GOVERNMENT OF TAMIL NADU
NATIONAL COMPETITIVE BIDDING
REQUEST FOR PROPOSAL
APPOINTMENT OF PROJECT MANAGEMENT CONSULTANCY FIRM
FOR MONITORING OF VARIOUS SUB-PROJECTS IMPLEMENTED
UNDER PHASE III ADYAR RIVER RESTORATION
FROM ORIGIN to MOUTH
LUMP SUM
LEAST COST BASED SELECTION
CHENNAI RIVERS RESTORATION TRUST (CRRT)
6/103, DR.D.G.S. DINAKARAN SALAI
RAJA ANNAMALAIPURAM
CHENNAI – 600 028
DISCLAIMER
The information contained in this Request for Proposal (RFP) or subsequently provided to
Bidder/s Consultants, whether verbally or documentary form by or on behalf of the Chennai
Rivers Restoration Trust (CRRT) or any of their representatives, employees or Advisors
(collectively referred to as CRRT Representatives) is provided to Bidder(s) on the terms and
conditions set out in this RFP Document and any other terms and conditions subject to which
such information is provided.
This RFP document is not an agreement and is not an offer or invitation by the CRRT
Representatives to any party other than the entities who are qualified to submit their proposal
(Bidder/s). The purpose of this RFP document is to provide the Bidder with information to assist
the formulation of their Proposal. This RFP document does not purport to contain all the
information each Bidder may require. This RFP document may not be appropriate for all persons
and it is not possible for the CRRT Representatives, their employees or advisors to consider the
investment objectives, financial situation and particular needs of each party who reads or uses
this RFP document. Each bidder should conduct its own investigations and analysis and should
check the accuracy, reliability and completeness of the information in the RFP document and
where necessary obtain independent advice from appropriate sources. The CRRT
Representatives, their employees and advisors make no representation or warranty and shall incur
no liability under any law, statute, rules or regulations as to the accuracy, reliability or
completeness of the RFP document.
The CRRT Representatives may in their absolute discretion, but without being under any
obligation to do so, update, amend or supplement the information in this RFP document.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 3
LETTER OF INVITATION
Dear Sirs,
Subject: Appointment of Project Management Consultancy Firm for monitoring of various sub-
projects implemented under Phase III Adyar River Restoration from Origin to Mouth –
reg.
1. You are hereby invited to submit, Pre-Qualification, Technical and Financial proposals for
providing Project Management Consultancy services for monitoring of various sub-projects
implemented under Phase III Adyar River Restoration from Origin to Mouth, which could form
the basis for future negotiations and ultimately a contract between your firm and Chennai Rivers
Restoration Trust.
2. The purpose of this assignment is for providing Project Management Consultancy Firm for
monitoring of various sub-projects implemented under Phase III Adyar River Restoration from
Origin to Mouth for Chennai Rivers Restoration Trust.
3. A firm will be selected under Least Cost Selection (LCS) procedures described in this RFP and
in accordance with the procurement guidelines of the Tamil Nadu Transparency in Tenders Act,
1998 and Rules thereupon.
4. The following documents are enclosed as Annexures to enable you to submit your proposal:
Terms of Reference (ToR)
Supplementary Information to Consultants with forms 1 to 7
Draft contract under which service will be performed
Pre-Qualification Information to the Consultants
Format of Performance security / Bank guarantee
5. A pre-proposal conference open to all prospective consultants will be held on 28.06.2017 at
15.00 hrs in the office of TNUIFSL, No.19, T.P.Scheme Road, Raja Annamalai Puram, Chennai
– 600028. The prospective consultant will have an opportunity to obtain clarification regarding
the scope of the work, terms of reference, contract conditions and any other pertinent information.
The Clarification/Amendments if any in the Pre Proposal Conference will be published in the
Government Web site www.tenders.tn.gov.in, www.chennairivers.gov.in and www.tnuifsl.com .
Pre-bid minutes, Addendum -Corrigendum and extension if any will be uploaded only in the
above websites. No new advertisement will be published in the Newspapers.
In order to obtain first hand information on the assignment and the local conditions, it is
considered desirable that a representative of your firm visit the project sites and to office of
The Member Secretary, Chennai Rivers Restoration Trust, Dr.DGS Dinakaran Salai, Raja
Annamalai Puram Chennai–600028, Phone No: 044-24614523, Email: [email protected],
before the proposal is submitted. Please ensure that advance intimation regarding your visit is
sent to enable them to make appropriate arrangements.
6. Submission of Proposals:
The proposals addressed to Member Secretary, CRRT shall be submitted in three parts, viz., Pre-
qualification, Technical and financial and should follow the form given in the "Supplementary
Information for Consultants."
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 4
The Pre-qualification, Technical" and "Financial" proposals must be submitted in three separate
sealed envelopes (with respective marking in bold letters) following the formats/schedules given
in the Pre-qualification for consultants (Annexure-4), supplementary information for consultants
(Annexure-2). The first envelope marked Pre-qualification criteria‖ in one separate cover, viz.,
Cover-1 must be sealed with sealing wax and initialed twice across the seal. This cover should
contain the EMD of Rs.2,50,000/- (Two Lakh and Fifty Thousand only) in the form of Demand
Draft (DD) to be taken in the name of The Member Secretary, Chennai Rivers Restoration Trust,
Chennai - 28 from any of the Scheduled bank recognized by RBI. The Earnest Money Deposit of
unsuccessful consulting firms will be returned within 45 days after award of contract.
The second envelope, viz., Cover-2 marked "Technical proposal for the captioned project" must
also be sealed with sealing wax and initialed twice across the seal and should contain information
required in Annexure 3 viz., supplementary information for consultants.
The first and second envelopes should not contain any cost information whatsoever. The third
envelope viz., Cover-3 marked 'Financial Proposal for the captioned project"' must also be sealed
with sealing wax and initialed twice across the seal and should contain the detailed price offer
for the consultancy services.
You will provide detailed breakdown of costs and fees as follows:
- Staffing billing rate plus overheads;
- Travel and accommodation;
- Report reproduction; and
- Others (if any) Pl. specify
The sealed envelopes Cover 1, Cover 2 and Cover3 should again be placed in a separate sealed in
one cover, which shall be clearly marked with the name of the assignment and received in the
office of the Chennai Rivers Restoration Trust (CRRT), Dr.DGS Dinakaran Salai, Raja
Annamalai Puram Chennai–600028, up to 15.00 hours on 12.07.2017.
If the cover of proposals is not marked with the name of the assignment indicating the bid
submission date and time, the cover will not be opened and returned to the consultant unopened
treating as Not Qualified.
7. Opening of proposal
The proposals {first envelope (cover 1) containing pre-qualification criteria only} will be opened
by Member Secretary, CRRT or his authorized representative at 15.30 hours on 12.07.2017 in the
office of the CRRT, Dr.DGS Dinakaran Salai, Raja Annamalai Puram Chennai–600028. It may
please be noted that the second envelope containing the technical proposal will not be opened
until pre-qualification criteria is evaluated, and detailed price offer will not be opened until
technical evaluation has been completed and the result approved and notified to all consultants.
8. Evaluation
A three-stage procedure will be adopted in evaluating the proposals:
i) a pre qualification of consultants will be verified, which will be carried out prior to opening
of technical proposal (as per Annexure 4)
ii) a technical evaluation, which will be carried out prior to opening any financial proposal;
iii) a financial evaluation.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 5
8.1 Pre-qualification
Firms who have the following qualifications may submit the proposal –
(i) Should have experience in providing Project Management Consultancy / Third Party
Inspection and Quality Assurance / Supervision of atleast one completed project in
Environmental sector with implemented project cost of atleast Rs.54.74 crore in last 8
years (in single or multiple projects)
(in the case of quoting an ongoing Third Party Inspection and Quality Assurance / PMC /
Supervision assignment, the firm should have recommended atleast Rs.54.74 crore of project
under implementation as on 31st May 2017, the necessary client certificate for the same should
be enclosed)
Here Environmental Sector refers to Wetland restoration with references to lakes, rivers, etc.,
Solid Waste Management and Sewage & Sanitation.
It should be noted that assignment along with client certificate will only be considered for
evaluation”.
(ii) Average Annual turnover of Rs.2.50 crores in the last three years (2014-15 to 2016-17)
(Annual Turnover will be reckoned from the balance sheet for the last three years audited
by Chartered Accountant. Hence the Consultants are requested to enclose the certified
copy of the balance sheet, profit and loss a/c statement and the proof of evidence for the
payment of Income Tax related to the respective balance sheet. In the case of 2016-17,
provisional figures duly certified by Chartered Accountant is accepted).
(iii) Covers without EMD will be treated as not pre-qualified.
(iv) Conditional Tenders will be summarily rejected.
