0% found this document useful (0 votes)
442 views290 pages

INDB BNI DD and PMC Tender

The document requests proposals for detailed design consultancy and project management consultancy services related to the construction of a new broad gauge railway line in Madhya Pradesh, India. The scope of work includes tunnel and viaduct design, geotechnical investigation, and construction supervision. The timeline provided is 6 months for preliminary design and bid finalization, followed by 42 months for construction supervision and 6 months for defect liability period.

Uploaded by

Maya Mishra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
442 views290 pages

INDB BNI DD and PMC Tender

The document requests proposals for detailed design consultancy and project management consultancy services related to the construction of a new broad gauge railway line in Madhya Pradesh, India. The scope of work includes tunnel and viaduct design, geotechnical investigation, and construction supervision. The timeline provided is 6 months for preliminary design and bid finalization, followed by 42 months for construction supervision and 6 months for defect liability period.

Uploaded by

Maya Mishra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 290

BIDDING DOCUMENT

(Through e-tendering mode)


(Issued on 28.04.2021 for e-tendering)

FOR
“Detailed Design Consultancy for Tunnel and Viaduct including
Geotechnical Investigation and Project Management Consultancy for
Construction of Tunnel, Viaduct, ROBs / RUBs and Waterways in
connection with Construction of electrified new BG railway line
between Mangliya Gaon (Indore) to Budni stations (198 KMs) of West
Central Railway and Western Railway in Madhya Pradesh State, India.”

RAIL VIKAS NIGAM LIMITED


1ST Floor, August Kranti Bhawan, Bhikaji Cama Place,
Africa Avenue, New Delhi-110066

Tel +91-11-26738502/26738517 Fax +91-11-26738592/26182957


Email: s.dhiman@rvnl.org; vikas.awasthi@rvnl.org, gautamkumar.bhakat@rvnl.org

Digitally signed by
CHINMAY CHINMAY SHARMA
Date: 2021.08.13
SHARMA 17:06:07 IST
INDB-BNI New BG Rail Line DDC and PMC

RAIL VIKAS NIGAM LIMITED


(A Government of India Undertaking)

Ref: RVNL/BHOPAL/INDB-BNI/DD&PMC/TUNNEL DATED: 13/08/2021

DOCUMENTS OF REQUEST FOR PROPOSAL

FOR

“Detailed Design Consultancy for Tunnel and Viaduct including Geotechnical


Investigation and Project Management Consultancy for Construction of Tunnel,
Viaduct, ROBs / RUBs and Waterways in connection with Construction of electrified
new BG railway line between Mangliya Gaon (Indore) to Budni stations (198 KMs)
of West Central Railway and Western Railway in Madhya Pradesh State, India.”

August 2021

Page 1 of 2
INDB-BNI New BG Rail Line DDC and PMC

SECTION CONTENTS

1 Notice Inviting `Request for Proposals’

2 Instructions to Consultant, Data Sheet &


Selection Criteria

3 Proposal Forms (Technical & Financial)

4 Terms of Reference

5 Form of Agreement, General Conditions of


Contract and Special Conditions of Contract

Page 2 of 2
INDB-BNI New BG Rail Line DDC and PMC

RAIL VIKAS NIGAM LIMITED


(A Government of India Enterprise)

SECTION 1

REQUEST FOR PROPOSALS


(Through e-tendering mode)

Ref: RVNL/BHOPAL/INDB-BNI/DD&PMC/TUNNEL DATED: 13/08/2021

1. RAIL VIKAS NIGAM LIMITED (RVNL), having its Corporate office at


1st Floor August Kranti Bhavan, Bhikaji Cama Place, New Delhi – 110066,
India is a Public Sector Enterprise set up as a wholly owned Government
Company under the provisions of Section 617 of Companies Act., invites
proposals under single stage Two packet system, from experienced and
reputed Consultants, that are registered in India, to provide service for the
following works:

Detailed Design Consultancy for Tunnel and Viaduct including


Geotechnical Investigation and Project Management Consultancy for
Construction of Tunnel, Viaduct, ROBs / RUBs and Waterways in
connection with Construction of electrified new BG railway line between
Mangliya Gaon (Indore) to Budni stations (198 KMs) of West Central
Railway and Western Railway in Madhya Pradesh State, India.

Period of Completion:

Sr. Estimated
Activity Remarks
No. Period
1 Detailed Design of 3 Months for Preliminary Design, Preparation
Tunnels Stage of Bid Document. Remaining 3 months for
6 Months
Finalization of Design & same overlapping
period for finalization of Bids.
2 Construction
42 Months
Supervision Stage
3 Defect Liability Period
6 Months
for construction works

2. Scope of Consultancy Services: The scope of the Project Management


Consultancy Services required by RVNL for the above mentioned Project is
detailed in in Section 4 (Terms of Reference) of the RFP Document.

3. RFP document can be downloaded free of cost from RVNL website


www.rvnl.org and RVNL e-tendering portal i.e. https://rvnl.euniwizarde.com
and the Proposals have to be submitted on the downloaded document.

Please note that, drawings, if any, referred to in the RFP document, but not
uploaded with the RFP document, can be viewed in this office on any working
day. The Tenderer can also have a copy of the same on payment of non-
refundable cost of Rs. 5,000/- (Rupees Five Thousand only) by a crossed Demand
Section 1 Page 1 of 5
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Draft on any Scheduled bank payable at New Delhi drawn in favour of Rail
Vikas Nigam Limited, New Delhi.

It will be the responsibility of the Consultant who is submitting the proposal


on down loaded RFP document to check and see any addendum/corrigendum
issued in this regard from the website from time to time and ensure submission
of proposal along with all addendum/corrigendum.

4. Proposal Security: At the option of the consultant, the proposal must be


accompanied by a Proposal Security Declaration FORM TECH-5A in Section
3 (as indicated in the Data Sheet)
or
Proposal Security of INR 50 Lakhs. Consultant has to select the payment
option as “ Online mode or Bank Guarantee” to pay the proposal security as
applicable and enter details of the instrument. In case of Bank Guarantee,
scanned copy of BG should be uploaded along with the proposal. The Original
Bank Guarantee should be delivered in person to the official nominated as
indicated in the Bid Data Sheet within 5 working days of deadline of
submission of bids. Non submission of scanned copy of Bank Guarantee with
the proposal on e-tendering portal and/or non- submission of original Bank
Guarantee within the specified period shall lead to summary rejection of the
proposal. The details of the BG physically submitted, should match with the
details available in the scanned copy and the data entered during the proposal
submission time, failing which the proposal will be rejected.

In case of MSEs, they should upload the scanned copies of their registration
in place of scanned copy of Bank Guarantee. In case the consultant opts to
submit proposal security declaration, as per format given in Section-3, they
should upload the scanned copies of their declaration in place of scanned
copy of Bank Guarantee.

5. Special Provisions for Micro and Small Enterprises (MSEs): MSEs


registered with District Industries Centres/ Khadi and Village Industries
Commission/ Khadi and Village Industries Board/Coir Board/ National Small
Industries Corporation/ Directorate of Handicraft and Handloom/ ‘Udyog
Aadhaar’ – The Online Portal of MSME/ Any other body specified by
Ministry of MSME are exempted from the payment of RFP document fee and
proposal security for this tender.

6. REGISTRATION

a. Consultants are required to enroll on the e-Procurement Portal


(https://rvnl.euniwizarde.com) with clicking on the link “Online bidder
Registration” on the e-bid Portal by paying the Registration fee (inclusive
of 18% GST) of Rs. 2360/- per year charge.

b. As part of the enrolment process, the consultants will be required to


choose a unique user name and assign a password for their accounts.

Section 1 Page 2 of 5
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

c. Consultants are advised to register their valid email address and mobile
numbers as part of the registration process. These would be used for any
communication with the bidder.

d. Upon enrolment, the consultants will be required to register their valid


Digital Signature Certificate (Only Class III Certificates with signing +
encryption key usage) issued by any Certifying Authority recognized by
CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.

e. Only one valid DSC should be registered by a consultant. Please note that
the consultants are responsible to ensure that they do not lend their DSC’s
to others which may lead to misuse.

f. Consultants then logs in to the site through the secured log-in by entering
their user ID/password and the password of the DSC / e-Token.

g. The scanned copies of all original documents should be uploaded on


portal.

h. For any Query contact to our helpdesk Number 011-49606060,


Email: helpdeskeuniwizarde@gmail.com, Mr. Anand Kumar - +91
9355030602, Mr. Amrendra - +91 8448288980

7. SEARCHING FOR PROPOSAL DOCUMENTS

a. There are various search options built in the e-bid Portal, to facilitate
consultants to search active proposals by several parameters. These
parameters could include Proposal ID, Item/work id, Title, Date, etc.

b. Once the consultants have selected the proposals they are interested in,
the consultant can pay non-refundable processing fee of Rs. 7500 + 18 %
GST by net-banking / Debit / Credit card and then download the required
documents / Proposal documents etc. Once processing fee is paid, it will
be moved to the respective “requested” Tab. This would enable the e-bid
Portal to intimate the consultants through e-mail in case there is any
addendum and corrigendum issued to the proposal document.

8. PRCAUTIONS FOR SUBMITTING / PREPRATION OF PROPOSALS


THROUGH E TENDERING PORTAL

a. Consultant, in advance, should get ready the proposal documents to be


submitted as indicated in the proposal document / schedule and generally,
they can be in PDF /JPEG formats. Original proposal documents may be
scanned with 100 dpi with Colored option which helps in reducing size
of the scanned document.

b. To avoid the time and effort required in uploading the same set of
standard documents which are required to be submitted as a part of every
proposal, a provision of uploading such standard documents (e.g. PAN
card copy, annual reports, auditor certificates etc.) has been provided to

Section 1 Page 3 of 5
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

the consultants. Consultants can use “My Documents” available to them


to upload such documents.

c. These documents may be directly submitted from the “My Documents”


area while submitting a bid, and need not be uploaded again and again.
This will lead to a reduction in the time required for proposal submission
process.

d. Consultant should log into the website well in advance for the submission
of the proposal so that it gets uploaded well in time i.e. on or before the
proposal submission time. Consultant will be responsible for any delay
due to other issues.

e. The consultant has to digitally sign and upload the required proposal
documents one by one as indicated in the bidding document.

f. The server time (which is displayed on the consultant’s dashboard) will


be considered as the standard time for referencing the deadlines for
submission of the proposals by the consultants, opening of proposals etc.
The consultants should follow this time during proposal submission.

g. All the documents being submitted by the consultants would be


encrypted using PKI encryption techniques to ensure the secrecy of the
data. The data entered cannot be viewed by unauthorized persons until
the time of bid opening. Data storage encryption of sensitive fields is
done. Any bid document that is uploaded to the server is subjected to
symmetric encryption using a system generated symmetric key. Further
this key is subjected to asymmetric encryption using buyers/bid opener
public keys. Overall, the uploaded proposal documents become readable
only after the proposal opening by the authorized proposal openers.

h. Upon the successful and timely submission of bid click “Complete” (i.e.
after Clicking “Submit” in the portal), the portal will give a successful
proposal submission acknowledgement & a proposal summary will be
displayed with the unique id and date & time of submission of the
proposal with all other relevant details.

i. The proposal summary has to be printed and kept as an acknowledgement


of proposal submission.

9. Receipt of Proposals: The completed Proposals must be submitted through


e-Tendering Portal https://rvnl.euniwizarde.com before 11:00 Hrs on
30/09/2021 and the Proposals will be opened online on the same day at 11:30
hours. RVNL reserves the right to accept/reject any or all proposals without
assigning any reason thereof.

10. A Consultant will be selected under Quality and Cost Based Selection (QCBS)
method by giving weightage to and adding the Technical & Financial
evaluation scores. Detailed method and procedures including weightage for
Technical and Financial score are described in ‘Section 2 – Instruction to
Consultants (ITC) including Data Sheet and Hurdle Criteria of the RFP.

Section 1 Page 4 of 5
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

11. Address for Communication:

Chief Project Manager Office,


Telephone: +91 755 4295368
Rail Vikas Nigam Limited,
FAX: +91 755 4295368
174/2, Shakti Nagar,
Email : atul.nigam@rvnl.org
Habibganj,
Bhopal – 462024

For any Query regarding e tendering portal / Bid submission please


Contact helpdesk.
Number 011-49606060,
Email: helpdeskeuniwizarde@gmail.com,
Mr. Anand Kumar - +91 9355030602,
Mr. Amrendra - +91 8448288980

12. Pre-Bid Meeting: - A pre-bid meeting will be held on 31/08/2021 at 11:30


Hrs on video conference to clarify any issues and answer any queries on any
matter relating to the services, as stated in the clause 2 of ITC.

Chief Project Manager


Rail Vikas Nigam Limited
Bhopal

Section 1 Page 5 of 5
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

“Detailed Design Consultancy for Tunnel and Viaduct including


Geotechnical Investigation and Project Management Consultancy
for Construction of Tunnel, Viaduct, ROBs / RUBs and Waterways
in connection with Construction of electrified new BG railway line
between Mangliya Gaon (Indore) to Budni stations (198 KMs) of
West Central Railway and Western Railway in Madhya Pradesh
State, India.”

SECTION 2

Section 2 Page 1 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

CONTENTS OF SECTION 2

Sr. No. Description Page

1 Instructions to Consultants 5 to 34

2 Data Sheet (Annexure-1) 35 to 37


Data Sheet (Annexure-1)
3 38 to 39
Attachment 1 (Hurdle Criteria)
Data Sheet (Annexure-1)
4 40
Attachment 2 (Site Facilities during Pre-construction)
Data Sheet (Annexure-1)
5 41 to 48
Attachment 3 (Site Facilities during construction)
Data Sheet (Annexure-1)
Attachment 4 (Minimum Eligibility requirements and
6 49 to 52
evaluation of marks for consultant’s personnel)
Table:1, 2a & 2b

Section 2 Page 2 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

CONTENTS

Clause Sub-Clause Particulars


1. INTRODUCTION
1.1 Background
1.2 Selection of Consultants
1.3 Familiarization of Site and other details of the Projects
1.4 Examination of RFP Documents
1.5 Joint Proposal
1.6 Conflict of Interest
1.7 Fraud and Corruption
1.8 Only one Proposal
1.9 Proposal Validity
1.10 Participation of Government Employees
2. CLARIFICATIONS AND AMENDMENTS TO
RFP DOCUMENTS
2.1 Pre-bid Meeting
2.2 Clarifications
2.3 Addendum
3. PREPARATION OF THE PROPOSAL
3.1 Components
3.2 Language
4. THE PROPOSAL
4.1 General
4.2 Proposal Letter
4.3 Documents Comprising Proposal Format
4.4 Proposal Content
5. SUBMISSION, RECEIPT AND OPENING OF
PROPOSALS
5.1 Submission of Fully Responsive Proposal
5.2 Online submission of Proposals
5.3 Deadline for submission of Proposals
5.4 Proposal Security
5.5 Modifications and withdrawal of proposals
5.6 Opening of Proposals
5.7 Proposal Evaluation

Section 2 Page 3 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Clause Sub-Clause Particulars

6. - NEGOTIATIONS
7. - CONFIDENTIALITY
8. - AWARD OF CONTRACT
9. - NOTIFICATION OF AWARD
10. - SIGNING OF CONTRACT
11. - PERFORMANCE SECURITY
12. - CONTRACT COMMENCEMENT DATE
13. - TIME OF COMPLETION
14. - JURISDICTION OF COURT
15. - SPECIAL PROVISION FOR MSEs
Data Sheet
Attachment 1 to Data Sheet: Hurdle Criteria
Attachment 2 to Data Sheet: Facilities for the
Consultant during Pre-Construction
Annexure 1
Attachment 3 to Data Sheet: Facilities for the
Consultant during Construction
Attachment 4 to Data Sheet: Minimum Eligibility
requirements and evaluation of marks for
consultant’s personnel

Section 2 Page 4 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

INSTRUCTIONS TO CONSULTANTS

1 INTRODUCTION
1.1 Background: Rail Vikas Nigam Limited is a Public Sector Enterprise created by
Ministry of Railways, Government of India, and has been vested with the
responsibility of implementing this Project. Funds for this project will be provided by
Government of India. The status and scope of work of this project is included in
Section 4. The works contracts for this project will be awarded by RVNL as per scope
of work given in section-4 TOR with technical/contractual support from the
Consultant who is under selection through this RFP.

1.2 Selection of Consultants:


1.2.1 Rail Vikas Nigam Limited (RVNL), hereinafter called the Employer, will select
consulting firm/organization, called the ‘Consultant’ for project management of
railway project from amongst the eligible consultants who have submitted their
proposals in response to Request for Proposal (RFP) against ‘Notice Inviting
Proposals’ (NIP), a copy of which is placed in Section 1, in accordance with the
method of selection specified in these ‘Instructions to Consultants’ (ITC).

1.2.2 Eligibility and Qualification Criteria:


I. Eligibility: Only firms that are registered or incorporated in India are eligible to
compete. A subsidiary company, registered/incorporated in India may utilize the
financial and technical credentials of their parent/holding company having more
than 90% share in the subsidiary company either at its own (directly) and/or
combined (indirectly) through one or more of its subsidiary companies. The
technical credentials of subsidiary(ies) in which shareholding of the
parent/holding company is more than 90% either at its own (directly) and/or
combined (indirectly) through one or more of its subsidiary companies, shall be
treated as the credentials of parent/holding company. This will be subject to
submission of undertaking by the parent/holding company in the prescribed
format in Form TECH-7 of Section 3.
1. Any Consultant from a country which shares a land border with India will be
eligible to bid in this tender only if the Consultant is registered with the
Competent Authority as stated in DoE Order no 6/18/2019-PP dtd 23 July
2020.
“Consultant from a country which shares a land border with India” means:-
i. An entity incorporated, established or registered in such a
country; or
ii. A subsidiary of an entity incorporated, established or registered
in such a country; or
iii. An entity substantially controlled through entities incorporated,
established or registered in such a country; or
iv. An entity whose beneficial owner is situated in such a country;
or
v. An Indian (or other) agent of such an entity; or

Section 2 Page 5 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

vi. A natural person who is a citizen of such a country; or


vii. A consortium or joint venture where any member of the
consortium or joint venture falls under any of the above
2. The beneficial owner for the purpose of 1. above will be as under:
In case of a company or Limited Liability Partnership, the beneficial owner is
the natural person(s), who, whether acting alone or together or through one or
more juridical person, has a controlling ownership interest or who exercises
control through other means(d) in form 12 para number vi. to xi. be read as 6
to 11
Explanation:
a. “Controlling ownership interest” means ownership of or
entitlement to more than twenty-five percent of shares or
capital or profits of the company.
b. “Control” shall include the right to appoint majority of the
directors or to control the management or policy decision
including by virtue of their shareholding or management
rights or shareholders agreements or voting agreements;
i. In case of partnership firm, the beneficial owner is the natural
person(s) who, whether acting alone or together or through one
or more juridical person, has ownership or entitlement to more
than fifteen percent of capital or profits of the partnership;
ii. In case of an unincorporated association or body of individuals,
the beneficial owner is the natural person(s), who, whether
acting alone or together or through one or more juridical person,
has ownership of for entitlement to more than fifteen percent of
the property or capital or profits of such association or body of
individuals;
iii. Where no natural person is identified under (1) or (2) or (3)
above, the beneficial owner is the relevant natural person who
holds the position of senior managing official;
In case of a trust, the identification of beneficial owner(s) shall include
identification of the author of the trust, the trustee, the beneficiaries
with fifteen percent or more interest in the trust and any other natural
person exercising ultimate effective control over the trust through a
chain of control or ownership.
3. The bidder must ensure the following:
(a) In case of Single Entity:
(i) Submit Power of Attorney authorising the signatory of the bid to
commit the bidder.
(b) In case of Joint Venture:
(i) The JV shall not have more than two (2) partners i.e. number of JV
partners including Lead Partner shall be limited to two (02) only.
(ii) Submit MOU as per form given in Section 3.
Section 2 Page 6 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(iii) The JV shall nominate a Representative through Power of Attorney


(Form given in Section 3) who shall have the authority to conduct
all business for and on behalf of any and all the parties of the JV
during the bidding process and, in the event the JV is awarded the
Contract, during contract execution.
(iv) Submit Power of Attorney by individual partners to lead partners
as per form given in Section 3.
(v) In case a Joint Venture is the successful bidder, the Joint Venture
Agreement should be entered by the Joint Venture partners. The
duly signed Joint Venture Agreement should be submitted along
with the Performance Security to the employer after notification of
the award of contract within 28 days.
(c) The bidder shall have to provide the names of shareholders
(constituting majority ownership), country of origin and percentage
shareholding of each such shareholder as a proof of its eligibility to bid
duly certified by Company Secretary/Auditor as per Form TECH-31 of
Section 3.

4. A Bidder may be a natural person, private entity, government-owned entity, or


any combination of them with a formal intent to enter into an agreement or
under an existing agreement in the form of a Joint Venture (JV).

II. The eligibility of the firm will be adjudged based on the hurdle criteria and
Quality based evaluation criteria, to shortlist the Consultants for opening of
Financial proposals, as detailed in Para 5.7.
III. Personnel –
a) Submission: CVs for the positions of Team Leader-Team Leader-Chief
Tunnel Design Engineer (for the pre- construction stage), Team Leader-
Chief Tunnel Construction Engineer (for the construction stage) and
Chief Geotechnical Engineer shall be required to be submitted along
with the proposal in Form TECH-20(CV)/27(CV) (Section-3) fulfilling
the qualification and experience as prescribed in Table-1 (Section-
2:ITC), which shall be evaluated. Only one CV should be submitted for
each position. In case more than one CV are submitted for one position,
the CV obtaining lowest marks shall be considered for arriving at the
total score of the Consultant.

