You are on page 1of 46

GURUGRAM METROPOLITAN DEVELOPMENT AUTHORITY

GURUGRAM

BID DOCUMENT FOR

EXPRESSION OF INTEREST FOR ENGAGEMENT OF CONSULTANT


FOR CARRYING OUT SURVEY, DETAILED DESIGNING,
GEOTECHNICAL INVESTIGATION, PREPARATION OF GADs,
TRAFFIC SURVEY, DRAINAGE SCHEME, WORKING DRAWINGS,
DETAILED ESTIMATE, BOQ/DNIT AS PER REQUIREMENT
INCLUDING REQUIRED MODIFICATIONS AND PROOF CHECKING
OF STRUCTURAL/ WORKING DRAWINGS AND SITE VISITS DURING
CONSTRUCTION, AS REQUIRED FOR PREPARATION OF PROPOSAL
FOR CONSTRUCTION OF FOUR (04) NUMBERS FOOT OVER BRIDGES
AT VARIOUS LOCATIONS ACROSS GURUGRAM IN GMDA AREA,
GURUGRAM AND ALL OTHER WORKS CONTINGENT THERETO.

Executive Engineer,
Mobility Division,
GMDA, Gurugram.

Signature of Tenderer Executive Engineer 1


GURUGRAM METROPOLITAN DEVELOPMENT AUTHORITY

Name of work EXPRESSION OF INTEREST FOR ENGAGEMENT OF


CONSULTANT FOR CARRYING OUT SURVEY,
DETAILED DESIGNING, GEOTECHNICAL
INVESTIGATION, PREPARATION OF GADs, TRAFFIC
SURVEY, DRAINAGE SCHEME, WORKING DRAWINGS,
DETAILED ESTIMATE, BOQ/DNIT AS PER
REQUIREMENT INCLUDING REQUIRED
MODIFICATIONS AND PROOF CHECKING OF
STRUCTURAL/ WORKING DRAWINGS AND SITE
VISITS DURING CONSTRUCTION, AS REQUIRED FOR
PREPARATION OF PROPOSAL FOR CONSTRUCTION
OF FOUR (04) NUMBERS FOOT OVER BRIDGES AT
VARIOUS LOCATIONS ACROSS GURUGRAM IN GMDA
AREA, GURUGRAM AND ALL OTHER WORKS
CONTINGENT THERETO.
Last date and time of 16.01.2023 upto 17:00 Hrs.
submission of bids
online

Time and date of 17.01.2023 at 11:00 Hrs.


opening of Technical
& Financial bids

Officer Inviting Bids Executive Engineer,


Mobility Division,
GMDA, Gurugram.

Place of opening of Executive Engineer,


bids Mobility Division,
GMDA, Gurugram.

Signature of Tenderer Executive Engineer 2


CONTENTS

Sr. Section Description Pages


No.
1. Section 1 Notice to invite Financial Bid

2. Section 2 Instructions to Tenderer / Bidders

3. Section 3 Terms of Reference

4 Section 4 Format of Technical Bid

5 Section 5 Form of Financial bid

6 Section 6 Forms of Securities

Signature of Tenderer Executive Engineer 3


SECTION – 1

NOTICE FOR INVITING FINANCIAL BIDS

Signature of Tenderer Executive Engineer 4


TENDER NOTICE
The CEO of GMDA invites the bids from eligible bidders (empanelled Consultants of Haryana)
through online bids in the website: https://etenders.hry.nic.in for the work detailed in the table.
Sr Name of work Bid DATE AND TIME OF Period of
No. Security Submission Opening completion
of Tender of Tender
on line
1) EXPRESSION OF INTEREST FOR Rs. 1.00 From 17.01.2023 As per
ENGAGEMENT OF CONSULTANT FOR lac 04.01.2023 at 11:00 schedule
at 10:00Hrs. Hrs. forming part
CARRYING OUT SURVEY, DETAILED
to of tender
DESIGNING, GEOTECHNICAL document
INVESTIGATION, PREPARATION OF 16.01.2023
at 17:00Hrs
GADs, TRAFFIC SURVEY, DRAINAGE
SCHEME, WORKING DRAWINGS,
DETAILED ESTIMATE, BOQ/DNIT AS
PER REQUIREMENT INCLUDING
REQUIRED MODIFICATIONS AND
PROOF CHECKING OF STRUCTURAL/
WORKING DRAWINGS AND SITE
VISITS DURING CONSTRUCTION, AS
REQUIRED FOR PREPARATION OF
PROPOSAL FOR CONSTRUCTION OF
FOUR (04) NUMBERS FOOT OVER
BRIDGES AT VARIOUS LOCATIONS
ACROSS GURUGRAM IN GMDA AREA,
GURUGRAM AND ALL OTHER WORKS
CONTINGENT THERETO.

The Bidders can download the tender documents from the Portal:
https://etenders.hry.nic.in. Earnest Money Deposit and Tender document Fee have to be deposited
as per instructions to bidders.

Willing Contractors shall have to pay the e- Service Fees, Tender document Fee of Rs.1180/- and E-
Service Fee of Rs. 1180/- respectively online (Non-refundable). However, the details of the EMD, are
required to be filled/ provided scan copies at the time of online Bid Preparation Stage; the Bidders
are required to keep the Bid Security details ready beforehand.
Contractual Agencies can submit their tender documents as per the dated mentioned in the key
dates below: -
Key Dates
Sr. GMDA Stage Contractor Stage Start date and Expiry date and
No. time time
1 - Tender document downloads and 04.01.2023 16.01.2023
Bid preparation. 10:00 Hrs. 17.00 Hrs.
2 - Manual Submission of Bid Security …………………..
13.00 Hrs.

Signature of Tenderer Executive Engineer 5


3 Opening of - 17.01.2023
technical & 11:00 Hrs.
financial bids.

The tender shall be submitted by the tenderer in the following three separate envelops:

1. Earnest Money/ Bid Security/ - Cover ‘BS’ (Online)

Tender document fee

2. N.I.T. and Technical Bid - Cover ‘T I’(online)

3. Tender in Form – A (Price Bid) - Cover ‘C I’(online)

Note: EMD, Price Bids and Technical Bid are to be submitted mandatory online and shall not be
accepted in any physical form.

Reference of the BS is to be mentioned online.

Above envelop, as applicable, shall be kept in a big outer envelope, which shall also be sealed, In
the first instance, the Envelop – ‘BS’ of all the Bidders containing the Bid Security shall be opened
online. If the Bid Security / Earnest Money and tender document fee are found proper, Technical
Bid shall be opened (online) in the presence of such contractors who choose to be present. The
Financial Offer in Cover in ‘CI’ shall be opened (online) only if the tenderers meet the qualification
criteria as per the Bid document. The date of opening of Financial Bid shall be fixed at the time of
opening of Technical Bid.

The Contractual Agencies will submit the necessary documents as under.

Cover ‘BS’ – Bid Security Cover.

Online BS Cover — Details of the Bid Security and scanned copy of the Bid Security. Details of the
tender document fee and scanned copy.

In case Financial bid is submitted but Bid Security or Tender Document Fee or both has not been
submitted or submitted after due date & time by any bidder, then bidder would be debarred from
further tendering in GMDA for a period of minimum 1 year.

Exemption of tender document fees of the Contractors / Agencies:

1. “Single tender shall normally not be considered unless there are special circumstances to do
so. In such eventuality, decision to accept the single tender shall be as prescribed in the
rules. If special circumstances are not present, tenders shall be re-called. If re-tendering
again results in a single tender, its acceptance may be considered with proper justification
and reasons”

2. Those bidders shall not be required to pay tender document fees, who choose to submit
bids again on tender being re-called on account of single tender / bid being received on
first call.

CONDITONS: -

Signature of Tenderer Executive Engineer 6


1) DNIT & Prequalification criteria can be seen on any working day during office hours in office of
the undersigned.
2) Conditional tenders will not be entertained & are liable to be rejected.
3) In case the day of opening of tenders happens to be holiday, the tenders will be opened on the
next working day. The time and place of receipt of tenders and other conditions will remain
unchanged.
4) The undersigned reserves the right to reject any tender or all the tenders without assigning any
reason.
5) The societies shall produce an attested copy of the resolution of the Co-Operative department
for the issuance of tenders.
6) The tender without earnest money / bid security will not be opened.
7) The jurisdiction of court will be at “GURUGRAM”.
8) The tender of the bidder who does not satisfy the qualification criteria in the bid documents are
liable to be rejected summarily without assigning any reason and no claim whatsoever on this
account will be considered.
9) The bid for the work shall remain open for acceptance during the bid validity period to be
reckoned from the last date

FOR AND ON BEHALF OF CEO OF GMDA

Executive Engineer,
Mobility Division,
GMDA, Gurugram

Signature of Tenderer Executive Engineer 7


PRESS NOTE.

