You are on page 1of 55

REQUEST FOR PROPOSAL (RFP)

For

Supervision Consultancy Services for construction of --


1) Chengrabandha Mathabhanga Coochbehar Road from
18.000 Kmp to 52.000 Kmp , Widening and Strengthening
work under Coochbehar Highway Division in the district of
Coochbehar ; Project ID- PD232404136S001 ( JOB NO – 1 )
2) New Bridge across the river Balason at 5.7 Km of Garidhura
Mirik Simanabusty Road, Construction Work under
Darjeeling Highway Division in the district of Darjeeling ,
Project ID: PD2324402423S000 ( JOB NO-2 )

Page 1 of 55
REQUEST FOR PROPOSAL (RFP)

FOR

Supervision Consultancy Services for construction of --


1) Chengrabandha Mathabhanga Coochbehar Road from 18.000 Kmp to 52.000 Kmp ,
Widening and Strengthening work under Coochbehar Highway Division in the district of
Coochbehar ; Project ID- PD232404136S001 ( Job No- 1 )
2) New Bridge across the river Balason at 5.7 Km of Garidhura Mirik Simanabusty Road ,
Construction Work under Darjeeling Highway Division in the district of Darjeeling ,
Project ID: PD2324402423S000 ( Job No- 2 )

INDEX

Sec. No. Content Page No.

Notice inviting Quotation 03 to 05

1 Request For proposal (RFP) 06 to 15

2 Annexure-I: Instructions to Bidders 16 to 17

3 Annexure-II: Data Sheet 18 to 26

4 Annexure-III: General Conditions of Contract 27 to 30

5 Annexure-IV: Special Conditions of Contract 31 to 32

6 Appendix-I: Terms of Reference 33 to 37

7 Appendix-II: Formats for Eligibility 38 to 41

8 Appendix-III: Formats for Technical Proposals 42 to 51

9 Appendix-IV: Formats for Financial Proposals 52

10 Appendix-V: Draft Contract Agreement 53 to 54

11 Appendix-VI: List of Bridges 55

Page 2 of 55
Memo No. R–481/DHD /41 Dated 10.01.2024

e-NOTICE INVITING QUOTATION


NO. 04 OF 2023-24 OF SUPERINTENDING ENGINEER , NBHC, P.W.(ROADS) DTE.
for

Supervision Consultancy Services for construction of --


1) Chengrabandha Mathabhanga Coochbehar Road from 18.000 Kmp to 52.000 Kmp , Widening and
Strengthening work under Coochbehar Highway Division in the district of Coochbehar ; Project ID-
PD232404136S001 ( Job No- 1 )
2) New Bridge across the river Balason at 5.7 Km of Garidhura Mirik Simanabusty Road , Construction Work
under Darjeeling Highway Division in the district of Darjeeling , Project ID: PD2324402423S000 ( Job No-
The Government of West Bengal has decided to undertake supervision Consultancy Services for the above
mentioned two nos of job as a single package. .

The Superintending Engineer, North Bengal Highway Circle, P.W. (Roads) Directorate invites e-bids from eligible
bidders/consultant for the project as detailed below:
Name of works
Supervision Consultancy Services for construction of --
1) Chengrabandha Mathabhanga Coochbehar Road from 18.000 Kmp to 52.000 Kmp , Widening and
Strengthening work under Coochbehar Highway Division in the district of Coochbehar ; Project ID-
PD232404136S001 ( Job No- 1 )
2) New Bridge across the river Balason at 5.7 Km of Garidhura Mirik Simanabusty Road , Construction
Work under Darjeeling Highway Division in the district of Darjeeling , Project ID: PD2324402423S000 (
Job No- 2 )
Job No Length of Bid Security / Earnest Money Period of Authority
Road /Length Completion
of bridge

1 34.00 Km Refer Section-3 Superintending Engineer North


Refer Section-3 (Data Sheet)
(Data Sheet) Bengal Highway Circle Public
2 186.00 m Refer Section-3 Work (Roads) Directorate, Govt
Refer Section-3 (Data Sheet)
(Data Sheet) of West Bengal

N.B.:- Intending Bidders shall not have to pay the cost of Bid Document for the purpose of
participating in e-procurement process(Ref. Notification No.-199-CRC/2M-10/2012 dated 21.12.2012 of
the Secretary, P.W.D., CRC Branch, & No. 452-A/ PW/0/10c-35/10 dated 25.7.2011 of the Secretary,
Page 3 of 55
P.W.D., Accounts Branch, Govt. of W.B.), but the Selected Bidder shall have to pay the cost of Bid
Documents of requisite set during purchase of Bid Documents for execution of formal Agreement.

The information Memorandum / Notice of the BID is available in official web portal of PWD,
GoWBhttp://www.pwdwb.in and the complete BID document can be viewed / downloaded from e-
procurement web portal of PWD, Go WB http://wbtenders.gov.in from the table below. Bid must be
submitted online only at e-procurement web portal http://wbtenders.gov.in on or before (as per table below).
Bids received online shall be opened on (as per table below).

In the event of e-Filing intending bidders may download the Bid Documents from the e-procurement web
portal directly by the help of Digital Signature Certificate, the details of which has been narrated in
“Instruction to Bidders” for assisting the intending bidders to participate in e-procurement process.

Technical Bid and Financial Bid both will be submitted in web portal concurrently duly virus
scanned and digitally signed in the Website: https://wbtenders.gov.in

Bid through any other mode shall not be entertained. However, Hard Copy of Technical Bid only (as
submitted through online), Bid Security in the form of Bank guarantee (in original), Power of Attorney for
signing Bid (in original) etc. shall be submitted physically by the Bidder on or before (as per table below).
Time Schedule

Sl Particulars Date & Time


No
1 Date of uploading NIT & Bid Documents (On
11/01/2024
line)
2 Bid Documents Download Start Date & Time
11/01/2024 at 11.00 hrs
(Online)
3 Last date of receiving queries on the Bid / RFP
15/01/2024 upto 14.00 hrs
documents
4 Pre-Bid Meeting 18/01/2024 at 14.00 hrs
5 Uploading of response to queries in e–mail 19/01/2024 at 16.00 Hrs
6 Start Date & Time of Submission of Bid
19/01/2024 at 18.00 hrs
(Technical Bid & Financial Bid) (on line)
7 Last date & time of Submission of Bid (Technical
05/02/2024 upto 14.00 hrs
Bid & Financial Bid) (on line)
8 Date of Submission of hard copy of technical 06/02/2024 upto 14.00 hrs
proposal
9 Date of Opening of Technical Bid 07/02/2024 after 14.00 hrs
10 Date of technical presentation by eligible bidders To be notified later on
11 Verification of original documents of participated The Tender Inviting Authority may verify
bidders the original documents of participated
bidders (including Key Personnels) on any
day after opening of technical bid
12 Date & Time of opening Financial Bid To be notified later on

Superintending Engineer
North Bengal Highway Circle
P. W. (Roads) Directorate

Page 4 of 55
Memo No. R–481/DHD/41(47) Dated.10.01.2024

Copy forwarded for information & with the request for wide circulation to the-
1) PS to Hon’ble MIC PWD, Govt. of West Bengal.
2) Principal Secretary PWD, Govt. of West Bengal.
3-4) The Engineer-in-Chief, P.W.D. & P.W. (Roads) Directt.
5-6) The Chief Engineer, Head Quarter, Public Works (Roads) Directorate /Planning
P.W.(Roads) Directorate
7-8) The Chief Engineer, North Zone, Public Works (Roads) Directorate / Public Works
Department.
9) The Director of Information & Cultural Affairs Department, Writers’ Buildings, Kolkata –
700001 for information.
10-14) The Chief Engineer, National Highway / Construction Board, P.W.D. / Housing Directt. /
N.B.D.D. / Director R & B.R.I.
15) The Chairman, G.T.A. Darjeeling.
16) The Technical Advisor, Finance (IF) Department, Govt. of West Bengal.
17) The Assistant Chief Engineer–III, P.W. (Roads) Directt. Kolkata, for information and
necessary action.
18) The Sabhapati, SiliguriMahakumaParisad.
19-21) The SabhadhipatiJalpaiguri / Coochbehar / AlipurduarZillaParisad.
22-25) The District Magistrate, Darjeeling / Jalpaiguri / Coochbehar / Alipurduar.
26) The Superintending Engineer, State Highway Design and Planning Circle, P.W. (Roads)
Directt.
27-29) The Superintendent of Police, Darjeeling / Jalpaiguri / CoochBehar.
30-40) The Executive Engineer, Darjeeling / Jalpaiguri / CoochBehar / Alipurduar / Uttar
Dinajpur / DakshinDinajpur Highway Division / N.H. Division VIII / IX / X, Northern
Highway Design Division I and II.
41-43) The District Information Officer, Jalpaiguri / CoochBehar / Darjeeling.
44) This office Notice Board.
45) Estimating Branch of this office.
46) The T.A. to the Superintending Engineer, North Bengal Highway Circle.
47) The Officer in Charge,Bhaktinagar Police Station, Siliguri.

Superintending Engineer
North Bengal Highway Circle
P. W. (Roads) Directorate

Page 5 of 55
Section-1 (Request for Proposal)

1.00 The Government of West Bengal has decided to undertake Supervision Consultancy Services for the
construction of --
1. Chengrabandha Mathabhanga Coochbehar Road from 18.000 Kmp to 52.000 Kmp , Widening and
Strengthening work under Coochbehar Highway Division in the district of Coochbehar ; Project ID-
PD232404136S001 ( Job No- 1 )
2. New Bridge across the river Balason at 5.7 Km of Garidhura Mirik Simanabusty Road , Construction Work
under Darjeeling Highway Division in the district of Darjeeling , Project ID: PD2324402423S000( Job No-
2)
The Superintending Engineer, North Bengal Highway Circle, P.W. (Roads) Directorate invites e-bids
from eligible bidders/consultant for the project as detailed below:

Name of works
Supervision Consultancy Services for the construction of --
1. Chengrabandha Mathabhanga Coochbehar Road from 18.000 Kmp to 52.000 Kmp , Widening and
Strengthening work under Coochbehar Highway Division in the district of Coochbehar ; Project ID-
PD232404136S001 ( Job No- 1 )
2. New Bridge across the river Balason at 5.7 Km of Garidhura Mirik Simanabusty Road , Construction
Work under Darjeeling Highway Division in the district of Darjeeling , Project ID: PD2324402423S000(
Job No- 2 )
Job No Length of Bid Security / Earnest Money Period of Authority
Road /Length Completion
of bridges

1 34.00 Km Refer Section-3 Superintending Engineer North


Refer Section-3 (Data Sheet)
(Data Sheet) Bengal Highway Circle Public
2 186.00m Refer Section-3 Work (Roads) Directorate ,Govt
Refer Section-3 (Data Sheet)
(Data Sheet) of West Bengal

N.B.:- Intending Bidders shall not have to pay the cost of Bid Document for the purpose of
participating in e-procurement process (Ref. Notification No.-199-CRC/2M-10/2012 dated 21.12.2012
of the Secretary, P.W.D., CRC Branch, & No. 452-A/ PW/0/10c-35/10 dated 25.7.2011 of the Secretary,
P.W.D., Accounts Branch, Govt. of W.B.), but the Selected Bidder shall have to pay the cost of Bid
Documents of requisite set during purchase of Bid Documents for execution of formal Agreement.
The information Memorandum / Notice of the BID is available in official web portal of PWD,
GoWBhttp://www.pwdwb.in and the complete BID document can be viewed / downloaded from e-
procurement web portal of PWD, GoWBhttp://wbtenders.gov.in from (as per time schedule mentioned in
RFP). Bid must be submitted online only at e-procurement web portal http://wbtenders.gov.in on or before
(as per time schedule mentioned in RFP). Bids received online shall be opened on (as per time schedule
mentioned in RFP).

In the event of e-Filing intending bidders may download the Bid Documents from the e-procurement web
portal directly by the help of Digital Signature Certificate, the details of which has been narrated in
“Instruction to Bidders” for assisting the intending bidders to participate in e-procurement process.

Technical Bid and Financial Bid both will be submitted in web portal concurrently duly virus
scanned and digitally signed in the Website: https://wbtenders.gov.in

Page 6 of 55
Bid through any other mode shall not be entertained. However, Hard Copy of Technical Bid only (as
submitted through online), Bid Security in the form of Bank guarantee (in original), Power of Attorney for
signing Bid (in original) etc. shall be submitted physically by the Bidder on or before (as per time
schedule mentioned in RFP).

1.1 Intending bidders have to download the tender document from the website directly by the help of
Digital Signature Certificate. The Technical Bid and Financial Bid both will be submitted
concurrently duly digitally signed in the Website https://wbtenders.gov.in .
Tender document may be downloaded from website & submission of Technical Bid/Financial Bid
as per Tender time schedule stated in Annexure-I: Instructions to bidders.
1.2 A brief description of the assignment and its objectives are given in the Appendix-I, “Terms of
Reference” (TOR) (Section-6).
1.3 The Superintending Engineer, North Bengal Highway Circle, Public Work (Roads) Directorate,
Govt. Of West Bengal invites Proposals (the “Proposals”) through E-tender (on-line bid
submission) for selection of Technical Consultant (the “Consultant”) who will render the
consultancy service as per TOR.

CV of same Key Personnel if submitted by more than one consultant, zero marks shall be given for
such CV.Upon becoming successful bidder, key personals from the team will be called for
interview. The LOA will be issued only after getting satisfied with the key personals.

1.4 The consultants shall submit proposals in sole capacity only and participation in these bids as
Joint Venture of firms are not allowed. Any entity which has been barred by the Ministry of Road
Transport and Highways (MoRT&H), GoI, or Govt. of West Bengal or its implementing agencies
for the works of Expressways, National/State Highways/any other categories of road , and the bar
subsists as on the date of application, would not be eligible to submit the bid, either individually or
as a member of a Joint Venture. Any form in this Notice inviting Bid containing details regarding
Joint Venture details may be treated as deleted .
1.5 To obtain first-hand information on the assignment and on the local conditions, the consultants are
advised to pay a visit to the Authority, local State/ District Level PWD & PW (Roads)
Directorate’s Official and the project site before submitting a proposal and attend a pre-proposal
conference. They must fully inform themselves of local and site conditions and take them into
account in preparing the proposal.