CVs of Other personnel shall be submitted fulfilling the prescribed


qualifications and experience at the time of deployment, as per request
of the Employer.

b) Deployment:

i. Design Stage: The firm will be required to submit an undertaking at


the time of submission of the Proposal through para 4 (ii) of TPSF
that Team Leader- Chief Tunnel Design Engineer(during pre-
construction stage),Team Leader- Chief Tunnel Construction
Engineer(construction stage) and Chief Geotechnical Engineer
whose CV were submitted along with the proposal, shall be stationed

Section 2 Page 7 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

in Bhopal within 45 days of receipt of Letter of Acceptance (LOA)


and in construction stage they shall be stationed in project office as
mentioned in Annexure I (Section 2) attachment 3. Failure to station
the above key personnel shall entitle the employer to terminate the
Consultancy Contract and forfeit the proposal security/Performance
security.

The list of balance personnel being deputed on this assignment will


be provided, fulfilling the qualifications and experience as prescribed
in Table-1& Table-2 (Section-2:ITC), along with the Curriculum
Vitae of each Personnel in Form TECH 27(CV) & Form TECH
20(CV) and summary in Form TECH-19 as given in section 3, within
30 days of receipt of such request. Failure to submit the above list
shall entitle the employer to terminate the Consultancy Contract and
forfeit the proposal security/ Performance security.

ii. The list of balance personnel in full or part, whenever subsequently


required, will be provided, fulfilling the qualifications and
experience as prescribed in Table-1&2 (Section-2: ITC), along with
the Curriculum Vitae of each Personnel in Form TECH 27(CV) &
Form TECH 20(CV) and summary in Form TECH-19 as given in
section 3, within 30 days of receipt of such request.

On submission of the CV’s by the consultant, RVNL shall examine


the same and the candidate proposed may be required to have a
personal meeting with the Chief Project Manager/Project Director
before the acceptance of the proposed personnel by the Employer.
The approval or rejection of the personnel will be communicated by
RVNL within 10 days.

In case RVNL does not convey the approval/rejection within 10 days


of receipt of CV for the proposed personnel, the Consultant shall
give a reminder to the Employer promptly and wait for the decision
of the Employer for another 10 days from the receipt of such
reminder by the Employer, if still Employer fails to convey its
approval/rejection of the CV, then the CV shall be deemed to be
accepted and such proposed personnel shall become eligible for
deployment.

The Firm is required to submit an undertaking (Form TECH 30) at


the time of submission of Proposal that from the list submitted by
them, and approved by RVNL, required personnel at the required
time as requested by RVNL, will be deployed, within 90 days from
the date of such request of the Employer.

In case of failure of deployment of key personnel within time period


as stipulated above, RVNL will be entitled to a deduction @ 1% of
the accepted monthly remuneration rate of that personnel per day of

Section 2 Page 8 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

delay, for the first 90 days after the notice period of 90 days. For
delay beyond first 90 days, a deduction @ 2% of the accepted
monthly remuneration rate of that personnel per day of delay shall be
applicable.

c) DELETED

d) The proposed Personnel should not have any history of involvement in


vigilance/CBI/SPE/Police case resulting in major penalty punishment of
removal/ dismissal/compulsory retirement or conviction for being eligible to
be engaged for the consultancy. Personnel who have been debarred from
Project Management Consultancy by RVNL, and whose period of
debarment is not over before deadline for submission of proposal for Key
Personnel for whom CVs are required to be submitted along with the
proposal or before date of proposing the name of such personnel by the
Consultant for other Personnel, shall also not be eligible to be engaged for
the consultancy.

IV. Approach and Methodology: The firm will be required to submit a


comprehensive Approach and Methodology proposed for carrying out the
Detailed Design services and PMC services. The firm will be required to submit
the Approach and Methodology for the project for which the consultancy services
are contemplated. It will be ensured that the approach and methodology prepared
is in compliance to requirements in section 4 of the RFP document.
Guidance for Approach and Methodology is available in Form Tech-21 of Section
3. Annexure 2 to Attachment 5 of Section 2.

V. Responsiveness: The firm should have submitted the proposal in accordance with
the guidelines in the Instructions to Consultants and it should meet the required
response as per check list given in Datasheet Attachment 1.

VI. The Consultant shall be disqualified if:


I. The consultant has been blacklisted/ banned for business dealings for all
Government Departments, or by Ministry of Railways or by RVNL at any
time till finalization of proposals, except in cases where such
blacklisting/banning has been withdrawn by Competent Authority or has
ceased on the deadline for submission of the proposals, for which
satisfactory evidence is to be produced.
II. Any previous contract of the consultant had been terminated for
Consultant’s failure by Rail Vikas Nigam Ltd.(RVNL) at any time starting
from 2 years before the deadline for submission of proposals and upto one
day before the date of opening of financial proposals;
Provided, however, there is no stay order or declaration by any Court
against such termination of the Contract by the Rail Vikas Nigam Ltd. or
such termination of the Contract has not been revoked by Rail Vikas Nigam
Ltd.
III. The consultant or any of its constituents:

Section 2 Page 9 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(i) has suffered bankruptcy/insolvency or


(ii) has any ongoing case of insolvency before the NCLT/any Court where
Interim Resolution Professional (IRP) has been appointed or is at any
later stage of the insolvency process
On the deadline of submission of bids or thereafter till finalization of bids.

IV. The consultant is found ineligible by the Employer, in accordance with


ITC-1.7.
V. The consultant has been declared by RVNL to be a poor performer and the
period of poor performance is still in force on the deadline for submission
of proposals.
Or
The consultant has been declared by RVNL to be a poor performer at any
time after the deadline for submission of proposals and upto one day before
the date of opening of financial proposals.
VI. The consultant has changed their name or created a new business entity as
covered by the definition of “Allied Firm” under para 1102 (iii) of Chapter
XI of Vigilance Manual of Indian Railways (available on website of Indian
Railways), consequent to having been banned business dealings or
suspended business dealings or having been declared a poor performer.
VII. The consultant or its beneficial owner is from a country which shares a land
border with India and is not registered with the Competent Authority as
stated in DoE Order no 6/18/2019-PP dtd 23 July 2020.
The Consultant shall submit an affidavit stating that they are not liable to be
disqualified as per this sub clause using the appropriate Performa given in
Section 3. Non-submission of an affidavit by the consultant shall result in
summary rejection of his proposal.

VII. Consultant shall immediately inform the Employer in case they cease to fulfil
eligibility in terms of ITC 1.2.2 (VII) & 1.6. In case the consultant fails to
inform the Employer or submits a false affidavit his proposal shall be
summarily rejected and proposal security shall be forfeited. The consultant
shall also be liable for Banning of Business dealings for a period up to five
years.

1.3 Familiarization of Site and other details of the Projects:

1.3.1 Consultants should familiarize themselves with local conditions and take them into
account in preparing their Proposals. To obtain first-hand information on the
assignment and local conditions, Consultants are encouraged to visit the project site.

1.3.2 The Bid Documents to be floated for the execution of the works of this Project,
related drawings will be prepared by the selected consultant. However, RVNL
Standard Specifications for Materials and Works are available in the Office of the
Employer at the address specified in Data Sheet. The Consultants may examine these
documents at any time during the working hours in this Office.
Section 2 Page 10 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

1.4 Examination of RFP Documents: In preparing their Proposals, Consultants are


expected to examine in detail the documents comprising the RFP. Material
deficiencies in providing the information requested in the RFP documents may result
in rejection of Proposal.

1.5 Joint Proposal in case of JV:

1.5.1 The Association of the Consultants (in case of JV) may be for the long term
(independent of any particular assignment) or for this specific assignment.

1.5.2 To qualify for award of Contract, the Consultants shall submit written Power of
Attorney (either Form TECH-2 or TECH-9) authorising the signatory of the bid to
commit the Consultant and the respective consultant partners in case of a Joint
Venture.

1.5.3 Proposals submitted by a Joint Venture; its partners shall comply with the following
requirements: -
(i) JV Agreement (made out as per guidelines given in Form TECH-12 or the
Memorandum of Understanding (MoU) for Joint Venture participation (Form
TECH-11) should accompany the proposal;

(ii) One of the partners shall be authorized to be in-charge and called as `Lead
Consultant’; and this authorization shall be evidenced by submission of a
Power of Attorney signed by legally authorized signatories of all the partners
(Form TECH-10);

(iii)The Lead Consultant shall be authorized to incur liabilities, receive payments


and receive instructions for and on behalf of any or all partners of the Joint
Venture;

(iv) All partners of the Joint Venture shall be jointly and severally liable for the
execution of the Contract in accordance with the Contract terms, and a relevant
statement to this effect shall be included in the JV agreement and MOU for JV
participation mentioned under (i) above as well as in the Bid Form and the
Form of Agreement (in case of a successful bid); and

(v) In case a Joint Venture is the successful Bidder, the Joint Venture Agreement
(made out as per the guidelines given in Form TECH-12) should be entered
into by the Joint Venture partners and should be submitted duly signed along
with the Performance Security to the Employer after Notification of the Award
of Contract within 30 days.

1.6 Conflict of Interest:


RVNL requires that Consultants provide professional, objective and impartial
advice and at all times hold the Client’s interests paramount, avoid conflicts with
other assignments or their own corporate interests and act without any
consideration for future work. Consultants shall not be recruited for any
assignment that would be in conflict with their prior or current obligations to other
clients, or that may place them in a position of not being able to carry out the

Section 2 Page 11 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

assignment in the best interest of the Client. Without limitation on the generality
of the foregoing, Consultants, and any of their associates shall be considered to
have a conflict of interest and shall not be recruited under any of the
circumstances set forth below:
i) If a consultant combines the function of consulting with those of contracting
and/or supply of equipment and/or supply of services other than consulting; or
ii) If a consultant is associated with or affiliated to a contractor or manufacturer for
this project; or
iii) If a Consultant is owned by a contractor or a manufacturing firm with departments
or design offices offering services as Consultants. The Consultant should include
relevant information on such relationships along with a statement in the Proposal
cover letter to the effect that the Consultant will limit its role to that of a
Consultant and disqualify itself and its associates from work, in any other capacity
or any future project within the next five years, that may emerge from this
assignment (including bidding for any part of the future project). The Consultant
selected to undertake this assignment will give an appropriate undertaking to such
effect, while signing the agreement; or
iv) If there is a conflict among consulting assignments, the Consultant (including its
personnel and sub-consultants) and any subsidiaries or entities controlled by such
consultant shall not be recruited for the relevant assignment.
A Consultant cannot be recruited to carry out an assignment that, by its nature,
will result in conflict with another assignment of such Consultant. For example, a
Consultant engaged to prepare engineering design for an infrastructure project
shall not be recruited to prepare an independent environmental assessment or to
proof check the designs for the same project. Similarly, a Consultant assisting a
client in privatization of public assets shall neither purchase nor advise purchasers
of such assets or a Consultant hired to prepare Terms of Reference for an
assignment shall not be recruited for the assignment in question.
There are generally 4 types of consultancy services in RVNL i.e.
(i) Pre-Investment studies (PETS & Bankability Studies),
(ii) Detailed Engineering & Design (FLS & DDE),
(iii) Project Implementation (PMC) and
(iv) General Consultancy (GC).
If a consultancy firm has carried out pre-investment studies mentioned in (i) above,
there may be advantage for appointing the same firm to carry out the consultancy
mentioned in (ii), (iii) and (iv) above. Hence there is no conflict of interest involved
for a firm doing the consultancy for (i) and (ii) or (i) and (iii) or (i) and (iv).

1.7 Fraud and Corruption:


1.7.1 The Consultants are required to observe the highest standard of ethics during the
procurement and execution of such contracts. In pursuance of this policy, the
following shall apply:
(i) For the purposes of this provision, the terms are defined as set forth below as
follows:
a) “Corrupt Practice” means behaviour on the part of officials in the public or
private sectors by which they improperly and unlawfully enrich themselves

Section 2 Page 12 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

and/or those close to them, or induce others to do so, by misusing the


position in which they are placed, and it includes the offering, giving,
receiving, or soliciting of anything of value to influence the action of any
such official in the procurement process or in contract execution; and
b) “Fraudulent Practice” means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of the borrower, and includes collusive practices among
Consultants (prior to or after proposal submission) designed to establish
proposal prices at artificial, non-competitive levels and to deprive the
borrower of the benefits of free and open competition.
(ii) Employer will reject a Proposal for award if it determines that the Consultant
recommended for award has engaged in corrupt or fraudulent practices in
competing for the contract; and

(iii) Employer will declare a firm ineligible either indefinitely or for a stated period of
time, to be awarded a contract if it, at any time, determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing, and
the assignments awarded by RVNL.

1.8 Only one proposal:


1.8.1 If a Consultant submits or participates in more than one Proposal, such a Consultant
shall be disqualified.

1.9 Proposal Validity


1.9.1 The Data Sheet indicates how long the Consultants’ Proposals must remain valid
after the submission date.
1.9.2 The Employer will make its best effort to finalise the Contract within this period. In
exceptional circumstances, the Employer may request Consultants to extend the
validity period of their Proposals. The request and the responses shall be made in
writing. In case Consultant extends validity of their proposal, the proposal security as
furnished in accordance with ITC 5.4, shall also be extended upto the date mentioned
in the letter of request for extension. Consultants have the right to refuse to extend the
validity period of their Proposals.

1.10 Participation of Government Employees:


The Government employees are not permitted to undertake any assignment without
the approval of the Government as per extant Government rules. In addition to this,
no close relatives of RVNL staff should be proposed for participation in the
assignment. In case CV of a serving Government Employee is submitted with a
proposal, the same will be evaluated and assigned marks. However, the said person
before joining the PMC assignment shall have to resign and obtain necessary
approval of the Government.

2 CLARIFICATIONS AND AMENDMENTS TO RFP DOCUMENTS


2.1 Pre-bid Meeting :A pre-bid meeting will be held at the place, time and date specified
in the Data Sheet or through video Conference.
2.2 Clarifications: Consultants may request a clarification of any of the RFP documents
prior to pre-bid meeting. Any request for clarification must be sent in writing to the
address indicated in the Data Sheet. The Employer will respond in writing and will

Section 2 Page 13 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

send written copies of the response, including an explanation of the query but without
identifying the source of inquiry, to all Consultants who have purchased the RFP
documents. Should the Employer deem it necessary to amend the RFP as a result of a
clarification, it shall do so following the procedure detailed under Sub-Clause 2.3.
2.3 Addendum :At any time prior to the submission of Proposals, the Employer may,
whether at its own initiative, or in response to a clarification requested by a firm,
amend the RFP by issuing an addendum. The addendum shall be sent to only those
consultants who have purchased the Document, at any time prior to issue of
addendum. Addendum shall also be uploaded on RVNL web site for others. To give
Consultants reasonable time in which to take an amendment into account in their
Proposals, the Employer may at its discretion, if the amendment is substantial, extend
the deadline for the RFP submission.
3 PREPARATION OF THE PROPOSAL
3.1 Components:
Consultant’s Proposal will consist of separate Technical and Financial proposals of
the firm as detailed in Para 5.2.
3.2 Language:
The Proposal, as well as all related correspondence exchanged by the Consultants and
the RVNL, shall only be in English. All reports prepared by the contracted Consultant
shall also be in English.

4 THE PROPOSAL
4.1 General: The Proposal should clearly demonstrate the Consultant’s understanding of
the requirements of the services, capability and approach for carrying out the tasks for
the project management set forth in the RFP document through the nominated experts.
In preparing the Proposal, Consultants are expected to take into account the
requirements and conditions of the RFP documents. All information provided in
Consultants’ Proposal will be treated as confidential.

4.2 Proposal :The Proposal should include a Technical Proposal Submission Form (Form
TECH-) and a Financial Proposal Submission Form (Form FIN-1) signed by person(s)
with full authorization to make legally binding contractual (including financial)
commitments on behalf of the firm/JV. The letter of JV should specify all association
arrangements and certify that each associated firm will perform its designated tasks
under the assignment if the lead firm is awarded the contract.

4.3 Documents Comprising Proposal Format


4.3.1 The consultant shall submit the proposal compiling all details and information as
under and submit scanned copies of the same on e-tendering portal except for those
documents which are to be filled up in the e-tendering portal.
Sr.
Particulars Remarks
No.

“Technical Proposal” in accordance with clause


1. Technical Proposal
5 of section 2

Section 2 Page 14 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Sr.
Particulars Remarks
No.

i)
Form TECH-1 (TPSF) Technical Proposal Submission Form (TPSF)
ii) Form TECH-2 (POA- Format for Power of Attorney for Authorised
SE) Signatory of Single Entity
iii) Form TECH-3 Format for Affidavit to be submitted by the
(Affidavit-1) Consultant along with the Proposal
iv) Form TECH-4
Deleted
(Affidavit-2)
v)
Form TECH-5 (BG-1) Proposal Security
vi)
Form TECH-5A (BG-1) Proposal Security Declaration Form
vii)
Form TECH-6 (BG-2) Form of Contract Performance Security
viii) Form TECH-7 Format for undertaking to be submitted by
(Holding) parent/holding company of the consultant
ix) Pro-forma letter of participation from each
Form TECH-8 (JV/1)
partner of Joint Venture (JV)
x) Form TECH-9 (JV/2- Format for Power of Attorney for Authorized
POA) Signatory of Joint Venture (JV) Partners
xi) Form TECH-10 (JV/3- Format for Power of Attorney to Lead Partner of
POA) Joint Venture (JV)
xii) Draft Memorandum of Understanding (MOU1)
Form TECH-11 (JV/4)
For Joint Venture participation
xiii) Form TECH-12 (JV/5) Draft format of Joint Venture Agreement
Form TECH-13 (ELI -
xiv) Consultant ’s Information Sheet
1)
Form TECH-14 (ELI -
xv) JV Information Sheet
2)
xvi) Form TECH-15 (NW) Financial Situation
Annual Consultancy Turnover for the last 5
xvii) Form TECH-16 (TO)
years
xviii) Form TECH-17 (WIP) Deleted
Form TECH-18/1 to Self-Evaluation for Hurdle criteria and Quality
xix)
18/2 based Selection. Form 18/3 deleted
xx) Form TECH-19 Summary of Information of Proposed Personnel
xxi) Form TECH-20 (CV) Curriculum Vitae (CV) format for the Key
(National) personnel (National)
xxii)
Form TECH-21 Description of Approach and Methodology
xxiii)
Form TECH-22 Deleted

1In case of existing joint venture, the certified copy of JV Agreement be furnished.

Section 2 Page 15 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Sr.
Particulars Remarks
No.

xxiv)
Form TECH-23A Work Schedule
xxv)
Form TECH-23B Personnel Schedule
xxvi)
Form TECH-24 Deleted
xxvii)
Form TECH-25 (QC) Deleted
xxviii)
Form TECH- 26 A Deleted
xxix) Team Composition, Task Assignments and
Form TECH-26B
Summary of CV Information
xxx) Form TECH-27 (CV) Curriculum Vitae (CV) format for the Key
(Expat) personnel (Expat)
xxxi) Form TECH-28 (EXP) Organizational experience of having provided
(DDC) design and design support during construction
for railway, road or metro tunnels, of minimum
length as per para 5.7.2.2.3 (i) in one continuous
stretch with NATM concept.
xxxii) Form TECH-29 (EXP) Details of Experience of Project Management
(PMC) Consultancy Services / Services of Independent
Engineer as per para 5.7.2.2.3 (ii).
xxxiii) Form TECH-30 Format for undertaking under Clause 1.2.2
(III) (b) for deployment of Personnel
xxxiv) Form TECH-31 Format for providing details of Shareholders
(constituting majority shareholding) as a proof of
fulfilling eligibility under clause 1.2.2 (i)
“Financial Proposal” in accordance with clause 5
2 Financial Proposal
of section 2

xxxv) Financial Proposal


FORM FIN-1
Submission Form
xxxvi) Bill of Quantity
FORM FIN-2

4.3.2 The Proposal must be submitted through e-tendering portal only.

4.3.3 Documents related to financial information: The Financial information requires


completion of Form FIN-1 and FIN-2 and quoting remuneration rates through e-
tendering portal. These are to be prepared as under:

(i) Form FIN-1 in Section 3, forming the covering letter for proposal.

(ii) Form FIN-2 in Section 3 relate to the costs of consulting services. Form-2 is
the BOQ for detailed design of tunnels and Remuneration billing rates for
personnel divided into three subheads (A) Key Personnel (B) Supervisors and
(C) Office Staff Team for advice on problems in their respective field beyond

Section 2 Page 16 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

regular deployment is to be quoted through e-tendering portal. Rate offered at


any other medium will not be considered.

(iii) DELETED.

(iv) Form FIN-1 should be typed on the Consultants’ Letter Heads exactly in the
same format of the form.

(v) In Form TECH-1 & FIN-1, an undertaking is to be given that, in preparation


and submission of the Technical and Financial information, Consultants have:

 Not taken any action which is or which constitutes a corrupt or


fraudulent practice as defined in the RFP documents; and

 Agreed to allow RVNL, at its option, to inspect and audit all accounts,
documents, and records relating to the Consultant’s Proposal and to the
performance of the ensuing Consultant’s Contract.

