View
4
Download
0
Category
Preview:
Citation preview
1
KARNATAKA SOLAR POWER DEVELOPMENT CORPORATION LIMITED (A joint venture company of KSPDCL, GoK & MNRE, GoI)
REQUEST FOR PROPOSALS
(RFP NO.1/2018-19)
FOR
Project Management Consultancy (PMC) service for preparation of DPR, Design,
Construction Supervision and Contract Administration of various buildings, Structures
Landscaping, water supply & sanitary arrangements and other allied civil works of Pavagada
2000MW Solar park.
TWO COVER SYSTEM
Quality and Cost Based Selection (QCBS)
May 2019
Chief Executive Officer, KSPDCL, “Beeja Raja Seeds” complex,
Bellary Road, Bangalore-24
Phone No. 080-23515517, Email:ceokspdcl@gmail.com
3
DISCLAIMER
1. Though adequate care has been taken in preparation of this Request for Proposal (RFP)
document, the Individual Consultants / Consultancy Company / Firm submitting the detailed
techno-commercial proposals in response to this RFP should satisfy itself that the information
provided in the RFP document is complete in all respects.
2. This RFP document is neither an agreement nor an offer by the Karnataka Solar Power
Development Corporation Limited (KSPDCL). The purpose of this RFP is to provide information
to the prospective Consultants that may be useful to them in the formulation of their proposal
pursuant to this RFP.
3. Karnataka Solar Power Development Corporation Limited (KSPDCL) and their employees do
not make any representation or warranty as to the accuracy, reliability or completeness of the
information in this RFP document and it is not possible for KSPDCL to consider particular
needs of each party who reads or uses this RFP document. Certain prospective Consultancy
Company / Individual Consultants / Firms may have better knowledge of the Assignment than
others. Each prospective Bidder should conduct its own investigations and analysis and check
the accuracy, reliability and completeness of the information provided in this RFP document
and obtains independent advice from appropriate sources.
4. Neither KSPDCL nor their employees will have any liability to any prospective Consultancy
Company / Firm / Individual Consultant or any other person under the law of contract, tort, the
principles of restitution or unjust enrichment or otherwise for any loss, expense or damage
which may arise from or be incurred or suffered in connection with anything contained in this
RFP document, any matter deemed to form part of this RFP document, the award of the
Assignment, the information and any other information supplied by or on behalf of KSPDCL or
their employees, any consultants or otherwise arising in any way from the selection process for
the Assignment.
5. KSPDCL will not be responsible for any delay in receiving the proposals and reserves the right
to accept / reject any or all of proposals submitted in response to this RFP document at any
stage without assigning any reasons whatsoever. KSPDCL also reserves the right to withhold
or withdraw the process at any stage with intimation to all who submitted the RFP Application.
6. KSPDCL reserves the right to change / modify / amend any or all provisions of this RFP
document. Such changes shall be notified to all the bidders by KSPDCL.
5
CONTENTS SECTION DESCRIPTION PAGE NO
NIT
Section - 1 Letter of Invitation 7-10
Section - 2 Information to Consultants (ITC) 11-18
Data Sheet – Information to Consultants 19-36
Section - 3 Technical Proposal – Standard Forms
3 A – Technical proposal submission forms
37-48
3 B - Firms References
3 C - Comments and suggestions
3 D - Description of the methodology and work plan
3 E - Team composition and task assignments
3 F - Format of curriculum vita (CV)
3 G - Time schedule for professional personnel
3 H - Activity (Work) Schedule
Section - 4 Financial Proposal – Standard Forms 49-54
Section - 5 Terms of Reference (TOR) 55-73
Section - 6 Contract for Consultant‘s Services 74-92
I Form of Contract
II General Conditions of Contract
III Special Conditions of Contract
IV Appendices
7
SECTION 1. LETTER OF INVITATION
RFP NO: 1/2018-19 Date: .....................
Dear M/s………………………………………
…………………………………………..
…………………………………………..
1. The Chief Executive Officer, KSPDCL, ―Beeja Raja Seeds‖ Complex, Bellary road,
Hebbal, Bangalore-560 024 invites proposals on behalf of Karnataka Solar Power
Development Corporation Ltd., Bangalore for
Sl.No
Name of the Project
Estimated cost of the
project (Approximate) to be executed
Time limit for
preparation of DPR from the date of work order
Earnest Money Deposit
FSD Minimum
Annual Turn over
Validity of
Tender
1
Project Management Consultancy (PMC) service for preparation of DPR, design, construction Supervision and Contract Administration of various buildings, structures landscaping, water supply & sanitary arrangements and other allied civil works of Pavagada 2000MW Solar park.
Rs.850.00 lakhs
60 Days only
Rs.1.00 lakh
5% of agreement amount
Rs.21.25 lakhs
90 days from the date of opening
of financial
bids.
More details on the Services are provided in the attached Terms of Reference.
2. DELETED
3. The Consultant will be selected under Quality-and Cost-Based Selection (QCBS) and
procedures described in this RFP.
4. The RFP includes the following documents:
Section 1 - Letter of Invitation
Section 2 - Information to Consultants
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Reference
Section 6 – Standard Form of Contract.
5. DELETED
6. Two Cover Tender procedure as per Rule 28 of the KTPP Act shall be followed. The
Consultants are required to submit proposal in two cover Tender procedure through e-
procurement portal The first cover (Technical proposal) containing the valid
consultant’s registration certificate issued by registering authority and the
8
information as detailed in NIT Clause 3.4 (Preparation of Proposal), which will be
opened first and the second cover (Financial proposal) containing the price tender
which will be opened only if the proposal is found to be responsive to important aspects
of the Terms of Reference and if it achieves the minimum technical score indicated in
the Data Sheet.
7. Tender documents may be downloaded from Government of Karnataka e-Procurement
website https://eproc.karnataka.gov.in/eportal/index.seam under login for Contractors.
After login to Contractors, please scroll down to the right side bottom to see List of
Tenders, please click there to find the details of RFP and download copy of the tender.
The tender can be downloaded in the portal as per prescribed date and time published
in the portal. Only interested consultants who wish to participate should remit online
transaction fee for tender after registering in the portal. The transaction fee is non-
refundable if you wish to participate.
8.Tenders must be electronically submitted (on-line through internet) within the date and time
published in e-procurement portal. The First Cover Tenders will be opened at time and date
prescribed in the e procurement portal in the presence of the consultants who wish to attend
at the Office of The Chief Executive Officer, KSPDCL, “Beeja Raja Seeds” Complex,
Bellary road, Hebbal, Bangalore-560 024. If the office happens to be closed on the date of
receipt of the tenders as specified, the tenders will be received and opened on the next
working day at the same time and venue.
The technical proposal shall not include any financial information.
The bidder shall carefully upload the Financial bid in the specimen provided in the E-
procurement website. No hard copy of the specimen of Financial bid to be submitted to
KSPDCL.
9
9. A Pre-tender meeting will be held on 15th May 2019 at 11.00 AM at the office of
The Chief Executive Officer, KSPDCL, Bangalore to clarify the issues if any, and to
answer questions on any matter that may be raised at that stage. To obtain first-hand
information on the Assignment and on the local conditions, consultants are
encouraged to pay a visit to the Client before submitting a proposal.
10. Other details can be seen in the tender documents.
Chief Executive Officer,
KSPDCL
Bangalore
11
SECTION 2. INFORMATION TO CONSULTANTS
1. INTRODUCTION
1.1 The Client named in the ―Data Sheet‖ will select a firm among those participated
in the bid, in accordance with the method of selection indicated in the Data Sheet.
1.2 The consultants are invited to submit a Technical Proposal and a Financial
Proposal, as specified in the Data Sheet (the Proposal) for consulting services and
project monitoring services required for the assignment named in the Data Sheet.
The Proposal will be the basis for contract negotiations and ultimately for a
signed contract with the selected Consultant.
1.3 The Assignment shall be implemented in accordance with the phasing indicated in
the Data Sheet. When the Assignment includes several phases, the performance of
the consultant under each phase must be to the client‘s satisfaction before work
begins on the next phase.
1.4 The Consultants must familiarize themselves with local conditions and take them into
account in preparing their Proposals. To obtain first-hand information on the
Assignment and on the local conditions, consultants are encouraged to pay a visit
to the Client before submitting a Proposal, and to attend a pre- tender meeting if one
is specified in the Data Sheet. Attending the pre-tender meeting is optional. The
Consultant‘s representative should contact the officials named in the Data Sheet to
arrange for their visit or to obtain additional information on the pre-proposal
conference. Consultants should ensure that these officials are advised of the visit in
adequate time to allow them to make appropriate arrangements.
1.5 The Client will provide the inputs specified in the Data Sheet, assist the firm in
obtaining licenses and permits needed to carry out the services, and make available
relevant project data and reports.
1.6 Please note that (i) the costs of preparing the proposal and of negotiating the
contract, including a visit to the Client, are not reimbursable as a direct cost of the
Assignment; and (ii) the Client is not bound to accept any of the Proposals submitted.
1.7 The Karnataka Solar Power Development Corporation Limited (KSPDCL) expects
consultants to provide professional, objective, and impartial advice and at all times
hold the Client‘s interests Paramount, without any consideration for future work, and
strictly avoid conflicts with other assignments or their own corporate interests.
Consultants shall not be hired for any assignment that would be in conflict with their
12
prior or current obligations to other clients, or that may place them in a position of not
being able to carry out the assignment in the best interest of the Client.
1.7.1 Without limitation on the generality of this rule, consultants shall not be hired
under the circumstances set forth below:
(a) A firm which has been engaged by the Client to provide goods or works
for a project, and any of their affiliates, shall be disqualified from providing
consulting services for the same project. Conversely, firms hired to
provide consulting services for the preparation or implementation of a
project, and any of their affiliates, shall be disqualified from subsequently
providing goods or works or services related to the initial assignment
(other than a continuation of the firm‘s earlier consulting services) for the
same project.
(b) Consultants or any of their affiliates shall not be hired for any assignment
which, by its nature, may be in conflict with another assignment of the
consultants.
1.7.2 As pointed out in Para. 1.7.1 (a) above, consultants may be hired for downstream
work, when continuity is essential, in which case this possibility shall be indicated in
the Data Sheet and the factors used for the selection of the consultant should take the
likelihood of continuation into account. It will be the exclusive decision of the Client
whether or not to have the downstream assignment carried out, and if it is carried out,
which consultant will be hired for the purpose.
1.8 It is KSPDCL policy to require that consultants observe the highest standard of ethics
during the execution of such contracts. In pursuance of this policy, the: KSPDCL
(a) Defines, for the purposes of this provision, the terms set forth below as follows:
(i) ―corrupt practice‖ means the offering, giving, receiving, or soliciting of
anything of value to influence the action of a public official in the
selection process or in contract execution; and
(ii) ―fraudulent practice‖ means a misrepresentation of facts in order to
influence a selection process or the execution of a contract to the
detriment of KSPDCL, and includes collusive practices among
consultants (prior to or after submission of proposals) designed to
establish prices at artificial, non competitive levels and to deprive
KSPDCL of the benefits of free and open competition.
13
(b) will reject a proposal for award if it determines that the firm recommended for
award has engaged in corrupt or fraudulent activities in competing for the contract
in question;
(d) will declare a firm ineligible, either indefinitely or for a stated period of time, to
be awarded KSPDCL-financed contract if it at any time determines that the firm
has engaged in corrupt or fraudulent practices in competing for, or in executing, a
KSPDCL-financed contract; and
(e) will have the right to require that, KSPDCL to inspect consultant‘s accounts and
records relating to the performance of the contract and to have them audited by
auditors appointed by KSPDCL.
1.9 Consultants shall not be under a declaration of ineligibility for corrupt and fraudulent
practices issued by KSPDCL in accordance with the above sub Para 1.8 (d).
1.10 Consultants shall be aware of the provisions on fraud and corruption stated in the
standard contract under the clauses indicated in the Data Sheet.
2. CLARIFICATION AND AMENDMENT OF RFP DOCUMENTS
2.1 Consultants may request a clarification of any item of the RFP document up to
the number of days indicated in the Data Sheet before the Proposal submission date.
Any request for clarification must be sent in writing by paper mail, cable, telex,
facsimile, or electronic mail to the Client‘s address indicated in the Data Sheet. The
Client will respond by cable, telex, facsimile, or electronic mail to such requests and
will upload the response (including an explanation of the query but without identifying
the source of inquiry) in the e-portal.
2.2 At any time before the submission of Proposals, the Client may, for any reason,
whether at its own initiative or in response to a clarification requested by a consultant
interested in participating in the tender, modify the RFP documents by amendment.
Any amendment shall be uploaded in the e-portal as an addendum. The Client may
at its discretion extend the deadline for the submission of Proposals.
3. PREPARATION OF PROPOSAL
3.1 Consultants are requested to submit a Proposal (Para 1.2) written in the language(s)
specified in the Data Sheet.
14
Technical Proposal
3.2 In preparing the Technical Proposal, consultants are expected to examine the
documents comprising this RFP in detail. Material deficiencies in providing the
information requested may result in rejection of a Proposal.
3.3 While preparing the Technical Proposal, consultants must give particular attention to
the following:
(i) If a consultant considers that it does not have all the expertise for the
Assignment, it may obtain a full range of expertise by associating with
individual consultant(s) and/or other consultant or entities in a joint venture or
sub-consultancy, as appropriate. - NA
(ii) It is desirable that the majority of the key professional staff proposed be
permanent employees of the firm or has an extended and stable working
relation with it.
(iii) Proposed key professional staff must at a minimum have the experience
indicated in the Data Sheet.
(iv) Alternative key professional staff shall not be proposed, and only one
curriculum vitae (CV) may be submitted for each position.
(v) Reports to be issued by the consultants as part of this assignment must be
in the language(s) specified in the Data Sheet. It is desirable that the firm‘s
personnel have a working knowledge of the Client‘s official language.
3.4 The Technical Proposal should provide the following information using the attached
Standard Forms (Section 3):
(i) A brief description of the consultant’s organization and an outline of
recent experience on assignments (Section 3B) of a similar nature. For each
assignment, the outline should indicate, inter alia, the profiles and names of
the staff provided, duration of the assignment, contract amount, and firm‘s
involvement.
(ii) Any comments or suggestions on the Terms of Reference and on the data,
a list of services, and facilities to be provided by the Client (Section 3C).
(iii) A description of the methodology and work plan for performing the assignment
(Section 3D).
(iv) The list of the proposed staff team by specialty, the tasks that would be
assigned to each staff team member, and their timing (Section 3E)
(v) CVs recently signed by the proposed key professional staff and the
authorized representative submitting the proposal (Section 3F). Key
information should include number of years working for the firm/entity, and
degree of responsibility held in various assignments during the last ten (10)
Years.
(vi) Estimates of the total staff effort (professional and support staff; staff time) to
15
be provided to carry out the Assignment, supported by bar chart diagrams
showing the time proposed for each key professional staff team member.
(Sections 3E and 3G).
(vii) A detailed description of the proposed methodology, staffing, and monitoring
of training, if the Data Sheet specifies training as a major component of the
assignment.
(viii) Any additional information requested in the Data Sheet.