1.6 Financial Proposals will be opened only for the firms found to be eligible and scoring qualifying
marks hereof. The consultancy services will be awarded to the highest ranking consultant on the
basis of Quality and Cost.

1.7 Please note that: (i) costs of preparing the proposal and of negotiating the contract, including visits
to the Site/Authority, etc., are not reimbursable as a direct cost of the assignment; and (ii) Authority
is not bound to accept any of the proposals submitted and reserve the right to reject any or all
proposals without assigning any reasons.

1.8 The proposals must be properly signed as detailed below:


(i) by the proprietor in case of a proprietary firm;
(ii) by the partner holding the Power of Attorney in case of a firm in partnership (A certified
copy of the Power of Attorney on a stamp paper of Rs. 100 and duly notarized shall
accompany the Proposal);
(iii) by a duly authorized person holding the Power of Attorney in case of a Limited Company or
a corporation (A certified copy of the Power of Attorney on a stamp paper of Rs. 100 and
duly notarized shall accompany the proposal);

1.9 Pre-proposal conference shall be held on the date, time and venue given in Annexure-I –
“Instructions to Bidders” & Data Sheet.

Page 7 of 55
1.10 Bid Security / Earnest Money
1.10.1 The applicant shall furnish as part of its Proposal, a Bid Security/ Earnest Money of requisite
amount as specified in Section-1 & Section-3.
1.10.2 Bidders eligible for exemption of BID SECURITY as per Govt. Of West Bengal rule
may avail the same and necessary West Bengal Govt Order regarding the exemption of BID
SECURITY must be uploaded in the BID SECURITY folder of Statuary bid documents. No other
bidder would be allowed exemption in submission of Bid Security if not expressely permitted by
any govt notification by Govt of West Bengal .
1.10.3 Any Bid except the Bids exempted as per clause 1.10.2 above, not accompanied by the Bid
Security of the required value and minimum required validity shall be rejected by the Authority as
non-responsive.
1.10.4The Authority and/or RFP inviting Officer or any other officers of State PWD& PWRD
directly or indirectly related with bidding process shall not be liable to pay any interest on the Bid
Security and the same shall be interest free.
1.10.5 The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to the Authority any other right or remedy hereunder or in law
or otherwise, the Bid Security shall be forfeited and appropriated by the Authority as the mutually
agreed pre-estimated compensation and damage payable to the Authority for, inter alia the time, cost
and effort of the Authority in regard to RFP including the consideration and evaluation of the
Proposal under the following conditions:
(a) If an Applicant withdraws its Proposal during the period of its validity as specified in this RFP
and as extended by the Applicant from time to time.
(b) In the case of the Selected Applicant, if the Applicant fails to reconfirm its commitments during
negotiations as required Clause No. 1.19
(c) In the case of a Selected Applicant, if the Applicant fails to sign the Agreement Documents
within the time stipulated in clause 1.23.1 here-in after.

1.11 Documents to be attached:


1.11.1 To enable the applicant / bidder to prepare a proposal, please find and use the attached
documents listed in the Data Sheet.
1.11.2 Consultants requiring a clarification of the documents must notify the RFP inviting
Authority, in writing, within the stipulated date as given in the Data Sheet. Any request for
clarification in writing or by tele-fax/e-mail must be sent to the Authority’s address indicated in the
Data Sheet. The RFP inviting authority will upload replies to pre-bid queries on the portal.
1.11.3 At any time before the submission of proposals, the Authority or his representative
may, for any reason, whether at its own initiative or in response to a clarification requested by a
Consulting firm, modify the Documents by amendment or corrigendum. The amendment will be
uploaded on portal. The RFP inviting authority may at its discretion extend the deadline for the
submission of proposals and the same shall also be uploaded on portal.

1.12 Preparation of Proposal


The proposal must be prepared in three parts, viz.:
Part 1: Proof of eligibility.
Part 2: Technical Proposal.
Part 3: Financial Proposal.

1.13 Document required for Part-1: Proof of eligibility:


1.13.1The minimum essential requirement in respect of eligibility has been indicated in Annexure-II
(Data Sheet). The proposal found deficient in any respect of these requirements will not be
considered for further evaluation. The following documents must be furnished in Part-I, in support of
proof of eligibility, as per Formats given in Appendix-II
Page 8 of 55
(i) Forwarding letter for Proof of Eligibility in the Form-E1.
(ii) Firm’s relevant experience and performance for the last 5 years: Project sheets in
support of relevant experience as per Form-E2/T3 supported by the experience certificates from
Authority’s, in support of experience as specified in data sheet for the project size preferably in
terrain of similar nature as that of proposed project shall be submitted.

Certificate should indicate clearly the firm’s experiences in successfully providing Supervision
Consultancy for road and Bridge work for at least 1 project each for road and bridge work during the
last 5 years. Scope of services rendered by the firm should be clearly indicated in the certificate
obtained from the Authority (Government/Public sector) but not less than the rank of Executive
Engineer. The information given in Form E2/T3 shall also be considered as part of Technical
Proposal and shall be evaluated accordingly. The Consultants are therefore advised to see carefully
the evaluation criteria for Technical Proposal and submit the Project Sheets accordingly.
(iii) Firm’s turnover for the last 3 (three) years: A tabular statement as in Form E3
showing the turnover of the applicant firm(s) for the specified time, beginning with the last financial
year certified by the Chartered Account, along with certified copies of the audit reports shall be
submitted in support of the turnover.
(iv) Document fee: No document fee is applicable at the time of participation of bid, but the
selected bidder shall have to pay cost of bidding document as specified in Data Sheet.
(v) Bid Security: Security document(s), in support of bid security for an amount specified in
Data Sheet & Clause 1.00 above and having validity for a minimum period of 150 days (i.e.30 days
beyond the validity of the bid), from the last date of submission of proposals.
(iii) Power of Attorney on a stamp paper of Rs.100 and duly notarized authorizing to submit
the proposal
1.13.2 The minimum essential requirement in respect of eligibility has been indicated. The
proposal found deficient in any respect of these requirements will not be considered for further
evaluation.

1.14 Technical Proposal


1.14.1 The applicants / bidders are expected to examine all terms and instructions included in
the Documents. Failure to provide all requested information will be at their own risk and may result
in rejection of the proposal.
1.14.2 During preparation of the technical proposal, the bidder must give particular attention to
that, the Total assignment period is as indicated in the enclosed TOR. A manning schedule in respect
of requirement of key personnel is also furnished in the TOR which shall be the basis of the financial
proposal. The bidders will make their own assessment of support personnel, both technical and
administrative, to undertake the assignment. Additional support and administrative staff may need to
be provided for timely completion of the project within the total estimated cost. It is stressed that the
time period for the assignment indicated in the TOR should be strictly adhered to.
1.14.3 The technical proposal shall be submitted strictly in the Formats given in Appendix- III
and shall comprise of following documents:
i) Forwarding letter for Technical proposal, duly signed by the authorized person on
behalf of the bidder. (inForm-T1).
ii) Details of projects for which Technical and Financial Proposals have been submitted by a
Consultant (in Form-T2)
iii) Firm’s references: Relevant Services carried out in the last 5 (five) years in Form-
E2/T3.Thisinformation is to be mandatorily submitted as part of Part-I: Proof of Eligibility, and may
not be submitted again as a part of the Technical proposal.
iv) Site Appreciation: limited to four A4 size pages in 1.5 line spacing and 12 size font
including photographs, if any (in Form-T4).

Page 9 of 55
v) Comments on Terms of Reference: limited to two A4 size pages in 1.5 line spacing and
12 size font (in Form-T5).
vi) The composition of the proposed Team and Task Assignment to individual
personnel: Maximum three pages (in Form-T6).
vii) Proposed methodology for the execution of the services illustrated with bar charts of
activities, including any change proposed in the methodology of services indicated in the TOR, and
procedure for quality assurance: Maximum 4 pages (in Form-T7)
viii) CVs of Key Personnel in Form-T11.
ix) Document mentioned in BDS, if any

1.14.4 CVs of Key Persons:

i) The CVs of the key personnel in the format as per Form T11 is to be furnished. It may
please be ensured that, the information furnished therein is true and the format is strictly followed and
correct.

ii) The CV must indicate the work in hand/existing assignment and the duration till which the
person will be required to be engaged in that assignment. Experience certificates shall also be
submitted. If any information is found incorrect, at any stage, action including termination and
debarment from future projects upto 2 years may be taken by the authority / Authority on the
personnel and on the Firm.

iii) No alternative to key personnel may be proposed and only one CV shall be submitted for
each position.
iv) The minimum requirements of Qualification and Experience of all key personnel are listed
in Annexure-II of Section-3. CV of a person (except Team leader), who does not meet the minimum
experience requirement as given at Annexure-II of Section-3, shall be evaluated and the marks
obtained shall be taken into consideration during evaluation of Technical Proposal (except Team
leader). However if a firm with such key personnel is declared the “Selected Bidder” for a particular
package, such key personnel should be replaced at the time of Contract Negotiations with a person
meeting requirements of Qualification and Experience as given at enclosure-II of TOR and whose CV
secures 75 % marks and above.
v) If proposed key personnel do not possess the minimum (essential) educational qualification
as given at Annexure-II of Section-3, Zero marks shall be assigned to such CV and such CV shall not
be evaluated further. The CV of the proposed Team Leader should score at least 75 % marks
otherwise the entire proposal shall be considered to have failed in the evaluation of Technical
Proposals and shall not be considered for opening of Financial Proposals.
vi) If same CV is submitted by two or more bidder firms, zero marks shall be given for such CV
for both or all the firms.
vii) The availability of key personnel must be ensured for the duration of the project as per
proposed work programme. If a firm claims that a key personnel proposed by them is a permanent
employee of the firm (the personnel should have worked in the firm continuously for a period of at
least 1 year), a certificate to that effect is required to be submitted.
viii) The age limit for key personnel is 65 years as on the date of bid submission. The proof of
age and qualification of the key personnel must be furnished in the technical proposal.
ix) An undertaking from the key personnel must be furnished that he/she will be available for
entire duration of the project assignment and will not engage himself/herself in any other assignment
during the currency of his/her assignment on the project. After the award of work, in case of non-
availability of key personnel in spite of his/her declaration, he/she shall be debarred for a period of
two years for all projects and legal steps may be taken against such key personnel.
x) A good working knowledge of English Language is essential for key professional staff on
this assignment. Study reports must be in English Language.

Page 10 of 55
xi) Photo, contact address in complete manner in respect of present address and permanent
address, photocopy of Voter or Aadhar card or PAN and phone/mobile number of key personnel
should be furnished in the CV.
xii) It may please be noted that in case the requirement of the ‘Experience’ of the firms as
mentioned in the “Proof of Eligibility’ is met by any foreign company, their real involvement for the
intended project shall be mandatory. This can be achieved either by including certain man-months
input of key experts belonging to the parent foreign company, or by submitting at least the draft
feasibility report and draft DPR duly reviewed by the parent firm and their paying visit to the site and
interacting with the authority or his authorised . In case of key personnel proposed by the foreign
company, they should be on its pay roll for at least last six months (from the date of submission),
supporting document is to be submitted.
xiii) In case a firm is proposing key personnel from educational/research institutions, a ‘No
Objection Certificate’ from the competent authority of concerned institution should be enclosed with
the CV of the proposed key personnel committing his services for the instant project.
xiv) Original Curriculum Vitae (CV) and photocopies of certificates shall be recently
signed in blue ink by the proposed key professional staff on each page and also initialled by an
authorized official of the Firm and each page of the CV must be signed. The key information
shall be as per the format. Photocopy of the CVs will not be accepted. Unsigned copies of CVs
shall be rejected.

1.14.5 The technical proposal must not include any financial information.

1.15 Financial Proposal


1.15.1 The Financial proposal should include all the costs associated with the assignment. These
shall normally cover, remuneration for staff (foreign and local, in the field, office etc.),
accommodation, transportation, equipment, requisite testing, preparation of rehabilitation schemes
where ever necessary,printing of documents, surveys, geotechnical investigations etc. This cost
should be brokendown into foreign and local costs. However, after assessment of all incidental costs,
the financial proposal should be prepared strictly using the formats attached in Appendix – IV
Form-F2. The financial proposal should clearly indicate the amount asked for by the firms without
any assumptions of conditions attached to such amounts.Conditional offer or the proposal not
furnished in the format attached in Appendix-IV shall be considered non-responsive and is liable to
be rejected.
1.15.2 The financial proposal shall take into account all types of the tax liabilities (including
GST or any other tax ) and cost of insurance as per standard rules. No separate payment will
be made except as indicate in financial proposal.
1.15.3 Costs shall be expressed in Indian Rupees in case of domestic as well as for foreign
Consultant. The payments shall be made in Indian Rupee only by the authority or his authorised
representative and the Consultant themselves would be required to obtain foreign currency to the
extent quoted and accepted by authority or his authorised representative. Rate for foreign exchange
for payment shall be at the rate established by RBI applicable at the time of making each payment
instalment on items involving actual transaction in foreign currency. No compensation done to
fluctuation of currency exchange rate shall be made.

1.16 Submission of Proposals:


1.16.1 Both the Technical Proposal & Financial Proposal is to be submitted online in the
specified e-tendering portal.
1.16.2 For details of submission procedure, refer Annexure-I: Instructions to Bidders.
1.16.3 The proposal must be valid for the number of days stated in the Data Sheet.

