Upload
cemrp
View
217
Download
0
Embed Size (px)
Citation preview
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 1/18
LETTER OF INVITATION
Subject: - Consultancy for Proof Checking the Design and Drawings of Seven No. Bridges on
Mughal Road
Dear Sirs,
1. You are hereby invited to submit technical and financial proposals for consultancy
services required for proof-checking the Design and Drawings of Seven No. Bridges on
Mughal Road Project which could form the basis for future negotiations and ultimately a
contract between your firm and Mughal Road Organization.
2. The purpose of this assignment is to verify the correctness and completeness of Design
and Drawings of Seven No. Bridges on Mughal Road Project to be submitted by the
contractor.
3. The following documents are enclosed to enable you to submit your proposal:
(a) Terms of reference (TOR) (Annexure 1);
(b) Supplementary information for consultants, including a suggested format of
curriculum vitae (Annexure 2); and
(c) A Sample Form of Contract for Consultants' Services under which the services will
be performed (Annexure 3).
4. In order to obtain first hand information on the assignment and the site conditions,
it is considered desirable that a representative of your firm visit office of the
Superintending Engineer, Mughal Road Project, Lal Mandi, Srinagar before the
proposal is submitted. Your representative may meet the following official:
Technical Officer to
Superintending Engineer,Mughal Road Project,
Lal Mandi, Srinagar
Ph: 0194-2310870
Please ensure that advance intimation regarding your visit is sent to enable him to be
available.
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 2/18
5. The Submission of Proposals: The proposals shall be submitted in two parts, viz.,
Technical and Financial and should follow the form given in the "Supplementary
Information for Consultants."
5.1 The "Technical" and "Financial" proposals must be submitted in two separate sealed
envelopes (with respective marking in bold letters) following the formats/schedules given
in the supplementary information for consultants. The first envelope marked
"Technical proposal" should include the description of the firm/organization, the firms
general experience in the field of assignment, the qualification and competency of the
personnel proposed for the assignment. The first envelope should not contain any cost
information whatsoever. The second envelope marked 'FINANCIAL PROPOSAL' must
also be sealed with sealing wax and initialed twice across the seal and should contain thedetailed price offer for the consultancy services.
Both the sealed envelopes should again be placed in a sealed cover which will be
received in the office of Superintending Engineer, Mughal Road Project, Lal Mandi
Srinagar up to 1500 hours on 06-11-2010.
5.2 Opening of proposal
The proposals (first envelope containing technical proposal only) will be opened in
the office of Superintending Engineer, Mughal Road Project, Lal Mandi Srinagar in
presence of Chief Engineer, Mughal Road Project at 1530 hours on 06-11-2010 or any
other date convenient to tender opening authority in presence of the bidders/who may
wish to participate.. It may please be noted that the second envelope containing the
detailed price offer will not be opened until technical evaluation has been completed
and the result of comparative statement to all eligible consultants
6. Evaluation
6.1 A two-stage procedure will be adopted in evaluating the proposals: i) a technical
evaluation, which will be carried out prior to opening any financial proposal;
ii) a financial evaluation.
6.2 Technical Proposal:
The evaluation committee will carry out detailed evaluation of the technical proposals
in order to determine whether consultants are qualified and whether technical
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 3/18
proposals submitted as per Annexure-2 (Supplementary Information to Consultants)
are substantially responsive.
In addition, Curriculum vitae of senior personnel in each discipline for assessing the
qualifications and experience of the personnel proposed to be deployed for the studies
should be included with the technical proposal (in the format of the sample curriculum
vitae as per Form-5).
The price envelopes of others will not be considered and returned unopened after
completing the selection process. The client shall notify the consultants, results of the
technical evaluation and invite those who have secured the minimum qualifying mark for
opening of the financial proposals indicating the date and time.
6.3 Financial Proposal:
6.3.1 Opening:The financial proposal shall be opened in the presence of the consultants’ representatives
who choose to attend. The name of the consultant and the proposed prices shall be read
out and recorded.
6.3.2 Evaluation:
The evaluation committee will determine if the financial proposals are complete and
without computational errors. The consultant who has submitted lowest financial
proposal will be invited for negotiations.
7. Negotiations
7.1 Prior to the expiration period of proposal validity, the Client will notify the successful
Consultant in writing by registered letter, cable telex or facsimile and invite him
negotiate the Contract.
