1
HARYANA PWD B&R BRANCH, PROVINCIAL
DIVISION FARIDABAD
TERM OF REFERENCE DOCUMENTS
FOR
CARRYING OUT SURVEY, GEOTECHNICAL INVESTIGATION AND
PREPARATION OF GADs, BOQ, DETAILED DESIGNING, WORKING
DRAWINGS, DETAILED ESTIMATE INCLUDING REQUIRED
MODIFICATIONS DURING CONSTRUCTION of ROB LC No. 579 A ON
DELHI MATHURA ROAD TO VILLAGE ANANGPUR IN FARIDABAD
DISTRICT.
Contract No :__ _ _ ___
Serial No.__ _ ____ _ _ Date Issue _ ____ _ _ _
Name of Agency to whom _ ____ _ ___ _ _ _ ______ _ ___ _
Issued _ ___ _ ____ _ ____ ____ _ ____
Signature of Officer Issuing
the Document ______ _ ___ _ ______ _ ___ _ ____
Executive Engineer,
Provincial Division,
PWD B&R Br.
Faridabad.
2
3
GOVERNMENT OF HARYANA
PWD B&R BRANCH, FARIDABAD
Press Note
HARYANA PWD (B&R)
NOTICE INVITING TENDER
Sr.No.
Name of work Approximate value of
work (Rs.)
Bid Security (Rs.)
Cost of document
(Rs.)
Time limit
Date and time for bid preparation
to Hash submission
1. Carrying out Survey,
Geotechnical Investigation and
preparation of GADs, BOQ,
Detailed Designing, Working
Drawings, Detailed Estimate
including required modification
during construction of ROB at LC
No. 579-A on Delhi Mathura Road
to Village Anangpur in Faridabad
District.
15.00
Lacs
0.30 lacs
Contr.
0.15 lacs
Society
5000/- Three
Months
30.10.2013 10:01 hrs.
to 18.11.2013 17:00 hrs
Only through e-Tendering Note: - For Other details visit Website http://haryanapmgsy.etenders.in and www.haryanapwd-bandr.org. (For and on behalf of Governor of Haryana)
Executive Engineer, Provincial Division, PWD B&R Br. Faridabad Ph. No. 0129-2288187
4
CONTENTS
Sr.
No.
Section Description Pages
1. Section 1 Notice for inviting Financial Bid
2. Section 2 Instructions to Tenderers /
Bidders
3. Section 3 Terms of Reference
4 Section 4 Technical proposal format
5 Section 5 Financial bid format
6 Section 6 Forms of Securities & agreement
7 Section 7 Sketches of available level
crossings
4
SECTION – 1
NOTICE FOR INVITING FINANCIAL BIDS
8
DETAIL NOTICE INVITING TENDER
The Governor of Haryana invites the bids from eligible bidders through online bids in the website: http://haryanapmgsy.etenders.in for the work detailed in the table.
Sr.No.
Name of work Approximate value of
work (Rs.)
Bid Security (Rs.)
Cost of document
(Rs.)
Time limit
Date and time for bid preparation
to Hash submission
1. Carrying out Survey,
Geotechnical Investigation and
preparation of GADs, BOQ,
Detailed Designing, Working
Drawings , Detailed Estimate
including required modification
during construction of ROB at LC
No. 579-A on Delhi Mathura Road
to Village Anangpur in Faridabad
District.
15.00
Lacs
0.30 lacs
Contr.
0.15 lacs
Society
5000/- Three
Months
30.10.2013 10:01 hrs.
to 18.11.2013 17:00 hrs
1. Bidding Documents can be downloaded online from the Portal http://haryanapmgsy.etenders.in by the
Societies / Contractors registered on the Portal.
2. Pre bid meeting will be held on 20.11.2013 at 11.30 Hrs. for the tenders mentioned above in the
committee room of office of Executive Engineer, Provincial Division PWD B&R Br., Faridabad to clarify the
issues and to answer questions on any matter that may be raised at that stage as stated in clause 9.2 of
‘Instructions to Bidders’ of the bidding document.
3. As the Bids that are to be submitted online are required to be encrypted and digitally signed, the Bidders are
advised to obtain the same at the earliest. For obtaining Digital Certificate, the Bidders may contact the
representative of Next Tenders, the Service Providers of Electronic Tendering System.
4. The contractual Agencies can submit their tender documents Online as per the dated mentioned in the key
dates above:-
8
Key Dates
Sr.
No.
PWD B&R Stage
Contractor Stage
Start Date and
Time
Expiry Date
and Time
1
Release of Tender 30.10.2013
10.00 hours
30.10.2013
17:00 hrs.
2
-
Download Tender Document
30.10.2013
17:01 hrs.
18.11.2013
17:00 hrs.
3
-
Online Bid Preparation
& Hash Submission
30.10.2013
17:01 hrs.
18.11.2013
17:00 hrs.
4
Technical and
Financial Lock
-
18.11.2013
17:01 hrs.
18.11.2013
21:00 hrs
17:00 hrs.
5
-
Re-encryption of Online Bids
18.11.2013
21:01 hrs.
19.11.2013
17:00 hrs.
6 Manual Submission of BS and
(Technical)Documents
19.11.2013
10.01 hrs.
19.11.2013
17.00 hrs.
7
Open BS &
Technical/PQ bid
-
20.11.2013
11:30 hrs.
8
Technical
Evaluation
-
20.11.2013
11:30 hrs.
9
Open Financial / Price-
Bid
-
20.11.2013 at
15.00 hours to
onward.
5. The Bidders can download the bidding documents from the Portal http://haryanapmgsy.etenders.in.
Tender Document Fees has to be paid online during the Bid Preparation and Hash Submission stage and Bid
Security has to be submitted in a separate sealed BS envelope. The bidders shall have to pay the Tender
Document Fees mentioned against the work at the time of Bid Preparation and Hash Submission stage. The
Bid Security will have to be in any one of the form as specified in the bidding document. The BS envelop has to
reach in the office of Executive Engineer, Provincial Division Hr.PWD B&R Br., Faridabad on or before
19.11.2013, 17.00 Hrs. However, as the details of the Bid Security are required to be filled at the time of Bid
Preparation and Hash Submission stage, the Bidders are required to keep the BS ready appropriately.
6. The tender shall be submitted by the tenderer in the following three separate envelops:
1. Earnest Money - Envelope ‘BS’ (Scanned copy online and hard
copy in physical form)
2. N.I.T. and Technical Bid - Envelope ‘T I’ (on line)
3. Tender in Form – A (Price Bid) - Envelope ‘C I’ (on line)
8
Note: Online Bidders are required to submit the physical BS in a physical BS Envelop – ‘BS’. Price Bids and
Technical Bids ar e to be submitted mandatory online and shall not be accepted in any physical form.
Reference of the BS is to be mentioned online.
Above envelop, as applicable, shall be kept in a big outer envelope, which shall also be sealed, In the first
instance, the Envelop – ‘BS’ of all the Bidders containing the Bid Security shall be opened online and
physically. If the Earnest Money is found proper, t e c h n i c a l b i d s h a l l b e o p e n e d ( O n l i n e ) i n t h e
Envelop in ‘C I’ shall be opened ( On line ) only if the tenders meet the qualification criteria as per Bid
document. The date of opening of Financial Bid shall be fixed at the time of opening of Technical Bid.
The Contractual Agencies will submit the necessary documents as under:-
Envelope ‘BS’ – Bid Security En v e l ope
Physical BS Envelop – The Bid Security will have to be in any one of the form as specified in the bidding document.
Online BS Envelope—Reference details of the Bid Security instrument and scanned copy of the Bid Security.
In case Financial bid is submitted but Bid Security has not been submitted by any bidder, then bidder would be
debarred from further tendering in Haryana PWD (B&R) for a period of minimum 1 year.
Adjustment of tender document fees of the Contractors/Agencies:
1. “ Single tender shall normally not be considered unless there are special circumstances to do so. In such
eventually, decision to accept the single tender shall be as prescribed in the rule. If special circumstances are
not present, tenders shall be re-called. If re-tendering again results in a single tender, its acceptance may be
considered with proper justification and reason”.
2. Those bidders shall not be required to pay tender document fee, who choose to submit bids again on
tendering being re-called on account of single tender /bid being received on first call.
3.