GURUGRAM METROPOLITAN DEVELOPMENT AUTHORITY

Notice Inviting Tenders.

Name of work Bid Opening of Period of


Security tender Completion
EXPRESSION OF INTEREST FOR Rs.1.00 Lacs 16.01.2023 at As per schedule
ENGAGEMENT OF CONSULTANT FOR 11:00 Hrs. forming part of
tender
CARRYING OUT SURVEY, DETAILED
document
DESIGNING, GEOTECHNICAL
INVESTIGATION, PREPARATION OF
GADs, TRAFFIC SURVEY, DRAINAGE
SCHEME, WORKING DRAWINGS,
DETAILED ESTIMATE, BOQ/DNIT AS
PER REQUIREMENT INCLUDING
REQUIRED MODIFICATIONS AND PROOF
CHECKING OF STRUCTURAL/ WORKING
DRAWINGS AND SITE VISITS DURING
CONSTRUCTION, AS REQUIRED FOR
PREPARATION OF PROPOSAL FOR
CONSTRUCTION OF FOUR (04)
NUMBERS FOOT OVER BRIDGES AT
VARIOUS LOCATIONS ACROSS
GURUGRAM IN GMDA AREA,
GURUGRAM AND ALL OTHER WORKS
CONTINGENT THERETO.

For other details visit website https://www.gmda.gov.in or https://etenders.hry.nic.in

Executive Engineer,
Mobility Division,
GMDA, Gurugram,

Signature of Tenderer Executive Engineer 8


Section – 2

INSTRUCTIONS TO BIDDERS

Signature of Tenderer Executive Engineer 9


SETION – 2

INSTRUCTIONS TO BIDDERS

1 GENERAL:

1.1 The work is proposed to be executed under the following relationship: -

a) Client Gurugram Metropolitan Development Authority.

b) Employer Chief General Manager,


Mobility Division,
GMDA, Gurugram

c) Authorized Executive Engineer,


representative Mobility Division,
GMDA, Gurugram

d) Design Consultant The successful tenderer to whom the work will be awarded shall
become the Design consultant for the execution of this work.

2. ELIGIBILITY CRITERIA

The applicants shall meet with all the following “Criteria”


i). The applicants must be empaneled as on date in any of the following department
HSRDC, Haryana PWD (B&R), NHAI, MORT&H
ii). In last five financial years Consultant must have completed for Govt./Semi Govt./Public
Sector/Listed Public Companies as prime consultant: -
a) Detailed DPR of three nos. Foot Over Bridges.
And
b) Detailed Design and Drawing consultancy for three Nos. Foot Over Bridges Comprising of
Escalators/ lifts/ elevator
iii). The average annual financial turnover from consultancy work only during the last 3 years
should not be less than Rs.100.00 Lacs.
iv). Instructions issued by PWD (B&R); Chandigarh vide letter No. 91370 –91453 dated
03.06.2021 regarding launching of Haryana Engineering Works (HEW) Portal for
registration of contractors (Attached in Annexure-iv) will be applicable

Notes:

1. The consultant should submit performance certificates in reference to Sr. No (ii) above, from
clients for having successfully completed the works.
2. The financial turnover shall be judged from duly certified Chartered Accountant Certificate or
ITCC or Annual Reports including Profit and Loss Account.
No joint venture/Consortium is permitted.

3. GMDA requires Design Consultants to observe the highest standard of ethics during selection
process and the execution of contracts. If it is found at any time that a Design Consultant has
misrepresented itself, or provided false information, he is liable to be disqualified.

Signature of Tenderer Executive Engineer 10


4. Bidder may carefully note that they are liable to be disqualified at any time during bidding
process in case any of the information furnished by them is not found to be true. The decision
of Employer in this respect shall be final and binding.

5. The bidder must obtain for itself on its own responsibility and its own cost all the information
including risks, contingencies and other circumstances in execution of the work. It shall also
carefully read and understand all the obligations and liabilities given in term of reference
documents.

6. The bidder is advised to visit and examine the site where the work is to be executed and its
surroundings or other areas as deemed fit by the bidder and obtain for itself on its own
responsibility all information that may be necessary for preparing the bid and execution of the
contract. The cost of visiting the site and collecting relevant data shall be at the bidder’s own
expenses. It is a condition of the tender that the tenderer is deemed to have visited the site and
satisfied itself with all the conditions prevailing including any difficulties for executing the
work.

a) The Consultant shall study and collect the details from the concerned agencies of the
existing utilities in the project corridor and influence areas. The consultant shall assess all
possible options for implementation of the proposed scheme considering its effect on existing
utilities. A complete utility plan has to be mapped “as it is” and “as proposed” basis.

b) Consultant should collect the data/details of the existing infrastructure/ Utilities on and
below the ground.
Prepare necessary shifting plans for these services in consultation with utility owning
department.

c) Underground utility mapping to be done using geophysical techniques to create a digital


representation of buried underground services using the latest technology, including Ground
Penetrating Radar (GPR) equipment, and Electro-Magnetic Locators (EML) or similar
instruments.

1. All the pages of the term of reference documents submitted by tenderer shall be signed and
stamped by the bidder or his representative holding the Power of Attorney (Enclose
original/attested photocopy of the Power of Attorney).

2. The locations of FOB are liable to change as per requirement of GMDA however, the no
of FOBs would be the criteria for bidding.

8. Earnest Money.

The Bidder must furnish the Earnest Money, failing which the Bid shall be summarily
rejected. The Earnest Money may be in any one of the following forms.
a. The Bid Security / earnest money will have to be deposited online as specified
in the bidding document. The details of the EMD and e-service fee are
required to be provided/ uploaded through scan copies at the time of online
Bid Preparation & submission Stage. However, as the details of the Bid
Security and Tender document fee are required to be filled at the time of Bid
Preparation and Submission stage, the Bidders are required to keep the BS
ready appropriately.

9. Forfeiture of Earnest Money:

Signature of Tenderer Executive Engineer 11


The Earnest Money of the Bidder shall be forfeited if he withdraws his Bid during the period
of Bid validity specified in the “Notice Inviting Bid” or extended validity period as agreed in
writing by the Bidder.
The earnest money of the successful Bidder is liable to be forfeited if he fails to;
a. sign the Contract Agreement in accordance with the terms of the Bid, or
b. furnish Performance Guarantee in accordance with the terms of the Bid, or
c. commence the work within the time period stipulated in the Bid.
i. In case of forfeiture of EMD, the Bidder can be debarred from Bidding in case of
re-invitation of the Bids and also for further 5 years.
ii. Return of Earnest Money:
1. The Earnest Money of the unsuccessful Bidders shall be discharged and returned as
promptly as possible.
2. The Earnest Money Deposit of the successful Bidder shall be returned after signing of
agreement & submission of performance guarantee.

10. Withdrawal of tender.

No tender can be withdrawn after the last date of submission and during tender validity
period.

11 Evaluation and comparison of tenders

11.1 The Bidder must submit all necessary authentic data.

11.2 The Employer reserves the right to negotiate the offer submitted by the tenderer to withdraw
certain conditions or to bring down the rates/contract price to a reasonable level and
weightage shall be given to the bidders who have more experience in works as described in
section – 4 of technical proposed format.

12 Award of Contract

12.1 Letter of Acceptance issued by the Employer/ Authorized representative shall constitute a
legal and binding contract between Employer/ Authorized representative and the Design
Consultant till such time the contract agreement is signed.

12.2 Feasibility study will be carried out by the Consultant in the first instance and if the proposal
is found feasible within the ROW available then only other activities have to be started. If
proposal is found non-feasible then the contract will be closed at that stage, only and payment
of only feasibility study will be made.

