sardar sarovar narmada nigam ltd. · pdf filehectares, and has hydropower of 1450 mw ... 32...
TRANSCRIPT
1
FOR OFFICE USE ONLY CONTRACT NO.
SARDAR SAROVAR NARMADA NIGAM LTD. (A WHOLLY OWNED GOVERNMENT OF GUJARAT UNDERTAKING)
SARDAR SAROVAR (NARMADA) PROJECT
Request for Proposal (RFP)
for
Providing Third Party Inspection Agencies at
the Percentage Rate Contracts for services of
supervision for Under Ground Pipe Line
(UGPL) Sub-minor work in the SSP command
area
Executive Engineer CPC-III SSNNL,
Gandhinagar December-2016
2
CONTENTS
Sr.
No. Particulars Page No.
1 SECTION-I
General 1
2 SECTION-2
Instructions to Consultants 11
3 SECTION-3
Technical Proposal 37
4 SECTION-4
Financial Proposal 52
5 SECTION-5
Terms of Reference 58
6 SECTION-6
General Conditions of Contract 71
Agreement Form 93
Bank Guarantee Form (Appedix-F) 95-97
3
SECTION-I
PREFACE This Request for Proposal (RFP) document is for selection and appointment of TPI
agency through Least Cost based Selection process (LCS) for the UGPL sub minor
work to be taken up under the Sardar Sarovar Project. The project is described
here under:
1. THE SARDAR SAROVAR PROJECT: 1.1. The Sardar Sarovar (Narmada) Project is a multipurpose river valley project on
the west flowing river Narmada in Gujarat State located along the west coast of
India.
The project is expected to provide irrigation benefits to a gross area of about 3.43 million
hectares, and has hydropower of 1450 MW (installed capacity) and also provides partial
flood control. The revised project cost as approved by the Government of Gujarat and the
Planning Commission, Government of India is estimated to cost about Rs . 54772.94
Crores as of 2014-2015. The salient features of the Project are as under:
Dam
1 Length of main concrete gravity dam 1210.00 m
2 Maximum height above deepest foundation level 163.00 m
3 Top R.L. of dam. 146.50 m
4 Catchments area of river above dam site 88,000 Sq. km
5 Live storage capacity 0.58M.Ha.m (4.7 MAF)
6 Length of reservoir 214.00 km
Maximum width 16.10 km
Average Width 1.77 km
7 Spillway gates
Chute Spillway 7 Nos. 60' x 60'
Service Spillway 23 Nos. 60' x 55'
8 Spillway Capacity 84949.25 cumecs
(30 lakh cusecs)
Power Houses
1 River bed power house 1200 MW
2 Canal head power house 250 MW
4
Canal system
Main Canal
1 Full supply level (F.S.L.) at H.R. 91.44 m (300 ft)
2 Length upto Gujarat - Rajasthan border 458.00 km
3 Base width in head reach 73.01 m
4 Full supply depth (F.S.D.) in head reach 7.60 m
5 Design discharge capacity
(1) In head reach 1133 cumecs
(40,000 cusecs)
(2) At Gujarat Rajasthan border 71 cumecs
(2,500 cusecs)
Distribution System
1 Numbers of Branches 38
2 Length of distribution system network 66000.00 km
3 Culturable Command Area 18.45 lakh hectares
1.2. A schematic map showing the canal network: 1.3. Details of Canal Network:
The Narmada Main Canal is 458 km Long. The Main Canal passes through 9 districts
and 27 talukas of Gujarat. These districts are Narmada, Panchmahal, Vadodara, Kheda,
Ahmedabad, Gandhinagar, Mehsana, Patan and Banaskantha.
5
The works of Narmada Main Canal from Kevadia to Mahi River (0 km. to 144 Km.) were
commenced in 1980 and they were completed by the year 2000. In this reach of the
Main Canal there are 15 branch canals having total length of 657 Km. All these branch
canals have been completed. Water is flowing in these canals.
The Narmada Main Canal between 144 Km. (Mahi River) to 263 Km. (off take of
Saurashtra Branch Canal) is also completed in the year 2003 and is operational. There
are 7 branches having total length of 217 km. in this portion of the Main Canal. All the 7
branches have been completed. Water is flowing in these canals.
The Saurashtra Branch Canal off takes from 263 km. (near Kadi) of the Main Canal. The
SBC is 104 km. long and the works is completed. There are 7 sub-branches off taking
from the Saurashtra Branch Canal which has total length of 865 km the and works of all
7 sub-branches have been completed.
The Saurashtra Branch Canal is having 5 pumping stations which has lift varying from
10.86 mt. to 17.03 mt. This is one of the largest pumping station of the Asia and work
has been completed for the first pumping station near Lilapur.
The first pumping station has pumping capacity of 300 cubic meter per second and has
a lift of 10.86 mt. The work of remaining 5 pumping stations is in progress.
The Main Canal from 263 km. (Kadi) to 458 Km. (Gujarat Rajasthan border) is also
operational and water is reached to Rajasthan in March-2008. There are 15 branch
canals in this portion of the Main Canal. Of these 15 branch canals 14 branch canal
have been completed whereas work of remaining 1 branch canal is in progress.
4.0 BRIEF DESCRIPTION OF THE WORK:
The present works involves Inviting TPI for constructing Under Ground
Pipe Line(UGPL) sub minors in SSP command area
Taluka wise tentative command area of SSP is given in the table below
where sub minors works are to be taken up on priority basis. It is to be
noted that these areas are tentative and not to be considered as final.
6
Agency shall note that the Percentage Rate as decided by Nigam will
be applicable uniformly in all parts of command area of SSP.
SCOPE OF WORK FOR UGPL SUB MINOR IN SSP
COMMAND
Sr. No Taluka Area in Ha.
1 2 3
1 Amod 4074
2 Becharaji 9973
3 Barwala 4407
4 Bavla 457
5 Bhabhar 1506
6 Bharuch 2977
7 Botad 6575
8 Bodeli 1185
9 Chansama 3430
10 Chuda 5960
11 Dabhoi 2691
12 Dasada 42735
13 Detroj-Rampura 8080
14 Dholka 526
15 Dhrangadhra 18817
16 Dhandhuka 2391
17 Gadhda 2594
18 Halvad 17970
19 Harij 6650
20 Jambusar 1215
21 Jotana 157
22 Kadi 8515
7
SCOPE OF WORK FOR UGPL SUB MINOR IN SSP
COMMAND
Sr. No Taluka Area in Ha.
23 Kalol 754
24 Kankarej 4365
25 Karjan 13910
26 Lakhatar 14733
27 Limbdi 2272
28 Maliya 6505
29 Mandal 14812
30 Morbi 2300
31 Padra 772
32 Patan 43
33 Radhanpur 13426
34 Ranpur 1839
35 Sami 11279
36 Sanand 3280
37 Sankheda 1139
38 Santalpur 15747
39 Shankheshwar 7959
40 Sinor 3172
41 Suigam 1719
425 Tharad 1090
43 Tilakwada 342
44 Umrala 2137
45 Vagra 1489
46 Vav 1767
47 Vadodara 408
8
SCOPE OF WORK FOR UGPL SUB MINOR IN SSP
COMMAND
Sr. No Taluka Area in Ha.
48 Vallabhipur 9621
49 Viramgam 17133
50 Wadhvan 4685
51 Wghodiya 88
Total 311671
Bid Packages:
Sr. No.
Bid Package Name of Chief Engineer Area in Ha.
1 Package-1 C.E. (Dam and Vadodara) C.E. (Ahmedabad)
33462 11633
2 Package-2
C.E. (Mehsana) 117076
4 Package-3 C.E. (Patan) 39327
5 Package-4
C.E. (Rajkot) 108173
Total 311671
9
REQUEST FOR PROPOSALS
RFP No. SSNNL/CANALS/01 OF 2016 Country : INDIA – State of Gujarat
Project Name : Projects of Canal Works of the Sardar
Sarovar Project
Title of Consulting Services : Providing Third Party Inspection Agencies at
the Percentage Rate Contracts for services
of supervision for Under Ground Pipe Line
(UGPL) Sub-minor work in the SSP
command area
10
SECTION - 1
LETTER OF INVITATION
Invitation of Proposal for Providing Third Party Inspection Agencies at the
Percentage Rate Contracts for services of Supervision of Under Ground Pipe
Line (UGPL)Sub-minor work in the SSP command area
Date: ____ Dec., 2016
To, ___________________________ ___________________________ ___________________________
Selection of a Third Party Inspection Agencies at the Percentage Rate
Contracts for services of Supervision of Under Ground Pipe Line (UGPL) Sub-
minor work in the SSP command area
SSNNL intends to appoint Third Party Inspection Services at the Percentage Rate
contract for Under Ground Pipe Line (UGPL) Sub-minor work in the SSP command area.
Consultant can bid for one or more packages from four packages.
SSNNL will award Third Party Inspection Services Contract to one or more work to one
or more Third Party Inspection services consultants. This will be based on the SSNNL
evaluation of the Consultant’s Technical competence, experience and the works on
hand with the consultants. However no consultant will be awarded more than two
works. Award of one or more work to one or more consultants shall be at the sole
discretion of the SSNNL.
2.0 Objective and Broad Scope of Assignment
The Construction agreement between the Sardar Sarovar Narmada Nigam Ltd. and
the Contractor will govern the assignment of the Project:
The role of TPI Consultancy will be in Four phase:
Pre-construction Activities
Activities during construction
Defects correction supervision
Post-construction activities
The inspecting agency is required to Review, Scrutiny & approval of Civil /
Mechanical works design submitted by work agency w.r.to contract documents.
11
The Construction agreement set out in various clauses, shall define the role of the
TPI Consultancy Implicit in this contract is the fact that the client has certain rights
and obligations vis-a-vis the contractor, and certain rights and responsibilities vis-a-
vis the Government of Gujarat. The TPI Consultancy shall be expected to fulfil such
obligations, which are directly set out in the construction contract, as well as assist
the client for exercising and fulfilling the clients rights and obligations. The TPI shall
act as an extended arm of the client in the technical and contractual issues
connected with the implementation of the project. The contract agreement are
deemed to be a part of this TOR, in so far as the duties and obligations of the TPI
Consultancy are concerned, and the TPI Consultancy shall acquaint himself to the
letter and spirit of the agreements.
3. REQUEST FOR PROPOSAL
SSNNL has decided to outsource the Third Party Inspection Services with broad
scope of works as identified hereinabove and as described in the Detailed Terms
of Reference (TOR) from qualified, technically competent, experienced
consultancy agencies with a view to ensure quality and provide quality control of
the work..
Forms This Request for Proposal (RFP) is for providing Third Party Inspection
Services for UGPL Sub-minor works described herein above.
You are, therefore, invited through this Request for Proposal (RFP) to present
your Technical and Financial offers online on ssnnl.nprocure.com for further
consideration by SSNNL for selection of the consultants.
A firm will be selected under the least cost based selection procedures as
described in this RFP.
4. The RFP includes the following documents:
Section 1 - Letter of Invitation
Section 2 - Information to Consultants (including Data Sheet)
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Reference
Section 6 - General Conditions of Contract
5. ADDRESS FOR SUBMISSION:
12
5.1 Please inform us in writing to the following address:
(a) that you received the letter of invitation; and
(b) You will have to submit the proposal alone
.
5.2 You are requested to ensure that the Technical Proposals are submitted on line as
well as hard copies in two separate envelopes. In one envelop consultant has to give
Tender Fees and EMD and in another envelope consultant has to give the Technical
proposal one original and one copy. The two envelope shall be placed in a single
cover clearly mention “Official Documents” with the reference number, name of the
work and clear identification of the contents on the envelope to:
Chief Engineer (CPC)
Sardar Sarovar Narmada Nigam Ltd.
Block No.12, 6th Floor,
New Sachivalaya Complex,
Gandhinagar 382010.
Phone No. 079-23252734 Fax: 079-23252394
E-mail :[email protected],[email protected]
6 The Financial Proposal shall be submitted online on ssnnl.nprocure.com only. No
hard copy of Financial proposal shall be submitted.
Yours sincerely,
Chief Engineer (CPC) Sardar Sarovar Narmada Nigam Ltd.
Gandhinagar
13
SECTION - 2
INSTRUCTIONS TO CONSULTANTS
Definitionsa) “SSNNL” means the Sardar Sarovar Narmada Nigam Limited, a
Government of Gujarat undertaking, Gandhinagar
b) “Consultant”/”Applicant” means any entity or person that may
provide or provides operational consulting Services to the SSNNL
under the Contract
c) “Contract” means the Contract signed by the Parties to which the
General Conditions (GC).
d) “Data Sheet” means such part of the Instructions to Consultants
used to reflect specific country and assignment conditions
e) “Day” means calendar day
f) “Government” means the Government of Gujarat
g) “Instructions to Consultants” (Section 2 of the RFP) means the
document which provides Consultants with all information needed
to prepare their Proposals
h) “LOI” (Section 1 of the RFP) means the Letter of Invitation being
sent by the SSNNL to the Consultants
i) “Personnel” means professionals and support staff provided by the
Consultant or by any Sub-Consultant and assigned to perform the
Services or any part thereof; “Foreign Personnel” means such
professionals and support staff who at the time of being so
provided had their domicile outside the beneficiary’s country;
“Local Personnel” means such professionals and support staff who
at the time of being so provided had their domicile inside the
beneficiary’s country
j) “Proposal” means the Technical Proposal and the Financial
Proposal
k) “RFP” means the Request For Proposal to be prepared by the
14
SSNNL for the selection of Consultants, based on the SRFP
l) “SRFP” means the Standard Request for Proposals, which are
used by the SSNNL as a guide for the preparation of the RFP.
m) “Services” means the work to be performed by the Consultant
pursuant to the Contract
n) “Sub-Consultant” means any person or entity with whom the
Consultant subcontracts any part of the Services
o) “Terms of Reference” (TOR) means the document included in the
RFP as Section 5 which explains the objectives, scope of work,
activities, tasks to be performed, respective responsibilities of the
SSNNL and the Consultant, and expected results and deliverables
of the assignment.
Introduction 1.1 The SSNNL will select one or more consulting firm /
organization (the consultant among those who submit their
proposals in response to the Letter of Invitation, in accordance
with the method of selection specified in the Data Sheet.
1.2 The consultants are invited to submit a Technical Proposal and
a Financial Proposal, as specified in the Data Sheet for
consulting services required for the assignment named in the
Data Sheet. The proposal will be the basis for contract
negotiations and ultimately for a signed contract with the
selected firm.
1.3 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 local
conditions, Consultants are encouraged to visit the SSNNL
before submitting a proposal and to attend a pre-proposal
conference if one is specified in the Date Sheet. Attending the
pre-proposal conference is optional. Consultants should
contact the SSNNL officials named in the Data Sheet to
arrange for their visit or to obtain additional information on the
15
pre-proposal conference. Consultants should ensure that
these officials are advised of the visit in adequate time to allow
them to make appropriate arrangements.
1.4. The SSNNL will timely provide at no cost to the Consultants the inputs
and facilities specified in the Data Sheet, assist the firm in
obtaining licenses and permits needed to carry out the
services, and make available relevant project data and reports.
1.5. Consultants shall bear all costs associated with the preparation
and submission of their proposals and contract negotiation. The
SSNNL 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.
Conflict of
Interest
1.6. SSNNL policy requires that Consultants provide professional,
objective, and impartial advice and at all times hold the SSNNL’s
interests paramount, strictly avoid conflicts with other assignments or
their own corporate interests and act without any consideration for
future work.