Envelope ‘CI’ – Price Bid Envelope
Information related to Price Bid of the tender to be submitted mandatory online
The envelope marked BS shall be submitted clearly marking the name of agency and name of work. The contractual
Agencies can submit their tender documents (Online ) as per the dates mentioned in the key Dates above:-
CONDITONS:-
1. DNIT & Prequalification Criteria can be seen on any working day during office hours in office of the
undersigned .
2. Conditional tenders will not be entertained & are liable to be rejected.
3. In case the day of opening of tenders happens to be holiday, the tenders will be opened on the next working day.
The time and place of receipt of tenders and other conditions will remain unchanged.
4. The undersigned reserve the right to reject any tender or all the tenders without assigning any reason.
5. The Societies shall produce an attested copy of the resolution of the Co-Operative department for the issuance
of tenders.
6. The tender without earnest money b id security will not be opened.
7. The jurisdiction of court will be at Faridabad.
8
8. The tender of the bidder who does not satisfy the qualification criteria in the bid documents are liable to be
rejected. Summarily without arising any reason and no claim whatsoever on this account will be considered.
9. The bid for the work shall remain open for acceptance during the bid validity period to be reckoned from
the last date of ‘manual submission of BS” .If any bidder/tenderer withdraws his bid /tender before the said
period or makes any modifications in the terms and conditions of the bid, the earnest money shall stand
forfeited. Bids shall be valid for 120 days from the date of bid closing i.e. from last date of manual submission of
EMD. In case the last day to accept the tender happens to be holiday validity to accept tender will be the next
working day. For and behalf of Governor of Haryana.
Executive Engineer, Provincial Division,
PWD B&R Br., Faridabad Phone: 0129-2288187
Email: [email protected]
Endorsement No. Dated
A copy of above is forwarded to the following for information and wide publicity:
(1) The Deputy Commissioner, Faridabad.
(2) The Engineer-in-Chief, Haryana, PW(B&R) Deptt., Chandigarh
(3) The Superintending Engineer, Gurgaon Circle, PW (B&R) Deptt., Gurgaon.
(4) M/S SNC Lavelin Infra Pvt. Ltd. 5B Towers, Ist. Floor Plot No. 1A/1 , Sector -16A ,
Film City, Noida 201301 .
(5) M/S S.N.Bhobe & Associates Pvt. Ltd., Banking Complex No. 1 , Unit No. 10 , Plot
No. 9 & 10, Sector 19A, Vashi Navi Mumbai.
(6) M/S Stanley Consultants Inc, Unit No. 405 A &B , Plot No. D-4 Rectangle One, 4th
.
Floor Saket District Centre , Saket , New Delhi.
(7) M/S GMD Consultants, 2 Part View Society Sector -17, Nerul ( East) Navi Mumbai-
400706.
(8) M/S DNV India Pvt. Ltd, B-1/1-1, First Floor, Mohan Coop Industrial Estate, Mathura
Road, New Delhi -110044.
(9) M/S Lion Engineering Consultant, Plot No. 97 , Elegant Estate, Near Mothery Teresa
School , Kotar Road, Bhopal.
(10) M/S Gilcon Projects Services Ltd. 204, Thacker Tower, Sector -17, Vashi Navi
Mumbai.
(11) M/S URS Scott Wilson India Pvt. Ltd. Building No. A-26/4, Mohan Cooperative
Industrial Estate, Mathura Road, New Delhi -110044.
(12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th
& 5th
. Floor,
Plot Nos. C3 to C7 , IT Park Zone, Thiru VI Ka, Industrial Estate, Guindy Chennai
(TN)
(13) M/S Mare Technocrats Pvt. Ltd., Mare House , Sector 6-7, Opposite Devi Lal Park,
Bahadurgarh, Haryana.
(14) M/S Acmetch Consultant Pvt. & M/S Sarawat Bridge Engg. & Consultants P.Ltd. (JV)
B 45-46, Tej Kumar Plaza, Hazaratganj, Lucknow 226001.
8
(15) M/S Jindals Consortium Structural Engineers, Architects, REgd. Valuers, Highway &
Bridge Designers S.C.F. 9, Vikas Vihar, Ambala City -134003.
(16) M/S Sai Consulting Engineers Pvt. Ltd. Block A, SAI house, Satyam Corporate
Square, Behind Rejpath Club, Bodakdev, Shmedabad -380059.
(17) M/S Zoma Consulting Services Pvt. Ltd. , D-84 , 4th
. Floor, Tikona Park, Jamia Nagar,
New Delhi -110025.
(18) M/s. MSV International inc. D-7, South City- 1, Gurgaon- 122002.
(19) M/s. Enarch Consultant Pvt. Ltd. Consulting Engineers, Planner and Architects, B-66,
Sector- 63, Noida.
(20) M/s. VKS Infratech Management Pvt. Ltd, 181, Pratap Nagar Lane no. 118, Pkt. IV,
Mayur Vihar, New Delhi.
(21) M/s. EDMAC Consultant Pvt. Ltd., G-1, LGF, South Side- II, New Delhi.
(22) M/s. Caritas Infra Consulting Pvt. Ltd., Plot No. 1360, Sector -37, Faridabad.
(23) M/s. Consulting Engineers Group Ltd., CEG Tower, B- 11 (G), Malviya Industrial
Area, Jaipur- 302017.
(24) M/s. Craphts Consultants, 2 Park View Society, Sector -17, Nerul (East) Navi
Mumbai- 400706.
(25) M/s. CE Testing Company Pvt. Ltd. 124-A, N.S.C. Bose road, Kolkata- 700092.
(26) M/s. Holtec Consulting Pvt. Ltd., Holtec Centre, A- Nlock, Sushant Lok, Gurgaon
122001.
(27) M/s. Redecon (India) Pvt. Ltd. H-54 A, Ground Floor Kalka Ji, New Delhi 110019.
(28) M/s. Egis India Consulting Engineers Pvt. Ltd., 12/6, Saffron square, Delhi- Mathura
Road, Faridabad.
(29) M/s. Engineering and Planning Consultants 241, Somdutt Chamber- 29, Bhikaji Cama
Place, New Delhii -66.
(30) M/s. Intercontinental Consultants and Technocrats Pvt. Ltd., A-8, Green Park, New
Delhi- 110016.
(31) M/s. Stup Consultants Pvt. Ltd. , 112, Vishal Tower, District Centre, Janak Puri, New
Delhi.
(32) M/s. Thoughts Consultants, Jaipur Pvt. Ltd., 1- DA-15, Jawahar Nagar, Jaipur.
(33) M/s. Yoyants Solutions Pvt. Ltd, 403, 4th
Floor, BPTP Park, Centra Sector -30,
Gurgaon 122001.
(34) M/s. Unihorn India Pvt. Ltd., Vatika Atrium, B- Block, 1st floor, DLF Golf Course
Road, Sector -53, Gurgaon.
Executive Engineer, Provincial Division Hr. PWD B&R Br., Faridabad.
Phone : 0129-2288187 Email: pwd-eepd1-faridabad.
8
Instruction to Contractor on Electronic Tendering (Applicable only for contract(s) amounting to
more than Rs.5.00 lacs)
1. These conditions will over-rule the conditions stated in the tender documents, wherever
relevant and applicable.
2. Registration of the Contractors on the Haryana PW(B&R) Deptt.’s website
http://haryanapmgsy.etenders.in
All the Contractors registered / intending to register with Haryana PW(B&R) Deptt. and intending to
participate in the tenders processed online, are required to get registered on the Electronic Tendering System
on the Portal http://haryanapmgsy.etenders.in
The Contractors registered with other departments who are also eligible to participate in the tenders are also
required to be registered on the Electronic Tendering System in OPEN category.
For more details, please see the information in Registration info link on the home page.
3. Obtaining a Digital Certificate:
3.1 The Bids submitted online should be encrypted and signed electronically with a Digital
Certificate to establish the identity of the bidder bidding online. These Digital Certificates are
issued by an approved certifying authority, by the controller of Certifying Authorities,
Government of India.
3.2 A Digital Certificate is issued upon receipt of mandatory identity proofs and verification letters
attested by the bankers /gazzetted officers with whom the contractor maintains the accounts with.
Only upon the receipt of the required documents, a digital certificate can be issued.
3.3 The registered contractors may obtain Class II B digital certificated from any Certifying
Authority or Sub- certifying Authority authorized by the Controller of Certifying Authorities or
may obtain information and application format and documents required to issue of digital
certificate from:
i. Nex Tenders (India) Pvt. Ltd.