Signature of Tenderer Executive Engineer 12


SECTION – 3

CONDITIONS OF CONTRACT

Signature of Tenderer Executive Engineer 13


SECTION – 3
CONDITIONS OF CONTRACT

1.0 SCOPE OF WORK:

The scope of the work shall consist of CARRYING OUT SURVEY, DETAILED
DESIGNING, GEOTECHNICAL INVESTIGATION, PREPARATION OF GADs,
TRAFFIC SURVEY, DRAINAGE SCHEME, WORKING DRAWINGS, DETAILED
ESTIMATE, BOQ/DNIT AS PER REQUIREMENT INCLUDING REQUIRED
MODIFICATIONS AND PROOF CHECKING OF STRUCTURAL/ WORKING
DRAWINGS AND SITE VISITS DURING CONSTRUCTION, AS REQUIRED FOR
PREPARATION OF PROPOSAL FOR CONSTRUCTION OF FOUR (04) NUMBERS
FOOT OVER BRIDGES AT VARIOUS LOCATIONS ACROSS GURUGRAM IN
GMDA AREA, GURUGRAM AND ALL OTHER WORKS CONTINGENT THERETO.
The scope described hereunder is only indicative in nature and shall not be limited to
the same: -

a) Feasibility study will be carried out by the Consultant in the first instance and
if the scheme is found feasible within the ROW available then only other
activities have to be started. If scheme is found non-feasible then the contract
will be closed at that stage, only and payment of only feasibility study will be
made.

b) Review all the available reports, drawings, information, site details etc. and
consider the same while planning of the work.

c) Carry out an accurate instrumental survey and cover such areas as would be
essential to establish a proper functional system including traffic management
with temporary diversion/diversions. All survey shall be done by total stations.
All survey and planning exercise has to be compatible with MXPRO, Eagle
Point or equivalent software. All survey data shall be documented properly
with reference to permanent bench marks. The survey would also include
locating the permanent bench mark, transfer the same to the locations near the
site for further reference, making of temporary bench marks, taking the levels
in an appropriate grid covering the full area of Flyover/ Underpass, approaches
etc. within appropriate land width on either side and submitting all the contour
drawings, level books and plane table sheets in original. The survey data
should be such that establishment of suitable Flyover/ Underpass alignment,
approaches, etc. are feasible and should relate to total work. The entire survey
drawings shall be made on CAD and shall be supplied in original in 6 hard
copies and in CDs/Pen drives also. All survey instruments, Engineers, Labour,
Temporary works, Tools and Plants and any other item required for survey

Signature of Tenderer Executive Engineer 14


work complete in all respects shall be arranged by the Design Consultant at his
own cost.

d) All the details/data such as field data, HFL or any other relevant data including
data of adjoining existing Flyover/ Underpass and approach roads required for
design etc. which is to be collected by the consultant from the site or from
MCG, HSVP, PWD B&R, PHED, Forest, DHBVN or any other department.
This will be the sole responsibility of the Consultant. The Consultant or his
team should collect data by themselves.

e) Details of Overhead/underground utility detection and proposed relocation,


carryout detailed Geotechnical investigations to determine the properties of
soil as required as per IRC/BIS codal provisions for designing the foundations
of the Flyover/ Underpass, approaches and other structure and prepare
Detailed Geotechnical investigations reports as per latest IRC/BIS codal
provisions.

i) The Consultant shall study and collect the details from the concerned agencies
of the existing utilities in the project corridor and influence areas. The
consultant shall assess all possible options for implementation of the proposed
scheme considering its effect on existing utilities. A complete utility plan has
to be mapped “as it is” and “as proposed” basis.

ii) Consultant should collect the data/details of the existing infrastructure/


Utilities on and below the ground.
Prepare necessary shifting plans for these services in consultation with utility
owning department.

iii) Underground utility mapping to be done using geophysical techniques to


create a digital representation of buried underground services using the latest
technology, including Ground Penetrating Radar (GPR) equipment, and
Electro-Magnetic Locators (EML) or similar instruments.

f) Carry out investigations as may be required for the purpose of formulation of


an effective cross Drainage system and design the drainage system for both
surface and subsurface.

g) Preparation of detailed General Arrangement Drawing (GAD) for proposal


showing approach roads, Flyover/ Underpass etc. the GAD should show its
location across the area along with approach and interconnecting approach
roads. The planning as a whole should be functional and esthetically appealing
and complying with all requirement of State Govt., Local Authorities, IRC and
MORT&H/ Irrigation Department, PHED, PWD B&R, DHBVN, BSNL,
Municipal Corporation of Gurugram, Forest Department, Traffic Police etc.
The traffic bypass arrangement /diversion to be used during the construction
period should also be marked and located on the plan. The design consultant
shall submit six sets of GADs in hard as well as soft copy (in CDs). The
Design Consultant will also submit the proposed land acquisition plans.

Signature of Tenderer Executive Engineer 15


h) On the basis of GAD supplied by them, the Design Consultant shall also
submit preliminary engineering design and drawings for all items of works
alongwith Bill of Quantities with calculations for all quantities, cost estimate
based on HSR-2021, analysis of rates and detailed specifications for all the
items of the work for invitation of tenders for fixing executing agencies.

i) The Design Consultant shall assist in getting approval of GAD from the
MoRTH, State Govt., Local Authorities etc., as required. For this, the Design
Consultant may have to visit the offices of the concerned Departments, for
which nothing extra shall be paid. The Design Consultant shall also make
necessary changes in the GADs based on any suggestions made by the
approving Authorities without any extra cost.

j) Based on the approved GAD, preliminary design, surveys and technical


investigation, the Design Consultant shall prepare detailed layout plans
showing approach roads, bridge etc., prepare detailed engineering design,
design calculations and drawings including detailed construction working
drawings for all items of works. The drawings shall be prepared on computer
in standard CAD formats. The entire final approved designs and estimates
shall be submitted duly signed in original in 6 copies along with CDs.

k) The Design Consultant shall get the design and working/detailed drawings
proof checked from any of the following institution/undertakings;
a) The Indian Institutes of technology (IITs) Delhi, Roorkee or NIT,
Kurukshetra or Punjab Engineering College, Chandigarh or as
approved by the Employer.
b) In exceptional circumstances, if the design cannot be got proof
checked from the above institution / undertakings, the consultant shall
submit a list of three proof consultants empanelled with the MORT&H
for design of Flyover/ Underpass/ FOB’s to the Employer. The
Employer would select the proof consultant out of this list and intimate
the consultant, which shall be binding on him. Nothing extra is payable
for getting the design proof checked and the cost is deemed to be
included in lump sum cost quoted by the consultant.
c) The Design Consultants shall also modify/ revise the designs and
drawings on the basis of changes/ modifications suggested by the proof
Design Consultant or Employer without any additional payment.

l) Design Consultants must submit their plans with 3D, Auto CAD Drawings
based upon the analysis with the required systems. Extensive three-
dimensional inference management, with low and high existing structures is
required to be seen before finalizing any plans.

m) The Design Consultant shall supply free of cost all drawings (6 sets) of
appropriate size in sufficient copies as directed by the Engineer/Employer.

n) The Design Consultant shall provide design support during construction stage
including temporary works design, Girders launching scheme, road diversions,
checking of executing agencies scaffolding/shuttering arrangements etc. and

Signature of Tenderer Executive Engineer 16


all required modifications during construction as desired by employer or as per
requirement of site.

o) Preparation of detailed Girders/ slab/ platform launching scheme along with


complete methodology and getting the same approved from competent
authority/department.

p) The Design Consultant shall visit the site during the contract/construction
period, without any extra cost, as directed by the Engineer in case of any
problem relating to design/ drawings. There will be no limit on number of
necessary site visits of the Design Consultant and decision of the Engineer
shall be final.

q) The Design Consultant during the period of this assignment, and thereafter, till
the satisfactory completion of the construction of the work, act as Design
Consultant and give any advice regarding the construction of this work, in
particular, to intending contractors who would tender and undertake the
construction of this work.

r) The Design Consultant shall be responsible for accuracy of the designs,


drawings and construction drawings prepared by him as part of the project.

s) The Design Consultant shall protect the Department against any damage or
loss arising for want of such care and diligence or neglect of professional duty.
To this effect, the Design Consultant shall indemnify the Department through
a professional indemnity insurance policy with a nationalized insurance
company for 10% of the total fee payable to him. A copy of the policy shall be
deposited with the Engineer-in-Charge.

t) The Design Consultant shall promptly notify the Engineer-in-Charge of any


change in the constitution of his firm. It shall be open to the Engineer-in-
Charge to terminate the Agreement on the death, retirement, insanity or
insolvency of any person being Director in the said firm, or on the addition or
introduction of a new Director without the previous approval in writing of the
Engineer-in-Charge. But until its termination by the Engineer-in-Charge as
aforesaid, this agreement shall continue to be in full force and effect
notwithstanding any changes in the constitution of the firm by death,
retirement, insanity or insolvency of any of its Director or addition or
introduction of any new Director. In case of death or retirement, the serving or
remaining Directors of the firm shall be jointly and severally liable for the due
and satisfactory performance of all the terms and conditions of the Agreement.

u) The key personnel comprising the Design Consultants team for the work
should be drawn from the permanent staff of the firm. These key personnel
will be continuously associated with the design and drawings of this work
from beginning to completion of the work.
v) The design consultant shall also carry out survey of suitable length as per
requirement of GMDA of approaches/ structure and submit design, X-section,
L- section and estimate of approaches/ structure as per IRC- codes.

Signature of Tenderer Executive Engineer 17


w) The locations are liable to change as per requirement of GMDA however, the no
of FOBs would be the criteria for bidding.