4.3.4 Proposal Prices: The amount arrived at based on rates quoted online through e-
tendering portal in the summery sheet of remuneration shall be the proposal price.

4.3.5 Currency: Consultants have to submit their offer in INR.

4.3.6 Tax Liability: The Consultant is liable to pay taxes as applicable. While the GST will
be paid extra as applicable to the Consultant by the Employer, all other taxes shall be
payable by the Consultant. RVNL shall be deducting taxes deductible at source as per
relevant Tax Laws/other applicable laws in India.

4.4 Proposal Content:


The Proposals and qualification details shall be furnished for in accordance with the
formats given in Section 3 and elaborated in clause 4.3 of these ITC and shall ensure
the following:

i) The proposals and qualification details shall concise, relevant, complete and
furnished in accordance with the formats given in Section 3 and elaborated in
clause 4.3 of these ITC.

Section 2 Page 17 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

5 SUBMISSION, RECEIPT AND OPENING OF PROPOSALS


5.1 Submission of Fully Responsive Proposal:
5.1.1 The Consultant shall submit a fully responsive proposal including all the
supporting documents requested in the RFP. Non-compliance with important
requirements may result in rejection of the proposal. Once the proposals are
received and opened, consultants shall not be required nor permitted to change the
substance, the key staff, quoted fee and so forth except at the time of negotiations
carried out in accordance with the provisions of the RFP. However, the Employer
may ask in writing from the Consultants any clarifications/information based on
the documents submitted with the proposal considered necessary for evaluation,
but not having any effect on the quoted fee and the substance of the proposal.
Proposals must be submitted online at the web address given in the Data Sheet
(Section 2) on or before the time and date stated in the Data Sheet or any new date
established by the RVNL according to provisions of Sub-Clause 2.2.
5.1.2 The Consultants shall submit the proposals ensuring the following:
(i) The RFP document issued by the Employer in full digitally signed by the
authorized signatory shall be submitted through e-tendering portal and shall
form part of Proposal.
Note: Forms FIN-1 & FIN-2 in the RFP document issued by RVNL, should not be
uploaded with the technical proposal and the scanned copy of same is to be
uploaded in the Financial Proposal on the consultant’s letter head typed in
the format of the Form as available in the RFP.

(ii) The proposal shall be digitally signed by a person duly authorized to sign on
behalf of the consultant.

(iii) All the corrigenda/addenda issued pursuant to clause 2.3 must be digitally
signed and submitted through e-tendering portal with the Proposal which
forms part of the RFP document.

(iv) Technical and Financial proposals shall be submitted in accordance with


clause 5.2.

(v) Scanned copy of the Proposal Security in case of Bank Guarantee shall be
submitted in accordance with ITC Clause 5.4.

(vi) Scanned copy of Undertakings/Affidavits as per requirement of RFP are to be


uploaded along with the proposal.

5.1.3 DELETED

5.2 Online Submission of Proposals:


5.2.1 The consultant shall submit the Technical and Financial proposal through e-
tendering portal of RVNL i.e. https://rvnl.euniwizarde.com.

Section 2 Page 18 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

i) “TECHNICAL PROPOSAL” will comprise all Forms of Section 3 except Form


FIN-&rates quoted in the summary sheet of remuneration uploaded through
RVNL e-tendering portal as envisaged in RFP and all other relevant data specified
in the RFP documents. All forms should be typed on Consultants’ letter head in
the exact format of the Forms.

ii) “FINANCIAL PROPOSAL” will comprise only Form FIN-1&rates quoted in


the summary sheet of remuneration uploaded through RVNL e-tendering portal as
envisaged in RFP and all other relevant data specified in this RFP documents.
Form FIN-1should be typed on Consultants’ letter head in the exact format.

5.2.2 DELETED
i) DELETED
ii) DELETED
5.3 Deadline for submission of Proposals:
Proposals must be received by the Employer through e-tendering portal only in
accordance with clause 5.2 of these ITC, not later than the time and date specified in
the Data Sheet or extended date in accordance with clause 2.3 of ITC. The e-
Tendering portal cannot accept any proposal once the deadline for the tender
submission has lapsed.

5.4 Proposal Security:


5.4.1 (I)At the consultant’s option, the proposal must be accompanied by Proposal
security Declaration or the Proposal Security as stated in Data Sheet in the form
of;
(a) Online e-payment through the link given on e-tendering portal

OR

(b) an unconditional Bank Guarantee in the prescribed form given in Section 3,


Form 6, from the banks acceptable to the Employer as mentioned below:
(i) a Scheduled Bank in India
(ii) a Foreign Bank having their operations in India or
(iii) a Foreign bank which does not have operations in India is required to
provide a Counter Guarantee by State Bank of India.
The proposal security shall be valid upto the date as mentioned in BDS (Data
Sheet) or upto the date mentioned in the letter of request for extension in case
extension is requested under ITC 1.9.2.

In case the consultant has opted for Bid security in the form of an unconditional
Bank Guarantee, the consultant should upload the scanned copy of Bank
Guarantee with the bid. The original Bank Guarantee should be delivered in
person to the official nominated as indicted in the bid data sheet within 5
working days of deadline of submission of bids. Non submission of scanned
copy of Bank Guarantee with the bid on e-tendering portal and/or non-
submission of original Bank Guarantee within the specified period shall lead to
summary rejection of bid. The details of the BG, physically submitted should

Section 2 Page 19 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

match with the details available in the scanned copy and the data entered during
bid submission time, failing which the bid will be rejected.
OR
In case of MSEs they should upload the scanned copy of their registration in
place of scanned copy of bank Guarantee.
OR
In case the consultant opts for giving Proposal Security Declaration, they should
upload the scanned copy of their Proposal Security Declaration in the format as
given in Form-5A in place of scanned copy of bank Guarantee.

5.4.2 The Proposal Security of unsuccessful consultants will be returned as promptly


as possible, but not later than thirty (30) days after the expiration of the validity
of the proposal prescribed in clause 1.9 of these ‘Instructions to Consultants’.

5.4.3 The Proposal Security of the successful Consultant shall be returned promptly
once the successful Consultant has furnished the required Performance Security
and signed the Contract Agreement.

5.4.4 The Proposal Security may be forfeited for any of the reasons mentioned below:
a) if a consultant withdraws its proposal during the period of proposal validity;
b) in case of a successful consultant, if the consultant fails to;
i) Sign the contract in accordance with clause 9 of these ITC
ii) Furnish Performance Security in accordance with clause 10 of these
ITC.
c) If the Consultant fails to submit a list of personnel along with CVs in prescribed
format in terms of sub-clause 1.2.2 (III) within a period of 30 days from the
issue of Notification of Award;
d) if the undertaking of the affidavit submitted by the Consultant in pursuant
to Sub-Clause 1.2.2 (VII) is found false at any stage during evaluation;
e) if any tampering or changes are made in the RFP document;
f) if the consultant violates any other provision of RFP document.

5.5 Modifications and Withdrawal of Proposals:


5.5.1 The Consultant may modify its proposal after submission through e-tendering
portal any number of times or withdraw it before the deadline for submission of
proposals.
5.5.2 DELETED
5.5.3 No proposal may be withdrawn in the interval between the deadline for submission
of proposals and the expiration of period of proposal validity. Withdrawal of a
proposal during this interval shall result in forfeiture of its proposal security
pursuant to clause 5.4.3 of these ITC.

5.6 Opening of Proposals:


5.6.1 Opening of Technical Proposal
(a) The Employer shall conduct the opening of Technical Bids through e -
tendering portal of RVNL https://rvnl.euniwizarde.com.
(b) DELETED

Section 2 Page 20 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(c) DELETED
(d) DELETED.

(e) DELETED.
(f) DELETED
5.6.2 DELETED
5.6.3 The details of proposal security, details contained in the Technical proposals of the
various consultants will be examined by the nominated Tender Committee to
decide on the opening of Financial Proposals of eligible Consultants.
Note: The offers of such Consultants who have withdrawn their offers, who
have not submitted proposal security, who do not fulfil the eligibility criteria
(ITC clause 1.2.2), whose offers are not responsive as decided by the Tender
committee will be rejected. The financial proposal of such Consultant(s) will
not be opened.

5.6.4 The Financial Proposals of the Consultants shortlisted in technical evaluation, will
be opened through e-tendering portal of RVNL i.e.
https:www.rvnl.euniwizarde.com. The shortlisted Consultants will be advised
through email, the date and time of opening of their financial proposals.

5.6.5 Opening of Financial Proposals:


(i) The Employer shall conduct the opening of Financial Proposals of consultants
who submitted substantially responsive technical proposal and who have
determined qualified as a result of technical evaluation, on date and time
specified by the Employer through e-tendering portal of RVNL i.e.
https:www.rvnl.euniwizarde.com.
(ii) DELETED
(iii) DELETED
(iv) DELETED
(v) DELETED

5.7 Proposal Evaluation

5.7.1 SYSTEM OF EVALUATION OF PROPOSALS


Quality and Cost Based Selection (QCBS)method shall be used to evaluate the
Consultancy proposals. The Consultants who submit substantially responsive
proposals conforming to the RFP shall be taken up for further evaluation as per
clauses 5.7.2 to 5.7.4.

5.7.2 EVALUATION OF TECHNICAL PROPOSALS

5.7.2.1 Each substantially responsive proposal shall be evaluated to ascertain whether


it fulfils the Hurdle Criteria as specified in clause 5.7.2.2 below.

Section 2 Page 21 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

5.7.2.2 HURDLE CRITERIA

Compliance Requirements
Joint Venture Documents
Criteria Requirement Single All Each of Submission
Entity Partners Lead Requirements
the other
Partner
Combined Partner(s)
5.7.2.2.1 Net Worth

Submission of audited
balance sheets or, if not
required by the law of the
Consultant’s country,
other financial statements
acceptable to the
Employer, for the last

Must meet requirement

Must meet requirement


Must meet requirement

three years to

Form TECH-15
Not applicable

demonstrate the current


soundness of the
Consultants financial
position and its
prospective long-term
profitability. As a
minimum the Consultants
net worth calculated as
difference between total
assets and total liabilities
should be positive for the
latest financial year.

5.7.2.2.2Average Annual Consultancy Turnover

Minimum average annual


Must meet 100% of the requirement

Must meet 40% of the requirement

Must meet 60% of the requirement


Must meet 100% of the requirement

consultancy turnover of
INR 105.50 Cr calculated
as total certified
Form TECH-16

consultancy payments
received for contracts in
progress or completed,
within the last three years.

Notes:
If the balance sheets of the
consultant or any of its
constituents is in the

Section 2 Page 22 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Compliance Requirements
Joint Venture Documents
Criteria Requirement Single All Each of Submission
Entity Partners Lead Requirements
the other
Partner
Combined Partner(s)
currency other than INR and
US$, the same shall be
converted to INR as per
Note (h) below the table.

If the Indian company is


using the credential of
parent/holding company
whose balance sheet is in
other than INR, then also
conversion shall be done as
mentioned in (i) above.

5.7.2.2.3 Contracts of Similar work of size and nature


The Consultant should have
must meet both (i) and (ii)

must meet both (i) and (ii)

Form TECH-28 and Form TECH-29


must meet requirement either (i) or (ii)
must meet requirement either (i) or (ii)
completed following two
assignments in the last 10
years before the deadline for
submission of the proposals
in India or elsewhere on
Railway/Highway Project
using NATM/observational
technique
(The works/assignments
executed as sub consultant
or associates shall not be
considered under this
criteria)

(i) At least two completed


contracts which includes
both the services of detailed
design and technical support
during construction of
minimum of 3 KMs
continuous tunnel.
Note:
a. The tunnel shall have
minimum cross section
area of 30 SqM.
b. Only linear length of
tunnel will be
considered irrespective
of number of
lanes/tracks in the
same tunnel.

Section 2 Page 23 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Compliance Requirements
Joint Venture Documents
Criteria Requirement Single All Each of Submission
Entity Partners Lead Requirements
the other
Partner
Combined Partner(s)

(ii)at least one contract


which includes Project
Management
Consultancy (PMC)
services/ Services of
Independent Engineer/
Construction Supervision
or similar service having
executed “Role of
Engineer”, with a
minimum value of INR
29.56 Cr. of the aforesaid
services.
Notes:
(a) Single contract fulfilling
the individual
requirements of the (i)
and (ii) above shall also
be considered for
meeting (i) & (ii).
(b) In case of twin tube
tunnels, each tube will be
considered separate
subject to each tube
fulfilling the stipulated
criteria as above.

Only proposals of those Consultants who meet the ‘Hurdle Criteria’ specified
under Para 5.7.2.2 shall be taken up for further quality based technical evaluation
in the second stage as under.
Note:
[a] The contract should have been completed within this period irrespective of date of start.
[b] The DDC/PMC/Independent Engineer Contract shall be treated as completed as on the
date of commissioning of the project (excluding defect liability/ maintenance period) or
satisfactory completion of the contracted services as certified by the Employer.
[c] Deleted[d] Deleted
[e] Deleted
[f] In case a JV quoting for the consultancy proposal has executed similar work specified in
5.7.2.2.3 with the same constitution of JV, the requirement specified to be met under sub
clause 5.7.2.2.3 shall be evaluated considering the JV as a single entity for this purpose.

Section 2 Page 24 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

[g] For the purpose of value of work, experience of a firm in a JV in sub clause 5.7.2.2.3 and
for past experience of assignment in sub clause 5.7.2.2.3 credit shall be given for execution
of the value/quantity of that assignment executed by the firm as part of a JV, as certified by
the Employer. If the Employer’s certificate does not indicate the specific fee received by
each partner or quantity of assignment executed by each partner, in such a case credit for
value/quantity of each assignment shall be given as per following provisions in order of
priority:
(i) As per details given in JV agreement forming part of the relevant Contract
Agreement.
(ii) If JV agreement does not provide such details, then credit shall be given in
proportion of the percentage share of the firm in that JV.

[h] For Sub-clause 5.7.2.2.2 Average Annual Consultancy Turnover, the Bidder should
submit actual construction turnover figures for the specified financial years. For Evaluation
purposes the figures of previous years shall be updated @ 5% per year compounded annually
based on Rupee value to bring them to the level of the last Financial Year specified in sub-
clause. If the figure for turnover in an individual year is in a currency other than INR, then
the same shall first be converted to INR based on the exchange rates published by Reserve
Bank of India/International Monetary Fund (in that order) as on last day of that year and then
the figures in INR shall be updated as mentioned above.

[i] For Sub-clause5.7. 2.2.3 Contract of similar work of size and nature, the Bidder should
submit actual Value of Work completed. Value of Work for Evaluation purposes shall be
updated based on Rupee value to bring them to the price level of date of deadline for
submission of bids as per formula given below:-
A = B [1+ (5÷36500) x N]
Where
A = updated value of work on dead line for submission of bids.
B = value of work on the date of completion/substantial completion as indicated in
the Employer’s certificate.
N = Number of days between date of completion and dead line for submission of
bids.
The base date for updating purpose shall be considered as the date of completion of
work as certified by the Engineer-in Charge.
In case value of the work is mentioned in a currency other than INR, then the same
shall first be converted to INR based on the exchange rates published by Reserve
Bank of India/International Monetary Fund (in that order) as on the date of
completion/substantial completion of the work and then the figures in INR shall be
updated as mentioned above.

[j] If the original Certificates (i.e. certificate of Incorporation/Registration or Memorandum


& Article of Association, Audited Balance Sheets, Employer Certificate etc. which are
relevant to the bid submission) is in a language other than in English, the same may be
translated into English and notarized/attested by the Notary Public.
[k] Audited Balance Sheets/ Account Statements shall be certified by a Certified Public
Accountant/Chartered Accountant or any Registered Account Practitioner by any
name.

Section 2 Page 25 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

5.7.2.2 Quality based evaluation to shortlist the Consultants for opening of their
financial proposals: The following four criteria shall be used to evaluate the
technical proposals for assessing the technical scores;
(i) Experience of similar work;
(ii) Approach and Methodology; and
(iii) Qualification and experience of Key Personnel

The marking system for evaluation under each criterion of the Technical Proposals
shall be as given below.

Sr. DDC&PMC
Criteria
No. Marks
A Experience of similar works 450

Completed similar contracts as 30 Marks shall be allotted for each


A.1 per clause 5.7.2.2.3 (i) completed similar works with a maximum
limit of 180 marks
Completed contracts of 30 Marks shall be allotted for each
A.2 minimum value as per clause completed similar works with a maximum
5.7.2.2.3 (ii) limit of 180marks
If the qualifying work is ≥
Such work shall be allotted additional 15
double the minimum length of
A.3 marks over and above marks given in A.1
tunnel as per clause 5.7.2.2.3
with maximum limit of 60 marks
(i)
If the qualifying work is ≥
Such work shall be allotted additional 15
triple the minimum length of
A.4 marks over and above marks given in A.3
tunnel as per clause 5.7.2.2.3
with maximum limit of 30 marks
(i)
B Approach & Methodology 300
B.1 Understanding Objectives
General Understanding of the
project requirement, coverage
50
of principal components as
specified in TOR and site visit
assessment.
B.2 Quality of Methodology
The degree to which the
50
submission addresses the
requirements of TOR.
B.3 Innovativeness
Workable suggestions specific
50
to the project on improvements
to quality.
B.4 Work Program& Deployment
Schedule for design & design
support 50
Graphical representation of

Section 2 Page 26 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Sr. DDC&PMC
Criteria
No. Marks
work plan, commensurate
personnel deployment plan to
meet the objectives of the
project.
B.5 Presentation about the above
B.1 to B.4
A presentation will be made by
the Bidder on a date and time 100
notified by the Employer to
further elaborate the above
items.
Qualification and experience
C 250
of Key Personnel
(a.1) Team leader-Chief Tunnel 100
Design Engineer*- Expat
And And
(a.2) Team leader-Chief Tunnel
Construction Engineer*- Expat 75
(b) Chief Geotechnical
75
Engineer
Total of A + B + C 1000
Note:
1. *Chief Tunnel Design Engineer will be Team Leader during pre-
construction stage only for all services as defined in Part-I of TOR and . Chief
Tunnel Construction Engineer will also act as Team Leader / Project Manager
during construction stage for all services as defined in TOR.
**Resident Engineer (Tunnel/Civil) will assist in Tunnelling works during
absence/leave period of Project Manager (Chief Tunnel Construction
Engineer) at construction stage.
#Team Leader / Project Manager Chief Tunnel Construction Engineer) will be
put off during long periods of inactivity, if any, as decided by RVNL. In such an
eventuality, RVNL shall pay one month accepted salary for each such break (or
pro-rata) and return airfare by economy class by shortest/most practicable
route.
## Chief Geotechnical Engineer who is involved in Design Services at pre-
construction stage and also during construction stage may also be called on
need basis during construction stage. In such eventuality, the return airfare by
economy class by shortest/most practicable route shall be payable in addition
to daily allowance equal to 1/30th of monthly salary as given and accepted for
Tunnel Construction Engineer in FIN-2 in Section-3.
1. During Pre-construction stage, Team leader will be stationed at Design office
located in Bhopal M.P. India for meetings and discussions with

Section 2 Page 27 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

RVNL/Railway, and shall provide all necessary services as required to


develop the requisite designs and their approval.
2. The services of key personnel during Pre-construction stage will also be made
available on need basis after pre-construction stage period is over and before
start of construction stage, for which separate payment terms have been
defined in Form FIN- 2 (Notes) in Section 3.
3. During Construction stage all personnel which will provide design support
and construction supervision will be stationed in field office in project area at
Indore-Budni Site or nearby as per staffing schedule approved by RVNL.
4. A good working knowledge of English Language (should be able to speak
coherently, read and write which can be understood by person with normal
knowledge of English) is essential for Key Personnel (Expats) on this
assignment. Key Personnel not having good working knowledge of English,
as certified by the personnel himself and the authorised representative of
the bidder in respective CV, will be assigned Zero marks.
5. “Expat”, if required, means a person having citizenship other than that of
neighbouring countries having common border with India and having
minimum 5 years relevant experience (as per table 1 (Expats) of Section-2
(ITC)) in a country other than India. Nationality of key personnel should not
conflict the tender conditions [key personnel should not citizen of the
country sharing the border with our country].
5.7.2.3 DELETED

5.7.2.3.1 The Evaluation of CVs will be performed as under –


a. The age of proposed personnel shall be not more than 67 years as on the
deadline for submission of the proposal subject to physical fitness. Any
expert above the age of 67 years as on the deadline for submission of
proposal shall be given ZERO points.
b. A good working knowledge of English Language (should be able to speak
coherently, read and write which can be understood by person with normal
knowledge of English) is essential for Key Personnel (Expats) on this
assignment. Key Personnel (Expat) not having good working knowledge of
English, as certified by the personnel himself and the authorised
representative of the bidder in respective CV, will be assigned Zero marks.
c. All required items of CV pertaining to Academics and Experience will be
evaluated during bid submission as well as later during initial deployment
as per requirements of bid document. The CV’s should include the required
details given in Table-1 and Table-2a & 2b at Attachment-4 of Annexure-1
(section 2) for each type of personnel. In case, any of these details are not
included in the CV, the marks allotted for that criteria will be zero
d. If a person is proposed by multiple consultants, the CVs shall be evaluated
considering the CV getting the lowest marks which shall be assigned to
uniformly to all the bidders who have proposed said persons.
e. In case the proposed personnel is not eligible in terms of ITC 1.2.2 (III) (d),
then the personnel shall be disqualified and his CV shall be assigned Zero
marks and for eligible personnel, weightage in evaluation of CVs shall as

Section 2 Page 28 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

per Academics and Experience requirements given in Table-1 and Table- 2a


at Attachment-4 of Annexure-1 (section 2) for each type of personnel
f. DELETED
g. If the minimum academic qualifications of the proposed key personnel is
not in the relevant field as defined in the academics criteria, he shall be
considered ineligible and assigned Zero marks for both academic and
experience criteria. However, the consultant shall provide replacement
acceptable to the employer with stipulated qualification and experience and
not scoring less than the minimum 70% marks, at the time of initial
deployment in case work is awarded to them
h. In case consultant is awarded contract with same key personnel who are part
of contracts awarded within 28 days of date of bid submission on the
project, the Consultant shall provide replacement at the time of initial
deployment with equal or better qualification and experience as per
conditions of the bid document
In such cases the concerned Consultant shall be asked to submit an
undertaking through a clarification to be sought by the Employer giving
details of such personnel that these shall be replaced at the time of initial
deployment.