(v) CV‘s of all the key personnel shall be accompanied with Educational qualification
certificates.
(In the case of foreign firms, the turnover for the year ending 2014-15, 15-16 and 16-17 and
project cost should be converted into India Rupees by Certified Chartered Accountants and the
same shall be enclosed)
(The proof of experience for pre-qualification shall be in the name of bidding firm only). The
bidding firm shall be solely responsible for all risks and compliances.
Eligible firm‘s proposals will only be considered for technical and financial evaluation. The
technical and price envelopes of others will not be considered and returned unopened after
completing the selection process.
8.2. Technical Proposal
The evaluation committee appointed by the Client will carry out its evaluation of qualified firms
technical proposal applying the evaluation criteria and point system specified below. Each
responsive proposal will be attributed a technical score.
(i) Approach and Methodology towards consultancy services for the implementation of
Phase III Adyar River Restoration Subprojects (25 points)
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 6
(ii) The qualifications of key staff proposed for the assignment (75 points)
Curriculum vitae of senior personnel in each discipline for assessing the
qualifications and experience of the personnel proposed to be deployed for the
studies should be included with the proposal (in the format of the sample
curriculum vitae). These personnel will be rated in accordance with:
S.No Key Professionals Marks
1 Team Leader (Hydrologist) – 1 No 16
2 Deputy Team Leader (Environmental Engineer) – 1 No 8
3 Deputy Team Leader (Ecologist) – 1 No 8
4 Deputy Team Leader (Civil Engineer) – 2 Nos 16
5 Field Horticulturist – 1 No 3
6 Site Engineers – 8 Nos 24
Total 75
For key personnel, the following parameters will be considered.
(i) General qualifications - (30 %)
(ii) Adequacy for the project (suitability to perform the duties for this assignment. These include
education and training, length of experience on fields similar to those required as per terms of
reference, type of positions held, time spent with the firm etc) based on the CV as in Form F-5 :
(70 %)
All key personnels proposed shall be full time for this assignment only. In case the consultant had
proposed the same key personnel, who is found to be in either fulltime / part-time in any of the
ongoing projects with CRRT / PDGF / TNUIFSL, the marks will be evaluated as zero. Quality
and competence of the consulting service shall be considered as the paramount requirement.
Technical proposals scoring not less than 70% of the total points will only be considered for
financial evaluation. The price envelopes of others will not be considered and returned unopened
after completing the selection process. The client shall notify the consultants, results of the
technical evaluation and invite those who have secured the minimum qualifying mark for opening
of the financial proposals indicating the date and time.
8.3. Financial Proposal
Opening: The financial proposal of the technically qualified firms shall be opened 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 out and recorded. The client shall prepare minutes of
bid opening.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 7
Evaluation: The evaluation committee will determine if the Financial Proposals are complete and
without computational errors. The evaluation excludes taxes. The consultants are ranked as L1, L2,
L3 and so on in an ascending order of evaluated value of the percentage quoted.
The Client will select the lowest percentage among those that passed the minimum technical score
and invite them for negotiations. The lowest will be invited for negotiations.
9. Negotiations
Negotiations will be done as per Tamil Nadu Transparency in Tenders Act. Prior to the expiration
period of proposal validity, the Client will notify the successful Consultant whose evaluated
percentage is ranked as L1, in writing by registered letter, email or facsimile and invite them to
negotiate the Contract value.
Negotiations will commence with a discussion of your technical proposal, the proposed
methodology (work plan), costing, percentage, staffing and any suggestions you may have made
to improve the TORs. Agreement must then be reached on the final TORs, the staffing and staff
months, logistics and reporting.
Changes agreed upon will then be reflected in the draft contract, using proposed unit rates (after
negotiation of the unit rates, including the man month rates).
The negotiations will be concluded with a review of the draft form of Contract. The Client and
the Consultants will finalize the contract to conclude negotiations.
The Contract will be awarded after successful negotiations, with the selected Consultant. If
negotiations fail, the Client will invite the Consultant whose percentage is next higher to L1 and
ranked as L2 for Contract negotiations. If negotiation with L2 fails the above process will
continue with L3, L4 and so on till the end of all technically qualified firms. Upon successful
completion, the Client will promptly inform the other Consultants that their proposals have not
been selected.
10. Fraud and Corrupt Practices:
The Consultant and its Personnel shall observe the highest standards of ethics and shall not have
engaged in and shall not hereafter engage in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice (collectively the ―Prohibited Practices‖).
Notwithstanding anything to the contrary contained in this Agreement, the Client shall be entitled
to terminate this Agreement forthwith by a communication in writing to the Consultant, without
being liable in any manner whatsoever to the Consultant, if it determines that the Consultant has,
directly or indirectly or through an agent, engaged in any Prohibited Practices in the Selection
Process or before or after entering into of this Agreement. In such an event, the Client shall
forfeit and appropriate the EMD/Performance Security, if any, as mutually agreed genuine pre-
estimated compensation and damages payable to the Client towards, inter alia, the time, cost
and effort of the Client, without prejudice to the Client‘s any other rights or remedy hereunder
or in law.
11. Please note that the CRRT is not bound to select any of the firms submitting proposals. Further,
as quality is the principal selection criterion, the CRRT does not bind itself in any way to select
the firm offering the lowest price.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 8
12. The man-months of services required for the study shall be based on the key personnel given the
matrix. However, you should feel free to submit your proposal on the basis of man-months
considered necessary by you to undertake the assignment after ascertaining the project
requirements.
13. You are requested to hold your proposal valid for 90 days from the date of submission without
changing the personnel proposed for the assignment and your proposed price. The CRRT will
make its best efforts to select a consultant firm within this period. CRRT reserves the right to
postpone / cancel this RFP at any point of time without assigning any reason, whatsoever.
14. Please note that the cost of preparing a proposal and of negotiating a contract including visits to
CRRT / Project site, if any is not reimbursable as a direct cost of the assignment.
15. Assuming that the contract can be satisfactorily concluded in July 2017, you will be expected to
take-up / commence with the assignment in July 2017.
16. The successful bidder will be invited for signing agreement. The bidder is requested to furnish a
performance Security of 5% of the finalized amount excluding taxes in the form of Irrevocable
Bank Guarantee from any one of the Nationalized Bank in India taken in favour of “The
Member Secretary, Chennai Rivers Restoration Trust, Chennai – 28” valid for a period of 48
months or till successful completion of the projects. The same will be released on successful
completion of all the works satisfactorily. The validity of performance security will be extended
according to the extension of contract period as per the agreement executed. The Client shall
have the right to invoke and appropriate the proceeds of the Performance Security, in whole or in
part, without notice to the Consultant in the event of breach of the work assigned in the ToR or
the finalized Agreement.
17. The Earnest Money Deposit of the successful Tenderer will be discharged when the Tenderer
furnishes the required Performance Security and signs the Agreement.
18. The Earnest Money Deposit may be forfeited
If the consulting firm withdraws the tender after Tender opening during the period of
validity of the tender.
If the consulting firm withdraws the Tender after the issue of letter of acceptance of his
Tender.
In the case of a successful consulting firm, if the consulting firm fails within the specified
time limit to:
furnish the required performance security or
sign the Agreement
accept the Letter of Intent
If the consulting firm has furnished incorrect information on qualification and
experience.
We wish to remind you that any manufacturing or the reconstruction firm with which you might
be associated with, will not be eligible to participate in bidding for any goods or works resulting
from or associated with the project of which this consulting assignment forms a part.
Client means Chennai Rivers Restoration Trust (CRRT).
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 9
Please note that mobilization advance/Advance Payment will not be given to the Consultant.
Joint Ventures / Associations are not allowed.
Please note that the remuneration which you receive from the contract will be subject to normal
tax liability prevailing in India. Kindly contact the concerned tax authorities for further
information in this regard if required. In the case of foreign firms, the Indirect taxes shall form
part of the base cost
%.
24. All documents relating to the Bid and all communications in connection with the Bid shall be in
English language. All the pages should be serially numbered and signed by the Consultants.
25. Any dispute arising out of the Contract, which cannot be amicably settled between the parties,
shall be referred to adjudication/arbitration in accordance with the Arbitration & Conciliation
Act 1996. The place of arbitration shall be at Chennai.
26. If the successful tenderer fails to honour their commitment after award of the Letter of Intent
(LoI), their name will be blacklisted and will not be considered for availing services by CRRT
for future assignments. Further, their name will be recommended to Government of India,
Government of Tamil Nadu and Institutions sponsored by Government of Tamil Nadu for
blacklisting.