2.0 DETAILS OF SCHEME.

1. CARRYING OUT SURVEY, DETAILED DESIGNING,


GEOTECHNICAL INVESTIGATION, PREPARATION OF GADs,
TRAFFIC SURVEY, DRAINAGE SCHEME, WORKING DRAWINGS,
DETAILED ESTIMATE, BOQ/DNIT AS PER REQUIREMENT
INCLUDING REQUIRED MODIFICATIONS AND PROOF
CHECKING OF STRUCTURAL/ WORKING DRAWINGS AND SITE
VISITS DURING CONSTRUCTION, AS REQUIRED FOR
PREPARATION OF PROPOSAL FOR CONSTRUCTION OF FOUR
(04) NUMBERS FOOT OVER BRIDGES AT VARIOUS LOCATIONS
ACROSS GURUGRAM IN GMDA AREA, GURUGRAM AND ALL
OTHER WORKS CONTINGENT THERETO.

All the details/data such as field data, HFL, Traffic study, ROW or any other
relevant data including data of adjoining existing bridges, underpasses, roads,
utilities etc. required for design etc. which is to be collected by the consultant
from the site or any other department. This will be the sole responsibility of the
Consultant. The Consultant or his team should collect data by themselves.

3.0 GENERAL GUIDELINES FOR DESIGN OF FOOT OVER BRIDGES:

3.1 The design shall be carried out in terms of specifications of latest editions (and
upto date correction/amendment/errata) of IRC (Indian Road Congress) and
ISI (Indian Standard Institution) now BIS (Bureau of Indian Standards) and as
desired by the Client /Employer/ Authorized representative.

3.2 The girders may be of Prefabricated steel girder or composite or R.C.C. /PSC
Beams/Slabs etc. depending upon the field conditions and economy.

3.3 End launching/crane erection of Girders from the approach road may be
preferred.

3.4 The approaches/ span/ structure may be of suitable material depending upon
the site conditions and requirements of the Client. The decision of the
Engineer-in-Charge shall be final in this regard. The Design Consultant shall
provide alternatives with cost benefit analysis and full justification for the
proposed alternatives.

3.5 The proposal may be prepared in accordance with provisions of


Comprehensive Mobility Management Plan (CMMP) of GMDA.

4.0 PERFORMANCE SECURITY

Signature of Tenderer Executive Engineer 18


4.1 Performance Security:

i. Within 14 days of issue of the Letter of Acceptance from the


Employer/ Authorized representative, the successful tenderer shall
furnish to Employer/ Authorized representative a performance Security
in the form of bank guarantee on the proforma annexed as Annexure-I
from any scheduled Bank for an amount of 5% (Five percent) of the
original Contract value. Alternatively, the performance security can be
furnished by the Design Consultant in the form of Fixed Deposit
Receipt (FDR) from a scheduled Bank endorsed in favour of the
Executive Engineer, Mobility Division, GMDA, Gurugram. The
bank guarantee/ FDR shall be operative till six months after proposed
time limit or extended time limit of the work satisfactory.

ii) No payment under the contract shall be made to the Design Consultant
before receipt of performance security.

iii) Failure of the successful tenderer to furnish the required performance


security shall be a ground for the annulment of the award of the
Contract and the Bid security will be forfeited.

4.2 Release of Performance Security:


The whole of the Performance Security shall be liable to be forfeited by the
Employer/ Authorized representative at the discretion of the Employer/ Authorized
representative, in the event of any breach of contract, on the part of the Design
Consultant or if the Design Consultant fails to perform or observe any of the
conditions of the contract. On due and faithful/satisfactory completion of the entire,
the Performance Security shall be returned to the Consultant.

5.0 CONTRACT AGREEMENT:


The Design Consultant shall enter into and execute the Contract agreement in the
form of agreement (Annexure-II) within 30 days from the date of issue of Letter of
Acceptance. The stamp papers of the requisite value as per the prevailing laws shall
be provided by the Design Consultant at his own cost. Original agreement shall be
retained by the Employer/ Authorized representative and a certified copy shall be
made available to the Consultant.

6.0 MOBILISAITON ADVANCE


-NIL-
6.1 Conditions for Payment:

If requested by the Design Consultant in writing, the Employer/ Authorized


representative shall make a simple interest-bearing mobilization advance (simple
interest rate @9% per annum) payment to the Design Consultant for an amount not
more than 15 (Fifteen) percent of the contract value/price. The mobilization advance
shall be paid exclusively for the costs of mobilization in respect of the Works.
Payment of such advance shall be made after fulfillment of the following conditions
to the satisfaction of the Engineer: -

Signature of Tenderer Executive Engineer 19


i) Submission of Performance Security by the Design Consultant in accordance
with Clause 4.1 of these Conditions.

ii) Submission of an unconditional bank guarantee in the format annexed as


Annexure-III from a scheduled bank in India for an amount equivalent to the
mobilization advance being paid. The Bank Guarantee may be split into not
more than four separate Bank Guarantees & each having a minimum value of
2.5% of the original contract value. Such Bank Guarantee shall remain
effective until the advance payment has been recovered from the Consultant.
Bank Guarantee(s) for the amount recovered from the Design Consultant shall
be released to the Design Consultant progressively.

6.2 Payment:

After fulfillment of the pre-conditions as described in para 6.1 above, the mobilization
advance shall be released to the Consultant.
6.3 Recovery:

The recovery of mobilization advance shall commence from the Consultant’s on


account bills from all the running bills and the full recovery shall be affected before
completion of works for a value of 60% of the total contract value. The recovery
schedule shall be made by the Engineer based on the payments made.

7.0 RATES TO BE ALL INCLUSIVE:

7.1 The rates/price to be quoted in financial bid shall be for the complete scope of work as
described in the tender document. Any item of work included in the scope of work
may not be exclusively described in the document. The price to be quoted in the Bid
Form shall also take care of all such items of consultancy assignment.

The price quoted should also be inclusive of all types of direct and indirect taxes
imposed by Central/State Govt. and local bodies. However, any statutory variation in
and/ or fresh imposition of such levies/ taxes relevant to this contract shall be
reimbursed by the Employer/ Authorized representative after submission of
documentary evidences by the Design Consultant and verification of the same by the
Department.

No price adjustment shall be applicable and the price as accepted shall remain firm
and hold good till the completion of assignment/work in all respects. No additional
claim or amount shall be admissible on account of any fluctuations in any market
rates.

The consultant shall carry out all the changes in the drawings & other scope of work
at his own cost due to any change in site condition or any change made by the State
Govt. / GMDA. Nothing extra shall be paid on this account.

Signature of Tenderer Executive Engineer 20


7.2 Payment:

The accepted contract price shall form the basis of payment to the consultant.
Payment shall only be made after submission of bill(s) by the Consultant. The
payment shall generally be made within 30 days from the submission of the bill by the
Consultant. However, no payment shall be made to the Design Consultant till such
time Service tax registration certificate is submitted. Payment shall be made on
proportionate basis in the following stages: -

S. Description Payment (%age of


No. accepted cost of price of
tender)
1. On submission of feasibility report of proposed 5%
structures on the basis of field data, site conditions
approved by GMDA, Traffic police etc.
2. On submission of soil investigation report. 5%
3 On preparation & submission of layout, & GADs to 10%
GMDA.
4 On approval of GAD i/c revision, if any. 10%
5 On submission of preliminary DPR with detailed 10%
drawings of the project, drainage scheme, Traffic
study and management scheme, approach roads,
protection work, utility shifting detailed
estimates/BOQ/DNIT for EPC or relevant mode,
diversion road, forest removal/ transplantation
etc. or any other work as per requirement of site.
6 Final proof checking of design and drawings. 15%
7 On submission of Final DPR and getting approved 20%
from the competent authority.
8 On submission of BID Document good for tender. 10%
9 On any changes made in the design/ drawing before 10%
execution or during the execution, if any including
site visits during the execution.
10 On completion of project and issuance of completion 5%
certificate by department/ submission of final bill of
executing agency.

NOTE: The work of Sr. No. 2 to 10 as detailed above will be taken in hand
after the approval of feasibility report by the competent higher
authority of GMDA. If the feasibility of construction of FOBs is not
possible then no work at Sr. No. 2 to 10 shall be taken in hand and
contract agreement shall be finalized/closed accordingly at the same
stage and payment of only feasibility report will be made.

8. SCHEDULES FOR COMPLETION OF WORK:

Signature of Tenderer Executive Engineer 21


The Design Consultant shall carryout the work indicated at Sr. No. 1 to 8 in the above
clause included in his scope of work very expeditiously within the following time
schedule for entire scheme:

S. Description of work Period (in days)


No.
1 submission of feasibility report of structures on the basis of field D+30
data, site conditions approved by GMDA, Traffic police etc.
2 submission of soil investigation report, D+60
submission of layout & GAD and approval of GAD by
competent authority including its revisions, if any.
3 submission of preliminary DPR with detailed drawings of the
project, drainage scheme, Traffic study and management scheme,
approach roads, protection work, utility shifting detailed D+90
estimates/BOQ/ DNIT for EPC or relevant mode, diversion
road, forest removal/ transplantation etc.
4 Final proof checking of design and drawings. D+120
5 submission of Final DPR and getting approved from the
D+150
competent authority.
6 Submission of BID Document good for tender. D+180
7 Site visits during construction and any changes to be made in the Till completion of
design/drawing before execution or during the execution, if any. the entire
construction
work.