1.17 Proposal Evaluation: The proposals would be evaluated by a Committee constituted by


the authority. A three-stage procedure will be adopted in evaluating the proposal

Page 11 of 55
1.17.1 The First Stage, the Proof of Eligibility:
1.17.1.1 The Proof of Eligibility will be examined as to whether:
i) The proposals have been received on or before the dead line of submission.
ii) The Proposal is accompanied by Bid Security instrument/document of required value and
of validity equal or more than the minimum required validity vide Para 1.10.
iii) The proposal is accompanied by Document fee (if any, vide Para 1.13.1/iv).
iv) The documents are properly signed by the authorized signatories and whether the
proposal contains proper POA as mentioned in Para 1.8 above.
v) The firms(s) have required experience
vi) The firms(s) have required turnover
1.17.1.2 In case answers to any of the above items are ‘No’, the bid shall be declared as non-
responsive and the proposal shall not be evaluated further.
1.17.1.3 A Consultant satisfying the minimum Eligibility Criteria as mentioned in the Data sheet
and who had submitted the above mentioned documents shall be declared “pass” in Proof of
Eligibility and the Part- 2 (Technical Proposals) of only those consultants shall be opened and
evaluated further.

1.17.2 The Second Stage, Technical Evaluation:


1.17.2.1 The Technical proposal shall be evaluated as per the Evaluation Criteria given in Data
Sheet.

1) 1.17.2.2 A proposal securing 75 points shall be declared pass in the evaluation of


Technical Proposal. The technical proposal should score at least 75 points out of 100 to be
considered for financial evaluation. The CV of the proposed Team Leader should score at
least 75 % marks otherwise the entire proposal shall be considered to have failed in the
evaluation of Technical Proposals and shall not be considered for opening of Financial
Proposals.

1.17.3 The Third Stage: Evaluation of Financial Proposal


1.17.3 In case only one firm becomes eligible for opening of Financial Proposals, the Financial
Proposal may or may not be opened. The decision of the competent authority in this respect shall be
final and binding.
1.17.3.2 The evaluation committee will determine whether the financial proposals are complete
(i.e. whether they have included cost of all items of the corresponding proposals; if not, then their
cost will be considered as NIL but the consultant shall however be required to carry out such
obligations without any compensation. In case, if Authority feels that the work cannot be carried out
within overall cost of financial proposal, the proposal may be rejected. The Authority shall correct
any computational errors and correct prices in various currencies to the single currency specified in
Data Sheet.

1.18 Computation of Financial Score:

1.18.1 BIDs will be evaluated for the Project on Qualification and Cost Based Selection
procedure on the basis of the Combined Score (Technical Score 75% + Financial Score 25%). In
this e-NIB, the term “Selected Consultant/ Bidder” shall mean the bidder who scores highest in
Combined Score. In selection procedure first the Technical Bids of the participating responsive
bidders will be evaluated to ascertain the Technical Score Criteria (Total marks=100), then
Financial Bids of the Technically Qualified and Responsive Bidders will be opened and rank of
the Bidders will be determined on the basis of Combined Score. The First Ranked (H-1) Bidder
having the highest combined score shall be considered as the Selected Bidder.
Page 12 of 55
1.18.2 Generally, the First Ranked (H-1) Bidder as Selected Bidder shall be awarded with the
work. In case such First Ranked Bidder/Selected Bidder withdraws, or fails to comply with the
requirements specified in this Bid Document or whatsoever reason, the Second Ranked (H-2)
Bidder shall be kept in reserve and may be invited for negotiation, or otherwise the Authority shall
annul the Bidding Process and invite fresh BIDs.

1.18.3 Combined evaluation of Technical and Financial Proposals. Proposals will finally be
ranked according to their combined technical (ST) and Financial (SF) scores using the weights
indicated in the Data Sheet:

S = (ST) x T + (SF) x f

Where, S= Combined Score, ST= Technical Score out of 100, SF= Financial Score out of 100 and
“T” and “ f” are values of weightages for technical ( 75 % ) and financial ( 25 % ) proposals
respectively, as given in the Data Sheet.

1.19 Negotiations& Reduction in remuneration of key personnel


1.19.1 Prior to the expiration period of proposal validity, the Authority will notify the selected
Consultant/Bidder i.e. the highest ranking consultant in writing by registered letter, e-mail, or
facsimile and invite him to negotiate the Contract.
1.19.2 Before the start of negotiations, the selected Consultant/Bidder (H-1) shall be asked to give
justification for the cost quoted by them to the full satisfaction of the Authority or his authorised
representative. Each key personnel of the preferred consultant shall be called for interview at the time
of negotiation at the cost of consultant before the award of work.
1.19.3 Negotiations normally take two to three days. The aim is to reach agreement on all points and
initial a draft contract by the conclusion of Negotiations.
1.19.4 Negotiations will commence with discussion on technical proposal, the proposed methodology
(work plan), staffing and any suggestions made to improve the TOR, the staffing and bar charts,
which will indicate activities, periods in the field and in the home office, staff months, logistics and
reporting. The financial proposal is subject to rationalization. Special attention will be paid to
optimize the required outputs from the Consultants within the available budget and to define clearly
the inputs required from the Authority to ensure satisfactory implementation of the Assignment.
1.19.5Having selected Consultants, among other things, on the basis of an evaluation of proposed key
professional staff, the Authority expects to negotiate, within the proposal validity period, a contract
on the basis of the staff named in the proposal and, prior to contract negotiations, will require
assurances that the staff will be actually available. The Authority may ask to give a replacement for
the key professional who has scored less than 75% marks by a person of at least 75% score. No
reduction in remuneration would be made on account of above change at negotiation stage.The
Authority will not consider substitutions during contract negotiations except in cases of incapability
of key personnel for reasons of health. Similarly, after award of contract the Authority expects all of
the proposed key personnel to be available during implementation of the contract.

1.19.6The Authority will not consider substitutions during contract negotiations/ contract
implementation except under exceptional circumstances.
For the reason other than death/ extreme medical ground, where replacement is proposed by
the Consultant due to non-availability of the originally proposed key personnel or in cases
where replacement has become necessary as a key personnel proposed by the Consultant has
been found to be unsuitable for the project by the Authority or his authorised representative
during contract negotiations / contract implementation, the following shall apply
i) for total replacement upto 33% of key personnel, payment shall be reduced by 10% of
total key personnel cost,

Page 13 of 55
ii) for total replacement between 33% to 50%, payment shall be reduced by 15% of total key
personnel cost,
iii) for total replacement beyond 50% and 66% payment shall be reduced by 20% of total
key personnel cost,
iv) for total replacement beyond 66% of the total key personnel, the Authority may initiate
action for debarment of such consultant for future projects of authority for a period of 6
months to 24 months.
If for any reason beyond the reasonable control of the consultants, it becomes necessary to replace
any of the personnel, the consultants shall forthwith provide as a replacement a person of equivalent
or better qualification and experience.
1.19.7The negotiations will be concluded with a review of the draft Contract Agreement attached at
Appendix-V. The Authority and the Consultants will finalize the contract to conclude negotiations.

1.19.8If a Consultant fails to conclude the negotiations with the authority or his authorised
representative or in case a consultant withdraws without starting / completing the negotiations with
the authority or his authorised representative, it may attract penalty – encashment of Bid Security
submitted by the Consultant.

1.20 Performance Security


1.20.1 The consultant will furnish within 15 days of the issue of Letter of Acceptance (LOA), an
unconditional Bank Guarantee for an amount equivalent to 10% of Contract Price towards
Performance Security, valid for a period of three month beyond the defect liability period
ofservices. In case extension of time is granted for any reason, it will be bidder’s responsibility to
extend the validity of BG for a period of three month beyond the defect liability period of services. If
a Consultant fails to submit the Performance Security, it shall attract penalty in the form of
encashment of Bid Security submitted by the Consultant.

1.20.2The BG will be issued by a Scheduled Bank, approved by RBI, having a net worth of not less
than 500 crore as per latest Annual Report of the Bank. In the case of a Foreign Bank (issued by a
Branch in India) the net worth in respect of Indian operations shall only be taken into account. In case
of Foreign Bank, the BG issued by Foreign Bank should be counter guaranteed by any Scheduled
Bank in India.

1.20.3The Bank Guarantee, specified under Clause 1.20.1 will be released by the authority or his
authorised representative after expiry of defect liability period.

1.21 Penalty:
1.21.1 The consultant will indemnify for any direct loss or damage that accrue due to deficiency in
services in carrying out Detailed Project Report. Penalty shall be imposed on the consultants for poor
performance/deficiency in service as expected from the consultant and as stated in General
Conditions of Contract (Section-4) and elsewhere of the contract document.

1.22 Award of Contract:


1.22.1 After successful Negotiations with the selected Consultant the Authority shall issue letter of
award and ask the Consultant to provide Performance Security. If negotiations fail or the selected
Consultant fails to provide performance security within the prescribed time or the Consultant fail to
sign the Contract Agreement within prescribed time, the Authority may invite the 2 ndhighest ranking
bidder Consultant for Contract negotiations.

1.23 Signing of Contract Agreement

1.23.1 After having received the performance security and verified it, the Authority shall invite the
selected bidder for signing of Contract Agreement on a date and time convenient to both parties
within 15 days of receipt of valid Performance Security.

Page 14 of 55
1.24 The Authority shall keep the bidders informed during the entire bidding process and shall host
the following information on its website:
i) Request For Proposal (RFP)
ii) Replies to pre-bid queries, if any
iii) Amendments / corrigendum to RFP
iv) List of bidders who submitted the bids up to the deadline of
submission
v) List of bidders who did not pass the eligibility requirements, stating the broad
deficiencies
vi) List of bidders who did not pass the Technical Evaluation stating the reasons.
vii) List of bidders along with the technical score, who qualified for opening the
financial bid
viii) Final Score of qualified bidders
ix) Name of the bidders who is awarded the Contract

1.25 Extension of time:


Every attempt are to be taken to complete the job within the time specified. Extension of time shall
ordinarily be not granted. However, if the completion of service is delayed due to the reasons
beyond the control of the consultant, suitable extension may be granted by the Authority on receipt
of express request along with full justification. In case of grant of any time extension, the
consultant upon advice shall also suitably extend the validity of the performance Bank Guarantee.

Superintending Engineer
North Bengal Highway Circle
P. W. (Roads) Directorate

Page 15 of 55
Section-2
Annexure-I of RFP

Instructions to Bidders
(References to Clause1.16.2 of RFP)

2.0 General guidance for e-Quotation


Instructions/ Guidelines for tenders for electronic submission of the tenders online have been annexed for
assisting the contractors to participate in e-Quotation.

2.1 Registration of Contractor/Consultant


Any contractor willing to take part in the process of e-Quotation will have to be enrolled & registered with
the Government e-Procurement system, through logging on to https://wbtenders.gov.in(the web portal of
public works department) the contractor is to click on the link for e-Quotation site as given on the web
portal.

2.2 Digital Signature certificate (DSC)


Each contractor is required to obtain a class-II or Class-III Digital Signature Certificate (DSC) for
submission of tenders, from the approved service provider of the National Information’s Centre (NIC) on
payment of requisite amount details are available at the Web Site stated in Clause 2 of Guidelines to
Tenderer DSC is given as a USB e-Token.

2.3 Downloading of Tender Documents


The contractor can search & download NIT & Tender Documents electronically from computer once he
logs on to the website mentioned in Clause 2.1 using the Digital Signature Certificate. This is the only
mode of collection of Tender Documents.

2.4 Participation in more than one work


A consultant can bid for more than one package by submitting separate technical bid and separate
financial bid with separate team composition for each package.

CV of same Key Personnel if submitted by more than one consultant, zero marks shall be given for
such CV. Upon becoming successful bidder, key personals from the team will be called for
interview. The LOA will be issued only after getting satisfied with the key personals.

2.5 Submission of Bids.


Bids are to be submitted through online the website stated in Cl. 2.1 in two folders at a time for each
work, one in Technical Proposal & the other is Financial Proposal before the prescribed date & time using
the Digital Signature Certificate (DSC) the documents are to be uploaded virus scanned copy duly
Digitally Signed. The documents will get encrypted (transformed into non readable formats).

2.6 Technical proposal


The Technical proposal should contain scanned copies of the following further two covers (folders).

2.6.1 Statutory Cover Containing the Proof of Eligibility:


i) Scanned &Digitally signed copy of Forwarding letter for Proof of Eligibility in the Form-E1.
ii) Scanned & Digitally signed copy of Firm’s relevant experience and performance for the last 5
years in Form E2/T3
iii) Scanned &Digitally signed copy of Firm’s turnover for the last 3 (three) years in Form E3.
iv) Scanned &Digitally signed copy of Document fee instrument, if any.
v) Scanned &Digitally signed copy of Bid Security instrument. (Form E4)
vi) Scanned &Digitally signed copy of Power of Attorney.

Page 16 of 55
2.6.2 Non-statutory Cover Containing the Technical Proposal:
1) Scanned & Digitally Signed copy of Forwarding Letter for Technical Proposal
in Form-T1.
2) Details of Project in Form-T2.
3) Scanned &Digitally signed copy of Firm’s relevant experience and
performance for the last 5 years in Form E2/T3.
4) Site Appreciation by the Bidders in Form-T4
5) Comments on Terms of Reference: limited to two A4 size pages in 1.5 line
spacing and 12 size font (in Form-T5).
6) The composition of the proposed Team and Task Assignment to individual
personnel: in Form-T6.
7) Proposed methodology for the execution of the services illustrated with bar
charts of activities, including any change proposed in the methodology of
services indicated in the TOR, and procedure for quality assurance: in Form-T7
8) CVs of Key Personnel in Form-T11
9) Scanned copy of documents towards ownership/leasehold of MBIU equipment.
10) Professional Tax (PT) deposit receipt challan for the financial year 2023-2024,
Pan Card, Latest IT Return for last three years, GST Registration Certificate.
11) Valid Trade licence.
Note:- Failure of submission of any of the above mentioned documents will render the tender liable to be
summarily rejected for both statutory & non statutory cover.

