reflect size of the project handled in terms of
length / costs, duration for which services were provided, source of funding for the project, type
of contract document used etc. Broadly speaking, qualification and experience higher than the
minimum requirement will be given higher weightage. Similarly, the personnel's experience in
services related to construction supervision will be given more weightage.
1.
Engineer: The Engineer shall be CEO or one of the Directors of the Consulting firm
with at least 30 years experience on International/National Civil Works projects
including at least 10 years in a senior position on Highway Projects. He / She shall be a
qualified Engineer, Member of a recognized Professional Society and a graduate Civil
Engineer. He / She shall be totally familiar with FIDIC Conditions of Contract and should
be able to communicate fluently in the English language.
2.
CONSULTANT
Page 74 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
4.
CONSULTANT
Page 75 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
6.
CONSULTANT
Page 76 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
respect of other experts like Material Engineer, Quantity Surveyor, etc. he shall be
coordinating and regulating their activities to ensure smooth functioning of the
construction package concerned.
Qualifications and Experience: He will be a Civil Engineering Graduate preferably
with Post-Graduate qualification in Construction Management /Highway Engineering,
with about 15 years of professional engineering experience, out of which at least 8
years experience as a Resident Engineer / Assistant-Resident Engineer / Project
Director / Project Manager / Superintending Engineer / Executive Engineer on similar
construction works to complete minimum two highway projects of about 20 Km. to 25
Km. each. Experience of handling World Bank / ADB / NHAI funded highway projects
will be quite desirable. He should have adequate experience in large quantity of
earthwork. He will be required to be fielded throughout the currency of the project. The
candidate is expected to be thoroughly familiar with various standards / specifications,
contract procedures, design and quality control etc. and should have experience for
minimum 2 years with the administration of FIDIC Contract on at least one contract
preferably with international experience. He should not be more than 65 years.
7.
8.
CONSULTANT
Page 77 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
CONSULTANT
Page 78 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Annexure-II
BROAD QUALIFICATION REQUIREMENTS OF SUB-KEY PROFESSIONALS
1.
2.
CONSULTANT
Page 79 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Annexure-III
BROAD QUALIFICATION REQUIREMENTS OF SUPPORT STAFF TECHNICAL
As per this Annex details are provided below to give the general understanding of the Client's
expectations in respect of field engineers/supervisors to be deployed. These personnel will be
young engineers who play an important role in the construction process and accordingly it is
proposed to broadly evaluate them while evaluating the consultants' technical capabilities.
This is to ensure that deployments of these important engineers are not ignored by default.
The team to be deployed should be qualified Civil Engineering graduates with relevant
experience/qualifications, besides including some more experienced diploma holders. The
total team should be deployed with an in-built flexibility to ensure that they change their roles
for different areas of field activities to suit the varying demand of these personnel at different
stages of construction. The experience of these engineers in World Bank/ADB/ NHAI funded
projects both in design/supervision will be desirable. A judicious mix (50:50) of some
experience with freshers is also desirable to promote the growth the engineering expertise.
The areas in which these engineers are likely to be deployed in assisting the key experts as
per chart given before should be considered suitably. Maximum age limit for field
engineers/Surveyors/Supervisors is 55 years. The areas of responsibilities of their deployment
are as below:
1.
Surveyors:
The candidate should be at least Diploma in Civil Engineering or should have
completed professional course in Survey Engineering. He should have minimum 5
years of professional experience out of which he must have worked for at least 2 years
as Surveyors. The candidate should have been involved in atleast one project of 4laning on National/State highway having minimum length of 10 Km dealing with modern
survey methods like auto levels/Total Stations.
2.
3.
Lab Technicians:
They should be at least Diploma-holders with about 5 years of experience in handling
the quality control tests laboratories for road/bridge works or Graduates in Science with
about 2 years of relevant experience in the field of testing of road/bridge projects.
Higher weightage will be given for experience with World Bank/ADB/ NHAI projects on
NH/State Highways.
SECTION 7
CONSULTANT
Page 80 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Between
_________________________________________
(Name of Client)
and
___________________________
(Name of Consultant)
Dated:
CONSULTANT
Page 81 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
CONTENTS
Page No.
FORM OF CONTRACT ..
II
Definitions
Relation between the Parties
Law Governing the Contract
Language
Headings
Notices
Location
Authority of Member in charge
Authorized Representatives
Taxes and Duties
2.1
2.2
2.3
2.4
2.5
2.6
2.7
Effectiveness of Contract .
Termination of Contract for Failure to Become Effective
Commencement of Services
Expiration of Contract
Entire Agreement
Modification
Force Majeure
2.7.1
2.7.2
2.7.3
2.7.4
2.7.5
2.7.6
Definition ..
No Breach of Contract ..
Measures to be taken
Extension of Time
Payments
Consultation
2.8
Suspension
2.9
Termination ..
2.9.1
2.9.2
2.9.3
2.9.4
2.9.5
2.9.6
CONSULTANT
By the Client
By the Consultants ..
Cessation of Rights and Obligations
Cessation of Services
Payment upon Termination ..
Disputes about Events of Termination .
Page 82 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
3.
3.1
3.2
3.3
3.4
3.5
3.6
3.7
3.8
3.9
3.10
Confidentiality ..
Liability of the Consultants ..
Insurance to be Taken out by the Consultants
Accounting, Inspection and Auditing .
Consultants Actions requiring Clients prior Approval
Reporting Obligations ..
Documents prepared by the Consultants .
To Be the Property of the Client ..
Equipment and Materials Furnished by the Client
4.
4.1
4.2
4.3
4.4
4.5
4.6
General
Description of Personnel
Approval of Personnel
Working Hours, Overtime, Leave etc.