D = Date of issue of Letter of Acceptance.

9.0 Schedule of modification during construction: Pursuant to Clause 1.0 (i) and Item
No.6 of payment sub clause 7.2 hereinabove, the design consultant shall submit the
modified design/drawing during construction period within 10 days from the date of
receipt of such directions from Employer/ Authorized representative. The design
consultant shall provide all support for modification including site visits during entire
completion period of the project by the construction agency including extended period
if any, without any extra cost including proof checking charges.

10.0 DELAY AND EXTENSION OF CONTRACT PERIOD/ LIQUIDATED


DAMAGES:

10.1 The time allowed for execution and completion of the works or part of the works as
specified in the contract, shall be essence of the contract on the part of the Consultant.

10.2 As soon as it becomes apparent to the Consultant, that the work and/ or portions
thereof (required to be completed earlier), cannot be completed within the period(s)
stipulated in the contract, or the extended periods granted, he shall forthwith inform
the Engineer and advise him of the reasons for the delay, as also the extra time
required to complete the works and / or portions of work, together with justification
therefore. In all such cases, whether the delay is attributable to the Design Consultant
or not, the Design Consultant shall be bound to apply for extension well within the

Signature of Tenderer Executive Engineer 22


period of completion/ extended period of completion of the whole works and / or
portions thereof.
10.3 Extension due to modifications

If any modifications are ordered by the Engineer or site conditions actually


encountered are such, that in the opinion on the Engineer the magnitude of the work
has increased materially, then such extension of the stipulated date of completion may
be granted, as shall appear to the Engineer to be reasonable.

10.4 Delays not due to Employer/ Authorized representative

If the completion of the whole works (or part thereof which as per the contract is
required to be completed earlier), is likely to be delayed on account of:
a. Any force major event referred to in Clause 13.0 or
b. Any relevant order of court or
c. Any other event or occurrence which, according to the Engineer is not due to
the Consultant’s failure or fault, and is beyond his control;

The Engineer may grant such extensions of the completion period as in his opinion is
reasonable.

10.5 Delays due to Employer/ Authorized representative

In the event of any failure or delay by the Employer/ Authorized representative in


fulfilling his obligations under the contract, then such failure or delay, shall in no way
affect or vitiate the contract or alter the character thereof, or entitle the Design
Consultant to damages or compensation thereof but in any such case, the Engineer
shall grant such extension or extensions of time to complete the work, as in his
opinion is/ are reasonable.

10.6 Delays due to Design Consultant and Liquidated Damages:

If the delay in the completion of the whole works or a part of the works, beyond
stipulated completion period, is due to the Consultant’s failure or fault, and the
Engineer feels that the remaining works or the portion of works can be completed by
the Design Consultant in a reasonable and acceptable short time, then, the Engineer
may allow the Design Consultant extension or further extension of time, for
completion, as he may decide, subject to the following:

a. Without prejudice to any other right or remedy available to the Engineer,


recover by way of liquidated damages and not as penalty, a sum equivalent to
quarter of one percent (0.25%) of the contract value of the works, for each
week or part thereof the Design Consultant is in default.

b. The recovery on account of compensation for delay shall be limited to 5% of


his contract value of the works, as the case may be.

Signature of Tenderer Executive Engineer 23


The recovery of such damages shall not relieve the Design Consultant from his
obligation to complete the work or from any other obligation and liability under the
contract.
10.7 Engineer’s decision on compensation payable being final

The decision of the Engineer as to the compensation, if any payable by the Design
Consultant under this clause shall be final and binding.

10.8 Time to continue to be treated as the essence of contract in spite of extension of


time.

It is an agreed term of the contract that notwithstanding grant of extension of time


under any of the sub-clauses mentioned herein, time shall continue to be treated as the
essence of contract on the part of the Consultant.

11.0 TERMINATION OF CONTRACT DUE TO CONSULTANT’S DEFAULT

11.1 Conditions leading to termination of contract

i. If the Consultant

a. becomes bankrupt or insolvent, or,


b. makes arrangements with or assignment in favour of his creditor, or agrees to
carry out the contract under a committee of inspection of his creditors or
c. being a company or corporation goes into liquidation by a resolution passed by
the Board of Directors/ General Body of the share-holders or as a result of
court order (other than voluntary liquidation for the purpose of amalgamation
or reconstruction) or
d. has execution levied on his goods or property or the works, or
e. assigns or sublets the contract or any part thereof otherwise than as provided
for under conditions of this contract, or
f. abandons the contract, or
g. persistently disregards instructions of the Engineer or contravenes any
provisions of the contract, or
h. fails to adhere to the agreed programme of work or fails to complete the works
or parts of the works within the stipulated or extended period of completion, or
is unlikely to complete the whole work or part thereof within time because of
poor record of progress; or
i. fails to take steps to employ competent and / or additions staff and labour, or
j. promises, offers or gives any bribe, commission, gift or advantage, either
himself or through his partners, agents or servants to any officer or employee
of the Employer/ Authorized representative, or to any person on their behalf, in
relation to obtaining or execution of this or any other contract with the
Employer/ Authorized representative, or
k. Suppresses or gives wrong information while submitting the tender.

In any such case, the Engineer on behalf of the Employer/ Authorized representative
may serve the Design Consultant with a notice in writing to that effect and if the
Design Consultant does not, within 7 days after delivery to him of such notice,

Signature of Tenderer Executive Engineer 24


proceed to make good his default in so far as the same is capable of being made good,
and carry on the work or comply with such instructions as aforesaid to the entire
satisfaction of the Engineer, the Employer/ Authorized representative shall be entitled
after giving 48 hours notice in writing to terminate the contract, as a whole or in part
or parts (as may be specified in such notice).

ii. In such a case of termination, the Employer/ Authorized representative may adopt the
following course.

Carry out the whole or part of the work from which the Design Consultant has been
removed by engaging another Design Consultant or deployment of technical staff at
site.

11.2 Entitlement of Employer/Engineer:

In cases described in sub-clause 11.1 (ii) above, the Employer/ Authorized


representative shall be entitled to:

a. Forfeit the whole or such portion of the Performance security amount, as he may
deem fit, and
b. Recover from the Design Consultant the cost of carrying out the balance work in
excess of the sum, which he would have been paid, according to the certificate of the
Engineer, if the works had been carried out and completed by the Design Consultant
under the terms of the contract. Such certificate shall be final and binding upon the
Consultant. The amount to be recovered may be deducted by the Employer/
Authorized representative from any other moneys due to the Design Consultant alone
or jointly under this or any other contract.

12.0 TERMINATION OF CONTRACT ON EMPLOYER/ AUTHORIZED


REPRESENTATIVE ACCOUNT.

12.1 The Employer/ Authorized representative shall be entitled to terminate the contract, at
any time, should, in the Employer/Engineer’s opinion, the cessation of works
becomes necessary, owing to paucity of funds or due to court orders or from any other
cause whatsoever. Notice in writing from the Employer/ Authorized representative of
such termination and reasons therefore, shall be conclusive evidence thereof.

In case of termination of contract on Employer/Engineer’s account as described


above, the claims of the Design Consultant towards expenditure incurred by him in
the expectation of completing the whole works, shall be admitted and considered for
payment as deemed reasonable and are supported by the documents/vouchers etc. to
the satisfaction of Employer/Engineer. The decision of the Employer/ Authorized
representative on the necessity and propriety of such expenditure shall be final and
conclusive.

However, the Design Consultant shall have no claim to any payment of compensation
or otherwise, on account of any profit or advantage which he might have derived from
the execution of the work in full but which he could not in consequence of
termination of contract under this clause.

Signature of Tenderer Executive Engineer 25


In case of non-feasibility of Foot Over Bridges found at the first stage or the
Employer/ Engineer/ Authorized Representative does not want to proceed
further with the work then the Employer / Engineer/ Authorized Representative
is entitled to terminate the contract immediately. The payment will be made
only for first stage item and nothing will be allowed in addition of this.