2.7 Financial proposal


The financial proposal should be submitted in one cover (folder). The Financial proposal is to be
submitted in the prescribed format as given in this RFP and shall be uploaded virus scanned & Digitally
Signed by the contractor.

2.8 Schedule for Submission of Bid:


Sl Particulars Date & Time
No
1 Date of uploading NIT & Bid Documents (On line) 11/01/2024
2 Bid Documents Download Start Date & Time
11/01/2024 at 11.00 hrs
(Online)
3 Last date of receiving queries on the Bid / RFP
15/01/2024 upto 14.00 hrs
documents
4 Pre-Bid Meeting 18/01/2024 at 14.00 hrs
5 Uploading of response to queries in e–mail 19/01/2024 at 16.00 Hrs
6 Start Date & Time of Submission of Bid (Technical 19/01/2024 at 18.00 hrs
Bid & Financial Bid) (on line)
7 Last date & time of Submission of Bid (Technical Bid
05/02/2024 upto 14.00 hrs
& Financial Bid) (on line)
8 Date of Submission of hard copy of technical proposal 06/02/2024 upto 14.00 hrs
9 Date of Opening of Technical Bid 07/02/2024 after 14.00 hrs
10 Date of technical presentation by eligible bidders To be notified later on
11 Verification of original documents of participated The Tender Inviting Authority may verify
bidders the original documents of participated
bidders (including Key Personnels) on any
day after opening of technical bid
12 Date & Time of opening Financial Bid To be notified later on

Superintending Engineer
North Bengal Highway Circle
P. W. (Roads) Directorate

Page 17 of 55
Section-3
Annexure-II of RFP

DATA SHEET
(References to corresponding paragraphs of RFP are mentioned alongside)

3.0 The Name of the Assignment & Authority: (Ref. Para 1.00)
Name of work
Supervision Consultancy Services for the construction of --
1. Chengrabandha Mathabhanga Coochbehar Road from 18.000 Kmp to 52.000 Kmp , Widening and
Strengthening work under Coochbehar Highway Division in the district of Coochbehar ; Project ID-
PD232404136S001 ( Job No- 1 )
2. New Bridge across the river Balason at 5.7 Km of Garidhura Mirik Simanabusty Road , Construction
Work under Darjeeling Highway Division in the district of Darjeeling , Project ID: PD2324402423S000(
Job No- 2 )

Job No Length of Bid Security / Earnest Money Period of Authority


Road /Length Completion
of bridge

1 34.00 Km Refer Section-3 Superintending Engineer North


Refer Section-3 (Data Sheet)
(Data Sheet) Bengal Highway Circle Public
2 186.00 m Refer Section-3 Work (Roads) Directorate ,Govt
Refer Section-3 (Data Sheet)
(Data Sheet) of West Bengal

3.1 The name of the Authority/Authority: As stated above.

3.2 Duration of the Assignment:

Sl No Period of Completion

1 900 days

3.3 Date, Time and Venue of Pre-Bid Conference: (Ref. Para 1.9)

Date: As specified in Annexure-I, Instructions to Bidders (Cl. 2.8)


Time: As specified in Annexure-I, Instructions to Bidders (Cl. 2.8)
Venue: Office of the Superintending Engineer, North Bengal Highway Circle, Saktigarh, P.W.D. More,
Siliguri, Pin–735005, Phone No. (0353) 2468527

3.4 The Documents are enclosed: (Ref. Para 1.11.1)


 Appendix – I : Terms of Reference
 Appendix – II: Formats for Proof of Eligibility
 Appendix – III: Formats for Technical Proposal
 Appendix – IV: Formats for Financial Proposal
 Appendix – V: Draft Contract Agreement
Page 18 of 55
 Appendix – VI Brief description of contract work to be supervised

3.5 Bid Security Amount (Ref Para 1.10):

Sl No Bid Security / Earnest Money

1 Rs 2,00,000/- (Rupees two lakhs ) only

3.6 Tax and Insurance (Ref. Para 1.15.2):


The Consultants and their personnel shall pay all taxes, custom duties, fees, levies, GST and other
impositions levied under the laws prevailing seven days before the last date of submission of the bids.
The effects of any increase / decrease of any type of taxes levied by the Government (central and State)
during the pendency of their contract shall be borne by the Consultant, as appropriate.

3.7 The number of proposal required to be submitted: A consultant can bid for more than one
package( if applicable ) by submitting separate technical bid and separate financial bid with separate
team composition for each package.(Ref. Clause1.3)

3.8 The address for communication:


A) During Bidding Process:- Office of the Superintending Engineer, North Bengal Highway Circle,
P.W.D. more, Saktigarh, Siliguri, 734005 Phone No. (0353) 2468527
B) During Execution:-Executive Engineer, Coochbehar Highway Division, Near madan Mohan
temple, Coochbehar. (for Job No-1 )
C) During Execution:- Executive Engineer, Darjeeling Highway Division, Saktigarh , PWD More
Siliguri ( for Job No-2 )

3.9 Proposal Validity Period (Number of days): 120 days after opening of Technical Bid (Ref. Clause
1.16.3)

3.10 Detailed Evaluation Criteria:

3.10.1 Minimum Eligibility Requirement:


i) The applicant shall fulfil all the requirements given in Table-1.
ii) If the applicant firm has / have successfully completed as a Supervision Consultant
/Authority Engineer’s Job for Central Govt/State Govt/NHAI/State PWD/Public undertaking---
a) Minimum a single road project of Expressway/NH/SH/MDR of minimum 2-lane specification
of length not less 25 Km and total length of such consultancy should not be less than 50 Km

and
Minimum a single river bridge project on Expressway/NH/SH/MDR of minimum 2-lane
specification of Well Foundation /Pile Foundation with Steel arch/RCC/Steel-RCC composite
superstructure of individual span not less than 25 m and total length of bridge not less than 75
m.

Page 19 of 55
Table-1: Minimum Eligibility Requirements
Technical Eligibility Financial Eligibility
i) The bidder solely must have successfully In the last three financial years
completed as a Supervision Consultant
i) The bidder should have average annual turnover
/Authority Engineer’s Job for Central
not less than Rs. 5.0 Crore during the last 3 years
Govt/State Govt/NHAI/State PWD/Public
undertaking--- (for currencies other than Indian Rupees, the
a) Minimum a single road project of applicable conversion [selling] rate of Reserve
Expressway/NH/ SH/MDR of minimum 2- Bank of India on the last date of bid submission
lane specification of length not less 25 Km shall apply). Documentary proof in the form of a
and total length of such consultancy should Certificate from the statutory auditor/charted
not be less than 50 Km accountant of the Bidder’s company strictly as per
and the format specified in Section 7 duly signed and
Minimum a single river bridge project on stamped by the statutory auditor/charted
Expressway/NH/SH/MDR of minimum 2- accountant needs to be submitted as proof for the
lane specification of Well Foundation /Pile above. Any declaration or letter from the Bidder in
Foundation with Steel arch/RCC/Steel-RCC any other format will not be accepted.
composite superstructure of individual span
a)
not less than 25 m and total length of bridge ii) Net Worth should be positive
not less than 75 m .

iii) The turnover of firm’s for Financial Year 2020-21, 2021-22 & 2022-23 shall be considered for
evaluation.
3.10.2 Technical scoring point distribution:

3.10.2.1 Evaluation of technical bid shall be done based on the following:


Sl. Evaluation Criteria Max.
No Marks
1 The bidder solely must have successfully completed as a Supervision Consultant /Authority 30
Engineer’s Job for Central Govt/State Govt/NHAI/State PWD/Public undertaking---
Minimum a single road project of Expressway/NH/ SH/MDR of minimum 2-lane
specification of length not less 25 Km and total length of such consultancy should not be
less than 50 Km
and
Minimum a single river bridge project on Expressway/NH/SH/MDR of minimum 2-lane
specification of Well Foundation /Pile Foundation with Steel arch/RCC/Steel-RCC
composite superstructure of individual span not less than 25 m and total length of bridge not
less than 75 m .
3 Key Personnel 55
4 Methodology & Work Plan 10
5 Structure and Organization 5
TOTAL 100

Only bids securing > 75% marks shall qualify for further consideration.

Page 20 of 55
3.10.2.2 The marking criteria will be based on the following:

i) Past experience of firm or Institution in completing as supervision Consultant/Authority Engineer a single road
project of Expressway/NH/ SH/MDR of minimum 2-lane specification of length not less 25 Km and
total length of such consultancy should not be less than 50 Km

a) Road project On Expressway/NH/SH/MDR of - 5 marks/assignment, max of


overall length more than 35 Km or above 15 marks
b) Road project On Expressway/NH/SH/MDR of - 4 marks/assignment, max of
overall length more than 30 Km or above 12 marks
c) Road project On Expressway/NH/SH/MDR of - 3 mark/ assignment, max of
overall length more than 25 Km or above 12 marks

AND

ii) Past experience of firm or Institution in completing as supervision Consultant/Authority Engineer Minimum a
single river bridge project on Expressway/NH/SH/MDR of minimum 2-lane specification of Well
Foundation /Pile Foundation with Steel arch/RCC/Steel-RCC composite superstructure of individual
span not less than 25 m and total length of bridge not less than 75 m .

a) Bridge project On Expressway/NH/SH/MDR of - 5 marks/assignment, max of


individual span more than 40 m and overall length more 15 marks
than 100 m or above
b) Bridge project On Expressway/NH/SH/MDR of - 4 marks/assignment, max of
individual span more than 30 m and overall length more 12 marks
than 75 m or above
c) Bridge project On Expressway/NH/SH/MDR of - 3 mark/ assignment, max of
individual span more than 25 m and overall length more 12 marks
than 75 m or above

iii) Key Personnel will be evaluated as per Clause 3.10.3

iv) Methodology& Work Plan- Maximum 10 marks: The marks will be provided on the basis of quality of
approach and the methodology, work program and manning schedule proposed.

v) Structure and Organization- Maximum 5 marks:-

Sl. No. Formation of company Marks


1 5 years before date of NIT 5
2 Less than 5 years before date of NIT 2

vii) The bidders are advised in their own interest to frame the technical proposal in an objective
manner as far as possible so that these could be properly assessed in respect of points to be given
as part of evaluation criteria.

Page 21 of 55
3.10.3. List of Key Personnel & Supported Staffs to be deployed on contract work (for each package)

Key Personnel (Professional Staff)


Sl.
No. Personnel Essential Qualification Number

Resident Engineer cum Team BE/B Tech Civil +15 years’ professional
1
Leader cum Road safety Expert experience 1
BE/B Tech Civil +10 years’ professional
2 Contract Specialist 1
experience
BE/B Tech Civil +10 years’ professional
3 Bridge /Structural Engineer 1
experience
BE/B Tech Civil with 10 years professional
4 Material Engineer experience or Diploma in Civil with 15 years’ 2
professional experience
BE/B Tech Civil +5 years’ professional
5 Highway Engineer experience or Diploma in Civil Engineer with
2
+10 years professional Experience
Total 7

Sub Professional / Supported Staff


Sl.
No. Personnel Essential Qualification Number

Diploma in Civil + 5 years


1 Quantity Surveyor 1
professional experience
Diploma in Civil +3 years
Professional Experience or ITI
2 Surveyor 1
Certificate holder with 5 years’
professional experience
Diploma in Civil +2 years
Professional Experience or ITI
3 Lab Technician 2
Certificate holder with 3 years’
professional experience
Total 4

C1 - Qualification and competence of following professional/sub-professional staff for the assignment shall
only be evaluated. The weightage for various key staff are as under:-

S.No Staff Position Marks

1 Resident Engineer cum Team Leader cum Road safety Expert 15


2 Contract Specialist 8
3 Bridge /Structural Engineer 10
4 Material Engineer 6 x 2 = 12
5 Highway Engineer 5 x 2 = 10
Total 55

Page 22 of 55
C2 - Sub criteria for qualification of key Personnel (i.e. Professional staff)

Sl. No Qualification Marks (%)


1 General qualifications 25
2 Adequacy for the project 70
3 Employment with the firm 5

Total 100

C2.1 - Sub Criteria for General Qualification-:


S. No Qualification Marks
1 Educational Qualification 10
2 Professional Experience 15
Total 25

C2.1.1 - Sub Criteria for Educational Qualification- Maximum 10Marks.:-

S. No Staff Position Qualification Marks


1 Resident Engineer cum BE/BTech in Civil
Team Leader cum Road Engineering 8
safety Expert
MTech/ME in Structural +2
Engineering or equivalent
2 Contract Specialist BE/BTech Engineering in Civil
Engineering 8
MBA /LLB / ME in Construction
+2
management or equivalent
3 Bridge Engineer BE/BTech Engineering in Civil 8
Engineering
MTech/ME in Structural +2
Engineering or equivalent
4 Material Engineer BE/BTech Engineering in Civil 8
Engineering
MTech/ME in geotechnical +2
Engineering or equivalent
5 Highway Engineer BE/BTech in Civil
Engineering 8

MTech/ME in Highway
+2
engineering or equivalent

Page 23 of 55
C2.1.2 - Sub Criteria for Professional Experience - Maximum 15 Marks.:-

S. No Staff Position Experience Marks


1 Resident Engineer cum Team Leader 15
cum Road safety Expert 20 years & more

More than 15 but less than 20 12


Less than 15 years 0
2 Contract Specialist 12 years & more 15
12
More than 10 but less than 12
Less than 10 years 0
3 Bridge Engineer 15
12 years & more

More than 10 but less than 12 12

Less than 10 years 0


4 Material Engineer 12 years & more 15
More than 10 but less than 12 12
Less than 10 years 0
5 Highway Engineer 15
7 years & more
12
More than 5 but less than 7
Less than 5 years 0

C2.2 - Sub Criteria for Adequacy for the project- Maximum 70 marks:-

Sl. NoStaff Position Experience Marks


(i)Experience in
20 marks/assignment, maximum 40
specific positions in
Resident Engineer cum marks.
similar projects
1 Team Leader cum Road
safety Expert (ii)Experience relevant to
10marks/assignment, maximum 30
particular assignment, not
marks
included in (i)above
(i)Experience in
20 marks/assignment, maximum 40
specific positions in
marks.
similar projects
2 Contract Specialist
(ii)Experience relevant to
10marks/assignment, maximum 30
particular assignment, not
marks
included in (i)above
(i) Experience in
20 marks/assignment, maximum 40
3 Bridge Engineer specific positions in
marks.
similar projects

Page 24 of 55
Sl. NoStaff Position Experience Marks

(ii) Experience relevant to


10marks/assignment, maximum 30
particular assignment, not
marks
included in (i) above

(i) Experience in
20 marks/assignment, maximum 40
specific positions in
marks.
similarprojects
4 Material Engineer
(ii) Experience relevant to
10marks/assignment, maximum 30
particular assignment, not
marks
included in (i) above

(i) Experience in
20 marks/assignment, maximum 40
4 Highway Engineer specific positions in
marks.
similarprojects
(ii) Experience relevant
toparticular 10marks/assignment, maximum 30
assignment, not marks
included in (i)above

C2.3 - Sub Criteria for Employment with the firm –maximum 5marks-:

S. No Criteria Marks
1 Employed for more than 3 years 5
2 Employed for less than 3 but more than 1 3
3 Employed for less than one year 0

3.11 The Consultant should carryout self-evaluation based on the evaluation criteria as specified in this
section. While submitting the self-evaluation along with bid, Consultant shall make references to the
documents submitted in their proposal which have been relied upon in self-evaluation.