Removal and /or Replacement of Personnel
Resident Project Manager .
5.
5.1
5.2
5.3
5.4
5.5
5.6
6.
6.1
6.2
6.3
6.4
7.
CONSULTANT
Page 83 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
7.1
7.2
Good Faith .
Operation of the Contract ..
8.
8.1
8.2
Amicable Settlement ..
Dispute Settlement .
III
IV
V
IV APPENDICES
Page No.
Appendix A
Appendix B
Reporting Requirements
Appendix C
Appendix D
Medical Certificate .
Appendix E
Appendix F
Appendix G
Appendix H
Appendix I
Appendix J
Appendix K
Minutes of Negotiations
CONSULTANT
Page 84 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
FORM OF CONTRACT
COMPLEX TIME BASED ASSIGNMENTS
This CONTRACT (hereinafter called the Contract) is made the _____day f the
____________________________________________________________Month
of
_________2016___,
between,
on
the
one
hand _______________
(hereinafter Called the Client) and, on the other hand, ______________(hereinafter called
the Consultants).
[Note* : If the Consultants consist of more than one entity, the above should be partially
amended to read as follows:
(hereinafter called the Client) and, on the other hand, a joint venture consisting of the
following entities, each of which will be jointly severally liable to the Client for all the
Consultants obligations under this Contract, namely, _____________________and
________________________(hereinafter called Consultants)]
WHEREAS
the Client has requested the Consultants to provide certain consulting services as defined
in the General Conditions of Contract attached to this Contract (hereinafter called the
Services);
the Consultants, having represented to the Client that they have the required
processional skills, and personnel and technical resources, have agreed to provide the
Services on the terms and conditions set forth in this Contract;
NOW THEREFORE the parties hereto hereby agree as follows:
1.
The following documents attached hereto shall be deemed to form an integral part of
this Contract:
(a)
(b)
(c)
[Note: If any of these Appendices are not used, the words Not Used should be inserted below
next to the title of the Appendix on the sheet attached hereto carrying the title of that Appendix].
Appendix A:
_________
Appendix B:
Reporting Requirements
_________
Appendix C:
_________
Appendix D:
Medical Certificate
_________
Appendix E:
_________
Appendix F:
_________
Appendix G:
_________
CONSULTANT
Page 85 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
2.
Appendix H:
_________
Appendix I:
_________
Appendix J:
_________
Appendix K:
Minutes of Negotiations
_________
The mutual rights and obligations of the Client and the Consultants shall be as set
forth in the Contract; in particular
(a)
The Consultants shall carry out the Services in accordance with the Provisions
of the Contract; and
(b)
The Client shall make payments to the Consultants in accordance with the
Provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in
their
respective
names
as
of
the
day
and
year
first
above
written._____________________________________________________________
FOR AND ON BEHALF OF
[NAME OF THE CLIENT]
By
(Authorized Representative)
__________________________________________________________________
FOR AND ON BEHALF OF
[NAME OF THE CONSULTANTS]
By
(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]
FOR AND ON BEHALF OF EACH OF
THE MEMBERS OF THE CONSULTANTS
[Name of the Member]
By
(Authorized Representative)
[Name of the Member]
By
(Authorized Representative)
etc.
CONSULTANT
Page 86 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
General Provisions :
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
(a)
Applicable Law means the laws and any other instruments having the force of
law in the Governments country [or in such other country as may be specified in
the Special Conditions of Contract (SC)], as they may be issued and in force from
time to time.
(b)
Contract means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed in
Clause 1 of such signed Contract;
(c)
Effective Date means the date on which this Contract comes into force and
effect pursuant to Clause GC 2.1;
(d)
foreign currency means any currency other than the currency of the
Government;
(e)
(f)
(g)
(h)
Member, in case the Consultants consist of a joint venture of more than one
entity, means any of these entities, and Members means all of these entities;
(i)
Party means the Client or the Consultants, as the case may be, and Parties
means both of them;
(j)
(k)
(l)
(m)
CONSULTANT
Page 87 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(n)
1.2
"Third Party" means any person or entity other than the Government, the Client,
the Consultants or a Sub-consultant.
1.3
1.4
Language
This Contract has been executed in the language specified in the SCC, which shall be
the binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.
1.5
Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.6
Notices
1.6.1
1.6.2
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 SCC with respect to Clause GCC
1.6.2.
1.7
Location
The Services shall be performed at such locations as are specified in Appendix A hereto
and, where the location of a particular task is not so specified, at such locations.
Whether in Government's Country or elsewhere, as the Client may approve.
CONSULTANT
Page 88 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
1.8
1.9
Authorized Representatives
Any action required or permitted to be taken, and any document required or permitted to
be executed, under this Contract by the Client or the Consultants may be taken or
executed by the officials specified in the SCC.
1.10
2.
Commencement,
Completion,
2.1
Effectiveness of Contract
Modification
and
Termination
of Contract
This Contract shall come into force and effect on the date (the "Effective Date") of the
Client's notice to the Consultants instructing the Consultants to begin carrying out the
Services. This notice shall confirm that the effectiveness conditions, if any, listed in the
SCC have been met.
2.2
2.3
Commencement of Services
The Consultants shall begin carrying out the Services within such time period after the
Effective Date as shall be specified in the SCC.
2.4
Expiration of Contract
Unless terminated earlier pursuant to Clause GCC 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 SCC.
CONSULTANT
Page 89 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
2.5
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.
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
and shall not be effective until the consent of the Bank or of the Association, as the case
may be, has been obtained. Pursuant to Clause GCC 7.2 hereof, however, each Party
shall give due consideration to any proposals for modification made by the other Party.