5.7.2.4 Total Score of Key Personnel:


Each of the three key personnel proposed by the Consultants with the proposal
submission is expected to score at least 70% marks for being eligible for
deployment in the proposed position. However, if any of the personnel
proposed by the Consultants score less than 70%, the score shall be carried
forward for a maximum of one Key Personnel to ascertain the total score of
the Consultant. In such a case the concerned Consultant shall be asked to
submit an undertaking through a clarification to be sought by the Employer
giving details of personnel securing less than 70% marks that the personnel
proposed securing less than 70% marks shall be replaced at the time of initial
deployment. However, the original marking of the personnel shall not be
changed/amended even after submission of undertaking.
In case the concerned Consultant(s) fails to submit such an undertaking within
7 days of issue of letter by the Employer, the proposal of such Consultant(s)
shall be considered disqualified and shall not be evaluated further.
In case more than one Key Personnel proposed by the Consultant scores less
than 70% then the proposal shall be considered disqualified and shall not be
evaluated further.
5.7.2.5 Selection and short listing of Consultants for opening of Financial
Proposals based on total score obtained in Technical Evaluation:

Only the top five consultants, in the descending order of the marks obtained
(with a minimum marks as specified in Data Sheet), will be shortlisted for
opening of financial proposals. If the number of consultants who have obtained
a minimum marks as specified in Data Sheet is less than five, but a minimum
of 2, the same shall be shortlisted for opening of financial proposals. However,
if the number of such consultants shortlisted is less than 2, RVNL may shortlist
the consultant with the next highest scores in descending order having obtained

Section 2 Page 29 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

a minimum of 600marks.In such an event, the total number of shortlisted


consultants will be restricted to TWO only.

The criteria to be used for ranking of consultants obtaining the same score,
to restrict the total number of shortlisted consultants to five/two, will be as
under:-

i) If the total score of two or more consultants is the same, the consultant
having obtained the higher score for “Experience of similar work” shall be
rated higher in the ranking.

ii) In the eventuality that the total score as well as score for “Experience of
similar work” is the same the consultant having obtained the higher score
for “key personnel” will be rated higher in the ranking.

5.7.3 EVALUATION OF FINANCIAL PROPOSALS


5.7.3.2 Financial Proposals will be reviewed to ensure that -
(i) The figures provided therein are consistent with the details of the
corresponding Technical Proposal (e.g. staffing schedule etc.);
(ii) The commercial terms in each proposal in financial document will be
checked for compliance set forth in the Data Sheet and other clauses of the
RFP document.

5.7.3.3 DELETED
(i) DELETED
(ii) DELETED
(iii) DELETED

5.7.3.4 The Evaluated Total Price will be worked out for all Financial Proposals as
above. The lowest Evaluated Total Price will be given a financial score of 1000
points. The other proposals will be given financial scores that are inversely
proportional to their Evaluated Total Prices. The following formula shall be
used to calculate the financial scores:-
Sf = 1000 x Fm/F
where
Sf - Financial score of the proposal under consideration
Fm - Lowest Evaluated Total Price
F - Evaluated Total Price of the proposal under consideration

5.7.4 EVALUATION OF COMBINED SCORE:


Following completion of evaluation of Technical and Financial Proposals,
final ranking of the Proposals will be determined. This will be done by
applying a weightage to the technical and financial score of each evaluated
qualifying Technical and Financial Proposal and then computing the total
Combined Score (S) for each Consultant as given below
Combined Score, S = (St xWt) + (Sf x Wf) where:

Section 2 Page 30 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

S = Final score
St = Technical score
Sf = Financial score
Wt = Weightage of technical score
Wf = Weightage of financial score
The weightages (Wt&Wf) to be applied to the technical and financial scores
respectively shall be as indicated in the Data Sheet. The proposal with highest
combined total score will be ranked first; second highest score will be ranked
second; and so on.

However, in the event the proposals of two or more Consultants have the same scores
in the final ranking, the Consultant having obtained higher score in technical proposal
shall be rated higher in the ranking.

6 Negotiations

6.1 Normally Negotiations are not allowed. However, if required, negotiations will be held at
the address indicated in the Data Sheet. Representatives conducting negotiations on
behalf of the Consultant must have written authority to negotiate technical, financial, and
other terms and conclude a legally binding agreement.

6.2 DELETED

6.3 The financial negotiations will generally relate to the financial proposal like experts
remuneration and other unit rates.

7 Confidentiality
7.1 Information relating to evaluation of Proposals and recommendations concerning
contract award shall not be disclosed to Consultants who submitted Proposals or to other
persons not officially concerned with the recruitment process until the winning firm has
been notified and contract awarded.

8 Award of Contract
8.1 The Employer reserves the right to accept or reject any proposal and to annul the bidding
process and reject all proposals at any time prior to award of contract, without thereby
incurring any liability to the Consultants. In case of annulment, all proposal securities
shall be promptly returned to the Consultants.

8.2 The Employer shall award the Contract to the Consultant whose proposal is substantially
responsive to the RFP Document, provided further that the Consultant is determined to
be qualified to perform the Contract satisfactorily and whose offer has been determined
as first rank (having highest combined total score) as per ITC 5.7.4 and after successful
negotiations, if any, subject to ITC 8.3 below.

8.3 The Employer has the right to review at any time prior to award of contract that the
qualification criteria, as specified in ITC 1.2.2 and 1.6, are still being met by the
Consultant whose offer has been determined as first rank. A Proposal shall be rejected if
the qualification criteria, as specified in ITC 1.2.2 and 1.6, are no longer met by the

Section 2 Page 31 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Consultant whose offer has been determined as first rank. In this event the Employer
shall proceed to the Proposal next in rank to make a similar reassessment of that
Consultant’s capabilities to perform satisfactorily.

9 Notification of Award
9.1 After completion of negotiations (if any), prior to the expiration of proposal validity, the
Employer will notify the successful consultant in writing through registered letter, fax
and/or e-mail that its proposal has been accepted by the Competent Authority at RVNL’s
Corporate Office at Delhi or CPM’s Office.
9.2 The notification of award will constitute the formation of contract.
9.3 Deleted
9.4 Upon the successful consultant’s furnishing of the performance security, pursuant to
clause 10 of these ITC, the Employer will promptly notify the other Consultants who
submitted Proposals that they were unsuccessful and will discharge their Proposal
Security, pursuant to clause 5.4.2.
10 Signing of Contract
10.1 After the Employer notifies the successful consultant that its proposal has been
accepted and the consultant has furnished the performance security in accordance with
Clause 10 of ITC, the Employer will send Form of Contract provided in the Request for
Proposals, incorporating all agreements between the parties, to the consultant.
10.2 Within twenty eight (28) days of receipt of the Contract Form, the successful consultant
shall sign and date the contract and return it to the Employer. By mutual agreement, the
contract signature date may be postponed by up to thirty (30) days.
11 Performance Security
11.1 Within twenty eight (28) days of the receipt of notification of award from the
Employer, the successful consultant shall furnish the performance security for an
amount as specified in Data Sheet in accordance with the Conditions of Contract, using
the Form 7 provided in the Request for Proposals Section 3 or another form acceptable
to the Employer.
In case the consultant fails to submit Performance Security within 28 days of issue of
LOA, it may seek extension of time for a period not exceeding 28 days along with
payment of damages either through bank transfer or Demand Draft in favour of RVNL.
The rate of payment of damages for such extended period shall be a sum calculated @
0.035% of the Performance Security for each day of the extension sought. Further, if
the last day of the extension sought happens to be a declared holiday in the concerned
office, submission of Performance Guarantee shall be accepted on the next working
day. Extension of time may be granted by the authority who is competent to sign the
contract agreement.
The contractor may commence the work within 42 days of issue of LOA subject to the
condition that, no payment will be made to the contractor till completion of the
following:

1. Submission of Enforceable Performance Guarantee.

2. Signing of Contract agreement.

Section 2 Page 32 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

In case contract is terminated on account of non-submission of Performance Security


within the specified time or extended time, the Employer shall be entitled to forfeit Bid
Security, damages paid if any, and other dues payable against that contract.
In case a bidder has not submitted Bid Security on the strength of their registration as a
Start-up recognized by Department of Industrial Policy and Promotion (DIPP) under
Ministry of Commerce and Industry, DIPP shall be informed to this effect. The
terminated Contractor shall stand debarred from participating in RVNL tenders for a
period of 3 years.
11.2 Failure of the successful consultant to comply with the requirements of ITC Clause 9 or
ITC Clause 10.1 shall constitute sufficient grounds for the annulment of the award and
forfeiture of the proposal security.
12 Contract Commencement Date
12.1 The Data Sheet indicates the anticipated date for the commencement of the contract
services.
12.2 The actual date of commencement shall be within fifteen (15) days of the Notice to
Proceed given by the Employer in accordance with the provisions of clause 4 of
contract agreement in Section 5of RFP.
13 Time of Completion: As indicated in Data Sheet.
14 The bidding process shall be governed by and construed in accordance with the laws of
India and the Courts as indicated in Data Sheet shall have exclusive jurisdiction over all
the disputes/issues arising under, pursuant to and/ or in connection with the bidding
process.

15 Special Provisions for Micro and Small Enterprises (MSEs):


i) Applicants registered with the agencies (as mentioned in para iii) below) as micro
or small enterprise (MSE) are exempted from the payment of RFP/bidding
document fee.

ii) Applicants registered with the agencies (as mentioned in para iii) below) as micro
or small enterprise (MSE) will be exempted from deposit of Proposal/Bid
Security.

iii) Applicants who are interested in availing themselves of above benefits will
enclose with their proposal;

a) The proof of their being micro or small enterprise (MSE) registered with
any of the following agencies;
1. District Industries Centres
2. Khadi and Village Industries Commission
3. Khadi and Village Industries Board
4. Coir Board
5. National Small Industries Corporation
6. Directorate of Handicraft and Handloom
7. ‘UdyogAadhaar’ – The Online Portal of MSME
8. Any other body specified by Ministry of MSME.

Section 2 Page 33 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

b) Supporting document(s) indicating the terminal validity date of registration


which should be a date after the deadline for submission of proposals.

Failing which, their proposals shall not be liable for consideration of benefits
detailed in para (i) & (ii) above.

Section 2 Page 34 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annex 1 (Section 2)

DATA SHEET

Clause
Item Data
Ref.
1.2 Selection of Quality and Cost Based Selection (QCBS) method
Consultants.
1.2.1 Name of the Employer Rail Vikas Nigam Limited, New Delhi
1.9 Validity of the 28.01.2022 i.e. 120 days from the deadline of
Proposals submission of proposal
2.1 Pre-bid Meeting : 11:00 hours on 31.08.2021
time, date and venue Through video Conference. The prospective
Consultant who wish to attend the meeting shall
submit a maximum of two e-mail ids of the persons
nominated to attend the meeting, to the person
nominated to contact at least 2 working days before
the pre-bid meeting
2.2 Name and Address of Chief Project Manager Office,
the Employer where the Rail Vikas Nigam Limited,
correspondence 174/2, Shakti Nagar,
concerning this Request Habibganj,
for Proposal is to be
Bhopal – 462024
sent:
Telephone: +91 755 4295368
FAX: +91 755 4295368
Email : atul.nigam@rvnl.org

For any Query regarding e tendering portal / Bid


submission please contact helpdesk Number 011-
49606060,
Email: helpdeskeuniwizarde@gmail.com, Mr.
Anand Kumar - +91 9355030602, Mr. Amrendra -
+91 8448288980

4.3.6 Local Taxation


The Consultant is liable to pay taxes as applicable.
While the GST will be paid extra as applicable to the
Consultant by the Employer, all other taxes shall be
payable by the Consultant. RVNL shall be deducting
taxes deductible at source as per Tax Laws/other
applicable laws in India.

Facilities to be provided Employer will arrange to provide the facilities as


by the Employer indicated in the Attachment 2& 3 to this Data
Sheet.
5.2 Online submission of e-tendering website
proposals https://www.rvnl.euniwizarde.com

Section 2 Page 35 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Clause
Item Data
Ref.
5.3 Deadline for Submission 11:00 hours on 30.09.2021
of Proposals
5.4 Proposal Security To submit Proposal Security Declaration as per
Declaration FORM TECH-5A in Section 3.
5.4.1(I) Proposal Security shall Not Applicable
be valid up to
5.5 Opening of Technical 11.30 hours on 30.09.2021
Proposals
5.7.2.6 Minimum Technical 750 out of 1000
Score
5.7.4 Weightage to be applied The weightage to be applied to the technical score
to the Technical and (Wt) : 0.80 (or 80%) and
Financial Proposal
Score The weightage to be applied to the financial score
(Wf) : 0.20 (or 20%)
6.1 Negotiations The contents are replaced as below:
Negotiations will include a discussion of the
Technical Proposal, the proposed technical approach
and methodology, work plan and schedule, and
organization and personnel, and any suggestions
made by the Consultant to improve the TOR. The
Client and the Consultants will finalize the TOR,
personnel schedule, work schedule, logistics, and
reporting. These documents will then be
incorporated in the Contract as “Description of
Services.” Special attention will be paid to clearly
defining the inputs and facilities required from the
Client to ensure satisfactory implementation of the
assignment. The Client shall prepare minutes of
negotiations which will be signed by the Client and
the Consultant.

Representatives conducting negotiations on behalf of


the Consultant must have written authority to
negotiate technical, financial, and other terms and
conclude a legally binding agreement.

11 Performance Security Within 28 days of issue of Letter of


Acceptance/Award (LOA) @3% of the value of the
accepted Contract amount and in the same
currency(ies) of the Accepted Contract amount in the
form of an unconditional Bank Guarantee for the
stated amounts in the format prescribed in Form-7
and valid for a period of 28 days beyond issue of
performance certificate (Initially Performance
Security shall be valid upto 28 days beyond the
specified completion of the consultancy contract).

Section 2 Page 36 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Clause
Item Data
Ref.
12 Expected date for (i) Detailed Design of Tunnels – Nov/Dec 2021
commencement of (ii) Construction stage supervision – April/May
consulting services 2022
13 Time of Completion i. Detailed Design of Tunnels – 6 months
ii. Construction stage supervision of Viaduct - 36
months
iii. Construction stage supervision of ROB, RUB
and Waterway Bridge - 36 months
iv. Construction stage supervision of tunnels - 42
months
v. Defect Liability Period (DLP) for construction
works - 6 months
vi. Completion period of whole consultancy-48
months + 6 months DLP
14 Jurisdiction of Courts DELHI

Note:

1) In the event of the dates refer to in this document happen to be a holiday; the next
working day shall be applicable.

Section 2 Page 37 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annex 1 (Section 2)
Attachment 1
ATTACHMENT 1 to DATA SHEET
HURDLE CRITERIA
1. General:
1.1 The evaluation of valid proposals received shall be carried out by the Tender
Committee (TC) on the basis of responsiveness to the TOR and the criteria
specified below.
1.2 The proposals received by RVNL in response to RFP shall be examined in
five stages as under:

S.No. Particulars Criteria Remarks


1. Responsiveness Hurdle Includes submission in accordance
with the guidelines in the
`Instructions to Consultants’.
2. Hurdle Based Technical Hurdle To be evaluated as per Clause
Evaluation 5.7.2.2 of Section 2
3. Quality Based Technical Marking To be evaluated as per Clause
Evaluation System 5.7.2.3 to 5.7.2.6of Section 2
4 Financial Evaluation Marking To be evaluated as per Clause 5.7.3
System of Section 2
5 Combined Score Rank To be evaluated as per Clause 5.7.4
Evaluation System of Section 2

2. Responsiveness:To be examined as under:

Required
S. No. Item
Response

In case the consultant being interested in availing themselves


benefits extended to MSEs in terms of ITC clause 15, has the
Consultant enclosed the proof of their being MSE registered
1 Yes
with agencies and supporting document(s) indicating terminal
validity date of registration which is a date after the deadline
for submission of proposals?

Is Proposal Security or Proposal Security Declaration Form


furnished?
2 (Not applicable for MSEs being interested in availing Yes
themselves benefits extended to MSEs in terms of ITC clause
15)
3 Submitted P.O.A.? Yes
4 In case of JV has the MOU been furnished. Yes
5 Submitted audited Balance Sheets for last 3 financial years? Yes

Section 2 Page 38 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Required
S. No. Item
Response

6 Has the firm submitted audited financial data for last 3 financial Yes
years in Form TECH-15 & TECH-16?
7 Has the firm submitted data regarding experience in Form Yes
TECH-28 & TECH-29?
8 Has the Consultant submitted CVs of Key Personnel in Form Yes
TECH-20 and 27?
9 Has the Consultant any conflict of interest? No
10 Is the Consultant involved in any fraud and corrupt practices? No
11 Has the consultant submitted affidavit that he is not disqualified Yes
under clause 1.2.2 (VII) of Section 2 Form TECH-3?
12 Has the Consultant submitted undertaking from the Yes/Not
parent/holding company as per ITC Clause 1.2.2(I) in Form applicable
TECH-7?
13 Whether undertaking for Staffing Schedule, approach and Yes
methodology has been submitted by the Consultancy firm in
Form TECH-1?
14 Personnel:
Whether undertaking to provide Personnel, other than Key
Personnel, with qualifications and experience, as stipulated in Yes
the RFP document, has been submitted by the Consultancy
Firm in Form TECH-1?

Section 2 Page 39 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annex 1 (Section 2)
Attachment 2

SITE FACILITIES DURING PRE-CONSTRUCTION STAGE

The consultant shall set up Local Design Office in Bhopal during pre-construction stage. The
rates quoted in Form FIN-2 include cost of Local Design office including its logistics support
complete in all respect and are also inclusive of all costs of key personnel, support staff,
transportation, office rent, office supplies & utilities, communication, furniture, equipment,
reports & documents, residential accommodation for the Design Office personnel of the
Consultant. Nothing extra shall be payable on this account other than quoted rates except
Goods and Service Tax which shall be paid extra as applicable.

*****

Section 2 Page 40 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annexure 1 (Section -2)


Attachment 3

SITE FACILITIES FOR THE EMPLOYER AND THE ENGINEER DURING


CONSTRUCTION STAGE (To be provided by the Construction Contractor as per
Chapter 3.0 of Section 6 (Works Requirements) of the Construction Contract Bid
Document). No such facility will be provided during the Pre-Construction stage of the
consultancy contract and the consultant will have to operate with their own resources
and bear all the expenses as per Attachment – 2)

Chapter – 3

3.0 SITE FACILITIES FOR THE EMPLOYER AND THE ENGINEER FOR
PACKAGE 2

3.1 GENERAL
The Contractor shall provide for the use of the Employer / Engineer office
accommodation, equipment, communication & drawing facilities throughout
the course of the work and for such period of time during the defects liability
period as the employer & Engineer may require, the details of the
accommodation & the other facilities are detailed below: All the facilities
under this clause will continue to be maintained by the Contractor free of cost
till the defect liability period is over. Thereafter the Contractor shall dismantle
the building and take away all the materials, office furniture, & equipment etc.
which will be the property of the Contractor. The provisions of the site
facilities will be paid for separately.

3.2 SITE OFFICES

3.2.1 Accommodation for the Employer / Engineer shall consist of site office to
be constructed by the Contractor at Chapda within Two months from the
date of commencement of the works. In case of delay beyond Two months
in provision of the accommodation either through construction or hire,
penalty @ Rs 10000/- per week or part thereof will be imposed.

3.2.2 The site office should remain open for 24 hours a day and 7 days a week i.e.
round the clock till the defect liability period is over.

3.2.3 Each Site Office will provide for the following rooms: However, at
intermediate locations, a minimum essential accommodation shall be provided
as per space availability.