3.5 The Technical Proposal shall not include any financial information.
Financial Proposal
3.6 In preparing the Financial Proposal, consultants are expected to take into account
the requirements and conditions of the RFP documents. The Financial Proposal
should follow Standard Forms (Section 4). The proposal shall be as a LUMPSUM
AMOUNT for both consultancy services and project monitoring services
including of GST @ 18%. (from inception to completion of all works)
3.7 Consultants shall express the price of their services in Indian Rupees.
3.8 The Data Sheet indicates how long the proposals must remain valid after the
submission date. During this period, the consultant is expected to keep available the
key professional staff proposed for the assignment. The Client will make its best effort
to complete negotiations within this period. If the Client wishes to extend the validity
period of the proposals, the consultants who do not agree have the right not to
extend the validity of their proposals.
4. SUBMISSION, RECEIPT, AND OPENING OF PROPOSALS
4.1 The Consultant shall submit the proposal electronically before the date and time
published in the e-procurement portal.
4.2 DELETED.
4.3 DELETED.
4.4 DELETED
4.5 Tenders must be submitted before the deadline time on e-portal.
4.6 After the deadline for submission of proposals the Technical Proposal shall be
opened immediately by the evaluation committee. The Financial Proposal shall be
opened on a later date to be intimated to the eligible consultants.
16
5. PROPOSAL EVALUATION
General
5.1 From the time the proposals are opened to the time the contract is awarded, if any
consultant wishes to contact the Client on any matter related to its proposal, it should
do so in writing at the address indicated in the Data Sheet. Any effort by the firm to
influence the Client in the Client‘s proposal evaluation, proposal comparison or
contract award decisions may result in the rejection of the consultant‘s proposal.
5.2 Evaluators of Technical Proposals shall have no access to the Financial
Proposals until the technical evaluation, including its approval by competent authority
is obtained
Evaluation of Technical Proposals
5.3 The evaluation committee appointed by the Client as a whole, and each of its
members individually evaluates the proposals on the basis of their responsiveness to
the Terms of Reference, applying the evaluation criteria, sub-criteria (typically not
more than three per criteria) and point system specified in the Data Sheet. Each
responsive proposal will be given a technical score (St). A proposal shall be rejected
at this stage if it does not respond to important aspects of the Terms of Reference or if
it fails to achieve the minimum technical score indicated in the Data Sheet.
Public Opening and Evaluation of Financial Proposals; Ranking
5.4 After the evaluation of quality is completed, the Client shall notify those consultants
whose proposals did not meet the minimum qualifying mark or were considered non-
responsive to the RFP and Terms of Reference, indicating that their Financial
Proposals will not be opened. The Client shall simultaneously notify the consultants
that have secured the minimum qualifying mark, indicating the date and time set for
opening the Financial Proposals. The notification may be sent by registered letter,
cable, telex, facsimile, or electronic mail or notified in the e-portal.
5.5 The Financial Proposals shall be opened publicly in the presence of the consultants‘
representatives who choose to attend. The name of the consultant, the quality
scores, and the proposed prices shall be read aloud and recorded when the
Financial Proposals are opened. The Client shall prepare minutes of the public
opening.
5.6 DELETED.
17
5.7 The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points.
The financial scores (Sf) of the other Financial Proposals will be computed as
indicated in the Data Sheet. Proposals will be ranked according to their combined
technical (St) and financial (Sf) scores using the weights (T = the weight given to
the Technical Proposal; P = the weight given to the Financial Proposal; T + P =
1) indicated in the Data Sheet: S = St × T % + Sf × P%. The Consultant
achieving the highest combined technical/ financial score will be invited for
negotiations.
6. NEGOTIATIONS
6.1 Negotiations will be held at the address indicated in the Data Sheet. The aim is to
reach agreement on all points and sign a contract.
6.2 Negotiations will include a discussion of the Technical Proposal, the proposed
methodology (work plan), staffing and any suggestions made by the firm to improve
the Terms of Reference. The Client and Consultant will then work out final Terms of
Reference, staffing, and bar charts indicating activities, staff, periods in the field and
in the home office, staff-months, logistics, and reporting. The agreed work plan and
final Terms of Reference will then be incorporated in the ―Description of Services‖
and form part of the contract. Special attention will be paid to getting the most the
Consultant can offer within the available budget and to clearly defining the inputs
required from the Client to ensure satisfactory implementation of the Assignment.
6.3 Unless there are exceptional reasons, the financial negotiations will involve neither
the remuneration rates for staff (no breakdown of fees) nor other proposed unit rates.
6.4 Having selected the Consultant on the basis of, among other things, an
evaluation of proposed key professional staff, the Client expects to negotiate a
contract on the basis of the experts named in the Proposal. Before contract
negotiations, the Client will require assurances that the experts will be actually
available. The Client will not consider substitutions during contract negotiations
unless both parties agree that undue delay in the selection process makes such
substitution unavoidable or that such changes are critical to meet the objectives of the
assignment. If this is not the case and if it is established that key staff was offered in
the proposal without confirming their availability, the Consultant may be disqualified.
6.5 The negotiations will conclude with a review of the draft form of the contract. To
complete negotiations the Client and the Consultant will initial the agreed contract. If
negotiations fail, the Client will invite the firm whose proposal received the second
highest score to negotiate a contract.
18
7. AWARD OF CONTRACT
7.1 The contract will be awarded following negotiations. After negotiations are
completed, the Client will promptly notify other consultants on the shortlist that they
were unsuccessful.
7.2 The Consultant is expected to commence the Assignment on the date and at the
location specified in the Data Sheet.
8. CONFIDENTIALITY
8.1 Information relating to evaluation of proposals and recommendations concerning
awards shall not be disclosed to the consultants who submitted the proposals or to
other persons not officially concerned with the process, until the winning Consultant
has been notified that it has been awarded the contract.
19
DATA SHEET
Information to consultants
Clause
Reference
1.1 The name of the Client is:
The Chief Executive Officer,
KSPDCL, ―Beeja Raja Seeds‖ Complex,
Bellary Road,
Bangalore-24.
The method of selection is: Quality-and Cost-Based Selection (QCBS)
1.2 A technical and Financial Proposals are requested: Yes.
The name, objectives and description of the Assignment are:
In order to meet the growing demand for power, there is an urgent need for the
generation of renewal energy.
To meet this objective, it is proposed to establish a solar park of 2000
MW at Pavagada and works are in progress.
For establishing solar park, land required of about 11000 acres is
being acquired in the village limits of Kyataganacharlu, Balasamudra, Valluru,
Thirumani and Rayacharlu of Pavagada Taluk. The project comprises of
establishing 8 nos. 220/66/33 kv sub-stations in the solar park with provision for
establishing ware houses, office complex, colony for staff etc.,
For connectivity and communication to sub-stations and sub-blocks
of solar park, new roads are being formed and existing public roads are
augmented. Approximate road length being constructed and augmented is
about 75 Kms.
Now, it is intended to develop
i. a colony comprising of office complex building (of minimum of 3 floors with
provision for reception, lounge, canteen, kitchen, dining, meeting hall,
dormitory, warden room, at GF, office space, lounge, auditorium wash rooms
at FF, guest house/rooms at SF, open terrace, OHT, head room, etc at TF
with all amenities like staircase, lifts, water supply & sanitary arrangements,
electrification, plumbing, HVAC etc., complete), store room and yard (for
storing and stacking of electrical equipments etc.,), security room, bore-wells,
water supply & sanitary arrangements for the colony, compound wall and
gate, leveling and allied works such as construction road works etc., parking
facilities, internal roads, drains, culverts, landscaping and arboriculture and
other associated works.
ii. Main decorative entrance arch and allied works at entrance of solar park.
iii. security rooms with gates at strategic locations of 2000 MW solar park.
iv. other allied works/unforeseen works.
20
The above details with approximate cost are indicated in the Annexure-F
enclosed. The above proposals are tentative and indicative only. The scope and
magnitude of the work may change at the discretion of KSPDCL.
1.3 The Assignment is phased: No
1.4 A pre-tender meeting wi l l be held: Yes,
On 15th May 2019 at 11.00 AM in the meeting hall of KSPDCL,“Beej Raaja”
complex, Hebbal, Bellary road, Bangalore .
The name(s), address (es), and telephone/numbers of the Client‘s Official(s)
are:
Sri. G.Bhimsha.
The Chief Executive officer,
Karnataka Solar Power Development Corporation Limited.
“Beeja Raja Seeds”Complex, Bellary Road, Hebbal, Bangalore-560 024
Telephone No: 080-23410384, 080-23515518 email :ceokspdcl@gmail.com
1.5 The Client will provide the following inputs:
Layout plan of the proposed 2000 MW solar park of KSPDCL duly Indicating
the approximate the location of the area earmarked for construction of colony
comprising of various buildings and other infrastructure facilities etc.,( Location
may change depending on availability of land/s within the solar park). Enclosed
at Annexure-G ( sheet1 and 2)
1.7.2 The Client envisages the need for continuity for downstream work: yes
1.11 The clauses on fraud and corruption in the contract are Sub-Clause 2.7.1
of G.C.C.
2.1 Clarifications may be requested up to one day prior to pre-bid
meeting
The address for requesting clarifications is:
The Chief Executive Officer, KSPDCL, “Beej Raaja” Complex, Bellary
road, Hebbal, Bangalore 560 024
Telephone No: 080-23410384, 080-23515518 email :ceokspdcl@gmail.com
3.1 Proposals should be submitted in the following language(s): English
3.3 (i) Shortlisted consultant may associate with other
shortlisted consultant: Not applicable
(ii) The estimated number of key professional staff months required
for the assignment is: as per Data Sheet
(iv) The minimum required experience of proposed key
professional staff is: 3-15 Years for all key
professional staff as per data sheet
21
(vi) Reports which are part of the assignment must be written in
the following language: English
3.4 (vii) Training is an important feature of this
Assignment: No
(viii) Additional Information in the Technical Proposal includes: NIL
3.10 Proposals must remain valid 90 days after the submission date
4.3 DELETED
4.4 DELETED
4.5 Proposals must be submitted not later than the following date and time:
25th May 2019: 4:00 PM
5.1 The address to send information to the Client is:
The Chief Executive Officer,
Karnataka Solar Power Development Corporation Limited,
“Beeja Raaja” Complex, Bellary road
Hebbal, Bangalore-560 024
5.3 The number of points to be given under each of the evaluation criteria is:
(A) Qualifying Requirements / Eligibility criteria of Bidder – General
a. The Bidder should be in the field of providing consultancy services / business for
at least 5 years as on the Bid due Date. The bidder should submit the Company
incorporation certificate in this regard.
b. The bidder should bid for the assignment as an independent consultant.
c. The bidder should have in-house architects currently empanelled in Council of
Architects, designers, engineers, experts and staff to execute the scope of
work.
d. Consortium / joint venture bidders are not allowed.
e. The bidder must submit an notarized affidavit for the following;
i. The company / firm should not have suffered bankruptcy / insolvency in
the past three years
ii. The company / firm should not have been blacklisted by any government
/ public sector organization;
iii. The company / firm should not have abandoned projects / contract
works incomplete;
iv. The bidder should not have any litigations or arbitration or court cases in
any of the projects belonging to Govt./PSU‘s
f. The bidder should have a valid registration of GST and other Statutory registration.
22
(B) Qualifying Requirements / Eligibility criteria of Bidder – Technical Strength
a. The Bidder shall have prior experience in preparation of DPR including survey, Geo
tech investigation , Design , Drawing ,Estimation, Civil , Mechanical , Electrical and
Plumbing Fire Fighting (MEP) services, heating , Ventilating and Air conditioning
(HVAC) , Access control , computer networking , interiors , design of Building and also
arranging of water supply including drilling of bore wells , erection of pump-sets with
necessary with necessary water supply lines etc., complete , Selection of
engineering, Procurement and construction (EPC) agency , approval of Bills of EPC
etc., Specifications , Supervision and Schedules etc., handling of such projects in
similar geographical area .The Work done / experience of one single order of
minimum of Rs.637.50 lakhs ( Project Cost) or involvement in actual construction of
similar works in any one year in the past 5 years of government & semi government
local bodies.
b. Satisfactorily completion certificates from clients shall be submitted from an officer not
below the rank of Executive Engineer.
c. Statement of works in hand and extent of balance works shall be enclosed.
d. The bidder should have their own NABL well equipped laboratory for testing of
materials & concrete test as per IS Standards for which necessary documents to be
produced and uploaded.
(C) Qualifying Requirements / Eligibility criteria of Bidder – Financial Strength
a) The bidder shall be financially sound and should have minimum turn-over of Rs. 21.25
lakhs in each of the past 5 years, consistently.
b) The bidder shall submit annual turnover certificates and annual audited balance sheets
duly certified by Statutory Auditor from the financial year 2013-14, 2014-15, 2015-
16,2016-17 and 2017-18 as proof to meet the above requirement.
c) The Liquid Assets as on 30th April 2019 (Cash in hand + Cash at Bank + Term
Deposits + availability of credit facility in any scheduled Commercial Bank) shall not be
lesser than Rs. 8.00 Lakhs.
d) The cash in hand shall be supported by certificate issued by Chartered Accountant and
the availability of credit facility shall be supported by a certificate (Specimen for Bank
Certificate noted below) issued by any scheduled commercial Banks with whom the bidder
has banking facilities.
Specimen for Bank certificate:
This is to certify that M/s -------------------------have the following balances and credit
facilities as on 30th April 2019
i. Cash at Bank Rs --------
ii. Term Deposit Rs --------
iii. Credit facilities Rs --------
iv. Liquid Assets Rs.--------
Total Rs.---------
23
(D) Basic Qualification and experience of Technical staff (key personnel):
Broad qualifications and experience of the key personnel and sub-professionals
given below are client‘s perception in respect of specific requirement of the projects.
Consultants are advised to prepare CV‘s of their proposed key personnel specifically
highlighting the qualification and experience in the related area of expertise as per
requirements. The CV‘s of the proposed personnel should reflect size of the project handled
in terms of Projects/costs, duration for which services were provided, source of funding for
the project, type of the contract document used. Broadly speaking qualification and
experience higher than minimum requirement will be given higher weightage. Similarly the
personnel‘s experience in services related to construction supervision will be given more
weightage.
Minimum qualification and experience of Technical staff (key personnel whose CV’s
are to be evaluated)
Sl.
No.
Staff Minimum
Qualification
(Minimum) Experience in design and
construction
Nos.
1 Team Leader BE(Civil) 15
years
Should have handled as Team
leader/Project Manager/Head in
preparation of DPR of buildings &
construction supervision of Similar nature
of projects in past 5 years.
1
2 Resident
Engineer
BE(Civil) 7
years
Should have handled as Team
leader/Project Manager/ Head in
preparation of DPR of buildings &
construction supervision of Similar nature
of projects in past 5 years
1
3 Architectural
Engineer
B. Arch 10
Years
Should have relevant experience in
Concepts designing Building, 3D
Architectural Design & Drawing and other
relevant software's in the past 5 years.
1
4 Structural
Engineer
BE(Civil) 10
years
Should have professional experience in
consultancy and project management of
similar projects in designing, planning,
construction, contract management of two
major Similar projects in the past 5 years
1
5 Electrical
Engineer
B.E (Ele) 5
Years
Should have relevant experience in
buildings , internal and external
electrification, HT and LT line works etc., in
the past 5 years
1
24
6 Public Health
Engineer (PHE)
B.E(Civil) 5
Years
Should have relevant experience in
building 1
7 Quality Control
Engineer
BE(Civil) 5
years
Handled two similar projects as quality
control / material engineer 1
8 Site Engineer -1 BE(Civil) 3
years
Construction Supervision of two similar
projects as Site Engineer 1
9 Site Engineer -2 Diploma in
Civil
Engineering
5
years
Construction Supervision of two similar
projects as Site Engineer 1
10 Quantity
surveyors
Diploma in
Civil Engg.