1.6.1 Without limitation on the generality of the foregoing,
Consultants, and any of their affiliates, shall be
considered to have a conflict of interest and shall not be
recruited, under any of the circumstances set forth below.
a) A firm that has been engaged by the SSNNL to
provide goods, works or services other than
consulting services for a project, and any of its
affiliates, shall be disqualified from providing
consulting services related to those goods, works or
services. Conversely, a firm hired to provide
consulting services for the preparation or
implementation of a project, and any of its
affiliates, shall be disqualified from subsequently
providing goods or works or services other than
consulting services resulting from or directly
16
related to the firm’s consulting services for such
preparation or implementation. For the purpose of this
paragraph, services other than consulting services
are defined as those leading to a measurable
physical output, for example surveys, exploratory
drilling, aerial photography, and satellite imagery
b) 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
for the same or for another Client
c) The Consultant shall be aware of its obligations
under the Contract to
i) notify the SSNNL of any Personnel including
Sub consultant’s Personnel assigned to provide
the Services under the Contract who is a
former SSNNL staff member and to warrant that
the said former SSNNL staff member is not
subject to any work restrictions by virtue of
such former employment with the SSNNL. For
purposes of this clause, SSNNL staff members
are defined as current and retired SSNNL
employees, and individuals that have worked for
the SSNNL with at least one of the following
types of appointments: Short Term Consultant
(STC), Short Term Temporary (STT),
Extended Term Consultant (ETC), Extended Term
Temporary (ETT) or Junior Professional Associate
(JPA);
ii) use its best efforts not to assign any Personnel
(including Sub consultant’s Personnel) to the
Contract who are relatives of current SSNNL
staff, and in the event that the SSNNL or
17
Consultant discovers that any Personnel is a close
relative of a current SSNNL staff member, to
promptly replace the said Personnel at no cost to
the SSNNL with an individual having equivalent
skills. For purposes of this clause, a relative is
defined as (including those related by adoption
and/or step or half relationships): Mother, Father,
Sister, Brother, Son, Daughter, Aunt, Uncle, Niece
and Nephew, and
iii) confirm, at the time of signing the Contract, that the
Consultant is not knowingly advising any “outside
party,” defined to mean an individual or firm (A)
with which the SSNNL is engaged in a formal
dispute (i.e., the outside Party is suing or has been
sued by the SSNNL), (B) who is being investigated
by the SSNNL for fraud or corruption, or is
ineligible to be awarded a SSNNL-financed
contract because of fraud or corruption, or (C)
whose complaint against a procurement decision is
under review by the SSNNL
1.6.2 Consultants have an obligation to disclose any situation
of actual or potential conflict that impacts their capacity to
serve the best interest of the SSNNL, or that may
reasonably be perceived as having this effect. Failure to
disclose said situations may lead to the disqualification of
the Consultant or the termination of its Contract
1.6.3 No agency or current employees of SSNNL shall work as
Consultants under their own departments or agencies.
Recruiting former government employees or SSNNL
retired officers to work for SSNNL is acceptable provided
no conflict of interest exists. When the
Consultant nominates any government employee as
18
Personnel in their technical proposal, such Personnel must have
written certification from their government or
employer confirming that they are on leave without pay from
their official position and allowed to work full-time outside of
their previous official position. Such certification shall be
provided to the SSNNL by the Consultant as part of his
technical proposal
1.6.4 If a Consultant could derive a competitive advantage from
having provided consulting services related to the
assignment in question, the SSNNL shall make available to all
the Consultants together with this RFP all information that
would in that respect give such Consultant any competitive
advantage over competing Consultants
Fraud & Corruption
1.7 SSNNL requires that all Consultants participating in SSNNL
assignments to adhere to the highest ethical standards, both during the
selection process and throughout the execution of a contract. In
pursuance of this policy, the SSNNL
a) defines, for the purpose of this paragraph, the terms set
forth below as follows
i) “corrupt practice” means the offering,
giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence
the action of SSNNL official in the selection
process or in contract execution
ii) “fraudulent practice” means a
misrepresentation or omission of facts in
order to influence a selection process or the
execution of a contract
iii) “collusive practices” means a scheme or
arrangement between two or more
consultants with or without the knowledge of
the SSNNL, designed to establish prices at
artificial, non-competitive levels
iv) “coercive practices” means harming or
threatening to harm, directly or indirectly,
persons or their property to influence their
19
participation in a procurement process, or
affect the execution of a contract
b) will reject a proposal for award if it determines that
the Consultant recommended for award has,
directly or through an agent, engaged in corrupt,
fraudulent, collusive or coercive practices in
competing for the contract in question
c) will terminate the contract if it determines at any
time that representatives of the consultant were
engaged in corrupt, fraudulent, collusive or coercive
practices during the selection process or the
execution of the contract
d) will sanction a Consultant, including declaring the
Consultant ineligible, either indefinitely or for a
stated period of time, to be awarded a SSNNL
contract if at any time determines that the
Consultant has, directly of through an agent,
engaged in corrupt, fraudulent, collusive or coercive
practices in competing for, or in executing, a
SSNNL contract; and
e) will have the right to require that, in contracts
financed by the SSNNL, a provision be included
requiring Consultants to permit the SSNNL to
inspect their accounts and records and other
documents relating to the submission of proposals
and contract performance, and have them audited
by auditors appointed by the SSNNL
1.8 No Consultant, its Sub-Consultant(s), or associate(s) shall be
under a declaration of ineligibility for corrupt and fraudulent
practices issued by the SSNNL in accordance with the above
Para. 1.7. 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
20
Financial Proposal submission form (Section 4)
Origin of
Consulting
Services Only
one proposal
1.10 Consultancy firms of Indian origin only are permitted to participate
in this selection process
1.11 Consultants shall only submit one proposal. If a Consultant submits
or participates in more than one proposal, such proposals shall
be disqualified.
Proposal Validity
1.12 The Data Sheet indicates how long Consultants’ Proposals must
remain valid after the submission date. During this
period, Consultants shall ensure the availability of Key Personnel
/ Professional staff nominated in the Proposal. The SSNNL will
make its best effort to complete negotiations within this period.
Should the need arise, however, the SSNNL 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 Key Personnel /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
EMD 1.13 Consultant has to deposit Rs. 1,00,000/- (Rs. One lakh) Lump-Sum
amounts Earnest Money Deposit in form of FDR or Bank Guarantee
with a validity of at least 180 days from the last date of submission
(extended ).
Performance Security
a)
b)
c)
d)
The TPIA shall deposit a security deposit in the form of a FDR or
a Bank Guarantee in the favour of the concerned Executive
Engineer for Rs 10 (Ten) Lakh.
SD to be paid within 10 days of work order.
The validity of the SD shall be up to three months beyond the
expiry of the original or extended contract period
SD to be released within two months of closure of contract
satisfactorily, after due recovery, if any.
21
Pre-proposal
conference
2.1 A Pre-proposal conference is scheduled on Dt. 12.01.2017 in the
Committee Room of Sardar Sarovar Narmada Nigam Limited, Block
No. 12, 3rd
Floor, New Sachivalaya Complex, Gandhinagar. The short
listed consultants desirous of participating in the pre-bid conference
may kindly confirm their participation to the contact officer nominated
hereinabove.
Site Visit &
Verification of
Information
2.2 Applicant Consultants are encouraged and advised to Submit their
respective Proposals after visiting the Project site and
ascertaining for themselves the site conditions, traffic, location,
surroundings, climate, access to the site, availability of drawings and
other data with the SSNNL, Applicable Laws and regulations or any
other matter considered relevant by them. All costs for such visits shall
be met with by the Consultant
Clarification
and
amendment
of RFP
documents
2.3 Consultants may request a clarification of any of the RFP
documents up to the number of days indicated in the Data Sheet before
the proposal submission date. Any request for clarification must be
sent in writing, or by standard electronic means to the SSNNL’s
address indicated in the Data Sheet. The SSNNL will respond in
writing, or by standard electronic means and will send written copies
of the response (including an explanation of the query but without
identifying the source of inquiry) to all Consultants. Should the
SSNNL deem it necessary to amend the RFP as a result of a
clarification, it shall do so after following the procedure .
2.4 At any time before the submission of Proposals, the SSNNL may
amend the RFP by issuing an addendum in writing or by standard
electronic means. The addendum shall be sent to all Consultants and will
be binding on them. Consultants shall acknowledge receipt of all
amendments. To give Consultants reasonable time in which to take an
amendment into account in their Proposals the SSNNL may, if the
amendment is substantial, extend the deadline for the submission of
Proposals
Preparation of
Proposal
3.1 The Proposal (see Para. 1.2), as well as all related correspondence
exchanged by the Consultants and the SSNNL, shall be written
22
in the language (s) specified in the Data Sheet
3.2 In preparing their Technical Proposal, consultants are expected to
examine the documents constituting this RFP in detail. Material
deficiencies in providing the information requested may result in
rejection of a proposal
3.3 While preparing the Technical Proposal, consultants must give
particular attention to the following
a) The Proposal shall be based on the number of Professional staff-
months leading to a lump sum percentage, as estimated by the
Consultants
b) Alternative professional staff shall not be proposed, and only one
curriculum vitae (CV) may be submitted for each position
c) Documents to be issued by the Consultants as part of this
assignment must be in the language(s) specified in the
Reference Paragraph 3.1 of the Data Sheet. If Reference
Paragraph 3.1 indicates two languages, the language in which the
proposal of the successful Consultant will be submitted shall govern
for the purpose of interpretation. It is desirable that the firm’s
Personnel have a working knowledge of Gujarati Language
Technical
Proposal
Format and
Content
3.4 Consultants are required to submit a Full Technical
Proposal(FTP), The Data Sheet indicates the format of the
Technical Proposal to be submitted. Submission of the wrong
type of Technical Proposal will result in the Proposal being
deemed non-responsive. The Technical Proposal shall provide
the information indicated in the following Para from (a) to (g)
using the attached Standard Forms (Section 3).
a) A brief description of the Consultants’ organization and an
outline of recent experience of the Consultants on assignments
of a similar nature is required in Form TECH-2 of Section 3. For
each assignment, the outline should indicate the names of Sub-
Consultants/ Professional staff who participated, duration
of the assignment, contract amount, and Consultant’s
involvement. Information should be provided only for those
assignments for which the Consultant was legally contracted
23
by the client as a corporation or as one of the major firms
within a joint venture. Assignments completed by individual
Professional staff working privately or through other consulting
firms cannot be claimed as the experience of the Consultant,
or that of the Consultant’s associates, but can be claimed by
the Professional staff themselves in their CVs. Consultants
should be prepared to substantiate the claimed experience if
so requested by the SSNNL
b) comments and suggestions on the Terms of Reference
including workable suggestions that could improve the
quality/ effectiveness of the assignment; and on requirements
for counterpart staff and facilities including: administrative
support, office space, local transportation, equipment, data,
etc. to be provided by the SSNNL (Form TECH-3 of Section-
3)
c) a description of the approach, methodology and work plan for
performing the assignment covering the following subjects:
technical approach and methodology, work plan, and organization
and staffing schedule. Guidance on the content of this section of
the Technical Proposals is provided under Form TECH-4 of Section
3.
d) The list of the proposed Professional staff team by area of
expertise, the position that would be assigned to each staff team
member, and their tasks (Form TECH-5 of Section 3)
e) Estimates of the staff input needed to carry out the assignment
(Form TECH-5 of Section 3). The staff months input should be
indicated separately for home office and field activities.
f) CVs of the Professional staff been recently signed by the staff
themselves and by the authorized representative of the
Professional Staff (Form TECH-6 of Section 3)
g) The CVs shall contain an understanding from the respective
key personnel about his/her availability for the duration
specified in the RFP and /or TOR.
h) If individual Key personnel makes a false averment regarding
his qualification, experience or other particulars or his
commitments regarding availability for the project is not
fulfilled at any stage after signing of the agreement, he shall
be liable to be debarred for any future assignments of SSNNL
24
for a period of 5 years.
3.5 The Technical Proposal shall not include any financial
information. A Technical Proposal containing financial
information may be declared non responsive
Financial
Proposal
3.6 The Financial Proposal shall be uploaded on line on
ssnnl.nprocure.com. It shall list all costs associated with the assignment,
including (a) remuneration for staff (foreign and local, in the field and
at the Consultants’ home office), and (b)reimbursable expenses
indicated in the Data Sheet. If appropriate, these costs should be
broken down by activity and, if appropriate, into foreign and local
expenditures. All activities and items described in the Technical
Proposal must be priced separately; activities and items described in
the Technical Proposal but not priced, shall be assumed to be
included in the prices of other activities or items.
Taxes 3.7 The Consultant may be subject to local taxes (such as: value added
or sales tax, service tax, social charges or income taxes on non-
resident Foreign Personnel, duties, fees, levies) on amounts payable
by the SSNNL under the Contract. All such taxes shall be included in
the quoted rate. The SSNNL will state in the Data Sheet if the
Consultant is subject to payment of any other local taxes.
3.8 Consultants may express the price of their services in Indian
Rupees Only
3.9 SSNNL shall not allow payment of any commissions and gratuities
sunder this consultancy assignment
3.10 While submitting the Financial Proposal, the Applicant
Consultant shall ensure the following:
a) All the costs associated with the assignment shall be
included in the Financial Proposal. These shall normally cover
remuneration for all the Personnel (Expatriate and Resident, in the
field, home office etc.), accommodation, airfare equipment,
printing of documents, surveys, geo-technical investigations
etc.
The total amount indicated in the Financial Proposal shall be
25
without any condition attached or subject to any
assumption, and shall be final and binding.
In case any assumption or condition is indicated in the
Financial Proposal, it shall be considered non-responsive and
liable to be rejected
b) The Financial Proposal shall take into account all expenses and tax
liabilities. For the avoidance of doubt, it is clarified that all taxes,
except for the service tax as applicable, shall be deemed to be
included in the costs shown under different items of the Financial
Proposal.
Service Tax as applicable to the Consultancy Organization as per
Government of India rules and regulations shall be paid by the
Consultant and reimbursed by the SSNNL.
As a condition, precedent for reimbursement of the service tax, the
Consultant shall provide a valid service tax registration
number issued by the concerned Statutory Authority.
Further, all payments shall be subject to deduction of taxes at
source as per Applicable Laws.
c) Costs (including break down of costs) shall be expressed in INR
Submission,
receipt and
opening of
proposals
4.1 The Applicant shall submit the proposal in hard bound form with
all pages numbered serially and by giving an index of
submissions.
The original proposal (Technical Proposal and, if required,
Financial Proposal; see Para 1.2) shall contain no interlineations or
overwriting, except as necessary to correct errors made by the
Consultants themselves. The person who signed the proposal must initial
such corrections. Submission letters for both Technical and Financial
Proposals should respectively be in the form of TECH-1 of Section 3,
and FIN- 1.
4.2 An authorized representative of the Consultants shall initial all
26
pages of the original Technical and Financial Proposals. The
authorization shall be in the form of a written power of attorney
accompanying the Proposal or in any other form demonstrating
that the representative has been duly authorized to sign. The
signed Technical and Financial Proposal shall be marked
“ORIGINAL”
4.3 The Technical Proposal shall be marked “ORIGINAL” or “COPY”
as appropriate. The Technical Proposals shall be sent to the
addresses referred to in Para 5.2 of Section 1 and in the number
of copies indicated in the Data Sheet. All required copies of the
Technical Proposal are to be made from the original. Technical
proposal shall also be uploaded online on ssnnl.nprocure.com. If
there are discrepancies between hard copies and online
submission of the Technical Proposal, the online submission
governs.
4.4 The original and all copies of the Technical Proposal shall be
placed in a sealed envelope clearly marked “TECHNICAL
PROPOSAL followed by the SSNNL RFP number and the name
of the assignment and with a warning “DO NOT OPEN WITH
THE TECHNICAL PROPOSAL.” The envelopes containing the
Technical Proposals and Tender fees and EMD shall be placed
into an outer envelope and sealed. This outer envelope shall
bear the submission address, reference number and title of the
assignment, and be clearly marked “DO NOT OPEN, EXCEPT
IN PRESENCE OF THE OFFICIAL APPOINTED, BEFORE
12 HRS OF 01.02.2017”. The SSNNL shall not be responsible
for misplacement, losing or premature opening if the outer
envelope is not sealed and/or marked as stipulated. This
circumstance may be cause for Proposal rejection. If the Tender
fees and EMD is not submitted in a separate sealed envelope
duly marked as indicated above, this will constitute grounds for
declaring the Proposal non-responsive
4.5
The Proposals must be sent to the address/addresses indicated
in the Data Sheet and received by the SSNNL no later than the
time and the date indicated in the Data Sheet, or any extension
27
4.6
to this date in accordance with Para. 2.2. Any proposal received
by the SSNNL after the deadline for submission shall be
returned unopened. Proposal submitted by Fax, telex or e-mail
shall not be entertained.