YUCHIT, Juhu Tara Road
8
Mumbai – 400049
Phone: 022-26611287
Email: [email protected]
ii. Nex Tenders (India) Pvt. Ltd.
NIrman Sadan, Plot No. 1, Sector-33/A, Chandigarh.
PIN: 160034
Mob: 09815034028 (Mr.Manmeet Sharma)
Mob: 09878012160 (Mr.Rishi)
Chandigarh-0172-2618292
Gurgaon-08743042801
Rohtak- 09255125260
Hisar- 09034357793
Email: [email protected]
3.4 Bid for a particular tender may be submitted only using the digital certificate, which is used to
encrypt the data and sign the hash during the stage of bid preparation and hash submission. In case, during the
process of a particular tender, the user looses his digital certificate (i.e. due to virus attack, hardware problem,
operating system problem); he may not be able to submit the bid online. Hence, the users are advised to back
up to certificate and keep the copies at safe place under proper security to be used in case of emergencies.
3.4 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used
for signing and submitting a bid it will be considered equivalent to a no-objection
certificate/power of attorney to that User. The firm has to authorize a specific individual via an
authorization certificate signed by all partners to use the digital certificate as per Indian
Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to
represent adequate authority of the user to bid on behalf of the firm for Haryana PWD B&R
tenders as per Information Technology Act 2000. The digital signature of this authorized user will
be binding on the firm. It shall be the responsibility of management / partners of the registered
firms to inform the certifying authority of Sub / Certifying Authority, if the authorized user
changes, and apply for a fresh digital certificate and issue a ‘authorization certificates’ for the
new user. The procedure for application of a digital certificate will remain the same for the new
user.
3.5 The same procedure holds true for the authorized users in a private/Public limited company. In
this case, the authorization certificate will have to be signed by the directors of the company.
4. Opening of an Electronic Payment Account:
4.1 For purchasing the tender documents online, contractors are required to pay the tender
documents fees online using the electronic payments gateway service as mentioned in
the D.N.I.T.
4.2 For the list of payments using which the online payments can be made, please refer to the Home
page of the Portal http://haryanapmgsy.etenders.in.
5. Set up of machine
5.1 In order to operate on the electronic tender management system, a user’s machine is
required to be set up. A help file on setting up of the system can be obtained from Next Tenders
8
(India) Pvt. Ltd. or downloaded from the home page of the website -
http://haryanapmgsy.etenders.in.
6. Online Viewing of Detailed Notice Inviting Tenders:
6.1 The contractors can view the detailed N.I.T and the time schedule (Key Dates) for all the
packages floated using the electronic tendering system on the Haryana PW(B&R) website
http://haryanapmgsy.etenders.in
7. Purchase of Tender Documents:
a) Download of Tender Documents: The tender documents can only be downloaded from the
Electronic Tendering System on the Portal http://haryanapmgsy.etenders.in
8. Submission of Bid Seal (Hash) of online Bids:
8.1 Submission of bids will be preceded by submission of the digitally signed bid seal (Hash) as
stated in the tender time schedule (Key Dates)
9. Generation of Super Hash:
9.1 After the prescribed time of submission of Bid Seal (Hash) by the Contractors has lapsed,
the bid round will be closed and a digitally signed tender Super Hash will be generated by
authorized Haryana PW(B&R) official. This is equivalent to sealing the tender box.
10. Submission of actual online bids:
10.1 Contactors have to submit their encrypted bids online and upload the relevant documents
for which they generated the hash at the stage of hash generation and submission after the
generation of Super Hash within the date and time as stated in the Notice Inviting Tenders
(Key Dates). The electronic bids of only those contactors who have submitted their bid
seals (Hashes) within the stipulated time, as per the tender time schedule (Key Dates), will
be accepted by the System. A contractor who does not submit his bid seal (Hash) within the
stipulated time will not be allowed to submit his bid.
11. Submission of Tender Document Fees:
11.1 The Payment can be made by eligible / approved contractors online directly. Arrangements have
been made for contractors to make payments online via Credit Cards / Internet Banking
Accounts / ITZ Cash Cards/Debit Cards. The contractors have to pay for the tender
documents online by making online payment of tender document fees using the service of the
secure electronic payment gateway. The secure Electronic payments gateway is an online
interface between contractors and credit card / online payment authorization networks.
12. Submission of Earnest Money Deposit:
12.1 The details of scan copy of EMD Payment will be made by eligible / approved contractors
online.
13. Key Dates:
1010
13.1 The contractors are strictly advised to follow dates and times a indicated in the Notice Inviting
Tenders. The date and time will be binding on all contractors. All online activities are time
tracked and the system enforces time locks that ensure that no activity or transaction can take
place outside the start and end dates and time of the stage as defined in the Notice Inviting
Tenders.
Other Information:
1. The intending Contractors shall fill in the item rate in the online BOQ templates of the tender. The
Price Bid has to be submitted mandatory online.
2. Technical Bid Documents that cannot be submitted online, if any should be put in separate sealed
envelopes and these sealed envelopes together with the documents listed below and delivered to this
office before the date and time mentioned in the Tender Notice.
i. A list of all documents accompanying the sealed envelopes containing the tender
documents.
ii. Duly accepted power of Attorney in original along with its two certified copies in the name of
tenderer or authorized representative to act on behalf of the agency.
3. a) Bidder must strictly abide by the stipulations set forth in detailed notice inviting tenders while
tendering for the work.
4. Price Bid has to be submitted mandatory online and shall not be accepted physically under
any circumstances. In case any tenders does not comply with procedure given above, will be
presumed that he is not interested in work and the work shall not be let out to him, further he may
be de-barred without further notice to him for failing to abide by the approved terms of detailed
notice inviting tenders for this work.
5. The tenders which are not accompanied by the earnest money or do not strictly follow the
technical requirement, are liable to be rejected summarily.
6. Tenders quotations which are dependent upon the quotations of another tender shall be
summarily rejected.
7. The tender of the bidders who does not satisfy the qualification in the bid documents are
liable to be rejected summarily without arising any reason and no claim what so ever on their
account will be considered.
Executive Engineer,
Provincial Division
PWD (B&R)Br, Faridabad
1010
2.0 Term of Reference documents are being issued/sent to you, being empanelled by PWD
B&R, by post without any charge. Haryana PWD B&R Department shall not be
responsible for any postal delay in receiving the tender documents.
3.0 The tender/offer documents shall be submitted containing Financial Bid as per instructions
given in documents.
4.0 Completed documents shall be sealed super-scribing as (Financial Bid) along with the
name of the work. Documents duly sealed in the prescribed manner above can also be sent
through Registered Post/Speed Post/Courier so as to reach the authority not later than the
time and date of opening of tenders. Any document received later than the time and date
of opening of documents shall be rejected and filed in the office unopened.
5.0 Documents shall be submitted as per “Instructions to Bidders” forming a part of the
financial bid.
6.0 Haryana PWD B&R Department reserves the right to postpone the submission/opening
date and to accept/reject any or all financial bid without assigning any reasons thereof.
7.0 The validity of the offer shall be 120 days from the date of opening of the financial bid
document.
8.0 The transfer of financial documents issued to one intending bidder to another bidder is not
admissible. Bidder can submit bid only on the documents issued to him by Department.
For & on behalf of Governor of Haryana
Executive Engineer,
Provincial Division
PWD (B&R)Br,faridabad
1111
Section – 2
INSTRUCTIONS TO TENDERERS/BIDDERS
1212
SECTION – 2
INSTRUCTIONS TO BIDDERS
1 GENERAL :
1.1 The work is proposed to be executed under the following relationship: -
2. ELIGIBILITY CRITERIA
The applicants shall meet with all the following “Criteria”
i). The applicants must be empanelled as on date by any of the following department
HSRDC
Haryana PWD (B&R)
NHAI
MORT&H
ii). In last five years ending 31.03.2013, Consultant must have completed for Govt./Semi
Govt./Public Sector/Listed Public Companies as prime consultant:-
a) Detailed DPR of three no. ROB’s
And
b) Detailed Design and Drawing consultancy for three No. Approaches to ROB Comprising of
Solid Fill (with RCC/ R.E. Wall) and stilled portion. The length of approaches for each
should not be less than 700mtr.
iii). The average annual financial turnover from consultancy work only during the last 3 years
(2010-11, 2011-12, 2012-13) should not be at leas than 200.00 Lacs.
a)
b)
Client
Employer
Haryana Government.