5
years
Construction Supervision / quantity
surveyors of two similar projects.
1
Total technical staff (key personnel) whose CV’s to be considered for evaluation 10
It is compulsory to submit CV’s of the above 10 nos. of key personnel for
evaluation. The consultant will be responsible for deployment of additional staff and
supporting staff for efficient and complete supervision of works as and when required.
The CV’s of team members shall be included in the proposal along with documentary
proof of qualification and experience, their written consent (duly signed) and availability.
Note: Maximum age limit for Team leader shall be 65 years, while for all staff and field
technical staff, it shall be 60 years.
(E) Evaluation criteria :
The proposals of the participating firms who meet the eligibility criteria stated in
clause (A), (B), (C) and (D) only will be considered for evaluation and awarded points.
It is clarified that the judgment of KSPDCL shall be final in this case of evaluation of the
criteria contemplated in this section.
Criteria, sub-criteria and point system for the evaluation of Full Technical Proposals are
Clause Evaluation criteria Points
(a)
Specific Experience of the consultant /Firm related to this assignment ; 40
(i) Experience in consultancy services and or
project monitoring services one single order not
less than Rs.637.50 lakhs (project Cost) from
the last 5 years only.
Greater or equal to
637.50 lakhs
20 Points
For every addition of
Rs. 325.00 lakhs
above Rs.637.50
lakhs
02 points
subjected to
maximum of
20 points.
25
For the above, certificate/s issued by an officer not less than the rank of Executive Engineer
shall be submitted.
(b)
Adequacy of the proposed work plan and methodology in response to the ToR
followed by presentation ( if desired by the evaluation committee)
i.Technical approach and Methodology 08
ii.Work Plan 07
iii.Organization and staffing 05
Total for criteria (b) 20
(c)
Key Professional Staff Qualification and Competence for the Assignment
1. Team Leader ; 1 Nor. 10
2. Resident Engineer ; 1 Nor. 15
3. Architectural Engineer ; 1 Nor. 10
4. Structural Engineer ; 1 Nor 10
5. Electrical Engineer ; 1 Nor 5
6. Public Health Engineer ; 1 Nor 5
7. Quality Control Engineer ; 1 Nor. 15
8. Site Engineer -1 ; 1 Nos. 10
9. Site Engineer -2 ; 1 Nos. 10
10. Quantity surveyors ; 1 Nos. 10
Total points for Criteria (c)
100
(reduced
to 40
points)
Total Number of points for the three criteria [a, b and c] : 100 Points
The weightage points given to evaluation sub-criteria (c) for key professional staff
qualification and competence are ;
Sl.
N
o.
Criteria Weight
s, %
1
General Qualification
i.Education 10%
ii.overall experience 15%
iii.Years with the firm 05%
26
2
Adequacy for the assignment
i.No. of projects Completed 25%
ii.No. of similar projects completed 20%
iii.Years of experience on similar infrastructure projects 25%
` Total Weight 100%
Note ; 1.The minimum technical score St required to pass is 75% points over all.
2.No points will be awarded if the minimum requirement for the criteria /
sub-criteria is not met.
5.8 The formula for determining the financial scores is the following
Sf = 100 x Fm / F
In which Sf is the financial score
Fm is the lowest price and
F is the price of the proposal under consideration
The weights given to the Technical and Financial Proposal are :
T = 75% and
P = 25%
Score (S) = ( St x T) + (Sf x P)
The firm achieving the highest combined technical and financial score will
be invited for negotiations.
6.1 The address for negotiations is
The Chief Executive Officer,
Karnataka Solar Power Development Corporation Limited,
“Beeja Raaja” Complex, Bellary road
Hebbal, Bangalore-560 024
27
7.2 The assignment is expected to commence on :
Immediately from the date of Letter of Award.
Basis for awarding points:
Sl No.
Basis for awarding points Value Points
Index / Page nos.
submitted by
bidders
a
Specific Experience of the consultant /Firm related to this assignment
40
(i) Experience in consultancy services and or project monitoring services one single order not less than Rs.637.50 lakhs (project Cost) from the last 5 years only.
Greater or equal to 637.50 lakhs
20 Points
For every addition of Rs. 325.00 lakhs above 637.50
02 points subjected to maximum of 20 points.
For the above, certificate/s issued by an officer not less than the rank of Executive Engineer shall be submitted.
If experience and value of project completed is less than that amount is (a) above then no point will be awarded
b Adequacy of the proposed work plan and methodology in response to the ToR followed by presentation ( if desired by the evaluation committee)
Technical approach and Methodology -- 08
Work Plan -- 07
Organization and staffing -- 05
Total for criteria (b) 20
c Key Professional Staff Qualification and Competence for the Assignment
1 Team Leader : 1 of 1 Points - 10
Weight age General Qualification
i. Education Max 10%
Graduation; BE(Civil) 7.5%
Post Graduation:
ME/MTech
10%
ii. Overall experience in years Max 15%
15 years & more and less
than 20 years
11.25%
20 years & more 15%
iii. Years with the firm Max 05%
3 years & more and less
than 5 years
3.75%
5 years & more 5%
28
Adequacy for the assignment
I. No. of similar infrastructure projects completed as Team
leader / Project Manager / Head
Max 25%
2 or more & less than 4
projects
18.75%
4 projects & more 25%
ii. Experience in number of similar infra structure projects Max 20 %
5 or More & less than 7
projects
15%
7 projects & more 20%
iii. Years of experience on similar infrastructure projects
completed as Team leader / Project Manager / Head
Max 25%
3 years & more and less
than 5 years
20%
5 years & more 25%
2 Resident Engineer : 1 of 1 Points - 15
Weightage General Qualification
i. Education Max 10%
Graduation; BE(Civil) 7.5%
Post Graduation:
ME/MTech
10%
ii. Overall experience in years Max 15%
7 years & more and less
than 10 years
11.25%
10 years & more 15%
iii years with the firm Max 05%
3 years & more and less
than 5 years
3.75%
5 years & more 5%
Adequacy for the assignment
i. No. of similar infrastructure projects completed as Team leader
/ Project Manager / Head
Max 25%
2 or more & less than 4
projects
18.75%
4 projects & more 25%
ii. Experience in number of similar infra structure projects Max 20 %
5 or More & less than 7 15%
29
projects
7 projects & more 20%
iii. Years of experience on similar infrastructure projects
completed as Team leader / Project Manager / Head / Sr. Engr.
Max 25%
3 years & more and less
than 5 years
20%
5 years & more 25%
3. Architectural Engineer : 1 of 1 Points - 10
Weightage General Qualification
i. Education Max 10%
Graduation; BE(Arch) 7.5%
Post Graduation: M.Arch 10%
ii. Overall experience in years Max 15%
10 years & more and less
than 15 years
11.25%
15 years & more 15%
iii years with the firm Max 05%
3 years & more and less
than 5 years
3.75%
5 years & more 5%
Adequacy for the assignment
i. No. of similar infrastructure projects completed as Design
engineer/architect / Head / Team leader
Max 25%
2 or more & less than 4
projects
18.75%
4 projects & more 25%
ii. Experience in umber of similar infra structure projects Max 20 %
5 or More & less than 7
projects
15%
7 projects & more 20%
iii. Years of experience on similar infrastructure projects
completed as Design engineer /architect / Head / Team leader
Max 25%
3 years & more and less
than 5 years
20%
5 years & more 25%
4. Structural Engineer : 1 of 1 Points - 10
Weight age General Qualification
30
i. Education Max 10%
Graduation; BE(Civil) 7.5%
Post Graduation:
ME/MTech
10%
ii. Overall experience in years Max 15%
5 years & more and less
than 10 years
11.25%
10 years & more 15%
iii years with the firm Max 05%
2years & more and less
than 5 years
3.75%
5 years & more 5%
Adequacy for the assignment
i. No. of similar infrastructure projects completed Design Head /
Sr. Engr./ Design Engineer / quality control engineer
Max 25%
2 or more & less than 4
projects
18.75%
4 projects & more 25%
ii. Experience in number of similar
infra structure projects
Max 20 %
5 or More & less than 7
projects
15%
7 projects & more 20%
iii. Years of experience on similar
infrastructure projects completed
as Design Head / Sr. Engr./ Design
Engineer.
Max 25%
3 years & more and less
than 5 years
20%
5 years & more 25%
5. Electrical Engineer : 1 of 1 Points - 5
Weightage General Qualification
(i) Education Max 10%
Graduation; BE(Ele) 7.5%
Post Graduation:
ME/MTech
10%
ii. Overall experience in years Max 15%
31
5 years & more and less
than 10 years
11.25%
10 years & more 15%
iii years with the firm Max 05%
2years & more and less
than 5 years
3.75%
5 years & more 5%
Adequacy for the assignment
i. No. of similar infrastructure
projects completed electrical
engineer /supervisor/head
Max 25%
2 or more & less than 4
projects
18.75%
4 projects & more 25%
ii. Experience in number of similar
infra structure projects
Max 20 %
5 or More & less than 7
projects
15%
More than 7 projects 20%
iii. Years of experience on similar
infrastructure projects completed
as electrical engineer /supervisor
/head
Max 25%
3 years & more and less
than 5 years
20%
More than 5 years 25%
6. Public Health Engineer : 1 of 1 Points - 5
Weightage General Qualification
i. Education Max 10%
Graduation; BE(Civil) 7.5%
Post Graduation:
ME/MTech
10%
ii. Overall experience in years Max 15%
5 years & more and less
than 10 years
11.25%
10 years & more 15%
iii years with the firm Max 05%
32
2years & more and less
than 5 years
3.75%
5 years & more 5%
Adequacy for the assignment
i. No. of similar infrastructure
projects completed as engineer/
head/site engineer
Max 25%
2 or more & less than 4
projects
18.75%
More than 4 projects 25%
ii. Experience in number of similar
infra structure projects
Max 20 %
5 or More & less than 7
projects
15%
7 projects & more 20%
iii. Years of experience on similar
infrastructure projects completed
as engineer/ head/site engineer
Max 25%
3 years & more and less
than 5 years
20%
More than 5 years 25%
7. Quality Control Engineer : 1 of 1 Points - 15
Weightage General Qualification
i. Education Max 10%
Graduation; BE(Civil) 7.5%
Post Graduation:
ME/MTech
10%
ii. Overall experience in years Max 15%
5 years & more and less
than 10 years
11.25%
10 years & more 15%
iii years with the firm Max 05%
2 years & more and less
than 5 years
3.75%
5 years & above 5%
Adequacy for the assignment
i. No. of similar infrastructure Max 25%
33
projects completed as Design
head/ Sr. Engineer/ Design
Engineer.
2 or more & less than 4
projects
18.75%
4 projects & more 25%
ii. Experience in number of similar
infra structure projects
Max 20 %
5 or More & less than 7
projects
15%
7 projects& above 20%
iii. Years of experience on similar
infrastructure projects completed
as Design Head / Sr. Engr./ Design
Engineer / quality control engineer
Max 25%
2 years & more and less
than 5 years
20%
More than 5 years 25%
8. Site Engineer-1 : 1 of 1 Points - 10
Weightage General Qualification
i. Education Max 10%
Graduation; BE(Civil) 7.5%
Post Graduation:
ME/MTech
10%
ii. Overall experience in years Max 15%
3 years & more and less
than 5 years
11.25%
5 years & above 15%
iii years with the firm Max 05%
2 years & more and less
than 5 years
3.75%
5 years & above 5%
Adequacy for the assignment
i. No. of similar infrastructure
projects completed as site
engineer/ quality control engineer.
Max 25%
2 or more & less than 4 18.75%
34
projects
4 projects & above 25%
ii. Experience in number of similar
infra structure projects
Max 20 %
2 or More & less than 5
projects
15%
5 projects & above 20%
iii. Years of experience on similar
infrastructure projects completed
as site engineer / quality control
engineer
Max 25%
3 years & more and less
than 5 years
20%
5 years & above 25%
9. Site Engineer-2 : 1 of 1 Points - 10
Weight age General Qualification
i. Education Max 10%
Diploma in Civil
Engineering
7.5%
Graduation: BE(Civil) 10%
ii. Overall experience in years Max 15%
5 years & more and less
than 7 years
11.25%
7 years & above 15%
iii years with the firm Max 05%
2 years & more and less
than 5 years
3.75%
5 years & above 5%
Adequacy for the assignment
i. No. of similar infrastructure
projects completed as site engineer
/ Quality control engineer
Max 25%
2 or more & less than 4
projects
18.75%
More than 4 projects 25%
ii. Experience in number of similar
infra structure projects
Max 20 %
35
2 or More & less than 5
projects
15%
5 projects & above 20%
iii. Years of experience on similar
infrastructure projects completed
as site engineer/ Quality control
engineer.
Max 25%
3 years & more and less
than 5 years
20%
5 years & above 25%
10. Quantity Surveyors: 1 of 1 Points - 10
Weightage General Qualification
i. Education Max 10%
Diploma in Civil Engg. 7.5%
Graduation: BE(Civil) 10%
ii. Overall experience in years Max 15%
3 years & more and less
than 5 years
11.25%
5 years & above 15%
iii years with the firm Max 05%
2 years & more and less
than 5 years
3.75%
5 years & above 5%
Adequacy for the assignment
No. of similar infrastructure projects
completed as quantity surveyor/
quality control engineer / site
engineer
Max 25%
2 or more & less than 4
projects
18.75%
4 projects & above 25%
Experience in number of similar
infra structure projects
Max 20 %
2 or More & less than 5
projects
15%
5 projects & above 20%
Years of experience on similar Max 25%
36
infrastructure projects completed
as quantity surveyor/ quality control
engineer / site engineer
3 years & more and less
than 5 years
20%
5 years & above 25%
Note :
1. Bidders are requested to furnish the page numbers of the documents (as shown in the index) submitted by them in the last column of the above table.
2. CV‘s of all the above 10 nos. of key personnel shall be submitted as per the format duly indicating the (i) educational qualification, (ii) overall experience in years, (iii)years with the firm, (iv)number of similar infrastructure projects completed (in relevant capacity), (v) total experience in number of similar infrastructure projects and (vi) years of experience on similar infrastructure projected completed which are vital from evaluation point of view. CV's shall be signed by both, the key personnel as well as bidder.
37
SECTION 3. TECHNICAL PROPOSAL - STANDARD FORMS
3A.Technical Proposal submission form.
3A(1) Details of Application (consultant)
3A(2) Specific experience of the consultants related to the assignment
3A(3) Details of key personnel to be deployed by the consultant
3B. Consultant’s references.
3C. Comments and suggestions on the Terms of Reference and on data services,
and facilities to be provided by the Client.
3D. Description of the methodology and work plan for performing the assignment.
3E. Team composition and task assignments.
3F. Format of Curriculum Vitae of proposed key professional staff.
3G. Time schedule for professional personnel.
3H. Activity (work) schedule.
38
3A. TECHNICAL PROPOSAL SUBMISSION FORM
[Location, Date] FROM: --------------------------------------- --------------------------------------- --------------------------------------- TO: (Name and Address of Client) --------------------------------------- --------------------------------------- ---------------------------------------
Ladies/Gentlemen:
Subject: Project Management Consultancy (PMC) service for preparation of DPR, Design, Construction Supervision and Contract Administration of various Buildings, Structures, Landscaping, water supply & sanitary arrangements and other
allied civil works of Pavagada 2000MW Solar park.