13.0 FORCE MAJURE

13.1 If, at any time during the currency of the contract, the performance of any obligation
(in whole or in part) by the Employer or the Design Consultant shall be prevented or
delayed by reason of any war, hostilities, invasion, acts of public or foreign enemies,
rebellion, revolution, insurrection, civil commotion, sabotage, large scale arson,
floods, earthquake or any other act of god, large scale epidemics, nuclear accidents,
any other catastrophic unforeseeable circumstances, quarantine restrictions, any
statutory, rules, regulations, orders or requisitions issued by a Government department
or competent authority (hereinafter referred to as “event”) then, provided notice of the
happening of such an event is given by either party to the other within 21 days of the
occurrence thereof.

a) Neither party by reason of such event be entitled to terminate the contract or


have claim for damages against the other in respect of such non-performance
or delay in performance.
b) The obligations under the contract shall be resumed as soon as practicable
after the event has come to an end or ceased to exist.
c) If the performance in whole or part of any obligation under the contract is
prevented or delayed by reason of the event beyond a period of 180 days, the
contract may be fore closed with mutual consent by giving a notice of 30 days
without any repercussions on either side.
d) In case of doubt or dispute, whether a particular occurrence should be
considered an “event” as defined under this clause, the decision of the
Engineer shall be final and binding.
e) Works that have already been measured shall be paid for by the Engineer even
if the same is subsequently destroyed or damaged as a result of the event. The
cost of any work that has been measured shall be borne by the
Employer/Engineer.
f) If the contract is fore-closed under this clause, the Design Consultant shall be
paid fully for the work done under the contract, but not for any defective work
or work done which has been destroyed or damaged before its measurement.

13.2 If no notice is issued by either party regarding the event within 21 days of occurrence,
the said event shall be deemed not to have occurred and the contract will continue to
have effect as such.

14.0 SETTLEMENT OF DISPUTES

All disputes or differences of any kind whatsoever that may arise between the
Employer/ Authorized representative and the Design Consultant in connection with or
arising out of the contract or subject matter thereof or the execution of works, whether
during the progress of works or after their completion, whether before or after
termination of contract shall be settled as under: -

Signature of Tenderer Executive Engineer 26


14.1 Mutual Settlement

All such disputes or differences shall in the first place be referred by the Design
Consultant to the Employer in writing for resolving the same through mutual
discussions, negotiations, deliberation etc. associating representatives from both the
sides and concerted efforts shall be made for reaching amicable settlement of disputes
or differences.

14.2 Conciliation/ Arbitration

14.2.1 It is a term of this contract that Conciliation/Arbitration of disputes shall not be


commenced unless an attempt has first been made by the parties to settle such
disputes through mutual settlement.

14.2.2 If the Design Consultant is not satisfied with the settlement by the Employer on any
matter in question, disputes or differences, the Design Consultant may refer to the
concerned Chief Engineer in writing to settle such disputes or differences through
conciliation or Arbitration provided that the demand for conciliation or Arbitration
shall specify the matters, which are in question or subject of the claim, item wise.
Only such dispute(s) or difference(s) in respect of which the demand has been made,
together with counter claims of the Employer shall be referred to Conciliator or
Arbitrator as the case may be and other matters shall not be included in the reference.

14.2.3 The Chief Engineer/ Chief General Manager immediately within 30 days will appoint
the Sole Conciliator/ Sole Arbitrator not below the rank of Superintending Engineer
(working/ retired) of GMDA or any other Haryana Govt. Deptt. who had not been
connected with the work.

14.2.4 No disputes or differences shall be referred to Arbitration after expiry of 60 days from
the date of notification of failure of Conciliation.

14.2.5 The language of proceedings, documents or communications shall be in English and


the award shall be made in English in writing.

14.2.6 The conciliation/arbitration proceedings shall be held at a place decided by


conciliator/arbitrator.

14.2.7 The fees and other charges of the Conciliator/ Arbitrator shall be as per the scales
fixed by the Arbitrator and shall be shared equally between the Employer/ Authorized
representative and the Consultant.

14.3 Settlement through Court

14.3.1 It is a term of this contract that the Design Consultant shall not approach any court of
Law for settlement of such disputes or differences unless an attempt has first been
made by the parties to settle such disputes or differences through clauses 14.1 and
14.2.

Signature of Tenderer Executive Engineer 27


14.4 No suspension of work

The Obligations of the Employer/ Authorized representative, the Engineer and the
Design Consultant shall not be altered by reasons of conciliation/arbitration being
conducted during the progress of works. Neither party shall be entitled to suspend the
work on account of conciliation/ arbitration and payments to the Design Consultant
shall continue to be made in terms of the contract.

14.5 Award to be binding on all parties

The award of the Sole Arbitrator, unless challenged in court of law, shall be binding
on all parties.

14.6 Exception:

For settlement of disputes with central PSUs, the procedure as per existing orders of
Permanent Machinery for Arbitration (PMA), Bureau of Public Enterprises, Govt. of
India shall be followed.

14.7 JURISDICTION OF COURTS:

Jurisdiction of courts for dispute resolution shall be Gurugram, Haryana.

Signature of Tenderer Executive Engineer 28


SECTION - 4

TECHNICAL PROPOSAL FORMAT

Signature of Tenderer Executive Engineer 29


Annexure-I
Section 4
Technical Proposal Format

DETAILS OF THE FOOT OVER BRIDGES FOR WHICH FEASIBILITY STUDY AND DPR WAS COMPLETED
BY THE CONSULTANT DURING LAST FOUR YEARS AND THE FOOT OVER BRIDGES WERE
PHYSICALLY COMPLETED
S. NAME OF THE LOCATION TOTAL TYPE OF NAME, DURATION OF DATE OF PERFORMANCE TYPE OF STRUCTURE OF
NO PROJECT OF THE PROJECT COST SERVICES ADDRESS THE PHYSICAL CERTIFICATE/ FOOT OVER BRIDGES
PROJECT FOR WHICH RENDERED (A, AND CONSULTING COMPLETION OF THE CLIENT (PSC/STEEL/COMPOSITE
CONSULTANCY B, C) CONTACT ASSIGNMENT OF THE ENCLOSED GUARDER)
WAS PROVIDED NOS. OF PROJECT (YES OR NO)
BY THE CLIENT
CONSULTANT

A– SURVEY, B – GEOTECHNICAL INVESTIGATIONS, C- DETAILED DESIGN AND DRAWINGS, ESTIMATES, GADs, BOQ
etc.
Note:
1. Give details of relevant projects only, which have been physically completed and commissioned.
2. Submit performance certificates from Client in respect of the information furnished above.

Signature of Tenderer Executive Engineer 30


SECTION - 5

FINANCIAL BID FORMAT

Signature of Tenderer Executive Engineer 31


SECTION 5
FINANCIAL BID
From
__________________________
__________________________
__________________________

To

The Executive Engineer,


Mobility Division,
GMDA, Gurugram.
Sir,

1. I/we have examined the conditions of contract, instructions to tenderers and other contents of
the documents and have acquainted ourselves with the prevailing site conditions. The offer to CARRYING
OUT SURVEY, DETAILED DESIGNING, GEOTECHNICAL INVESTIGATION, PREPARATION
OF GADs, TRAFFIC SURVEY, DRAINAGE SCHEME, WORKING DRAWINGS, DETAILED
ESTIMATE, BOQ/DNIT AS PER REQUIREMENT INCLUDING REQUIRED MODIFICATIONS
AND PROOF CHECKING OF STRUCTURAL/ WORKING DRAWINGS AND SITE VISITS
DURING CONSTRUCTION, AS REQUIRED FOR PREPARATION OF PROPOSAL FOR
CONSTRUCTION OF FOUR (04) NUMBERS FOOT OVER BRIDGES AT VARIOUS LOCATIONS
ACROSS GURUGRAM IN GMDA AREA, GURUGRAM AND ALL OTHER WORKS
CONTINGENT THERETO as given in Notice Inviting Tender at a lump sum price of
Rs.____________________ (in figures and words) including all taxes and service tax.
2. We further agree to the schedule of payment in respect of the contract price accepted by you
as given in the payment schedule under sub clause 7.2 of the conditions of contract.
3. We agree to abide by this tender until the date mentioned in the contract documents and it
shall remain binding upon us and may be accepted at any time before that date. We have already submitted
earnest money with the tender and we bind ourselves that it is to be absolutely forfeited by you, without
prejudice to any other rights or remedies in the Conditions of Contract attached should we fail to commence
the work specified, withdraw the offer until the validity of the Tender, fail to furnish performance guarantee or
sign the contract in accordance with the terms of the tender.
4. We understand that until a formal agreement is prepared and executed, the letter of
acceptance issued by you shall constitute a binding contract between us.
5. We understand that cost of preparation of this tender and other investigation carried out and
of maintaining the Earnest Money with you is to our account. We also understand that you are not bound to
accept the lowest or any bid you may receive.
Yours faithfully,
(Signature of the bidder with seal)

Signature of Tenderer Executive Engineer 32


SECTION - 6

FORM OF SECURITIES AND AGREEMENT

Signature of Tenderer Executive Engineer 33


ANNEXURE- I

PERFORMANCE BANK GUARANTEE (UNCONDITIONAL)

To

The Executive Engineer,


Mobility Division,
GMDA, Gurugram
(Acting through__________________________________________________________________
_____________________________________________ (Name & address)

WHEREAS______________(name and address of consultant) Wherein after called “ the


Consultant”) has undertaken in pursuance of contract No.________________ dated______ to
execute ________________________________ (name of contract and brief description of works)
( hereinafter called “ the contract”)

AND WHEREAS it has been stipulated by you in the said contract that the Design Consultant
shall furnish you with a Bank Guarantee by a scheduled bank for the sum specified therein as
security for compliance with his obligation in accordance with the Contract.