2.7
Force Majeure
2.7.1. Definition
(a)
(b)
(c)
2.7.2
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, strikes, lockouts or other industrial action (
except where such strikes, lockouts or other industrial action are within the power
of the Party invoking Force Majeure to prevent), confiscation or any other action
by government agencies.
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.
Force Majeure shall not include insufficiency of funds 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.
CONSULTANT
Page 90 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
2.7.3
2.7.4
Measures to be Taken
(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.
(b)
A Party affected by an event of Force Majeure 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.
(c)
The Parties shall take all reasonable measures to minimize the consequences of
any event of Force Majeure.
Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any action or
task, shall be extended for a period equal to the time during which such Party was
unable to perform such action as a result of Force Majeure.
2.7.5
Payments
During the period of their inability to perform the Services as a result of an event of
Force Majeure, the Consultants shall be entitled to be reimbursed for additional costs
reasonably and necessarily incurred by them during such period for the purposes of the
Services and in reactivating the Services after the end of such period.
2.7.6 Consultation
Not later than thirty (30) days after the Consultants, as the result of an event of Force
Majeure, have become unable to perform a material portion of the Services, the Parties
shall consult with each other with a view to agreeing on appropriate measures to be
taken in the circumstances.
2.8.
Suspension
The Client may, by written notice of suspension to the Consultants, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of their
obligations under this Contract, including the carrying out of the Services, provided that
such notice of suspension (i) shall specify the nature of the failure, and (ii) shall request
the Consultants to remedy such failure within a period not exceeding thirty (30) days
after receipt by the Consultants of such notice of suspension.
CONSULTANT
Page 91 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
2.9
Termination
2.9.1
By the Client
The Client may, by not less than thirty (30) days' written notice of termination to the
Consultants (except in the event listed in paragraph (f) below, for which there shall be a
written notice of not less than sixty (60) days), such notice to be given after the
occurrence of any of the events specified in paragraphs (a) through (g) of this Clause
GCC 2.9.1, terminate this Contract.
(a)
(b)
if the Consultants become (or, if the Consultants consist 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 Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause GCC 8 hereof;
(d)
if the Consultants submit to the Client a statement which has a material effect on
the rights, obligations or interests of the Client and which the Consultants know
to be false;
(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 sixty (60) days; or
(f)
if the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
if the consultant, in the judgment of the Client has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract. For the
purpose of this clause:
(g)
CONSULTANT
Page 92 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
2.9.2
By the Consultants
The Consultants may, by not less than thirty (30) days' 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 GCC 2.9.2, terminate this Contract:
2.9.4
(a)
if the Client fails to pay any money due to the Consultants pursuant to this
Contract and not subject to dispute pursuant to Clause 8 hereof within forty-five
(45) days after receiving written notice from the Consultants that such payment
is overdue;
(b)
if the Client is in material breach of its obligations pursuant to this Contract and
has not remedied the same within forty-five (45) days (or such longer period as
the Consultants may have subsequently approved in writing) following the
receipt by the Client of the Consultants' notice specifying such breach;
(c)
if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days; or
(d)
if the Client fails to comply with any final decision reached as a result of
arbitration pursuant to Clause GC 8 hereof.
2.9.4
(ii)
(iii)
(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 GCC 2.9.1 or GCC 2.9.2 hereof, the Consultants 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 Consultants and equipment and materials furnished by the Client, the Consultants
shall proceed as provided, respectively, by Clauses GCC 3.9 or GCC 3.10 hereof.
CONSULTANT
Page 93 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
2.9.5
(b)
(c)
CONSULTANT
Page 94 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
3.2
Conflict of Interests
3.2.3
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 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.
Consultants and Affiliates not to engage in Certain Activities
The Consultants agree that, during the term of this Contract arid after its termination,
the Consultants and any entity affiliated with the Consultants, as well as any Subconsultant 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. .
3.2.4
(b)
3.3
during the term of this Contract, any business or professional activities in the
Government's country which would conflict with the activities assigned to them
under this Contract; and
after the termination of this Contract, such other activities as may be specified in
the SCC.
Confidentiality
The Consultants, their Sub-consultants and the Personnel of either of them shall not,
either during the term or within two (2) years after the expiration of this Contract,
disclose any proprietary or confidential information relating to the Project, the Services,
this Contract or the Client's business or operations without the prior written consent of
the Client.
CONSULTANT
Page 95 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
3.4
3.5
3.6
3.7
(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 writing by the Client
prior to the execution of the subcontract, and (ii) that the Consultants shall
remain fully liable for the performance of the Services by the Sub- consultant
and its Personnel pursuant to this Contract; and
(c)
CONSULTANT
Page 96 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
3.8
Reporting Obligations
The Consultants shall submit to the Client the reports and documents specified in
Appendix B hereto, in the form, in the numbers and within the time periods set forth in
the said Appendix.
3.9
3.10
4.
4.1
General
The Consultants shall employ and provide such qualified and experienced Personnel
and Sub-consultants as are required to carry out the Services.
4.2
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 Personnel are described in Appendix-C. If any of the Key Personnel has
already been approved by the clients his/her name is listed as well.
(b)
CONSULTANT
Page 97 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(c)
4.3
Approval of Personnel
The Key Personnel and Sub-consultants listed by title as well as by name in Appendix C
are hereby approved by the Client. In respect of other Key Personnel which the
Consultants propose, to use in the carrying out of the Services, the Consultants shall
submit to the client for review and approval a copy of their biographical data and (in the
case of Key personnel to be used within the country of the Government) a copy of a
satisfactory medical certificate in the form attached hereto as Appendix D.