-o0o-
We, the undersigned, offer to provide the consulting services for the above in
accordance with your Request for Proposal dated [Date], and our Proposal. We are hereby
submitting our Proposal which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope.
If negotiations are held during the period of validity of the Proposal, i.e., before [Date]
we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely
Authorized Signature:
Name and Title of Signatory: Name of Consultant: Address:
39
FORM 3A-1
Details of Applicant (Consultant)
1 1. (a) Name : :
(b) Country of incorporation:
(a) Address of the corporate headquarters and its branch office(s), if any, in India:
(b) Date of incorporation and/or commencement of business:
2 Brief description of the Company including details of its main lines of business and proposed role and responsibilities in this Project.
3 Details of individual (s) who will serve as the point of contact / communication within the Company: (a) Name : (b) Designation : (c) Company : (d) Address : (e) Telephone Number : (f) E-Mail Address : (g) Fax Number :
4 Name, Designation, Address and Phone Numbers of Authorized Signatory of the Applicant: Name : Designation : Address : Phone No. : Fax No. : E-mail :
40
FORM 3A-2
SPECIFIC EXPERIENCE OF THE CONSULTANTS RELATED TO THE ASSIGNMENT
(To be filled in by the Applicant)
NAME OF THE CONSULTANT:
Sl No Professional
Experience-
in
(Years)
Reference
from
Previous
Employer
(Form-3B).
Page No.
Specific
experience in
Similar
Projects.
(Total No of
Projects)
Experienc
e in India
(Years)
Experienc
e in the
Region
1 2 3 4 5 6
Note: Details shall be furnished with due diligence with reference to the documents submitted
with the proposal.
41
FORM 3A-3
Details of Key personnel to be deployed by the consultant
To be filled in by the Applicant)
Add Rows as required
Note: Details shall be furnished with due diligence with reference to the documents submitted
with the proposal.
Sl
No
N
o
s
.
NAME Professional
Qualification
.
BE/ME/Diplo
ma in Civil
Engineering
Over all
Experienc
e- in
(Years)
Years with
the Firm (
present
working)
(Years)
Number of
similar
projects
completed
as……(team
leader/..QC
engr./ as the
case may
be…..).
(Number)
Experien
ce in
number
of similar
infrastruc
ture
projects
(Years)
Experienc
e on similar
infrastructur
e projects.
(Years)
Languages
known
(Read/write
/speak)
Experience
in
supervision
of Similar
Projects
Reference
to CVs
( Form 3F)
/ Para and
Page No. of
documents
submitted
by the
bidders
1 2 3 4 5 6 7 8 9 10
1 1 TEAM LEADER -1 No.
2 1 RESIDENT ENGINEER -1 No.
3
1 Architectural Engineer - 1 No.
4 1 Structural Engineer -1 No.
5 1 Electrical Engineer - 1 No.
6 1 Public Health Engineer-1No.
7 1 QUALITY CONTROL ENGINEER -1 No.
1
8 1 SITE ENGINEER-1 – 1No.
9 1 SITE ENGINEER-2 – 1 No.
10 1 QUANTITY SURVEYOR – 1 No.
42
3B. CONSULTANT’S REFERENCES
Relevant Services Carried Out in the Last Five Years
That Best Illustrate Qualifications
Using the format below, provide information on each reference assignment for which your
firm/entity, either individually or as a corporate entity or as one of the major companies within an association, was legally contracted for carrying out consulting services and project management
services similar to the ones requested under this assignment (use additional pages)
Assignment Name: Country:
Location within Country: Key professional staff Provided by Your Firm/entity(profiles):
Name of Client: No. of Staff:
Address: No. of Staff-Months; duration of assignment:
Start Date (Month/Year): Completion Date (Month/Year): Approx. Value of Services (Rs.):
Name of Associated Consultants, if any: No. of Months of Key professional staff, provided
by Associated Consultants: Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions
performed:
Narrative Description of Project:
Description of Actual Services Provided by Your Staff:
Consultant‘s Name:
Summary of the Technical experience of the Bidder
Sl.
No
.
Name
of the
Bidder
Name of the
similar projects
completed in
the last 5
Years
Value of
contract
in INR
Value of
the
project
in INR
Date of
commencement
of the project
Date of
completion
of the
project
Summary of the Financial Strength of the Bidder
Sl.
No.
Name of the
Bidder
Annual Turn over the Bidder in Rs.
2013-14 2014-15 2015-16 2016-17 2017-18
43
3C. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF REFERENCE AND ON
DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY THE CLIENT
On the Terms of Reference: 1.
2.
3.
4.
5.
On the data, services, and facilities to be provided by the Client
1.
2.
3.
4.
5.
CONSULTANT’S NAME:
44
3D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN
FOR PERFORMING THE ASSIGNMENT
[Technical approach, methodology and work plan are key components of the Technical
Proposal. You are suggested to present your Technical Proposal ( inclusive of charts and
diagrams) divided into the following three chapters:
a) Technical Approach and Methodology,
b) Work Plan, and
c) Organization and Staffing,
a) Technical Approach and Methodology. In this chapter you should explain your
understanding of the objectives of the assignment, approach to the services, methodology for
carrying out the activities and obtaining the expected output, and the degree of detail of such
output. You should highlight the problems being addressed and their importance, and explain
the technical approach you would adopt to address them. You should also explain the
methodologies you propose to adopt and highlight the compatibility of those methodologies
with the proposed approach.
b) Work Plan. In this chapter you should propose the main activities of the assignment,
their content and duration, phasing and interrelations, milestones (including interim
approvals by the Client), and delivery dates of the reports. The proposed work plan should
be consistent with the technical approach and methodology, showing understanding of the
TOR and ability to translate them into a feasible working plan. A list of the final documents,
including reports, drawings, and tables to be delivered as final output, should be included
here. The work plan should be consistent with the Work Schedule.
c) Organization and Staffing. In this chapter you should propose the structure and
composition of your team. You should list the main disciplines of the assignment, the key
expert responsible, and proposed technical and support staff.]
45
3 E. TEAM COMPOSITION AND TASK ASSIGNMENTS
1. Technical/ Managerial Staff
Sl. No. Name Position Task
1.
2.
3.
4.
..
..
2. Support staff
Sl. No. Name Position Task
1.
2.
3.
4.
..
..
46
3F. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY PROFESSIONAL STAFF
Proposed Position:
Name of Consultant:
Name of Staff:
Profession:
Date of Birth:
Years with Firm/Entity: Nationality:
Membership in Professional Societies:
Detailed Tasks Assigned:
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use about half a page.]
Education:
[Summarize college/university and other specialized education of staff member, giving names of schools, dates attended, and degrees obtained. Use about one quarter of a page.]
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, titles of positions held, and locations of assignments. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use about two pages.]
Languages:
[For each language indicate proficiency: excellent, good, fair, or poor; in speaking, reading, and writing ]
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications, and my experience.
Date: [Signature of staff member and authorized representative of the Consultant] Day/Month/Year
Full name of staff member: _______________________________________________ Full name of authorized representative: _________________________________________ Note : Unsigned copies of CV’s both by the staff member and the authorized representative will not be considered for evaluation.
47
3 G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL
Sl No
Name Position Reports due/Activities
Months (In the form of a Bar chart) No of Months
1 2 3 4 5 6 7 8 9 10 11 12
1
2
3
4
5
6
Subtotal (1)
Subtotal (2)
Subtotal (3)
Subtotal (4)
Subtotal (5)
Subtotal (6)
Full time _______________ Part time __________________________
Reports due ___________________ Activities Duration ___________________
The Schedule should be for the period of completion of assignment
Signature ________________________________ (Authorized Representative)
Full Name
_________________________________ Title
___________________________________
Address ____________________________________
48
3H. ACTIVITY (WORK) SCHEDULE
A. Field investigation and study items:
Sl
No
Item of
activity (Work)
Month wise programme (in form of Bar chart) ++
1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
++ The programme should be period of completion of assignment
B. Completion and submission of reports
Sl
No
Reports * Programme (Date)
1 Inception report
2 Interim progress report
(a) First status report
(b) Second status report
3 Draft report
4 Final report
*Modify as required for the assignment
49
SECTION 4. FINANCIAL PROPOSAL - STANDARD FORMS
4 A : Financial Proposal submission form
4 B : Summary of costs
4 C : Breakdown of costs
50
4A. FINANCIAL PROPOSAL SUBMISSION FORM
Date :
FROM: (Name of Consultant)
______________________
______________________
Ladies/Gentlemen:
TO: (Name and address of the client)
Subject: Project Management Consultancy (PMC) service for preparation of DPR, Design, Construction Supervision and Contract Administration of various Buildings, Structures, Landscaping. Water supply & Sanitary arrangements and other allied civil works of Pavagada 2000MW Solar park.
-o0o-
We, the undersigned, offer to provide the consulting services for the above in accordance with your
Request for Proposal [Dated] and our Proposal (technical and Financial Proposals). Our attached financial proposal is for the sum of [amount in words and figures – inclusive GST @ 18%]_.
Our financial proposal shall be binding upon us subject to the modifications resulting from contract negotiations, up to expiration of the validity period of the Proposal.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely ―Prevention of Corruption Act 1988‖. We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of the Consultant: Address
Page 51 of 92
4 B Summaries of Costs
No. Description @ Amount in INR
I Remuneration for key professional staff II Supporting staff III Transportation IV Duty Travel to Site V Office Rent VI Office supplies, utilities and communications VII Office furniture and equipment VIII Reports and Document Printing IX Conducting detailed engineering topo Survey
and Geo-technical investigation
TOTAL COST GST @ 18% TOTAL COST ( including GST@ 18%)
Note: 1. The ceiling cost of the consultancy is as shown in the Summary of Costs. Payments will be made as per stipulations of the Special Conditions of Contract. The break-up of cost as given in formats 4C is to facilitate assessment of reasonableness of costs and conducting negotiations. @
Modify the items as appropriate for the consultancy assignment.
Authorized Signature
Page 52 of 92
4 C Breakdown of Cost (Rs)
i REMUNERATION FOR STAFF
Sl No. Position Name Rate*(Rs.) SM Amount (Rs,)
Key Professional Staff
1
2
3
..
..
..
14
Sub-Total
Sub-Key Professional Staff
1
2
3
4
5
..
…
Sub-Total
TOTAL
SM = staff month
ii.Supporting staff
No. Position Name Staff Months Rate*(Rs.) Amount (Rs.)
1
2
3
4
5
..
…
iii Transportation(*) : Total : iv Duty travel to the site (*) :
Total :
v Office Rent (*):
Total :
vi Office supplies, utilities and communication:
No. Item (*) Months Monthly rate (Rs.)
Amount (Rs.)
1
2
3
..
TOTAL ;
Page 53 of 92
vii Office Furniture and equipment :
No.
Description(*) Unit Qty. Rate (Rs.) Amount (Rs.)
Office furniture (Purchase)
1
..
Office Equipment (Purchase)
1
..
TOTAL
viii Reports and Documents Printing :
Sl. No.
Description (*) Number No. of copies
Rate per copy (Rs.)
Amount (Rs.
TOTAL
ix Topographical and detailed engineering survey for construction of buildings other
allied works, etc., (*)
* Prepare details as appropriate for the consultancy assignment.
Page 55 of 92
SECTION 5. TERMS OF REFERENCE
Sl.No Description
1 BACK GROUND
2 A CONCISE STATEMENT OF OBJECTIVES
3 AN OUTLINE OF THE TASKS TO BE CARRIED OUT
(A) Broad objectives of the consultancy
(B) Detailed engineering survey for works (Project Preparation Stage)
(C) Tendering Services (Project Preparation Stage)
(D) Post Tendering Services (Project Preparation & Construction commencement Stage)
(E) Contract management framework
(F) The consultant
(G) Duties and Responsibilities of the Engineer
(H) Action requiring specific approval of the Employer
(I).Interim and Final payments to the contractors
(J) Likely Additional Service
(K).Reporting Requirements
(L) Expected Inputs
(M) Staffing Schedule
(N).Data, Services and activities to be provided by the Client
(O) Deficiencies of Services
(P) Performance Security
(Q).Consultants Proposal Submission
(R).Time Schedule from inception to completion of the works
(S) Project Implementation (Construction Stage)
(T) .Payments Terms
(U).Performance of consultants
Page 56 of 92
SECTION 5. TERMS OF REFERENCE
1. BACKGROUND
The Karnataka Solar Power Development Corporation Limited [KSPDCL] is a Joint venture company of KREDL-GoK and MNRE-GoI registered under the Companies Act.
To meet the growing demand for power supply, KSPDCL has taken up establishing a solar park with a view to generate 2000 MW using renewal energy from solar source and is under progress.
For establishing the solar park, KSPDCL is in the process of acquisition of about 13000 Acres of land in the village limits of Kyataganacharlu, Balasamudra, Valluru, Thirumani and Rayacharlu, NagalamadikeHobli, Pavagada Taluk, Tumakuru Dist.
The solar park is divided into 40 number of blocks measuring about 250 acres each and are allotted to NTPC and other organizations who are interested in generating electricity. Capacity of each of the blocks is about 50 MW. The independent producers will generate electricity and will step-up the generated electricity to 66/33 kV and they will connect to the near by 220/66/33 kV sub-stations established by KSPDCL. 8 numbers of 220/66/33 kV sub-stations are being constructed in the solar park to collect the generated electricity from each block which are scattered across the solar park. At present 600MW is under generation and remaining works are in progress.
For better administrative, technical and financial control it is intend to take up the following works in different stages / phases on need basis at different point of time.
The works shall be designed & supervised by the consultants on behalf of the Client under a single consultancy. The Client intends to engage Consultants for surveying ( topographical, Geotechnical , hydrological) design, estimation, preparation of DPR‘s, tendering process for engaging contractors for the above works duly following KTPP act, appointing construction agencies, project management, construction supervision, quality control etc., i.e., from inception to successful completion.
It is proposed to engage highly qualified consultants with proven relevant experience in implementing the projects of similar nature and size, for designing, supervision of proposed works. The proposed construction technology involves use of latest machinery and equipment and is expected of the consultants that the experts to be deployed have proven national / international experience of handling such construction works.
The client will be the Employer and the executing agency.
Page 57 of 92
Works ;
Broadly, the works consists of following
it is intended to develop
i. a colony comprising of office complex building (of minimum of 3 floors with provision
for reception, lounge, canteen, kitchen, dining, meeting hall, dormitory, warden room,
at GF, office space, lounge, auditorium wash rooms at FF, guest house/rooms at
SF, open terrace, OHT, head room, etc at TF with all amenities like staircase, lifts,
water supply & sanitary arrangements, electrification, plumbing, HVAC etc.,
complete), store room and yard (for storing and stacking of electrical equipments
etc.,), security room, bore-wells, water supply & sanitary arrangements for the
colony, compound wall and gate, leveling and allied works such as construction road
works etc., parking facilities, internal roads, drains, culverts, landscaping and
arboriculture and other associated works.
ii. entrance arch and allied works at entrance of park.
iii. security rooms with gates at strategic location of 2000 MW solar park.
iv. and other allied works/unforeseen works.
The above details with approximate cost are indicated in the Annexure-F
enclosed herewith. The above proposal are tentative and indicative only. The scope
of the work may change at the discussion of KSPDCL.