The Proposal shall be made in the forms specified in this RFP.
Any attachment to such forms must be provided on separate
sheets of paper and only information that is directly relevant
should be provided. This may include photo copies of relevant
pages of printed documents. No separate documents like printed
annual Statements, Company broachers, copy of contracts etc.
will be entertained.
4.7
The SSNNL shall open the Technical Proposal immediately after
the deadline for their submission.
Proposal
Evaluation
5.1 From the time the Proposals are opened to the time the Contract
is awarded, the Consultants should not contact the SSNNL
on any matter related to its Technical and/or Financial
Proposal. Any effort by Consultants to influence the SSNNL in
the examination, evaluation, ranking of Proposals, and
recommendation for award of Contract may result in the rejection
of the Consultants’ Proposal. Evaluators of Technical
Proposals shall have no access to the Financial Proposals
until the technical evaluation is concluded
Evaluation of
Technical
Proposal
5.2 The evaluation committee shall evaluate the Technical Proposals
on the basis of pre-qualification criteria.
Financial
Proposals
5.3 After qualifying in the technical Proposals, the financial
proposal shall be opened online
Public
Opening and
Evaluation of
Financial
Proposals
(only for
QCBS, FBS
and LCS)
5.4
After the technical evaluation is completed the SSNNL shall prepare a
list of pre-qualified and short listed applicants for opening of their
Financial Proposals. A date, Time and Venue will be notified to all
Applicants for announcing the results of Technical evaluation and
opening of Financial Proposals. The opening of Financial proposal is
online. SSNNL will not entertain any query or clarifications from
Applicant who fail to qualify at any stage of the selection process.
5.5
Applicant Consultants are advised that Selection will be entirely at
28
5.6
the discretion of the SSNNL. Applicant Consultants will be
deemed to have understood and agreed that no explanation or
justification on any aspect of the Selection Process or Selection
will be given.
Any information contained in the Proposal shall not in any way be
construed as binding on the SSNNL, its agents, successors or
assigns, but shall be binding against the Applicant Consultant if
the Consultancy is subsequently awarded to it.
5.7 The Evaluation Committee will correct any computational
errors. When correcting computational errors, in case of
discrepancy between a partial amount and the total amount, or
between word and figures the formers will prevail. In addition to the
above corrections, as indicated under Para. 3.6, activities and items
described in the Technical Proposal but not priced, shall be
assumed to be included in the prices of other activities or items.
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 SSNNL 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
Technical
Negotiations
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 SSNNL 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 SSNNL to ensure satisfactory implementation
of the assignment. The SSNNL shall prepare minutes of
negotiations which will be signed by the SSNNL and the
Consultant
Financial
Negotiations
6.3 If applicable, it is the responsibility of the Consultant, before starting
financial negotiations, to contact the local tax authorities to determine
29
the local tax amount to be paid by the Consultant under the Contract.
The financial negotiations will include a clarification(if any) of the
firm’s tax liability in the beneficiary’s country, and the manner in
which it will be reflected in the Contract; and will reflect the agreed
technical modifications in the cost of the services.
Availability of
professional
staff / experts
6.4 Having selected the Consultant on the basis of, among other
things, an evaluation of proposed Professional staff, the SSNNL
expects to negotiate a Contract on the basis of the Professional staff
named in the Proposal. Before contract negotiations, the SSNNL will
require assurances that the Professional staff will be actually available
The SSNNL will not normally consider any request of the Selected
Applicant Consultant for substitution of Key Personnel. Substitutions will,
however, be permitted if the Key Personnel is not available for reasons of
any incapacity or due to health, subject to equally or better qualified and
experienced personnel being provided to the satisfaction of the SSNNL.
The SSNNL expects all the Key Personnel to be available during
implementation of the Agreement.
Conclusion of
the
negotiations
6.5 Negotiations will conclude with a review of the draft Contract. To
complete negotiations the SSNNL and the Consultant will initial the
agreed Contract. If negotiations fail, the SSNNL will invite the Consultant
whose Proposal received the second highest score to negotiate a
contract.
Award of
Contract
7.1 After completing negotiations the SSNNL shall award the
Contract to the selected Consultant, and promptly notify all
Consultants who have submitted proposals.
7.2 The Consultant is expected to commence the assignment within
one week after issue of Work order. However, the Consultant
can only commence work once the contract has been signed.
Confidentiality
Clarifications
8
9.1.
Information relating to evaluation of Proposals
and recommendations concerning awards shall not be disclosed
to the Consultants who submitted the Proposals or to other
persons not officially concerned with the process, until the
winning firm has been notified
To facilitate evaluation of proposal, SSNNL may at its sole
discretion seek clarifications from any Applicant regarding its
proposal. Such clarification(s) shall be provided within the time
30
9.2
10
specified by SSNNL for this purpose. Any request for
clarification(s) and all clarification(s) in response thereto shall be
in writing.
If an Applicant does not provide clarification(s) sought under
above mentioned clause within the specified time, its proposal
shall be liable to be rejected. In case the proposal is not rejected,
SSNNL may proceed to evaluate the proposal by construing the
particulars requiring clarification to the best of its understanding
and the applicant shall be barred from subsequently questioning
such interpretation of SSNNL.
The SSNNL reserves the right to reject any proposal that does
not address all the requirements of the RFP. In addition the
SSNNL reserves the right to accept or reject any proposal
submitted by the Consultants, and to cancel the RFP process and
reject all proposal submissions at any time, without thereby
incurring any liability to the affected Consultant or any obligation
to inform the affected Consultant the grounds for SSNNL.
31
DATA SHEET
Clause / Reference
1.1 The method of selection is: Least cost selection (LCS).
1.2 Financial Proposal to be submitted together with Technical Proposal: No
1.2.1 The Technical and Financial proposal shall be uploaded online on
ssnnl.nprocure.com. The Technical proposal along with Tender Fees and EMD
shall be submitted physical also.
1.2.2 Name of the assignment is: Providing Third Party Inspection Agencies at the
Percentage Rate Contracts for services of Supervision for underground pipe line
(UGPL)Sub-minor work in the SSP command area
1.3 The name of the SSNNL’s official (s):
Chief Engineer (CPC)
Sardar Sarovar Narmada Nigam Limited
Block No. 12, 6th Floor,
New Sachivalaya Complex,
Gandhinagar – 382 010
Phone No. : 079 – 23252734 Fax : 079 – 23252394
E-mail :[email protected], [email protected]
1.4 The SSNNL will provide the following inputs and facilities:
Certified copies of item rate contracts along with the technical bid, price bid,
general conditions of contract, conditions of particular application, work
specifications, terms of payment and all other relevant data relating to the
Unit Rate contracts awarded by SSNNL to the Implementing Agencies for the
applicable work.
Detailed project reports of the sub projects covered under the project.
Detailed engineering designs, drawings, calculations and reports presented
by the construction contractor as a part of his contractual scope of work to the
engineer-in-charge for scrutiny and further recommendations for approval.
1.5 The Client envisages the need for continuity for downstream work: Yes
1.6 Proposals must remain valid for 120 days after the submission
2.1 Clarifications may be requested not later than 10 days before the pre bid meeting
date. The address for requesting clarifications
32
Chief Engineer (CPC)
Sardar Sarovar Narmada Nigam Limited
Block No. 12, 6th Floor,
New Sachivalaya Complex,
Gandhinagar – 382 010
Phone No. : 079 – 23252734 Fax : 079 – 23252394
E-mail :[email protected], [email protected]
Proposals shall be submitted in English language:
2.2 RFP Document Fee: Rs. 10,000/- in the form of Demand Draft in the name of
“Sardar Sarovar Narmada Nigam Limited”, Gandhinagar
2.3 Consultants may associate with other Consultants: No Joint Venture Association
permitted
2.4 The format of the Technical Proposal to be submitted is: FTP
2.5 List the applicable Reimbursable expenses in foreign and in local currency. A
sample list is provided below for guidance: items that are not applicable should
be deleted, others may be added]
(1) a per diem allowance in respect of Personnel of the Consultant for every day
in which the Personnel shall be absent from the home office and, as
applicable, outside the beneficiary country for purposes of the Services;
(2) cost of necessary travel, including transportation of the Personnel by the
most appropriate means of transport and the most direct practicable route;
(3) cost of office accommodation, investigations and surveys;
(4) cost of applicable international or local communications such as the use of
telephone and facsimile required for the purpose of the Services;
(5) cost, rental and freight of any instruments or equipment required to be
provided by the Consultants for the purposes of the Services;
(6) cost of printing and dispatching of the reports to be produced for the
Services;
(7) other allowances where applicable and provisional or fixed sums (if any);
and
(8) Cost of such further items required for purposes of the Services not
covered in the foregoing.
2.6 Amounts payable by the SSNNL to the Consultant under the contract to be
subject to local taxation:
2.7 Consultants to state their cost in Indian national currency only
33
3.1 Consultant must submit the original and one copy of the Technical Proposal.
4.1 The Proposal submission address is:
Chief Engineer (CPC)
Sardar Sarovar Narmada Nigam Limited
Block No. 12, 6th Floor,
New Sachivalaya Complex,
Gandhinagar – 382 010
Phone No. : 079 – 23252745 Fax : 079 – 23252394
E-mail :[email protected], [email protected]
5.1 Proposals must be submitted on Dt. 30.01.2017 at 18.00 hrs. Online and on
31.01.2017 from 11 to 18.00 hrs. Physically. The technical proposal will be
opened on Dt. 01.02.2017 online.
6.0 Eligibility & Qualification Criteria
6.1 Earnest Money Deposit (EMD): Consultant has to furnish, as part of its
proposal, Earnest Money Deposit amounting to Rs. 1,00,000/- (i.e. Rupees
One Lakh only) Lump Sum. The Earnest Money Deposit (EMD) shall be
given in favour of SSNNL, Gandhinagar for the valid period of not less than
180 (One hundred eighty) days from the last date of submission (Extended)
and shall be in any one of the following form:
(a) Bank Guarantee issued by any scheduled bank listed with the Reserve
Bank of India including co-operative banks and approved by the Finance
Department in the Government of Gujarat/SSNNL in the form prescribed
in Annexure-IV operable at its Branch in Gujarat only.(As per SSNNL
Circular. Attached herewith)
(b) A Fixed Deposit Receipt (FDR) issued by a scheduled bank (Located in
Gujarat) pledged in the name of the SSNNL, Gandhinagar
Notes:
1. Cheques /Demand Drafts shall not be accepted.
2. Proposal without submission of EMD shall be rejected and treated as
non-responsive.
3. EMD shall be forfeited if, (a) if they fail to furnish security of
performance, (b) if the consultant fails to sign the agreement within ten
days from the award, and (c) if the consultant withdraws or modifies his
proposal before the expiry of the validity (180 days) of offer.
34
6.2 Applicant Consultants must read carefully the minimum conditions of eligibility
(the “Conditions of Eligibility”) provided herein. Proposals of only those
Applicant Consultants who satisfy the Conditions of Eligibility will be considered
for evaluation.
6.3 Organizational, Technical and Financial capacity requirement:
To be eligible for evaluation of its Proposal, the Applicant Consultant shall fulfil
the following minimum requirements:
(A) Organization: The Consultant’s Organization should have a
minimum experience of 5 years as on 31st March, 2016 in the field of
Engineering and Project Management Consultancy.
(B) Technical Capacity: The Applicant Consultant shall have, over the past 5
(Five) years preceding 31st
March 2016, completed minimum eligible TPI
Assignments for a project valuing more than Rs. 50 Crores. Eligible
assignment shall include UGPL irrigation canal, lift irrigation projects,
Road and Buildings works, dams, weirs, barrages, lined or unlined canals,
canal structures works and water supply and sewage projects.
The applicant Consultant shall submit client certificate in support of such
completed assignment.
Provided that the Applicant Consultant firm claiming credit for an Eligible
Assignment shall have, prior to Probable Due Date (PDD), fully completed
and received professional fees for such assignment, and where credit is
being claimed by a Key Personnel, she/he should have completed the
relevant assignment prior to PDD.
Provided further that if the Applicant Consultant firm is taking credit for an
Eligible Assignment which was undertaken for a Govt of India/ State
Govt/Public sector Organization(Boards ,Corporations of Govt.), such
assignment shall have been completed prior to PDD and the Applicant
Consultant shall have received professional fees. Projects undertaken on
behalf of Contractor shall not be considered.
(C) Financial Capacity: The Consultant should have a minimum financial
turnover of Rs.1 (One) Crore as any of the last three years preceding 31st
March, 2016.
(D) Availability of Key Personnel: The Applicant shall offer and make
available all Key Personnel meeting the requirements specified in -clause
5 of Section-5.
6.4 Certificates in support of Consultant’s capabilities:
The Applicant Consultant shall enclose with its Proposal, certificate(s) from its
35
Statutory Auditors stating its financial turn over during each of the past five
financial years preceding 31st March, 2016.
In the event that the Applicant Consultant does not have a statutory
auditor, it shall provide the requisite certificate(s) from the firm of
Chartered Accountants that ordinarily audits the annual accounts of the
Applicant Consultant.
The Applicant Consultant shall also produce authentic and valid certificates
from the clients, establishing their experience in similar projects. The SSNNL
may, at its own discretion, verify the veracity and validity of the certificates
produced by the Applicant Consultant. The Applicant Consultant shall also
produce authentic and valid certificates from the clients, establishing their
experience in similar projects. Only those similar projects whose valid
completion certificate clearly stated date of start, date of completion, Cost of
the project, etc. attached with RFP are considered for technical evaluation,
However if any documents from clients establishing about the information
required which is true it shall be considered.
If it is established that the Consultant has produced certificates which are
not correct and valid and the Consultant has misled the SSNNL, SSNNL
at its discretion reject the proposal submitted by the Consultant and also
debar the consultant from participating in the bidding processes taken up
by the SSNNL for appointing a consultant, for a period of three (3) years.
6.5 Power of Attorney:
The Applicant Consultant should submit a Power of Attorney, duly granted by the
Competent Authority of the Consultants’ Organization. In case of a limited
company registered under the Company’s Act, the Power of Attorney should be
from the Managing Director of the Company under authority of the Board of
Directors.
In case of a Partnership firm, the Power of Attorney shall be from the firm or its
duly appointed Competent Authority.
The Power of Attorney shall be as per the format at Proforma 4 of Appendix-I;
provided, however, that such Power of Attorney would not be required if the
Application is signed by a partner of the Applicant Consultant, in case the
Applicant Consultant is a partnership firm or limited liability partnership.
6.6 Information relating to barring of business by Governmental Organizations:
36
Any Consultant who has been debarred by the Central Government, any of the
State Governments, a statutory authority or a public sector undertaking, SSNNL
or any other Gujarat State Undertaking from participating in any project, and such
bar subsists as on the date of Proposal, would not be eligible to submit a
Proposal either by itself or through its Associate. If any such proposal from
debarred Consultant is received, the same shall be out right rejected without
further evaluation.
6.6.1 Past Performance:
An Applicant Consultant or its Associate, who during the last three years, either
failed to perform its obligations under any Consultancy Agreement as evidenced
by imposition of a penalty by an arbitral or judicial authority, statutory / public
sector organization, Government of India, State Governments, or a judicial
pronouncement or arbitration award against the Applicant or its Associates or
been expelled from any project or agreement on have had agreement terminated
for breach by such applicant or its Associates etc., shall be treated as non-
responsive and its technical and financial proposals shall be outright rejected by
the SSNNL, at its sole discretion.