Superintending Engineer,
Gurgoan Circle, PWD B&R ,
Gurgoan.
c)
Engineer-in-Charge
Executive Engineer,
Provincial Division
PWD (B&R),Faridabad
d)
Design Consultant
The successful tenderer to whom the work will be
awarded shall become the Design consultant for the
execution of this work.
1313
Notes: 1. The consultant should submit performance certificates in reference to
Sr. No (ii) above, from clients for having successfully completed the works.
2. The financial turnover shall be judged from ITCC or Annual Reports including
Profit and Loss Account.
No joint venture/Consortium is permitted.
3. The PWD require Design Consultants to observe the highest standard of ethics
during selection process and the execution of contracts. If it is found at any time
that a Design Consultant has misrepresented itself, or provided false information, he
is liable to be disqualified.
4. Bidders may carefully note that they are liable to be disqualified at any time during
Biding process in case any of the information furnished by them is not found to be
true. In addition the EMD of such Bidder shall be forfeited. The decision of
Employer in this respect shall be final and binding.
5. The Bidder must obtain for itself on its own responsibility and its own cost all the
information including risks, contingencies and other circumstances in execution of
the work. It shall also carefully read and understand all the obligations and
liabilities given in Bid documents.
6. The Bidder is advised to visit and examine the site where the work is to be executed
and its surroundings or other areas as deemed fit by the Bidder and obtain for itself
on its own responsibility all information that may be necessary for preparing the
Bid and execution of the contract. The cost of visiting the site and collecting
relevant data shall be at the Bidder’s own expenses. It is a condition of the Bid that
the Bidder is deemed to have visited the site and satisfied itself with all the
conditions prevailing including any difficulties for executing the work.
7. All the pages of the Bid documents submitted by Bidder shall be signed and
stamped by the Bidder or his representative holding the Power of Attorney (Enclose
original/attested photocopy of the Power of Attorney).
8 Earnest Money.
The Bidder must furnish the Earnest Money, failing which the Bid shall be
summarily rejected. The Earnest Money may be in any one of the following
forms.
a) Pay Order/Demand Draft of any Scheduled Bank in India in favour of Executive
Engineer Provincial Division , Hry., PWDB (B&R Faridabad
payable at Faridabad
1414
b) Fixed Deposit Receipt issued by any Scheduled Bank in India endorsed in
favour of Executive Engineer.
c) No interest shall be allowed on Earnest Money Deposit in case the same is
deposited in the form of Pay order/ Demand draft.
9 Forfeiture of Earnest Money:
The Earnest Money of the Bidder shall be forfeited if he withdraws his Bid during
the period of Bid validity specified in the “Notice Inviting Bid” or extended validity
period as agreed in writing by the Bidder.
The earnest money of the successful Bidder is liable to be forfeited if he fails to;
i) sign the Contract Agreement in accordance with the terms of the Bid, or
ii) furnish Performance Guarantee in accordance with the terms of the Bid, or
iii) commence the work within the time period stipulated in the Bid.
a. In case of forfeiture of EMD, the Bidder can be debarred from Bidding in
case of re-invitation of the Bids and also for further 5 years.
b. Return of Earnest Money:
i. The Earnest Money of the unsuccessful Bidders shall be discharged and
returned as promptly as possible.
ii. The Earnest Money Deposit of the successful Bidder shall be returned
after signing of agreement & submission of performance guarantee.
10. Deleted
11. Withdrawal of Bid.
No Bid can be withdrawn after submission and during Bid validity period.
12. Evaluation and comparison of Bids
12.1 The Bidder must submit all necessary authentic data.
12.2 The technical bids will be opened first. The financial bids of the applicant whose
technical bids are found as per the eligible criteria will be opened in the presence of the
applicants present on that date .Financial bids of applicants not meeting the eligibility criteria
will not be opened.
12.3 The Employer reserves the right to negotiate the offer submitted by the Bidder to
withdraw certain conditions or to bring down the rates/contract price to a reasonable level.
13. Award of Contract
13.1 The employer shall award the Bid to the Eligible and the lowest Bidder.
1515
13.2 Letter of Acceptance issued by the Employer/Engineer shall constitute a legal and binding
contract between Employer/Engineer and the Design Consultant till such time the contract
agreement is signed.
2 Eligible Bidders
This invitation of bids is open to consultants empanelled with Haryana PWD B&R.
3 Haryana PWD B&R Department require Design Consultants to observe the highest
standard of ethics during selection process and the execution of contracts. If it is found at
any time that a Design Consultant has misrepresented itself, or provided false information,
he is liable to be disqualified.
4 Bidder may carefully note that they are liable to be disqualified at any time during bidding
process in case any of the information furnished by them is not found to be true.
5 The bidder must obtain for itself on its own responsibility and its own cost all the
information including risks, contingencies and other circumstances in execution of the
work. It shall also carefully read and understand all the obligations and liabilities given in
term of reference documents.
6 The bidder is advised to visit and examine the site where the work is to be executed and its
surroundings or other areas as deemed fit by the bidder and obtain for itself on its own
responsibility all information that may be necessary for preparing the bid and execution of
the contract. The cost of visiting the site and collecting relevant data shall be at the bidder’s
own expenses. It is a condition of the tender that the tenderer is deemed to have visited the
site and satisfied itself with all the conditions prevailing including any difficulties for
executing the work.
7 All the pages of the term of reference documents submitted by tenderer shall be signed and
stamped by the bidder or his representative holding the Power of Attorney (Enclose
original/attested photocopy of the Power of Attorney).
8 Withdrawal of tender.
No tender can be withdrawn after submission and during tender validity period.
9 Evaluation and comparison of tenders
9.1 The Employer reserves the right to negotiate the offer submitted by the tenderer to
withdraw certain conditions or to bring down the rates/contract price to a reasonable level.
10 Award of Contract
10.1 Letter of Acceptance issued by the Employer/Engineer shall constitute a legal and binding
contract between Employer/Engineer and the Design Consultant till such time the contract
agreement is signed.
1616
SECTION – 3
TERMS OF REFERENCE
1717
SECTION – 3
CONDITIONS OF CONTRACT
1.0 SCOPE OF WORK:
The scope of the work shall consist of carrying out the following activities in
connection with the one ROB (as detailed in Notice Inviting Tender) proposed to
be constructed at Faridabad (Distt Faridabad) in Haryana. The scope described
hereunder is only indicative in nature and shall not be limited to the same: -
a) Review all the available reports, drawings, information, site details etc. and consider the same while planning of the work.
b) Carry out an accurate instrumental survey and cover such areas as would be
essential to establish a proper functional system including traffic management with
temporary diversion/diversions. All survey shall be done by total stations. All
survey and planning exercise has to be compatible with MXPRO, Eagle Point or
equivalent software. All survey data shall be documented properly with reference to
permanent bench marks. The survey would also include locating the permanent
bench mark, transfer the same to the locations near the site for further reference,
making of temporary bench marks, taking the levels in an appropriate grid covering
the full area of Bridges/Road over Bridge, approaches etc. within appropriate land
width on either side and submitting all the contour drawings, level books and plane
table sheets in original. The survey data should such that establishment of suitable
bridge alignment, approaches, etc. are feasible and should relate to total work. The
entire survey drawings shall be made on CAD and shall be supplied in original in 6
hard copies and in CDs also. All survey instruments, Engineers, Labour, Temporary
works, Tools and Plants and any other item required for survey work complete in all
respects shall be arranged by the Design Consultant at his own cost.
c) Details of Overhead/underground utility detection and proposed relocation,
carryout detailed Geotechnical investigations to determine the properties of soil as
required as per IRS/IRC/BIS codal provisions for designing the foundations of the
bridges, approaches and other structure and prepare Detailed Geotechnical
investigations reports as per latest IRS/IRC/BIS codal provisions.
d) Carry out investigations as may be required for the purpose of formulation of an
effective cross Drainage system and design the drainage system for both surface
and subsurface.
e) Preparation of Detailed General Arrangement Drawing (GAD) for each ROB/Bridge
showing approach roads, bridges etc. The GAD should show its location across the
railway lines along with approach and inter connecting approach roads. The
planning as a whole should be functional and aesthetically appealing and
complying with all requirements of Railways, State Govt., Local Authorities,
IRC and MORT&H. The traffic bypass arrangement/diversion to be used during the
construction period should also be marked and located on the plan. The Design
Consultant shall submit six sets GADs, in hard as well as in soft copy (in CDs). The
Design Consultant will also submit the proposed land acquisition plans.