4.4
4.5
Except as the Client may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Consultants, it
becomes necessary to replace any of the Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better qualifications.
(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 cause to be dissatisfied with the performance of any of the Personnel,
then the Consultants shall, at the Client's written request specifying the grounds
therefore, forthwith provide as a replacement a person with qualifications and
experience acceptable to the Client.
CONSULTANT
Page 98 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(c)
Any of the Personnel provided as a replacement under Clauses (a) and (b)
above, the rate of remuneration applicable to such person as well as any
reimbursable expenditures (including expenditures due to the number of eligible
dependents) the Consultants may wish to claim as a result of such replacement,
shall be subject to the prior written approval by the Client. Except as the Client
may otherwise agree, (i) the Consultants shall bear all additional travel and other
costs arising out of or incidental to any removal and/or replacement, and (ii) the
remuneration to be paid for any of the key Personnel provided as a replacement
shall be 95% of the remuneration which would have been payable to the key
Personnel replaced. However, for the reason other than death/extreme medical
ground and for total replacement upto 33% of key personnel, (iii) for total
replacement upto between 33% to 50%, remuneration shall be reduced by 10%
and (v) 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 NHAI.
4.6
5.
5.1
facilitate prompt clearance through customs of any property required for the
Services and of the personal effects of the Personnel and their -eligible
dependents;
(d)
(e)
CONSULTANT
Page 99 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(f)
(g)
5.2
grant to the Consultants, any Sub-consultant and the Personnel of either of them
the privilege, pursuant to the Applicable Law, of bringing into Government's
country reasonable amounts of foreign currency for the purposes of the Services
or for the personal use of the Personnel and their dependents and of withdrawing
any such amounts as may be earned therein by the Personnel in the execution of
the Services: and
provide to the Consultants, Sub-consultants and Personnel any such other
assistance as may be specified in the SC.
Access to Land
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-consultant
or the Personnel of either of them.
5.3
5.4
5.5
Payment
In consideration of the Services performed by the Consultants under this Contract, the
Client shall make to the Consultants such payments and in such manner as is provided
by Clause GCC 6 of this Contract.
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
5.6
Counterpart Personnel
(a)
If so provided in Appendix F hereto, the Client shall make available to the
Consultants, as and when provided in such Appendix F, and free of charge,
such counterpart personnel to be selected by the Client, with the Consultants'
advice, as shall be specified in such Appendix F. Counterpart personnel shall
work under the exclusive direction of the Consultants. If any member of the
counterpart personnel fails to perform adequately any work assigned to him by
the Consultants which is consistent with the position occupied by such member,
the Consultants may request the replacement of such member, and the Client
shall not unreasonably refuse to act upon such request.
(b)
If counterpart personnel are not provided by the Client to the Consultants as and
when specified in Appendix F, the Client and the Consultants shall agree on (i)
how the affected part of the Services shall be carried out, and (ii) the additional
payments, if any, to be made by the Client to the Consultants as a result thereof
pursuant to Clause GC 6.1(c) hereof.
6.
6.1
6.2
(b)
Except as may be otherwise agreed under Clause GCC 2.6 and subject to
Clause GCC 6.1(c), payments under this Contract shall not exceed the ceilings in
foreign currency and in local currency specified in the SCC. The Consultants
shall notify the Client as soon as cumulative charges incurred for the Services
have reached 80% of either of these ceilings.
(c)
CONSULTANT
Subject to the ceilings specified in Clause GCC 6.1 (b) hereof, the Client shall
pay to the Consultants (i) remuneration as set forth in Clause GCC 6.2(b), and (ii)
reimbursable expenditures as set forth in Clause GCC 6.2(c). If specified in the
SCC, said remuneration shall be subject to price adjustment as specified in the
SCC.
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
6.3
(b)
Remuneration for the Personnel shall be determined on the basis of time actually
spent by such Personnel in the performance of the Services after the date
determined in accordance with Clause GCC 2.3 and Clause SCC 2.3 (or such
other date as the Parties shall agree in writing) (including time for necessary
travel via the most direct route) at the rates referred to, and subject to such
additional provisions as are set forth, in the SCC.
(c)
Currency of Payment
(a)
Foreign currency payments shall be made in the currency or currencies specified
as foreign currency or currencies in the SCC, and local currency payments shall
be made in the currency of the Government.
(b)
6.4
(b)
(c)
CONSULTANT
The Client shall cause to be paid to the Consultants an interest bearing advance
payment as specified in the SCC, and as otherwise set forth below. The advance
payment will be due after provision by the Consultants to the Client of a bank
guarantee by a bank acceptable to the Client in an amount (or amounts) and in a
currency (or currencies) specified in the SCC, such bank guarantee (I) to remain
effective until the advance payment has been fully set off as provided in the SCC,
and (ii) to be in the form set forth in Appendix I hereto or in such other form as
the Client shall have approved in writing.
As soon as practicable and not later than fifteen (15 days) after the end of each
calendar month during the period of the Services, the Consultants shall submit to
the Client, in duplicate, itemized statements, accompanied by copies of receipted
invoices, vouchers and other appropriate supporting materials, of the amounts
payable pursuant to Clauses GCC 6.3 and 6.4 for such month. Separate monthly
statements shall be submitted in respect of amounts payable in foreign currency
and in local currency. Each such separate monthly statement shall distinguish
that portion of the total eligible costs which pertains to remuneration from that
portion which pertains to reimbursable expenditures.