AND WHEREAS we have agreed to give the Design Consultant such a Bank Guarantee.

NOW THEREFORE we hereby affirm that we are to Guarantor and responsible to you, on behalf
of the Consultant, upto a total of __________________ (amount of Guarantee),
________________________ (amount in words) such sum being payable in the types and
proportions of currencies in which the contract price is payable, and we undertake to pay you,
upon your first written demand and without cavil or argument, and sum or sums within the limits
of _______________ (amount of Guarantee) as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Design Consultant before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or
of the works to be performed there under or of any of the contract documents which may be made
between you and the Design Consultant shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid upto ______________ (a date 28 days from the date of completion of
the work)

SIGNATURE AND SEAL OF THE GUARANTOR

Name of Bank _______________________


Address: _______________________
Date _______________________

Signature of Tenderer Executive Engineer 34


ANNEXURE- II

FORM OF AGREEMENT.

(To be executed on requisite value of stamp papers)

AGREEMNENT.

THIS AGREEMENT MADE ON __________ day of ______ (month/year) between


Executive Engineer, Mobility Division, GMDA, Gurugram acting through (Project Head
and Name / address of the Project) (hereinafter called “ the Employer/ Authorized
representative”) of the one part and _____________________(Name and address of the
consultant) hereinafter called “ the Consultant”) of the other part.

WHEREAS the Employer/ Authorized representative is desirous that certain works should
be executed by the Design Consultant Viz contract No.________________ (hereinafter
called “the works” and has accepted a Bid by the Design Consultant for the execution and
completion of such works and the remedying of any defects therein.

NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:

1. In this agreement, words and expressions shall have the same meaning as are
respectively assigned to them in the conditions of contract hereinafter referred
to.
2. The following documents shall be deemed to form and be read and construed
as part of this agreement.

a) Letter of Acceptance of Tender

b) Notice Inviting Tender

c) Instructions to the Tenderers.

d) Conditions of the Contract

e) Bill of Quantities.

3. In consideration of the payments to be made by the Employer/ Authorized


representative to the Design Consultant as hereinafter mentioned, the Design
Consultant hereby covenants with the Employer/ Authorized representative to
execute and complete the works and remedy any defects therein in conformity
in all respects with the provisions of the contract.

4. The Employer/ Authorized representative hereby covenants to pay the Design


Consultant in consideration of the execution and completion of the works and
the remedying of defects therein the Contract Price or such other sum as may
become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.

Signature of Tenderer Executive Engineer 35


IN WITHNESS whereof the parties hereto have caused this Agreement executed the day
and year first before written.

(Name Designation and address of the (Name Designation and address of the
authorised signatory) authorised signatory)

Signed for and on behalf of the Design Signed for and on behalf of the Employer/
Consultant in the presence of Authorized representative in the presence of

Witness. Witness.

1 1

2. 2.

Name and address of the witnesses to be indicated.

Signature of Tenderer Executive Engineer 36


ANNEXURE-III

BANK GUARANTEE FOR ADVANCE PAYMENT

To

The Executive Engineer,


Mobility Division,
GMDA, Gurugram

(Acting through_________________ (Name of Project In charge & address)

In accordance with the provisions of the conditions of contract, Sub-Clause________


(“Advance Payment”) of the above mentioned contract, ________________ (name and
address of the Consultant) (hereinafter called “the consultant”) shall deposit with
________________________ (name of employer) a bank guarantee to guarantee his
proper and faithful performance under the said clause of the Contract in an amount of
________ (amount of Guarantee) __________________ (amount in works)

We, the _____________________ (Name of bank), as instructed by the Consultant, agree


unconditionally and irrevocably to guarantee an primary obligator and not as Surety
merely, the payment to The Executive Engineer, Mobility Division, GMDA, Gurugram on
their first demand without whatsoever right of objection on our part and without his first
claim to the Consultant, in the amount not exceeding____________ (amount of
Guarantee)____________ (amount in works).

We further agree that no change or addition to or other modification of the terms of the
Contract or of works to be performed there under or of any of the Contract documents
which may be made between Executive Engineer, Mobility Division, GMDA, Gurugram
and the Consultant, shall in any way release us from any liability under this guarantee, and
we hereby waive notice of any such change, addition, or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract upto __________ (until Executive Engineer, Mobility Division,
GMDA, Gurugram receives/recovers full repayment of advance alongwith interest accrued
thereon from the Consultant).

Yours truly,

(SIGNATURE AND SEAL OF THE GUARANTOR)

Name of Bank_______________________
Address: _______________________

Date _______________________

Signature of Tenderer Executive Engineer 37


BILL OF QUANTITY

NAME OF WORK: - EXPRESSION OF INTEREST FOR ENGAGEMENT


OF CONSULTANT FOR CARRYING OUT SURVEY,
DETAILED DESIGNING, GEOTECHNICAL
INVESTIGATION, PREPARATION OF GADs,
TRAFFIC SURVEY, DRAINAGE SCHEME, WORKING
DRAWINGS, DETAILED ESTIMATE, BOQ/DNIT AS
PER REQUIREMENT INCLUDING REQUIRED
MODIFICATIONS AND PROOF CHECKING OF
STRUCTURAL/ WORKING DRAWINGS AND SITE
VISITS DURING CONSTRUCTION, AS REQUIRED
FOR PREPARATION OF PROPOSAL FOR
CONSTRUCTION OF FOUR (04) NUMBERS FOOT
OVER BRIDGES AT VARIOUS LOCATIONS ACROSS
GURUGRAM IN GMDA AREA, GURUGRAM AND ALL
OTHER WORKS CONTINGENT THERETO.

Sr. Description of Items Quantity Unit Rate to be


No. quoted by the
agency
1 EXPRESSION OF INTEREST FOR 01 job Per Job Rate to be
ENGAGEMENT OF CONSULTANT quoted by the
FOR CARRYING OUT SURVEY, agency
DETAILED DESIGNING,
GEOTECHNICAL INVESTIGATION,
PREPARATION OF GADs, TRAFFIC
SURVEY, DRAINAGE SCHEME,
WORKING DRAWINGS, DETAILED
ESTIMATE, BOQ/DNIT AS PER
REQUIREMENT INCLUDING
REQUIRED MODIFICATIONS AND
PROOF CHECKING OF
STRUCTURAL/ WORKING
DRAWINGS AND SITE VISITS
DURING CONSTRUCTION, AS
REQUIRED FOR PREPARATION OF
PROPOSAL FOR CONSTRUCTION
OF FOUR (04) NUMBERS FOOT
OVER BRIDGES AT VARIOUS
LOCATIONS ACROSS GURUGRAM
IN GMDA AREA, GURUGRAM AND
ALL OTHER WORKS CONTINGENT
THERETO.

Executive Engineer,
Mobility Division,
GMDA, Gurugram.

Signature of Tenderer Executive Engineer 38


List of Locations
The following FOB’s are proposed to be constructed: -

1. Near Sheetla Mata Mandir


2. Near Sector 14 Market, MG Road

3. In front of Maruti Udyog, Old Delhi Road

4. In Front of Chaudhary Devi Lal Park, Sector 23

Note: The locations are liable to change as per requirement of GMDA


however; the no. of FOBs would be the criteria for bidding.

Signature of Tenderer Executive Engineer 39


ANNEXURE-IV

Signature of Tenderer Executive Engineer 40


From
The Engineer-in-Chief (Roads), Haryana,
Public Works (B&R) Branch, Chandigarh.

To
All Administrative Secretaries,
Haryana

Memo No.
Dated Chandigarh, the:

Subject: Launching of Haryana Engineering Works Portal for Registration


of Contractors.

