+ All Categories
Home > Documents > HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION...

HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION...

Date post: 21-Jun-2020
Category:
Upload: others
View: 4 times
Download: 0 times
Share this document with a friend
44
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 _ ___ _ ____ _ ____ ____ _ ____ Si gnature of Officer Issui ng the Document ______ _ ___ _ ______ _ ___ _ ____ Executive Engineer, Provinci al Di vi si on, PWD B&R Br. Faridabad.
Transcript
Page 1: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 2: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

2

Page 3: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 4: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 5: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

4

SECTION – 1

NOTICE FOR INVITING FINANCIAL BIDS

Page 6: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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:-

Page 7: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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)

Page 8: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 9: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 10: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 11: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 12: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 13: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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:

Page 14: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 15: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 16: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

1111

Section – 2

INSTRUCTIONS TO TENDERERS/BIDDERS

Page 17: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 18: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 19: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 20: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 21: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

1616

SECTION – 3

TERMS OF REFERENCE

Page 22: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 23: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 24: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 25: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 26: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 27: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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:-

Page 28: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 29: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 30: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 31: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 32: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 33: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 34: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 35: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

SECTION - 4

TECHNICAL PROPOSAL FORMAT

Page 36: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 37: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

3333

SECTION - 5

FINANCIAL BID FORMAT

Page 38: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 39: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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)

Page 40: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

3636

SECTION - 6

FORM OF SECURITIES AND AGREEMENT

Page 41: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 42: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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.

Page 43: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

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

Page 44: HARYANA PWD B&R BRANCH, PROVINCIAL DIVISION FARIDABADharyanapmgsy.etenders.in/tpoimages/haryanapmgsy/... · (12) M/S L&T –Ramboll Consulting Engineers Limited, Triton Square , 4th

4040

SECTION – 7

SKETCHES OF AVAILABLE LEVEL CR


Recommended