The Client shall cause the payment of the Consultants periodically as given in
schedule of payment above within sixty (60) days after the receipt by the Client of
bills with supporting documents. Only such portion of a monthly statement that is
not satisfactorily supported may be withheld from payment. Should any
discrepancy be found to exist between actual payment and costs authorized to
be incurred by the Consultants, the Client may add or subtract the difference
from any subsequent payments. Interest at the rate specified in the SCC shall
become payable as from the above due date on any amount due by, but not paid
on such due date.
Page 102 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(d)
(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 ninety
(90) calendar days after receipt of the final report and final statement by the
Client unless the Client, within such ninety (90)-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.
All payments under this Contract shall be made to the account of the Consultants
specified in the SCC.
7.
7.1
Good Faith
The Parties undertake to act in good faith with respect to each other's rights under this
Contract and to adopt all reasonable measures to ensure the realization of the objectives
of this Contract.
7.2
8.
8.1
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.
8.2
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.
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
A.
1(a)
1.4
1.6.1
The Chairman
National Highways Authority of India
G 5 & 6, Sector10, Dwarka,
New Delhi 110 075.
Attention
:
Cable address :
Telex/Fax
Email
91-712-2244492 / 93
ronagpur@nhai.org
:
:
Consultants:____________________________________
Attention:
Cable address : _____________________
Telex: _____________________
Facsimile
: _____________________
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
1.8
For Consultants
: _______________________________________
(Note: If the Consultants consist of a joint venture of more than one entity, the name of
the entity whose address is specified in SCC 1.6.1 should be inserted here. If the
Consultants consist of one entity, this Clause 1.8 should be deleted from the SCC)
1.9
: Sh.M. Chandrashekhar,
Regional Officer, RO-Nagpur & Chhattisgarh, Nagpur
_____________________________________
1.10
The Consultants, Sub-consultants and the Personnel shall pay the taxes, duties, fees,
levies and other impositions levied under the existing, amended or enacted laws during
life of this contract and the client shall perform such duties in regard to the deduction of
such tax as may be lawfully imposed. The service tax will be reimbursed by NHAI.
2.1
2.2
The time period shall be four months or such other time period as the parties may agree
in writing.
2.3
The time period shall be 15 days or such other time period as the Parties may agree in
writing.
2.4
The time period shall be 24 months for construction 12 months for Defect Liability Period
and 2 months for final statement of bills or such other time period as the parties may
agree in writing.
Except in case of gross negligence or willful misconduct on the part of the Consultants
or on the part of any person or firm acting on behalf of the Consultants in carrying out
the Services, the Consultants, with respect to damage caused by the Consultants to the
Client's property, shall not be liable to the Client:
(i)
(ii)
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(b)
3.5
This limitation of liability shall not affect the Consultants' liability, if any, for
damage to Third Parties caused by the Consultants or any person or firm acting
on behalf of the Consultants in carrying out the Services.
Third Party liability insurance with a minimum coverage, of Rs. 1.0 million for the
period of consultancy.
(c)
Professional liability insurance as per 3.4 (a) (ii) of SC of the consultancy, with a
minimum coverage equal to estimated remuneration and reimbursable.
(d)
(e)
The Consultants shall not use these documents for purposes unrelated to this Contract
without the prior written approval of the Client.
4.6
"The person designated as Team Leader in Appendix C shall serve in that capacity, as
specified in Clause GC 4.6."
"Payments for remuneration made in accordance with Clause GCC 6:2(a) in foreign
and/or local currency shall be adjusted as follows
Remuneration of employed personnel designated in foreign currency or Indian
currency pursuant to the rates set forth in the Appendix G & H shall be adjusted after
every 18 months from the date of commencement by increasing it by a factor of 8%.
Notwithstanding any other provisions in the agreement in this regard, this provision will
prevail and over ride any other provision to the contrary in this agreement.
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
6.2(b)(i)(1) It is understood (i) that the remuneration rates shall cover (A) such salaries and
allowances/including per diem allowances as the Consultants shall have agreed to
pay to the Personnel as well as factors for social charges and overhead, and (B)
the cost of backstopping by home office staff not included in the Personnel listed in
Appendix C, and (C) the Consultants' fee; (ii) that bonuses or other means of profitsharing shall not be allowed as an element of overhead, and (iii) that any rates
specified for persons not yet appointed shall be provisional and shall be subject to
revision, with the written approval of the Client, once the applicable salaries and
allowances are known.
(2)Remuneration for periods of less than one month shall be calculated on an hourly
basis for actual time spent in the Consultants' home office and directly attributable
to the Services (one hour being equivalent to 1/240th of a month) and on a
calendar-day basis for time spent away from home office (one day being equivalent
to 1/30th of a month).
6.2(b)(ii)
The rates for foreign [and local] Personnel are set forth in Appendix G [and the
rates for local Personnel, in Appendix Hl
6.3(b)(i)
6.3(b)(ii)
CONSULTANT
1)
a per diem allowance for each of the Personnel for every day in which
such Personnel shall be absent from his home office and shall be outside
India for the purpose of the Services at the daily rate specified in
Appendix G.
2)
(iii)
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
have been for not less than three (3) consecutive months duration.