The Consultant while making a proposal to SSNNL shall provide all such
information relating to the imposition of penalties, non-performance of contract,
debarring by any Government or Statutory Organization along with its technical
proposal.
SSNNL at its own discretion may collect and verify such information of its own. If
SSNNL finds that the Consultant has not provided such information and has tried
to mislead SSNNL, it may reject the Consultant’s proposal as non-responsive.
6.7 While submitting a Proposal, the Applicant Consultant should attach clearly
marked and referenced continuation sheets in the event that the space provided
in the specified forms in the Appendices is insufficient. Alternatively, Applicant
Consultants may format the specified forms making due provision for
incorporation of the requested information.
6.8 Similar Assignments
For the purposes of determining Conditions of Eligibility and for evaluating the
Proposals under this RFP, advisory/ consultancy assignments in respect of
providing Third Party Inspection Services as detailed in the terms of reference
and the scope of work, following projects shall be deemed as eligible
assignments (the “Similar Assignments”):
For Third Party Inspection Agency
37
Third Party Inspection services (but not limited only to preparation of feasibility
reports) for UGPL irrigation Canals, lift irrigation projects, Road and Buildings
works, dams, weirs, barrages, lined or unlined canals, canal structures works and
water supply and sewage projects at least Rs. 50 (Fifty) Crore in India.
Provided that the Applicant Consultant firm claiming credit for an Similar
Assignment shall have, prior to PDD, fully completed and received professional
fees for such assignment.
Provided further that if the Applicant Consultant firm is taking credit for an similar
Assignment which was undertaken for a Govt. Of India/ State Govt./Public sector
Organization (Boards, Corporations of Govt.), such assignment shall have been
completed prior to PDD and the Applicant Consultant shall have received
professional fees. Projects undertaken on behalf of Contractor shall not be
considered.
6.9 Evaluation of Financial Proposal
1. In the second stage, the financial evaluation will be carried out as per this
Clause.
2. For financial evaluation, the percentage indicated in the Financial
Proposal Form Fin-2 only shall be considered.
3. The SSNNL will determine whether the Financial Proposals are complete,
and unconditional. The cost indicated in the Financial Proposal shall be
deemed as final and reflecting the total cost of services. Omissions, if any,
in costing any item shall not entitle the firm to be compensated and the
liability to fulfil its obligations as per the TOR within the quoted percentage
shall be that of the Consultant.
7.0 Performance Security:
Consultant has to provide performance security as per following:
a)
b)
The TPIA shall deposit a security deposit in the form of a FDR or a Bank
Guarantee in the favour of the concerned Executive Engineer for Rs 10 (Ten)
Lakh.
SD to be paid within 10 days of work order.
38
c)
d)
The validity of the SD shall be up to three months beyond the expiry of the
original or extended contract period
SD to be released within two months of closure of contract satisfactorily, after
due recovery, if any.
Note:
a) Within Ten (10) days after the receipt of the notification of Award from the
EMPLOYER, the successful consultant/consultants shall furnish the Performance
Security Deposit, in accordance with the Conditions of Contract, in the form
provided in the Proposal Documents.
b) The form for Performance Security is given at Annexure-II-A, and at Annexure-II-
B
39
SECTION 3
TECHNICAL PROPOSAL
Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to
be submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required
and number of pages recommended.
Form TECH-1. Technical Proposal Submission Form
Form TECH-2. Consultant’s Organization and Experience.
A–Consultant’s Organization
B–Consultant’s Experience
Form TECH-3. Comments and Suggestions on the Terms of Reference and on
Counterpart Staff and Facilities to be provided by the SSNNL.
A –On the Terms of Reference
B – On Counterpart Staff and Facilities
Form TECH-4. Description of Approach, Methodology and Work Plan for
Performing the Assignment
Form TECH-5. Team Composition and Task Assignments
Form TECH-6. Curriculum Vitae (CV) for Proposed Professional Staff
Form TECH-7. ABSTRACT OF SIMILAR ASSIGNMENTS OF KEY APPLICANT
40
FORM TECH – 1
TECHNICAL PROPOSAL SUBMISSION FORM
(On Applicants Letter head)
[Location, Date, Reference]
To:
Chief Engineer (CPC), Sardar Sarovar Narmada Nigam Limited Block No. 12, 6
th Floor,
New Sachivalaya, Gandhinagar – 382 010
Sub: Selection of Providing Third Party Inspection Agencies for at the Percentage
Rate Contracts for services of supervision for underground pipe line
(UGPL)Sub-minor work in the SSP command area
Dear Sir,
With reference to your Notice Inviting Proposals and the Request for Proposal
dated….........I/we, having examined all relevant documents and understood their
contents, hereby submit our Technical and Financial Proposal for selection as
Consultant for providing to the Sardar Sarovar Narmada Nigam Limited (SSNNL)
for its Rate Contracts for services of supervision for underground pipe line
(UGPL) Sub-minor work in the SSP command area
We also state that the proposal is unconditional and complete.
2. All information provided in the Proposal and in the Appendices are true and correct
and all documents accompanying such Proposal are true copies of their respective
original.
3. This statement is made for the express purpose of appointment as the Consultant
for the aforesaid Assignment.
4. I/We shall make available to the SSNNL any additional information it may deem
necessary or require for supplementing or authenticating the Proposal.
5. I/We acknowledge the right of the SSNNL to reject our application without
41
assigning any reason or otherwise and hereby waive our right to challenge the
same on any account whatsoever.
6. I/We certify that in the last three years, we or any of our Associates have neither
failed to perform on any contract, as evidenced by imposition of a penalty by an
arbitral or judicial authority or a judicial pronouncement or arbitration award against
the Applicant consultant or its Associates not been expelled from any project or
contract by any Public Organisation, SSNNL nor have had any contract terminated
by any Public Organisation, SSNNL for breach on our part.
7. I/We declare that:
(a) I/We have examined and have no reservations to the RFP Documents,
including any Addendum issued by the SSNNL.
(b) I/We do not have any conflict of interest in accordance with the prescriptions in
the RFP Document;
(c) I/We have not directly or indirectly or through an agent engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice, as defined in RFP document, in respect of any tender or
request for proposal issued by or any agreement entered into with the SSNNL
or any other public sector enterprise or any government, Central or State; and
(d) I/We hereby certify that we have taken steps to ensure that in conformity with
the provisions of the RFP, no person acting for us or on our behalf will engage
in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice.
8. I/We understand that you may cancel the Selection Process at any time and that
you are neither bound to accept any Proposal that you may receive nor to select
the Consultant, without incurring any liability to the Applicant consultants in
accordance with the RFP document.
9. I/We declare that we are not a Member of any Consortium applying for Selection
as a Consultant.
10. I/We certify that in regard to matters other than security and integrity of the country,
we or any of our Associates have not been convicted by a Court of Law or indicted
or adverse orders passed by a regulatory SSNNL which would cast a doubt on our
ability to undertake the Consultancy for the Project or which relates to a grave
offence that outrages the moral sense of the community.
42
11. I/We further certify that in regard to matters relating to security and integrity of the
country, we have not been charge-sheeted by any agency of the Government or
convicted by a Court of Law for any offence committed by us or by any of our
Associates.
12. I/We further certify that no investigation by a regulatory authority is pending either
against us or against our Associates or against our CEO or any of our
Directors/Managers/ employees.
13. I/We hereby irrevocably waive any right or remedy which we may have at any
stage at law or howsoever otherwise arising to challenge or question any decision
taken by the SSNNL [and/ or the Government of India] in connection with the
selection of Consultant or in connection with the Selection Process itself in respect
of the above mentioned Project.
14. I/We agree and understand that the proposal is subject to the provisions of the
RFP document. In no case, shall I/we have any claim or right of whatsoever nature
if the Consultancy for the Project is not awarded to me/us or our proposal is not
opened or rejected.
15. I/We agree to keep this offer valid for 180 (One eighty Days) days from the
Proposal Due Date specified in the RFP.
16. A Power of Attorney in favour of the authorized signatory to sign and submit this
Proposal and documents is attached herewith.
17. In the event of my/our firm/ being selected as the Consultant, I/we agree to enter
into an Agreement in accordance with the form at Schedule-2 of the RFP. We
agree not to seek any changes in the aforesaid form and agree to abide by the
same.
18. I/We have studied RFP and all other documents carefully and also surveyed the
Project site. We understand that except to the extent as expressly set forth in the
Agreement, we shall have no claim, right or title arising out of any documents or
information provided to us by the SSNNL or in respect of any matter arising out of
43
or concerning or relating to the Selection Process including the award of
Consultancy.
19. The Financial Proposal is being submitted in a separate cover. This Technical
Proposal read with the Financial Proposal shall constitute the Application which
shall be binding on us.
20. I/We agree and undertake to abide by all the terms and conditions of the RFP
Document. In witness thereof, I/we submit this Proposal under and in accordance
with the terms of the RFP Document.
Yours sincerely,
Authorized Signature [In full and initials]
Name and Title of Signatory:
Name of Firm:
Address:
Seal of the Applicant
44
FORM TECH – 2
CONSULTANT’S ORGANIZATION AND EXPERIENCE
A – Consultant’s Organization
1.1 Title of Consultancy:
Providing Third Party Inspection Agencies at the Percentage Rate Contracts for
services of supervision for underground pipe line (UGPL) Sub-minor work in the
SSP command area
1.2 State the Status of the Consultancy Organization namely Public Limited
Company / Private Limited Company / Partnership Firm / Proprietary Firm, etc.
1.3 State the following:
Name of Company or Firm:
Legal status (e.g. incorporated private company, unincorporated business,
partnership etc.):
Country of incorporation:
Registered Address:
Year of Incorporation:
Year of commencement of business:
Principal place of business:
Brief description of the Company including details of its main lines of business.
1.4 Name, designation, address and phone numbers of authorized signatory of the
Applicant:
Name :
Designation :
Company :
Address :
Phone No. :
Fax No :
E-Mail Address:
1.5 Does the Applicant’s firm/company (or any member of the
consortium) combine functions as a consultant or adviser along
with the functions as a contractor and/or a manufacturer?
Yes / No
If yes, does the Applicant agree to limit the Applicant’s role Yes / No
45
only to that of a consultant/ adviser to the Authority and to
disqualify themselves, their Associates/ affiliates, subsidiaries
and/or parent organization subsequently from work on this
Project in any other capacity?
1.6 Does the Applicant intend to borrow or hire temporarily,
personnel from contractors, manufacturers or suppliers for
performance of the Consulting Services?
Yes / No
If yes, does the Applicant agree that it will only be
acceptable as Consultant, if those contractors, manufacturers and
suppliers disqualify themselves from subsequent execution of
work on this project (including tendering relating to any goods
or services for any other part of the Project) other than that of
the Consultant?
Yes / No
If yes, have any undertakings been obtained (and annexed) from
such contractors, manufacturers, etc. that they agree to disqualify
themselves from subsequent execution of work on this Project
and they agree to limit their role to that of consultant/ adviser
for the Authority only?
Yes / No
46
FORM TECH – 2
CONSULTANT’S ORGANIZATION AND EXPERIENCE
B – Financial Capacity of the Applicant
Sr. No. Financial Year Annual Turn Over Revenue from
Consultancy Fees
1. 2013-2014
2. 2014-2015
3. 2015- 2016
Certificate from the Statutory Auditors *
This is to certify that _____ (name of the Applicant) has
received the payments shown above against the
respective years on account of professional fees.
Name of the audit firm:
Seal of the audit firm:
Date:
(Signature, name and designation of the authorized
signatory)
*Note:
In case the Applicant does not have a statutory auditor, it shall provide the
certificate from its charted account regarding ordinarily audit of the annual
accounts of the Applicants.
Please do not attach any printed Annual financial Statements.
47
FORM TECH – 2
CONSULTANT’S ORGANIZATION AND EXPERIENCE
C – Statement of Legal Capacity
[To be forwarded on the letter head of the Applicant]
Ref No.:
Date .:
To:
Chief Engineer (CPC), Sardar Sarovar Narmada Nigam Limited Block No. 12, 6
th Floor,
New Sachivalaya, Gandhinagar – 382 010
Sub :-Selection of Providing Third Party Inspection Agencies for its Percentage Rate
Contracts for Services Of supervision for underground pipe line (UGPL)Sub-minor work
in the SSP command area
Dear Sir, I/We hereby confirm that we, the Applicant satisfy the terms and conditions laid down in
the RFP document.
I/We hereby declare that M/s.……………….. (Insert Applicant’s name) will act as a
Consultant by ourselves and we will not associate with any other Consultant or Sub
Consultant for the purpose of the subject assignment.
I/We have agreed that ……………….. (Insert individual’s name) will act as our
Authorized Representative on our behalf and has been duly authorized to submit our
Proposal. Further, the authorized signatory is vested with requisite powers to furnish
such proposal and all other documents, information or communication and authenticate
the same.
Yours faithfully,
(Signature, name and designation of the authorized signatory)
For and on behalf of
48
FORM TECH – 2
CONSULTANT’S ORGANIZATION AND EXPERIENCE
D –Abstracts of Similar Assignments of the Applicant Consultants:
Sr.
No.
Name
of
Project
Name of
Client with
address
and
contact
numbers
Date of
Award of
assignment
Date of
completion
of
assignment
Estimated
capital
cost of
Project
Rs in Cr.
# Professional
fees received
by the
Applicant (Rs.
In Crore)
Period
during
which
services
are
provided
1 2 3 4 5 6 7 8
1
2
3
4
# The Applicant should only provide details as per Para 6.3 (B) the projects that have been completed by it under its own name.
Certificate from the Statutory Auditor
This is to certify that the information contained in Column 7 above is correct as per the accounts of the Applicant and / or the clients.
Name of the audit firm : Seal of the audit firm : Date : Signature, name and designation of the authorized signatory)
In case the Applicant does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Applicant.
49
Note: The Applicant may attach separate sheets to provide brief particulars of other relevant experience of
the Applicant.
50
FORM TECH – 4
DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT
[Technical approach, methodology and work plan are key components of the Technical
Proposal. You are suggested to present your Technical Proposal (50 pages, inclusive of
charts and diagrams) divided into the following three chapters:
a) Technical Approach and Methodology,
b) Work Plan, and
c) Organization and Staffing
a) Technical Approach and Methodology. In this chapter you should explain your
understanding of the objectives of the assignment, approach to the services,
methodology for carrying out the activities and obtaining the expected output,
and the degree of detail of such output. You should highlight the problems being
addressed and their importance, and explain the technical approach you would
adopt to address them. You should also explain the methodologies you propose
to adopt and highlight the compatibility of those methodologies with the proposed
approach.
(Not more than 2 pages)
b) Work Plan. In this chapter you should propose the main activities of the
assignment, their content and duration, phasing and interrelations, milestones
(including interim approvals by the Client), and delivery dates of the reports. The
proposed work plan should be consistent with the technical approach and
methodology, showing understanding of the TOR and ability to translate them
into a feasible working plan. A list of the final documents, including reports,
drawings, and tables to be delivered as final output, should be included here. The
work plan should be consistent with the Work Schedule of Form TECH-8
. (Not more than 3 pages)
c) Organization and Staffing. In this chapter you should propose the structure and
composition of your team. You should list the main disciplines of the assignment,
the key expert responsible, and proposed technical and support staff.]
Note: Marks will be deducted for writing lengthy and out of context responses.
51
FORM TECH – 5
TEAM COMPOSITION & TASK ASSIGNMENTS
Sr
No
Designation
of Personnel
Name Educational
Qualification
Length of
Professional
Experience
Present
Employment
Name of Firm/
Employed since
52
FORM TECH – 6
CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF
(Note: - CV in above format shall be mandatory).
Proposed deployed personnel
Sr
No
Proposed Position
1 Name of Staff Member
2 Date of Birth/ Age (DD/MM/YYYY) / Years...................
3 Education Qualification (Mention specific diploma/degree/any others
qualification
4 Passing Year ( Mention year of passing for each qualification
separately
5 Institute/University (Mention the name of college/institute along with
university)
6 Nationality
7 Regular / Permanent
employment with the
present employer
(Mention Duration from…..…to ……….)