Hon'ble Chief Minister: has launched the Contractor registration module


on Haryana Engineering Works (HEW) Portal on dated 24.05.2021 The portal can
b ev i s i te d at h t_tp S_; l/w o 1 [5
s_, h g ;y-a p a, go v, i
11

The "Haryana Engineering Works (HEW) Portal" aims to provide a single


window for contractors to bring in transparency and ease of doing business. lt is
to register contractors on HEW Portal so as to have a ready list of
intended
competent contractors to minimize requirement and time for verification of
credentials at the time of calling tenders. Simultaneously, Contractor performance
will be evaluated against each completed work by awarding marks and generating
dynamic "Rating".
'be
Registered Contractors will benefitted with exemption of paying Earnest
Monr:y Deposit (EMD). Contractors not registered on HEW Porlal can also
participate in tender, but they will not be eligible for EMD exemption benefit and
those contractors shall furnish, as part of the Bid, an EMD for the amount as
specified in a pafticular work. Performance of the contractor shall be monitored and
evaluated after completion of each work. Any registered contractor falling below the
threshold limit (i.e. ,7loh in their performance score) will be auto de-registered Other
functionalities will also be provided on HEW Portal in due course of time such as
allotment of works, submission of contractor bills, view bill payment, pending
payments etc.

l lPage
Whereas the applicationby Contractors for Registration is optional but each
controctor workino in anv of the departmenUBoard/Societv etc of Harurn,
Government is mandatorilv required to create profile on the HEW portal by
entering some basic information. This is required to establish a Unique Contractor
lD
of each contractor working anywhere in Haryana. All contractors must create Login
Account and get "Profile Summary" document before 31.07.2021. A sample copy
of Profile Summary Document generated from HEW portal is attached as
Annexurel; Profile Summary Document must be included as mandatory condition in
each bid document and made parl of tenders, to be invited in future. Therefore, all
contractors as part of technical evaluation for each submitted bid must enclose
"Profile Summary" document of HEW Portal for all tenders to be invited after
01.08.2021. ln case a contractor fails to submit or upload a copy of "profile
Summary" document along-with the bid, the submitted bids will be rejected for all
tenders to be invited after 01 .08.2021.

The HEW portal has been integrated with Human Resource Management System
(HRMS) and all department having employee data on HRMS can login HEW portal
with existing HRMS username and password as at http://intrahry.gov.in/. Therefore,

t all tim
discrePancv and delay in data entry. One Day Norm for data updation on HRMS be

While submitting application on HEW portal for registration, contractor is required to


enter the details of the works completed/under progress in any of the
deparlment/Board/Society etc. in Haryana State by selecting the name of concerned
office and department Accordingly, the application will be fonryarded at HEW portal
Login of concerned officer currently posted in that office as per information updated
in the HRMS portal.

Steps for dealing cases related to registration and verification of completed/under


progress works on HEW portal is as under:
1. The application of contractor will be transferred by the online system to
any one of the Executive Engineer of pwD, lwRD and pHED for
scrutiny of the documents and verification of the works
2lPage
completed/under progress. Such Executive Engineer to whom the
application of the contractor is allocated is called "Nodal Executive
Engineer" for the sake of convenience only.
2. Concerned Nodal Executive Engineers are required to verify the
documents as submitted by the contractor in the online application. The
list of required documents and other details can be seen in the
"Registration Rules for Contractors-2021" available online at HEW
Portal under Download section.
3. The scoring on the performance of the contractor against each
completed work is required to completed by each Nodal Executive
Engineer by awarding suitable marks out of 100 (maximum) marks.
The scoring methodology and attributes will be as indicated in
Annexure A1 and Annexure A2 of the "Registration Rules for
Contractors-2021" .

4. lf the contractor has submitted details of works completed in other


office of same department or other Department of Haryana
Government, the scoring will be entered from the respective Engineer-
in-Charge currently posted in the said office as updated in HRMS. A
time period of 15 Days has been stipulated to verify the contractor
works ano submit online to "Nodal Executive Engineer" for further
processing the case.
For this purpose, same username and password, of HRMS login
credentials can be used on HEW Portal by Engineer-in-Charge for
entering scores against the completed works, submitted by the
contractor
5. The scoring achieved against each attribute of each work as awarded
by concerned Engineer-in-charge will also be available for viewing on
contractor login. lf contractor is aggrieved with the scores awarded
against any one work, it can apply for appeal for rechecking/review.
The case for reviewing will be automatically forwarded to next higher
authority for review and reevaluation of the previously awarded marks.
6. Nodal Executive Engineer will securitize the application and send the
case to competent authority, as the case may be, as indicated in the
Registration P.ules for Contractors-2021 .

3lPage
7. Time limit for dealing the registration cases has been stipulated as 15
days at any one of the competent authorities i.e. Executive Engineer,
Superintending Engineer or Head Office. The detail of the stipulated
timelines has been indicated in "Registration Rules for Contractors-
2021".
8' For any web portal related issues Department Users and Contractors
may contact at help line No. 9041049834 (9 AM to 5 PM) or may send

. an email at i,nfo-hewp.pwd@h.ry.qgv.in.
9., A user Manual for Contractors and Department Users can be
downloaded from the'"Downloads" section on the HEW portal home
page.
Contractor application request will go to Nodal Executive Engineer electronically. lt is
reiterated that concerned official/officer of concerned department will receive two
types of requests for verification under their HEW login credentials:

1. Verification of Contractor Works: To be done by the concerned Engineer-


in-charge under whose jurisdiction the work has been completed. Verification
is requiring to be done within 15 days of receiving of data. Verification is to be
done online on HEW Portal based upon the defined set of parameters
2. Verification of Contractor Registration Application -To be done by
concerned Nodal Executive Engineers of PWD, IWRD and PHED only where
applications would require to be examined to check eligibility of the contractor
as per Registration Rules -2021.
It is therefore requested to kindly direct all concerned to follow the steps as indicated
above and also inform all the contractors working under their jurisdiction for creating
a Contract Account Login/Profile on HEW Portal and apply for Registration. No
contractor will be eligible to bid in any tender of engineering works if Contractor
Account Login/Profile has not been created by them till 31 .07 2021.
This is for further necessary action at your end.

DAi As nOove Executive Engineer(General)


for Engineer-in-Chief (Roads)
Public Works (B&R) Haryana

4lPage
Endst. No. Dated:-

A copy of above is fonruarded to the followrng for information and

necessary action please:-

1. The Managing Director, Haryana Police Housing Corporation, Panchkula.


2. The Chief Administrator, Haryana Urban Development Authority,
Panchkula.
3. The Chief Administrator, Haryana State Agriculture Marketing Board,

Panchkula.
4. Engineer-in-Chief, lrrigation and Water Resources Department, Haryana
Panchkula.
5. Engineer-in-Chief, Public Health Engineering Department Haryana,
Panchkula.

Executive Eng ineer (General)


for Engineer-in-Chief (Roads)
Public Works (B&R) Haryana
DA/ As Above

EndstNo elll+o-'qlLl 5? Dated:- 0jIOtlunfl


A copy of above is fonruarded to the following for information and
necessary action please:-

1. All the Superintending Engineer, Haryana PWD B&R.


2. All the Executive Engineer, Haryana PWD B&R'
I\

Jffi"r\,'
Engineer (General)
Executive
for Engineer-in-Chief (Roads)
Public Works (B&R) HarYana

5lPage
Annexure-1

Government of Haryana
Contrsrtor Pronh Sumnrary
Haryana Engln€erins yyort$ portal

{hlt$t ,r'vri}$s l}{}ryann gty inl


\l^, tj:. t.iE."ifL a,i:.1
Ll;rin,d )iir*5r:ri3 |

ABC Col,d" Co.. C& Sh.i$firt"R$nrt'r Rfo fd


Sio"i, kdl Aree) Coctr*cr$r. Fsi No.i. tndt lkse {f€LHt . EAST} h*i {r6{*rd {fi
occor,n{ on }luymc fnglnowirq tt*orrx porus, s#rt, !{ tts]Bn* {d{i fu&***ng dsisse
:

:ofitrii*ldja l() R3$


.

\i*fru, sl Cenlrffitff ir,ssnty ABC Cryr*l C+ *..,e Slr:gnr &amurt .i


R . s prrt t!.Jr: tr.dl
\I0$l
l ;li: ir'.!:sr:: {JI, tji:: &JC.r::.i Pri ltl 1 )rr.Cl ,{rta tGEl}i, . Eg!ir
I
'' 1.^' )r l , ,r.:.1 ,'1 FEI fi$ : in.rl Ai*$ i0Et-|1t . E.{$T
5 ' .t ..: ilLll:il*it: 5t r.rtr'
,t :lAl,l N*rrlhet
{xDr$12iin
"{Ll'q"{ ,0 {" *r#ls$lE}

l!'ill{r1s G*r{. Treosr"ry Unr4raw CwJ*,t{ a,'$il$t$$I ."r:- i i -)

llote:.
Th* c*n!rac{+r groNik har b$en {rwu'd bsscd ofl $'a srrr - deq{gralron by
" lhe app}i(*fii lo resc. $ rr fra,,fid thsl ths ippl&:;tfl{ ha6
, uh,nitled l*l$a rnfryRr,a*On. th€ S4Cs,Jf1l lr*rlt b6 tl}n0exgg
.Arapanl croa?ion is mondaloly for all typs r:f Coofiaclars. Cor:sul{antr.
Labour & ConstrujE{ron {L&6) Sa{aetjes. F,rmi lor
psitopsuru H tldhd le{id6r* ifl SrG $Ns{* $f }lsryana .

6lPage

You might also like