* The PMC will be responsible for design, development of layout plan comprising of all
the components as stated in terms of reference (TOR), 3D Arial view of layout plan with 3D animation of walk along ( 5 minutes ),3D animation walk-in (5 minutes) of all the proposed buildings should be prepared and submitted for approval of the scheme. Different alternates shall be submitted for discussions and deliberations for finalization and selection by the higher authorities. at the discretion of KSPDCL the above works may be taken up in different stages on need basis.
2. A CONCISE STATEMENT OF OBJECTIVES
The objective of the RFP is to appoint a consultancy agency:
i. For the preparation of detailed project report duly conducting detailed engineering survey for construction for all the works, preparation of conceptual designs / plans followed by detailed designs, construction drawings, Architectural designs, structural drawings of the proposed works and connected structures, furnishing BOQ, estimation, DPR‘s preparation of tender documents to duly observing KTPP act, assisting client in finalization of tenders and appointing of agency / agencies to take up the above works.
ii. For providing consultancy and project monitoring services during the project implementation, comprising of project scheduling, supervision, quality control, review of progress and any other activities required , at all the stages from inception to successful completion.
iii. To ensure that high quality of construction is achieved and to ensure that all works are carried out in full compliance with the engineering design, technical
Page 58 of 92
specifications, relevant standards and other contract documents within the stipulated period.
iv. To demonstrate the efficacy of consultancy and contract supervision by independent external agencies experienced in this field of work.
v. To ensure safety during construction and adherence to all environment management regulations prescribed under the contract.
vi. To ensure that effective contract administration is achieved.
3. AN OUTLINE OF THE TASKS TO BE CARRIED OUT
(A) Broad Objectives of the Consultancy:
i. The Consultant shall function as the Principal Advisor to KSPDCL in all aspects of the development of the project for planning, design and implementation.
ii. Do the Detailed Project Engineering for above works and other allied civil works as per relevant IS standards and codes.
iii. Project Management during the entire project cycle. (From project preparation stage to project completion stage).
(B) Detailed engineering survey for works (Project Preparation Stage)
i. Preparation of Master Plan while incorporating changes as per client feedback.
ii. Conducting detailed engineering survey for collecting all the data required for design and implementation other allied works including geo-technical investigation for underground water
iii. Preparation of designs, appropriate drawings and obtain necessary approval from competent authorities.
iv. Prepare detailed engineering drawings, specifications, Bill of Quantities and detailed estimates of cost. Estimates shall be realistic and shall be nearer to the actual on completion to avoid variation of project cost. Estimates shall be prepared based of the SR‘s of KPWD and market rates for items not found in SR. and preparation of DPR‘s.
v. Concept Plan: The Consultant shall envisage a vision for the proposed development catering to
the clients brief on the project. The Consultants shall prepare a Conceptual Plan with number of alternates as desired by KSPDCL. Clearly defining the land use pattern and planning principle. A cost estimate shall also be evolved.
vi. Preparation of Master Plan: As per the requirements of this project, the Consultant shall prepare Master Plan.
The Master Plan shall integrate various facilities planned on the project sites with the developments in the vicinity (both existing and proposed).
vii. Detailed Engineering Designs:
Page 59 of 92
Preparation of detailed designs & drawings with respect to proposed development at the site. They shall include all Architectural drawings, structural drawings along with structural design calculations report, utilities etc.
The Consultant shall provide advice, guidelines, plans, designs, drawings, layouts, reports, models, etc for the project as and when required for the timely progress of the project and shall synchronize with the main objectives of the clients of successful establishment of solar park.
(C) Tendering Services (Project Preparation Stage)
i. Assistance in all coordination functions, which would be necessary to take the
project forward. This shall include participation in the meetings with the client and other competent authorities, where clarifications of technical nature are required.
ii. Active assistance (of technical nature) in inviting participation from prospective contractors, freezing technical specifications for various works.
iii. Assist KSPDCL in all technical matters related to pre-qualification of contracts.
iv. Active assistance in preparation of tender documents as per transparent bidding procedures of KTPP Act.
v. Give all technical assistance to client during the tender process, including participation in pre-bid meetings, issuing replies to queries of contractors/ bidders and corresponding amendments to tender documents, evaluation of bids and recommending selection of contract (s) to KSPDCL.
(D) Post Tendering Services (Project Preparation & Construction commencement Stage)
i. Preparation and submission of complete set of working drawings, to facilitate
commencement of work at the site and to ensure proper execution during construction.
ii. Periodic visits to the site, to give clarifications on drawings and specifications (for which site visit is required) and report to KSPDCL regarding quality and progress of work.
iii. Preparation of PERT charts.
(E) Contract management framework
A Contract Management Framework (CMF) will govern the execution of works. The main features of CMF are described below:
i. To administer the contracts, the Client will be the Employer. The Chief Executive Officer, KSPDCL, mentioned in the data sheet will be the overall in-charge of package. The General Manager and other officers authorized shall be working as client‘s representative/s
ii. The General Manager (GM), will define/re-define the objectives of the project, ensure the efficient procurement of works and guarantee that the execution of sub project (s) is within the scope defined in especially on variations in work quantities on additional items of work, on change in scope of work, etc. The GM will interact with all the external Departments in matters relating to administration and monitoring of project implementation as per the requirements. In discharge of this function, the GM will be assisted at field formation by his sub-ordinates and the supervision consultants.
iii. The GM will have authority to give directions to the Consultant in all routine matters
related to the contract management/administration which will include among other
things application of correctives for any laxity in respect of slow progress and poor
Page 60 of 92
quality level of execution, to examine the cases of variation orders including
variations in quantities and additional work items recommended by Consultants.
The Consultants shall duly consider his suggestions/directions and in case of any
differences both the Consultants and GM shall send their independent point of
view to the concerned Chief Executive Officer (CEO) for decision-making. The
decision of the CEO will be finally implemented. Both the GM and Consultants
shall interact with each other on regular basis and GM will take prompt decisions
as required in routine technical and contractual matters. All communications/
directions to the Consultants shall be made by GM except in the absence of GM,
when such duties will be discharged by a technical officer of duly authorized for
this purpose.
iv. The Consultant will be a part of the C.M.F. and will assist the Employer in all
matters pertaining to contract management, as required.
v. The Employer or his representative may inspect and review the progress of works
and may issue appropriate directions to the Consultants for taking necessary
action. The Employer or his representative may also test check the quality and
quantity of the materials brought to the site for incorporating in the permanent
works and may also test check the quantity, quality and workmanship of the work
executed in the presence of the representatives of the Consultants and the
Contractor.
(F) The consultant
i. Client in its role as ―Employer‖ will employ qualified consultant meeting the National
standards, to undertake design, supervision and contract management of the
proposed construction works. The Consultants firm so selected shall nominate a
person to be the ―Engineer‘s Representative‖. For routine responsibilities the
respective REs shall be treated as the Engineer's representatives for the related
works.
ii. The supervision team will be composed of highly qualified and experienced key
experts. The indicative qualification and experience criteria are furnished in the Data
sheets. The criteria indicated are for the guidance of the consultants. The relevant
professional experience means, the actual experience in the concerned area of
expertise on similar nature projects.
iii. The consultants are required to develop the proper understanding of the project
design and drawings.
iv. The suggestive qualification experience for support personnel (Technical) as
indicated shall regulate the approval of these personnel during the implementation
stage. The approval in respect of these personnel from the employer will be required
before the deployment.
v. Only Key personnel (10 nos.) are to be considered for the purpose of technical
evaluation. Consultants are therefore advised to field truly competent and
experienced experts at these positions.
vi. The Consultant is required to prepare & review all the designs & drawings and
prepare & issue to the contractor the revised design and drawings for execution, if so
required.
(G) Duties and Responsibilities of the Engineer
Page 61 of 92
a. The ―Engineer as per contract document is the party as stipulated in the contract
document. The ―Engineer‖ as such is the consulting firm finally engaged by the
employer. The consultant is, however, required to appoint a person to act as the
―Engineers Representative‖. The consultant shall delegate the responsibilities to this
person to work and act on behalf of the firm to carry out most of the functions related
to the project.
b. The duties of the ―Engineer‖ will be to properly supervise the works and approve the
materials and workmanship of the works in cooperation and in consultation with the
Employer to ensure timely completion of the project. The Engineer will administer the
construction works contracts and will ensure that the contractual clauses, whether
related to quality or quantities of work, are respected. The ―Engineer‖ shall have no
authority to relieve the contractors of any of their duties or obligations under the
contracts or to impose additional obligations not included in the contracts. The duties
of the Engineer will also include issue of decisions, certificates and orders as
specified in details in the construction contract documents.
c. The Engineer shall be in charge of works which shall be controlled at the client level
by various officers of KSPDCL. As such the Engineer shall be required to interact
with the various officers for implementation of works.
d. Principal responsibilities will be generally to carry out all the duties of the Engineer
as specified in the construction Contract documents, within the limitations specified
therein, but not limited to the following. In case of any disparity, the stipulations
made in the civil construction contract documents will prevail in the order of
precedence mentioned therein.
i. to approve the Contractor‘s key personnel, construction mobilization programs, temporary land to be occupied by the Contractor
ii. To approve the contractor‘s work program including activity scheduling and resource programming
iii. Give the order to commence the work. iv. Ensure that the construction works are in accordance with the technical
specifications, various IS codes Environmental Management Plan and other stipulation of construction contract documents and the construction methods proposed by the contractor are in compliance with the above stipulations particularly, in relation to Contractor‘s construction equipment and resource deployment
v. To approve setting out of the works vi. To verify and if necessary order correction of the as staked drawings supplied by
the Contractor vii. Ensure a system of Quality Assurance of works, approve materials and sources of
materials, to review all mix designs and concrete mix designs proposed by the contractor and approve/suggest modifications in the mix design, laying methods, sampling and testing procedure and Quality Control measures to ensure required standard and consistency in quality, at the commencement of item
viii. Check the laboratory and field tests carried out by the contractor and develop a mechanism in consultation with Employer to involve RE to carry out adequate number of independent tests other than the regular testing done by laboratory personnel
ix. Order special tests of materials and/or completed works, order removal and substitution of improper materials and/or works as required
x. To assist in measurement of works and check all quantity measurements and calculations required for payment purpose and ensure that all measurements and calculations are carried out in a manner and at the frequencies specified in the contact documents
xi. Approve and/or issue good for construction drawings including variations thereof.
Page 62 of 92
Prepare / issue modified good for construction drawings based on the initial review conducted by the consultant and amendments agreed to by the Employer.
Prepare/issue modified good for construction drawings required for any variation order, or any other change, agreed to by the Employer.
xii. To control and appraise the progress of the works to order suspension of works and to authorize with the Employers approval, extensions of the period of completion of works.
xi. To monitor and check the day to day quality control and quantity measurements of the works carried out under the Contract, keep all measurement records as per the directions of the Employer and assist the employer in issuance of monthly/interim payment certificates ensuring that the quality of the works is satisfactory and the quantities are correct;
xii. To direct the Contractor in all matters concerning construction safety and care of the works (including the erection of the temporary signs at works and if required, to request the Contractor to provide any necessary lights, guards, fencing and watchmen.
xiii. To direct the Contractor to carry out all such works or to do such things as may be necessary in his opinion to avoid or to reduce the risk in any emergency affecting the safety of life or of adjoining property.
xiv. To direct the contractor to take all necessary steps including those mentioned in the construction contract to protect the environment on and off the site which arise due to construction operations.
xv. To inspect the works, during the construction period and at proper interval during the Defects Liability Period and to issue Defects Liability certificates after the rectification, by the Contractor, of possible defects and assist the employer in issuance of final payment certificates.
xvi. To verify and correct the as-built drawings supplied by the Contractor xvii. To direct contractor to take all necessary steps to maintain the rate of progress
of works as per the approved programme of the contractor on monthly basis; xviii. To provide adequate Supervision of Contractor‘s work carried out in more than
one shift thus matching the working hours to be the same as that of the contractor(s);
xix. To ensure timely completion of the project without diluting the quality standards envisaged and be fully accountable to the employer in this regard;
xx. Responsibility for maintaining smooth flow of progress of work. xxi. Provide assistance to the employer in respect of contract implementation, claims
and other matters. xxii. Advise and assist the employer with respect to arbitration, litigation if so
required. xxiii. Review and ensure continuity of contractors services in approved formats xxiv. Prepare quarterly cash flow for the project in a format acceptable to the
employer. Cash flow should identify budget estimates for all outstanding work. xxv. Update cost estimate each year or at quarterly completion (25 percent,
50percent, 75 percent and 100 percent) of the project whichever takes place early;
xxvi. Maintain records of all plan labour and material used in the construction of the works.
e. The other responsibilities of the Engineer will be to carry out all such duties which are essential for effective implementation of the construction contract as mentioned in but not limited the following:-
i. To prepare, in consultation with the Employer, a Construction Supervision
Manual outlining routines and procedures to be applied in contract management,
construction supervision and administration. The routines and procedures will be
in accordance with the requirements.
Page 63 of 92
ii. Assist/advise Employer for advance actions required to be taken for handing
over of site and in achieving different milestones for completion of projects as per
schedule.
iii. To verify the quantities of all items in the BOQ and suggest modifications to the
same if necessary as per the prevailing site conditions, for the approval of the
employer
iv. Assist Employer in proper monitoring/progress of works and implementation of
project through computer aided project management technique and
Management Information System (MIS)
v. To write a day by day project diary which shall record all events pertaining to the
Contract, request from and orders given to the Contractor, any other information
which may at a later date be of assistance in resolving queries which may arise
concerning execution of the works.
vi. Prepare and issue monthly and quarterly progress reports along with detailed
quality control test statement in an approved format and also prepare detailed
contract completion report
vii. To advise the Employer on all matters relating to execution of the works, claims
from the Contractor and to make recommendations thereon, including the
possible recourse to arbitration
viii. To prepare detailed recommendations to the Employer for contract change
orders and addenda, as necessary, to ensure the best possible technical results
are achieved with the available funds
ix. To assist the Employer in taking over from the Contractor of each section, in
particular by preparing lists of deficiencies which need to be corrected, and
assisting with monitoring of the performance of the works during the defects
liability period
x. Prepare a maintenance manual, outline the routines to be adopted in each specific
works
xi. Assist the Employer in providing clarifications/explanations to observations
made, from time to time, by the Auditor
xii. Online Entries on the MIS System of the Client as per the requirement
xiii. Assist the Employer in co-ordination works with different agencies and hold
meetings for proper and timely implementation of the project
xiv. Preparation of revised estimate etc., if required
xv. Modification in design and drawings
xvi. To carry out any other duties relevant to the project agreed during the
negotiations
xvii. Consultant shall review the independent safety Audit and incorporate feasible minor modifications in final drawings & BOQ.
xviii. Review of design and good for construction drawings prepared by the DPR consultants and preparation of evaluation report of the design work for submission to the employer.
(H) Action requiring specific approval of the Employer
a. The engineer will be required to obtain the specific approval of the Employer in the matters as specified in construction contract agreement.
b. The Engineer will seek prior permission of the Employer before taking any of the following actions.
i. Consenting to the subcontracting of any part of the works ii. Certifying additional cost determined iii. Ordering suspension of work
Page 64 of 92
iv. Issuing the Notice to commence the work v. Approving an extension of time. vi. Issuing a variation except if such variation would be within the limits as indicated in
the civil contract document. vii. Approving new rates either for existing items of work, which arises from variation
quantities beyond the limit, defined in the contract or fixing rates of non-priced works involving any extra item and certifying any additional cost determined under the provisions of contract;
viii. Issuing the order for special tests not provided for in the contract and determining the cost of such tests, which shall be added to the contract price
ix. Issuing/approving the Technical Specification, if not provided for an item of works in the Construction Contract, similarly; for any change in Technical Specification of any item of work.