7.2 The aim of negotiation is to reach agreement on all points, and initial a draft contract by
the conclusion of Negotiations.
7.3 The negotiations will be concluded with a review of the draft form of Contract. The Client
and the Consultants will finalize the contract to conclude negotiations.
7.4 The Contract will be awarded after successful negotiations, with the selected
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 4/18
Consultant. If negotiations fail, the Client will invite the Consultants having submitted
the second lowest financial offer to Contract negotiations. Upon successful completion,
the Client will promptly inform the other Consultants that their proposals have not
been selected.
8. The Mughal Road Organization does not bind itself in any way to select the firm
offering the lowest price.
9. It is estimated that about 24 months of services will be required for the as s i gnm en t
and generally you should base your financial proposal accordingly. However, the
assignment may overrun beyond this period due to unpredictable/unforeseen reasons, for
which consultant shall have to be associated till the work is completed and
communicated. No extra claim on account of time overrun if any shall be entertained
from the consultants.
10. You are requested to hold your proposal valid for 120 days from the date of submission
without changing the personnel proposed for the assignment and your proposed price.
The Mughal Road Organization will make its best efforts to select a consultant firm
within this period.
11. Please note that the cost of preparing a proposal and of negotiating a contract including
visits to Jammu and other places, if any is not reimbursable.
12. Assuming that the contract can be satisfactorily concluded in 24 months you will be
expected to take- up/commence with the assignment in December 2010.
13. We wish to remind you that any manufacturing or construction firm, with which you
might be associated with, will not be eligible to participate in bidding for any goods or
works resulting from or associated with the project of which this consulting assignment
forms a part.
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 5/18
14. Please note that the remuneration which you receive from the contract will be subject to
normal tax liability in vogue in the state of Jammu and Kashmir (India). Kindly contact
the concerned tax authorities for further information in this regard if required.
Yours faithfully,
Sd/-
Chief Engineer
Projects Organisation/Mughal Road
Lal Mandi, Srinagar
Enclosures:
1. Terms of Reference.
2. Supplementary Information to Consultants.
3. Draft contract under which service will be performed.
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 6/18
Annexure - 1
TERMS OF REFERENCE FOR PROOF CHECKING DESIGN AND DRAWING OF SEVEN NO.
BRIDGES ON MUGHAL ROAD
1. Backgroud:
The ancient route Mughal Road, when developed, will help in overall development of the
area and mitigate the hardships of People of Poonch & Rajouri.
It will considerably reduce the travel distances between Poonch and Rajouri Districts with
Srinagar. As against distances of 540Kms and 455Kms between Poonch & Rajouri District
respectively with Srinagar via Jammu and NHIA, the distance along Mughal road between
Srinagar with Poonch and Rajouri Districts shall be only 175Kms and 200Kms respectively.
The Historical background of the proposed road and the beautiful meadows at Pir Panjal
is expected to attract a large number of tourists, thereby boosting economy of the people.
Besides the road will benefit the pilgrims from Kashmir Valley who visit the famous shrine of
Baba Gulam Shah Badshah at Rajouri.
The National Highway between Jammu & Srinagar (NH-1A) is under tremendous
pressure with the increase in traffic. The road passes through steep mountainous terrain which
are prone to landslides, rock falls and geological failures. As a result the road remains closed
for days together not only in winter, but also in summer during rainy season. The two-lane road
between Bafliaz and Shopian, cutting across the Pir-Panjal mountains, will provide substantial
traffic relief to NH-1A by diverting traffic of Rajouri and Poonch districts to this new road
heading for valley and hence shall serve as an alternate seasonal road (April-November)
connecting Kashmir valley with rest of the country.
The proposed road will promote economic, industrial, social and cultural development of
the project influence area. It will help in raising living standards of the people, advancement of
the community, improvement in medical, educational, post & telegraph and recreational
facility. Employment potential in the area will be generated to a large extent.The proposed road will give a boost to the agricultural, industrial, building and
commercial activities in the project influence area, which will create opportunities for
economic uplift of the people. With the opening of this area to communications, the land value
will go up. Farmers will get motorable access to the markets for selling their produce and this
will give impetus to the agricultural production in this area.