3.11.1Marks of technical evaluation shall be made available on the website giving opportunity to the bidders
to respond within 2 days in case they have any objection.

3.12 Evaluation of Proposal


3.12.1 The evaluation of proposal shall be as per Clause 1.17 of RFP (Section-1).
3.12.2 Each Key Personnel should score a minimum of 75% of individual allotted marks or more. A
Proposal shall be rejected if the Team Leader scores less than 75% marks.
3.12.3 In case more than 1 (one) CV of key personnel, other than the Team Leader, fails to score 75% marks,
the proposal shall be rejected as a whole. In case of 1 (one) key personnel, other than the Team-Leader, fails
to score 75% marks, the same personnel shall be replaced by a suitable candidate under provision of Clause
1.14.4 of RFP (Section-1).
3.12.4 However, if the number of such pre-qualified bidders are less than 2 (two), the Authority may, in its
sole discretion, reduce the qualifying marks in order to have at least 3 (three) pre-qualified bidders.
Evaluation of Technical Proposal by the Authority shall not be questioned by any of the bidders.
Page 25 of 55
3.12.5 The Authority reserves the right to ask for technical elaborations/clarifications in the form of a
technical presentation from the Bidders on the already submitted Technical Proposal at any point of time
before opening of the Financial Proposal. Decisions taken by the Authority in the Technical evaluation shall
be taken as final.

3.13 Evaluation of Financial proposal


3.13.1 Financial Proposals of all Qualified Consultants in accordance with clause 1.17.2 and 1.17.3
of RFP (Section-1) shall be opened.
3.13.2 The consultancy services will be awarded to the consultant scoring highest marks in
combined evaluation of Technical and Financial proposals in accordance with clause 1.18.3of RFP
(Section-1).
3.13.3 The weightage Factors are:---
The weightage given to Technical Proposal (T) = 0.75
The weightage given to Financial Proposal (f) = 0.25
3.13.4 The common currency is “Indian Rupee”. (Ref. Clause1.15.3) Consultants have to quote in
Rupees both for domestic Consultant as well as Foreign Consultants.

3.14 Commencement of work:


The Consultants shall commence the Services within seven days of the date of effectiveness of the
contract at locations as required for the project stretch stated in TOR. (Ref. Para 1.2 of Section-1).

3.15 Document Fee: No document fee is applicable at the time of participation of bid, but the selected
bidder shall have to pay cost of bidding document @ Rs 5000/ set (Rupees Five Thousand only per
set), total for 5 sets for each package (Rs 25,000.00) for the following distribution.

1. Superintending Engineer/ Contract Signing Officer = 1 set


2. Executive Engineer , Darjeeling Highway Division = 1 set
3. Executive Engineer , Coochbehar Highway Division = 1 set
4. Selected Bidder = 1 set
5. AG Bengal = 1 set
Total = 5 sets

Page 26 of 55
Section-4
ANNEXURE - III

GENERAL CONDITIONS OF THE CONTRACT (FINANCIAL AND LEGAL)

4.0 GENERAL

The consultant will bear all the cost relating to fulfilment of obligation under the contract .
The Consultant will procure all necessary equipment/machine required for providing services as per
terms and condition defined in terms of Reference ( TOR ) for the period of service. No separate
charges shall be paid in any condition apart from as quoted in financial offer.

4.1 PAYMENT TERMS

4.1.1 Payments will be made in Indian Rupees only.

4.1.2 Payments shall be adjusted for deductions for advance payments, security deposit, other recoveries
in terms of the Contract and taxes at source, as applicable under the law.
4.1.3 Separate BOQ for payment will be provided for each job and payment would be as per BOQ by
the respective Executive Engineer under whom the work is executed.

4.2 ADVANCEPAYMENT

4.2.1 The Authority will make the advance payment to the Consultant against provision by the Consultant
of an Unconditional Bank Guarantee from a scheduled bank in India under RBI acceptable to the
Authority in amounts equal to 110% of the advance payment, up to 10% of Contract Value. The
guarantee shall remain effective until the advance payment including interest has been repaid, but the
amount of the guarantee shall be progressively reduced by the amounts repaid by the Consultant.

4.2.2 The Consultant is to use the advance payment only to pay for procurement/hiring of Equipment/
Mobilization expenses required specifically for the Work. The Consultant shall demonstrate the
advance payment has been used in this way by supplying copies of invoices or other documents.

4.2.3 The advance payment shall be repaid with simple interest @ 12% applicable on the date of release of
mobilization advance by deducting from payments otherwise due to the Consultant.

4.2.4 The mobilization advance with interest will be recovered in minimum two and maximum three
instalments from running bill. In any case, the mobilization advance with interest must be recovered
well before final bill. No account shall be taken of the advance payment or its repayment in assessing
valuations of work.

4.3 PAYMENT SCHEDULE

4.3.1 Payments will be made from respective DDO in whose jurisdiction the work is executed . Payment
would be made on quarterly basis for the services provided during the previous quarter .

Page 27 of 55
4.3.2 The part payment may not be allowed. In extreme cases part payment may be considered But the
decision of the Authority will be final & binding in this regard.

4.4 PRICES
4.4.1 The rates and prices quoted by the bidder shall be fixed for the duration of the contract and
shall not be subjected to any price adjustment. Bidder should quote their rates accordingly

4.4.2 Bidder shall quote their bid component wise in the BOQ format provided in the bid . GST and labour
welfare cess has been provided separately in BOQ . However Bidder may consider other taxes and
liability in respect of Octroi, Entry Tax, Custom/ Excise Duty ,Packing, Forwarding, Freight,
Insurance etc , if any for completing the job . No other payment except as quoted in financial bid
will be entertained .

4.4.3 Custom/Excise duty exemption will be as per the applicable provisions of relevant act. Octroi / Entry
tax will be as applicable. For these taxes the bidder may find out themselves the applicable
exemptions and quote accordingly. The Authority would not be liable to pay them later as these
taxes are supposed to be taken in to account by the bidder in the bid.

4.5 AUTHORITY’S RIGHTS

4.5.1 The Authority reserves the right to make changes within the scope of the Contract Agreement at any
point of time.

4.5.2 The Authority reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids, at any time prior to award of contract without assigning any reason whatsoever and
without thereby incurring any liability to the affected bidder or bidders on the grounds of Authority’s
action.

4.6 SUB-CONTRACTING BY THE BIDDER

4.6.1 If sub-contracting for specialized work, is required, the Successful Bidder will take prior permission
from Authority. Under all circumstances, the value of works sub-contracted by Successful Bidder
should not exceed 25% of the Contract Price. The Bidder is required to provide the details of the
activities that it proposes to subcontract to third parties as per format given. The Authority depending
upon the merit may or may not allow such sub-contracting. The bidder will not be exempted from
their contractual obligations even if such sub-contracting is allowed by the Authority. Decision of
the Authority in this regard will be final and binding.

4.6.2 In any case, the Selected Bidder shall be solely responsible to ensure compliance of all obligations
under the contract.

4.7 Changes in a Firm

4.7.1 Where the consultant is a partnership Firm, partners shall not be changed in the Firm except with the
previous consent in writing of the Authority, which may be granted only on a written undertaking by
the all (old/new) partners to perform the contract and accept all liabilities incurred by the firm under
the contract prior to the date of such undertaking.
4.7.2 On the death of any partner of the consultant firm before complete performance of the contract, the
Authority may, at the option of the consultant, cancel the contract, and in such case the consultant
shall have no claim whatsoever to compensation against the Authority.

4.7.3 If the contract is not determined as provided in sub-clause (ii) above, notwithstanding the retirement
of a partner from the Firm, he shall continue to be liable under the contract for acts of the Firm until
a copy of the public notice given by him under section 32 of the Partnership Act has been sent by
him to the authority by registered post acknowledgement due.

4.8 STANDARDS GOVERNING THE TENDER

Page 28 of 55
Wherever applicable, the standards published by following recognized bodies shall be applicable for
work/equipment/Specification under this contract.
i) Indian Road Congress
ii) Bureau of Indian Standards (BIS)
iii) MORTH , Specification for Road & Bridge work ( 5th Revision)
ii) International Standards Organization (ISO)

4.9 Breach of Contract and delay in (i) Collection of data, (ii) Submission of report , (iii)
Providing Key personnel and substitute thereof if necessary.

4.9.1 The Authority shall impose penalty on the selected bidder under the following circumstances.

i) Bidder fails to complete the job within the time specified in contract document or within
the extended time where extension is granted for the reason attributable to the bidder.

ii) Bidder fails to provide desired service as per terms and conditions of the contract.

iii) Bidder disagrees to abide by the terms and conditions of the contract, resulting breach of
contract.

iv) Bidder disagrees to adopt good engineering practise.

v) Bidder fails to provide Key Personnel and substitute Key Personnel as and when
required.

4.9.3 Authority shall, have the right to claim and deduct from the payments due for the sum of not
less than 0.50% (zero point five zero per cent ) of the contract price for each day subject to a
maximum of 10% (ten per cent) of the contract price for delayed services / personnel and/ or poor
quality services. This sum (claim of Authority) will be deducted from the payments due as first
attempt otherwise the performance guarantee (either part or full) will be revoked. Should the said
delay, breach of contract in respect of execution of the said services/ personnel exceed twenty days,
the Authority shall have the right to terminate this contract fully, or in so far as it relates to the
services / personnel which are subject matter of such delay, by sending written notice to that effect to
the Consultant, in which case the furnished performance Bank Guarantee will be revoked and the
said consultant may be debarred from participating any assignment / service/ quotation / tender of
State PWD for a period of 2 years.

4.9.4 However, if the completion of service is delayed due to the reasons beyond the control of the
consultant, suitable extension may be granted by the Authority on receipt of express request along
with full justification. In case of grant of any time extension, the consultant upon advice shall also
suitably extend the validity of the performance Bank Guarantee. It is made explicitly clear that the
payment of penalty shall not relieve the consultant from the obligations and liabilities under the
contract agreement.

4.9.5 The Authority is also entitled to cancel the contract either in whole or in part, if the consultant
fails to redo the rejected data of inventory and condition survey within one month from the date of its
notification, in which case the furnished performance Bank Guarantee will be revoked and the said
consultant may be debarred from participating any assignment / service/ quotation / tender of State
PWD for a period of 2 years.

4.10 LAWS GOVERNING THE CONTRACT

i) This contract shall be governed by the laws of India for the time being in force.

ii) Irrespective of the place of installation, the place of performance or place of payment under the
contract, the contract shall be deemed to have been made in Siliguri .

Page 29 of 55
iii) Jurisdiction of courts: The courts situated in Siliguri will be place to have jurisdiction to decide
any dispute arising out of or in respect of the contract.

4.11 CONSEQUENCE OF BREACH

4.11.1 The decision of the Authority, as to any matter or thing concerning or arising out of the
consultant or any partner of the consultant firm has committed a breach of any of the conditions of
the contract, shall be final and binding on the consultant in additional to what has been stated in
Clause 4.9.

4.11.2 Should the consultant or a partner in the consultant firm commit breach of either of the
conditions of the contract, it shall be lawful for the Authority to cancel the contract, and award the
contract to another consultant, at the risk and cost of the consultant.

4.12 RIGHT OF ACCEPTANCE OF OFFER

The Authority reserves the right to accept partly or reject any offer without assigning any reason
thereof. The Authority does not pledge itself to accept the lowest or any other tender and reserves to
itself the right of acceptance of the whole or any part of the tender or portion of the quantity offered
and the consultant shall supply the same at the rate quoted.

4.13 BANKRUPTCY

If the consultant commits any act of bankruptcy or goes into liquidation or shall commence winding
up by reasons of its insolvency or shall make an assignment for the benefit of creditor or goes into
liquidation, this agreement may be terminated wholly or in part by the Authority and amount paid in
advance if any received by the consultant shall become due to the Authority including interest.

Page 30 of 55
Section-5

ANNEXURE - IV

SPECIAL CONDITIONS OF THE CONTRACT

5.0 DEFINITION

These conditions given in this Section 5, supplement the “Instructions to the Bidders” given in Section 2 &
"General Conditions of the Contract (Financial and Legal) " given in Section 4 and in case of any conflict,
the conditions given herein shall prevail over those in Sections 2 and 4.

5.1 EQUIPMENT

5.1.1 Equipment / system, if any to be procured by the Consultant shall conform to the relevant
technical requirements necessary for execution of the contract.