(I) Interim and Final payments to the contractors
The Consultant will assist the employer in processing interim and final payments to the Contractor for road works. Interim monthly payments shall be based on interim payment certificates processed by the Consultants following claims filed by the Contractor. The Engineer/Engineer‘s Representative will be responsible for ensuring that all measurements are taken as per specifications and drawings for the works and are recorded in presence of the representative of contractor and are countersigned by him. All measurements (100%) will be taken by the Engineer‘s Quantity Surveyors or any senior Technical staff along with the client‘s staff. In processing contractual payments, the Engineer will certify that they have checked at least 10% of the measurements and quality control tests. The Engineer shall intimate the details of these check tests to the GM before undertaking them, so that the GM or his officers could associate, if they wish to do so. The Engineer or any of his concerned experts shall do the repeat tests or measurements, if directed by the representative of the Employer.
(J) Likely Additional Service
The consultants may be required to carry out the following in the event of the contingencies arising for them on the request of the employer as per terms negotiated then. No financial cost should be provided against them in the present financial proposal. The events are:- (i) Preparation of reports or additional contract documents for consideration of proposals for carrying out additional work; (ii) Any other specialist services by the Engineer or by other specialists, pertaining to the works contract supervised by the consultant as may be agreed upon
(K) Reporting Requirements The consultant will prepare and submit the following reports in hard and soft copies to the Employer on the format prepared by the consultants and as approved by the Employer.
Sl. No.
Particulars of Report No. of copies
i. Monthly Progress Reports 3
ii. Quarterly Progress Reports 3
iii Completion Reports of each package 3
iv Final completion Report with CD 3
Page 65 of 92
i. Monthly Reports
The Engineer will, no later than 10th of each month, prepare a brief progress report summarizing the work accomplished by the supervision team for the preceding month. The report will outline any problems encountered (administrative, technical or financial) and give recommendations on how these problems may be overcome. The report should record the status of payment of contractors monthly certificates, of all claims for cost or time extensions, and of action required of government and other agencies to permit unconstrained works implementation.
ii. Quarterly progress reports
The Engineer will prepare a comprehensive report summarizing all activities under the services at the end of each quarter, and also at other times when considered warranted by either the Engineer or the Employer because of delay of the construction works or because of the occurrence of technical or contractual difficulties. Such reports shall summarize (i) the activities of the Engineer (ii) the progress of the Contracts (iii) all contract variations and change orders (iv) the status of Contractor‘s claims, if any; etc. and will include brief descriptions of the technical and contractual problems being encountered, physical and financial progress on approved formats, financial status of the contracts as a whole consisting the cost incurred, and cost forecast, as well as financial plan (by Bank and the Government) and other relevant information for the ongoing contracts. The Construction Supervision Consultant shall also prepare and submit the following reports (hard & soft copies) from time to time to the client. [1.Supervision Manual, 2. Engineering Reports, 3. O&M manual]
iii. Sectional and Final Completion Reports
The Engineer will prepare a comprehensive final Completion Report for each defined section of the construction contract, after such sections reaches a stage of substantial completion during the period of the services. These reports must be submitted immediately after the completion of the work by the contractor and before taking over of such sections by the Employer. The report shall incorporate summary of the method of construction, the construction supervision performed, as built construction drawings problems encountered & solutions undertaken thereon and recommendations for future projects of similar nature to be undertaken by the employer. The engineer will then summarize and consolidate in a single report the key information from each sectional completion reports to prepare the final Completion Report for the entire construction package.
(L) Expected Inputs
The consultants are required to make their own assessment of the manpower requirement in terms of man months for different category of persons proposed to be deployed to carry out the supervisions works as envisaged in this TOR. The consultants shall deliberate on this aspect in their proposed methodology to be submitted to the Employer suitably explaining any difference of opinion with the Employer perception about them as reflected in Data sheet. In case of very low assessment of the man months estimates done by the consultants without reasonable justification, then the Employer at their discretion may consider the proposal as impractical and may reject the same as non responsive. Consultants are required to furnish CVs of the key personnel as mentioned Data Sheet. CVs of these Key experts only will be evaluated.
Page 66 of 92
(CVs of these staff are not required to be submitted but only the number and man-months of such staff need to be indicated in the technical proposal. The cost in respect of these personnel is required to be provided in the financial proposal).
(M) Staffing Schedule
The total implementation period will be the construction period for all contract packages. Consultant may be asked to provide more staff or to reduce the staff as per the actual requirement as determined by the client. Similarly additional works may also be included in this assignment for which the consultant may be asked to provide additional staff at unit rates mentioned in their financial proposal. The site supervision team would be mobilized immediately after the award of contract or as directed by the Employer. During the defect liability period, the consultant may be required to inspect the works and submit report to the employer. The consultant may propose the various categories of technical and administrative support staff and the corresponding man-months requirements. Man-months requirements for each category as proposed by the consultant will generally be considered as ceiling for each category which may be extended with prior approval of the client. After award of the contract the Client expects all of the proposed key personnel to be available during implementation of the contract as per the agreed staffing schedule. The client will not consider substitutions during contract implementation except under exceptional circumstances. In case of such replacements, the Consultant will ensure that there is a reasonable overlap of at least one month between the staff to be replaced and replacement, at the cost of the consultant. The client may ask for mobilization or demobilization of some key personnel with one-month prior notice as per requirement and progress of civil work.
(N) Data, Services and activities to be provided by the Client
The consultants are required to quote their rates including incidental expenses for providing the all office expenses, salaries of staff to be deployed, vehicles, computers rent of building to be hired by consultants, camera, equipments and instruments required, consumables, etc., complete. The quality control laboratory for performing various types of tests shall be arranged by the Contractor including the testing personnel. However the consultant is required to set up a full scale laboratory along with mobile testing van. The consultants shall provide copies of all design, data, specifications, standards and construction drawings and any other details to the contractors for execution of work.
(O) Deficiencies of Services
Deficiencies in the services on part of consultants may attract penal provisions in the form of fines, up to a maximum amount of 5% of contract price and/or debarment etc. by the client Sample deficiencies may include but are not limited to-
i. Not acting impartially or acting in collusion with contractor in award of variation, fixation of new rates etc
ii. Not keeping proper records regarding quality control, inspection, rejection/rectification of work etc.
iii. Failure to give proper and timely advice to client/contractor to enable correction during execution
Page 67 of 92
iv. Delay in design and withholding approvals etc v. Recommending extension to the contractor with a view to extending duration of
supervision services vi. Refusing to give reasons for decisions when called for by the client vii. Not being fully conversant with manuals, specifications, standards,
Client‘s/Ministry‘s guidelines and requirement of the project to be followed during construction
viii. Certifying substandard work for payment ix. Not exercising required scrutiny/non approval of temporary stretch/works x. Lack of proper coordination with contractors and Client‘s representative to
ensure smooth implementation of projects xi. Permitting subletting of any part/major works without authorization xii. Delay in mobilization of required staff at any stage of the contract
(P) Performance Security
Supervision Consultant shall be required to submit acceptable Bank Guarantee for an amount equal to 5.00% of the accepted consultancy and project monitoring services cost towards Performance Security. The validity of the Bank Guarantee (s) shall cover entire duration of consultancy period plus 12 months (Defect Liability Period) service of PMC shall be extended till successful completion of all the works. The format of the Bank Guarantee (s) shall be got approved by the consultant from Employer. The Bank Guarantee (s) shall be released after satisfactory completion of the assignment.
(Q) Consultants Proposal Submission
The TOR is prepared to address all the works in a general way. The consultants are advised to understand fully the specific requirements of the consultancy of respective works. The consultants are also advised to inspect the concerned project stretch and acquaint themselves with the ground realities.
The consultant submission should be focused to the project requirements as per the TOR details. The methodology to be submitted should address to the project stretch requirements. All specific issues for which references have been made in the various Para‘s of this TOR should be addressed effectively. General nature descriptions should be avoided.
Page 68 of 92
(R) Time Schedule from inception to successful completion of the works
Sl.No. Stages of work Duration
Stage-I
Program, area analysis, site visit, conducting detailed engineering
survey to collect all the required data for design of the work and
initial cost estimate including furnishing of block levels of the area
earmarked for colony and geo-technical investigation etc., followed
by presentation & approval
20 days
Stage-II
Preparation of working drawings of all the works layout plan,
architectural drawings and all other details of allied works including
design, development of layout plan comprising of all the
components as stated in terms of reference 3D aerial view of layout
plan with 3D animation of walk along (5 Minutes), 3D animation walk
in (5 Minutes) of all the proposed buildings should be prepared and
submitted for approval of the scheme. Different alternates shall be
submitted for discussion and deliberation for finalization by higher
authorities of KSPDCL.
20 days
Stage-III Approval to the drawings for preparation of detailed estimates for
each of the work and preparation of DPR. 20 days
Stage-IV Preparation of tender documents for each of the work as per KTPP
act/rules and notification of tenders 15 days
Stage-V Tender evaluation and appointment of contractors 30 Days
Stage-VI Construction stage 430 Days
Stage-VII Submission of final reports, documents, as built drawings etc., 12 Days
(18 months ) TOTAL DURATION 547 days
A detailed break up time schedule should be provided by the Consultant in their Methodology. (S) Project Implementation (Construction Stage)
The Consultant shall monitor the physical progress of construction at site and issue timely drawings and details required for construction. The Team leader shall be ably as stated by a team of supervising engineers to monitor all the disciplines and ensure timely reports are being submitted to clients.
(a) Key Functions: i. Project planning – implementation plans and schedules ii. Monitoring – physical progress iii. Control-delays, cost overruns and remedial measures iv. Problem solving and redeployment of resources v. Reporting –periodic and timely alerts to avoid time and cost overruns vi. Maintenance of information systems on the project.
(b) Project Planning: i. Planners should able to align programmes to be implemented and to reach the
goals and project objectives. ii. Analysis of project implementation in order to identify the causes for the
differences between targets and actual achievement. iii. Advise KSPDCL in respect of preparing and updating the implementation
schedule, milestones and key deliverables. iv. Preparation of PERT Charts etc.
Page 69 of 92
(c) Project Monitoring:
Monitoring the progress and ascertaining any problems encountered in implementation and the reasons for any gaps between planned and actual performance and providing such information regularly to the authorities of KSPDCL.
i. Monitoring the project on physical progress in order to determine the achievements against targets.
ii. The monitoring techniques adopted by the Consultant shall ensure remedies for delays and deployment of resources and enable scheduled implementation of the project within specified cost.
(d) Inspection, quality & Quantity checks and certification
i. Inspection of works and allied civil works for conformity to technical specifications from time to time during construction.
ii. The Consultant will be required to certify the bills submitted by the contactors for the completed works with reference to committed time schedules, based on quality & quantity checks and submit the same to KSPDCL for processing.
iii. Consultant will check that the construction of roads and allied infrastructure works is in conformity with the approved plans and there are no deviations. Periodic checks and reports will be submitted to KSPDCL in this regard by the Consultant.
iv. Consultant will check specification of various Mechanical & Electrical equipments proposed as a part of the building and ascertain on quality and performance of the various systems.
v. Consultant will check all adherences of various IS codes for various works and comply with all local regulations besides all other statutory requirements.
(e) Reporting
i. Consultant is expected to coordinate with the suppliers/contractors and any other such agencies who have been awarded the various components of project works by KSPDCL and obtain periodic reports of the progress of the project with reference to project implementation plan, milestones achieved delays, resource requirement and anticipated problems and issues.
ii. Consultant shall process such reports and in turn submit and discuss its reports with the authorities of KSPDCL.
(f) Post Project Implementation Services:
On completion of the work, get the as-built drawings & details prepared by the contractor, for submission to KSPDCL.
(g).Completion Time : It is envisaged that the total project time from project inception to completion of
construction on site is completed in 547 Days. For stage - I to Stage-III 60 days from the date of work order. (Preparation of DPR ) For stage-IV-V 45 Days, the process of tendering till issue of work order to the contractors . For Stage-VI -430 Days from the date of commencement of work/s at site till completion all works in all respects. For Stage VII - 12 Days from the date of completion of works.
Page 70 of 92
(T) Payment Terms:
(U) Performance of Consultant
(a) Consultant is expected to fully adhere to all the provisions of terms of reference
and shall be fully responsible for successful implementation of the Project in
accordance with the provisions of the works contract agreement and other
schedules agreed between the Client /Client Representative and the works
contractors. Any failure of Consultant in notifying to the Client and works contractor
on non compliance of the works contract agreement and other schedules by the
works contractor, non adherence to the provisions of terms of reference and non
adherence to the time schedule prescribed under terms of reference amounts to
non performance of the Consultant. In such a condition, Client has the right to
encash the performance security and terminate the contract
(b) The assignment is implemented in three phases namely i) preparation of DPR, ii)
Tender evaluation and award of work and iii) Construction supervision and project
Stage of payment
Description of works
Percentage payable on
the total cost of the works as per DPR
Stage-I
Program area analysis; site visit, conducting detailed engineering
survey ( topographical, geotechnical, hydrological) to collect all
the required data for design preliminary drawings , initial Cost
estimates.
5%
Stage-II
Preparation of working drawings of all the works layout plan,
architectural drawings and all other details of allied works
including design, development of layout plan comprising of all the
components as stated in terms of reference 3D aerial view of
layout plan with 3D animation of walk along (5 Minutes), 3D
animation walk in (5 Minutes) of all the proposed buildings should
be prepared and submitted for approval of the scheme. Different
alternates shall be submitted for discussion and deliberation for
finalization by higher authorities of KSPDCL.
5%
Stage-III Approval to the drawings for preparation of estimate for each of
the works separately and preparation of DPR. 5%
Stage-IV Preparation of Tender Documents for each of the work as per
KTPP act/rules and notification of tenders for different works 5%
Stage-V Tender evaluation and appointment of Contractors 5%
Stage - VI
As per progress of work at site during construction (as a part of
project implementation) on pro-rata basis of actual amount of work
executed.
65%
Stage-VII After completion of construction, submission of final reports and
documents and. 5%
Stage-VIII After defect liability of the contractors is completed 5%
TOTAL 100%
Page 71 of 92
management. The performance of consultant must be clients/client representatives
satisfaction before the work begins for the next phase. In case of non performance
of consultants, the client has a right to encash the performance security and
terminate the contract.
(c) If the, Consultant fails to deploy the key and sub key manpower as agreed in the
terms of reference, will amounts to non performance of consultant. In such a
condition, Client has the right to en-cash the performance security and terminate
the contract.
(d) The client shall establish the full fledged office within the site limits within 15 days
from the date of agreement, failing which a penalty of Rs. 1000 per a day will be
imposed. However, if the delay is more than a month, the client has a right to
encash performance security and terminates the contract.
DPR Stage
The submission of Detailed Project Report shall be done in the time frame prescribed.