1. Employment Record:- Project Related Experience[Starting with present position,
list in reverse order every employment held by staff member since graduation,
giving for each employment (see format here below):
Sr
No
Project Details
Tasks
actually
Performed
Duration of
tasks
Position
Held
Remarks
Name of
Project
Cost
of
Project
Client From Upto
53
Total Experience: ……………. Years.
2. LANGUAGE
(Indicate proficiency in speaking, reading and writing of English & Hindi language
by "Excellent",
3. CERTIFICATION
I, the undersigned, certify that to the best of my knowledge and belief this CV
correctly describes myself, my qualifications and my experience.
Date :
Place :
4. Certification:
1. I am willing to work on the project and I will be available for the entire duration
of the Project assignment as required.
2. I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes me, my qualifications, and my experience. I understand
that any wilful misstatement described herein may lead to my disqualification
or dismissal, if engaged.
Signature of Personnel
Signature of Authorized Officer of the Firm
Date:
Full name of authorized representative
Note: Use Separate Sheets for each Key Personnel
54
FORM 7
ABSTRACT OF SIMILAR ASSIGNMENTS OF APPLICANT
Name of Applicant:
Name of the Project:
Description of services performed
Name of client and
Address:(Indicate whether public
or private entity)
Name, telephone no. and fax no.
of client’s representative:
Estimated capital cost of Project (in Rs.
crore or US$ million):
Payment received by the
Applicant (in Rs. crore):
Start date and finish date of the
services (month/ year):
Brief description of the Project:
Notes: 1. Use separate sheet for each similar Assignments. 2. Exchange rate should be taken as Rs. [65] per US $ for conversion to Rupees.
55
SECTION 4
FINANCIAL PROPOSAL
Financial proposal shall be uploaded on ssnnl.nprocure.com. The proposal shall be in
percentage of the cost of the work/construction.
Form FIN – 1 : Financial Submission Form
Form FIN – 2 : Percentage of cost of work
Instructions to the Eligible Third Party Inspection Agencies prior to
submission of the Financial Proposal for Percentage Rate Bid:
Financial Proposal shall be read in conjunction with the TOR (Scope of Services) and
RFP, Clarifications, set forth applicable to the respective work.
Financial Proposal set forth online for respective works shall be on percentage basis of
the cost of the construction.
The lump sum prices and other rates of the TPI Bidder set forth herein shall be inclusive
of all costs, risk and expense, head office and site office overheads, profit and/or fee
related to the satisfactory performance and completion of the work and all taxes and
duties (excluding service tax)
The quoted price of the bidder shall include, but not limited to the following:
1. Wages / Salaries, benefits, payroll, incentives, all the allowances, bonus, medical
expenses, overtime, charges for working on holidays and all other costs or
expenses of any type or kind whatsoever which directly or indirectly relate to
accomplishing the work and complying in full with the provisions of the
construction contract of the respective Slices and which are not otherwise set
forth or referred to in the contract as a reimbursable expenses under Form FIN.2
of Financial Proposal.
2. Head Office and Site Office / Project Office overhead costs and profit shall not be
reimbursed as an extra / additional to the Consultant. It is deemed to be included
in the lump sum price under set forth under Financial Proposal.
56
3. All the costs and expenses towards third party equipment rental, communication
equipment, communications charges, general administrative costs of the TPI’s
operation (including travel, lodging, boarding, transport facility, camp sites,
offices).
4. Usage of all existing and / or new office and electricity charges.
5. Usage of all existing and/ or new computers, hardware, required office
administration, management, engineering and application software, statistics and
CAD software, planning, scheduling and monitoring and control software etc.
6. All printing, black & white / colour plotting, reproduction, internal and long-
distance communications and courier costs.
7. Fees paid to any other agency, company, organization, consultant / specialists,
techno-legal experts, technology experts, etc. for use of the TPI.
8. Any additional efforts due to re-engineering / re-routing, changes in the technical
specifications, revision in drawings or execution methodology etc., if required and
decided by the SSNNL for the respective works.
9. All the costs and expenses towards third party equipment rental, communication
equipment, communications charges, general administrative costs of the TPI’s
operation (including travel, lodging, boarding, transport facility, camp sites,
offices).
10. All the insurance requirements.
11. All downtime due to weather, communication and mechanical breakdown shall
be to the TPI’s account and is deemed to be included in the lump sum prices
quoted as percentage under Form FIN.2.
12. Income Tax and any other taxes payable in the TPI’s country or payable in
India (except Service Tax).
TPI BIDDERS TO NOTE
1. SSNNL shall not entertain any financial claim or request for compensation
towards increase in time limit of the contract. Consultant will be paid as per the
percentage of the work executed as quoted in the financial proposal.
57
2. The TPI shall not be allowed to share and use any or all the resources for which
he has been awarded the respective works for another / adjoining works also
awarded to him. TPI shall inform the EIC in writing about all the resources (man,
material, equipment, systems, infrastructure, and vehicles etc.) deployed in
accordance with the agreed Contract Agreement regularly.
3. The percentage rate shall include all the costs to be incurred during the
construction period and as per TOR (that is up to finalization of the Final Bill).
The Price to be incurred during the finalization of the Final Bill shall be deemed to
be included in the percentage rate quoted by the TPI.
4. During negotiation, SSNNL shall reserve an express right to ask the TPI to justify
the reasonableness of the percentage rate quoted for all the items.
5. SSNNL may reject the unreasonable and unbalanced Financial Proposal if
justification made by the TPI Bidder shall not be acceptable to the SSNNL.
6. The Consultants are advised to refer the Detailed Tender Documents of
Percentage Rate Contracts of Construction Contract. This will be available either
on the web site www.ssnnl.nprocure.com or contact respective Chief Engineer
/Chief Engineer (CPC) before filling the Tender.
7. The consultant can bid for all the packages (i.e. package 1 to 4), However, a
separate technical and financial proposal for each intended packages shall have
to be submitted. There shall be a separate and distinctive team of key personnel
for every packages. During evaluation if any key personnel are found to be
common among the team key personnel proposed for different packages, all the
proposals so submitted by the applicant shall be considered as non responsive
and are likely to be rejected out rightly. However, in all probability no consultant
shall be awarded the consultancy assignment for more than two packages.
58
FORM FIN – 1
FINANCIAL PROPOSAL SUBMISSION FORM
Location, Date]
To:
Chief Engineer (CPC) Sardar Sarovar Narmada Nigam Ltd. Block No.12, 4
th Floor,
New Sachivalaya Complex, Gandhinagar 382010. Phone No. 079-23252734 Fax: 079-23252394 E-mail :[email protected]
Dear Sir,
I / We, the undersigned, herewith enclose the financial proposal for selection of through a least
cost selection process for the Providing Third Party Inspection Services for Providing Third Party
Inspection Agencies at the Percentage Rate Contracts for Services Of supervision for underground
pipe line (UGPL)Sub-minor work in the SSP command area with your Request for Proposal dated
________.
I / We have quoted separate prices for works and do hereby understand and agree that SSNNL
shall at its sole discretion award one or more works to me / us on evaluation of our strengths.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the
date indicated in Paragraph Reference 1.6 of the Data Sheet.
We understand you are not bound to accept any Proposal you receive
Yours sincerely,
Authorized Signature [In full and initials]: Name and Title of Signatory
Name of Firm :
Address :
Note :The financial proposal is to be submitted strictly as per forms given in RFP.
59
FINANCIAL PROPOSAL
(To be uploaded online only)
FORM FIN – 2 TOTAL LUMP SUM COST
Package-1/ Package-2 / Package-3/ Package-4 Name of the TPI Bidder :
Name of the work: Providing Third Party Inspection Agencies at the Percentage
Rate Contracts for services of supervision for underground pipe
line(UGPL)Sub-minor work in the SSP command area
.
Sr. No. Description of the Item Lump Sum Price in
percentage of
construction work
1 Providing Third Party Inspection Agencies for
its Percentage Rate Contracts for services of
Supervision for underground pipe line
(UGPL)Sub-minor work in the SSP command
area as per scope of Services and TOR, RFP
Clarifications etc.( excluding service tax)
____%
Date :
Name
Designation
Seal
60
FORM FIN-3
PAYMENT SCHEDULE for TPI
a. Payment shall be made as per the approved percentage of the construction
cost.
b. Monthly bill to be processed by respective Ex Engineer.
c. The bill will be paid within 30 days of presentation.
d. If for any reason, one repeat call for inspection cum Trial Run need to be given
by the client without any extra cost. For second repeat call Implementing Agency
shall have to bear the extra cost which shall be 50% of the TPIA charge for that
work.
61
SECTION 5
TERMS OF REFERENCE
1. Project Packages
SSNNL will award separate and independent contracts to the contractors.
SSNNL will select and appoint a Consultant as per the procedure prescribed under this
Request for Proposal Document for providing Third Party Inspection Services of
supervision for underground pipe line UGPL (Sub-minor) in the SSP command area
2. Overall Scope of Services to be provided by the Third Party
Inspection Consultants
SSNNL shall award the works as per the Technical and financial capacity of the
consultant.
However, SSNNL have right to award only one or more works to each consultant.
Ensure strict quality control of the works that are designed and/or being constructed by
the Item Rate Contractor as per the Technical Specifications (TS) contained in the
Construction Contract Documents, relevant Codes, Standards, Publications and
standard engineering practices.
The TPI render all the services related to Performance Testing, Pre-commissioning and
Commissioning of the work from Item Rate Contractor as per the construction contract
documents.
3. Detail Scope of TPIA Consultant
1) Preamble:
SSNNL has declared a policy option to construct sub-minors as Underground
Pipeline in the remaining CCA of 14.23 lakh ha of SSP command area, if the
beneficiary farmers’ group for a chak (40 to 60 ha) so opts, through a policy GR
dated 01/08/2014.
62
The works of construction of the Sub-Minors as UGPL is to be executed in various
Talukas of Gujarat falls under command area of Sardar Sarovar Project (SSP). At
present it is planned in 51Talukas.
Present work for which TPIAs are invited consists of construction of sub-minors as
UGPL sub-minors in about 3.00 lac ha. Area.
SSNNL is going to approve a list of Implementing Agencies (IA) who will be
executing the UGPL-SM construction work. Taluka will be allotted to the IAs out of
which the group of farmers for a chak will choose an IA, as per their own choice. The
IA will execute the work at the Unit Rates approved by the SSNNL.
TPIA shall provide services for inspection of Materials, Machineries and Equipment
for the underground pipe line works for the sub-minors in the SSP command area
as per the terms set forth herein. The works will be undertaken by Sardar Sarovar
Narmada Nigam Ltd on behalf of the Government of Gujarat and funds for the
works will be obtained from the Government of Gujarat.
The project as a whole is monitored by the Sardar Sarovar Narmada Nigam Ltd.
The TPIA shall be allotted the work preferably Chief Engineer wise.
2) TPIA’S GENERAL DUTIES :
The broad role of the TPIA shall be to act as the Client's representative for :
1. Overall review of the project of UGPL work in each chak.
2. Site inspection as specified in the scope
3. Trial run operation and certifies the project as completed.
3) SCOPE OF THE WORK:
1. To test the pipe delivered at site before laying. The stage of the checking will be
on/ before when 20% advance payment will be eligible.
i. Overall visual inspection
ii. To check the brand name and manufacturer details printed on pipes with the
latest approved list of the manufacturer of pipe qualified to supply pipe in the
UGPL works for Sub minor in the Sardar Sarovar Project (SSP) which circulated
by the Sardar Sarovar Narmada Nigam Ltd (SSNNL).
iii. To check the dimension of pipe
iv. To check the manufacturer testing reports of the pipe
63
v. The sampling can be done randomly for pipes of each manufacturer/ brand
name wise. If the manufacturer/ brand name is more than one , than the TPIA
shall inspect pipes of different manufacturer.
2. To check the valve quality, brand and IS conformity
3. Trial run test: Hydraulic test as per IS
4. The TPIA shall be provided contract document/specification and drawings for
UGPL Sub Minor construction. The check list consisting major points is enclosed
as Annexure-I.
The TPIA can suggest and modify check list in consultation of the Executive
Engineer in charge.
5. The TPIA shall be required to visit at least when
i. Pipes delivered on site. (Annexure A to be filled during this visit)
ii. During Execution of the work.( Remaining details Annexure A to
be filled during this visit)
iii. Physical Work is completed and trial run test is to be carried
out.(Valves to be inspected at this stage). (Annexure B to be filled
during this visit)
6. The call to visit and inspect as mentioned in the above Para shall be carried out by
the client e.g. site Engineer of Sardar Sarovar Narmada Nigam Ltd. The same
shall be confirmed by the TPIA with SSNNL authority.
7. In any circumstance, the inspecting firm shall attend the site for joint inspection
within three days after call from SSNNL authority.
i) The joint site visit of the inspecting firm with the implementing agency along
with SSNNL personal and farmers shall be carried out for any inspection.
ii) The TPIA will take photographs of work done from its designated GPS
enabled mobile phone, containing e-Capture software that enables it to
upload photos captured directly to UGPLS software server situated at SSNNL
H.O. or as directed by Engineer-in-Charge. The TPIA shall also fill up their
Trial Run cum Inspection Report in the prescribed form and upload it to the
UGPLS software server situated at SSNNL H.O. or as directed by Engineer-
in-Charge. The hard copy of the Trial Run report shall be given to the IA in
original under sign & seal of the TPIA.
iii) Based upon joint recommendation of the TPIA and the SSNNL engineer, in the
form of Trial Run Report, the TPIA will be paid at approved rates. The inspection
or Trial Run Report may also result into a denial of the acceptance to the work
64
done. The IA will have to take up remedial measures until the UGPL-SM is
reported to be acceptable. In such a case, a repeat call for inspection cum Trial
Run shall be given by the IA. For this repeat visit, no extra charge shall be paid to
inspecting firm. For second repeat call Implementing Agency shall have to bear
the extra cost which shall be 50% of the TPIA charge for that work.
8. The sampling for testing shall be done as per latest revision of IS 4985-2000(or its
latest revised edition) or SSNNL guidelines or as directed by Engineer-in-Charge.
4) PROJECT TEAM :
The Inspecting Firm would be required to form a multi disciplinary Project Team for
this assignment, from the areas given below;
(a) Civil Engineering.
(b) Water Supply Engineering.
(c) Hydraulics with Surge Analysis & Control
(d) Mechanical and Electrical Engineering
(e) Quality Control.
5) ASSISTANCE FROM SARDAR SAROVAR NARMADA NIGAM LTD:
Sardar Sarovar Narmada Nigam Ltd would help in co-ordinating site visits and also
any clarifications sought by TPIA, before the Proposals are submitted.
The TPIA would be assisted by SSNNL in obtaining relevant information from the
authorities as well extend co-operation on following areas :
a) Exchange of data and information related to the UGPL work.
b) Day-to-day interactions and monitoring of activities to enable active project
management.
QUALIFICATION AND EXPERIENCE OF CONSULTANT’S KEY PROFESSIONAL AND
SUPPORT STAFF FOR TPI
The envisaged man-months for carrying out the assignment as described in this
Terms of Reference shall be discussed before award of TPI work. The list detailed
below is only indicative and the Inspecting Firm may suggest additional key or support
staff to meet the obligations under the work at the time of the award of TPI work.
65
The consultant shall deploy and put in place on site here above the following key
professionals. The nos. of key personnel are kept for approximately 1000 chack.
(Approximately 40000 ha. Area). The construction cost of UGPL work shall be
approximately of Rs. 150 to 200 crores.
Sr.
No.
Title Experience Employee required in
Project Phases
1. Team Leader
/ Project
Management
Specialist.
Graduate in Civil Engineering with over
10 years experience in pipeline project
monitoring of water supply projects,
preferably having design/office
experience and having handled at least
one project of similar nature.