27. Please note that conditional bids will be rejected.
28. Test of responsiveness:
i. Pre qualification Proposal along with EMD – Cover – 1
ii. Technical Proposal – Cover – 2
iii. Financial Proposal – Cover – 3
iv. All the pages of above proposals (addendums / corrigendum issued, if any) shall be duly
sealed and signed by the bidders authorized representative.
Yours faithfully,
Annexures:
The Member Secretary,
Chennai Rivers Restoration Trust
1. Terms of Reference (ToR)
2. Supplementary Information to Consultants with forms 1 to 7
3. Draft contract under which service will be performed
4. Pre-Qualification Information to the Consultants
5. Format of performance security and Bank guarantee
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 10
Annexure - 1
TERMS OF REFERENCE FOR PROVIDING PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR MONITORING OF VARIOUS PROJECTS
IMPLEMENTED UNDER PHASE III - ADYAR RIVER RESTORATION FROM
ORIGIN TO MOUTH
1. Background
The Chennai Metropolitan Area (CMA) consists of three River systems namely Cooum,
Adyar and Kosasthalaiyar and also the manmade waterway of Buckingham Canal. The current
condition of these Rivers and Waterways in CMA is highly degraded on account of severe
pollution. The Government was committed to the restoration of the ecological health of the
Rivers and waterways in CMA. In the year 2013-14, the Government had announced to restore
these Rivers and Waterways under the aegis of the Chennai Rivers Restoration Trust (CRRT).
Initially, Cooum River was taken up for restoration, detailed plan was prepared and CRRT has
appointed a consultant for monitoring of various projects implemented under Integrated
Cooum Eco-Restoration Plan. Similarly, Adyar River from Origin to Mouth was also taken up
for restoration and detailed plan was prepared by the identified consultant.
The Adyar River originates from the surplus course of Aadhanur lake and
Chemberambaakam lake in Kancheepuram district and as well as from the drainage areas of
South West Chennai. It flows through several villages of Kancheepuram district and Chennai
district for a distance of 42 km and confluences with Bay of Bengal below Thiru. Vi. Ka bridge,
traversing a distance of 17 km within Chennai city limits. As the river flows through peri-
urban areas, municipalities and Chennai City has increasing problems of water quality severely
impacting the riverine ecosystem. To revive the river and reinstate the importance of the river
in the urban area among the community, the Government of Tamil Nadu directed CRRT to
prepare a Master Plan for Adyar River Restoration from Origin to Mouth (42 km). The
restoration plan for the river was prepared and the major components proposed are interception
and diversion of wastewater, solid waste management plan, river channel improvement,
rehabilitation and resettlement plan, biodiversity management plan and riverfront development
plan. The Detailed Project Report (DPR) of the Master Plan for Adyar River Restoration from
Origin to Mouth has been completed.
As an outcome of this exercise and discussions 78 project proposals were finalized by the
High Level Committee Chaired by Chief Secretary, Government of Tamil Nadu. It consists of
64 short term projects (3 years), 13 medium term projects (8 years) and 1 long term project (5
years). The actual implementation of restoring the Adyar River will be done by the Line
Departments such as Chennai Metropolitan Water Supply & Sewerage Board (CMWSSB),
Greater Chennai Corporation (GCC), Public Works Department (PWD), Tamil Nadu Slum
Clearance Board (TNSCB), Commissionerate of Municipal Administration (CMA),
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 11
Directorate of Rural Development and Panchayat Raj Department (DRD), Directorate of Town
Panchayat (DTP) and Chennai Rivers Restoration Trust (CRRT). As the projects are
interlinked, it is opined to appoint a single Project Management consultant for all the short
term proposals enclosed. In view of the above, Chennai Rivers Restoration Trust (CRRT) has
proposed to appoint Project Management Consultant for all the proposals proposed under
Master Plan for Adyar River Restoration from Origin to Mouth.
2. Objective
The objectives of this assignment are:
i. Providing Project Management Consultancy services for monitoring of various projects
implemented under Master Plan for Adyar River Restoration from Origin to Mouth by
various Line Departments (CMWSSB, GCC, PWD, CMA, DTP, DRD, etc.,) / CRRT.
ii. Quality Monitoring, Ascertaining & Certification of contractor(s) bills for payment and
preparation of completion certificate after completion of the projects.
3. Scope of the assignment
The scope of the assignment is for providing Project Management Consultancy Services
for monitoring of various projects implemented under Master Plan for Adyar River Restoration
from Origin to Mouth by various line departments from Origin to River Mouth of Adyar River
(42 km) and will include the following:
i. The consultant shall maintain an up to date Management Information System (MIS)
and implementation schedule department wise / project wise / year wise and also
overall consisting of both the Physical Progress and Financial Progress for the Master
Plan for Adyar River Restoration from Origin to Mouth.
ii. The consultant shall provide all technical details related to this project and to assist the
client for the preparation of reports and presentations to be submitted to the
Government as and when required.
iii. Submission of periodical reports (physical as well as financial), coordination, liaison
with other Government / Private Agencies for the works, as required.
iv. The consultant has to make presentations to various Line Departments / Agencies
during the execution and defect liability period as and when required.
v. The consultant has to provide necessary write ups / Minutes of Meeting / Drafting of
Agendas etc., as required and requested by CRRT / Line Departments relating to the
project.
vi. The consultant shall confirm that the technical details mentioned in the tender
document for all the projects are as per DPR prepared by CRRT.
vii. The consultant shall inspect the works as required basis and measure the quantities as
per the relevant Indian Standards – Method of Measurements, of debris removed from
river banks, Desiltation, civil works, parks, STP‘s, Interception and Diversion work,
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 12
Fencing, Electrical and Mechanical works, plantation works, etc., as per the projects in
the enclosure from start to finish and ensure that the works are carried out by the
Contractor as per the approved design and specifications as stipulated in the tender
documents / contract executed by Line Departments with the various Contractor.
viii. The consultant shall ensure the conformance of removal of debris / silt, civil and
plantation works and usage of materials as per the design / drawings / specifications
stipulated in the tender documents / contract executed with the Contractor for works as
directed by the CRRT.
ix. The consultant shall inspect and approve the materials and quality of works based on
test results produced by the Contractor, as per the requirement of line departments.
x. The consultant shall ensure that the works adhere to the quality levels, alignment and
dimensions specified in the tender document / contract executed with line department
with Contractor.
xi. The consultant shall measure and certify that all civil works such as Fencing,
Interceptor and Diversion, Modular STP’s parks, Boom Systems, etc in the tender
documents are carried out as per Indian Standards / guidelines or other equivalent
standards.
xii. The consultant shall measure and certify that the Solid Waste Removal from the banks
of River is done as per the terms and conditions specified in the tender documents.
xiii. The consultant shall prepare a log for the movements of debris, sludge, silt etc from the
project area to the dumping site based on the work executed by the contractor before
certification of bills.
xiv. The consultant shall check whether the planting of healthy plants is done at appropriate
places by adhering to the spacing, pitting, manuring as prescribed in the Master Plan
for Adyar River Restoration from Origin to Mouth. The necessary planning shall be
done prior to plantations by the contractors.
xv. The consultant shall bring to the notice of CRRT / Line Departments for re-plantation
or remedial action of plantation as well as rectification required in the civil works as
required.
xvi. Any deviation in the works executed or quality of materials, if any, shall be brought to
the notice of CRRT / Line Departments.
xvii. The consultant shall bring to the notice of CRRT / Line Department with regard to any
additional or balancing works which are required to be carried out based on the site
conditions, need and requirement of the project. In all such cases, prior written
approval of CRRT shall be obtained before starting of the execution. Detailed estimates
with justifications including rate analysis (with supporting documents) have to be
provided by consultants to CRRT / Line Departments.
xviii. The consultant shall convene periodical tri-partite (CRRT/Line Departments-
Contractor-Consultant) review, other meetings, and discussions (as and when required
by CRRT/Line Departments).