1818
f) At the time of submission of GAD, the Design Consultant shall also submit
preliminary engineering design and drawings for all items of works along
with Bill of Quantities with calculations for all quantities, cost estimate,
analysis of rates and detailed specifications for all the items of the work for
invitation of tenders for fixing executing agencies.
g) The Design Consultant shall get the approval of GAD from the Railway
authorities. For this, the Design Consultant may have to visit the offices of the
concerned Departments, for which nothing extra shall be paid. The Design
Consultant shall also make necessary changes in the GADs based on any
suggestions made by the approving Authorities without any extra cost.
h) Based on the approved GAD, preli8minary design, surveys and technical
investigation, the Design Consultant shall prepare detailed layout plans showing
approach roads, bridge etc., prepare detailed engineering design, design
calculations and drawings including detailed construction working drawings for all
items of works. The drawings shall be prepared on computer in standard CAD
formats. The entire final approved designs and estimates shall be submitted duly
signed in original in 6 copies along with CDs.
i) The Design Consultant shall get the design and working/detailed drawings
proof checked from any of the following institution/undertakings;
a) The Indian Institutes of technology (IITs) Delhi or Bombay,
In exceptional circumstances, if the design cannot be got proof checked from
the above institution/undertakings, the consultant shall submit a list of three
proof consultants empanelled with the MORT&H for design of bridges/ROB to
the Employer. The Employer would select the proof consultant out of this
list and intimate the consultant, which shall be binding on him. Nothing
extra is payable for getting the design proof checked and the cost is deemed
to be included in lump sum cost quoted by the consultant.
The Design Consultants shall also modify/revise the designs and drawings on the
basis of changes/modifications suggested by the proof Design Consultant or
Employer without any additional payment.
j) Design Consultants must submit their plans with 3D, Auto CAD Drawings based
upon the analysis with the required systems. Extensive three dimensional
inference management, with low and high existing structures is required to be seen
before finalizing any plans.
k) The Design Consultant shall supply free of cost all drawings of appropriate
size in sufficient copies as directed by the Engineer/Employer.
l) The Design Consultant shall provide design support during construction stage
including temporary works design, Girders launching schemes, road
diversions, checking of executing agencies scaffolding/shuttering arrangements
etc. and all required modifications during construction as desired by employer
or as per requirement of site.
m) Preparation of detailed Girders launching scheme along with complete
methodology and getting the same approved from Railway or any other
competent authority/department.
n) The Design Consultant shall visit the site during the contract/construction period,
without any extra cost, as directed by the Engineer in case of any problem relating
to design/drawings. There will be no limit on number of necessary site visits of the
Design Consultant and decision of the Engineer shall be final.
2020
o) The Design Consultant during the period of this assignment, and thereafter, till the
satisfactory completion of the construction of the work, act as Design Consultant
and give any advice regarding the construction of this work, in particular, to
intending contractors who would tender and undertake the construction of this
work.
p) The Design Consultant shall be responsible for accuracy of the designs, drawings
and construction drawings prepared by him as part of the project.
q) The Design Consultant shall protect the Department against any damage or loss
arising for want of such care and diligence or neglect of professional duty. To this effect,
the Design Consultant shall indemnify the Department through a professional indemnity
insurance policy with a nationalized insurance company for 10% of the total fee payable to
him. A copy of the policy shall be deposited with the Engineer-in-Charge.
r) The Design Consultant shall promptly notify the Engineer-in-Charge of any change in the
Constitution of his firm. It shall be open to the Engineer-in-Charge to terminate the
Agreement on the death, retirement, insanity or insolvency of any person being Director in
the said firm, or on the addition or introduction of a new Director without the previous
approval in writing of the Engineer-in-Charge. But until its termination by the Engineer-in-Charge as aforesaid, this agreement shall continue to be in full force and effect notwithstanding any changes in the constitution of the firm by death, retirement, insanity or insolvency of any of its Director or addition or introduction of any new Director. In case
of death or retirement, the serving or remaining Directors of the firm shall be jointly and severally liable for the due and satisfactory performance of all the terms and conditions of the Agreement.
s) The key personnel comprising the Design Consultants team for the work should be drawn
from the permanent staff of the firm. These key personnel will be continuously associated
with the design and drawings of this work from beginning to completion of the work.
t) The Land Acquisition Paper U/S-IV & VI will be prepared by the Design Consultant
himself.
2.0 DETAILS OF ROAD OVER BRIDGES/BRIDGES:
Sr.
No. Location Rough Estimated
Cost (Rs. in Lacs) 1. Carrying out Survey, Geotechnical Investigation and
Preparation of GADs, Bill of Quantities, Detailed Designing, Working
Drawings, Detailed Estimates including required modifications
during construction for following bridges:
1 CONSTRUCTION of ROB LC No. 579 A ON
DELHI MATHURA ROAD TO VILLAGE
ANANGPUR IN FARIDABAD DISTRICT.
Available Sketches of the sites of level crossings showing salient details of road rail
configuration for the purpose of developing concepts and detailed plans are enclosed for
ready reference. These can be used by Design Consultants for assessing the extent of
survey but it is imperative that site visits may be made by the teams to make their own
assessment.
2121
The decision to have two lane or four lane ROBs, number of future tracks, spans shall be
decided in consultation with Employer at survey stage.
3.0 GENERAL GUIDELINES FOR DESIGN OF BRIDGES/ ROBs:
3.1 The design shall be carried out in terms of specifications of latest editions (and upto
date correction/amendment/errata) of IRS (Indian Railways Standards), IRC (Indian
Road Congress) and ISI (Indian Standard Institution) now BIS (Bureau of Indian
Standards) and as desired by the Client /Employer.
3.2 Vertical Clearance for future electrification (if not existing) shall be provided
corresponding to OHE requirements or any future track reprofiling in vertical
frame, as desired by Railway.
3.3 The girders may be of Precast pre-stressed concrete (Post tensioned), steel or
composite or R.C.C. /PSC Beams/Slabs etc. depending upon the field conditions
and economy.
3.4 End launching/crane erection of Girders from the approach road may be preferred.
3.5 The approaches of the bridges may be Reinforced earth work or earth slopes or
viaduct depending upon the site conditions and requirements of the Client. The
decision of the Engineer-in-Charge shall be final in this regard. The Design
Consultant shall provide alternatives with cost benefit analysis and full justification
for the proposed alternatives.
4.0 PERFORMANCE SECURITY
4.1 Performance Security:
i. Within 14 days of issue of the Letter of Acceptance from the Employer/
Engineer, the successful tenderer shall furnish to Employer/Engineer a
performance Security in the form of bank guarantee on the proforma
annexed as Annexure-I from any scheduled Bank for an amount of 5% (Five
percent) of the original Contract value.
Alternatively, the performance security can be furnished by the Design
Consultant in the form of Fixed Deposit Receipt (FDR) from a scheduled
Bank endorsed in favour of the Employer.
The bank guarantee/ FDR shall be operative till six months after proposed time limit of the work satisfactory.
ii) No payment under the contract shall bes made to the Design Consultant
before receipt of performance security.
iii) Failure of the successful tenderer to furnish the required performance
security shall be a ground for the annulment of the award of the Contract.
4.2 Release of Performance Security:
The whole of the Performance Security shall be liable to be forfeited by the Employer/
Engineer at the discretion of the Employer/Engineer, in the event of any breach of contract,
on the part of the Design Consultant or if the Design Consultant fails to perform or observe
2222
any of the conditions of the contract. On due and faithful/satisfactory completion of the
entire, the Performance Security shall be returned to the Consultant.
5.0 CONTRACT AGREEMENT:
The Design Consultant shall enter into and execute the Contract agreement in the form of
agreement (Annexure-II) within 30 days from the date of issue of Letter of Acceptance.
The stamp papers of the requisite value as per the prevailing laws shall be provided by the
Design Consultant at his own cost. Original agreement shall be retained by the
Employer/Engineer and a certified copy shall be made available to the Consultant.