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 7/18
With the adoption of higher standards of proposed road, there will be reduction in the
vehicle operating costs, fuel consumption, wear& tear of tyres, saving in time of passengers and
vehicles and faster mobility of essential services. The fatigue and discomfort during travel will
also be considerably reduced.
Brief Description of Bridges:
The tentative lengths of bridges along the alignment of Mughal Road and their
chainages are depicted below:
S NO LOCATION OF THE
BRIDGE
TENTATIVE
LENGTH OF
BRIDGE
R.L w.r.t to
MSL
(MTS)
1 Bafliaz
(0+400 Km)
113 Mtr 1567
2 Pannar
(13+020 Km)
56 Mtr 2106
3 Chattapani
(33+320 Km)
80 Mtr 3045
4 Rattachumb
(35+280 Km)
80 Mtr 3098
5 Lalgulam
(49+200 Km)
42 Mtr 3226
6 Zaznar
(53+300 Km)40 Mtr 3057
7 Dubjan
(66+400 Km)
50 Mtr 2504
The tenders for the above said bridges for their Design and Execution on “Turn Key” basis
stand already invited by the Mughal road organization at an approximate cost of Rs 45.00 Crores.
The successful bidder whom the work will be allotted shall have to submit hydraulic, soil
investigation and structural design reports and drawings pertaining to all seven bridges.All such
details shall have to be vetted by the proof consultant with a requisite certificate as desired by
client.
2. Scope of Work:
The consultants will have to work closely with the officials of Mughal Road Organization. The
scope of the work shall broadly cover the following but not limited to it.
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 8/18
a) To study the proposals given by the contractor in respect of each bridge for choosing
the alignment, bridge site and the planning methods proposed. To do requisite site
study in order to get first hand details at the site before vetting any proposal.
b) To scrutinize the survey, hydraulic and soil data of each bridge submitted by the
contractor and assess their completeness,correctness from technical as well as
practical consideration.
c) To check from abinitio the design calculations and drawings for each bridge and verify
their completeness, correctness from safety, economy, feasibilty consideration with
respect to established analysis/ design methods as well as stipulations of codal
provisions whether national (IRC/BIS/MORT&H) or international.
d) To make any other valuable suggestion/recommendation during the process of vetting
the proposals submitted by the contractor by which department can benefit without
compromising the safety and quality of works.
5. Terms of Payment:
The mode of payments to be made in consideration of the work to be performed by the
consultants shall be worked out in mutual consultation with successful consultant. However,
broadly the ceiling of releases shall be proportional to the total currency of the contract.
6. Data, Services and facilities to be provided by the Mughal Road Organisation:
i) The Mughal Road organization shall facilitate the site visits of the consultant as and when
required.
ii) The Mughal Road organization shall furnish the all documents which are required to be
proof checked by the consultant in both hard and soft copy formats.
iii) The Mughal Road organization shall arrange meetings between of the consultant and the
one appointed by the contractor to carry out his job.
7. Performance Security
Within 21 Days of letter of acceptance, the consultant shall deliver to the client a
performance security in the form of bank guarantee for an amount equivalent to 5% of the contract
price. The bank guarantee will be released at the time of final payment to the consultant.
8. Vetting of Documents
The consultant shall have to return duly vetted documents of the executing agency within 3
weeks from the date of transmission to the consultant. The sole responsibility of vetting the
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 9/18
proper documents shall lie with the consultant .He shall indemnify the client against any
inaccuracies in the documents/reports and drawings after formal vetting.
9. List of key professional* positions whose CV and experience would be evaluated:
BRIDGE ENGINEER:
The position required as engineer, with Masters Degree or equivalent in structural/bridgeengineering, with minimum 15 years experience. The candidate must have capability to design
bridges with various alternative materials and structural arrangements. He should have designed
independently at least two major bridges (200 m length) of similar nature and should have
Experience in designing and implementing bridge rehabilitation. The candidate must have the
experience of planning and monitoring geo-technical and hydraulic investigations for the bridges
and interpreting the findings thereof. He will also act as Coordinator.
HIGHWAY ENGINEER:
The Engineer will be a graduate in Civil Engineering with at least 10 years of professional
highway engineering experience of handling project preparation and construction of Highway
projects (preferably National Highway Projects) in India or similar developing countries including
project preparation/construction of major highway/bridge projects.