Min 1 No.
2 Field Team
2a Civil Engineer Graduate engineer with over 5 years
experience in Civil Engineering works.
Min 8 Nos.
2b Plastic
Engineer
One Graduate or Diploma in Plastic
engineering having min.5 years of
experience.
Min1 No.
Note: The deployment of the numbers of key personnel is mandatory. However, TPI shall
deploy sufficient nos. of support staff to effectively monitor the works in conjunction with the
TOR. The Nos. and designation of the staff shall be decided by the TPI bidder keeping in
mind the size of the work. No extra payment shall be given. The price quoted is inclusive of
support personnel, communication expenses, rental of project office, travel expenses, report
and document charges, and any other miscellaneous expenses.
SSNNL may instruct to replace an Engineer / Head based on sole judgment
The Terms & Conditions, Contract Agreement with detailed scope of work of construction
agencies shall be made available to the Third party inspection Agency.
6) SECURITY DEPOSIT: 1. The TPIA shall deposit a security deposit in the form of a FDR or a Bank
Guarantee in the favour of the concerned Executive Engineer for Rs Ten (10)
Lac.
2. SD to be paid within 10 days of work order.
3. The validity of the SD shall be upto three months beyond the expiry of the
original or extended contract period
66
4. SD to be released within two months of closure of contract satisfactorily, after
due recovery, if any.
7) TIME LIMIT OF THE CONTRACT:
Valid for twelve (12) months from date of issue of work order/confirmation of the
inspection.
Extension on written request by TPIA on same Terms& Conditions at the same rates
based upon the performance and will be decided by the SSNNL for additional six
month. Further extension on the same Terms and Conditions at the same rate will
be decided on mutual agreement.
8) AREA OF WORK :
The work scope mentioned above shall be spread across the Talukas under the SSP
command area. The TPIA shall be bound to provide services under at any of the
places in the said Taluka.
The fixed jurisdiction preferably Chief Engineer wise will be allotted to each
inspecting firm /Third party agency as decided by SSNNL. The same shall be bound
to agree by the TPIA.
9) RATES
There will be a one-time payment eligible at the approved rate of the total execution cost
of the UGPL-SM work. The cost shall include charges for inspection, witnessing testing,
furnishing report(s), travel & logistics and all incidental charges that may have to be
made in respect of the scope covered under this document and all taxes excluding the
Service Tax.
Rates will be fixed for 12 month contract period
10) SUBMISSION OF BILLS AND PAYMENT TERMS:
a. Payment shall be made as per the approved percentage of the construction cost.
b. Monthly bill to be processed by respective Ex Engineer
c. The bill will be paid within 30 days of presentation,
d. If for any reason, one repeat call for inspection cum Trial Run need to be given by
the client without any extra cost. For second repeat call Implementing Agency shall
have to bear the extra cost which shall be 50% of the TPIA charge for that work.
11) RECOVERY
67
a. Recovery for not inspecting work within specified time in the scope will be levied from
the inspecting firm /TPIA. The amount of penalty shall be Rs 1000/- ( Rs. one
thousand only) per non response of call.
b. Recovery will be recovered from bills dues or from any other dues to the inspecting
firm/TPIA including Security Deposit.
c. SSNNL Audit / vigilance / QC team may cross-examine inspection report given by
TPIA for UGPL-SM or may inspect the site work and if, their report is not favourable,
SSNNL shall recover recovery at 3 times of the fees paid and may advise for taking
disciplinary action to the concerned person of TPIA, who had inspected the works.
12) CONSULTANT’S OFFICE:
The Consultant shall establish a Project Office at a suitable location in the Project
area for efficient and coordinated performance of its Services. All the Key
Personnel shall be deployed at this office as specified in the Manning Schedule
forming part of the Agreement. The authorised officials of the Authority may visit
the Consultant’s Project Office any time during office hours for inspection and
interaction with the Consultant’s Personnel. It is not expected of the Consultant to
carry out the operations from the Head/Home Office.
The Consultant shall mobilize and demobilize its Professional Personnel and
Support Personnel with the concurrence of the Authority and shall maintain the
time sheet/ attendance sheet of the working of all Personnel in the Project Office.
These time sheets/ attendance sheets shall be made available to the Authority as
and when asked for and a copy of such record shall be submitted to the Authority
at the end of each calendar month with the bill.
13.0 INSPECTION OF WORKS:
Typical inspection checklists shall be prepared for each category of works on each
operation and activities with reference to documents and standards. The acceptance
/ rejection report through the concerted inspection engineer ensuring al the points
shall be mandatory. However the check list consisting major points is enclosed as
Annexure- IA & IB
The inspection system and procedure shall be prepared and maintained on call basis
for each sub minor. The inspection crews shall have guidelines, test plans, scope of
inspection, procedures, checklists and various formats to carry out inspection in a
68
systematic method.
The inspection reports shall have to be prepared by the inspecting agency.
The inspection report on based on factory and / or on site inspection shall be
submitted to the engineer-in-charge of the project, periodically as per requirement.
All stationary, drawing stationary, design facilities, reprographic facilities etc. shall be
provided by the inspecting authority at his own cost.
The inspecting authority shall issue necessary certification on progressive
completion of each category of work after ensuring quality control and assurance so
as to achieve the designed objectives of the particulars works. The certification shall
be based on satisfactory adherence of the system and procedures of the inspection.
14.0 Site Supervision of construction:
Contractors internal test on materials, concrete, mortar etc.
Pipe line trenching, bedding
Lowering, laying and jointing of pipe lines of various sizes.
Installation of valves, specials fittings.
Pipeline hydro testing and pre commissioning test.
Proper alignment of pipeline trenching.
Major / minor road crossings
Orientation, location of structures depth of foundation etc. with respect to approved
drawings and approved test plan
Dimensions, reinforcement, concreting in foundation.
Shuttering, plumb, dimensions, concreting etc. in Kundies construction etc. as per
approved inspection test plan.
The items listed in scope of works are major items covered under the construction contract. The miscellaneous items and any other major items remained in the lists but required
for the successful implementation of the project shall also form the part of scope of
work under this contract.
69
15.0 DEFECTS CORRECTION SUPERVISION:
i) Make periodic site visits to ensure that any outstanding work agreed upon with the
contractor before the issue of the certificate of substantial completion is properly
carried out.
ii) In the event of any defect and whenever required, visit the site, ensure that repairs
are properly carried out.
iii) On the occasion of site visits as above and / or request of the Client, supervise
performance of the operators and report to the Client in case of shortcomings,
including recommending on corrective actions.
iv) At the end of the defects correction period and when all outstanding work is
completed and all repairs are carried out satisfactorily, issue the defects corrections
certificate in accordance with the provisions of the construction contract.
70
ANNEXURE-IA
Name, Address & Logo of TPI Agency
Verification Report for UGPL sub minor during construction
Date :
District :- Division
Taluka :_ Sub Division
Village :- Implementing agency
Branch :- Sub minor
Distributory :_ CCA in ha.
Minor Length in m
(Estimated)
Sr.No. Particulars Observations Remarks
A UPVC pipe
1 Inspection made at (Give location)
2 Manufacture’s Brand name
3 Outer Dia. (mm)
4 Thickness of pipe (mm)
5 Lot/batch no on pipe Yes / No
6 Testing lab logo on pipe Yes / No
7 SSNNL logo on pipes Yes / No
8 Test results from manufacturer received? Yes / No
9 Results conform to IS specification? Yes / No
10 Pipe test pressure 4 kg/cm2? Yes / No
11 Visual appearance as per Clause No.10.1 of IS
4985-2000
12 Retesting required Yes / No
13 If yes, Sample collected in presence of SSNNL
official and agency
Yes / No
14 If yes, Give date of sampling & lab where to be
tested
71
B UPVC accessories& Valves
1 TEE/ELBOW/REDUCER/BEND
a Type of material
b Moulded/ Fabricated
c Size as per requirement? Yes / No
d ISI mark Yes / No
2 CI Air valve
a Make/brand
b Moulded/Fabricated
c ISI mark Yes / No
d Double acting Yes / No
e Size in mm
3 CI Sluice valve
a Make/brand
b Moulded/Fabricated
c ISI mark Yes / No
d Test pressure 4 kg/cm2? Yes / No
4 150 mm TEE valve
a Type of material
b Moulded/ Fabricated
c ISI mark Yes / No
d Test pressure 4 kg/cm2? Yes / No
e Size as per measurement Yes / No
5 Lowering, laying and jointing in position sluice
valve double flange with hydraulic testing.
Satisfactory/
Un Satisfactory
6 Lowering, laying and jointing in position air valve
double flange with hydraulic testing.
Satisfactory/
Un Satisfactory
7 Fixing of CI/GI Flange Satisfactory/
72
Un Satisfactory
8 GI pipes with coupling of medium duty (Test
pressure-4 kg/cm2-ISI mark)
Yes / No
C Excavation of trench
a Is minimum depth of trench 1 m plus dia. of pipe? Yes / No
b If depth is more, give details of depth, its reach and
reason
c Give average top width, bottom width in cm reach
wise (Chainage in m)
d Is side slope of trench vertical? Yes / No
e If not give details of side slope reach wise
f Rock strata met in excavation? Yes / No
g If yes, Give details reach wise.
h Are pipes laid straight Yes / No
i Are pipes laid with their logos facing upwards? Yes / No
j Give details of utility crossing if any (Chainage,
depth from ground & details of utility line)
k Technical persons deployed on work by I.A. Yes / No
l Temporary benchmark fixed? Yes / No
m Initial levels /final levels entered in field book? Yes / No
n Field book signed by I.A. Yes / No
D Other construction material such as Cement/
Steel/Bricks/ Sand/ Aggregate as per Tender
specifications or not
Yes / No
E RCC pipes
a Class and Dia. in mm
b Source/Brand
c Test results ok? Yes / No
Any other observations :
Verified By :
73
Third Party Inspection Agency SSNNL
Signature with date Signature with date Signature with date
Name of representative Name of representative Name of representative
Seal of company (TPI) Seal of company Seal of Office
74
ANNEXURE-IB
Name, Address & Logo of TPI Agency
Trial run report for UGPL sub minor work
Date :
District :- Division
Taluka :_ Sub Division
Village :- Implementing
agency
Branch :- Sub minor
Distributory :_ CCA
Minor Length in m
(Actual measured)
Sr.No
.
Particulars Observations Remarks
1 Date of completion of work
2 Whether system is of gravity flow/ lift flow or both
3 Whether UGPL laid as per design layout or any
deviation
4 If deviation, give brief details of deviation & reason
5 Backfilling done as stipulated in tender Yes / No
6 Intake well
a Concrete or masonary
b Inside/ outside plaster done in masonry well? Yes / No
c Constructed as per design drawing? Yes / No
d Inside dia. in cm & depth
e Strainer provided at the entry of water in well & at
face of offtaking pipes?
Yes / No
f Cover slab provided? Yes / No
g 28 mm dia Steps/ladder provided? Yes / No
7 Kundies (T.O.)
75
a No of kundies (gravity)
Give details of each kundi 1 2 3 4 5 6 7 8
b Chainage in m
c Circular or rectangle
d Plaster inside and outside done in case of
masonry?
Kundi constructed as per drawing
e Give dimensions in cm
Inside depth
Length/inside dia.
Breadth
f Design discharge observed?
g Is there is leakage in TEE Valve?
8 Wells for lift
a Nos. of well
Give details of each well 1 2 3 4 5 6 7 8
b Chainage in m
c Inside outside plaster done in masonry well?
d Inside dia. in cm
e Depth of well in cm
F Thickness of well in cm
G Strainer provided at face of off taking pipes
H Cover slab provided
I 28 mm dia. steps/ladder provided?
J Diesel engine water pump set as per IS1170-1975
provided?
K Mention HP of Diesel engine
L Discharging capacity in LPS
M CC Foundation for engine provided or trolly
provided?
76
N Max. water level in well observed w.r.t. ground
level (In cm)
O Design discharge observed while operating diesel
engine?
9 UPVC accessories & Valves
a Any leakage found in pipe line? Yes / No
b If yes give location chainage
c No of Sluice valve provided
d Any leakage observed? Yes / No
e No of Air valves provided in kundi
f No of separate structure of air valves
g Civil works in general ok as per specification and
drawing?
Yes / No
h Any excess work done than estimated if yes give
details.
Yes / No
i Any other observations
Verified By:
Third Party Inspection Agency Implementing Agency SSNNL Representative
Signature with Name & Date Signature with name & Date Signature with name & Date
77
SECTION 6
GENERAL CONDITIONS OF CONTRACT
1. GENERAL PROVISIONS
1.1 Definitions 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 Government’s
country, or in such other country as may be specified in
the Conditions of Contract , as they may be issued and
in force from time to time.
(b) “SSNNL” means the Sardar Sarovar Narmada Nigam
Limited, a Govt. of Gujarat undertaking, Gandhingar.
(a) “Consultant”/”Applicant” means any private or public
entity that will provide the Services to the SSNNL under
the Contract.
(b) “Contract” means the Contract signed by the Parties
and all the attached documents listed in its Clause 1,
that is these General Conditions (GC)and the
Appendices.
(c) “Day” means calendar day.
(d) “Effective Date” means the date on which this Contract
comes into force and effect pursuant to Clause GC 2.1.
(g) “Foreign Currency” means any currency other than the
currency of the SSNNL’s country.
(h) “GC” means these General Conditions of Contract.
(i) “Government” means the Government of the SSNNL’s
country.
(j) “Local Currency” means the currency of the SSNNL’s
country.
(k) “Member” means any of the entities that make up the
joint venture/consortium/association, and “Members”
means all these entities.
(l) “Party” means the SSNNL or the Consultant, as the
78
case may be, and “Parties” means both of them.
(m) “Personnel” means professionals and support staff
provided by the Consultants or by any Sub-Consultants
and assigned to perform the Services or any part
thereof; “Foreign Personnel” means such professionals
and support staff who at the time of being so provided
had their domicile outside the Government’s country;
“Local Personnel” means such professionals and
support staff who at the time of being so provided had
their domicile inside the Government’s country; and
“Key Personnel” means the Personnel referred to in
Clause GC 4.2(a).
(n) “Reimbursable expenses” means all assignment-related
costs other than Consultant’s remuneration.
(o) Deleted.
(p) “Services” means the work to be performed by the
Consultant pursuant to this Contract, as described in
Appendix A hereto.
(q) “Sub-Consultants” means any person or entity to
whom/which the Consultant subcontracts any part of
the Services.
(r) “Third Party” means any person or entity other than the
Government, the SSNNL, the Consultant or a Sub-
Consultant.
(s) “In writing” means communicated in written form with
proof of receipt.
1.2 Relationship
Between the
Parties
Nothing contained herein shall be construed as
establishing a relationship of master and servant or of
principal and agent as between the SSNNL and the
Consultant. The Consultant, subject to this Contract, has
complete charge of Personnel and Sub-Consultants, if any,
performing the Services and shall be fully responsible for
the Services performed by them or on their behalf
hereunder
1.3 Law This Contract, its meaning and interpretation, and the
79
Governing
Contract
relation between the Parties shall be governed by the
Applicable Law.
1.4 Language This Contract has been executed in the language specified
in the English, which shall be the binding and controlling
language for all matters relating to the meaning or
interpretation of this Contract.
1.5 Headings The headings shall not limit, alter or affect the meaning
of this Contract.
1.6 Notices 1.6.1 Any notice, request or consent required or permitted
to be given or made pursuant to this Contract shall
be in writing. Any such notice, request or consent
shall be deemed to have been given or made when
delivered in person to an authorized representative
of the Party to whom the communication is
addressed, or when sent to such Party at the
address specified in the RFP.
1.6.2 A Party may change its address for notice hereunder
by giving the other Party notice in writing of such
change to the address specified in the RFP.