If the assignment period for resident staff of the foreign Personnel
will be thirty (30) months or more, one extra economy class air trip
for their eligible dependents for every twenty-four (24) month
assignment will be reimbursed;
(iv)
(20)
(v)
4)
5)
5)
6)
the cost of programming and use of, and communication between, the
computers for the purposes of the Services at the rate set forth in
Appendix G;
7)
8)
the cost of laboratory tests on materials, model tests and other technical
services authorized or requested by the Client, as specified in Appendix
G;
the foreign currency cost of any subcontract required for the Services and
approved in writing by the Client;
10)
CONSULTANT
3)
9)
11)
for the air travel of each of the foreign Personnel, and each
eligible dependent, the cost of excess baggage up to twenty
kilograms per person, or the equivalent in cost of unaccompanied
baggage or air freight; and
the cost of items not covered in the foregoing but which may be required
by the Consultants for completion of the Services, subject to the prior
authorization in writing by the Client; and
any such additional payments in foreign currency for properly procured items as
the Parties may have agreed upon pursuant to the provisions of clause GC6.1(c),
[Note: Items that are not applicable should be deleted; others may be added]
Page 108 of 130
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
6.3(b)(iii)
6.4(a)
1)
2)
3)
a living allowance for each of the long-term foreign Personnel (twelve (12)
months or longer consecutive stay in India) at the rates specified in Appendix H;
4)
the cost of the following locally procured items: local transportation, office
accommodations, camp facilities, camp services, subcontracted services, soil
testing, equipment rentals, supplies, utilities and communication charges arising
in India, all if and to the extent required for the purpose of the Services, at rates
specified in Appendix H;
5)
6)
the local currency cost of any subcontract required for the Services and approved
in writing by the Client;
7)
any such additional payments in local currency for properly procured items as the
Parties may have agreed upon pursuant to the provisions of Clause GC 6.1(c);
and
8)
the cost of such further items as may be required by the Consultants for the
purpose of the Services, as agreed in writing by the Client.
The following provisions shall apply to the interest bearing advance payment and the
advance payment guarantee:
1) An advance payment of 10% of the contract price in proportion to the quoted
Indian currency (INR) & foreign currency (US dollar) in the bid shall be made
within 60 days after receipt and verification of advance payment bank guarantee.
The advance payment will be set off by the Client in equal installments against
the statements for the first 12 months of the Service until the advance payment
has been fully set off.
2) The bank guarantee shall be in the amount and in the currency of the foreign and
local currency portion of the advance payment
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
3) Interest rate shall be 10% per annum (on outstanding amount) for local currency,
including converted foreign component into local currency.
6.4(c) The interest rate is 6% per annum for local currency and London Inter Bank on Landing
Rate (LIBOR) plus 1% per annum on foreign currency.
6.4(e) The accounts are:
8.2
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 or 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 latter 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 8.2.1 (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.
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
8.2.2
Rules of Procedure
Arbitration proceedings shall be conducted in accordance with procedures of the
Arbitration & Conciliation Act 1996, of India unless the Consultant is a foreign
national/firm, where arbitration proceedings shall be conducted in accordance with the
rules of procedure for arbitration of the United Nations Commission on International
Trade Law (UNCITRAL) as in force on the date of this Contract.
8.2.3
Substitute Arbitrators
If for any reason an arbitrator is unable to perform his function, a substitute shall be
appointed in the same manner as the original arbitrator.
8.2.4
Qualifications of Arbitrators
The sole arbitrator or the third arbitrator appointed pursuant to paragraphs (a) through
(c) of Clause 8.2.1 hereof shall be an internationally recognized legal or technical expert
with extensive experience in relation to the matter in dispute.
8.2.5
Miscellaneous
In any arbitration proceeding hereunder:
(a) proceedings shall, unless otherwise agreed by the Parties, be held in Delhi.
(b) The English language shall be the official language for all purposes; and
(c) The decision of the sole arbitrator or of a majority of the arbitrators (or of the third
arbitrator if there is no such majority) shall be final and binding and shall be
enforceable in any court of competent jurisdiction, and the Parties hereby waive any
objections to or claims of immunity in respect of such enforcement.
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
IV. APPENDICES
Appendix A: Description of the Services
[Give detailed descriptions of the Services to be provided; dates for completion of various tasks,
place of performance for different tasks; specific tasks to be approved by Client, etc.]
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract
Package No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of
NH-7 in the State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
[List format, frequency, contents of reports and number of copies; persons to receive them; dates
of submission, etc. If no reports are to be submitted, state here "Not applicable".}
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
[List under:C-l Titles [and names, if already available}, detailed job descriptions and
minimum qualifications. experience of Personnel to be assigned to work in India, and
staff- months for each.
C-2
C-3
Same as C-l for Key foreign Personnel to be assigned to work outside India.
C-4
List of approved Sub-consultants [if already available]; same information with respect to
their Personnel as in C-l through C-4]
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
[Show here an acceptable form of medical certificate for foreign Personnel to be stationed in
India. If there is no need for a medical certificate, state here: "Not applicable. "]
The form of Medical Certificate as required under the rules of Govt. of India
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
[List here the hours of work for key Personnel,' travel time to and from the country of
Government (India) for foreign personnel. (Clause GC 4.4(a),' entitlement, if any, to overtime
pay, sick leave pay, vacation leave pay, etc.}
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
F-2
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Deleted
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Monthly rates for local Personnel (Key Personnel and other Personnel)
2.
Per diem rates for subsistence allowance for foreign short-term Personnel plus
estimated totals.
b.
c.
d.
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
AND WHEREAS we have agreed to give the Consultants such a Bank Guarantee;
NOW THEREOF we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Consultants up to a total of ____________________________[amount of Guarantee] 2
________________________________________[in words], such sum being payable in the
types and proportions of currencies in which the Contract Price is payable, and we undertake
to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limits of
__________________[amount of Guarantee] as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Consultants before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the services to be performed there under or of any of the Contract documents
which may be made between you and the Consultants shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition or
modification.
The liability of the Bank under this Guarantee shall not be affected by any change in the
constitution of the consultants or of the Bank.