Section 2 Page 41 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

SITE OFFICE for Engineer/Employer to be


Area required (Sq. m)
constructed by Contractor

Project Director of RVNL 16


Other Officers of RVNL i.e. Manager & above
10
@10 sqmt each

Other Officers of RVNL @5 sqmt each 10

Team Leader @ 16 M2 each (2 No) 32


Design Experts @ 10 M2 each (5 No) 50

Resident Engineers @ 10 M2 each (3 no) 30


Non-Key personnel @ 5 M2 each (6 no.) 30
Office staff @ 2.0 M2 each 22
Conference/Visitor Room 16
Computer/Drawing Office 12
Pantry & Kitchen area 8
File and Documents & Instruments Storage 10
Toilets 10
Total “A” 256

Common Area/Verandah @ 10% of “A” above 24

GRAND TOTAL 280

The accommodation requirement and the timing shall be decided during the
execution of the project

3.2.4 Materials used for the construction of the offices shall be new and of good
quality. Materials shall be chosen such that the buildings when erected shall
give good ventilation, heat and sound insulation.

3.2.5 All buildings shall be supplied with continuous (24 hour) running potable cold
water to the kitchens and wash rooms. The toilets may use raw water for
flushing. The Contractor shall also arrange for the constant and hygienic
disposal of all effluent, sewage and rubbish from the buildings.

3.2.6 All buildings shall be supplied with electricity, AC 240 Voltage 50 Hz that
shall be distributed to each room in accordance with the Regulations.
Lighting and electrical power points shall be provided in each room. The
disposition and location of light and power points will be as directed by the
Engineer. 24 hours power supply is to be arranged by contractor to meet full

Section 2 Page 42 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

power load. Fans and coolers etc will be provided as decided by the engineer.
Rooms for (i) Project Director of Employer (ii) Project Manager (iii)
Conference/Visitor Room shall be provided with Air Conditioners of
appropriate capacity

3.2.7 Deleted

3.2.8 Fire fighting equipment shall be provided in accordance with the local
recommendations.

3.2.9 Deleted

3.3.1 The Contractor shall supply and maintain at each office the following new
furniture and equipment to the Engineer’s offices within Two month of the
date of commencement of the works until the defect liability period is over:

Description of Item Nos.


Conference table (4000mm x 1500mm) 1
Conference chairs 10
Glass-fronted lockable bookcase 2
1500mm x 900mm double pedestal desk 4
1200mm x 900mm single pedestal desks 10
Swivel office chair with armrests 8
Swivel office chair without armrests 16
Typist chair 1
Visitors chair 24
4-drawer filing cabinet 10
Plan chest (A 0 size) 2
1500mm x 900mm tables 10
Steel lockable cupboard 6ft high with internal shelves 6
Heavy Duty Paper Shredders 3
Tele-facsimile transmission/reception facility connected to a 2 set
dedicated line with STD facility
Telephone switchboard connected to 2 external Lines at each 12 phones
office with STD facility, and with independent Internal lines
communication Facilities with conference facilities.
First aid kits for up to 36 persons 5
Safety helmets 20
Safety harness 20
Safety Shoes (Gum boots) 30
Reflective Safety vests/Jackets 20
Day-glow waistcoat 20

Section 2 Page 43 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Pairs industrial safety goggles 6 pairs


5 L kettles 2
2 L kettles 3
Potable water dispenser with hot/cold Taps 2
Cups and plates 12
Fire extinguisher (As required
confirming to
the
stipulations of
Local
authorities ).
Silent DG set of minimum power of 10 KVA 1
Note : In case of failure to provide the equipment within Two month, penalty @ Rs
5000/- Per week or part thereof will be imposed
3.4 TRANSPORT
3.4.1 General
The Contractor shall provide road transport (for the use of the Employer and
the Engineer within one month from the date of commencement of the works)
and the Payment for the same shall be covered in relevant schedule of the
BOQ

3.4.2 Road Transport

a) The vehicles shall be new and delivered and maintained by the Contractor
in good roadworthy condition including daily cleaning. The vehicle shall
be replaced with a new vehicle after a maximum run of 75000 Km or three
years whichever is earlier.
b) The Contractor shall employ and make available competent drivers fully
licensed to operate the vehicles as and when required by the
Engineer/Employer. The Contractor shall replace drivers at the request of
the Engineer/Employer.

c) The vehicles shall be licensed and insured for use on the public highway
and shall have comprehensive insurance cover for any qualified driver
authorised by the Engineer together with any authorised passengers and
the carriage of goods or samples.

d) The Contractor shall provide fuel, oil for running of each vehicle for 4000
kms monthly and ensure maintenance in conformity with the vehicle
manufacturer’s recommendations and all relevant toll and parking charges
incurred in connection with the Works. The vehicle shall be provided day
and night as required by the Engineer/Employer. If any vehicle is allowed,
with the prior approval of Project Director, to run beyond 4000 Kms in a
month the charges for running of the additional kilometres shall be paid
separately under item 9003(c), 9003(d) of schedule.

Section 2 Page 44 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

e) A suitable replacement shall be provided by the contractor for any vehicle


out of service for more than 24 hours. If the contractor at any time fails to
provide vehicle(s) or substitute vehicle(s) as specified, an amount of
Rs.1500 per day for each vehicle (that the Contractor failed to provide)
shall be recovered from the Contractor.

3.4.3 Number of Vehicles


3.4.3.1 The Contractor shall provide the following type of vehicles as per
requirement indicated by the Project Director within one month of the date of
commencement. The Project Director shall decide the number of vehicles
depending upon the principle that key personnel such as Project Manager and
Resident Engineers shall be provided with individual vehicles whereas other
personnel shall be provided pooled vehicles.

Type Numbers

TAVERA, INNOVA or similar 4

TATA SUMO,
6
BOLERO/SCORPIO or similar

Motor Bikes 4

3.4.3.2 The vehicle requirement given in para 3.4.3.1 above is the maximum
requirement of the vehicles at a time. The road transport for the movement of
PMC personnel to work sites shall be provided on pooled basis depending
upon the requirements as deemed fit by the Project Director. However, the
Project Manager shall be provided independent vehicle for this purpose.

The actual requirement in a particular period will be intimated by the Project Director to
the contractor on programme basis at least 7 days before the actual date of
requirement.
The Contractor shall withdraw particular vehicle(s) if the same is not further required by
the Engineer/Employer if so directed by the Project Director. In such cases
the instructions shall be given in writing 7 days in advance. The requirement
during the Defect Liability Period will be quite less than the maximum
requirement mentioned above.

3.4.3.3 Duration of Transport Requirements


Transport for the Engineer / Employer shall be provided so as to cover the
entire completion period(s) and defect liability period(s). The transport so
provided, as per Para 3.4.3, shall continue to be the property of the
Contractor.

3.5 OFFICE MAINTENANCE

Section 2 Page 45 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

3.5.1 The contractor is required to maintain the offices throughout the contract
period and provide the following, but not limited to:
i. Pay all electricity charges.
ii. Reimburse telephone bills for the use of telephone, upto Rs 3000/- per month
for each external landline connection
iii. Pay all water charges.
iv. Carry out necessary repairs to office and equipment as and when required.
v. Day - to - Day cleaning and maintenance and watch & ward etc.

3.5.2 The contractor shall provide within Two month from the Date of
Commencement following personnel in the office as required for watch and
ward of the site office.

Watchmen / Security (3 shifts of 2 men in a shift, till the defect Liability


period is over)

Note: In case of delay beyond Two months penalty @ Rs 5000/- Per week or
part thereof will be imposed.

3.6 EQUIPMENT FOR USE OF THE ENGINEER.

The Contractor shall provide new equipment and software as listed below and
maintain them for the exclusive use of the Employer and the Engineer. The
Contractor shall provide and maintain the following equipment for the use of
the Engineer and the Employer within one month from the date of
commencement of the works until the defect liability period is over. The
payment for the same shall be made separately under relevant BOQ item. On
completion of defect liability period, the equipment shall be property of the
Contractor.

With minimum specification of Intel Core i7, 3.4 GHz, 3


(a) Desktop Computer
MB Cache, 4 GB DDR3 RAM, 500 GB Hard Disk
4 nos. Drive, DVD Writer, 18.5” colour TFT monitor, 10/100
LAN Card, Modem Card,

Operating System - Windows 8 Professional or higher


preloaded with media and documentation and certificate
of authenticity and Microsoft Security Essentials
preloaded antivirus software.

With minimum specification of Intel Core i7, 4 GB


(b) Laptop rugged
RAM, 500 GB Hard Disk Drive, 11.6” colour display,
8 Nos. 2xUSB-2.0, standard keyboard

Weight - not more than 2.5 kg,

Section 2 Page 46 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Battery backup - minimum 4 hrs

Operating System - Windows 10 or higher preloaded


with media and documentation and certificate of
authenticity and Microsoft Security Essentials preloaded
antivirus software.

A laptop bag and Adapter/Battery charger shall also be


provided with the laptop.

The A4 size printer shall be all in one office jet having


(c) Printers – 4 nos.
features of Fax, Scanner and Printer, A3 size printer shall
(A4 size 2 No. and be Colour Officejet with a print speed of up to 8 pages at
A3 size – 2 No.) 800 dpi or More.

LARGE FORMAT 36 inch colour plotter: Model -HP T830 Design jet
(d)
PLOTTER - 2 NO. Multifunction plotter or similar/ better

Application (i) Microsoft office latest release (2013).


(e)
software
(ii) AUTOCAD 3D 2015

(iii) M S Project/ Sure Track.

(iv) PDF Converter/Professional

(v) STAAD Pro

Colour scanner- 1 A3 size


(f)
no.

Xerox Machine- 2 No. for paper prints capable of reduction and copying A3 &
(g)
A4 size paper with automatic document feeder capability and sorter. (Canon IR
2020 or similar/ better)

UPS system with sufficient power backup (with minimum backup time of 30
(h)
minute) to meet the sufficient power load in case of power disruption.

Surge Protection Devices (one for each computer and printer as given above)
(i)

Power supply for the systems is to be AC 240 volts, 50 Hz from normal


(j)
building wiring circuit mains, power regulator, stabilizer or transformer should
be supplied by the Contractor for the computer systems such that the systems
can function efficiently.

8 MBPS internet connection with Wi-Fi facility so that multiple devices can be
(k)
connected.

50 MBPS Wi-Fi HotSpot/USB Dongle with 4 GB data connection and


(l)
minimum monthly download limit of 50 GB for use with laptops – two nos.

Section 2 Page 47 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Note: In case of failure to provide the equipment including original software &
internet connectivity within one month, penalty @ Rs 5000/- Per week or
part thereof will be imposed.

3.7 Documentation

A complete set of documentation will be supplied with each System. The


documentation should be self tutorial in nature and be readily understood by non-
computer personnel.

The following manuals will be supplied with the system:


(i) Manual on how to operate the equipment; and
(ii)Manual on how to use the facilities and software provided by the
supplier.(Including languages and utilities).

Section 2 Page 48 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annexure 1 (Section -2)


Attachment 4

(Table-1) : Evaluation for Marks for Key Personnel

1. Team Leader - Chief Tunnel Design Engineer (Pre-construction stage)

Team Leader-Chief
Evaluation for Marks for Key Personnel (Expat)
Tunnel Design Engineer
Qualifications in Relevant Field Relevant Field Civil Engg/ Mining Engg
Academics (100 marks)

Marks for relevant


Criteria
academic qualification
1
(a)Graduate or equivalent 85

(b) Additional marks for Post Graduate or equivalent +15

Sub - Total for marks on basis of


A
Academics
Duration of total experience in Criteria (Years) >25 15-25
years. In case of not having
minimum 5 years’ experience
2 outside India and neighbouring 10-15
Marks 15
countries having common border Pro-rata
with India Zero marks will be
assigned for the CV.
Relevant experience: - *Duration Criteria (Years) >12 7-12
Experience (100 marks)

of experience in tunnel design


and Design Support during
3 25-45
construction by NATM / Marks 45
Pro-rata
Observational method for
road/rail Project.
Design experience out of those Criteria (No.) >5 2-5
qualifying experiences in row 3
above, with finished X-section of
4 10-20
30 sqm or more and single Marks 20
Pro-rata
continuous tunnel length of 3
KMs .
Design experience out of those
qualifying experiences in row 4 Criteria (No.) >5 2-5
5 above, with single continuous
tunnel length ≥ double of 3 Kms . 10-20
Marks 20
Pro-rata
Sub - Total for marks on basis of
B
Experience
Total marks for Academics and
A/5+4B/5
Experience (%)

Section 2 Page 49 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

*Experience relating to preliminary tunnel design for DPR/FLS/Survey Report/ Estimates


will not be considered for evaluation of above criteria.

And

2. Team Leader - Chief Tunnel Construction Engineer (Construction Stage)

Team Leader-Chief
Evaluation for Marks for Key Personnel (Expat) Tunnel Construction
Engineer
Qualifications in Relevant Field Relevant Field Civil Engg/ Mining Engg
Academics (100 marks)

Marks for relevant


Criteria
academic qualification
1
(a)Graduate or equivalent 85

(b) Additional marks for Post Graduate or equivalent +15

Sub - Total for marks on basis of


A
Academics
Duration of total experience in Criteria (Years) >25 15-25
years. In case of not having
minimum 5 years’ experience
2 outside India and neighbouring 10-15
Marks 15
countries having common border Pro-rata
with India Zero marks will be
assigned for the CV.
Relevant experience:- *Duration Criteria (Years) >12 7-12
Experience (100 marks)

of experience in tunnel
3 construction supervision by 25-45
Marks 45
NATM / Observational method Pro-rata
for road/rail Project.
Construction supervision Criteria (No.) >5 2-5
experience out of those
qualifying experiences in row 3
4 above, with finished X-section of 10-20
Marks 20
30 sqm or more and single Pro-rata
continuous tunnel length of 3
Kms .
Construction supervision
experience out of those Criteria (No.) >5 2-5
5 qualifying experiences in row 4
above, with single continuous 10-20
tunnel length ≥ double of 3 Kms . Marks 20
Pro-rata
Sub - Total for marks on basis of
B
Experience
Total marks for Academics and
A/5+4B/5
Experience (%)

Section 2 Page 50 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

*Experience relating to preliminary tunnel design for DPR/FLS/Survey Report/ Estimates


will not be considered for evaluation of above criteria.

3. Chief Geotechnical Engineer

Resident Geotechnical
Evaluation for Marks for Key Personnel (National)
Engineer
Academics (100 marks)

Qualifications in Relevant Field Relevant Field Civil Engg/ Mining Engg

Marks for relevant


1 Criteria academic qualification
(a)Graduate or equivalent 85
(b) Additional marks for Post Graduate or equivalent +10
(c) Additional marks for Doctorate/ Professional
+05
Certification
Sub - Total for marks on basis of
A
Academics
Duration of total experience in Criteria (Years) >25 15-25
years. In case of not having
minimum 5 years’ experience
outside India/India and
2 10-15
neighbouring countries having Marks 15
Pro-rata
common border with India Zero
marks will be assigned for the
CV.
Relevant experience: -*Duration Criteria (Years) >12 7-12
Experience (100 marks)

of geotechnical related
3 experience for road/rail 25-45
Marks 45
tunnelling Project executed by Pro-rata
NATM / Observational method.
Geotechnical related experience Criteria (No.) >5 2-5
out of qualifying experiences in
row 3 above with finished X-
4 10-20
section of 30 sqm or more and Marks 20
Pro-rata
single continuous tunnel length
of 3 Kms
Geotechnical related experience
out of qualifying experiences in Criteria (No.) >5 2-5
row 3 above with single
5 continuous tunnel length ≥
double of 3 Kms
10-20
Marks 20
Pro-rata

Sub - Total for marks on basis of


B
Experience
Total marks for Academics and
A/5+4B/5
Experience (%)

Section 2 Page 51 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

*Experience relating to Geotechnical work other than for tunnelling works will not be
considered for evaluation of above criteria.

Note:
(i) NE means Not Eligible.
(ii) Under the experience criteria if the personal is having less experience than the
lower limit of the prescribed range then he will be assigned zero marks against that
criteria.
(iii) If the minimum academic qualifications of the proposed key personnel is not in the
relevant field as defined in the academics criteria, he shall be considered ineligible
and assigned Zero marks for both academic and experience criteria.
(iv) Key Personnel (Expat) not having good working knowledge of English will be
assigned Zero marks.
(v) Following key personnel will be evaluated for marks for which CVs shall be
submitted with the proposal.
a) Team Leader-Chief Tunnel Design Engineer (pre-construction stage)
And
b) Team Leader-Chief Tunnel Construction Engineer (construction stage)
c) Chief Geotechnical Engineer
Remaining Key Personnel and other than Key Personnel shall submit their
CVs with the above qualification and experience at the time of deployment, as
per request of the Employer.
(vi) Marks in each criteria/sub-criteria will be rounded off to two decimal places only.
(vii) Each Key Personnel is expected to score at least 70% marks for being eligible for
deployment in the proposed position. Each Other than Key Personnel is expected to
have minimum eligibility requirement as indicated in the bid document at the time
of deployment.
(viii) Equivalent academic qualification must have supporting document for justification.
In Indian context, diploma means a 3 year course, Graduation means a 4 year
course, post-graduation means a 1-2 year course after graduation and Doctorate
means specialized course after post-graduation.
In case of Doctorate after Graduation without Post graduate, Additional marks for
Doctorate will be +15.
(ix) In the table 1 to 3, under Experience criteria for “Tunnelling experience of long
tunnels and large X-section tunnels”, experience of twin tube tunnels will be
counted separately for each tube subject to stipulated criteria.

Section 2 Page 52 of 52
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

PROPOSAL FORMS

(Technical & Financial)

FOR

“Detailed Design Consultancy for Tunnel and Viaduct including Geotechnical Investigation
and Project Management Consultancy for Construction of Tunnel, Viaduct, ROBs / RUBs and
Waterways in connection with Construction of electrified new BG railway line between
Mangliya Gaon (Indore) to Budni stations (198 KMs) of West Central Railway and Western
Railway in Madhya Pradesh State, India.”

SECTION 3

Section 3 Page 1 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

CONTENTS

Page
Form No. Description
No.
TECHNICAL FORMS
Form TECH-1 (TPSF) Technical Proposal Submission Form (TPSF) 04-06
Form TECH-2 (POA-SE) Format for Power of Attorney for Authorised Signatory 07-08
of Single Entity
Form TECH-3 (Affidavit- Format for Affidavit to be submitted by the Consultant 09-11
1) along with the Proposal
Form TECH-4 (Affidavit- Deleted 12
2)
Form TECH-5 (BG-1) Proposal Security 13-17
Form TECH-6 (BG-2) Form of Contract Performance Security 18-20
Form TECH-7 (Holding) Format for undertaking to be submitted by 21
parent/holding company of the consultant
Form TECH-8 (JV/1) Pro-forma letter of participation from each partner of 22-23
Joint Venture (JV)
Form TECH-9 (JV/2- Format for Power of Attorney for Authorized Signatory 24-25
POA) of Joint Venture (JV) Partners
Form TECH-10 (JV/3- Format for Power of Attorney to Lead Partner of Joint 26-27
POA) Venture (JV)
Form TECH-11 (JV/4) Draft Memorandum of Understanding (MOU 2) 28-31
For Joint Venture participation
Form TECH-12 (JV/5) Draft format of Joint Venture Agreement 32-35
Form TECH-13 (ELI -1) Consultant ’s Information Sheet 36-37
Form TECH-14 (ELI -2) JV Information Sheet 38
Form TECH-15 (NW) Financial Situation 39
Form TECH-16 (TO) Annual Consultancy Turnover for the last 3 years 40
Form TECH-17 (WIP) Deleted 41
Form TECH-18/1 to 18/2 Self-Evaluation for Hurdle criteria and Quality based 42-46
Selection. Form TECH-18/3 Deleted.
Form TECH-19 Summary of Information of Proposed Personnel 47
Form TECH-20 (CV) Curriculum Vitae (CV) format for the Key personnel 48-84
(National) (National)
Form TECH-20A(CV) Summary for experience for nationals as per cv 85
submitted
Form TECH-21 Description of Approach and Methodology 86-87
Form TECH-22 Deleted 88
Form TECH-23A Work Schedule 89

Section 3 Page 2 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Page
Form No. Description
No.
Form TECH-23B Personnel Schedule 90-91
Form TECH-24 Deleted 92
Form TECH-25 (QC) Deleted 93
Form TECH- 26 A Deleted 94
Form TECH-26B Team Composition, Task Assignments and Summary 95
of CV Information
Form TECH-27 (CV) Curriculum Vitae (CV) format for the Key personnel 96-99
(Expat) (Expat)
Annex to Form TECH- Self-Evaluation by the Personnel 100
27 (CV) (Expat)
Form TECH-27A Summary for experience for expats as per CV 101
(Expats) submitted
Form TECH-28 (EXP) Organizational experience of having provided design 102
(DDC) and design support during construction for railway,
road or metro tunnels of minimum length as per para
5.7.2.2.3 (i) in one continuous stretch through NATM
concept
Form TECH-29 (EXP) Details of Experience of Project Management 103-104
(PMC) Consultancy Services/Services as Independent Engineer
Form TECH-30 Format for undertaking under Clause 1.2.2 (III) (b) for 105
deployment of Personnel
Form TECH-31 Format for providing details of Shareholders 106
(constituting majority shareholding) as a proof of
fulfilling eligibility under clause 1.2.2 (i) (c)

FINANCIAL FORMS
(To be submitted in separate envelope)
FORM FIN-1 Financial Proposal Submission Form 108-110

FORM FIN-2 Bill of Quantities 111


Remuneration: Rates for detailed design consultancy
during pre-construction stage (lump sum basis)
Remuneration: Proposed Billing Rates for Design
Support/ Construction Supervision i.e. Key
Personnel, Supervisors and Office Staff Team during
construction stage

Section 3 Page 3 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-1(TPSF)

TECHNICAL PROPOSAL SUBMISSION FORM


(On letter head of the Consultant)

From:
…………………………………
…………………………………
To:

Chief Project Manager, Bhopal


Rail Vikas Nigam Limited,
174/2, Shakti Nagar,
Habibganj, Bhopal – 462024
Dear Sir,
Sub: Detailed Design and Project Management Consultancy for: -

---------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------
------------------------------------

Ref: RVNL/BHOPAL/INDB-BNI/DD&PMC/TUNNEL DATED:

1. Having examined the completeness of RFP documents, studied the terms and conditions of
contract stipulated in the RFP documents we, the undersigned offer to provide project
management services for the implementation of the above work in conformity with the
contracts being awarded to Execution contractors up to the stage of completion of works up to
Defect Liability Period as specified in the Terms of Reference.