6.0 MOBILISAITON ADVANCE
6.1 Conditions for Payment :
If requested by the Design Consultant in writing, the Employer/ Engineer shall make an
interest bearing mobilization advance payment to the Design Consultant for an amount not
more than 15 (Fifteen) percent of the contract value/price. The mobilization advance shall
be paid exclusively for the costs of mobilization in respect of the Works. Payment of such
advance shall be made after fulfillment of the following conditions to the satisfaction of the
Engineer: -
i) Submission of Performance Security by the Design Consultant in accordance with
Clause 4.1 of these Conditions.
i) Submission of an unconditional bank guarantee in the format annexed as Annexure-
III from a scheduled bank in India for an amount equivalent to the mobilization
advance being paid. The Bank Guarantee may be split into not more than four
separate Bank Guarantees & each having a minimum value of 2.5% of the original
contract value. Such Bank Guarantee shall remain effective until the advance
payment has been recovered from the Consultant. Bank Guarantee(s) for the
amount recovered from the Design Consultant shall be released to the Design
Consultant progressively.
6.2 Payment :
After fulfillment of the pre-conditions as described in para 6.1 above, the mobilization
advance shall be released to the Consultant.
6.3 Recovery : The recovery of mobilization advance shall commence from the Consultant’s on account
bills after completion of Geotechnical investigation works at site and the full recovery shall
be effected before completion of works for a value of 60% of the total contract value. The
recovery schedule shall be made by the Engineer based on the payments made.
7.0 RATES TO BE ALL INCLUSIVE :
7.1 The rates/price to be quoted in financial bid shall be for the complete scope of work as
described in the tender document. Any item of work included in the scope of work may not
be exclusively described in the document. The price to be quoted in the Bid Form shall also
take care of all such items of consultancy assignment.
The price quoted should also be inclusive of all types of direct and indirect taxes imposed
by Central/State Govt. and local bodies. However, any statutory variation in and/ or fresh
imposition of such levies/ taxes relevant to this contract shall be reimbursed by the
Employer after submission of documentary evidences by the Design Consultant and
verification of the same by the Department.
No price adjustment shall be applicable and the price as accepted shall remain firm and
hold good till the completion of assignment/work in all respects. No additional claim or
amount shall be admissible on account of any fluctuations in any market rates.
2323
7.2 Payment:
The accepted contract price shall form the basis of payment to the consultant Payment shall only be made after submission of bill(s) by the Consultant. The payment shall generally be made within 15 days from the submission of the bill by the Consultant. However, no payment shall be made to the Design Consultant till such time Service tax registration certificate is submitted. Payment shall be made on proportionate basis in the following stages:-
S.
No. Description. Payment (%age of
accepted cost of price of tender).
1 On completion of detailed survey work and submission
of survey report ;and data collected to Haryana PWD B&R Department.
15% of the fee
2. On completion of geotechnical investigation and submission of Report to Haryana PWD B&R Department.
15% of the fee
3. On submission of GADs, preliminary design drawings,
bill of quantities, estimate and specifications for all the items of work to HYaryana PWD B&R Department.
10% of the fee
4. On approval of GADs from Railways, State Govt., Local Authorities.
5% of the fee
5. On approval of the detailed design, detailed working/construction drawings etc. by Haryana PWD B&R Department, after proof checking for substructure and approaches and submission of the same.
20% of the fee
6. On approval of the detailed design, detailed working/construction drawings, etc. by Haryana PWD B&R Department after proof checking for Super Structure and submission of the same.
10% of the fee
7. On preparation of land acquisition papers 15% of the fee 8. On modification of design, drawings & estimates
during construction as per requirement at site and submission of the same as and when required by the employer/Engineer-in-Charge.
10% of the fee
8.0 SCHEDULE FOR COMPLETION OF WORK:
The Design Consultant shall carryout the work indicated at Sr. No. 1 to 6 in the above clause included in his scope of work very expeditiously within the following time schedule for all the ROBs:-
S.No. Description of work. Period(in days)
1. Mobilization & completion on detailed survey work and submission of survey report and data collected.
D + 7
2. Preparation & submission of geotechnical investigation and submission of Report.
D + 20
3. Preparation and submission to Department general arrangement drawings (GAD), preliminary design and drawings, estimate including bill of quantities and general specifications required for floating of tenders etc.
D + 30
4. Approval of GAD from Railways, State Govt., Local Authorities etc.
D + 40
5. Approval of detailed design, working/construction drawings from the Proof Consultant for substructure and approaches.
D + 50
6. Approval of detailed design, working/construction drawings from the Proof Consultant for superstructure.
D + 65
7. Preparation of land acquisition papers. D + 75
8. On modification of design, drawings & estimates during construction as per requirement at site and submission of the same as and when required ;by the employer/Engineer-in-Charge.
Alongwith execution of work.
D = Date of issue of Letter of Acceptance.
9.0 Schedule of modification during construction: Pursuant to Clause 1.0 (l) and Item No.7
of payment sub clause 7.2 hereinabove, the design consultant shall submit the modified
design/drawing during construction period within 10 days from the date of receipt of such
directions from employer. The design consultant shall provide all support for modification
including site visits during entire completion period of the project by the construction
agency including extended period if any.
10.0 DELAY AND EXTENSION OF CONTRACT PERIOD/ LIQUIDATED DAMAGES:
10.1 The time allowed for execution and completion of the works or part of the works as
specified in the contract, shall be essence of the contract on the part of the Consultant.
10.2 As soon as it becomes apparent to the Consultant, that the work and/ or portions thereof
(required to be completed earlier), cannot be completed within the period(s) stipulated in
the contract, or the extended periods granted, he shall forthwith inform the Engineer and
advise him of the reasons for the delay, as also the extra time required to complete the
works and / or portions of work, together with justification therefore. In all such cases,
whether the delay is attributable to the Design Consultant or not, the Design Consultant
shall be bound to apply for extension well within the period of completion/ extended period
of completion of the whole works and / or portions thereof.
10.3 Extension due to modifications
If any modifications are ordered by the Engineer or site conditions actually encountered are
such, that in the opinion on the Engineer the magnitude of the work has increased
materially, then such extension of the stipulated date of completion may be granted, as
shall appear to the Engineer to be reasonable.
10.4 Delays not due to Employer
If the completion of the whole works (or part thereof which as per the contract is required
to be completed earlier), is likely to be delayed on account of:
a. Any force major event referred to in Clause 13.0 or
b. Any relevant order of court or
c. Any other event or occurrence which, according to the Engineer is not due to the
Consultant’s failure or fault, and is beyond his control;
the Engineer may grant such extensions of the completion period as in his opinion is
reasonable.
10.5 Delays due to Employer/Engineer
In the event of any failure or delay by the Employer / Engineer in fulfilling his obligations
under the contract, then such failure or delay, shall in no way affect or vitiate the contract
or alter the character thereof, or entitle the Design Consultant to damages or compensation
thereof but in any such case, the Engineer shall grant such extension or extensions of time
to complete the work, as in his opinion is/ are reasonable.
10.6 Delays due to Design Consultant and Liquidated Damages:
If the delay in the completion of the whole works or a part of the works, beyond stipulated
completion period, is due to the Consultant’s failure or fault, and the Engineer feels that the
remaining works or the portion of works can be completed by the Design Consultant in a
reasonable and acceptable short time, then, the Engineer may allow the Design Consultant
extension or further extension of time, for completion, as he may decide, subject to the
following:
a. Without prejudice to any other right or remedy available to the Engineer, recover by
way of liquidated damages and not as penalty, a sum equivalent to quarter of one
percent (0.25%) of the contract value of the works, for each week or part thereof the
Design Consultant is in default.
b. The recovery on account of compensation for delay shall be limited to 5% of his
contract value of the works, as the case may be.
The recovery of such damages shall not relieve the Design Consultant from his obligation
to complete the work or from any other obligation and liability under the contract.
10.7 Engineer’s decision on compensation payable being final
The decision of the Engineer as to the compensation, if any payable by the Design
Consultant under this clause shall be final and binding.
10.8 Time to continue to be treated as the essence of contract in spite of extension of time.
It is an agreed terms of the contract that notwithstanding grant of extension of time under
any of the sub-clauses mentioned herein, time shall continue to be treated as the essence of
contract on the part of the Consultant.