HYDROLOGIST CUM DRAINAGE ENGINEER:
The candidate should be post graduate/graduate or equivalent with minimum 10 years
experience of which at least 6 years should be on hydrological studies. Experience with the
acceptable study methods, ‘best practices’ and must have experience of successfully using various
methods in different situations.
MATERIAL ENGINEER CUM GEO TECHNICAL ENGINEER:
This position requires an Engineer who should be a graduate in civil engineering or science
with at least 10 years professional engineering experience including 5 years in supervising sub-soil
investigations for roads and bridges and testing/evaluation of highway construction materials used
in modern highway construction techniques. He must be thoroughly familiar with all the standard
laboratory testing procedures adopted in case of highway projects.ESTIMATE SURVEYOR:
He should be a graduate in Civil Engineering/Diploma in Quality Surveying from a
recognized University/Institution. Graduate in Civil Engineering with at least 12 years work
experience or Diploma in Civil Engineering with at least 15 years work experience at responsible
position will also be acceptable. He should have expertise in quantity surveying, BOQ preparation,
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 10/18
tender documentation etc. He should be conversant with the use of computer software for
commuting unit rates, quantities and costs.
*Key professionals shall not be ex-staff of Mughal Road Organization, PW(R&B)
Department J&K.
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 11/18
Annexure - 2
SUPPLEMENTARY INFORMATION FOR CONSULTANTS
Proposals
(1) Proposals should include the following information:
(a) Technical Proposal
(i) A brief description of the firm/organization and an outline of recent experience on
assignments/projects of similar nature executed during the last 5 years in the format
given in Form F-2.
(ii) Any comments or suggestions of the consultant on the Terms of Reference (TOR).
(iii) The curricula vitae should follow the attached Format (F-3) duly signed by the
concerned personnel.
(b) Financial Proposals
The financial proposals should include the following:
(i) Schedule of Price Bid in Form No.F-4 with cost break-up if any.
(2) The proposals should be submitted to Superintending Engineer, Mughal Road Project,
Lal Mandi, Srinagar
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 12/18
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 13/18
FORM F-2
ASSIGNMENTS OF SIMILAR NATURE SUCCESSFULLY COMPLETED DURINGLAST 5 YEARS
1. Brief Description of the Firm/Organization:
2. Outline of recent experience on assignments of similar nature:
1 2 3 4 5 6 7 8
Sl.No. Name of Name of Owner or Cost of Date of Date of Wasassign- project sponsoring assign- commenceme
completio
assign-
ment authority ment mentsatisfac-torilycompleted
Note: Please attach certificates from the employer by way of documentary proof. (Issued by
the Officer of rank not below the rank of Superintending Engineer or equivalent.)
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 14/18
FORM F-3
SUGGESTED FORMAT OF CURRICULUM VITAE
FOR MEMBERS OF CONSULTANT'S TEAM
1. Name:
2. Profession/
Present Designation:
3. Years with Firm/Organization: Nationality:
4. Area of Specialization:
5. Proposed Position on Team:
6. Key Qualifications:
(Under this heading, give outline of staff member's experience and training
most pertinent to assigned work on proposed team. Describe degree of
responsibility held by staff member on relevant previous assignments and
give dates and locations. Use up to half-a-page.)
7. Education:
(Under this heading, summarize college/university and other specialized
education of staff member, giving names of schools/colleges, etc., dates attended
and degrees obtained. Use up to a quarter page.)
8. Experience:
(Under this heading, list all positions held by staff member since graduation,
giving dates, names of employing organization, title of positions held and location
of assignments. For experience in last ten years, also give types of activities
performed and client references, where appropriate. Use up to three quarters of a
page.)
9. Languages:
(Indicate proficiency in speaking, reading and writing of each language by
'excellent', 'good' or 'poor'.)
Signature of Staff Member Date:
Recent
Photograph
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 15/18
FORM NO.F-4
SCHEDULE OF PRICE BID
Items AmountIn figures In words
1. Consultancy services for Proof checking Design and Drawingsof Seven No. Bridges on Mughal Road
Signature of Consultant
(Authorized representative)
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 16/18
Consulting Services
Draft Letter of Contract/Agreement to be carried out by Consultants
(Name of Consultant)
Subject: Proof checking the Design and Drawings of
Seven No. Bridges on Mughal Road
1. Set out below are the terms and conditions under which (Name of Consultant) has agreed
to carry out for Chief Engineer, Mughal Road Project the above-mentioned assignment
specified in the attached Terms of Reference.