2. We undertake, if our proposal is accepted, to:

(i) Furnish performance security within 28(Twenty-eight) days of issue date of letter of
award.
(ii) Enter into the contract agreement within 28 (Twenty-eight) days of issue of Draft
Contract Agreement papers.

3. Unless and until a formal agreement is prepared and executed, this proposal together with
your written acceptance thereof shall constitute a binding contract between us.

4. I/We undertake that:

Section 3 Page 4 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

i. In competing for (and, if the award is made to us, in executing) the above Contract,
we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.
ii. We will submit a list of names of personnel other than Team Leader-Chief Tunnel
Design Engineer, Team Leader-Chief Tunnel Construction Engineer and Chief
Geotechnical Engineer immediately required as indicated in the notification of
award and/or as indicated separately by RVNL, in Table-1, Table-2a (National),
Table-2b (National) of Annexure-1, (Section-2) Attachment-4 and summary in Form
TECH-19along with the Curriculum Vitae of each Personnel in Form TECH-27,
Form TECH-20 (National) for the persons having the qualifications and experience
as prescribed in Table-1, Table-2a (National), Table-2b (National) of Annexure-1,
(Section-2) Attachment-4 as given in section 3, within a period of 30 days from the
issue of notification of award and/or as indicated separately by RVNL.

We further undertake that at least one of the personnel in the list shall have
experience of handling project planning and monitoring using MS Project/Primavera
software in addition to the Qualification and Experience prescribed for the personnel.

iii. We will deploy the personnel as per RVNL’s advice from the staffing schedule which
will be decided by RVNL within a period of 60 days of the approval of the
personnel/list by RVNL.

iv. We will decide the Approach and Methodology for the project supervision in
consultation with contractor and Employer as per stipulations in the construction
contract agreement(s) for which the consultancy services are contemplated. It will be
ensured that the approach and methodology prepared is in compliance to
requirements in section 4 of the bidding document.
v. We certify that we do not have any conflict of interest in submission of this proposal
nor we will take up any assignment in future which will be in conflict with the present
assignment, in accordance with ITC clause 1.6.

5. We certify that in preparation and submission of Technical and Financial information, we


have not taken any action which is or which constitutes a corrupt or fraudulent practice as
defined in the RFP documents.

6. I/We agree to allow RVNL, at its option, to inspect and audit all accounts, documents, and
records relating to the Consultant’s Proposal and to the performance of the ensuing
Consultant’s Contract.

7. Our proposal is valid for 180 days beyond the date of opening of technical proposal and will
be binding on us.

Section 3 Page 5 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

8. We have not made any tampering or changes in the RFP documents on which the bid is
being submitted and if any tampering or changes are detected at any stage, we understand
the bid will invite summary rejection and forfeiture of proposal security/the contract will be
liable to be terminated along with forfeiture of Performance Security, even if LOA has been
issued.

9. We declare that we are not liable to be disqualified in accordance with ITC 1.2.2 (VII)
and for this we have furnished the affidavit.

10. I/We understand that; the Rail Vikas Nigam Limited is not bound to accept any proposal that
the Rail Vikas Nigam Limited may receive.

Yours faithfully,

……………………….
Signature of authorised signatory of Consultant
(Seal)

Address: ……………………..
…………………………………..
……………………………….....
Enclosures: As per ITC, except for Forms FIN-1 to FIN-2

Section 3 Page 6 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-2(POA-SE)

FORMAT FOR POWER OF ATTORNEY FOR AUTHORISED SIGNATORY OF


SINGLE ENTITY

POWER OF ATTORNEY*

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant
stamp Act. The stamp paper to be in the name of the company who is issuing the power of Attorney.
Powers of Attorney issued outside India have to be authenticated by an Indian Consulate official
or duly apostilled and duly translated in English.)

Know all men by these presents, we …………………………………………………


(Name of Consultant with address of the registered office) ……….. do hereby constitute,
appoint and authorize Mr./Ms. …………………………….(name and residential address
…………………….. who is presently employed with us and holding the position of
……………………………………….. as our attorney, to do in our name and on our
behalf, all such acts, deeds and things necessary in connection with or incidental to
“Detailed Design and Project Management Consultancy for
------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------
---
including signing and submission of all documents and providing information/responses to
Chief Project Manager, Bhopal, RVNL, representing us in all matters, dealing with Rail
Vikas Nigam Limited in all matters in connection with our bid for the said project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and
shall always be deemed to have been done by us.

Dated this the ……… day of …………. 2020

......................................................
(Signature of authorised Signatory)

………………………………………
(Signature and Name in Block letters of Signatory)
Seal of Company

Witness

Section 3 Page 7 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Witness 1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:

*Notes:
 To be executed by Single entity where the competence of the authorised signatory is not
supported by a Board Resolution or General Power of Attorney for such acts (copy of Board
Resolution/GPA to be attached).
 The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executant (s) and
when it is so required the same should be under common seal affixed in accordance with the
required procedure.

Section 3 Page 8 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-3(AFFIDAVIT-1)

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY THE CONSULTANT

ALONGWITH THE PROPOSAL

(To be executed in presence of Public Notary on non-judicial stamp paper of the appropriate value
in accordance with relevant stamp Act. The stamp paper has to be in the name of the Consultant.
Affidavit issued outside India have to be authenticated by an Indian Consulate official or duly
apostilled and duly translated in English.)**

I …….. (Name and designation)**…… appointed as the attorney/authorized


signatory of the Consultant, M/s. ________ (hereinafter called the
consultant) for the purpose of the Proposal for the Project Management
Consultancy of _________ as per the RFP No._________ of RVNL, do
hereby solemnly affirm and state on behalf of the Consultant as under:
*1. That the Consultant has not been Blacklisted/ banned for business
dealing for all Government Departments, or by Ministry of Railways
or by RVNL at any time and/or no such blacklisting is in force as on
the deadline for submission of proposals.
*2 That none of the previous contracts of the Consultant had been
terminated/rescinded for Consultant’s failure by Rail Vikas Nigam
Ltd. during the period of last 2 years before the deadline for
submission of proposals.
(Add Proviso of Clause 1.2.2 VII(b) of ITC suitably, if any Contract
was so terminated).
3. That the Consultant is neither Bankrupt/Insolvent nor is in the process
of winding-up nor such a case is pending before any Court on the
deadline of submission of the proposals.
*4. That the name of the Consultant is not on the list of “Poor Performer”
of RVNL as on the deadline for submission of proposals.
5. We declare that the Consultant have not either changed their name or
created a new business entity as covered by the definition of “Allied
Firm” under para 1102 (iii) of chapter XI of Vigilance Manual of
Indian Railways with latest amendments and corrections (available on
website of Indian Railways), consequent to having been banned

Section 3 Page 9 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

business dealings or suspended business dealings or having been


declared as poor performer.
6. “I have read the clause regarding restrictions on procurement from a
bidder of a country which share a land border with India. I certify that:
@This Consultant or its beneficial owner is not from such a
country
OR
This Consultant or its beneficial owner is from such a country and
the Consultant or its beneficial owner has been registered with the
Competent Authority.

I hereby certify that this bidder fulfils all requirements in this regard
and is eligible to be considered.
7. We declare and certify that we have not made any misleading or false
representation in the forms, statements and attachments in proof of the
qualification requirements.
8. We declare that the information and documents submitted along with
the proposal by us are correct and we are fully responsible for the
correctness of the information and documents, submitted by us.
9. We understand that in case we cease to fulfil the requirements of the
eligibility and qualifying criteria at any time after opening of proposals
and till finalization of proposals, it will be our bounden duty to inform
the Employer of our changed status immediately and in case of our
failure to do so, our proposal shall be rejected and proposal security
shall be forfeited. In case such failure comes to the notice of Employer
at any time after award of the contract, it will lead to termination of the
contract and forfeiture of Proposal or Performance Security. We shall
also be liable for Banning of Business dealings up to a period of five
years.
10. We understand that if the contents of the affidavit are found to be false
at any time during bid evaluation, it will lead to forfeiture of the
proposal security. Further, we [insert name of the
consultant]**_______ understand that we shall be liable for banning
of business dealings up to a period of five years.
11. We also understand that if the contents of the affidavit are found to be
false at any time after the award of the contract it will lead to
termination of the contract, forfeiture of Proposal or Performance

Section 3 Page 10 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Security and banning of business dealings for a period of up to five


years.

SEAL AND SIGNATURE OF THE CONSULTANT

Verification:

Verified on ______ day of _____ at _________ that the contents of


the above mentioned affidavit are true and correct and nothing material has
been concealed there from.

SEAL AND SIGNATURE OF THE CONSULTANT

*Modify the contents wherever necessary, in terms of sub-clause 1.2.2 ITC.


** The contents in Italics are only for guidance purpose and details as
appropriate, are to be filled in suitably by Consultant.
Attestation before Magistrate/Public Notary

Section 3 Page 11 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-4(AFFIDAVIT-2)

Deleted

Section 3 Page 12 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-5(BG-1)

Proposal Security
Bank Guarantee

(On non-judicial stamp paper of the appropriate value in accordance with stamp Act. The
stamp paper to be in the name of Executing Bank).
............................ [Insert Bank’s Name, and Address of Issuing Branch or Office] ......................
Beneficiary: [Insert Name and Address of Employer (hereinafter called “the Employer”)]
....................................................................................
Date: ...........................................................................
Proposal Security No.: ......................................................................................................................

We have been informed that . . . . . [Insert name of the Consultant]............ (hereinafter called
"the Consultant") intends to submit to you its proposal (hereinafter called "the Proposal") for the
DETAILED DESIGN AND PROJECT MANAGEMENT CONSULTANCY Services for the. . .
. . . . . [insert name of work] . . . . . under Invitation for Request for Proposals No. . . . . . .dated .
. . (“the RFP”).

WHEREAS, the Consultant is required to furnish Proposal security for the sum of [Insert Value
of Proposal Security required], in the form of bank guarantee, according to your conditions of
RFP.
AND
WHEREAS, ............[Insert Name of the Bank], with its Branch ...............[Insert Address] having
its Headquarters office at........ [Insert Address], hereinafter called the Bank, acting through
..............[Insert Name and Designation of the authorised persons of the Bank], have, at the
request of the Consultant, agreed to give guarantee for proposal security as hereinafter contained,
in favour of the Employer:

1. KNOW ALL MEN that by these present that I/We the undersigned [Insert name(s) of
authorized representatives of the Bank],being fully authorized to sign and incur obligations
for and on behalf of the Bank, confirm that the Bank, hereby, unconditionally and irrevocably
guarantee to pay to the Employer full amount in the sum of [Insert Value of Proposal
Security required] as above stated.

2. The Bank undertakes to immediately pay on presentation of demand by the Employer any
amount up to and including aforementioned full amount without any demur, reservation or
recourse. Any such demand made by the Employer on the Bank shall be final, conclusive and

Section 3 Page 13 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

binding, absolute and unequivocal on the Bank notwithstanding any disputes raised/ pending
before any Court, Tribunal, Arbitration or any Authority or any threatened litigation by the
Consultant or Bank. The demand made by the Employer shall be final, conclusive and binding
on the Bank.

3. The Bank shall pay the amount as demanded immediately on presentation of the demand by
Employer without any reference to the Consultant and without the Employer being required
to show grounds or give reasons for its demand of the amount so demanded.

4. The guarantee hereinbefore shall not be affected by any change in the constitution of the Bank
or in the constitution of the Consultant.

5. The Bank agrees that no change, addition, modifications to the terms of the RFP document or
to any documents, which have been or may be made between the Employer and the
Consultant, will in any way release us from the liability under this guarantee; and the Bank,
hereby, waives any requirement for notice of any such change, addition or modification made
by Employer at any time.

6. This guarantee will remain valid and effective from…….…….[insert date of issue] till
………..[insert date, which should be minimum 42 days beyond the expiry of proposal
validity date in the RFP]. Any demand in respect of this Guarantee should reach the Bank
within the validity period of proposal security.

7. The Bank Guarantee is unconditional and irrevocable.

8. The expressions Bank and Employer herein before used shall include their respective
successors and assigns.

9. The Bank hereby undertakes not to revoke the guarantee during its currency, except with the
previous consent in writing of the Employer. This guarantee is subject to the Uniform Rules
for Demand Guarantees, ICC Publication No.758.

10. The Guarantee shall be valid in addition to and without prejudice to any other security
Guarantee (s) of Consultant in favour of the Employer. The Bank, under this Guarantee, shall
be deemed as Principal Debtor of the Employer.
Date ………… ………………………………………
Place…………. [Signature of Authorized person of Bank]
[Name in Block letters]………………....
[Designation]……………..…………
[P/Attorney]No………………………….

Section 3 Page 14 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Witness:

1 Signature Bank’s Seal


Name & Address & Seal [P/Attorney]No……..

2 Signature
Name & address & Seal

Note: All italicized text is for guidance on how to prepare this bank guarantee and shall be deleted
from the final document.

Section 3 Page 15 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-5A
Proposal Security Declaration Form

(To be executed in presence of Public Notary on non-judicial stamp paper of the appropriate value
in accordance with relevant stamp Act. The stamp paper has to be in the name of the Consultant.)

Date: [insert date (as day, month and year)]

Bid No.: [insert number of bidding process]

To: [insert complete name of the Employer]

I/We. The undersigned, declare that:

I/We understand that, according to your conditions, Applications must be supported by a Proposal
Security Declaration.

I/We accept that we will automatically be disqualified from bidding for any contract with RVNL
for a period of 3 (three) years starting from the date of notification from the Employer, if the
undertaking of the affidavit submitted by us or our constituents in pursuance to ITC clause 1.2.2
VII or any of the declarations of Letter of Technical Bid or Letter of Price Bid submitted by us are
found to be false at any stage during the process of bid evaluation; or

I am /We are in a breach of any obligation(s) under the bid conditions, because I/We

a) have withdrawn/modified/amended, impairs or derogates from the bid, my/our Bid during
the period of bid validity specified in the form of Bid; or

b) do not accept the correction of errors in accordance with the Instructions to Bidders; or
c) having been notified of the acceptance of our Bid by the employer during the period of bid
validity,
(i) fail or refuse to execute the contract, if required; or
(ii) fail or refuse to furnish the Performance Security, in accordance with the
Instructions to Bidders; Or
(iii) fail or refuse to furnish a domestic preference security, if required.

I/We understand this Proposal Security Declaration shall cease to be valid if I am/we are not the
successful Bidder, upon the earlier of

(i) the receipt of your notification of the name of the successful Bidder; or
(ii) 28 (Twenty eight) days after the expiration of the validity of my/our Bid.

Section 3 Page 16 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Signed: [insert signature of person whose name and capacity are shown]

In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration]

Name: [insert complete name of person signing the Bid-Securing Declaration]

Duly authorized to sign the bid for and on behalf of [insert complete name of the Bidder]

Dated on ________________ day of __________________, _______ [insert date of signing]


Corporate Seal [where appropriate]

Section 3 Page 17 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-6(BG-2)

FORM OF CONTRACT PERFORMANCE SECURITY


(BANK GUARANTEE)
[Refer Clause 11 of Instructions to Consultants]
(On non-judicial stamp paper of the appropriate value in accordance with stamp Act. The stamp
paper to be in the name of Executing Bank).

From:
Name and Address of the Bank…..
……………………………………..
To:
CPM/GM (Name of PIU)

For and on behalf of


The Chairman and Managing Director,
Rail Vikas Nigam Limited,
1st Floor, August Kranti Bhawan,
Bhikaji Cama Place, R. K. Puram,
New Delhi-110 066.

WHEREAS, Rail Vikas Nigam Limited, hereinafter called the Employer, acting through [Insert
Designation and address of the Employer’s Representative], has accepted the proposal of [Insert
Name and address of the Consultant], hereinafter called the Consultant, for the work of [Insert
Name of Work], vide Notification of Award No.[Insert Notification of Award No.].
AND
WHEREAS, the Consultant is required to furnish performance security for the sum of [Insert
Value of Performance Security required], calculated @ 10% of the contract value in the form of
bank guarantee, being a condition precedent to the signing of the contract agreement.
AND
WHEREAS, [Insert Name of the Bank], with its Branch [Address] having its Headquarters office
at [Address], hereinafter called the Bank, acting through [Designation(s) of the authorised person
of the Bank], have, at the request of the Consultant, agreed to give guarantee for performance
security as hereinafter contained:

1 KNOW ALL MEN by these present that I/We the undersigned [Insert name(s) of
authorized representatives of the Bank],being fully authorized to sign and incur obligations
for and on behalf of the Bank, confirm that the Bank, hereby, unconditionally and
irrevocably guarantee to pay the Employer the full amount in the sum of [Insert Value of
Performance Security required] as above stated.

Section 3 Page 18 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

2 The Bank undertakes to immediately pay on presentation of demand by the Employer any
amount up to and including aforementioned full amount without any demur, reservation or
recourse. Any such demand made by the Employer on the Bank shall be final, conclusive
and binding, absolute and unequivocal notwithstanding any disputes raised/ pending before
any Court, Tribunal, Arbitration or any Authority or any threatened litigation by the
Consultant or Bank. The demand made by the Employer shall be final, conclusive and
binding on the Bank.

3 On payment of any amount less than aforementioned full amount, as per demand of the
Employer, the guarantee shall remain valid for the balance amount i.e. the aforementioned
full amount less the payment made to the Employer.

4 The Bank shall pay the amount as demanded immediately on presentation of the demand
by Employer without any reference to the Consultant and without the Employer being
required to show grounds or give reasons for its demand or the amount demanded.

5 The Bank Guarantee shall be unconditional and irrevocable.

6 The guarantee hereinbefore shall not be affected by any change in the constitution of the
Bank or in the constitution of the Consultant.

7 The Bank agrees that no change, addition, modifications to the terms of the Contract
Agreement or to any documents, which have been or may be made between the Employer
and the Consultant, will in any way release us from the liability under this guarantee; and
the Bank, hereby, waives any requirement for notice of any such change, addition or
modification to the Bank.

8 This guarantee is valid and effective from the date of its issue, which is [insert date of issue].
The guarantee and our obligations under it will expire on [Insert the date twenty-eight days
after the specified completion period for the consultancy contract]. All demands for
payment under the guarantee must be received by us on or before that date.

9 The Bank agrees that the Employers right to demand payment of aforementioned full
amount in one instance or demand payments in parts totalling up to the aforementioned full
amount in several instances will be valid until either the aforementioned full amount is paid
to the Employer or the guarantee is released by Employer before the Expiry Date.

10 The Bank agrees that its obligation to pay any amount demanded by the Employer before
the expiry of this guarantee will continue until the amount demanded has been paid in full.

Section 3 Page 19 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

11 The expressions Bank and Employer herein before used shall include their respective
successors and assigns.

12 The Bank hereby undertakes not to revoke the guarantee during its currency, except with
the previous consent in writing of the Employer. This guarantee is subject to the Uniform
Rules for Demand Guarantees, ICC Publication No.758.

13 The Guarantee shall be in addition to and without prejudice to any other security
Guarantee (s) of Consultant in favour of the Employer is available with the Employer. The
Bank, under this Guarantee, shall be deemed as Principal Debtor of the Employer.

Date ………… ………………………………………


Place…………. [Signature of Authorised person of Bank]
[Name in Block letters]……………….....
[Designation]……………..………………
[P/Attorney]No…… ………………………

Bank’s Seal
[P/Attorney] No…………..
Witness:
1. Signature
Name & Address & Seal

2. Signature
Name & address & Seal

Note:
1 All italicized text is for guidance on how to prepare this bank guarantee and shall be deleted
from the final document.
2 In case the guarantee is issued by a foreign Bank, the said bank shall have operations in
India and should be countersigned and authenticated by Indian operation branch of the said
bank.
3, The Bank Guarantee should be duly attested by Notary public with notarial stamps of
appropriate value affixed thereon.

Section 3 Page 20 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-7(HOLDING)

FORMAT FOR UNDERTAKING TO BE SUBMITTED BY PARENT/HOLDING


COMPANY OF THE CONSULTANT

(To be submitted in case the Consultant is utilizing credentials of Parent/Holding Company)

(To be executed on the letter head of the parent/holding company)**

I …….. (Name and designation)**…… appointed as the attorney/authorized signatory# of


……………… (Name of Parent/Holding Company)** being Parent/Holding Company
(hereinafter called the Parent Company) of the Consultant, M/s. ________ (hereinafter called
the consultant) for the purpose of the Proposal for the Detailed Design and Project
Management Consultancy of _________ as per the RFP No._________ of RVNL, do hereby
solemnly affirm and state on behalf of the Parent Company that we will be providing the
financial and technical back up to the Consultant for the satisfactory completion of the
Consultancy mentioned above and in case of failure of the Consultant, we as well as our
subsidiary companies will be wholly responsible for the services proposed to be rendered by
the Consultant.