11.0 TERMINATION OF CONTRACT DUE TO CONSULTANT’S DEFAULT
11.1 Conditions leading to termination of contract
i. If the Consultant
a. becomes bankrupt or insolvent, or,
b. makes arrangements with or assignment in favour of his creditor, or agrees
to carry out the contract under a committee of inspection of his creditors or
c. being a company or corporation goes into liquidation by a resolution passed
by the Board of Directors/ General Body of the share-holders or as a result
of court order (other than voluntary liquidation for the purpose of
amalgamation or reconstruction) or
d. has execution levied on his goods or property or the works, or
e. assigns or sublets the contract or any part thereof otherwise than as provided
for under conditions of this contract, or
f. abandons the contract, or
g. persistently disregards instructions of the Engineer or contravenes any
provisions of the contract, or
h. fails to adhere to the agreed programme of work or fails to complete the
works or parts of the works within the stipulated or extended period of
completion, or is unlikely to complete the whole work or part thereof within
time because of poor record of progress; or
i. fails to take steps to employ competent and / or additions staff and labour, or
j. promises, offers or gives any bribe, commission, gift or advantage, either
himself or through his partners, agents or servants to any officer or employee of the Engineer or the Employer, or to any person on their behalf,
in relation to obtaining or execution of this or any other contract with the
Employer, or
k. suppresses or gives wrong information while submitting the tender.
In any such case, the Engineer on behalf of the Employer may serve the Design Consultant
with a notice in writing to that effect and if the Design Consultant does not, within 7 days
after delivery to him of such notice, proceed to make good his default in so far as the same
is capable of being made good, and carry on the work or comply with such instructions as
aforesaid to the entire satisfaction of the Engineer, the Employer shall be entitled after
giving 48 hours notice in writing to terminate the contract, as a whole or in part or parts (as
may be specified in such notice).
ii. In such a case of termination, the Employer/Engineer may adopt the
following course.
Carry out the whole or part of the work from which the Design Consultant
has been removed by engaging another Design Consultant or deployment of
technical staff at site.
11.2 Entitlement of Employer/Engineer:
In cases described in sub-clause 11.1 (ii) above, the Employer/ Engineer shall be entitled
to:
a. Forfeit the whole or such portion of the Performance security amount, as he may
deem fit, and
b. Recover from the Design Consultant the cost of carrying out the balance work in
excess of the sum, which he would have been paid, according to the certificate of
the Engineer, if the works had been carried out and completed by the Design
Consultant under the terms of the contract. Such certificate shall be final and
binding upon the Consultant. The amount to be recovered may be deducted by the
Employer/ Engineer from any other moneys due to the Design Consultant alone or
jointly under this or any other contract.
12.0 TERMINATION OF CONTRACT ON EMPLOYER/ ENGINEER’S ACCOUNT.
The Employer/Engineer shall be entitled to terminate the contract, at any time, should, in
the Employer/Engineer’s opinion, the cessation of works becomes necessary, owing to
paucity of funds or due to court orders or from any other cause whatsoever. Notice in
writing from the Employer/Engineer of such termination and reasons therefore, shall be
conclusive evidence thereof.
In case of termination of contract on Employer/Engineer’s account as described above, the
claims of the Design Consultant towards expenditure incurred by him in the expectation of
completing the whole works, shall be admitted and considered for payment as deemed
reasonable and are supported by the documents/vouchers etc. to the satisfaction of
Employer/Engineer. The decision of the Employer/Engineer on the necessity and propriety
of such expenditure shall be final and conclusive.
However, the Design Consultant shall have no claim to any payment of compensation or
otherwise, on account of any profit or advantage which he might have derived from the
execution of the work in full but which he could not in consequence of termination of
contract under this clause.
13.0 FORCE MAJURE
13.1 If, at any time during the currency of the contract, the performance of any obligation (in
whole or in part) by the Employer or the Design Consultant shall be prevented or delayed
by reason of any war, hostilities, invasion, acts of public or foreign enemies, rebellion,
revolution, insurrection, civil commotion, sabotage, large scale arson, floods, earthquake or
any other act of god, large scale epidemics, nuclear accidents, any other catastrophic
unforeseeable circumstances, quarantine restrictions, any statutory, rules, regulations,
orders or requisitions issued by a Government department or competent authority
(hereinafter referred to as “event”) then, provided notice of the happening of such an event
is given by either party to the other within 21 days of the occurrence thereof.
a) Neither party by reason of such event be entitled to terminate the contract or have
claim for damages against the other in respect of such non-performance or delay in
performance.
b) The obligations under the contract shall be resumed as soon as practicable after the
event has come to an end or ceased to exist.
c) If the performance in whole or part of any obligation under the contract is prevented
or delayed by reason of the event beyond a period of 180 days, the contract may be
fore closed with mutual consent by giving a notice of 30 days without any
repercussions on either side.
d) In case of doubt or dispute, whether a particular occurrence should be considered an
“event” as defined under this clause, the decision of the Engineer shall be final and
binding.
e) Works that have already been measured shall be paid for by the Engineer even if the
same is subsequently destroyed or damaged as a result of the event. The cost of any
work that has been measured shall be borne by the Employer/Engineer.
f) If the contract is fore-closed under this clause, the Design Consultant shall be paid
fully for the work done under the contract, but not for any defective work or work
done which has been destroyed or damaged before its measurement.
13.2 If no notice is issued by either party regarding the event within 21 days of occurrence, the
said event shall be deemed not to have occurred and the contract will continue to have
effect as such.
14.0 SETTLEMENT OF DISPUTES
All disputes or differences of any kind whatsoever that may arise between the
Employer/Engineer and the Design Consultant in connection with or arising out of the
contract or subject matter thereof or the execution of works, whether during the progress of
works or after their completion, whether before or after termination of contract shall be
settled as under: -
14.1 Mutual Settlement
All such disputes or differences shall in the first place be referred by the Design Consultant
to the Employer in writing for resolving the same through mutual discussions, negotiations,
deliberation etc. associating representatives from both the sides and concerted efforts shall
be made for reaching amicable settlement of disputes or differences.
14.2 Conciliation/ Arbitration
14.2.1 It is a term of this contract that Conciliation/Arbitration of disputes shall not be
commenced unless an attempt has first been made by the parties to settle such disputes
through mutual settlement.
14.2.2 If the Design Consultant is not satisfied with the settlement by the Employer on any matter
in question, disputes or differences, the Design Consultant may refer to the Employer in
writing to settle such disputes or differences through conciliation or Arbitration provided
that the demand for conciliation or Arbitration shall specify the matters, which are in
question or subject of the claim, item wise. Only such dispute(s) or difference(s) in respect
of which the demand has been made, together with counter claims of the Employer shall be
referred to Conciliator or Arbitrator as the case may be and other matters shall not be
included in the reference.
14.2.3 The Employer may himself act as Sole Conciliator/Sole Arbitrator or may at his option
appoint another person as Sole Conciliator or Sole Arbitrator, as the case may be. In case,
the employer decides to appoint a Sole Conciliator/Sole Arbitrator, then a panel of at least
three names will be sent to the Consultant. Such persons may be working/ retired
employees of the Employer of the rank of S.E. who had not been connected with the work.
The Design Consultant shall suggest minimum two names out of this panel for appointment
of Sole conciliator/Sole Arbitrator. The Employer will appoint Sole Conciliator/ Sole
Arbitrator out of the names agreed by the Consultant.
14.2.4 In case, the Design Consultant opts for settlement of disputes through Conciliation at first
stage and if the efforts to resolve all or any of the disputes thorough Conciliation fails, the
Design Consultant may refer to the Employer for settlement of such disputes or differences
through Arbitration. The appointment of Sole Arbitrator shall be done by the Employer as
per the procedure described above. No disputes or differences shall be referred to
Arbitration after expiry of 60 days from the date of notification of failure of Conciliation.
14.2.5 The Conciliation and/or Arbitration proceedings shall be governed by the provisions of the
Indian Arbitration and Conciliation Act 1996 or any statutory modification or re-enactment
thereof and the rules made thereunder and for the time being in force shall apply to the
conciliation and arbitration proceedings under this clause.
14.2.6 The language of proceedings, documents or communications shall be in English and the
award shall be made in English in writing.
14.2.7 The conciliation/arbitration proceedings shall be held at a place decided by
conciliator/arbitrator.
14.2.8 The fees and other charges of the Conciliator/ Arbitrator shall be as per the scales fixed by
the employer and shall be shared equally between the Employer and the Consultant.
14.3 Settlement through Court
It is a term of this contract that the Design Consultant shall not approach any court of Law
for settlement of such disputes or differences unless an attempt has first been made by the
parties to settle such disputes or differences through clauses 14.1 and 14.2.
14.4 No suspension of work
The Obligations of the Employer, the Engineer and the Design Consultant shall not be
altered by reasons of conciliation/arbitration being conducted during the progress of works.
Neither party shall be entitled to suspend the work on account of conciliation/ arbitration
and payments to the Design Consultant shall continue to be made in terms of the contract.