5.1.2 Bidders have to give clause-by-clause compliance to the clauses mentioned in Section 5 of this
document along with reference to documentary support, giving the Page / Para number of the document.
The clauses for which the compliances are required to be provided by the Bidders are given in the Section-
6.

5.1.3 The cost of all data and / or analysis shall be fully borne by the consultant. Material put up for
inspection shall be those to be supplied and in quantities laid down in the Schedule of Quantities. Any
variation shall require the prior approval of the Authority before the material is manufactured/ offered for
inspection.

5.1.4 The Authority or its representative or any other third Party as will be decided by the Authority
may inspect and re-check the data and test report at all stages and shall have full powers to reject all or any
data that may be considered defective or inferior in quality. The Consultant shall carry out any additional
collection of data and test report at his cost as are necessary in the opinion of the Authority.

5.1.5 All material/equipment brought to site shall be permitted to be erected/utilized only after initial
inspection / acceptance by the Authority or its representative or any other third Party as will be decided by
the Authority.

5.1.6 The completed installation at all stages shall be subjected to checks and tests as decided by
Authority. The consultant shall be liable to remedy all of such defects as discovered during these checks
and tests and make good all deficiencies brought out as per good engineering practise.

5.1.7 The consultant shall advise the Authority at least 07 days in advance for inspection when any
equipment or a portion of the work is offered for inspection. The Authority or its representative or any
other third Party as will be decided by the Authority shall carry out inspection upon receipt of such advice.

5.2 PERFORMANCE AND SPARES

Consultant shall maintain sufficient spares for equipment utilized for performing their duties and
obligation under the contract by him for the satisfactory performance of the Contract.

5.3 INSURANCE

5.3.1 All insurances (e.g. all risk insurance including transit, fire, theft etc., third party insurance,
workmen’s compensation insurance etc.) are the responsibility of the Bidder. The equipment utilized by the
Consultant under the contract shall be fully insured by the Bidder against any kind of loss or damage
incidental to manufacture or acquisition, transportation, storage, delivery and installation. The period of
insurance shall be from the date of commissioning of products/equipment at each site till the completion of
contract period.

5.3.2 The consultant shall cause all its workmen and the workmen of any sub consultants of the Consultant
to be covered by workmen's compensation insurance in accordance with applicable laws. The consultant
agrees that the Authority shall not be liable for any damages or compensation payable to any workman or
other person in the employment of the Consultant.

Page 31 of 55
5.3.3 The Consultant hereby undertakes:

i) Adequate all-risks insurance in respect of all the equipment and

ii) Any additional insurance required by law in respect of the Contract Works and the performance
thereof by the Consultant, including in respect of motor vehicles used by the Consultant in relation
thereto.

iii) Any other insurance sufficient to provide adequate coverage for those types of risk which are
reasonably foreseeable in the performance of the Contract Works.

5.4 ARBITRATION
There will not be any provision of Arbitration under this contract. Disputes arisen during
contract, if any, may be reffered to Engineer in Chief , Public Works department , Govt of West
Bengal . His decision in this regards will be final and binding.

Page 32 of 55
Section-6

APPENDIX-I

TERMS OF REFERENCE (TOR)

PROJECT BACKGROUND

(1) The consultant shall supervised the Project Highway to comply with Standard and
Specification spelled out by the PWD, Govt. of West Bengal in Contract Agreement.

(2) PWD Govt. of West Bengal intends to appoint a Supervision Consultants (SC) to
oversee the activities of the Contractor during construction work of the Project
Highway.

2. OBJECTIVE

The objectives of consulting service are to assist the Public Works Department,
Government of West Bengal to Implement the Project as follows:

(i) To ensure high standards of quality assurance in the design and execution of work
and completion of work within stipulated time period.

(ii) Comprehensive supervision of project implementation activities carried out by the


Contractor to ensure complete compliance with the drawings, technical
specifications and various stipulations contained in the Contract Documents.

(iii) Efficient construction supervision by personnel who are experienced in modern


methods of construction supervision and contract management.

(iv) Act independently and on behalf of the P.W.D. Govt. of Wet Bengal to review all
activities associated with Construction to ensure compliance of requirements of
Contract Agreement in order to have a sound Project.

(v) Report to PWD, Govt. of West Bengal on the financial and technical aspects of the
Project.

(vi) Assist the Engineer-in-Charge in arriving at an amicable settlement of dispute.

3. SCOPE

The Scope of the Consulting services included but is not limited to the following activities :

3.1 The Consultant will be responsible for the supervision of all construction work. The
Consultant will administer the Construction Contract and ensure that the contractual
clause, with respect to both quality and quantity of work are respected and the
works are constructed in accordance with the provisions of the Construction
Contracts. The Consultant will be required to nominate a Representative who will be
full time resident on the Project.

3.2 The Supervision Consultant will make all necessary measurement and control the
quality of works. The Supervision Consultant will make all Engineering decisions
required for the successful and timely implementation of the Construction Contracts
in consultation with the Engineer–in–Charge.

3.3 The Supervision Consultant shall undertake a review of the Construction Contracts
for the purpose of identifying any omissions, which compromise the completeness
or consistency of the design. This review shall be carried out immediately after the

Page 33 of 55
services commence and shall be completed within two months. On completion of the
review, the Supervision Consultant shall prepare a report on this review which sets
out all findings and recommendations for making good any omissions identified.
Notwithstanding the above, the Supervision Consultant shall immediately inform the
Engineer-in-Charge of any omission which may have a substantial impact on the
Project at the time the omission is uncovered. The Supervision Consultant shall
submit four copies of the review report to the Engineer-in-Charge & one copy to the
concern Superintending Engineer.

3.4 In additional to or as an expansion of the activities and responsibilities required of the


Engineer –in–Charge, as detailed in Construction Contracts, the Supervision
Consultant will, interalia, undertake, but not limited to the following.

a General

(i) administer the constructions contracts, approve materials, issue orders to the
Contractors and ensure that the quality of the works is in accordance with contractual
specifications.

(ii) approve / suggest modifications in the Contractor’s work program, materials sources,
etc.

(iii) monitor progress of the Works, identify cause, or potential cause, of any delay and
advise the Engineer-in-Charge of suitable corrective actions in a timely manner.

(iv) review and approve Contractor’s proposed personnel for positions nominated in the
Contract.

(v) provide assistance to the Engineer-in-Charge in respect of contract implementation


claims and other matters.

(vi) advise and assist the Engineer-in-Charge with respect to the dispute, the appeal of
dispute or litigation relating to the works, whenever required.

(vii) provide other specialist services relevant to the Project as may be agreed to during
negotiations or ordered by the Engineer–in–Charge.

(viii) ensure that the construction methods as proposed by the Contractor for carrying out
the works are satisfactory, with particulars reference to the technical requirement of
sound environmental standards, inspection of Contractor’s construction equipment,
safety of the works, property, personnel and general public.

(ix) prepare and issue the following reports, the format and content for each report is to be
acceptable to the Engineer-in-Charge.

1) an Inception Report, to be submitted within 10 days of commencement of


services, 4 copies to be submitted to the Engineer-in-Charge & one copy to the
concern Superintending Engineer.

2) a brief monthly progress report, which should be limited to 5 pages and be


submitted within 7 days of the end of each month, 4 copies to be submitted to
the Engineer-in-Charge & one copy to the concern Superintending Engineer.

3) a detailed quarterly report, to be submitted within 14 days of the end of each


quarter. Quarterly reports should include description of project activities
illustrated by progress / completion photographs, status of any delays and
contractual claims and details of all latest financial projection, 4 copies to be
submitted to the Engineer-in-Charge & one copy to the concern Superintending
Engineer.

4) a detailed Contract Completion Report of which, 5 copies to be submitted of the


Engineer-in-Charge & one copy to the concern Superintending Engineer.

Page 34 of 55
5) a Quality Assurance Manual, detailing all QA / QC procedures, to be submitted
within 10 days of commencement of services, 6 copies to be submitted to the
Engineer-in-Charge & one copy to the concern Superintending Engineer.

(x) ensure that working drawings as issued to the Contractor are complete consistent and
coherent across the entire project;

b Quality Control

(i) review of all bituminous mix designs and concrete mix design proposed by the
Contractors and approve / suggest modifications in the mix design, laying methods,
sampling and testing procedure, and quality control measures, to ensure required
standard and consistency in quality at the commencement of items.

(ii) evolve a system of Quality Assurance of works, including but not limited to
establishing testing frequencies and acceptance criteria for all construction activities
based on best practice.

(iii) inspect the performance of the work with regard to workmanship, compliance with the
specifications all necessary testing required for acceptance of any item of work;

(iv) inspect and approve all materials sources nominated by the Contractor;

(v) assess and check the laboratory and field tests carried out by the Contractor and carry
out independent tests; Minimum 40 % of all quality control test performed by
Contractor need to be witnessed by consultant .

(vi) issue orders to the Contractor(s) to remove or make good any work which is found to
be;

1. not in accordance with the drawings;

2. not in accordance with the specifications in terms of either work method or


materials specification;

3. Covering work which has not been inspected for acceptance or rejected as
unacceptable;

(vii) maintain records of all testing work, including cross referencing to items of work to
which each test refers and location from which any samples were obtained for testing;

c Construction Supervision

(i) assist Engineer-in-Charge in proper monitoring / progress of works and


implementation of the project through computer aided project management
techniques;

(ii) approve Contractor’s proposed designs / drawings for temporary works;

(iii) check Contractor’s setting out for conformance with the working drawings;

(iv) inspect at regular intervals the Contractor’s Plant and facilities, for both construction
production work and workers accommodation, to ensure that they conform with both
the conditions of contract and all government regulations;

(v) inspect all the Contractor’s safety measure, including labour welfare, notify
immediately both the Employer and the Contractor of any infringement or violation;

(vi) maintain records, working / as – built drawings, test data, details of various
correspondence and diaries in the formats approved / specified by the Engineer-in-
Charge.

(vii) at the completion of the contract verify the “as–built drawing” as true record of the

Page 35 of 55
works as constructed;

(viii) assist Engineer-in-Charge in coordination work with different agencies and hold
meetings for proper and timely implementation of the Project;

(ix) liaise and coordinate with relevant authorities to remove all obstacles and
encumbrances from the project site, including utility relocation and tree cutting, as
required.

d Measurement and Payment

(i) make measurements and keep measurement records on day to day basis . If required,
they will also make entry in the measurement books issued to him by the Engineer-in-
Charge . They will compile all measurement records item wise and submit to
departmental officer fortnightly for preparation of bill by them ;

(ii) to check the consumption of the materials of executed items from the original bills /
challans of the suppliers;

(iii) issue interim certificates for progress payment;

(iv) certify completion of part or all of the works;

(v) prepare quarterly cash flow projections for the Engineer-in-Charge in a format
acceptable to the Superintending Engineer. Cash flows should identify budget estimates
for all outstanding work;

(vi) maintain records of all plant, labour and materials used in the construction of the Works;

(vii) check Contractor’s materials ordering schedule;

(viii) analyze any contractual claim submitted by the Contractor and prepare a report for the
Engineer-in-Charge addressing the contractual basis, in terms of both technical and
financial issues, for the claim and recommendations for a response to the Contractor;

3.5 The Supervision Consultant will process interim and final payments to the contractor. Interim
/Running Account payments shall be based on interim payment certificates processed by the
Supervision Consultant following claims filled by the Contractor within the ambit of Contract.
The Supervision Consultation will be accountable for the quality and the quantities of the work.
Whenever final measurements are to be made, the Supervision Consultant’s Senior Resident
Engineer will inform the Contractor and the Engineer-in-Charge several days in advance. The
Engineer-in-Charge’s participation in such measurement will not be mandatory; however, he
may wish to participate or be represented by his representative, to check any measurement.

3.6 Supervision Consultant and his staff under the overall control of the Engineer-in-Charge shall
carry out such duties and exercise authority as may be delegated to him by the Engineer-in-
Charge. The Engineer-in-Charge may, from time to time, delegate to the Engineer-in-Charge’s
Representative any of the duties and authorities vested in the Engineer-in-Charge and he may
at any time revoke such delegation. Any such delegation or revocation shall be in writing and
shall not take effect until a copy thereof has been delivered to the Superintending Engineer and
the Contractor.

3.7 The principal duties of the Supervision Consultant and his staff be as follows;

(i) to check setting out of the Project;

(ii) to inspect the performance of the works with regard to workmanship and compliance with
the specifications and to order, to supervise, or perform tests on materials and / or work
and to approve or disapprove the Contractor’s plant and equipment;

(iii) to order the uncovering of completed work and / or the removal and substitution of
proper materials and / or works, if required;

Page 36 of 55
(iv) to check systematically the progress of the work and to order the initiation of certain
work, which is part of the contract;

(v) to examine and attend the measurement of any work, which is about to be covered or put
out of view before permanent work is placed thereon and / or to examine and attend the
measurement of the completed works in the prescribed form;

(vi) to supervise the contractor (s) in all matters concerning safety and care of the works;

(vii) to direct the contractor(s)to carry out all such work or to do all such things as may be
necessary in the opinion of the Engineer-in-Charge’s / S.E.’s Representative to avoid or
to reduce the risk;

(viii) to maintain a day–to–day project diary, which shall record all events pertaining to the
administration of the contract, request forms, and order given to the contractor, and any
other information which may at a later date be of assistance in resolving queries which
may arise concerning execution of the works;

(ix) to verify the as–built drawing, supplied by the contractor(s), as a true record of the works
as considered.

(x) to carry out periodic review of contractor’s resources vis–a– vis work program, and

(xi) any other assignments given by the Engineer-in-Charge.

3.8 The Supervision Consultant shall, if so required by the Superintending Engineer, provide any of
the following Services as Additional Services; (a) prepare reports, including technical appraisals,
additional contract documentation and / or reviewing and commenting on Contractor’s
proposals, as may be required for any additional work required for the successful completion of
the Project; and (b) provision of any other specialist services as may be required from time to
time.