SIGNATURE OF THE AUTHORISED SIGNATORY

SEAL OF THE PARENT COMPANY

** The contents in Italics are only for guidance purpose and details as appropriate, are to be
filled in suitably.

# The documentary proof for authorizing the signatory on behalf of the parent company in
the form of Resolution of the company, power of attorney etc as applicable.

Section 3 Page 21 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-8(JV/1)

PRO-FORMA LETTER OF PARTICIPATION FROM EACH PARTNER OF


JOINT VENTURE (JV)
(On each Firm's Letter Head)

No…. Dated
From:
……………………..
………………..
To,
The Chairman and Managing Director,
Rail Vikas Nigam Limited,
1st Floor, August Kranti Bhawan,
Bhikaji Cama Place, R. K. Puram,
New Delhi-110 066.

Gentlemen,

Re: …“[Insert name of work]…………………………………………..”.

Ref: Your notice for Instruction to Consultant (ITC) ………………………………..

1. We wish to confirm that our company/firm (delete as appropriate) has formed a Joint Venture
by name of -------- with for the purposes associated with RFP referred to above.
(Members who are not the lead partner of the JV should add the following paragraph)*.

2. ‘The JV is led by … whom we hereby authorize to act on our behalf for the purposes of
submission of Bid for ………. and authorize to incur liabilities and receive instructions
for and on behalf of any and all the partners or constituents of the Joint Venture.’
OR

(Member(s) being the lead member of the group should add the following paragraph)*

Section 3 Page 22 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

2. ‘In this group we act as leader and, for the purposes of applying for qualification,
represent the Joint Venture:’

3. In the event of our group being awarded the contract, we agree to be jointly with ………
(names of other members of our JV) ……… and severally liable to the Rail Vikas Nigam
Limited, its successors and assigns for all obligations, duties and responsibilities arising
from or imposed by the contract subsequently entered into between Rail Vikas Nigam
Limited and our JV.

4. *I/We, further agree that entire execution of the contract shall be carried out exclusively
through the lead partner.

Yours faithfully,
(Signature)
(Name of Signatory)………………….
(Capacity of Signatory)…………………
Seal

* Delete as applicable

Section 3 Page 23 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-9(JV/2-POA)
FORMAT FOR POWER OF ATTORNEY FOR AUTHORISED SIGNATORY OF
JOINT VENTURE (JV) PARTNERS

POWER OF ATTORNEY*

(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant stamp Act. The stamp paper to be in the name of the company who is issuing the power
of Attorney. Powers of Attorney issued outside India have to be authenticated by an Indian
Consulate official or duly apostilled and duly translated in English)

Know all men by these presents, we … do hereby constitute, appoint and authorize Mr/Ms. ….
who is presently employed with us and holding the position of ……as our attorney, to do in our
name and on our behalf, all such acts, deeds and things necessary in connection with or incidental
to our bid for the work of …Including signing and submission of all documents and providing
information/responses to Rail Vikas Nigam Limited, representing us in all matters, dealing with
Rail Vikas Nigam Limited in all matters in connection with our bid for the said project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and
shall always be deemed to have been done by us.

Dated this the ……… day of …………. 20....

………………………………………
(Signature of authorised Signatory)

………………………………………
(Signature and Name in Block letters of Signatory)
Seal of Company

Witness

Witness 1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:

Section 3 Page 24 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

*Notes:
i) To be executed by all the partners individually, in case of a Joint Venture.
ii) The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.

Section 3 Page 25 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-10(JV/3-POA)

FORMAT FOR POWER OF ATTORNEY TO LEAD PARTNER OF


JOINT VENTURE (JV)

(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant stamp Act. The stamp paper to be in the name of the company who is issuing the power
of Attorney. Powers of Attorney issued outside India have to be authenticated by an Indian
Consulate official or duly apostilled and duly translated in English.)

POWER OF ATTORNEY1

Whereas Rail Vikas Nigam Limited has invited Bids for the work of

Whereas, the members of the Joint Venture comprising of M/s. …, M/s. ……, and M/s. …. are
interested in submission of bid for the work of …[Insert name of work]… in accordance with the
terms and conditions contained in the bidding documents.

Whereas, it is necessary for the members of the Joint Venture to designate one of them as the Lead
Partner, with all necessary power and authority to do, for and on behalf of the Joint Venture, all
acts, deeds and things as may be necessary in connection with the Joint Venture's bid for the
project, as may be necessary in connection the Joint Venture's bid for the project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT:

We, M/s. ………………, hereby designate M/s. ………………………………, being one of the
partners of the Joint Venture, as the lead partner of the Joint Venture, to do on behalf of the Joint
Venture, all or any of the acts, deeds or things necessary or incidental to the Joint Venture's bid
for the contract, including submission of bid, participating in conferences, responding to queries,
submission of information/ documents and generally to represent the Joint Venture in all its
dealings with the Railway or any other Government Agency or any person, in connection with the
contract for the said work until culmination of the process of bidding till the contract agreement is
entered into with the Rail Vikas Nigam Limited and thereafter till the expiry of the contract
agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by lead member, our said
attorney, pursuant to this power of attorney and that all acts deeds and things done by our
aforesaid attorney shall and shall always be deemed to have been done by us/ Joint Venture.

Section 3 Page 26 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Dated this the ………… Day of ……….. 20…..


…………………….
(Signature)
………………………………………
(Name in Block letters of Executant)
Seal of Company

Witness 1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:
Notes:
1. To be executed by all the Partners of the JV, except the lead Partner.

2. The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed
in accordance with the required procedure.

Section 3 Page 27 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-11(JV/4)
DRAFT MEMORANDUM OF UNDERSTANDING (MOU 2)
For
JOINT VENTURE PARTICIPATION
BETWEEN

M/s ……………….. having its registered office at ………………… (hereinafter referred to as


…………………) acting as the Lead Partner of the first part,
and
M/s ………………………….having its registered office at ……………. (hereinafter referred to as
`……………….’) in the capacity of a Joint Partner of the other part.

The expressions of …………….. and ………….. shall wherever the context admits, mean and
include their respective legal representatives, successors-in-interest and assigns and shall
collectively be referred to as “ the Parties” and individually as “ the Party”

WHEREAS:

Rail Vikas Nigam Limited (RVNL) [hereinafter referred to as “Employer”] has invited bids for …
“[Insert name of work]…………………...”

NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS:

1. The following documents shall be deemed to form and be read and construed as an integral part
of this MOU.

i) Notice for Bid, and


ii) Bidding document
iii) Any Addendum/Corrigendum issued by Rail Vikas Nigam Limited
iv) The bid submitted on our behalf jointly by the Lead Partner.

2. The `Parties’ have studied the documents and have agreed to participate in submitting a`bid’
jointly in the name of ------

2
In case of existing Joint Venture, the certified copy of JV Agreement be furnished.
3. M/s ………shall be the lead member of the JV for all intents and purpose and shall represent
the Joint Venture in its dealing with the Employer. For the purpose of submission of bid proposals,
the parties agree to nominate …….. as the leader duly authorized to sign and submit all documents
and subsequent clarifications, if any, to the Employer. However M/s ……… shall not submit any

Section 3 Page 28 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

such proposals, clarifications or commitments before securing the written clearance of the other
partner which shall be expeditiously given by M/s……..…….to M/s………….

4. The ‘Parties’ have resolved that the distribution of share and responsibilities between the JV
partners (Consultant shall ensure that the assigned responsibilities are commensurate with
the Qualification Criterion being met by the respective JV partners under Clause 5.7 of
Section-2, failing which the bid may be rejected) is as under:-
(a) Lead Partner share ……..% ;
Responsibilities
(i) ………
(ii) ……….
(iii) …..
(b) Joint Venture Partner share ……..% ;
Responsibilities
(i) ………
(ii) ……….
(iii) …..
(C) Joint Venture Partner share ……..% ;
Responsibilities
(i) ………
(ii) ……….
(iii) …..

5. JOINT AND SEVERAL RESPONSIBILITY


The Parties undertake that they shall be jointly and severally liable to the Employer in the
discharge of all the obligations and liabilities as per the contract with the Employer and for the
performance of contract awarded to their JV.

6. ASSIGNMENT AND THIRD PARTIES


The parties shall co-operate throughout the entire period of this MOU on the basis of exclusivity
and neither of the Parties shall make arrangement or enter into agreement either directly or
indirectly with any other party or group of parties on matters relating to the Project except with
prior written consent of the other party and the Employer.

7. EXECUTIVE AUTHORITY
The said Joint Venture through its authorized representative shall receive instructions, payments
from the Employer. The management structure for the project shall be prepared by mutual
consultations to enable completion of project to quality requirements within permitted cost and
time.

8. GUARANTEES AND BONDS

Section 3 Page 29 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

The Bid Security of a JV shall be in the name of the JV that submits the bid. If the JV has not been
legally constituted at the time of bidding, the Bid Security shall be in the names of all future
partners through which JV is intended to be formed.

9. BID SUBMISSION
Each Party shall bear its own cost and expenses for preparation and submission of the bid and all
costs until conclusion of a contract with the Employer for the Project. Common expenses shall be
shared by both the parties in the ratio of their actual participation.

10. INDEMNITY
Each party hereto agrees to indemnify the other party against its respective parts in case of
breach/default of the respective party of the contract works of any liabilities sustained by the Joint
Venture.

11. For the execution of the respective portions of works, the parties shall make their own
arrangements to bring the required finance, plants and equipment, materials, manpower and other
resources.

12. DOCUMENTS & CONFIDENTIALITY


Each Party shall maintain in confidence and not use for any purpose related to the Project all
commercial and technical information received or generated in the course of preparation and
submission of the bid.
13. ARBITRATION
Any dispute, controversy or claim arising out of or relating to this MOU shall be settled in the first
instance amicably between the parties. If an amicable settlement cannot be reached as above, it
will be settled by arbitration in accordance with the Indian Arbitration and Conciliation Act 1996
or any amendments thereof. The venue of the arbitration shall be Delhi.
14. VALIDITY
This MOU shall remain in force till the occurrence of the earliest to occur of the following, unless
by mutual consent, the Parties agree in writing to extend the validity for a further period.

a. The bid submitted by the Joint Venture is declared unsuccessful, or


b. Cancellation/ shelving of the Project by the Employer for any reasons prior to award of work
c. Execution of detailed JV agreement by the parties, setting out detailed terms after award of
work by the Employer.

15. This MOU is drawn in ….. number of copies with equal legal strength and status. One copy is
held by M/s ………… and the other by M/s. ......,M/s ……& M/s….. and a copy submitted with the
bid.
16. This MOU shall be construed under the laws of India.

Section 3 Page 30 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

17. NOTICES BETWEEN JV PARTNERS

Notices shall be given in writing by fax confirmed by registered mail or commercial courier to the
following fax numbers and addresses:
Lead Partner Other Partner
…………….. …………………
…………………………. …………………
(Name & Address) (Name & Address)

IN WITNESS WHEREOF THE PARTIES, have executed this MOU the day, month and year first
before written.

M/s…………………………….. M/s……………………….
…….…………………………… …………………………..
(Seal) (Seal)

Witness

1…………………..(Name & Address)

2………………….. (Name & Address)


*****

Section 3 Page 31 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-12(JV/5)

DRAFT FORMAT OF JOINT VENTURE AGREEMENT

M/s ……………….. having its registered office at ………………… (hereinafter referred to as


…………………) acting as the Lead Partner of the first part,

and

M/s ………………………….having its registered office at ……………. (hereinafter referred to as


`……………….’) in the capacity of a Joint Partner of the other part.

The expressions of …………….. and ………….. shall wherever the context admits, mean and
include their respective legal representatives, successors-in-interest and assigns
and shall collectively be referred to as “ the Parties” and individually as “ the Party”

WHEREAS:

Rail Vikas Nigam Limited (RVNL) [hereinafter referred to as “Employer”] has invited bids for …
“[Insert name of work]…………………...” Vide LOA No……….awarded contract.
NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS:

1. The following documents shall be deemed to form and be read and construed as an integral part
of this AGREEMENT.
i) Notice for Bid, and
ii) Bidding document
iii) Any Addendum/Corrigendum issued by Rail Vikas Nigam Limited
iv) The bid submitted on our behalf jointly by the Lead Partner.
v) Letter of Acceptance issued by Rail Vikas Nigam Ltd.

2. The `Parties’ have studied the documents and LOA issued to enter into Joint Venture as under
and have agreed to participate..

3. M/s ………shall be the lead member of the JV for all intents and purpose and shall represent
the Joint Venture in its dealing with the Employer. For the purpose of execution, the parties agree
to nominate …….. as the leader duly authorized to sign and submit all documents and enter into
correspondence with the Employer.
4. The ‘Parties’ have resolved that the distribution of share and responsibilities between JV
partners (Consultant shall ensure that the assigned responsibilities are commensurate with

Section 3 Page 32 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

the Qualifying Criteria being met by the respective JV partners under Clause 5.7of Section-
2, failing which the bid may be rejected) is as under :-
(a) Lead Partner share ……..% ;
Responsibilities
(i) ………
(ii) ……….
(iii) …..
(b) Joint Venture Partner share ……..% ;
Responsibilities
(i) ………
(ii) ……….
(iii) …..
(C) Joint Venture Partner share ……..% ;
Responsibilities
(i) ………
(ii) ……….
(iii) …..

5. JOINT AND SEVERAL RESPONSIBILITY


The Parties undertake that they shall be jointly and severally liable to the Employer in the
discharge of all the obligations and liabilities as per the contract with the Employer and for the
performance of contract awarded to their JV.

6. ASSIGNMENT AND THIRD PARTIES


The parties shall co-operate throughout the entire period of this AGREEMENT on the basis of
exclusivity and neither of the Parties shall make arrangement or enter into agreement either
directly or indirectly with any other party or group of parties on matters relating to the Project
except with prior written consent of the other party and the Employer
7. EXECUTIVE AUTHORITY
The said Joint Venture through its authorized representative shall receive instructions, payments
from the Employer. The management structure for the project shall be prepared by mutual
consultations to enable completion of project to quality requirements within permitted cost and
time.

8. GUARANTEES AND BONDS

Section 3 Page 33 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

The Performance Security and other Securities of a JV shall be in the name of the JV that submits
the bid.

9. BID SUBMISSION
Each Party shall bear its own cost and expenses for preparation and submission of the bid and all
costs until conclusion of a contract with the Employer for the Project. Common expenses shall be
shared by both the parties in the ratio of their actual participation.

10. INDEMNITY
Each party hereto agrees to indemnify the other party against its respective parts in case of
breach/default of the respective party of the contract works of any liabilities sustained by the Joint
Venture.

11. For the execution of the respective portions of works, the parties shall make their own
arrangements to bring the required finance, plants and equipment, materials, manpower and other
resources.

12. DOCUMENTS & CONFIDENTIALITY


Each Party shall maintain in confidence and not use for any purpose related to the Project all
commercial and technical information received or generated in the course of preparation and
submission of the bid.

13. ARBITRATION
Any dispute, controversy or claim arising out of or relating to this agreement shall be settled in the
first instance amicably between the parties. If an amicable settlement cannot be reached as above,
it will be settled by arbitration in accordance with the Indian Arbitration and Conciliation Act 1996
or any amendments thereof. The venue of the arbitration shall be Delhi.

14. VALIDITY
This Agreement shall remain in force till the defect liability period is over and Securities are
released.

15. This AGREEMENT is drawn in ….. number of copies with equal legal strength and status.
One copy is held by M/s ………… and the other by M/s. & …….M/s ……….. and a copy submitted
with the bid.

16. This AGREEMENT shall be construed under the laws of India.

Section 3 Page 34 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

17. NOTICES BETWEEN JV PARTNERS

Notices shall be given in writing by fax confirmed by registered mail or commercial courier to the
following fax numbers and addresses:
Lead Partner. Other Partner
…………….. …………………
…………………………. …………………
(Name & Address) (Name & Address)

IN WITNESS WHEREOF THE PARTIES, have executed this AGREEMENT the day, month and
year first before written.

M/s…………………………….. M/s……………………….
…….…………………………… …………………………..
(Seal) (Seal)

Witness
1…………………..(Name & Address)

2………………….. (Name & Address)

Section 3 Page 35 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-13( ELI -1)

Consultant’s Information Sheet

(to be submitted by the bidder in case of Single Entity only)

Consultant’s Information
Consultant’s legal name

Consultant’s country and


year of constitution

Consultant’s year of
Registration in India, if not
constituted in India

Consultant’s legal address in


country of constitution and as
Registered in India

Details of Consultant’s
authorized representative
(name, address, telephone
numbers, fax numbers, e-
mail address)
Number of Engineers with
minimum qualification as
Graduate Engineers
continuing with the firm for
at least one year prior to
deadline for submission of
proposals

Section 3 Page 36 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

The Consultant shall attach copies of the following original documents with the form:
1. In case of single entity, articles of incorporation or constitution of the legal entity named
above.
2. Certificate of Constitution/Registration in India or any other country for foreign firms.
3. Information of Engineers with minimum qualification of Graduate, continuing with the Firm
for more than one year will be submitted in the following format duly certified by Chartered
Accountant.
Serial Number Name of the Qualification Designation Working
Engineer
( Minimum Since
Graduate)

Firm’s Name & Signature of authorized signatory (Seal)

Section 3 Page 37 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-14( ELI -2)


JV Information Sheet

Each member of a JV must fill in this form separately

Consultant ’s legal name

JV Partner’s legal name

JV Partner’s country of
constitution

JV Partner’s year of
constitution

JV Partner’s legal address


in country of constitution

JV Partner’s authorized
representative information
(name, address, telephone
numbers, fax numbers, e-mail
address)
The Consultant shall attach copies of the following original documents with the form:

1. Articles of incorporation or constitution of the legal entity named above.


2. Certificate of Constitution/Registration in India or any other country for foreign firms.
3. Authorization to represent the firm named above.

Firm’s Name & Signature of authorized signatory (Seal)

Section 3 Page 38 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-15(NW)
Net Worth

NAME OF CONSULTANT:

Block Year Financial Data for Latest Year (in INR for Indian
applicants and in US $ for applicants of other countries)
Year1

1. Total Assets

2. Total Liabilities

3. Net Worth [= 1 – 2]

1. The Consultant shall attach copies of the following original documents with the form:
Copies of the audited balance sheets, including all related notes, and income statements
for the last three financial years, as indicated above, complying with the following
conditions.
 All such documents that reflect the financial situation of the Consultant.
 Net Worth must be audited by a certified accountant.
 Net Worth must be complete, including all notes to the financial statements.
 Net Worth must correspond to accounting periods already completed and audited
(no statements for partial periods shall be requested or accepted).

2. In the event that the audited accounts for the latest Financial Year (Financial year
immediately preceding current financial year in which the bid is being opened) are not
available, the Consultant shall furnish information pertaining to last three financial years
after ignoring the latest financial year.
3. Contents of this form should be certified by a Chartered Accountant/Auditor.

4. For filling up this form, use currency conversion procedure as detailed out in note below
the hurdle criteria table under ITC clause 5.7.2.2.
5. In case a subsidiary is using credentials of their parent/holding company in terms of ITC
1.2.2 (I)(d), data and supporting documents of their parent/holding company shall also be
submitted.

Section 3 Page 39 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-16(TO)

Firm’s Audited Financial Data for last 3 financial years :

Turnover from Consultancy Services in


currencies whichever is applicable to the
S. Particulars consultant
No. (Year) Other than
USD/INR USD INR

1
2
3
Total Turnover of 3 years
Average Annual Turnover

Note:
1. Please provide Audited Balance Sheets/Profit & Loss Accounts in support of
Information given above. In the event that the audited accounts for the latest Financial
Year (Financial year immediately preceding current financial year in which the bid is
being opened) are not available, the Consultant shall furnish information pertaining to
last three financial years after ignoring the latest financial year.
2. FORM TECH-16(TO) should be certified by Chartered Accountant.
3. In case an Indian subsidiary is using credentials of a foreign parent/holding company
in terms of ITC 1.2.2 I, figures and supporting documents of the parent/holding
company shall be submitted.
4. If the balance sheets of the consultant or any of its constituents is in the currency other
than INR and US$, the same shall be converted to INR as per Note (h) of clause 5.7.2.2.
of section-2 ITC. For evaluation purposes the figures of previous years either submitted
in INR or already converted to INR as per above shall be updated @ 5% per year
compounded annually based on Rupee value to bring them to the level of the last
Financial Year specified in sub-clause.

5. If the Indian company is using the credential of parent/holding company whose balance
sheet is in other then INR, then also conversion shall be done as mentioned in (4) above.