14.5 Award to be binding on all parties
The award of the Sole Arbitrator, unless challenged in court of law, shall be binding on all
parties.
14.6 Exception:
For settlement of disputes with central PSUs, the procedure as per existing orders of
Permanent Machinery for Arbitration (PMA), Bureau of Public Enterprises, Govt. of India
shall be followed.
14.7 JURISDICTION OF COURTS :
Jurisdiction of courts for dispute resolution shall be at Faridabad.
SECTION - 4
TECHNICAL PROPOSAL FORMAT
Section 4 Technical Proposal Format
Annexure-I
DETAILS OF THE ROBS FOR WHICH FEASIBILITY STUDY AND DPR WAS COMPLETED BY THE CONSULTANT
DURING LAST FOUR YEARS AND THE ROBS WERE PHYSICALLY COMPLETED
SR.
NO NAME OF THE
PROJECT LOCATION
OF THE
PROJECT
TOTAL
PROJECT COST
FOR WHICH
CONSULTANCY
WAS
PROVIDED BY
THE
CONSULTANT
SINGLE SPAN
OF THE
RAILWAY
BRIDGE
INCLUDED IN
THE ROB
TYPE OF
SERVICES
RENDERED (A,
B, C)
NAME,
ADDRESS
AND
CONTACT
NOS. OF
CLIENT
DURATION OF
THE
CONSULTING
ASSIGNMENT
DATE OF
PHYSICAL
COMPLETION
OF THE
PROJECT
PERFORMANCE
CERTIFICATE/O
F THE CLIENT
ENCLOSED
(YES OR NO)
TYPE OF STRUCTURE OF
APPROACHES AND
RAILWAY BRIDGE
(PSC/STEEL/COMPOSITE
GUARDER
A – SURVEY, B – GEOTECHNICAL INVESTIGATIONS, C- DETAILED DESIGN AND DRAWINGS, ESTIMATES, GADs, BOQ
etc.
Note :
1. Give details of relevant projects only, which have been physically completed and commissioned.
2. Submit performance certificates from Client in respect of the information furnished above.
Signauter of Tenderer Executive Engineer 32
3333
SECTION - 5
FINANCIAL BID FORMAT
3434
From
SECTION 5
FINANCIAL BID
To
Sir,
The Governor of Haryana
Through the Executive Engineer
Provincial Division
Haryana PWD B&R Branch,
Faridabad.
1. I/we have examined the conditions of contract, instructions to tenderers
and other contents of the documents and have acquainted ourselves with the prevailing
site conditions. The offer to carry out the work of Survey, Geotechnical Investigation,
Preparation of GADs, Bill of Quantities, Detailed Designing, Working Drawings,
Detailed Estimate including required modifications during
……………………………………………………………………………………………
as given in Notice Inviting Tender at a lumpsum price of Rs.
figures and words) including all taxes and service tax.
(in
2. We further agree to the schedule of payment in respect of the contract
price accepted by you as given in the payment schedule under sub clause 7.2 of the
conditions of contract.
3. We agree to abide by this tender until the date mentioned in the contract
documents and it shall remain binding upon us and may be accepted at any time before
that date. We have already submitted earnest money with the tender and we bind
ourselves that it is to be absolutely forfeited by you, without prejudice to any other rights
or remedies in the Conditions of Contract attached should we fail to commence the work
specified, withdraw the offer until the validity of the Tender, fail to furnish performance
guarantee or sign the contract in accordance with the terms of the tender.
4. We understand that until a formal agreement is prepared and executed, the
letter of acceptance issued by you shall constitute a binding contract between us.
5. We understand that cost of preparation of this tender and other
investigation carried out and of maintaining the Earnest Money with you is to our
3535
account. We also understand that you are not bound to accept the lowest or any bid you
may receive. Yours faithfully,
(Signature of the bidder with seal)
3636
SECTION - 6
FORM OF SECURITIES AND AGREEMENT
3737
ANNEXURE- I
PERFORMANCE BANK GUARANTEE (UNCONDITIONAL)
To
The Governor of Haryana,
(Acting through
(Name & address)
WHEREAS (name and address of consultant) Wherein after called “ the
Consultant”) has undertaken in pursuance of contract No. dated to
execute (name of contract and brief description of
works) ( hereinafter called “ the contract”)
AND WHEREAS it has been stipulated by you in the said contract that the Design
Consultant shall furnish you with a Bank Guarantee by a scheduled bank for the sum
specified therein as security for compliance with his obligation in accordance with the
Contract.
AND WHEREAS we have agreed to give the Design Consultant such a Bank Guarantee.
NOW THEREFORE we hereby affirm that we are to Guarantor and responsible to you, on
behalf of the Consultant, upto a total of (amount of Guarantee),
(amount in words) such sum being payable in the types and
proportions of currencies in which the contract price is payable, and we undertake to pay you,
upon your first written demand and without cavil or argument, and sum or sums within the
limits of (amount of Guarantee) as aforesaid without your needing to
prove or to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Design Consultant
before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the works to be performed there under or of any of the contract documents
which may be made between you and the Design Consultant shall in any way release us from
any liability under this guarantee, and we hereby waive notice of any such change, addition
or modification.
This guarantee shall be valid upto
completion of the work)
( a date 28 days from the date of
SIGNATURE AND SEAL OF THE GUARANTOR
Name of Bank
Address:
Date
3838
ANNEXURE- II
FORM OF AGREEMENT. (To be executed on requisite value of stamp papers)
AGREEMNENT.
THIS AGREEMENT MADE ON _ day of
(month/year) between
Governor of Haryana, acting through (Project Head and Name / address of the Project)
(hereinafter called “ the employer/ Engineer”) of the one part and
(Name and address of the consultant) hereinafter called “ the
Consultant”) of the other part.
WHEREAS the employer is desirous that certain works should be executed by the Design
Consultant Viz contract No. (hereinafter called “ the works” and has
accepted a Bid by the Design Consultant for the execution and completion of such works and
the remedying of any defects therein.
NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:
1. In this agreement, words and expressions shall have the same meaning as are
respectively assigned to them in the conditions of contract hereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as
part of this agreement.
a) Letter of Acceptance of Tender
b) Notice Inviting Tender
c) Instructions to the Tenderers.
d) Conditions of the contract
e) Bill of quantities.
3. In consideration of the payments to be made by the employer to the Design
Consultant as hereinafter mentioned, the Design Consultant hereby covenants with
the employer to execute and complete the works and remedy any defects therein
in conformity in all respects with the provisions of the contract.
4. The employer hereby covenants to pay the Design Consultant in consideration of
the execution and completion of the works and the remedying of defects therein
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.
IN WITHNESS whereof the parties hereto have caused this Agreement executed the day and
year first before written.
(Name Designation and address of the
authorised signatory)
(Name Designation and address of the
authorised signatory)
Signed for and on behalf of the Design
Consultant in the presence of
Signed for and on behalf of the employer in
the presence of
Witness. Witness.
1 1
2. 2.
Name and address of the witnesses to be indicated.
3939
ANNEXURE-III
BANK GUARANTEE FOR ADVANCE PAYMENT
To
The Governor of Haryana
(Acting through
(Name of Project In charge & address)
In accordance with the provisions of the conditions of contract, Sub-Clause
(“Advance Payment”) of the above mentioned contract, (name and
address of the Consultant) (hereinafter called “ the consultant”) shall deposit with
(name of employer) a bank guarantee to guarantee his proper
and faithful performance under the said clause of the Contract in an amount of
(amount of Guarantee) _ (amount in works)
We, the (Name of bank), as instructed by the Consultant, agree
unconditionally and irrevocably to guarantee an primary obligator and not as Surety merely,
the payment to Haryana PWD B&R Department on their first demand without whatsoever
right of objection on our part and without his first claim to the Consultant, in the amount not
exceeding (amount of Guarantee)_ (amount in works).
We further agree that no change or addition to or other modification of the terms of the
Contract or of works to be performed there under or of any of the Contract documents which
may be made between Haryana PWD B&R Department International Limited and the
Consultant, shall in any way release us from any liability under this guarantee, and we hereby
waive notice of any such change, addition, or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract upto (until Haryana PWD B&R Department
receives/recovers full repayment of advance alongwith interest accrued thereon from the
Consultant).
Yours truly,
SIGNATURE AND SEAL OF THE GUARANTOR
Name of Bank
Address:
Date
4040
SECTION – 7
SKETCHES OF AVAILABLE LEVEL CR