However a grace period of 20% of the time is allowed in case of difficulties as
determined by the Client and their representatives. If the submission of detailed project
report is delayed beyond the specified period in terms of reference will call for a penalty
of Rs. 10,000 per day. However if the delay is more than a month Client
has a right to en-cash the performance security and terminate the contract
Tender Evaluation and Awarding of Work
The submission of Tender Evaluation report (Technical & Financial) shall be done in
the time frame prescribed. If the submission of Tender Evaluation report is delayed
beyond the specified period in terms of reference will call for a penalty of Rs. 10,000
per day. However if the delay is more than a month Client has a right to en-cash the
performance security and terminate the contract
Construction Supervision and Project Management
a) During the execution of works; if the Consultant fails to perform their obligations as
specified in terms of reference either with respect progress monitoring and or
quality control by the Consultant team the same shall be treated as non
performance of contract.
b) If the consultant fails to submit the reports as per the terms of reference within the
time frame prescribed will attract a penalty of Rs 10000 per day. However if the
delay is more than a month Client has a right to en-cash the performance security
and terminate the contract
c) If the consultant fails to establish/ produce MoA a material testing laboratory near
the vicinity of the District within in one month from the date of letter of acceptance
issued to the contractor, failing which a penalty of Rs 10000 per day will be
imposed. However if the delay is more than a month Client has a right to en-cash
the performance security and terminate the contract.
d) The KSPDCL will be responsible for monitoring the PMCs performance and initiate
action / penalise for non-compliance with the ToR, wrong/incomplete specification
Page 72 of 92
in the bid documents, improper estimate, improper / poor progress monitoring, not
informing in advance about necessary actions to be taken by KSPDCL
Page 74 of 92
SECTION VI: CONTRACT FOR CONSULTANT’S SERVICES
between
[Name of Client]
and
[Name of Consultants]
Dated :
Page 75 of 92
CONTENTS
SL.NO DESCRIPTION Page No
I FORM OF CONTRACT 77-78
II GENERAL CONDITIONS OF CONTRACT
79-80
General Provisions
1.1 Definitions 1.2 Law Governing the Contract . 1.3 Language 1.4 Notices 1.5 Location . 1.6 Authorized Representatives 1.7 Taxes and Duties..... Commencement, Completion, Modification, and Termination of Contract
80-83
2.1 Effectiveness of Contract
2.2 Commencement of Services
2.3 Expiration of Contract
2.4 Modification
2.5 Force Majeure
2.5.1 Definition
2.5.2 No Breach of Contract
2.5.3 Extension of Time
2.5.4 Payments
2.6 Suspension 37
2.7 Termination
2.7.1 By the Client
2.7.2 Cessation of Rights and Obligations
2.7.3 Cessation of Services
2.7.4 Payment upon Termination
2.7.5. Cessation of Rights and Obligations
2.7.6 Cessation of Services
2.7.7 Payment upon Termination
3 Obligations of the Consultants
83-85
3.1 General
3.2 Conflict of Interest
3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc
3.2.2 Procurement Rules of Funding Agencies
3.2.3 Consultants and Affiliates Not to engage in certain Activities
3.2.4 Prohibition of Conflicting Activities
3.3 Confidentiality
3.4 Insurance to Be Taken Out by the Consultants
3.5 Consultants‘ Actions Requiring Client‘s Prior Approval
3.6 Reporting Obligations
3.7 Documents Prepared by the Consultants to be the Property of the Client
3.8 Equipment and Materials Furnished by the Client
4 Consultants' Personnel and Sub-Consultants
85 4.1 Description of Personnel
4.2 Removal and/or Replacement of Personnel
5 Obligations of the Client
85-86 5.1 Assistance and Exemptions
5.2 Services and Facilities
6 Payments to the Consultants
86
6.1 Lump Sum Remuneration
6.2 Contract Price
6.3 Payment for Additional Services.
6.4 Terms and Conditions of Payment
6.5 Interest on Delayed Payments
Page 76 of 92
7 Settlement of Disputes
86
7.1
Amicable Settlement
7.2 Dispute Settlement
III SPECIAL CONDITIONS OF CONTRACT 87-90
91-92
IV APPENDICES.
Appendix A — Description of the Services...... Appendix B — Reporting Requirements. Appendix C — Key Personnel and Sub-consultants. Appendix D — Services and Facilities to be provided by the Client Appendix E — Breakdown of Contract price in Indian Rupees Annexure i - Approximate cost of the various works of the project
Annexure ii (2 sheets) -1. Layout plan of solar park 2. Areas earmarked for colony
Page 77 of 92
I. FORM OF CONTRACT
This CONTRACT (hereinafter called the "Contract") is made the day of the month of
, 2016, between, on the one hand, (hereinafter called the "Client") and, on
the other hand, (hereinafter called the "Consultants").
[*Note: If the Consultants consist of more than one entity, the above should be partially amended to
read as follows:
“......(hereinafter called the "Client") and, on the other hand, a joint venture consisting of the following
entities, each of which will be jointly and severally liable to the Client for all the Consultants' obligations
under this Contract, namely, and (hereinafter called the
"Consultants.")”]
WHEREAS
(a) The Client has requested the Consultants to provide certain consulting services as defined in the
General
Conditions of Contract attached to this Contract (hereinafter called the "Services");
(b) The Consultants, having represented to the Client that they have the required professional skills,
and personnel and technical resources, have agreed to provide the Services on the terms and
conditions set forth in this Contract;
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an integral part of this
Contract: (a) The General Conditions of Contract (hereinafter called "GC");
(b) The Special Conditions of contract (hereinafter called "SC");
(c) The following Appendices:
Appendix A: Description of the Services
Appendix B:
Reporting Requirements
Appendix C:
Appendix D:
Appendix E:
Key Personnel and Sub-consultants
Services and Facilities to be provided by the Client
Breakdown of Contract Price
-----------------------
Appendix F: Form of Guarantee for Advance Payments
[Note: If any of these Appendices are not used, the words "Not Used" should be inserted below next to
the title of the Appendix on the sheet attached hereto carrying the title of that Appendix.]
2. The mutual rights and obligations of the Client and the Consultants shall be as set forth in the
Contract, in particular:
Page 78 of 92
(a) The Consultants shall carry out the Services in accordance with the provisions of the Contract; and
(b) The Client shall make payments to the Consultants in accordance with the provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective names as of the day and year first above written. FOR AND ON BEHALF OF [NAME OF CLIENT]
By
(Authorized Representative)
FOR AND ON BEHALF OF [NAME OF CONSULTANT]
By
(Authorized Representative)
[Note: If the Consultants consist of more than one entity, all of these entities should appear as
signatories, e.g., in the following manner:]
FOR AND ON BEHALF OF EACH OF
THE MEMBERS OF THE CONSULTANTS [Name of Member]
By
(Authorized Representative) [Name of Member]
By
(Authorized Representative)
etc.
Page 79 of 92
II. GENERAL CONDITIONS OF CONTRACT
1. GENERAL PROVISIONS
1.1 Definitions
Unless the context otherwise requires, the following terms whenever used in this Contract have the following meanings:
(a) "Applicable Law" means the laws and any other instruments having the force of law in
India, as they may be issued and in force from time to time;
(b) "Contract" means the Contract signed by the Parties, to which these General
Conditions of Contract (GC) are attached, together with all the documents listed in Clause 1 of such signed Contract;
(c) ―Effective Date‖ means the date on which this Contract comes into force and effect
pursuant to
Clause GC 2.1
(d) ―Contract Price‖ means the price to be paid for the performance of the Services, in
accordance with Clause 6;
(e) "GC" means these General Conditions of Contract; (f) "Government" means the Government of Karnataka; (g) "Local currency" means Indian Rupees;
(h) "Member", in case the Consultants consist of a joint venture of more than one entity,
means any of these entities, and "Members" means all of these entities; ‗Member in Charge‘ means the entity specified in the SC to act on their behalf in exercising all the Consultants‘ rights and obligations towards the Client under this Contract.
(i) "Party" means the Client or the Consultants, as the case may be, and Parties means
both of them;
(j) "Personnel" means persons hired by the Consultants or by any Sub-consultant as
employees and assigned to the performance of the Services or any part thereof; and ‗key personnel‘ means the personnel referred to in Clause GC4.2 (a)
(k) "SC" means the Special Conditions of Contract by which these General Conditions of
Contract may be amended or supplemented;
(l) "Services" means the work to be performed by the Consultants pursuant to this
Contract as described in Appendix A; and
(m) "Sub-consultant" means any entity to which the Consultants subcontract any part of
the Services in accordance with the provisions of Clauses 3.5 and 4.
(n) ‗Third party‖ means any person or entity other than the Government, the Client, the
Consultants, or a Sub-Consultant.
Page 80 of 92
1.2 Law Governing the Contract
This Contract, its meaning and interpretation, and the relation between the Parties shall be governed by the Applicable Law.
1.3 Language
This Contract has been executed in English language, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract.
1.4 Notices
Any notice, request or consent made pursuant to this Contract shall be in writing and shall be deemed to have been made when delivered in person to an authorized representative of the
Party to whom the communication is addressed, or when sent by registered mail, telex, telegram or facsimile to such Party at the address specified in the SC.
1.5 Location
The Services shall be performed at such locations as are specified in Appendix A and, where the location of a particular task is not so specified, at such locations, whether in Karnataka or
elsewhere, as the Client may approve. 1.6 Authorized Representatives
Any action required or permitted to be taken, and any document required or permitted to be executed, under this Contract by the Client or the Consultants may be taken or executed by
the officials specified in the SC.
1.7 Taxes and Duties
The Consultants, Sub-consultants and their Personnel shall pay such taxes, duties, fees
and other impositions as may be levied under the Applicable Law, the amount of which is deemed to have been included in the Contract Price.
2. Commencement, Completion, Modification and termination of Contract
2.1 Effectiveness of Contract
This Contract shall come into effect on the date the Contract is signed by both Parties or such other later date as may be stated in the SC.
2.2 Commencement of Services
The Consultants shall begin carrying out the Services within thirty (5) days after the date the Contract becomes effective, or at such other date as may be specified in the SC.
2.3 Expiration of Contract
Unless terminated earlier pursuant to Clause 2.7, this Contract shall terminate at the end of such time period after the Effective Date as is specified in the SC.
2.4 Modification
Modification of the terms and conditions of this Contract, including any modification of the scope of the Services or of the Contract Price, may only be made by written agreement between the Parties.
Page 81 of 92
2.5 Force Majeure
2.5.1 Definition
For the purposes of this Contract, "Force Majeure" means an event which is beyond the reasonable control of a Party, and which makes a Party's performance of its obligations under the Contract impossible or so impractical as to be considered impossible under
the circumstances.
2.5.2 No Breach of Contract
The failure of a Party to fulfill any of its obligations under the contract shall not be considered to
be a breach of, or default under this Contract insofar as such inability arises from an event of Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable
precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b) has informed the other Party as soon as possible about the
occurrence of such an event.
2.5.3 Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any action or task,
shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure.
2.5.4 Payments
During the period of their inability to perform the Services as a result of an event of Force Majeure, the Consultants shall be entitled to continue to be paid under the terms of this Contract, as well as to be reimbursed for additional costs reasonably and necessarily incurred
by them during such period for the purposes of the Services and in reactivating the Service after the end of such period.
2.6 Suspension:
The Client may by written notice of suspension to the Consultants, suspend all payments to the
Consultants hereunder if the Consultants fail to perform any of their obligations under this contract, including the carrying out of the Services, provided that such notice of suspension (i)
shall specify the nature of the failure, and (ii) shall request the Consultants to remedy such failure within a period not exceeding thirty (30) days after receipt by the Consultants of such notice of suspension.
2.7 Termination
2.7.1 By the Client
The Client may terminate this Contract, by not less than thirty (30) days‘ written notice of termination to the Consultants, to be given after the occurrence of any of the events specified in
Paragraphs (a) through (d) of this Clause 2.7.1 and sixty (60) days‘ in the case of the event referred to in (e): a) if the Consultants do not remedy a failure in the performance of their obligations under the Contract, within thirty (30) days of receipt after being notified or within such further period as the
Client may have subsequently approved in writing;
(b) If the Consultants (or any of their Members) become insolvent or bankrupt;
(c) if, as the result of Force Majeure, the Consultants are unable to perform a material
Page 82 of 92
portion of the Services for a period of not less than sixty (60) days; or
(d) if the consultant, in the judgment of the Client has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.
For the purpose of this clause:
―Corrupt practice‖ means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the selection process or in contract execution.
―Fraudulent practice‖ means a misrepresentation of facts in order to influence a selection process or the execution of a contract to the detriment of KSSC, and includes collusive practice among consultants (prior to or after submission of proposals) designed to establish prices at
artificial non-competitive levels and to deprive KSSC of the benefits of free and open competition.
(e) If the Client, in its sole discretion and for any reason whatsoever, decides to terminate this
Contract.
2.7.2 By the Consultants
The Consultants may terminate this Contract, by not less than thirty (30) days' written notice to the Client, such notice to be given after the occurrence of any of the events specified
in Paragraphs (a) through (c) of this Clause 2.7.2:
(a) if the Client fails to pay any monies due to the Consultants pursuant to this Contract and not subject to dispute pursuant to Clause 7 hereof within forty-five (45) days after receiving written
notice from the Consultants that such payment is overdue; (b if the Client is in material breach of its obligations pursuant to this Contract and has not remedied the same with in forty-five (45) days (or such longer period as the Consultants
may have subsequently approved in writing) following the receipt by the Client of the Consultants‘ notice specifying such breach;
(c) if, as the result of Force Majeure, the Consultants are unable to perform a material portion of the Services for a period of not less than sixty (60) days.
2.7.3 Cessation of Rights and Obligations
Upon termination of this Contract pursuant to Clause GC 2.7 , or upon expiration of this
Contract pursuant to Clause GC 2.3, all rights and obligations of the Parties hereunder shall cease, except :
(i) Such rights and obligations as may have accrued on the date of
termination or expiration;
(ii) The obligation of confidentiality set forth in Clause GC 3.3 hereof; (iii) any right which a
Party may have under the Applicable Law.
2.7.4 Cessation of Services
Upon termination of this Contract by notice of either Party to the other pursuant to Clauses GC 2.7.1 or GC 2.7.2 hereof, the Consultants shall, immediately upon dispatch or receipt of such notice, take all necessary steps to bring the Services to a close in a prompt and orderly manner and shall make every reasonable effort to keep expenditures for this purpose to a minimum. With respect to documents prepared by the Consultants and equipment and materials furnished by the Client, the Consultants shall proceed as provided, respectively, by Clauses GC 3.7 and GC 3.8 .
Page 83 of 92
2.7.5 Payment upon Termination
Upon termination of this Contract pursuant to Clauses 2.7.1 or 2.7.2, the Client shall make the
following payments to the Consultants:
(a) Remuneration pursuant to Clause 6 for Services satisfactorily performed prior to the effective date of termination;
(b) except in the case of termination pursuant to Paragraphs (a) and (b) of Clause 2.7.1, reimbursement of any reasonable cost incident to the prompt and orderly termination of the
Contract. 3.0 Obligations of the Consultants:
3.1 General
The Consultants shall perform the Services and carry out their obligations hereunder with all due diligence, efficiency and economy, in accordance with generally accepted
professional techniques and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe methods. The Consultants shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to
the Client, and shall at all times support and safeguard the Client's legitimate interests in any dealings with Sub- consultants or third parties.
3.2 Conflict of Interests
3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc.