1.7 Location The Services shall be performed in the Talukas as listed in
Section-1 of command area of SSNNL
1.8 Authority of
Member in
Charge
SSNNL has not permitted a joint venture consortium under
this consultancy contract. Every member of the
consultant’s team deployed for the assignment under this
contract shall have the authority to provide services and
also be responsible to the SSNNL for the quality of
services to be provided under this contract.
1.9 Authorized
Representativ
es
Any action required or permitted to be taken, and any
document required or permitted to be executed under this
Contract by the SSNNL or the Consultant may be taken or
executed by the officials specified in the RFP.
1.10 Taxes and
Duties
The Consultant, Sub-Consultants, and their Personnel
shall pay such indirect taxes, duties, fees, and other
impositions levied under the Applicable Law as specified in
the RFP, the amount of which is deemed to have been
80
included in the Contract Price.
1.11 Fraud and Corruption
1.11.1 Definitions It is the SSNNL’s policy to observe the highest standard of
ethics during the execution of the Contract. In pursuance of
this policy, the SSNNL:
(a) defines, for the purpose of this provision, the terms set
forth below as follows:
(i) “corrupt practice” means the offering, receiving, or
soliciting, directly or indirectly, of anything of value to
influence the action of a public official in the selection
process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or
omission of facts in order to influence a selection
process or the execution of a contract;
(iii) “collusive practices” means a scheme or arrangement
between two or more consultants, with or without the
knowledge of the Borrower, designed to establish
prices at artificial, non-competitive levels;
(iv) “coercive practices” means harming or threatening to
harm, directly or indirectly, persons or their property to
influence their participation in a procurement process,
or affect the execution of a contract;
1.11.2 Measures to
be Taken
(b) SSNNL will cancel and terminate the contract if it
determines that representatives of the Consultant were
engaged in corrupt, fraudulent, collusive or coercive
practices during the selection process or the execution
of that contract.
(c) Will sanction a Consultant, including declaring the
Consultant ineligible, either indefinitely or for a stated
period of time, to be awarded a SSNNL-financed
contract if it at any time determines that the Consultant
has, directly or through an agent, engaged in corrupt,
fraudulent, collusive or coercive practices in competing
for, or in executing, a SSNNL-financed contract;
1.11.3 Commissions
and Fees
(d) Will require the successful Consultants to disclose any
81
commissions or fees that may have been paid or are to
be paid to agents, representatives, or commission
agents with respect to the selection process or
execution of the contract. The information disclosed
must include at least the name and address of the
agent, representative, or commission agent, the
amount and currency, and the purpose of the
commission or fee.
2. COMMENCEMENT, COMPLETION, MODIFICATION & TERMINATION OF
CONTRACT
2.1 Effectiveness of
Contract
This Contract shall come into force and effect on the date
(the “Effective Date”) of the SSNNL’s notice to the
Consultant instructing the Consultant to begin carrying out
the Services. This notice shall confirm that the
effectiveness conditions, if any, listed in the RFP have
been met.
2.2 Termination of
Contract for
Failure to
Become
Effective
If this Contract has not become effective within such time
period after the date of the Contract signed by the Parties
as specified in the RFP, either Party may, by not less than
twenty one (21) days written notice to the other Party,
declare this Contract to be null and void, and in the event
of such a declaration by either Party.
2.3 Commence-
ment of
Services
The Consultant shall begin carrying out the Services not
later than the number of days after the Effective Date
specified in the RFP.
2.4 Expiration of
Contract
Unless terminated earlier pursuant to Clause of 7 of
section-5 hereof, this Contract shall expire at the end of
such time period after the Effective Date as specified in
the RFP.
2.5 Entire
Agreement
This Contract contains all covenants, stipulations and
provisions agreed by the Parties. No agent or representative
82
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 Modifications or
Variations
(a) Any modification or variation of the terms and
conditions of this Contract, including any modification
or variation of the scope of the Services, may only be
made by written agreement between the Parties.
However, each Party shall give due consideration to
any proposals for modification or variation made by
the other Party.
(b) In cases of substantial modifications or variations, the
prior written consent of the SSNNL is required.
2.7 Force Majeure
2.7.1 Definition a) If at any time during the continuance of this contract,
the performance in whole or in part by either party of
any obligation under this contract shall be prevented
or delayed by reason of any war, hostility, act of
public enemy, civil commotion, sabotage, fires
floods, explosion, epidemic, quarantine restriction,
strikes, lockouts or acts of God (herein referred to as
event), then provided notice of the happening of any
such event is given by either party to the other within
7 days from the date of occurrence thereof, neither
the party shall by reason of event be entitled to
terminate this contract nor shall either party have
any claim for damages against the other in respect
of such non-performance or delay in performance
and services under this contract shall be resumed
as soon as practicable after such event has come to
end or ceased to exist and the decision of SSNNL
as to whether the services have been rendered or
not shall be final and conclusive.
b) Provided further that if the performance in whole or
part of any obligation under this contract is
prevented or delayed by reasons of any such event
83
for a period exceeding 30 days, either party may at
its option terminate the contract.
2.7.2 No Breach of
Contract
The failure of a consultant to fulfil 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
Consultant 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.
2.7.3 Measures to
be Taken
(a) A Consultant affected by an event of Force Majeure
shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall
take all reasonable measures to minimize the
consequences of any event of Force Majeure.
(b) A Consultant affected by an event of Force Majeure
shall notify the SSNNL of such event as soon as
possible, and in any case not later than seven (7) days
following the occurrence of such event, providing
evidence of the nature and cause of such event, and
shall similarly give written notice of the restoration of
normal conditions as soon as possible
(c) Any period within which a Consultant shall, pursuant to
this Contract, complete any action or task, shall be
extended for a period equal to the time during which
such Consultant was unable to perform such action as
a result of Force Majeure.
(d) During the period of their inability to perform the
Services as a result of an event of Force Majeure, the
Consultant, upon instructions by the SSNNL, shall
either:
(i) demobilize, in which case the Consultant shall be
reimbursed for additional costs they reasonably
and necessarily incurred, and, if required by the
SSNNL, in reactivating the Services; or
84
(ii) continue with the Services to the extent possible, in
which case the Consultant shall continue to be
paid under the terms of this Contract and be
reimbursed for additional costs reasonably and
necessarily incurred.
(e) In the case of disagreement between the Parties as to
the existence or extent of Force Majeure, the matter
shall be settled according to Clause RFP.
2.8 Suspension The SSNNL may, by written notice of suspension to the
Consultant, suspend all payments to the Consultant
hereunder if the Consultant fails to perform any of its
obligations under this Contract, including the carrying out of
the Services, provided that such notice of suspension (i)
shall specify the nature of the failure, and (ii) shall request
the Consultant to remedy such failure within a period not
exceeding thirty (30) days after receipt by the Consultant of
such notice of suspension.
2.9 Termination
2.9.1 The Contract can be terminated upon occurrence of any of
the following event(s):
a) By Mutual consent
b) Breach of any of the provisions of this contract document
c) A pattern of Non-submission of Trial Run Report in time by Inspecting firm / TPIA
d) Hiding of material facts at site by Inspecting firm / TPIA
e) Proven ill-reporting by the Inspecting firm / TPIA
f) Inspecting firm / TPIA indulges into connivance of any nature with any of the IAs or SSNNL officers
g) A proven fact of farmers’ representation about unfair / unethical practice / malpractice / dissatisfactory services
h) SSNNL fails to observe its obligations under this agreement
i) Inspecting firm / TPIA adjudged / declared insolvent j) Inspecting firm / TPIA proved to have been involved in
a criminal offence lodged against it k) Inspecting firm / TPIA becomes incapable of
implementing the Contract Agreement. l) If the SSNNL determines to terminate the agreement, it
85
shall be terminated without assigning reason and without incurring any liability and the penalty shall be levied as per relevant provision above.
m) In case of termination of the Agreement, SSNNL shall allot the works assigned to Inspecting firm / TPIA to any other Inspecting firm / TPIA at the risk & cost of terminated TPIA, without any liability of SSNNL whatsoever.
n) In case of termination, due amount to be paid to Inspecting firm / TPIA , including the security deposit, shall be forfeited
2.9.2 Cessation of
Rights and
Obligations
Upon termination of this Contract pursuant to RFP hereof,
or upon expiration of this Contract pursuant to RFP hereof,
all rights and obligations of the Parties hereunder shall
cease, except (i) such rights and obligations as may have
accrued on the date of termination or expiration, (ii) the
obligation of confidentiality set forth in RFP hereof, (iii) the
Consultant’s obligation to permit inspection, copying and
auditing of their accounts and records set forth in RFP
hereof, and(iv) any right which a Consultant may have
under the Applicable Law.
2.9.3 Cessation of
Services
Upon termination of this Contract by notice of either
Consultant to the other pursuant to Clauses GC 2.9hereof,
the Consultant shall, immediately upon dispatch or receipt
of such notice, take all necessary steps to bring the
Services to a close in a prompt and orderly manner and
shall make every reasonable effort to keep expenditures for
this purpose to a minimum. With respect to documents
prepared by the Consultant and equipment and materials
furnished by the SSNNL.
2.9.4 Payment upon
Termination
Upon termination of this Contract pursuant to Clauses GC
2.9 hereof, the SSNNL shall make the following payments
to the Consultant:
Remuneration pursuant to Clause GC 6 hereof for
Services satisfactorily performed prior to the effective
date of termination, and reimbursable expenditures
pursuant to Clause GC 6 hereof for expenditures
actually incurred prior to the effective date of
termination; and
2.9.6 Disputes About If either Consultant disputes whether an event specified in
86
Events of
Termination
of Clause GC 2.9 has occurred, such Consultant may,
within forty-five (45) days after receipt of notice of
termination from the Nigam, refer the matter to Clause GC
9 hereof, and this Contract shall not be terminated on
account of such event except in accordance with the terms
of any resulting arbitral award.
3. OBLIGATIONS OF THE CONSULTANT
3.1 General
3.1.1 Standard of
Performance
The Consultant shall perform the Services and carry out
their obligations hereunder with all due diligence,
efficiency and economy, in accordance with generally
accepted professional standards and practices, and
shall observe sound management practices, and employ
appropriate technology and safe and effective
equipment, machinery, materials and methods. The
Consultant shall always act, in respect of any matter
relating to this Contract or to the Services, as faithful
adviser to the SSNNL, and shall at all times support and
safeguard the SSNNL’s legitimate interests in any
dealings with contractors, Sub-Consultants or Third
Parties.
3.1.2 Law Governing
Services
The Consultant shall perform the Services in accordance
with the Applicable Law and shall take all practicable
steps to ensure that any Sub-Consultants, as well as the
Personnel of the Consultant and any Sub-Consultants,
comply with the Applicable Law. The SSNNL shall notify
the Consultant in writing of relevant local customs, and
the Consultant shall, after such notification, respect such
customs.
3.2 Conflict of
Interests
The Consultant shall hold the SSNNL’s interests
paramount, without any consideration for future work,
and strictly avoid conflict with other assignments or their
own corporate interests.
87
3.2.1 Consultants not
to Benefit from
Commissions,
Discounts, etc.
(a) The payment of the Consultant pursuant to Clause
GC 6 hereof shall constitute the Consultant’s only
payment in connection with this Contract and,
subject to Clause GC 3.2.2 here of, the Consultant
shall not accept for its own benefit any trade
commission, discount or similar payment in
connection with activities pursuant to this Contract
or in the discharge of its obligations hereunder, and
the Consultant shall use its best efforts to ensure
that any Sub-Consultants, as well as the Personnel
and agents of either of them, similarly shall not
receive any such additional payment.
(b) Furthermore, if the Consultant, as part of the
Services, has the responsibility of advising the
SSNNL on the procurement of goods, works or
services, the Consultant shall comply with the
SSNNL’s applicable procurement guidelines, and
shall at all times exercise such responsibility in the
best interest of the SSNNL. Any discounts or
commissions obtained by the Consultant in the
exercise of such procurement responsibility shall be
for the account of the SSNNL.
3.2.2 Consultant and
Affiliates not to
be Otherwise
Interested in
Project
The Consultant agrees that, during the term of this
Contract and after its termination, the Consultant and
any entity affiliated with the Consultant, as well as any
Sub-Consultants and any entity affiliated with such Sub-
Consultants, shall be disqualified from providing goods,
works or services (other than consulting services)
resulting from or directly related to the Consultant’s
Services for the preparation or implementation of the
project.
3.2.3 Prohibition of
Conflicting
The Consultant shall not engage, and shall cause their
Personnel as well as their Sub-Consultants and their
88
Activities Personnel not to engage, either directly or indirectly, in
any business or professional activities which would
conflict with the activities assigned to them under this
Contract.
3.3 Confidentiality Except with the prior written consent of the SSNNL, the
Consultant and the Personnel shall not at any time
communicate to any person or entity any confidential
information acquired in the course of the Services, nor
shall the Consultant and the Personnel make public the
recommendations formulated in the course of, or as a
result of, the Services.
3.4 Liability of the
Consultant
Subject to additional provisions, if any, set forth in the
RFP, the Consultants’ liability under this Contract shall
be provided by the Applicable Law.
3.5 Insurance to be
Taken Out by
the Consultant
The Consultant (i) shall take out and maintain, and shall
cause any Sub-Consultants to take out and maintain, at
their (or the Sub- Consultants’, as the case may be) own
cost but on terms and conditions approved by the
SSNNL, insurance against the risks, and for the
coverage specified in the RFP, and (ii) at the SSNNL’s
request, shall provide evidence to the SSNNL showing
that such insurance has been taken out and maintained
and that the current premiums therefore have been paid.
3.6 Accounting,
Inspection and
Auditing
The Consultant (i) shall keep accurate and systematic
accounts and records in respect of the Services
hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as will
clearly identify all relevant time changes and costs, and
the bases thereof, and (ii) shall periodically permit the
SSNNL or its designated representative and/or the
SSNNL, and up to five years from expiration or
termination of this Contract, to inspect the same and
make copies thereof as well as to have them audited by
auditors appointed by the SSNNL or the SSNNL, if so
89
required by the SSNNL or the SSNNL as the case may
be.
3.7 Consultant’s
Actions
Requiring
SSNNL’s Prior
Approval
The Consultant shall obtain the SSNNL’s prior approval
in writing before taking any of the following actions:
(a) Any change or addition to the Personnel listed as
key professionals under the Terms of Reference.
(b) Subcontracts: SSNNL will not permit sub-
contracting of any part of the assignment as per the
Terms of Reference. In special circumstances that
may require the consultant to subcontract work
relating to the Services to an extent and with such
experts and entities, SSNNL may at its sole
discretion consider such subcontracting. The
Consultant shall have to obtain SSNNL’s prior
approval for such subcontracting. Notwithstanding
such approval, the Consultant shall retain full
responsibility for the Services. In the event that any
Sub-Consultants are found by the SSNNL to be
incompetent or incapable in discharging assigned
duties, the SSNNL may request the Consultant to
provide a replacement, with qualifications and
experience acceptable to the SSNNL, or to resume
the performance of the Services itself.
3.8 Reporting
Obligations
The Consultant shall submit to the SSNNL the reports
and documents specified in the Terms of Reference, in
the form, in the numbers and within the time periods set
forth in the said Terms of Reference. Final reports shall
be delivered in CD ROM in addition to the hard copies
specified in said Terms of Reference.
3.9 Documents
Prepared by the
Consultant to be
the Property of the
SSNNL
All plans, drawings, specifications, designs, reports,
other documents and software prepared by the
Consultant for the SSNNL under this Contract shall
become and remain the property of the SSNNL, and the
Consultant shall, not later than upon termination or
expiration of this Contract, deliver all such documents to
90
the SSNNL, together with a detailed inventory thereof.
The Consultant may retain a copy of such documents
and software, and use such software for their own use
with prior written approval of the SSNNL. If license
agreements are necessary or appropriate between the
Consultant and third parties for purposes of
development of any such computer programs, the
Consultant shall obtain the SSNNL’s prior written
approval to such agreements, and the SSNNL shall be
entitled at its discretion to require recovering the
expenses related to the development of the program(s)
concerned. Other restrictions about the future use of
these documents and software, if any, shall be specified
in the RFP.