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 13
xix. The consultant shall attend all meetings convened by CRRT / Line Departments
regarding this project and attend meetings convened by any other agency as directed by
CRRT / Line Departments, from time to time.
xx. The consultant shall check the project accounts, measurement books, log books for
entry and exit of vehicles for the movement of debris. In case of desilting in multiple
points, the records shall be checked at each of the location before recommendation /
certification of bills. While preparing the bill, the records of silt taken out shall match
with the records maintained.
xxi. The consultant shall inspect, check, measure the works executed. In case of such of
those works where measurements are hidden after completion as in the case of
foundations, reinforcements in RCC structures, pitting, and quantity of manure, used
for plantation works etc., measurements are to be carried out immediately after each
activity is completed. This shall be done as and when required.
xxii. The consultant shall certify the bills submitted by the various Contractor‘s for the
works completed by the Contractor in accordance with the tender documents / contract
executed with the Contractor for works and actual work done as reflected in the
measurement book / log book, for payment by the CRRT / Line Departments in
accordance with the applicable rules and regulations.
xxiii. The consultant shall ensure that no additional claims (both for quantity as well as
additional scope) shall be admitted without the prior written approval of the Line
Departments and CRRT while recommending the bills.
xxiv. It should be noted that consultant shall not contact / conduct meetings with the
Contractors without the prior permission from the client.
xxv. The consultant shall check if observance of labour laws or other stipulation as indicated
in the contract entered into with the Contractor (s) for works, by the Contractor is
adhered while recommending the bills.
xxvi. The consultant shall also check if applicable Insurances and labour welfare are taken
for the workers as per the prevailing rules and regulations while recommending the
bills.
xxvii. The consultant shall furnish monthly progress report (on or before 10th
of the following
month) in the formats as decided in consultation with the CRRT and Line Departments
regarding physical progress, financial progress, deviations and additional works,
deviations in miles stones, difficulties encountered, meetings convened, etc
xxviii. The consultant shall take periodical (weekly, fortnightly, monthly and yearly)
photographs and videos with high resolution for the ongoing works and completed
works. The consultant shall also maintain a record (Photographs and Videos) showing
before and after restoration work sites for all the sub projects as listed.
xxix. The consultant should not issue press release or interact with the media (on / off the
record) or general public regarding this project and shall not disclose any information
regarding the project to any third party.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 14
xxx. The consultant has to monitor the safety aspect of the works in consultation with the
contractor. The consultant shall also monitor whether the contractor adheres to the
labour / Environmental laws / regulations/guidelines / acts governed in India and CRZ
clearance terms and conditions while implementing the project. In case of non
compliance, the same shall be reported to CRRT / Line Departments immediately.
xxxi. Quality Assurance report (QA Report) project wise / overall shall be given along with
the monthly reports. The necessary test reports done by the contractor / line
departments shall also be enclosed along with the QA report along with necessary
compliance statement by the consultant.
xxxii. The consultants shall provide necessary manpower during night shifts, monsoon, etc.,
as required including transportation for their staff.
4. Completion of work
i. The consultant shall prepare work completion report for each work (indicating
specifications as well as quantity). Such report(s) should be furnished along with the
certification for final bill for settlement for the respective work. The consultant shall
certify As-built drawings prepared by the Contractor. All certification work have to be
completed before settlement of final bill to the Contractor for each of the projects.
ii. In addition to the above, the consultant shall prepare a project completion report on a
consolidated manner (including the details of assets created), on completion of
implementation programme for each of the Line Departments and CRRT project wise.
5. Defects Liability period applicable and activities
i. Pathways, Walkways, Bioengineering bunds, Parks, Lightings, STP‘s, Compound Wall,
civil structures interceptions and division works, survival of plants etc comes under
defects liability period in normal course other than natural disasters and arson.
ii. Prepare quarterly report (on or before 10th of the following quarter) on defects noticed
and submit the same to CRRT / Line Departments during the defect liability period.
iii. On completion of all the projects, an overall completion report for Adyar River
Restoration from Origin to Mouth shall be submitted to CRRT and Line Departments.
6. Abstract of the work
The description of works to be carried out by the contract during the implementation of
Master Plan for Adyar River Restoration from Origin to Mouth includes the following:
S. No Department Sub Project Code Description of the Project
Chainage (in m)
(L - Left & R -
Right)
1 GCC COC-STP-01 Maintenance way on the right bank from
Thiru. Vi. Ka Bridge to MRTS Bridge R 2000 - 3050
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 15
S. No Department Sub Project Code Description of the Project
Chainage (in m)
(L - Left & R -
Right)
2 GCC COC-STP-02 Maintenance way on the right bank from
MRTS Bridge to Kotturpuram Bridge R 3220 - 4380
3 GCC COC-STP-03
Maintenance way on the right bank from
Kotturpuram Bridge to Suriya Nagar
Slum
R 4380 - 5480
4 GCC COC-STP-04
Two walkways and cycle tracks on the
right bank from Maraimalai Adigalar
Bridge to Alandur Bridge
R 7310 - 8250
5 GCC COC-STP-05
Walkway and cycle track on the right
bank from Alandur Bridge to Jawaharlal
Nehru Road
R 8220 - 9820
6 GCC COC-STP-06
Partial Walkway and Cycle track on the
right bank of the river from Jawaharlal
Nehru Road to Mt. Poonamalle High
Road
R 9850 - 12700
7 GCC COC-STP-07
Walkway on the left bank of the river
from MRTS Railway Bridge (Saidapet)
to Alandur Road
L 7810 - 8200
8 GCC COC-STP-08
Walkway on the left bank of the river
from Jawaharlal Nehru Road to the
Jafferkhanpet Causeway
L 9840 - 10950
9 GCC COC-STP-09
Park near Kotturpuram, downstream of
MRTS Bridge 1 on the right bank +
boating facility and fencing the park
R 2880 - 3200
10 GCC COC-STP-10
Park near Guindy Industrial Area,
downstream of Jawaharlal Nehru Road
on the right bank and fencing the park
R 9500 - 9820
11 GCC COC-STP-11 Beautification of bridges (12 Nos)
crossing the river -
12 GCC COC-STP-12 Fencing of the river along the banks on
both sides (24.67 km) -
13 GCC COC-STP-13
Installation of jetties in 2 parks
(Kotturpuram & Dr. Radhakrishna
Puram)
-
14 GCC COC-STP-14
Parking lots in 5 locations (Thiru. Vi. Ka
Bridge, Dr. Radhakrishna Puram,
Kotturpuram, Surya Nagar &
Maraimalai Adigalar Bridge)
-
15 GCC COC-STP-15 Solid waste removal in different
locations in CoC and placing dumpsters -
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 16
S. No Department Sub Project Code Description of the Project
Chainage (in m)
(L - Left & R -
Right)
16 GCC COC-STP-16
Installation of Boom System in 3
locations (Kotturpuram Bridge,
Maraimalai Adigalar Bridge &
Jafferkhanpet Causeway)
-
17 GCC COC-STP-17 Levelling and compaction of silt in
dumpsite received from PWD -
18 GCC COC-STP-18
Plantation of Trees, shrubs, creepers,
reeds and mangrove and grass all along
the river
-
Sub total (Base Cost + Contigencies + Escalation) = 154.82 Crores
19 CMWSSB CMW-STP-01
Two interception mains in Adyar and
Kotturpuram diverting the raw sewage
to a new in situ treatment facility located
d/s of the MRTS Bridge
R 2000 - 4000
20 CMWSSB CMW-STP-02
Two interception mains in Guindy and
Ekkatuthangal diverting the raw sewage
to a new in situ treatment facility in
Guindy industrial area. An intermediate
lift station is required d/s of J.N.Rd
R 8200 - 10850
21 CMWSSB CMW-STP-03
An interception main in Saidapet
diverting the raw sewage to a new STP.
Another interception main in
Jafferkhanpet with a new SPS which
pumps the collected sewage to the STP
in Saidapet. An intermediate pumping
station is required
L 8100 - 9400
22 CMWSSB CMW-STP-04
Two interception mains conveying the
raw sewage to a new STP in the land
near Mt Poonamallee High Road
R 12500 - 13500
23 CMWSSB CMW-STP-05
Replacement and renewal of the
connection of Ministers houses to the
current Sewage Network to avoid the
overflow to the river
L 2700
24 CMWSSB CMW-STP-06
Action on slum required. Laying of a
new network to collect the sewage in the
houses and connect to the existing
network in Greensway Road
L 3500
25 CMWSSB CMW-STP-07 Proper connection of the TNHB houses
to the existing SPS to avoid the overflow R 4200
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 17
S. No Department Sub Project Code Description of the Project
Chainage (in m)
(L - Left & R -
Right)
to the existing drain in Tree Park
26 CMWSSB CMW-STP-08
Isolated action to connect the raw
sewage flowing through the SWD to the
existing network in Turnbulls Road
L 4300
27 CMWSSB CMW-STP-09
Isolated action to connect the raw
sewage flowing in the SWD to the
existing network in Nandanam
Extension Main Road
L 4400
28 CMWSSB CMW-STP-10 Plugging of Sewage outfalls behind
Anna Cenetary Library R 5700
29 CMWSSB CMW-STP-11
Isolated action to divert the sewage flow
from the SWD to the existing sewerage
network
L 9900
30 CMWSSB CMW-STP-12 Mambalam canal temporary treatment L 5400
31 CMWSSB CMW-STP-13 MGR Nagar canal temporary treatment L 11000
32 CMWSSB CMW-STP-14 Nandambakkam canal temporary
treatment L 12200
33 CMWSSB CMW-STP-15 Community toilets in 5 locations -
Sub total (Base Cost + Contigencies + Escalation) = 122.60 Crores
34 PWD PWD-STP-01
Lowering the river bed from Thiru. Vi.