2. For administrative purposes Superintending Engineer, Mughal Road Project has been
assigned to administer the assignment and to provide [Name of Consultant] with all
relevant information needed to carry out the assignment. The services will be required in
Proof Checking the Design and Drawings of Seven No. Bridges on Mughal Road
during the period from to .
3. The Chief Engineer, Mughal Road Project may find it necessary to postpone or cancelthe assignment and/or shorten or extend its duration. In such case, every effort will be
made to give you, as early as possible, notice of any changes. In the event of termination,
the (Name of Consultants) shall be paid for the services rendered for carrying out the
assignment to the date of termination, and the [Name of Consultant] will provide the
Chief Engineer, Mughal Road Project with any reports or parts thereof, or any other
information and documentation gathered under this Agreement prior to the date of
termination.
4. The services to be performed, will be in accordance with the attached Terms of
Reference.
5. This Agreement, its meaning and interpretation and the relation between the parties
shall be governed by the laws of Union of India
6. This Agreement will become effective upon confirmation of this letter on behalf of
(Name of Consultant) and will terminate on expiry of the assignment, or such other date
as mutually agreed between the Chief Engineer, Mughal Road Project and the (Name of
Consultants).
7. Payments for the services provided by the consultant shall be as per details pointed out in
TOR.The remuneration to the consultant includes all the costs related to carrying out the
services, including overhead and any taxes imposed on [Name of Consultants.]
8. The [Name of Consultants] will be responsible for appropriate insurance coverage. Inthis regard, the [Name of Consultants] shall maintain workers compensation,
employment liability insurance for their staff on the assignment. The Consultants shall
also maintain comprehensive general liability insurance, including contractual liability
coverage adequate to cover the indemnity of obligation against all damages, costs, and
charges and expenses for injury to any person or damage to any property arising out of,
or in connection with, the services which result from the fault of the [Name of
Consultants] or its staff. The [Name of Consultants] shall provide the (Name of
Borrower) with certification thereof upon request.
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 17/18
9. The [Name of Consultants] shall indemnify and hold harmless the Chief Engineer,
Mughal Road Project against any and all claims, demands, and/or judgements of any
nature brought against the (Name of Borrower) arising out of the services by the
[Name of Consultants] under this Agreement. The obligation under this paragraph
shall survive the termination of this Agreement.
10. The Consultants agree that any manufacturing or construction firm with which they
might be associated with will not be eligible to participate in bidding for any goods or
works resulting from or associated with the project of which this consulting assignment
forms a part.
11. All details as required under scope of work to be submitted by the [Name of Consultants]
in the performance of the Services shall become and remain the property of the Client.
The Consultants may retain a copy of such documents but shall not use them for purposes
unrelated to this Contract without the prior written approval of the Client.
12. The Consultant undertake to carry out the assignment in accordance with the highest
standard of professional and ethical competence and integrity, having due regard to the
nature and purpose of the assignment, and to ensure that the staff assigned to perform the
services under this Agreement, will conduct themselves in a manner consistent herewith.
13. The consultant will not assign this Contract or sub-contract or any portion of it without
the Client’s prior written consent.
14. The [Name of Consultants] shall pay the taxes, duties fee, levies and other impositions
levied under the Applicable law and the Client shall perform such duties, in regard to
the deduction of such tax, as may be lawfully imposed. No claim whatsoever shall be
accepted by the client in respect of taxes payable by the consultant
15. The [Name of Consultants] also agree that all knowledge and information not within the
public domain which may be acquired during the carrying out of this Agreement, shall
be, for all time and for all purpose, regarded as strictly confidential and held in
confidence, and shall not be directly or indirectly disclosed to any person whatsoever,
except with the Chief Engineer, Mughal Road Project written permission.
16. Any dispute arising out of the Contract, which cannot be amicably settled between
the parties, shall be Superintending Engineer, Mughal road project the sole
arbitrator.
Place:Date ...................................................................(Signature of Authorized Representative
.......................................... ....................................... on behalf of Consultant)
.......................................... .......................................
.......................................... ..........................(Signature & Name of the Client's
Representative)
8/8/2019 RFP Bridges
http://slidepdf.com/reader/full/rfp-bridges 18/18