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Notwithstanding anything contained herein before, our liability under this guarantee is restricted
to Rs.__________ (Rs._________________________) and the guarantee shall remain valid till
________. Unless a claim or a demand in writing is made upon us on or before ____________
all our liability under this guarantee shall cease.
Signature and Seal of the Guarantor ____________ In presence of
Name and Designation ______________________ 1.
___________________________
(Name, Signature &Occupation)
__________________________
(Name, Signature &Occupation)
Address ____________________________________________________
Date _______________________
1
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
referred
as
the
"Client", which
expression shall, unless repugnant to the context or meaning thereof include it successors,
administrators and assigns) having awarded to M/s.__________________________________
(hereinafter referred to as the "Consultant" which expression shall unless repugnant to the
context or meaning thereof, include its successors, administrators, executors and assigns), a
contract
by
issue
of
client's
Contract
Agreement
No.
_________________dated
____________and the same having been unequivocally accepted by the Consultant, resulting
in a Contract valued at___________ for____________ Contract (hereinafter called the
"Contract")
(scope of work)
and the Client having agreed to make an advance payment to the Consultant for performance
of the above Contract amounting to (in words and figures) as an advance against Bank
Guarantee to be furnished by the Consultant.
We ____________________________
(Name of the Bank) having its Head Office at
_______________________(hereinafter referred to as the Bank), which expression shall,
unless repugnant to the context or meaning thereof, include its successors, administrators
executors and assigns) do hereby guarantee and undertake to pay the client immediately on
demand any or, all monies payable by the Consultant to the extent of
___________________________- as aforesaid at any time upto
______________________________@ ___________________________ without any demur,
reservation, contest, recourse or protest and/or without any reference to the consultant. Any
such demand made by the client on the Bank shall be conclusive and binding notwithstanding
any difference between the Client and the Consultant or any dispute pending before any Court,
Tribunal, Arbitrator or any other authority. we agree that the Guarantee herein contained shall
be irrevocable and shall continue to be enforceable till the Client discharges this guarantee.
The Client shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee, from time to time to vary the advance or to extend the time for
performance of the contract by the Consultant. The Client shall have the fullest liberty without
affecting this guarantee, to postpone from time to time the exercise of any powers vested in
them or of any right which they might have against the Client and to exercise the same at any
time in any manner, and either to enforce or to forebear to enforce any covenants, contained or
implied, in the Contract between the Client and the Consultant any other course or remedy or
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
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.
Notwithstanding anything contained herein above our liability under this guarantee is limited to
____________________and it shall remain in force upto and including ___________and
shall be extended from time to time for such period (not exceeding one year), as may be
desired by M/s. _____________________________________________on whose behalf this
guarantee has been given.
Dated this ___________________day of ________________200_______at_____________
Witness:
_____________________________
(Signature)
__________________________
(Signature)
_____________________________
(Name)
____________________________
_____________________________
_____________________________
(official Address)
__________________________
(Name)
__________________________
__________________________
__________________________
Designation (with Bank stamp)
Attorney as per Power of
Attorney No.__________________
Dated __________________
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
Appendix-L
BANK GUARANTEE FORMAT FOR BID SECURITY
(To be stamped in accordance with Stamp Act if any, of the country of issuing bank)
Ref.:
Bank Guarantee:
Date:
WHEREAS, _________________(Name of Bidder) __ (hereinafter called the bidder)
has submitted his bid dated ______________________ (date) for the Tender No. _________,
dated _________ (hereinafter called the Bid).
KNOW ALL MEN by these presents that We, ______________________ [Name of
Bank) of ___________________________________ [Name of Country] having our registered
office at ________________________ (hereinafter called the Bank) are bound unto
____________________________________________________ [Name of Employer]
(hereinafter called the Employer) in the sum of Rs. _______ (Rupees ______ Lakhs Only) for
which payment will and truly to be made to the said Employer the Bank binds himself, his
successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this _______day of _________ 2014.
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws his Bid during the period of bid validity specified in the Bid
document; or
2. If the Bidder does not accept the correction of arithmetical errors of his Bid Price in
accordance with the Instructions to Bidder; or
3. If the Bidder having been notified of the acceptance of his Bid by the Employer during the
period of bid validity,
a. fails or refuses to execute the Form of Agreement in accordance with the Instructions
to Bidders, if required; or
b. fails or refuses to furnish the Performance Security, in accordance with the
Instructions to Bidders,
we undertake to pay the Employer up to the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his demand
the Employer will note that the amount claimed by him is due to him owing to the occurrence of
one or any of the conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date 180 (one hundred and eighty)
days after the deadline for submission of bids as such deadline is stated in the Instructions to
Bidders or as it may be extended by the Employer, notice 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.
This guarantee shall also be operatable at our ________________ branch at New Delhi, from
whom, confirmation regarding the issue of this guarantee or extension/ renewal thereof shall be
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
made available on demand. In the contingency of this guarantee being invoked and payment
hereunder claimed, the said branch shall accept such invitation letter and make payment of
amounts so demanded under the said invocation.
Notwithstanding anything contained herein before, our liability under this guarantee is restricted
to Rs.__________ (Rs._________________________) and the guarantee shall remain valid
till ________. Unless a claim or a demand in writing is made upon us on or before
____________ all our liability under this guarantee shall cease.
DATE _______________
SIGNATURE OF THE BANK _______________________
SEAL OF THE BANK _____________________________
SIGNATURE OF THE WITNESS ____________________
Name and Address of the Witness ___________________
The bank guarantee shall be issued by a bank (Nationalized/Scheduled) located in India
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
SECTION-8
M/s.C1 India Limited: A service provider to develop and customize the software
and facilitate the process of e-tendering on Application Service Provider (ASP)
model. (Refer Glossary in the RFQ).
b)
Words in capital and not defined in this document shall have the same meaning as in
the Request for Qualification (RFP).