Ka Bridge to Kotturpuram MRTS
Bridge
2000 - 3200
35 PWD PWD-STP-02
Lowering the river bed from
Kotturpuram MRTS Bridge to
Kotturpuram Bridge
3200 - 4350
36 PWD PWD-STP-03
Lowering the river bed from
Kotturpuram Bridge to Maraimalai
Adigalar Bridge
4350 - 7300
37 PWD PWD-STP-04 Lowering the river bed from Maraimalai
Adigalar Bridge to Inner Ring Road 7300 - 9850
38 PWD PWD-STP-05
Lowering the river bed from Inner Ring
Road to d/s of Nandambakkam Bridge,
i.e Jafferkhanpet Casueway
9850 - 11300
39 PWD PWD-STP-06
Continuous opening of the mouth (2
years) / Mouth Operation and
Maintenance - 4th & 5th Year
0 - 50
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 18
S. No Department Sub Project Code Description of the Project
Chainage (in m)
(L - Left & R -
Right)
40 PWD PWD-STP-07 Rechannelising the missing link at the
origin 41000 - 42000
Sub total (Base Cost + Contigencies + Escalation) = 102.27 Crores
41 CMA CMA-STP-01
Interceptor main in Anakaputhur to
collect the sewage flowing through
SWD and divert it to a modular STP
located on the East side of the city
(SWR 9&10)
R 21250 - 22250
42 CMA CMA-STP-03 Pammal drain temporary treatment R 24900
43 CMA CMA-STP-04 Solid waste removal in Municipalities -
44 CMA CMA-STP-05 Fence along Pammal, Tambaram and
Anakaputhur -
45 CMA CMA-STP-06 Community toilets in Anakaputhur -
46 CMA CMA-STP-07 Vetiver grass plantation in Anakaputhur,
Pammal and Tambaram -
Sub total (Base Cost + Contigencies + Escalation) = 56.26 Crores
47 DRD DRD-STP-01
Construction of fence along St Thomas
Mt, Kunrathur, Katankulathur PU (21.5
km)
-
48 DRD DRD-STP-02 Construction of fence around Adhanur
Tank (5.2 km) -
49 DRD DRD-STP-03 Solid waste removal in Village
Panchayats -
50 DRD DRD-STP-04 Community toilets in 1 location
(Pozhichalur) -
51 DRD DRD-STP-05 Vetiver grass plantation in Village
Panchayats -
Sub total (Base Cost + Contigencies + Escalation) = 70.48 Crores
52 DTP DTP-STP-01
Construction of fence along Kundrathur,
Perungalathur, Tiruneermalai T.P.
(14.44km)
-
53 DTP DTP-STP-02 Solid waste removal in town panchayats -
54 DTP DTP-STP-03 Kundrathur drain temporary treatment &
Community Toilet at Perungalathur L 22500
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 19
S. No Department Sub Project Code Description of the Project
Chainage (in m)
(L - Left & R -
Right)
55 DTP DTP-STP-04 Vetiver grass plantation in Town
Panchayats -
Sub total (Base Cost + Contigencies + Escalation) = 40.92 Crores
Total (Base Cost + Contigencies + Escalation) = 547.35 Crores
The Consultant shall also provide Project Management Consultancy services to the projects
(if any projects of medium and long term are implemented under short term) apart from the
above listed projects with the same quoted percentage for payment.
7. Schedule of completion of tasks:
The services of the consultant shall start from the date of acceptance of Letter of Award for
the Project Management Consultancy assignment for a period of 48 months in normal course.
However, in case of any delay in appointing the Project Contractor the man power shall be
deployed accordingly.
In addition to this, the consultant shall extend minimum staff for the defects liability period
of 12 months. During the defect liability period, the manpower shall be deployed 1 man month
spread over every 6 months. In total, the man power for one personnel proposed for the defect
liability period shall not exceed 2 months.
8. Data, services and facilities to be provided by the client:
The CRRT / Line Departments will make available:
i. The Master Plan for Adyar River Restoration from Origin to Mouth. If required, the
consultants after obtaining prior permission can visit the office of CRRT and also each
of the Line Departments for analyzing the Report before the bid submission date and
also the Line Department proposals.
ii. Contract(s) entered into between CRRT, Line Departments and the Multiple
Contractor(s) for implementation of Master Plan for Adyar River Restoration from
Origin to Mouth.
iii. Documentation(s) required for liasoning with Line departments and agencies
9. Outputs:
The consultant shall furnish the following documents during the course of the work:
Monthly Progress report (2 copies) on monthly basis on or before 10th of every month and
quarterly report (2 copies) on or before 10th of next quarter.
i. For overall project and also department wise
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 20
ii. Contour maps in required size (2 copies) and soft copy in AutoCAD version, on
completion of desilting in each section as mentioned in the Master Plan for Adyar River
Restoration from Origin to Mouth.
iii. Any drawings / printout outs as required shall also be given based on the request of
CRRT / Line Departments. In the case of meetings, necessary handouts (color) shall be
prepared and given to the officials present.
iv. Report stating the adherence to EMP compliance report submitted by the Contractor‘s,
during execution of works.
v. Periodic Statement of expenditure, on or before 10th
of every month. It should be for
Overall project and also Department-wise.
vi. Quality Assurance report (QA Report) project wise / overall shall be given along with
the monthly reports. The necessary test reports done by the contractor / line departments
shall also be enclosed along with the QA report along with necessary compliance
statement.
vii. Scheme completion report including as-built drawings (5 Copies), on completion of
project activities from each of the contractor.
viii. The consultant shall verify the O & M Manual (5 copies) submitted by the contractor,
within two months on completion of project activities for each of the Contractor‘s work
and a consolidated O&M manual shall be submitted for all the works undertaken in this
project.
ix. The Consultant shall also submit a department wise monthly report to the respective line
department on or before 10th
of next month.
10. Composition of review committee and procedure for review
A review committee consisting of the following members will review the progress of work
periodically as required.
i. The Technical Committee formed by the Government for CRRT
ii. Any other Experts nominated by CRRT
11. Line Departments
The following are the line departments who will implement the projects under Master Plan
for Adyar River Restoration from Origin to Mouth.
i. Chennai Metropolitan Water Supply & Sewerage Board (CMWSSB)
ii. Greater Chennai Corporation (GCC)
iii. Public Works Department (PWD)
iv. Commissionerate of Municipal Administration (CMA)
v. Directorate of Rural Development and Panchayat Raj Department (DRD)
vi. Directorate of Town Panchayat (DTP)
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 21
vii. Chennai Rivers Restoration Trust (CRRT)
12. Matrix of Manpower
Key personnel (CV‘s has to be submitted along with proof of educational
qualifications only for key personnel)
De-silting
of River
STP /
Interception Fencing Parks
Solid
Waste
Removal
Habitat
Restoration
/
Horticulture
Total
(Nos)
Team
Leader and
Site
Engineer
Hydrologist
- 1 No 1
Deputy
Team
Leader
Environmental
Engineer – 1
No
Civil Engineer – 2 Nos Ecologist – 1
No 4
Site
Engineer
Civil
Engineer –
2 Nos
Civil Engineer
– 3 Nos Civil Engineer – 3 Nos
Field
Horticulturist
-1 No 9
Total 14
Minimum Support staff
De-
silting
of
River
STP /
Interceptio
n
Fencing Parks
Solid
Waste
Remov
al
Habitat
Restoratio
n /
Horticultur
e
Tota
l
(Nos
)
Site Supervisor
Dip.Civ
il Engg
– 1 No
Dip.Civil
Engg – 2
Nos
Dip.Civ
il Engg
– 2 Nos
Dip.Civ
il Engg
– 3 Nos
Dip.Civi
l Engg –
2 Nos
Botanist – 1
No 11
Quantity
Surveyor 1 1 1 1 1 - 5
Accountant 1
Total 17
The consultant shall deploy the above staffs (key and support) and others staffs such as
Structural Engineer, Field Assistants, etc based on the requirement in consultation with CRRT /
Line Departments.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 22
13. List of key professional positions required in the field during execution
S.No Position Qualification & Experience Job Description* Duration
1
Team Leader
(Hydrologist)
– 1 No
A graduate in Civil Engineering with
post graduation in Hydrology /
Hydraulics / water resources with about
12 year experience in riverine
ecosystem.
The above engineer shall possess
technical skills and experience in
developmental works especially in
riverine system. The engineer shall also
have adequate experience in planning
and execution in clearing of
waterbodies/waterways by removing of
debris activities and its management.
The team leader shall lead the staff, oversee all
the project activities such as excavation, debris
removal from waterbodies etc. Liaison with
other government departments / agencies, and
shall act as nodal person from the firm.