3.10 Equipment and
Materials
Provided by the
Consultants
Equipment or materials brought by the Consultant and
the Personnel and used either for the Project or personal
use shall remain the property of the Consultant or the
Personnel concerned, as applicable.
4. CONSULTANT’S PERSONNEL AND SUB-CONSULTANTS
4.1 General The Consultant 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
The title, agreed job description, minimum qualification
and estimated period of engagement in the carrying out
of the Services of each of the Consultant’s Key
Personnel are described in Terms of Reference. If any
of the Key Personnel has already been approved by the
SSNNL, his/her name is listed as well.
4.3 Approval of
Personnel
The Key Personnel and Sub-Consultants listed by title
as well as by name in Terms of Reference and the
technical proposal made by the consultant and
accepted by SSNNL, are hereby approved by the
91
SSNNL. In respect of other Personnel which the
Consultant proposes to use in the carrying out of the
Services, the Consultant shall submit to the SSNNL for
review and approval a copy of their Curricula Vitae
(CVs). If the SSNNL does not object in writing (stating
the reasons for the objection) within twenty-one (21)
days from the date of receipt of such CVs, such
Personnel shall be deemed to have been approved by
the SSNNL.
4.4 Working Hours,
Overtime, Leave
etc.
(a) The consultant and his professional staff at the
project site shall work as per the work schedule
agreed with the SSNNL and shall provide their
services including the weekends and public
holidays.
(b) The Key Personnel shall not be entitled to be paid
for overtime nor to take paid sick leave or vacation
leave, the Consultant’s remuneration shall be
deemed to cover these items. All leave to be
allowed to the Personnel is included in the staff-
months of service set forth in Terms of Reference.
Any taking of leave by Personnel shall be subject to
the prior approval by the Consultant and the
SSNNL who shall ensure that absence for leave
purposes will not delay the progress and adequate
supervision of the Services.
4.5 Removal and /
or Replacement
of Personnel
(a) Except as the SSNNL may otherwise agree, no
changes shall be made in the Key Personnel. If, for
any reason beyond the reasonable control of the
Consultant, such as retirement, death, medical
incapacity, among others, it becomes necessary to
replace any of the Key Personnel, the Consultant
shall provide as a replacement a person of
equivalent or better qualifications
92
(b) If the SSNNL finds that any of the Personnel have
(i) committed serious misconduct or have been
charged with having committed a criminal action, or
(ii) have reasonable cause to be dissatisfied with
the performance of any of the Personnel, then the
Consultant shall, at the SSNNL’s written request
specifying the grounds thereof, provide as a
replacement a person with qualifications and
experience acceptable to the SSNNL.
4.6 Substitute of Key
Personnel
The SSNNL expects all the Key Personnel to be
available during implementation of the Agreement. The
SSNNL will not consider substitution of Key Personnel
except for reasons of any incapacity or due to health.
Such substitution shall ordinarily be limited to Key
Personnel subject to equally or better qualified and
experienced personnel being provided to the satisfaction
of the SSNNL. As a condition to such substitution, a sum
equal to 5% (five per cent) of the remuneration specified
for the original Key Personnel shall be deducted from the
payments due to the Consultant. In the case of a second
substitution hereunder, such deduction shall be 10%
(Ten per cent) of the remuneration specified for the
original Key Personnel. Any further substitution additional
25% (Twenty five per cent) deduction shall be made of
the original remuneration of key personnel.
5. OBLIGATIONS OF THE SSNNL
5.1 Assistance and
Exemptions
SSNNL shall assist the consultant and his staff for
getting necessary statutory permissions, approvals as
may be required under the law for their stay at the
project site and for providing services as per the terms
of the reference. Such assistance shall not be
considered as SSNNL’s obligation.
5.2 Access to Land The SSNNL warrants that the Consultant shall have,
93
free of charge unimpeded access to all land at the
project site in respect of which access is required for the
performance of the Services. The SSNNL will be
responsible for any damage to such land or any
property thereon resulting from such access and will
indemnify the Consultant 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
Consultant or any Sub-Consultants or the Personnel of
either of them.
5.3 Change in the
Applicable Law
Related to Taxes
and Duties
If, after the date of this Contract, there is any change in
the Applicable Law with respect to taxes and duties
which increases or decreases the cost incurred by the
Consultant in performing the Services, then the
remuneration and reimbursable expenses otherwise
payable to the Consultant under this Contract shall be
increased or decreased accordingly by agreement
between the Parties hereto, and corresponding
adjustments shall be made to the ceiling amounts
specified in RFP.
5.4 Services,
Facilities and
Property of the
SSNNL
(a) The SSNNL shall make available to the Consultant
and the Personnel, for the purposes of the Services
and free of any charge, the services, facilities and
property described in the Terms of Reference and
the Data Sheet.
(b) In case that such services, facilities and property
shall not be made available to the Consultant as
and when specified in Terms of Reference and the
Data Sheet, the Parties shall agree on (i) any time
extension that it may be appropriate to grant to the
Consultant for the performance of the Services, (ii)
the manner in which the Consultant shall procure
any such services, facilities and property from other
sources.
5.5 Payment In consideration of the Services performed by the
Consultant under this Contract, the SSNNL shall make
94
to the Consultant such payments and in such manner
as is provided by RFPof this Contract.
95
6. PAYMENTS TO THE CONSULTANT
6.1 Cost Estimates;
Ceiling Amount
The Consultant shall be paid as per the quoted
percentage of the cost of Construction. The monthly
payment to the consultant shall be paid as per the work
done by the construction contractor on percentage
basis.
6.2 Remuneration
and
Reimbursable
Expenses
The Consultant shall be paid a lump sum price as
proposed by him in percentage of construction cost of
the work and accepted by the SSNNL as a part of the
financial proposal. In case if, any extra work not covered
within the scope of the terms of reference is required,
SSNNL shall pay the consultant additionally by mutual
consent.
6.3 Currency of
Payment
All payments will be made in Indian Rupees
6.4
Mode of Billing
and Payment
Billings and payments in respect of the Services shall be
made as follows:
a. Payment shall be made as per the approved
percentage of the construction cost.
b. Monthly bill to be processed by respective Ex Engineer
c. The bill will be paid within 30 days of presentation,
d. If for any reason, one repeat call for inspection cum
Trial Run needs to be given by the client without any
extra cost. For second repeat call Implementing
Agency shall have to bear the extra cost which shall be
50% of the TPIA charge for that work.
6.5
Liquidated
Damages
Liquidated Damages for error/variation In case any error
or variation is detected in the reports submitted by the
Consultant and such error/variation is the result of
negligence or lack of due diligence on the part of the
Consultant, the consequential damages thereof shall be
quantified by the SSNNL in a reasonable manner and
recovered from the Consultant by way of deemed
liquidated damages, subject to a maximum of 0.50%
(Zero Point Fifty Percent) of the Agreement Value.
96
6.6
Liquidated
Damages for
delay
In case of delay in completion of Services, liquidated
damages not exceeding an amount equal to 0.2% (zero
point two per cent) of the Agreement Value per day,
subject to a maximum of 10% (ten per cent) of the
Agreement Value will be imposed and shall be
recovered by appropriation from the Performance
Security or otherwise. However, in
case of delay due to reasons beyond the control of the
Consultant, suitable extension of time shall be granted.
6.7 Encashment
and
appropriation of
Performance
Security
The SSNNL shall have the right to invoke and
appropriate the proceeds of the Performance Security,
in whole or in part, without notice to the
Consultant in the event of breach of this Agreement or
for recovery of liquidated damages specified in this
Clause 6.5 and 6.6.
7.0
Penalties for
deficiency in
Services
a) In addition to the liquidated damages not amounting
to penalty, as specified in Clause 6.5, warning may be
issued to the Consultant for minor deficiencies on its
part. In the case of significant deficiencies in Services
causing adverse effect on the Project or on the
reputation of the SSNNL, other penal action including
debarring for a specified period may also be initiated as
per policy of the SSNNL.
b) SSNNL may conduct independent Quality monitoring
and checking of works carried out by the Consultant. If
such checks disclose that works carried out by the
Consultant do not meet the specified requirement, the
SSNNL will not pay the Consultant’s fees for the
affected portion. In addition, the Consultant will incur a
penalty equal to 100% of such fee and without
entitlement to payment of further fees in this respect.
c) If the service of a team member provided by the
97
Consultant is not acceptable to SSNNL, the consultant
shall immediately replace the team member on request
of SSNNL. If the consultant fails to quickly deploy /
replace a team member as instructed by the employer,
the employer may make temporary arrangement which
shall be paid by SSNNL with commensurate reduction
in the man-month scope of the TPI contract. The
consultant shall incur a penalty equal to 50% (fifty
percent) of the cost to the employer of the temporary
replacement until such time that the consultant provides
an acceptable replacement / team member
8.0 FAIRNESS AND GOOD FAITH
8.1 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.
8.2 Operation of the
Contract
The Parties recognize that it is impractical in this
Contract to provide for every contingency which may
arise during the life of the Contract, and the Parties
hereby agree that it is their intention that this Contract
shall operate fairly as between them, and without
detriment to the interest of either of them, and that, if
during the term of this Contract either Consultant
believes that this Contract is operating unfairly, the
Parties will use their best efforts to agree on such action
as may be necessary to remove the cause or causes of
such unfairness, but no failure to agree on any action
pursuant to this Clause shall give rise to a dispute
subject to arbitration in accordance with Clause GC 8
hereof.
98
9.0 SETTLEMENT OF DISPUTES
The issues arising out of the contract administration shall
be resolved through following procedure:
Written request from TPIA to the Chief Engineer
(Mehsana) within 15 days of occurrence of event
requiring dispute resolution
Request to be analyze by the Committee for UGPL-SM in
its formal meeting
Decision of SSNNL upon report of the Committee will be
conveyed to the TPIA within to 30 days of receipt of their
written request.
If the TPIA is not satisfied by the decision as above, it
may approach appropriate judicial authority
99
AGREEMENT FORM
AGREEMENT
This agreement, made the ________ day of ______ 20_____, between
__________________________________________________(name and
address of Employer ) (hereinafter called “the Employer)’ of the one part and
__________________________________ (name and address of Consultant)
(hereinafter called “the Consultant”) of the other part.
Whereas the Employer is desirous that the Consultant execute
____________________________________________________ (name and
identification number of Contract) (hereinafter called “the TPI Services”) and the
Employer has accepted the Bid by the Consultant for the execution and
completion of such Works and the remedying of any defects therein, at a
contract price of Rs……………………………
NOW THIS AGREEMENT WITNESSETH as follows:
1. In this Agreement, words and expression shall have the same meanings as
are respectively assigned to them in the Conditions of Contract hereinafter
referred to, and they shall be deemed to form and be read and construed as
part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Consultant
as hereinafter mentioned, the Consultant hereby covenants with the Employer to
execute and complete the TPI services and remedy any defects therein in
conformity in all aspects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Consultant in consideration of the
Project Management Consultancy / TPI services of the Works and the remedying
the defects wherein the Contract Price or such other sum as may become
payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
4. The following documents shall be deemed to form and be read and construed as
part of this Agreement, viz.:
100
i) Letter of Acceptance;
ii) Notice to proceed with the works;
iii) Consultant’s Bid;
iv) Contract Data;
v) Conditions of contract (including Special Conditions of Contract);
vi) Specifications;
vii) Drawings;
viii) Bill of Quantities; and
ix) Any other document listed in the Contract Data as forming part of the
contract.
x) RFP with amendments and pre bid clarifications
In witness whereof the parties thereto have caused this Agreement to be executed
the day and year first before written.
The Common Seal of _______________________________ was hereunto
affixed in the presence of:
Signed, Sealed and Delivered by the said
In the presence of:
Binding Signature of Employer
Binding Signature of Consultant
101
Appendix F - Form of Bank Guarantee Bank Guarantee for Performance Security
To
Executive Engineer,
In consideration of Executive Engineer, ___________________________________ acting
on behalf of the Government of Gujarat (hereinafter referred as the “Authority”, which
expression shall, unless repugnant to the context or meaning thereof, include its successors,
administrators and assigns) having awarded to M/s ……………….., having its office at
……………….. (hereinafter referred as the “Consultant” which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators,
executors and assigns), vide the Authority’s Agreement no. ………………. dated
……………….. valued at Rs. ……………….. (Rupees ………………..), (hereinafter referred
to as the “Agreement”) a “Consultancy Services for Supervision for underground pipe line
(UGPL)Sub-minor work in the SSP command area” and the Consultant having agreed to
furnish a Bank Guarantee amounting to Rs. ……………….. (Rupees ………………..) to the
Authority for performance of the said Agreement.
1. We, ……………….. (hereinafter referred to as the “Bank”) at the request of the
Consultant do hereby undertake to pay to the Authority an amount not exceeding
Rs. ………………… (Rupees ………………….) against any loss or damage
caused to or suffered or would be caused to or suffered by the Authority by
reason of any breach by the said Consultant of any of the terms or conditions
contained in the said Agreement.
2. We, ……………….. (indicate the name of the Bank) do hereby undertake to pay
the amounts due and payable under this Guarantee without any demur, merely
on a demand from the Authority stating that the amount/claimed is due by way of
loss or damage caused to or would be caused to or suffered by the Authority by
reason of breach by the said Consultant of any of the terms or conditions
contained in the said Agreement or by reason of the Consultant’s failure to
perform the said Agreement. Any such demand made on the bank shall be
conclusive as regards the amount due and payable by the Bank under this
Guarantee. However, our liability under this Guarantee shall be restricted to an
amount not exceeding 10 lacs.
102
3. We undertake to pay to the Authority any money so demanded notwithstanding
any dispute or disputes raised by the Consultant in any suit or proceeding
pending before any court or tribunal relating thereto, our liability under this
present guarantee being absolute and unequivocal. The payment so made by us
under this bond/security shall be a valid discharge of our liability for payment
there under and the Consultant shall have no claim against us for making such
payment.
4. We, ……………….. (indicate the name of Bank) further agree that the Guarantee
herein contained shall remain in full force and effect during the period that would
be taken for the performance of the said Agreement and that it shall continue to
be enforceable till all the dues of the Authority under or by virtue of the said
Agreement have been fully paid and its claims satisfied or discharged or till the
Authority certifies that the terms and conditions of the said Agreement have been
fully and properly carried out by the said Consultant and accordingly discharges
this Guarantee. Unless a demand or claim under this Guarantee is made on us in
writing by the Authority on or before a period of two years from the date of this
Guarantee, we shall be discharged from all liability under this Guarantee
thereafter.
5. We, ………………… (indicate the name of Bank) further agree with the Authority
that the Authority shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said Agreement or to extend time of performance by the said
Consultant from time to time or to postpone for any time or from time to time any
of the powers exercisable by the Authority against the said Consultant and to
forbear or enforce any of the terms and conditions relating to the said Agreement
and we shall not be relieved from our liability to pay the amounts due and
payable under this Guarantee without any demur, merely on a demand from the
Authority, by reason of any such variation, or extension being granted to the said
Consultant or for any forbearance, act or omission on the part of the Authority or
any indulgence by the Authority to the said Consultant or any such matter or
thing whatsoever which under the law relating to sureties would, but for this
provision, have the effect of so relieving us.
103
6. This Guarantee will not be discharged due to the change in the constitution of the
Bank or the Consultant(s).
7. We,……………….. (Indicate the name of Bank) lastly undertake not to revoke
this Guarantee during its currency except with the previous consent of the
Authority in writing.
Dated, the ………. day of ………. 20
For ...
(Name of Bank)
(Signature, Name and Designation of the
Authorized Signatory) Seal of the Bank:
NOTES:
(i) The Bank Guarantee should contain the name, designation and code number
of the officer(s) signing the Guarantee.
(ii) The address, telephone no. and other details of the Head Office of the Bank
as well as of issuing Branch should be mentioned on the covering letter of
issuing Branch.