3.9 All Additional Services, other than minor extra which do not materially affect the scope or work,
will be authorized by the Superintending Engineer at the rates established in the Construction
Supervision Contract, or, when serves require the use of specialists not listed in eh Contract, as
mutually agreed upon.

e. Timing of Services

3.10 It is anticipated that the consulting services defined under this TOR will last for 900 days
stipulated date of completion of the package .

f. Payment Schedule

3.11 Payment will be made on quarterly prorate basis for the entire period of contract and also for the
extended period of contract (if required) on submission of bill.

g. Supporting documents.

3.12 The rate as quoted should be substantiated by producing details break up of different
components required for the project.

Superintending Engineer,
North Bengal Highway Circle
P.W. (Roads) Directt.
Government of West Bengal
(for and on behalf of Governor
of West Bengal)

Page 37 of 55
Section-7
APPENDIX-II
Formats for Eligibility
Form-E1
Letter of Proposal (On Applicant’s letter head)

(Date and Reference)


To,
**********

*********

*********

Sub: Appointment of Consultant for “Supervision Consultancy Services for construction of --


1) Chengrabandha Mathabhanga Coochbehar Road from 18.000 Kmp to 52.000 Kmp , Widening and
Strengthening work under Coochbehar Highway Division in the district of Coochbehar ; Project ID-
PD232404136S001 ( Job No- 1 )
2) New Bridge across the river Balason at 5.7 Km of Garidhura Mirik Simanabusty Road , Construction
Work under Darjeeling Highway Division in the district of Darjeeling , Project ID: PD2324402423S000 (
Job No- 2 )

Dear Sir,

With reference to your RFP Document dated ………, I, having examined all relevant
documents and understood their contents, hereby submit our Proposal for selection as
Consultant .The proposal is unconditional and unqualified.

a) All information provided in the Proposal and in the Appendices is true and correct and all
document s accompanying such Proposal are true copies of their respective originals.
b) This statement is made for the express purpose of appointment as the Consultant for the
aforesaid Project.
c) I shall make available to the Authority any additional information it may deem necessary
or require for supplementing or authenticating the Proposal.
d) I acknowledge the right of the authority to reject our application without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account
whatsoever.
e) I certify that in the last three years, we or any of our Associates have neither failed to
perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial
authority or a judicial pronouncement or arbitration award against the Applicant, nor
been expelled from any project or contract by any public authority nor have had any
contract terminated by any public authority for breach on our part.
f) I understand that you may cancel the Selection Process at any time and that you are
neither bound to accept any Proposal that you may receive nor to select the Consultant,
without incurring any liability to the Applicants in accordance with Clauses of the RFP
document.

Page 38 of 55
g) I certify that in regard to matters other that security and integrity of the country, we or
any of our Associates have not been convicted by a Court of Law or indicated or adverse
orders passed by a regulatory authority which would cast a doubt on our ability to
undertake the Consultancy for the Project or which relates to a grave offence that
outrages the moral sense of the community.
h) I further certify that in regard to matters relating to security and integrity of the country,
we have not been charge-sheeted by any agency of the Government or convicted by a
Court of Law for any offence committed by us or by any of our Associates.
i) I further certify that no investigation by a regulatory authority is pending either against us
or against our Associates or against our CEO or any of our
Directors/Managers/employees.
j) I hereby irrevocably waive any right or remedy which we may have at any state at law or
howsoever otherwise arising to challenge or question any decision taken by the Authority
[and/ or the Government of India] in connection with the selection of Consultant or in
connection with the Selection Process itself in respect of the above mentioned Project.
k) I agree and understand that the proposal is subject to the provisions of the RFP document.
In no case, shall I any claim or right of whatsoever nature if the Consultancy for the
Project is not awarded to me or our proposal is not opened or rejected.
l) I agree to keep this proposal valid for 120 (One hundred and twenty) days from the
Proposal Due Date specified in the RFP.
m) A Power of Attorney in favour of the authorized signatory to sign and submit this
Proposal and documents is attached herewith.
n) In the event of my firm being selected as the Consultant, I agree to enter into any
Agreement in accordance with the form shown in Appendix V (Section-10). We agree
not to seek any changes in the aforesaid form and agree to abide by the same.
o) I have studied RFP and all other documents carefully and also surveyed the Project site.
We understand that except to the extent as expressly set forth in the Agreement, we shall
have no claim, right or title arising out of and documents or information provided to us
by the Authority or in respect of any matter arising out of or concerning or relating to the
Selection Process including the award of Consultancy.
p) The Proof of Eligibility and Technical proposal are being submitted in separate covers in
hard copy and they are being submitted online also. Financial Proposal is being submitted
online only
q) This Proof of Eligibility read with Technical Proposal and Financial Proposal shall
constitute the Application which shall be binding on us.
r) I agree and undertake to abide by all the terms and conditions of the RFP Document. In
witness thereof, I submit this Proposal under and in accordance with the terms of the RFP
Document (Section-1 to Section- 11) along with all corrigenda and addenda issued by the
RFP inviting authority time to time.

Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the Applicant/Lead Member)

Page 39 of 55
Section-7
Appendix- II
Form-E2/T3
FIRM’S REFERENCES

Relevant Services Carried out in the last 5 (five) Years which Best Illustrate qualifications

i) Assignment serial no:


ii) Name of Assignment (as per Work Order):
iii) Location:
iv) Name & Address of Authority:
v) Assignment duration:
(a) As per agreement: Duration: Start date: End date:
(b) Actual time taken: Start date: End date:
vi) Number of Staff-month deployed:
vii) Value of service (in INR):

viii) Mode of participation


a)a) Is the service provided by the firm in sole capacity? Yes / No.
ix) Description of service:
a) Nature of the project: Construction supervision/ Authority Engineer (specify)
a) b) Type of Project: Road project / Bridge/ Other (specify)

x) Number of supervised major Road/bridge works involved in the project with span details:
xi) Total length of Supervised major Road/bridges(m):
Enclosures: (copies of work order, completion certificate)

Signature of Authorised Representative

Page 40 of 55
Section-7
Appendix- II
Form-E3
FINANCIAL CAPACITY

i) Name of Applicant:

ii) Financial Turn-over:


Sl. No. Financial Year Annual Turn-over (INR in crore)
1. 2020 – 2021
2. 2021 -2022
3. 2022 -2023
Certificate from the Statutory Auditor$

This is to certify that __________________________ (name of the Applicant) has received


the payments shown above against the respective years on account of professional fees.

Name of the audit firm:

Seal of the audit firm

Date:

(Signature, name and designation of the authorised signatory)

$ - In case the Applicant does not have a statutory auditor, it shall provide the certificate from its
chartered accountant that ordinarily audits the annual accounts of the Applicant.

Note: Please do not attach any printed Annual Financial Statement.

Page 41 of 55
Section-8
Appendix III
(Form-T1)

TECHNICAL PROPOSAL

FROM:

TO:
The Superintending Engineer,
North Bengal Highway Circle, Public Work (Roads) Directorate,
P.W.D. More, Saktigarh, Siliguri, Jalpaiguri, Pin – 734005
Phone No. (0353) 2468527. e-mail: seshciv@gmail.com

Sir:

Sub: Submission of Technical Proposal for :-


Supervision Consultancy Services for Construction of --
1) Chengrabandha Mathabhanga Coochbehar Road from 18.000 Kmp to 52.000 Kmp , Widening
and Strengthening work under Coochbehar Highway Division in the district of Coochbehar ;
Project ID- PD232404136S001 ( Job No- 1 )
2) New Bridge across the river Balason at 5.7 Km of Garidhura Mirik Simanabusty Road ,
Construction Work under Darjeeling Highway Division in the district of Darjeeling , Project
ID: PD2324402423S000 ( Job No- 2 )
I _____________________________ Consultant/ Consultancy firm herewith enclose
Technical Proposal for selection of my/our firm/organization as Consultant for Supervision
Consultancy Services for construction of --
1) Chengrabandha Mathabhanga Coochbehar Road from 18.000 Kmp to 52.000 Kmp , Widening
and Strengthening work under Coochbehar Highway Division in the district of Coochbehar ;
Project ID- PD232404136S001 ( Job No- 1 )
2) New Bridge across the river Balason at 5.7 Km of Garidhura Mirik Simanabusty Road ,
Construction Work under Darjeeling Highway Division in the district of Darjeeling , Project
ID: PD2324402423S000 ( Job No- 2 )

Yours faithfully,

Signature ___________________
Full Name __________________
Designation _________________
Address ____________________
(Authorized Representative)

Page 42 of 55
Section-8

Appendix III

(Form-T2)
Details of projects for which Technical and Financial Proposals have been submitted

Sl No Name of Project Name of proposed Key


personnel

Section-8
Form-E2/T3

Relevant Services Carried out in the last 5 (five) Years which Best Illustrate
qualifications

i) Assignment serial no:


ii) Name of Assignment (as per Work Order):
iii) Location:
iv) Name & Address of Authority:
v) Assignment duration:
(a) As per agreement: Duration: Start date: End
date:
(b) Actual time taken: Start date: End
date:
vi) Number of Staff-month deployed:
vii) Value of service (in INR):
viii) Mode of participation
b)
a) Is the service provided by the firm in sole capacity? Yes / No.
c)
b) In case of JV, was the firm participated as Lead member? d) Yes / No.
c) In case of JV, the percentage share:
ix) Description of service:
a) Nature of the project: FSR preparation / DPR Preparation / Construction / supervision Other
(specify)
b) b) Type of Project: Road project / Bridge/ROB Project / Other (specify)

x) Number of constructed major bridge/ROB works involved in the project with span details:
xi) Total length of constructed major bridges/ROB (m):
Enclosures: (copies of work order, completion certificate)

Signature of Authorised Representative

Page 43 of 55
Section-8
Appendix III
(Form- T4)

SITE APPRECIATION
Give details of site as per actual site visit and data provided in RFP and collected from site
supported by photographs to demonstrate that responsible personnel of the Consultant have
actually visited the site and familiarized with the salient details/complexities and scope of
services.

Section-8
(Form- T5)
COMMENTS/ SUGGESTIONS OF CONSULTANT ON THE TERMS OF
REFERENCE

1.
2.
3.
4.
5.

Section-8
(Form- T6)

Composition of the Team Personnel and the task which would be assigned to each Team
Member

Technical/Managerial Staff
Sl. No. Name Position Task Assignment

Support Staff
Sl. No. Name Position Task Assignment

Page 44 of 55
Section-8
Form- T7

APPROACH PAPER ON METHODOLOGY PROPOSED FOR PERFORMING THE ASSIGNMENT


The approach and methodology will be detailed precisely under the following topics.
1) Composition of the team [not more than 1 page]
2) Methodology for services, surveying, data collection and [not more than 2 pages]
analysis
3) Quality Assurance system for consultancy assignment [not more than 1 page]

Page 45 of 55
Section-8
Appendix III
Form- T11
Format of Curriculum Vitae (CV) For Proposed Key Personnel

1 Proposed Position:
i) Name of Personnel:
Recent Colour Photograph
ii) Date of birth: (furnish proof of age) duly signed by the
personnel
iii) Nationality:

iv) Educational Qualification:


(Summarize college/university and other specialized education of staff member, giving namesof schools,
dates attended and degrees obtained). (Please furnish proof of qualification)
v) Contact address, Mobile Phone no& e-mail ID:
vi) Membership of Professional Societies:
vii) Publication of technical papers:
(List of details of major technical reports/papers published in recognized national and international
journals)
viii) Employment Record:
(Starting with present position, list in reversed order, and every employment held. List all positions held
by staff member since graduation, giving dates, names of employing organization, title of positions held
and location of assignments. For experience period of specific assignment must be clearly mentioned,
also give Authority references, where appropriate).

ix) Summary of the CV:

a) Education:-
i) Graduation (Field & year of passing):
ii) Any other qualification (Field & year of passing)
b) Experience
i) Professional experience: (in years)
ii) Experience in specific field as specified in Enclosure-II of TOR: (years) – (please specify
chronologically with names of projects.)
iii) Experience in handling projects in similar capacity: (Number of Projects) – (Please specify
with names of the projects)

2) Permanent Employment with the Firm?; Yes/No (If “Yes”, specify duration ofemployment& produce
document. If “No”, specify the employment arrangement for the instant proposal.)

3) Submit self attested photocopy of Voter Card/ Adhar/Pan Card:-

Page 46 of 55
4) Certification:

i) I am willing to work on the project and I will be available for entire duration of the
project assignment and I will not engage myself in any other assignment during the
currency of this assignment on the project
ii) I, the undersigned, certify that to the best of my knowledge and belief, this bio data
correctly describes myself, my qualification and my experience.

Signature of the Candidate ____________________


Place ____________________
Date ____________________
Signature of the Authorized Representative of the firm____________________
Place ____________________
Date ____________________

Note: Each page of the CV shall be signed in ink by both the staff member and the Authorized
Representative of the firm. Simple Photocopies will not be considered for evaluation.

UNDERTAKING FROM THE PROFESSIONAL

I, …………………. (Name and Address) have not left any assignment with the consultants
engaged by MoRT&H / Other State Government / contracting firm (firm to be supervised now) for any
continuing works without completing my assignment. I will be available for the entire duration
of the current project (named…………..). If I leave this assignment in the middle of the completion
of the work, I may be debarred for an appropriate period to be decided by the Government of West
Bengal and or any other action as may be deemed fit by the Government of West Bengal. I have also no
objection if my services are extended by Government of West Bengal for this work in future.