He shall be the overall coordinate and also
conduct meetings with Line Departments and
Contractors as on when required for the
project.
The team leader shall verify and certify the
bills submitted by the contractor and also
submit the monthly progress report.
He must also co-ordinate with all the Deputy
Team Leader for progress of project in a
holistic manner.
48 months
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 23
S.No Position Qualification & Experience Job Description* Duration
2
Deputy Team
Leader
(Environmental
Engineer) – 1
No
A Post Graduate in Environmental
Engineering with about 7 year
experience in implementation of STP
and Interception and Diversion and
Sewerage sector.
The above Engineer shall possess
technical skills and experience in
execution of sewerage projects and
STP‘s.
The Environmental Engineer shall assist the
team leader and in planning the activities for
setting up of Modular STP;s and Interception
and Diversion works
48 months
3
Deputy Team
Leader
(Ecologist) – 1
No
A Postgraduate
in Life Sciences /Environmental
Sciences with about 7 years of
experience in
afforestation/riverine/Marine and
coastal ecosystem.
The above personal shall possess
scientific skills and execution of similar
works. The personal shall have
knowledge on coastal vegetation like
mangroves, its associates etc and also
management of coastal systems.
The ecologist shall oversee the restoration
activities particularly Habitat restoration,
safeguard and protect the wetlands during
implementation.
The ecologist shall assist the team leader in
execution, verification of restoration activities
and ensuring no damages to the mudflats,
islands, plants and animals.
48 months
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 24
S.No Position Qualification & Experience Job Description* Duration
4
Deputy Team
Leader (Civil
Engineer) – 2
Nos
A graduate in Civil Engineering with
about 7 years experience in
implementation of Civil works, Soild
Waste Management, Parks etc.
The above engineer shall have
experience in handing survey
instruments in civil works, preparation
of maps etc. The engineer shall have
experience in handling AutoCAD.
Assist the team leader in all the activities at the
site.
The engineer shall verify the levels during the
execution and shall prepare maps to submit the
same to the CRRT and Line Departments.
He shall assist in preparation of reports, bills
verification and other works during execution.
48 months
during imple-
mentation and
4 man months
(spread over 12
months for
Defect
Liability
Period).
5
Site Engineer
(Field
Horticulturist)
– 1 No
A graduate in Horticulture discipline
with about 3 years of experience in
handling flora and landscaping
He shall perform Landscaping/ plantation
activities as mentioned in the BOQ such as
selection of plant species spacing, monitoring
the pre-plantation activities, Quality of
saplings, replacement of mortality etc.
Assisting the ecologist in verification and
certification of bills for plantation.
48 months
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 25
S.No Position Qualification & Experience Job Description* Duration
6
Site Engineers
(Civil Engineer)
– 8 Nos
A graduate in Civil Engineering with
about 3 years experience in
implementation of Civil works in
Environmental Sector .
The above engineer shall have
experience in handing survey
instruments in civil works, preparation
of maps etc. The engineer shall have
experience in handling AutoCAD.
Assist the Deputy Team leader in all the
activities at the site.
48 months
during
implementation
and 4 man
months (spread
over 12 months
during Defect
Liability
Period.
Copy of the educational certificates has to be enclosed. Only the above CV of the key personnel will be evaluated in their
Technical Proposal.
14. Minimum support staff required
S.No Position Qualification & Experience Job Description Period
1
Quantity
Surveyor –
5 Nos
A Diploma in Civil Engineering with
about 5 years experience in
implementation of Civil works.
He shall verify the works executed by
quantifying the materials used, quantify
the excavated materials, stacking and
sending out from the project site.
He shall maintain the measurement books
of various works and shall report to site
engineer.
48 months and
4 man months
(spread over 12
months for
Defect Liability
Period).
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 26
S.No Position Qualification & Experience Job Description Period
2
Site
Supervisors
(Civil) – 10
Nos
A Diploma in Civil Engineering with
about 5 years experience in
implementation of Civil works.
The site supervisors shall examine the
movement of materials within the site and
being used in the project activities.
They shall report to the site engineer
about the various activities of daily
schedule of works.
Shall maintain the measurement book of
various works and shall report to site
engineer.
48 months
3
Site
Supervisor
(Botanist) – 1
No
A graduate in Life Sciences with about 5
years of experience in
afforestation/riverine/Marine and coastal
ecosystem or any other related work.
The botanist shall examine the plantation
activity and health of plants in the site.
Botanist shall report to the Field
Horticulturist about the various activities
of daily scheduled works and shall
maintain a measurement book for
plantation.
48 months
4 Accountant – 1 No
A graduate in accounts/commerce with
about 5 years experience in preparation of
bills related to developmental activity.
The accountant shall assist the team leader
in verifying and certifying the bills received
from the contractor and submit the same for
the payment to all line Departments and
CRRT.
48 months
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 27
15. Payments:
Payments shall be made to the consultancy firm supported with related documents such as:
i. Monthly Report, Quarterly report, Inspection Report and bill recommendation as required
ii. Deployment of man power for the past month and present month (The proposed
deployment should be based on the projects ongoing on that time and also the proposed
ones to be taken up. In view of this, the consultant has to discuss with line departments on
the tenders floated and mobilize team accordingly.
The payment will be paid as follows:
During Implementation Period (48 Months)
Since, the projects are taken at different durations; % of the fee quoted by the consultant
will be in proportion to the payments made to the contractors towards progress or completion of
works. The payment will be calculated as follows:
- % quoted by the consultant * Net value of the bill
The Net value is after deductions of retention money of the contractor excluding statutory
deductions. The consultants shall be paid based on the submission of invoice by PMC.
To carry out additional works if any with approval of CRRT / Line Department payment shall be
paid as per the negotiated and mutually agreed cost on the percentage quoted on the final bill
recommended for each of the additional works. The maximum % to be paid to consultant for the
additional works shall not exceed the percentage finalized for the main contract. CRRT will not
make any other payments to the consultant apart from the professional fees payable under the
contract.
Completion of Implementation Period
On submission of final bill, completion report and certified as-built drawings for all the works.
- % quoted by the consultant * Amount released for as-built drawings to contractor
During Defects Liability Period (12 Months)
The payment will be made on submission of inspection and action taken reports including
Quarterly Reports during the defects liability period based on the terms and conditions specified
in the RFPs by the various line departments.
- % quoted by the consultant * Net Amount released to contractor during defect liability period
Note: the consultant shall keep copy of all the consolidated running account bills certified while
claiming their payment.
16. Conditions
i. If the project execution extends beyond 48 months additional cost may be arrived on a
mutual acceptance in discussion with CRRT.
ii. The consultant firm shall also include a minimum necessary office and support staff. The
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 28
support staff may be asked to be withdrawn with due prior notice in case of stoppage of
work for short duration for reasons beyond control.
iii. The consultant shall replace any staff on instruction by Client for poor performance etc.,
iv. The consultant have to quote a lump sum amount for completion of the tasks including
the cost for some skeleton staff to be employed during the defects liability period of
works contract. The consultants shall indicate break-up of costs a total of 48 months and
also for a defect liability period of 12 months.
v. Depending upon the level of work required during various phases of implementation, the
client shall request the consultant to modify the staffing plan. In such case, the consultant
shall change the staffing schedule.
vi. Due to any reason whatsoever beyond the control of the client, if the work is stopped for
more than 30 days, the consultant may demobilize the team with prior intimation to the
client and mobilize the team / key personnel / support staff within 15 days upon request
by the client to resume the work.
17. Requirements of Consultancy:
i. Consultant will have to arrange for his own office space / other logistics / etc at their own
cost and risk at various locations based on the projects taken up.
ii. In case of any specific quality testing required by the CRRT and Line Departments for
any work, it shall be carried out by contractor/ Line Department / CRRT and the same
shall be inspected / verified by the consultant and report shall be furnished within a
reasonable time. No additional cost will be provided to the consultant for the same.
iii. The support staff may be asked to mobilize / demobilize with due prior notice in case of
stoppage of work for short duration for reasons beyond control.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 32
Annexure - 2
SUPPLEMENTARY INFORMATION TO CONSULTANTS (Form 1 to 7)
Proposals
(1) Proposals should include the following information: (a) Technical Proposal
iv. A brief description of the firm/organization and an outline of recent experience on
assignments/ projects of similar nature executed during the last 8 years in the format
given in Form F-2
v. Any comments or suggestions of the consultant on the Terms of Reference (TOR).
vi. A description of the manner in which consultants would plan to execute the work. Work
plan time schedule in Form F-3 and approach or methodology proposed for carrying out
the required work.
vii. The composition of the team of personnel which the consultant would propose to provide
and the tasks which would be assigned to each team member in Form F-4.
viii. Curriculam Vitae of the individual key staff members to be assigned to the work and of
the team leader who would be responsible for supervision of the team. The curricula
vitae should follow the attached Format (F-5) duly signed by the concerned personnel.
ix. The consultant's comments, if any, on the data, services and facilities to be provided by
the Client indicated in the Terms of Reference (TOR).
x. The consultant‘s Work program and time schedule for key personnel in Form No.F-6A &
F-6B.