1)
(ii)
(iii)
(iv)
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
(v)
(vi)
All profile activations will be done only during NHAI working days.
No profile activation will take place during NHAI Holidays & Gazetted
Holidays.
RFP can be viewed/downloaded, free of cost from 23.06.2016(09:30
Hours) to 13.07.2016 (upto 18:00 Hours).
(vii)
To participate in bidding, bidders have to pay Application Fee (Nonrefundable) as per the amount mentioned in the tender document through
online mode only and Tender Processing Fee (Non-refundable) through
online mode only. Both Application Fee and Tender Processing Fee are
mentioned in individual tender document as published at NHAI eTendering Portal (https://nhai.eproc.in)
(ii)
If the Applicant has already registered with C1 India Pvt. Ltd for NHAI eTendering Portal usage and validity of registration has not expired, then
such applicant does not require fresh registration.
(iii)
For helpdesk please contact e-Tendering Cell and Help Desk Support.
i)
ii)
2)
To participate in bidding, Applicants have to pay a sum of Rs. 5000/(Rupees Five thousand only) as a cost of the RFP document (nonrefundable) through online payment gateway only. Rs.1,295/- (One
Thousand Twelve Hundred Ninety Five only) towards e-tendering
processing fee inclusive of all taxes shall be paid to M/s C1 India Pvt.
Ltd. through online mode only. Henceforth, there will be no need for
physical submission of Demand Draft for the same.
If the Applicant has already registered with the C1 India Pvt. Ltd. and
validity of registration has not expired, then such Applicant does not
require fresh registration.
(ii)
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
B.
(I)
(II)
Receipt of online payment towards cost of RFP of Rs. 5,000/(Rupees Five thousand only) in favour of National Highways
Authority of India;
(III) Bid Security (for the amount given in section 1 of this document) in
the form of a Bank Guarantee and the format specified in this
document and
(IV) Online Receipt of payment of Application processing fee of Rs.1,295/(Twelve Hundred Ninety Five Only) inclusive of all taxes in favour of
M/s C1 India Private Limited, New Delhi electronically.
(V) Duly executed on plain paper Integrity Pact as per enclosed format
[need not to be upload on the https://nhai.eproc.in in electronic
form].
(VI) The Applicant shall submit the original documents specified above in
point no.2 (ii)B together with their respective enclosures and seal it
in an envelope and mark the envelope as Technical Proposal for
the Project for which proposal is submitted and name and address
of the Applicant. The envelope must be clearly marked DO NOT
OPEN, EXCEPT IN THE PRESENCE OF THE EVALUATION
COMMITTEE. In addition, the Application due date should be
indicated on the right hand corner of the envelope. The original
documents should be submitted before 12:00 hours Indian Standard
Time on 14.07.2016 at the below mentioned address in the manner
and form as detailed in the RFP. A receipt thereof should be
obtained from the below mentioned person.
The Regional Officer
Regional Office Nagpur & Chhattisgarh
National Highways Authority of India,
Plot No.159, Bungalow No.1, Shubhankar Apartments
Ambazari Hill Top, Ram Nagar
Nagpur 440033, Maharashtra
Tel/Fax : 0712-2244492/93, Email : ronagpur@nhai.org
CONSULTANT
NHAI
Supervision Consultancy Services for construction supervision of Balance work of 4-laning from Km.94.000 to Km.123.000 [Contract Package
No.NS-60(MH)-Bal-2] and Km.153.000 to Km.175.000 [Contract Package No.NS-62(MH)-Bal-2] on Nagpur-Hyderabad Section of NH-7 in the
State of Maharashtra Consultancy Package No.NS-60&62-SC
__________________________________________________________________________________________________________
3.
(vii)
(viii)
It may be noted that the scanned copies can be prepared in file format i.e.
PDF and/or ZIP only. The Applicants can upload a single file of size of 10
MB only but can upload multiple files.
The Bidder may modify, substitute or withdraw its e-bid after submission,
prior to the Bid Due Date. No Bid shall be modified, substituted or withdrawn
by the Bidder on or after the Bid Due Date.
(ii)
(iii)
For modification of e-bid, bidder has to detach its old bid from e-tendering
portal and upload/resubmit digitally signed modified bid.
For withdrawal of bid, bidder has to click on withdrawal icon at e-tendering
portal and can withdraw its e-bid.
Before withdrawal of a bid, it may specifically be noted that after withdrawal
of a bid for any reason, bidder cannot re-submit e-bid again.
(iv)
(v)
4.
(iii)
Opening of Proposals will be done through online for Financial Proposal and
both on-line and manually for Technical Proposal.
For participating in the tender, the authorized signatory holding Power of
Attorney shall be the Digital Signatory. In case the authorized signatory
holding Power of Attorney and Digital Signatory are not the same, the bid
shall be considered non-responsive. The Authority shall open Envelope
containing Technical Proposal received as mentioned in point nos. 2 (ii) B at
15:00 Hours Indian Standard Time on 14.07.2016 in the presence of the
Applicants who choose to attend. This Authority will subsequently open the
Technical Proposal as mentioned in point no.2 (ii) A(a) above and evaluate
the Applications in accordance with the provisions set out in the RFP.
The Financial Proposal 2 (ii) A (b) will be opened online of the short listed
applicants who qualify for financial opening as per RFP. The date of opening
of Financial Proposal will be notified later on.
DISCLAIMER
The Applicant must read all the instructions in the RFP and submit the same accordingly.
CONSULTANT
NHAI