Signature of the Candidate ____________________


Place
Date

UNDERTAKING FROM CONSULTING FIRM

The undersigned on behalf of ………………. (name of consulting firm ) certify that Sri…. (name of
the proposed personnel & address) to the best of our knowledge has not left his assignment with any other
consulting firm engaged by MoRT&H / Other State Government / contracting firm (firm to be supervised
now) for the ongoing projects. We understand that if the information about leaving the past assignment
with MoRT&H / Other State Government without completing his assignment is known to the Authority,
the Authority would be at liberty to remove the personnel from the present assignment and debar him for
an appropriate period to be decided by Government of West Bengal.
Signature of the Authorized Representative of the firm____________________
Place ____________________
Date ____________________

Page 47 of 55
FORMAT FOR SUBMISSION OF BANK GURANTEES (PEFORMANCE GUARANTEE)&
FORMAT FOR SUBMISSION OF BANK GURANTEES (ADVANCE PAYMENT)

(To be stamped in accordance with stamp Act if any)

To,
The Executive Engineer
Darjeeling Highway Division
P W ( Roads ) Directorate
Saktigarh, Siliguri

Against contract awarded vide letter of award ref. no……………………………


dated………………………. for the Tender No…………….. dated……………….. for the
Package…………………………………… (hereinafter termed as the said “contract”) entered into
between The Superintending Engineer, North Bengal Highway Circle , P W ( Roads ) Directorate
(hereinafter called “THE EMPLOYER”) and M/s……………………………..having its registered office
at …………………………………………………. And branch office
at……………………………………..(hereinafter called the selected bidder), this is to certify that at the
request of the selected bidder, we……………………………….. Bank having its Registered/ Head office
at…………………………and breach at ………………………………………….are holding in trust, in
favour of THE EMPLOYER, the amount of Rs……………………………(Rs. In
words…………………………………..) to indemnify and keep indemnified THE EMPLOYER against
any loss or damage that may be caused to or suffered by THE EMPLOYER by reason of any breach by
the successful bidder of any of the terms and conditions of the said contract/and/or in the performance
thereof.

We agree that “Executive Engineer, Darjeeling Highway Division ,P W ( Roads ) Directorate ” will also
act as Employer so far realisation of any claim under this guarantee arises for any reason.

We agree that the decision of THE EMPLOYER, whether any breach of any of the terms and conditions
of the said contract and/or in the performance thereof has been committed by the Successful bidder and
the amount of loss or damage that has been caused or suffered by THE EMPLOYER shall be final and
binding on us and the amount of the said loss or damage shall be paid by us forthwith on demand, and
without demur to THE EMPLOYER. The decision of THE EMPLOYER in this regards shall be final and
binding upon the successful bidder and the bank.
We…………………………… Bank further agree that the guarantee herein contained shall
remain in full force and effect up to the date three months after expiry of the Contract period
i.e……………………….(hereinafter referred as the said date) and that if any claim accrues or arises
against us, we…………………………………. Bank by virtue of this guarantee before the said date, the
same shall be enforceable against us. Notwithstanding the fact that the same is enforced within three
months after the said date, provided that notice of any such claim has been given to us by THE
EMPLOYER within this period. Payment under this letter of guarantee shall be made within seven days
upon receipt of notice to that effect from THE EMPLOYER.
It is fully understood that this guarantee is effective from the date of the said contract and that
we……………………. Bank undertake that no change or addition or modification of the terms of the
contract of the work to be performed there under or any of the contract documents which may be made
between “THE EMPLOYER” and the selected bidder, shall in any way release us from any liability under
this guarantee, and we hereby waive notice of any such change, addition or modification.
We undertake to pay to THE EMPLOYER any money so demanded, notwithstanding any dispute
or disputes raised by the selected bidder in any suit or proceeding pending before any court or Tribunal
relating thereto, our liability under this present being absolute and unequivocal.
Page 48 of 55
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the selected bidder shall have no claim against us for making such payment.
We………………………….. Bank further agree that THE EMPLOYER shall have the fullest
liability, without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said contract or to extend time for performance by the selected bidder from time to time
or to postpone for any time any of the power exercisable by THE EMPLOYER against the said selected
Bidder and is to forbear or Bank shall not be released from our liability under this guarantee by reason of
any such variation or extension being granted to the said selected bidder or for any forbearance by THE
EMPLOYER or any other matter or thing what-so-ever, which under the law relating to sureties would,
but for this provision have the effect of so releasing us from liability under this guarantee.
This guarantee will not be discharged due to the charge in the constitution of the Bank or selected
Bidder.
Notwithstanding anything contained hereinbefore:
Our liability under this Bank guarantee is limited to Rs……………………(Rs. In words)
will remain in force upto three months after the expiry of Contract period
i.e………………………….
And unless a claim or demand under this guarantee is made on us in written on or
before………………… all our liability shall cease.

DATE……………………………………….
SIGNATURE OF THE AUTHORIZED SIGNATORY OF THE BANK
(WITH CODE NO.)………………………………………………………………….
SEAL OF THE BANK……………………………………………………………….
EMAIL ID of BANK……..
SIGNATURE OF THE WITNESS…………………………………………….....

Name and Address of the Witness……………………………….................

The bank guarantee shall be issued either by a bank (Scheduled) located in India.

Page 49 of 55
BANK GUARANTEE FORMAT EARNEST MONEY DEPOSIT (BID SECURITY)

(To be stamped in accordance with Stamp Act if any)


To,
The Executive Engineer
Darjeeling Highway Division
Public Work (Roads) Directorate
Saktigarh, Siliguri.

Ref: RFP No…………………………, dated……………………………..


Bank Guarantee:Date:

WHEREAS,………………………………(Name of Bidder) _ (hereinafter called “the bidder’’) has


submitted his bid dated ………………………………………(date) for the (Package no- )Tender
No………………………………….., dated ……………………………………….(hereinafter called ”the
Bid”).
KNOW ALL MEN by these present that We,…………………………………….. [Name of
Bank] of …………………………….. [Name of country] having our registered office at
……………………………..(hereinafter called “the Bank”) are bound unto the “Executive Engineer,
Darjeeling Highway Division, Public Work (Roads) Directorate” (hereinafter called “ the Employer”) in
the sum of Rs………………… (Rupees…………………………. Lakhs Only) for which payment will
and truly to be made to the said Employer the Bank binds himself, his successor’s assigns by these
presents.
SEALED with the common Seal of the said Bank this …………………………………day
of……………………………….2024.

THE CONDITIONS of this obligation are:


1. If the Bidder withdraws his Bid during the period of bid validity specified in the Bid document;
or
2. If the Bidder does not accept the correction of arithmetical errors of his Bid Price in accordance
with the Instructions to Bidder; or
3. If the Bidder having been notified of the acceptance of his Bid by the Employer during the period
of bid validity,
a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Bidders, if required; or
b) Fails or refuses to furnish the Performance Security, in accordance with the Instructions to
Bidders,
c) Fails to come under negotiation

We undertake to pay the Employer up to the above amount upon receipt of his first written demand,
without the Employer having to substantiate his demand, provided that in his demand the Employer will
note that the amount claimed by him is due to him owing to the occurrence of one or any of the
conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date 150(One hundred and fifty) days after
the deadline for submission of bids as such deadline as stated in the Instructions to Bidders or as it may be
Page 50 of 55
extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in
respect of this Guarantee should reach the Bank not later than the above date.
Notwithstanding anything contained herein before, our liability under this guarantee is restricted to
Rs…………………..(Rs……………………….) and the guarantee shall remain valid
till…………………………….. .
Unless a claim or a demand in writing is made upon us on or before…………………………. All our
liability under this guarantee shall cease.

DATE……………………………………….
SIGNATURE OF THE BANK…………………………………
SIGNATURE OF THE WITNESS…………………………………………….....
EMAIL ID OF THE BANK…..
Name and Address of the Witness……………………………….................

The bank guarantee shall be issued by a bank (Nationalized/Scheduled) located in India.

Page 51 of 55
Section-9
APPENDIX-IV
Form-F1
FINANCIAL PROPOSAL FORMATS
(To be submitted in Technical Bid)
Covering Letter
(On Applicant’s letter head)

(Date and Reference)

FROM:

TO:
The Superintending Engineer,
North Bengal Highway Circle,
Public Work (Roads) Directorate,
P.W.D. More, Saktigarh, Siliguri
Jalpaiguri, Pin 734005
Phone No. (0533) 2468527
e-mail: shshciv@gmail.com

Sir:

Sub: Supervision Consultancy Services for construction of --


1) Chengrabandha Mathabhanga Coochbehar Road from 18.000 Kmp to 52.000 Kmp , Widening and
Strengthening work under Coochbehar Highway Division in the district of Coochbehar ; Project ID-
PD232404136S001 ( Job No- 1 )
2) New Bridge across the river Balason at 5.7 Km of Garidhura Mirik Simanabusty Road , Construction
Work under Darjeeling Highway Division in the district of Darjeeling , Project ID: PD2324402423S000 (
Job No- 2 )

I, (Applicant’s name) herewith enclose the Financial Proposal for selection of my firm as Consultant for
the above work. I agree that this offer shall remain valid for a period of 120 (one hundred twenty) days
from the date of opening of Technical Proposal or such further period as may be mutually agreed upon.

Yours faithfully,

(Signature, name and designation of the authorised signatory)

Page 52 of 55
Section-10
APPENDIX-V
Draft Contract Agreement

Contract agreement for “Supervision Consultancy Services for construction of --


1) Chengrabandha Mathabhanga Coochbehar Road from 18.000 Kmp to 52.000 Kmp , Widening and
Strengthening work under Coochbehar Highway Division in the district of Coochbehar ; Project ID-
PD232404136S001 ( Job No- 1 )
2) New Bridge across the river Balason at 5.7 Km of Garidhura Mirik Simanabusty Road , Construction
Work under Darjeeling Highway Division in the district of Darjeeling , Project ID: PD2324402423S000 (
Job No- 2 )
(To be executed on appropriate Stamp Paper of Govt. of India)

This Contract agreement is made on between the Superintending


Engineer, North Bengal Highway Circle, P W ( Roads ) Directorate , Govt. Of West Bengal
on behalf of the Governor of West Bengal (hereinafter referred to as the ‘Authority /
Authority’ the term which shall mean and include its heads, administrators, executors and
assignees)of the first part and M/s………., (hereinafter referred to as the Consultant) of the
second part.

2. WHEREAS the Consultant represents that it is well reputed Consultant for providing
supervision consultancy on the road & Bridge work .

3. And WHEREAS the Consultant has offered to the Authority for the aforesaid Service for a
period of 900 days as given at para 5(iii)below.

4. And WHEREAS the Authority agrees to get the Service and the Consultant agrees to
provide the service in pursuant to the bid submitted by the consultants vide letter No.
Dated (hereinafter referred to as “the offer”) and the Authority has by his
letter of acceptance No. Dated accepted the offer submitted by the consultant at
the contract price of Rs….. (in words) with details mentioned in para 5(iv) below in
accordance with the terms and conditions below hereinafter contained and schedule of
payment as mentioned in para 5(v) AND WHEREAS the consultant has agreed to provide
services and has furnished performance security pursuant to para 1.2 of the instructions to
bidders, Section-2.

5. Now this agreement witnessed as follows:-

(i) In this agreement words and expressions shall have the same meanings as are
respectively assigned to them in the condition of contract hereinafter referred to:

(ii) The following documents/ sections of the Bidding Document shall be deemed to
form and be read and construed as part of this agreement
A. Letter of Acceptance
B. Section- 1 Request For Proposal & its corrigenda
C. Section- 2 Instructions to Bidders
D. Section- 3 Data Sheet
E. Section-4 General Conditions of Contract (Financial and Legal)
F. Section-5 Special Conditions of Contract
Page 53 of 55
G. Section-6 Terms of Reference
H. Section-7, 8 &9 Formats submitted with the proposal
I. Section 10 Draft Contract Agreement
J. Section – 11 List of Work

(iii) Duration of this Service is for a period of 900 days which may be extended as per
contract provision.

(iv) Referring to consultant’s price bid No. dated the


total price of the Service is INR…………………..

(v) Schedule of Payment


Payments will be made on quarterly basis for services provided as per quoted rate in BOQ on
production of bill to respective DDO under whom work will be executed .

6. In consideration of the payments to be made by the Authority to the Consultant as hereinafter


mentioned, the consultant hereby covenants with the Authority to execute and complete the works
and remedy any defects therein in all respects inconformity with the provisions of the Contract.

7. The consultant hereby also covenants that all the partners of Joint Venture shall be jointly and
severally responsible to the Authority for the execution of the contract in accordance with the
contract terms.

8. The Authority hereby covenants to the consultant in consideration of the execution and
completion of the works and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the contract at the times and in the manner
prescribed by the Contract.

In witness whereof the parties hereto have caused this agreement to be executed the day the year
first before written, signed, sealed and Delivered by the said Authority through his authorized
representative and the Consultant through his Power of Attorney Holders.

Superintending Engineer,
(For and on behalf North Bengal Highway Circle,
of the Consultant) P W ( Roads )Directorate,
Govt. of west Bengal

Witness

1. Name 1. Name
Address Address
Signature Signature

2. Name 2. Name
Address Address
Signature Signature

Page 54 of 55
Section-11

APPENDIX - VI

List of Work where Supervision consultancy is to be Provided

Sl Name of Job Location (Km) District Division Type of Total length C/W
No. foundation of Bridge (in
including metre)
viaduct if any
(in metre)
1 Chengrabandha Mathabhanga
18.00 Km to Coochbehar Coochbehar NA NA 10.0
52.00Km on Highway Division
Coochbehar Road from 18.000
Chengrabandha –
Kmp to 52.000 Kmp , Widening Mathabhanga
road
and Strengthening work under
Coochbehar Highway Division in
the district of Coochbehar ; Project
ID- PD232404136S001 ( Job No- 1
)

2 New Bridge across the river 5.7 Km on Darjeeling Darjeeling Well 186.0 10.5
Garidhura – Mirk Highway Division foundation
Balason at 5.7 Km of Garidhura
Simanabusty
Mirik Simanabusty Road , road
Construction Work under
Darjeeling Highway Division in the
district of Darjeeling , Project ID:
PD2324402423S000 ( Job No- 2 )

Remarks :- Priced Schedule for above works are attached below

Signature Not Verified


Page 55 of 55 Digitally signed by DEEPAK KUMAR SINGH
Date: 2024.01.10 18:57:55 IST
Location: West Bengal-WB

You might also like