(b) Financial Proposals
The financial proposals should include the Schedule of Price Bid in Form No.F-7
with cost break-up for the work program indicated in Form F-7.
(2) Two copies of the technical proposals should be submitted to CRRT along with soft copy
in CD.
(3) Contract Negotiations
The aim of the negotiation is to reach an agreement on all points with the consultant and
initial a draft contract by the conclusion of negotiations. Negotiations commence with a
discussion of Consultant's proposal, costing, the proposed work plan, staffing and any
suggestions you may have made to improve the Terms of Reference. Agreement will
then be reached on the final Terms of Reference, the staffing plan and the bar chart,
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 33
which will indicate personnel, periods in the field and office, man-months, and reporting
schedule. Based on these, adjustments necessary will be discussed and agreed. The
Contract will be awarded after successful negotiations, with the selected Consultant. If
negotiations fail, the Client will invite the Consultants having obtained the second highest
score to Contract negotiations.
(4) Contracts with Team Members. Firms are advised against making firm financial
arrangements with prospective team members prior to negotiations.
(5) Nomination of Experts
Having selected a firm partly on the basis of an evaluation of personnel presented in the
firm's proposal, CRRT expects to negotiate a contract on the basis of the experts named
in the proposal and, prior to contract negotiations, will require guarantees that these
experts shall, in fact, be made available. As the expected date of mobilization is given in
the letter inviting proposals, CRRT will not consider substitution after contract
negotiations, except in cases of unexpected delays on the starting date or incapacity of an
expert for reasons of health, or leaving the firm. The desire of a firm to use an expert on
another project shall not be accepted for substitution of personnel.
(6) Terms of Payment
The mode of payments to be made in consideration of the work to be performed by the
consultant shall be as follows:
As per ToR
Note: All payments shall be made on submission of bills by the consultants only after
they satisfy all compliances of agreement.
Cheques will be issued only in the favour of consultant and only in Indian Rupees after
deducting applicable taxes.
(7) Review of reports
A review committee / CRRT will review all documents of consultants and suggest any
modifications/changes considered necessary within 15 days of receipt of the same.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 34
FORM F-1
From To
———
———
———
Sir:
Hiring of Consultancy services for————of — — — — Regarding
I/We ——————————— consultant/consultancy firm/organization herewith
enclose Technical and Financial Proposal for selection of my/our firm as consultant for — — —
— — —.
We underscore the importance of a free, fair and competitive procurement process that
precludes fraudulent use. In this respect we have neither offered nor granted, directly or
indirectly, any inadmissible advantages to any public servants or other persons in connection
with our bid, nor will we offer or grant any such incentives or conditions in the present
procurement process, or in the event that we are awarded the contract, in the subsequent
execution of the contract.
We also underscore the importance of adhering to minimum social standards (―Core
Labour Standards‖) in the implementation of the project. We undertake to comply with the Core
Labour Standards ratified by the country of India.
We will inform our staff about their respective obligations and about their obligation to
fulfill this declaration of undertaking and to obey the laws of the country of India.
Yours faithfully,
(Authorized Representative)
Signature: —————
Full name —————
and address: —————
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 35
FORM F-2
ASSIGNMENTS OF SIMILAR NATURE SUCCESSFULLY COMPLETED DURING
LAST 8 YEARS
1. Brief Description of the Firm/Organization:
2. Outline of recent experience on assignments of similar nature:
S.No. Name of
assignment Name of project
Owner or
sponsoring
authority
Cost of assignment
Date of commencement
Date of completion
Was
assignment
satisfactorily
completed
1 2 3 4 5 6 7 8
Note: Please attach certificates from the employer by way of documentary proof. (Issued by the
Officer of rank not below the rank of Superintending Engineer or equivalent.)
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 36
FORM F-3
WORK PLAN TIME SCHEDULE
A. Field Investigation
Sl.
No.
Item Month-wise Program
1st 2nd
3rd 4th
5th 6th 7th 8th
B. Compilation and submission of reports
1. As indicated under TOR
2. .
3. .
4. .
4.
C. A short note on the line of approach and methodology outlining various steps for
performing the study.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 37
FORM NO.F-4
COMPOSITION OF THE TEAM PERSONNEL AND THE TASK WHICH WOULD BE
ASSIGNED TO EACH TEAM MEMBER
1. Technical/Managerial Staff
S.No. Name Position Task assignment
2. Support Staff
o. Name Position Task assignment
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 38
FORM F-5
FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED
KEY PROFESSIONAL STAFF
Proposed Position:
Name of Firm:
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.]
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 39
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 Firm] Day/Month/Year
Full name of staff member:
Full name of the authorized representative:
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 40
FORM F-6A
WORK PROGRAM AND TIME SCHEDULE FOR KEY PERSONNEL
DURING IMPLEMENTATION
MONTHS
Name Position 1 2 3 4 5 6 7 Number of
months
Total
Reports Due/Activities and Duration
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Field Full Time Part Time
Reports Due
Activities Duration
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 41
FORM F-6B
WORK PROGRAM AND TIME SCHEDULE FOR KEY PERSONNEL DURING
DEFECT LIABILITY PERIOD
MONTHS
Name Position 1 2 3 4 5 6 7 Number of
months
Total
Reports Due/Activities and Duration
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Field Full Time Part Time
Reports Due
Activities Duration
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 42
FORM NO.F-7
SCHEDULE OF PRICE BID
Items Percentage
In % In words
1. Consultancy services as a Project Management Consultant for monitoring of
various sub-projects implemented under Phase III Adyar River Restoration from
Origin to Mouth at _______________________ (% in
numbers) ___________________(% in words) of net value of the bills
recommended.
The above % excludes Service Tax / GST, which will be reimbursed by client at
applicable rates.
Signature of Consultant
(Authorized representative)
Note:
1. Only Service Tax / GST as applicable should be excluded in the % to be
quoted by the consultant.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 43
Cost Estimate of Services
I. Remuneration of Staff
Staff Name Daily (Monthly) Rate Working Days Total Cost
(in currency) (Months) (in currency)
a) Team Leader
b) "
c) "
d)
e)
Sub-Total (Staff)
II. Direct Expenses:
a) Transportation cost
b) Printing & Stationery and
c) other expenses (Please specify)
Sub-Total (Direct Expenses)
III. Out-of-Pocket Expenses:
a) Per Diem1
Room Subsistence Total Days
Cost
b) Air fare:
c) Lump Sum Miscellaneous Expenses:2
Sub-Total (Out-of-Pocket)
Contingency Charges:
TOTAL COST ESTIMATE
1 Per Diem is fixed per calendar day and need not be supported by receipts.
2 To include reporting costs, visa, inoculations, routine medical examination,
transportation and communications expenses, porterage fees, in-and-out expenses, airport taxes, and such
other travel related expenses, etc., as may be necessary.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 44
Annexure - 3
Consulting Services
DRAFT CONTRACT UNDER WHICH SERVICE WILL BE PROVIDED
Subject: (Name of Assignment) (Name of Consultant)
1. Set out below are the terms and conditions under which (Name of Consultant) has agreed to
carry out for (Name of Client) the above mentioned assignment specified in the attached Terms
of Reference.
2. For administrative purposes (Name of responsible staff of Client) has been assigned to
administer the assignment and to provide [Name of Consultant] with all relevant information
needed to carry out the assignment. The services will be required in (Name of Project) for
about days/months, during the period from to .
3. The (Name of Client) may find it necessary to postpone or cancel the assignment and/or
shorten or extend its duration. In such case, every effort will be made to give you, as early as
possible, notice of any changes. In the event of termination, the (Name of Consultants) shall be
paid for the services rendered for carrying out the assignment to the date of termination, and the
[Name of Consultant] will provide the (Name of Client) with any reports or parts thereof, or any
other information and documentation gathered under this Contract prior to the date of
termination.
4. The services to be performed, the estimated time to be spent, and the reports to be submitted
will be in accordance with the attached Description of Services.
5. This Contract, its meaning and interpretation and the relation between the parties shall be
governed by the laws of Union of India
6. This Contract will become effective upon confirmation of this letter on behalf of (Name of
Consultant) and will terminate on , or such other date as mutually agreed
between the (Name of Client) and the (Name of Consultants) or till the date of completion of the
assignment.