The remuneration of the Consultants pursuant to Clause 6 shall constitute the Consultants' sole remuneration in connection with this Contract or the Services, and the Consultants shall not
accept for their own benefit any trade commission, discount or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations
under the Contract, and the Consultants shall use their best efforts to ensure that the Personnel, any Sub-consultants, and agents of either of them, similarly shall not receive any such additional remuneration.
3.2.2 Procurement Rules of Funding Agencies
If the Consultants, as part of the Services, have the responsibility of advising the Client on the
procurement of goods, works or services, the Consultants shall comply with any applicable procurement guidelines of the funding agencies and shall at all times exercise such responsibility in the best interest of the Client. Any discounts or commissions obtained by the
Consultants in the exercise of such procurement responsibility shall be for the account of the
Client.
3.2.3 Consultants and Affiliates Not to engage in certain Activities
The Consultants agree that, during the term of this Contract and after its termination, the Consultants and their affiliates, as well as any Sub-consultant and any of its affiliates, shall
be disqualified from providing goods, works or services (other than the Services and any continuation thereof) for any project resulting from or closely related to the Services.
3.2.4 Prohibition of Conflicting Activities
Page 84 of 92
Neither the Consultants nor their Sub-consultants nor the Personnel shall engage, either directly or indirectly, in any of the following activities:
(a) during the term of this Contract, any business or professional activities in the
Government's country which would conflict with the activities assigned to them under this Contract; or
(b) After the termination of this Contract, such other activities as may be specified in the SC.
3.3 Confidentiality
The Consultants, their Sub-consultants, and the Personnel of either of them shall not, either during the term or within two (2) years after the expiration of this Contract, disclose any
proprietary or confidential information relating to the Project, the Services, this Contract, or the Client's business or operations without the prior written consent of the Client.
3.4 Insurance to Be Taken out by the Consultants
The Consultants (a) shall take out and maintain, and shall cause any Sub-consultants to take out and maintain, at their (or the Sub-consultants', as the case may be) own cost but on terms and conditions approved by the Client, insurance against the risks, and for the coverage, as
shall be specified in the SC; and (b) at the Client's request, shall provide evidence to the Client showing that such insurance has been taken out and maintained and that the current premiums
have been paid.
3.5 Consultants’ Actions Requiring Client’s Prior Approval
The Consultants shall obtain the Client‘s prior approval in writing before taking any of the
following actions:
(a) entering into a subcontract for the performance of any part of the Services, it being understood (i) that the selection of the Sub-consultant and the terms and conditions of the subcontract shall have been approved in writing by the Client prior to the execution of the
subcontract, and (ii) that the Consultants shall remain fully liable for the performance of the Services by the Sub- consultant and its Personnel pursuant to this Contract;
(b) Appointing such members of the Personnel not listed by name in Appendix C (―Key
Personnel and Sub-consultants‖), and
(c) Any other action that may be specified in the SC.
3.6 Reporting Obligations
The Consultants shall submit to the Client the reports and documents specified in Appendix B in the form, in the numbers, and within the periods set forth in the said Appendix.
3.7 Documents Prepared by the Consultants to Be the Property of the Client
All plans, drawings, specifications, designs, reports and other documents and software
submitted by the Consultants in accordance with Clause 3.6 shall become and remain the property of the Client, and the Consultants shall, not later than upon termination or
expiration of this Contract, deliver all such documents and software to the Client, together with a detailed inventory thereof. The Consultants may retain a copy of such documents and
software. Restrictions about the future use of these documents, if any, shall be specified in the SC.
Page 85 of 92
3.8 Equipment and Materials Furnished by the Client Equipment and materials made available to the Consultants by the Client or purchased by the Consultants with funds provided by the Client shall be the property of the Client and shall be
marked accordingly. Upon termination or expiration of this Contract, the Consultants shall make available to the Client an inventory of such equipment and materials and shall dispose of such
equipment and materials in accordance with the Client‘s instructions. While in possession of such equipment and materials, the Consultants, unless otherwise instructed by the Client in writing, shall insure them at the expense of the Client in an amount equal to their replacement
value.
4. Consultants’ Personnel and Sub-Consultants
4.1 Description of Personnel
The titles, agreed job descriptions, minimum qualifications and estimated periods of engagement in the carrying out of the Services of the Consultants' Key Personnel are described
in Appendix C. The Key Personnel and Sub-consultants listed by title as well as by name in Appendix C are hereby approved by the Client.
4.2 Removal and/or Replacement of Personnel
(a) Except as the Client may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Consultants, it becomes necessary to replace any of the Key Personnel, the Consultants shall forthwith provide as a replacement a person of equivalent or better qualifications.
(b) If the Client finds that any of the Personnel have (i) committed serious misconduct or
has been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Consultants shall, at the
Client's written request specifying the grounds therefore, forthwith provide as a replacement a person with qualifications and experience acceptable to the Client.
(c) The Consultants shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel.
5.0 Obligations of the Client
5.1 Assistance and Exemptions
Unless otherwise specified in the SC, the Client shall use its best efforts to ensure that the Government shall: (a) Issue to officials, agents and representatives of the Government all such instructions as may be necessary or appropriate for the prompt and effective implementation of the Services;
(b) Assist the Consultants and the Personnel and any Sub-consultants employed by the
Consultants for the Services from any requirement to register or obtain any permit to practice their profession or to establish themselves either individually or as a corporate entity according to the Applicable Law;
(c) Provide to the Consultants, Sub-consultants and Personnel any such other assistance as
may be specified in the SC. 5.2 Services and Facilities
The Client shall make available to the Consultants and the Personnel, for the purposes of the services and free of any charge, the services, facilities and property described in Appendix D at the times and in the manner specified in said Appendix D, provided that if such services,
Page 86 of 92
facilities and property shall not be made available to the Consultants as and when so specified, the Parties shall agree on (i) any time extension that it may be appropriate to
grant to the Consultants for the performance of the Services, (ii) the manner in which the Consultants shall procure any such services, facilities and property from other sources, and (iii)
the additional payments, if any, to be made to the Consultants as a result thereof.
6.0 Payment to the Consultants:
6.1 Lump Sum Remuneration
The Consultant‘s total remuneration shall not exceed the Contract Price and shall be a fixed lump sum including all staff costs, Sub-consultants‘ costs, printing, communications, travel,
accommodation, and the like, and all other costs incurred by the Consultant in carrying out the Services described in Appendix A. Except as provided in Clause 5.2, the Contract Price may
only be increased above the amounts stated in clause 6.2 if the Parties have agreed to additional payments in accordance with Clause 2.4.
6.2 Contract Price
The Contract price is set forth in the SC.
6.3 Payment for Additional Services
For the purpose of determining the remuneration due for additional services as may be agreed under
Clause 2.4, a breakdown of the lump sum price is provided in Appendices D and E.
6.4 Terms and Conditions of Payment
Payments will be made to the account of the Consultants and according to the payment schedule stated in the SC. Unless otherwise stated in the SC, the first payment shall be made
against the provision by the Consultants of a bank guarantee for the same amount, and shall be valid for the period stated in the SC. Any other payment shall be made after the conditions listed
in the SC for such payment have been met, and the Consultants have submitted an invoice to the Client specifying the amount due.
6.5 Interest on Delayed Payments
If the Client has delayed payments beyond fifteen (15) days after the due date stated in the SC, interest shall be paid to the Consultants for each day of delay at the rate stated in the SC.
7.0 Settlement of Disputes 7.1 Amicable Settlement
The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its interpretation.
7.2 Dispute Settlement
Any dispute between the Parties as to matters arising pursuant to this Contract that cannot be settled amicably within thirty (30) days after receipt by one Party of the other Party's request for
such amicable settlement may be submitted by either Party for settlement in accordance with the provisions specified in the SC.
Page 87 of 92
III. SPECIAL CONDITIONS OF CONTRACT
Number of Amendments of, and Supplements to, Clauses in the General GC Clause * Conditions of Contract
[1.1 (h) The Member in Charge is ].
[1.4.1 The addresses are:
Client The Chief Executive Officer, KSPDCL, “Beeja Raja
Seeds” Complex, Bellary road, Hebbal, Bangalore -560 024
Attention : Telex : Facsimile :
E-mail :------------------------
Consultants :
Attention : Telex : Facsimile :
E-mail :------------------------
[Note1: Fill in the blanks]
[1.4.2 Notice shall be deemed to be effective as follows:
(a) in the case of personal delivery or registered mail, on delivery;
(b) in the case of telexes/e-mail, 24 hours following confirmed transmission;
(c) in the case of telegrams, 24 hours following confirmed transmission; and
(d) in the case of facsimiles, 24 hours following confirmed transmission.]
[1.6 The Authorized Representatives are:
For the Client : CEO and his authorized personnel
For the Consultant :
[Note: Fill in the blanks]
[1.7.1The consultants and the personnel shall pay the taxes, duties, fees, levies and other
impositions levied under the existing, amended or enacted laws during life of this contract and the client shall perform such duties in regard to the deduction of such tax as may be lawfully
imposed.
[1.7.2 However the Consultancy Services tax payable for this Consultancy Services shall be paid/ reimbursed by the Client separately.]
1 All Notes should be deleted in the Final Text
[2.1 The date on which this Contract shall come into effect is :[ As per ToR]
Page 88 of 92
[2.2 The time period shall be [ As per ToR] days [Note: Fill in 30 days or any other
appropriate]or such other time period as the parties may agree in writing ]
[2.3 The period shall be [As per ToR] Note : Fill in the period, e.g., twenty-four (18)
months or such other period as the parties may agree in writing].
[3.4 The risks and the coverages shall be:
(1) Third Party motor vehicle liability insurance as required under Motor Vehicles Act, 1988, in respect of motor vehicles operated in India by the Consultants or their Personnel or any Sub-
consultants or their Personnel, for the period of Consultancy;
(2) Third Party liability insurance, with a minimum coverage for Rs. 5.00 lakhs for the period of
Consultancy;
(3) Client‘s liability and workers' compensation insurance in respect of the Personnel of the Consultants and of any Sub-consultant, in accordance with the relevant provisions of the
Applicable Law, as well as, with respect to such Personnel, any such life, health, accident, travel or other insurance as may be appropriate;
(4) Professional liability insurance, with a minimum coverage equal to total contract value for this consultancy; and
(5) Insurance against loss of or damage to (i) equipment purchased in whole or in part
with funds provided under this Contract, (ii) the Consultants' property used in the performance of the Services, and (iii) any documents prepared by the Consultants in the
performance of the Services.
[Note: Fill in the blanks and delete what is not
applicable] [3.5 (c) Note: Delete where not applicable.]
The other actions are .]
[3.7 The Consultants shall not use these documents for purposes unrelated to this
Contract without the prior written approval of the Client.]
[5.1 Note: List here any changes or additions to Clause GC5.1 If there are no such
changes or additions, delete this Clause SC5.1 from the SC.]
[6.2 The amount of Contract is Rs. .
[6.4 The account is :…………………….
Payments shall be made according to the following schedule : AS PER TERMS OF REFERENCE (TOR)
[6.5 Payment shall be made within 45 days of receipt of the invoice and the relevant documents specified inClause 6.4, and within 60 days in the case of the final payment
( As per TOR )
The interest rate is 5% per annum
[7.2 Disputes shall be settled by arbitration in accordance with the following provisions.
7.2.1 Selection of Arbitrators:
Page 89 of 92
Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator or an arbitration panel composed of three arbitrators, in accordance with the following provisions:
(a) Where the Parties agree that the dispute concerns a technical matter, they may agree to appoint a sole arbitrator or, failing agreement on the identity of such sole arbitrator within thirty (30) days after receipt by the other Party of the proposal of a name for such an appointment by the Party who initiated the proceedings, either Party may apply to the
President, Institution of Engineers India*, New Delhi, for a list of not fewer than five nominees and, on receipt of such list, the Parties shall alternately strike names therefrom, and the last remaining nominee on the list shall be the sole arbitrator for the matter in dispute. If the last remaining nominee has not been determined in this manner within sixty (60) days of the date of the list, the President, Institution of Engineers India*, New Delhi, shall appoint, upon the request of either Party and from such list or otherwise, a sole arbitrator for the matter in dispute.
(b) Where the Parties do not agree that the dispute concerns a technical matter, the
Client and the Consultants shall each appoint one arbitrator, and these two arbitrators shall jointly appoint a third arbitrator, who shall chair the arbitration panel. If the arbitrators named
by the Parties do not succeed in appointing a third arbitrator within thirty (30) days after the latter of the two arbitrators named by the Parties has been appointed, the third arbitrator shall,
at the request of either Party, be appointed by Secretary, the Indian Council of Arbitration, New Delhi. *
Insert President Indian Roads Congress (for roads and bridge works) or any other appropriate Institution
(for other type of consultancies)
(c) If, in a dispute subject to Clause SC 7.2.1 (b), one Party fails to appoint its arbitrator within thirty (30) days after the other Party has appointed its arbitrator, the Party which has named
an arbitrator may apply to the Secretary, Indian Council of Arbitration, New Delhi, to appoint a sole arbitrator for the matter in dispute, and the arbitrator appointed pursuant to such
application shall be the sole arbitrator for that dispute.
7.2.2 Rules of Procedure
Arbitration proceedings shall be conducted in accordance with procedure of the Arbitration & Conciliation
Act 1996, of India
7.2.3 Substitute Arbitrators
If for any reason an arbitrator is unable to perform his function, a substitute shall be appointed in the same manner as the original arbitrator.
7.2.4 Qualifications of Arbitrators
The sole arbitrator or the third arbitrator appointed pursuant to Paragraphs (a) through (c) of
Clause 7.2.1 hereof shall be a nationally recognized legal or technical expert with extensive experience in relation to the matter in dispute.
7.2.5 Miscellaneous
In any arbitration proceeding hereunder:
(a) proceedings shall, unless otherwise agreed by the Parties, be held in
Bangalore.
(b) the English language shall be the official language for all purposes
Page 90 of 92
(c) the decision of the sole arbitrator or of a majority of the arbitrators (or of the third arbitrator if there is no such majority) shall be final and binding and shall be enforceable in any court of
competent jurisdiction, and the Parties hereby waive any objections to or claims of immunity in respect of such enforcement.
Page 91 of 92
IV. APPENDICES
Appendix A: Description of the Services
[Give detailed descriptions of the Services to be provided; dates for completion of various tasks, place of performance for different tasks; specific tasks to be approved by Client, etc.]
[PLEASE REFER ToR]
Appendix B: Reporting Requirements [List format, frequency, contents of reports and number of copies; persons to receive them; dates of submission, etc. If no reports are to be submitted, state here "Not applicable".]
[PLEASE REFER ToR]
Appendix C: Key Personnel and Sub-consultants
[List under: C-1 Titles [and names, if already available], detailed job descriptions and minimum qualifications. experience of Key Personnel to be assigned to work , and staff-months for each. C-2 List of approved Sub-consultants [if already available]; same information with respect to their Personnel as in C-1 through C-2)]
[PLEASE REFER ToR]
Appendix D: Services and Facilities to be provided by the Client
[PLEASE REFER ToR] [List here under: F-1Services, facilities and property to be made available to the Consultants by the Client.] Appendix E: Breakdown of Contract Price in Indian Rupees
List here the elements of cost used to arrive at the breakdown of the lump sum price : 1. Monthly rates for local Personnel (Key Personnel and other Personnel) 2. Reimbursable expenditures : This appendix will exclusively be used for determining remuneration for additional services.
[PLEASE REFER ToR]
Recommended