7. Payments for the services will not exceed an total amount of Rs. .
The (Name of Client) will pay (Name of Consultant), within 30 days of receipt of invoice after
satisfying the requirements of the agreement, which is as follows:
Amount Currency
As per ToR.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 45
8. The above remuneration includes all the costs related to carrying out the services, including
overhead and any taxes imposed on .[Name of Consultants.]
9. The [Name of Consultants] will be responsible for appropriate insurance coverage. In this
regard, the [Name of Consultants] shall maintain workers compensation, employment liability
insurance for their staff on the assignment. The Consultants shall also maintain comprehensive
general liability insurance, including contractual liability coverage adequate to cover the
indemnity of obligation against all damages, costs, and charges and expenses for injury to any
person or damage to any property arising out of, or in connection with, the services which result
from the fault of the [Name of Consultants] or its staff. The risks and the coverage shall be as
follows:
(a) Third Party liability insurance with a minimum coverage of Value of assignment [cost
of assignment quoted by the consultant ];
(b) Professional liability insurance, with a minimum coverage of Value of
assignment[cost of assignment quoted by the consultant ];
(c) employer‘s liability and workers‘ compensation insurance in respect of the Personnel
of the Consultant and of any Sub-Consultants, 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;
9. The [Name of Consultants] shall indemnify and hold harmless the (Name of Client) against
any and all claims, demands, and/or judgments of any nature brought against the (Name of
Borrower) arising out of the services by the [Name of Consultants] under this Contract. The
obligation under this paragraph shall survive the termination of this Contract.
10. The Consultant agrees that, during the term of this Contract and after its termination, the
Consultant and any entity affiliated with the Consultant, 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.
11. The Performance Security will be released on successful completion of all the works
satisfactorily. The validity of performance security will be extended according to the extension
of contract period as per the agreement executed for implementation of projects under Adyar
River Restoration.
12. The Client shall have the right to invoke and appropriate the proceeds of the Performance
Security, in whole or in part, without notice to the Consultant in the event of breach of the work
assigned in the ToR or the finalized Agreement.
13. All final plans, drawings, specifications, designs, reports and other documents or software
submitted by the [Name of Consultants] in the performance of the Services shall become and
remain the [property of the Client. The Consultants may retain a copy of such documents but
shall not use them for purposes unrelated to this Contract without the prior written approval of
the Client.
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 46
14. The Consultant undertake to carry out the assignment in accordance with the highest standard
of professional and ethical competence and integrity, having due regard to the nature and purpose
of the assignment, and to ensure that the staff assigned to perform the services under this
Contract, will conduct themselves in a manner consistent herewith.
15. The Consultant will not assign this Contract or sub-contract or any portion of it without the
Client‘s prior written consent.
16. The [Name of Consultants] shall pay the taxes, duties fee, levies and other impositions
levied under the Applicable law and the Client shall perform such duties, in regard to the
deduction of such tax, as may be lawfully imposed.
17. The [Name of Consultants] also agree that all knowledge and information not within the
public domain which may be acquired during the carrying out of this Contract, shall be, for all
time and for all purpose, regarded as strictly confidential and held in confidence, and shall not be
directly or indirectly disclosed to any person whatsoever, except with the (Name of Client)
written permission.
18. Any dispute arising out of the Contract, which cannot be amicably settled between the
parties, shall be referred to adjudication/arbitration in accordance with the Arbitration &
Conciliation Act 1996. The place of arbitration shall be at Chennai.
Place:
Date :
Thiru. Thiru.
(Signature on behalf of Client) (Signature on behalf of Consultant)
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 47
Annexure - 4
PRE - QUALIFICATION CRITERIA FOR CONSULTANTS
I. General
1. Brief description of organization
2. Outline of recent experience of assignments :
II. Assignment details
Name of the project / Projects
(Should have completed or recommended atleast 30.50 crore of the project under
implementation as on 31st May 2017)
Name of the owner or sponsoring authority
Brief description of assignment
. Cost of Consultancy assignment (Fees)
Cost of the Project cost
Duration of the Project
III. Mention the model advised for execution if suggested
IV. Attach Client certificate for completion of project
1. Date of commencement
2. Date of completion
3. Client certificate attached Yes / No
V. Annual Turnover of the firm
S. N Year Amount in Rs.
1 2014-15
2 2015-16
3 2016-17
Average
The balance Sheet and Profit and Loss A/c statements duly certified by a Chartered
Accountant should be furnished.
VI. . Contact Person /
Details: Name :
Phone No:
email id :
VII. EMD Details:
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 48
Annexure - 5
FORMAT OF PERFORMANCE SECURITY
To
The Member Secretary,
Chennai Rivers Restoration Trust
6/103, Dr.D.G.S Dinakaran Salai
Raja Annamalai Puram Chennai
– 600 028
In consideration of Chennai Rivers Restoration Trust (CRRT) acting on behalf of the
Government of Tamil Nadu (hereinafter referred as the ―Client, which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators and assigns)
having awarded to M/s ……………….., having its office at ……………….. (hereinafter referred
as the ―Consultant‖ which expression shall, unless repugnant to the context or meaning thereof,
include its successors, administrators, executors and assigns), vide the Client‘s Letter of Intent
no. ………………. dated ………………..and the agreement to be executed for
Rs.……………….. (Rupees ………………..), (hereinafter referred to as the ―Agreement for
Project Management Consultancy for monitoring of various sub-projects implemented under
Phase III Adyar River Restoration from Origin to Mouth for Chennai Rivers Restoration Trust
(CRRT) and the Consultant having agreed to furnish a Bank Guarantee amounting to Rs.
……………….. (Rupees ………………..) to the Client for performance of the said
Agreement. We,……………….. (hereinafter referred to as the Bank) at the request of the
Consultant do hereby undertake to pay to the Client an amount not exceeding Rs.
………………… (Rupees…………………. ) against any loss or damage caused to or suffered
or would be caused to or suffered by the Client by reason of any breach by the said Consultant of
any of the terms or conditions contained in the said Agreement. We, ……………….. (indicate
the name of the Bank) do hereby undertake to pay the amounts due and payable under this
Guarantee without any demur, merely on a demand from the Client stating that the
amount/claimed is due by way of loss or damage caused to or would be caused to or suffered by
the Client by reason of breach by the said Consultant of any of the terms or conditions contained
in the said Agreement or by reason of the Consultant‘s failure to perform the said Agreement.
Any such demand made on the bank shall be conclusive as regards the amount due and payable
by the Bank under this Guarantee. However, our liability under this Guarantee shall be
restricted to an amount not exceeding Rs.……………….. (Rupees …………………..).
We, ……………….. (indicate the name of Bank) undertake to pay to the Client any money so
demanded notwithstanding any dispute or disputes raised by the Consultant in any suit or
proceeding pending before any court or tribunal relating thereto, our liability under this present
being absolute and unequivocal. The payment so made by us under this bond shall be a valid
PMC for monitoring of various sub-projects implemented under Phase III-ADYAR RIVER RESTORATION FROM ORIGIN TO MOUTH Page 49
discharge of our liability for payment thereunder and the Consultant shall have no claim against
us for making such payment.
We, ……………….. (indicate the name of Bank) further agree that the Guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said Agreement and that it shall continue to be enforceable till all the dues of
the Client under or by virtue of the said Agreement have been fully paid and its claims satisfied
or discharged or till the Client certifies that the terms and conditions of the said Agreement have
been fully and properly carried out by the said Consultant and accordingly discharges this
Guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or before
a period of one year from the date of this Guarantee, we shall be discharged from all liability
under this Guarantee thereafter.
We, ………………… (indicate the name of Bank) further agree with the Client that the Client
shall have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend
time of performance by the said Consultant from time to time or to postpone for any time or
from time to time any of the powers exercisable by the Client against the said Consultant and to
forbear or enforce any of the terms and conditions relating to the said Agreement and we shall
not be relieved from our liability by reason of any such variation, or extension being granted to
the said Consultant or for any forbearance, act or omission on the part of the Client or any
indulgence by the Client to the said Consultant or any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have the effect of so relieving us.
This Guarantee will not be discharged due to the change in the constitution of the Bank or the
Consultant(s). We, ……………….. (indicate the name of Bank) lastly undertake not to revoke
this Guarantee during its currency except with the previous consent of the Client in writing.
For the avoidance of doubt, the Bank‘s liability under this Guarantee shall be restricted to Rs.
*** * (Rupees ***** ) only. The Bank shall be liable to pay the said amount or any part thereof
only if the Client serves a written claim on the Bank in accordance with paragraph 2 hereof, on or
before [*** (indicate date falling 90 days after the date of this Guarantee)].
For ..............................................................
Name of Bank:
Seal of the Bank:
Dated, the ………. day of ………., 2017