Section 3 Page 40 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-17( WIP)

DELETED

Section 3 Page 41 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-18/1
Summary of Marks of the Consultant for Quality based Self evaluation
Summary of Marks claimed by the Consultant for Maximum Folio No.
Marks Claimed
Quality based Self evaluation marks
(1) (2) (3) (4) (5)
Experience of similar work for DDC and PMC services
A 450
A.1 Completed similar contracts as per clause 5.7.2.2.3 (i) 180
Completed contracts of minimum value as per clause
A.2 180
5.7.2.2.3 (ii)
If the qualifying work is ≥ double the minimum length
A.3 60
of tunnel as per clause 5.7.2.2.3 (i)
If the qualifying work is ≥ triple the minimum length of
A.4 30
tunnel as per clause 5.7.2.2.3 (i)
Will be
B Approach and Methodology 300 evaluated by
Employer.
C Qualification and experience of Key Personnel for
250
consultancy services
Team leader-Chief Tunnel Marks (D) =
Design Engineer Breakup of marks for 100 100 x %
and each category of key weight
and
personnel to be filled
Team leader-Chief Tunnel 75
in separate Form
Construction Engineer Tech 18/2
(a) Chief Geotechnical Engineer 75

Section 3 Page 42 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Summary of Marks claimed by the Consultant for Maximum Folio No.


Marks Claimed
Quality based Self evaluation marks
(1) (2) (3) (4) (5)
Total marks claimed
Grand Total 1000
(A+B+C)=

Note: Relevant submission with Folio Reference no. should be indicated in support of marks claimed in Column (4).

Firm’s Name & Signature of authorized signatory (Seal)

Section 3 Page 43 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-18/2

Breakup of marks for each category of key personnel (Expat and National) proposed by the Consultant
(According to criteria of Table-1 clause 5.7.2.4.4 of Section -2)

Chief Tunnel
Breakup of marks for each category of key personnel (Expat and National) Chief Tunnel Design Chief Geotechnical
Construction
proposed by the Consultant Engineer Engineer
Engineer
(100 marks)
Academics

Achievement
1 Criteria 1 of relevant Key personnel
Marks

Sub - Total for marks on basis of Academics A


Achievement
2 Criteria 2 of relevant Key personnel
Marks
Experience (100

Achievement
3 Criteria 3 of relevant Key personnel
marks)

Marks
Achievement
4 Criteria 4 of relevant Key personnel
Marks
Criteria 5 for relevant Key personnel Achievement
5
Marks
Sub - Total for marks on basis of Experience B
Total weight for Academics and Experience (%) (C) A/5+4B/5

Section 3 Page 44 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Chief Tunnel
Breakup of marks for each category of key personnel (Expat and National) Chief Tunnel Design Chief Geotechnical
Construction
proposed by the Consultant Engineer Engineer
Engineer
Reference of CV at Folio No.

Note: Relevant submissions with Folio Reference no. should be indicated in support of marks claimed for each personnel.

Firm’s Name & Signature of authorized signatory (Seal)

Section 3 Page 45 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-18/3

Deleted

Section 3 Page 46 of 117


(SBD issued on 28.04.2021 for e-tendering)
S.N
Family Name, First Name

Section 3
Proposed position for the project

Nationality
INDB-BNI New BG Rail Line

Name of the Firm

(SBD issued on 28.04.2021 for e-tendering)


Length of service with the Firm

Education/
Degree (Year/ Institution)

No. of years of relevant project experience


SUMMARY OF INFORMATION OF PROPOSED PERSONNEL

Total Experience since Completion of


Education in no. of years

Firm’s Name & Signature of authorized signatory (Seal)


DDC and PMC

FORM TECH-19

Page 47 of 117
CV Signature (by Personnel and by authorised
Signatory of consultant)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-20 (CV) (National)

CURRICULUM VITAE (CV) FORMAT TO BE SUBMITTED WITH


PROPOSAL FOR CHIEF GEOTECHNICAL ENGINEER. FOR OTHER
PERSONNEL TO BE SUBMITTED LATER AS PER RFP.

1. PROPOSED POSITION :
2. NAME :
3. DATE OF BIRTH :
4. NATIONALITY :
5. PERSONAL ADDRESS :

TELEPHONE NO. :
MOBILE NO. :
FAX NO.
E-MAIL ADDRESS :

6. EDUCATION :
(The years in which various
Qualifications were obtained
must be stated)

7. OTHER TRAINING :
8. LANGUAGE & DEGREE OF :
PROFICIENCY

9. MEMBERSHIP IN :
PROFESSIONAL SOCIETIES

10. COUNTRIES OF WORK :


EXPERIENCE

11. EMPLOYMENT RECORD : Starting with present position, list in reverse order
every employment held and state the start and end
dates of each employment)
From To Name of Name of Positio Mention whether Descripti Any
Employer the n Held worked as In- on of other
Project, charge or one Duties releva
Specific level below the discharg nt
section of In-charge of the ed facts
Project, Project/section of including
location the project or Works
& length any other Underta
capacity ken

Section 3 Page 48 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-20 (Contd……2/3)


Notes:
1. Under column ‘Position held’, mention the designation held i.e. Team Leader,
Project Manager, Sr. Engineer etc. and clearly state if you were an employee of any
Firm along with your designation or have worked as a consultant or an adviser.
2. In case person has held more than one position in the same project, separate entry
for each such position should be made in the above table.
3. Under the column ‘Description of Duties discharged including Works Undertaken’,
clearly mention the type of work undertaken/supervised such as steel/PSC bridge
construction, signalling work, OHE construction or maintenance work etc as
applicable.
4. In case, only month & year are mentioned instead of exact dates for any employment
in ‘From’ and ‘To’ columns above, then for calculation purposes, total period for
that employment will include intervening months plus one month for that
employment.

12. CERTIFICATION (Please follow exactly the following format. Omission will be
seen as noncompliance)

(i) I, the undersigned Certify that, to the best of my knowledge and belief,
this bio-data correctly describes my qualifications, my experience and
myself. I understand that any wilful misstatement described herein may
lead to my disqualification or dismissal, if engaged. In case RVNL at any
stage detects that misstatement have been made by me, it would be at
liberty to take any appropriate action against me including debarment for
up to Three Years.

(ii) I have not been removed by Competent Authority of RVNL from any of
the RVNL works without completing my assignment and shall be
available to work with the consultants. In case I leave the assignment
without approval of RVNL or I am removed by RVNL on account of
some default, RVNL would be at liberty to take any appropriate action
against me including debarment for up to Three Years.

(iii) I hereby undertake that I will not leave RVNL assignment without giving
a minimum notice of 30 days and handing over of all records. I
understand that in case I do so then RVNL would be at liberty to take any
appropriate action against me including debarment for up to Three Years.

(iv) I am willing to undertake the assignment and ensure my availability for


the duration of the assignment.

(a) I have no history of involvement in Vigilance/CBI/Police Case,


resulting in major penalty punishment of
removal/dismissal/compulsory retirement or conviction.

Section 3 Page 49 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(b) I have never been debarred from Project Management Consultancy by


RVNL.
Or
(c) I was debarred from Project Management Consultancy by RVNL for
.... years from ../../.. to ../../.. and period of debarment is now over.

Note: Score out Item which is not applicable to you in (b) or (c) above. Fill up blanks
with requisite details in case (c) is applicable.

SIGNATURE OF PROPOSED PERSONNEL …………………………..

DATE OF SIGNING:…………..Day………Month ………….Year……..

Certified that information stated above has been verified by me.”

13. NAME OF RE/CIVIL REPORTING TO PM/CIVIL:


(To be submitted only in case of PM/Civil is not having relevant
Railway experience)

Signature of Consultant ( Authorized signatory)

Seal

Full Name…………………………

Title…………………………………

Address …………………………...

Section 3 Page 50 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annexure to FORM TECH 20(CV) (National)

(Self-Evaluation by the Personnel)

(Enter the
Breakup of marks for each category of key personnel (National) proposed
Reference item of
by the Consultant
CV)
Criterion
(100 marks)
Academics

1 Qualifications in Relevant Field


Marks

Sub - Total for marks on basis of Academics A


Criteria(Years)
2 Criteria 2 for relevant personnel
Marks
Experience (100 marks)

Criteria(Years)
3 Criteria 3 for relevant personnel
Marks
Criteria (No.)
4 Criteria 4 for relevant personnel
Marks

Criterion (years)
5 Criteria 5 for relevant personnel

Marks
Sub - Total for marks on basis of Experience B
Total weight for Academics and Experience (%) A/5+4B/5

Signature of the Authorized Representative of the firm


________________________

(Note:- To be submitted only for Chief Geotechnical Engineer)

Section 3 Page 51 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (1/28)

Key Personnel Qualification and Experience

Resident Geotechnical Engineer


Name

Date of Birth:

Qualification
S.N. Details
Parameters Requirements as per
RFP
1. Professional (a) Essential: Degree in Civil
Qualification Engineering from a recognized
Institution.
(b) Preferred:
Post Graduate Degree in Civil
Engineering with specialization
in Geotechnical/Rock
Mechanics from a recognized
institution.
2. (a) Total Professional Experience:
Length of Experience At least 10 years for Graduate
Engineer.

(b) Relevant Experience:


At least 5 years’ experience of
Geotechnical
analysis/investigation in
construction / supervision of
Infrastructure projects involving
Tunnels with Project
Management Consultant or
Construction Agency.
3. Does the Personnel have
any history of
involvement in
vigilance/CBI/S PE /
Police case resulting in
major penalty
punishment of removal / No
dismissal / compulsory
retirement or conviction.

Note:

1. The proposed person should not be older than 67 years as

Section 3 Page 52 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

on deadline for submission of proposals.

2. The professional qualification in case of ex-Railway man who


has worked in Gazetted cadre of Engineering department of
Railway shall be treated equal to Diploma in Civil
Engineering if the person is having any qualification other
than Diploma/Degree in Civil Engineering.

Form Tech 20 (2/28)

Section 3 Page 53 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Key Personnel Qualification and Experience

Project Manager/Civil
Name: ___________________________
Date of Birth: ______________________

S. Qualification Project Manager


No. Parameters Requirements as per RFP Details
(a) Essential: Diploma in Civil Engineering from a
recognized institution.
(b) Preferred:
(i) Graduate Degree in Civil Engineering from a
Professional
1. recognized institution.
Qualification
(ii) Degree/Diploma in Project Management/
Construction Management from a recognized
institution or Fellow of Institution of Engineers/
Institution of P. Way Engineers.

(a)Total Professional Experience:


At least 15 years for Graduate Degree holders or 20
years for Diploma holders.

(b) Relevant Experience:


(i) At least 5/7 years (Graduation/Diploma)experience
of handling Railway line /Highway project(s) as In-
charge or one level below the In-charge of
project/specific section of project with Project
Management Consultant or Construction Agency.

OR
Length of (ii) At least 3 years experience in JA Grade and above
2.
Experience of Engineering department of Railways and/or as
JGM and abovein Civil Engineering department in
RITES/IRCON/RVNLor equivalent grade in Konkan
Railway/MRVC/DFCCIL/ any Metro Rail
Corporation either individually or combined. The
person should also meet the hurdle criteria of havingat
least3 years experience in construction of railway line
or maintenance of Permanent Way/ Bridges but
excluding USFD & Track Machine in any grade.
OR
(iii) At least 3 years experience as Superintending
Engineer (or equivalent) and above in Government
organizations or as JGM (or equivalent) in PSUs
either individually or combined. The person should

Section 3 Page 54 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

S. Qualification Project Manager


No. Parameters Requirements as per RFP Details
also meet the hurdle criteria of having at least 5 years
experience in construction of Highway project in any
grade.

Note: The experience under (ii) and (iii) above


shall be added to any experience under (i) to meet the
requirement under (i) and for assigning of marks.

Does the
personnel have
any history of
involvement in
vigilance/CBI/S
PE/Police case
No (If the answer is Yes, then the personnel shall be
3. resulting in
disqualified and his CV shall be assigned Zero marks)
major penalty
punishment of
removal/dismiss
al/compulsory
retirement
orconviction

Note:

1.The proposed person should not be older than 70 years as on deadline for
submission of proposals.

2.Deleted

3.The professional qualification in case of ex-Railwayman who has worked in


Gazetted cadre of Engineering department of Railway shall be treated equal to
Diploma in Civil Engineering and in case Ex-Railwayman has worked for three
years or more in JA grade and above shall be treated equal to degree holder in
Civil Engineering, if the person is having any qualification other than
Diploma/Degree in Civil Engineering.

Section 3 Page 55 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (3/28)


Key Personnel Qualification and Experience

Resident Engineer / Steel Bridges


Name__________________
Date of Birth:___________
Qualification Resident Engineer/ Steel Bridges
S. N.
Parameters Requirements as per RFP Details
(a) Essential: Diploma in Civil Engineering from a
recognized Institution.
(b) Preferred:
(i) Graduate Degree in Civil Engineering from a
recognized institution.
Professional
1.
Qualification (ii) Degree/Diploma in Project Management/
Construction Management from a
recognized institution or Fellow of
Institution of Engineers/ Institution of P.
Way Engineers

(a) Total Professional Experience:


At least 10 years for Graduate Engineer or 15
years for Diploma holders.

(b) Relevant Experience:


(i) At least 5 years experience of
construction/supervision of Bridges with Steel
Girder Spans with Project Management Consultant
or Construction Agency.
OR
(ii) At least 3 years experience either in Gazetted
Length of cadre of Engineering Department of Railways
2.
Experience and/or as Manager and above in Civil
Engineering in RITES/IRCON/RVNL or
equivalent grade in Konkan
Railway/MRVC/DFCCIL/ any Metro Rail
Corporation either individually or combined. The
person should also meet the hurdle criteria of
having experience of at least three years in
construction/re-girdering of Bridges with Steel
Girder Spans in any grade.
OR
(iii) At least 3 years experience as Assistant
Engineer (or equivalent) and above in Government
organizations or as Manager (or equivalent) in PSUs

Section 3 Page 56 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Qualification Resident Engineer/ Steel Bridges


S. N.
Parameters Requirements as per RFP Details
either individually or combined. The person should
also meet the hurdle criteria of having atleast 3 years
experience in construction/re-girdering of Bridges
with Steel Girder Spans in any grade.

Note: The experience under (ii) and (iii) above shall


be added to any experience under (i) to meet the
requirement under (i) and for assigning of
marks.

Does the
personnel have
any history of
involvement in
vigilance/CBI/SP
E/Police case
resulting in major No (If the answer is Yes, then the personnel shall be
3.
penalty disqualified and his CV shall be assigned Zero marks)
punishment of
removal/dismissal
/compulsory
retirement or
conviction.

Note:

1. The proposed person should not be older than 70 years as on deadline for submission
of proposals.

2. The professional qualification in case of ex-Railwayman who has worked in


Gazetted cadre of Engineering department of Railway shall be treated equal to
Diploma in Civil Engineeringif the person is having any qualification other than
Diploma/Degree in Civil Engineering.

Section 3 Page 57 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (4/28)


Key Personnel Qualification and Experience

Resident Engineer / PSC Bridges


Name__________________
Date of Birth:___________
Qualification Resident Engineer/ PSC Bridges
S. N.
Parameters Requirements as per RFP Details
(a) Essential: Diploma in Civil Engineering from a
recognized Institution.
(b) Preferred:
(i) Graduate Degree in Civil Engineering from a
Professional recognized institution.
1.
Qualification
(ii) Degree/Diploma in Project Management/
Construction Management from a
recognized institution or Fellow of
Institution of Engineers/ Institution of P.
Way Engineers

(a) Total Professional Experience:


At least 10 years for Graduate Engineer or 15
years for Diploma holders.

(b) Relevant Experience:


(i) At least 5 years experience of
construction/supervision of Bridges with PSC
Girder / SlabSpans with Project Management
Consultant or Construction Agency.
OR
(ii) At least 3 years experience either in Gazetted
cadre of Engineering Department of Railways
Length of
2. and/or as Manager and above in Civil
Experience
Engineering in RITES/IRCON/RVNLor
equivalent grade in Konkan
Railway/MRVC/DFCCIL/ any Metro Rail
Corporation either individually or combined. The
person should also meet the hurdle criteria of
having experience of at least three years in
construction of Bridges with PSC Girder Spans in
any grade.
OR
(iii) At least 3 years experience as Assistant
Engineer (or equivalent) and above in Government
organizations or as Manager (or equivalent) in PSUs
either individually or combined. The person should

Section 3 Page 58 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Qualification Resident Engineer/ PSC Bridges


S. N.
Parameters Requirements as per RFP Details
also meet the hurdle criteria of having atleast 3 years
experience in construction of Bridges with PSC
Girder Spans in any grade.

Note: The experience under (ii) and (iii) above shall be


added to any experience under (i) to meet the
requirement under (i) and for assigning of marks.

Does the
personnel have
any history of
involvement in
vigilance/CBI/SP
E/Police case
No(If the answer is Yes, then the personnel shall be
3. resulting in major
disqualified and his CV shall be assigned Zero marks)
penalty
punishment of
removal/dismissal
/compulsory
retirement or
conviction.
Note:

1. The proposed person should not be older than 70 years as on deadline for submission
of proposals.

2. The professional qualification in case of ex-Railwayman who has worked in


Gazetted cadre of Engineering department of Railway shall be treated equal to
Diploma in Civil Engineeringif the person is having any qualification other than
Diploma/Degree in Civil Engineering.

Section 3 Page 59 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (5/28)


Key Personnel Qualification and Experience

Resident Engineer / Sub Structure


Name____________________________
Date of Birth:______________________
Qualification Resident Engineer/Substructure
S. N.
Parameters Requirements as per RFP Details
(a) Essential: Diploma in Civil Engineering from a
recognized Institution.
(b) Preferred:

Professional (i) Graduate Degree in Civil Engineering from a


1. recognized institution.
Qualification
(ii) Degree/Diploma in Project Management/
Construction Management from a
recognized institution or Fellow of
Institution of Engineers/ Institution of P.
Way Engineers
(a) Total Professional Experience:
At least 10 years for Graduate Engineer or 15 years
for Diploma holders.
(b) Relevant Experience:
(i)At least 5 years experience of
construction/supervision of Rail/Road Bridge or
well sinking for Sub-structure of major bridges
with Project Management Consultant or
Construction Agency.
OR
(ii) At least3 years experience either in Gazetted
cadre of Engineering Department of Railways
Length of and/or as Manager and above in Civil
2.
Experience Engineering department in RITES/IRCON/RVNL
or equivalent grade in Konkan
Railway/MRVC/DFCCIL/any Metro Rail
Corporation either individually or combined. The
person should also meet the hurdle criteria of
having experience of atleast three years in
Rail/Road Bridge or well sinking for Sub-structure
of major bridges in any grade.
OR
(iii) At least 3 years experience as Assistant
Engineer (or equivalent) and above in Government
organizations or as Manager (or equivalent) in PSUs
either individually or combined. The person should
also meet the hurdle criteria of having at least 3

Section 3 Page 60 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Qualification Resident Engineer/Substructure


S. N.
Parameters Requirements as per RFP Details
years’ experience in Rail/Road Bridge or well
sinking for Sub-structure of major bridges in any
grade.
Note: The experience under (ii) and (iii) above shall be
added to any experience under (i) to meet the
requirement under (i) and for assigning of marks.
Does the
personnel have
any history of
involvement in
vigilance/CBI/SP
E/Police case
resulting in major No(If the answer is Yes, then the personnel shall be
3.
penalty disqualified and his CV shall be assigned Zero marks)
punishment of
removal/dismissal
/compulsory
retirement or
conviction.

Note:
1. The proposed person should not be older than 70 years as on deadline for submission
of proposals.

2. The professional qualification in case of ex-Railwayman who has worked in


Gazetted cadre of Engineering department of Railway shall be treated equal to
Diploma in Civil Engineering and in case Ex-Railwaymen has worked for three years
or more in JA grade and above shall be treated equal to Degree Holder Civil
Engineering,if the person is having any qualification other than Diploma/Degree in
Civil Engineering.

Section 3 Page 61 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (6/28)

Key Personnel Qualification and Experience

Resident Tunnel Alignment & 3D Monitoring Engineer


Name
Date of Birth:
Tunnel Alignment & 3D Monitoring Engineer
Qualification
S. N. Details
Parameters Requirements as per RFP
1. Professional Qualification (a) Essential: Diploma in Civil Engineering /
Surveying from a recognized Institution.
(b) Preferred:
Graduate Degree in Civil Engineering /
Surveying from a recognized institution.

2. At least 10 years for Graduate Engineer or15


Length of Experience
years for Diploma holders.
3 Relevant Experience At least 5years’ experience in Surveying and 3D
monitoring of tunnel construction by NATM
concept with Project Management Consultant
or Construction Agency.
4. Does the personnel have
any history of
involvement in
vigilance/CBI/SPE/Police
No
case resulting in major
penalty punishment of
removal/dismissal/compul
sory retirement or
conviction.
Note:
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However, in exceptional circumstances Employer (concerned
Executive Director) may permit at his sole discretion, a person older than 50 years
but not older than 67 years after considering his physical and over all fitness to
perform the desired duties.

Section 3 Page 62 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (7/28)

Key Personnel Qualification and Experience

Resident Engineer (Tunnel/Civil)


Name:
Date of Birth:

S.N. Qualification Parameters


Requirements as per RFP Details
(a) Essential: Diploma in Civil
1. Professional Qualification Engineering / Mining Engineering
from a recognized Institution.
(b) Preferred:

(i) Graduate Degree in Civil


Engineering / Mining Engineering
from a recognized institution.
At least 10 years for Degree holder and 15
2. Length of Experience
years for Diploma holder.
At least 5 years in construction of tunnels
3. Relevant Experience by NATM concept having cross section
area ≥ 30 M2 and length ≥ 2km.
4. Does the personnel have any
history of involvement in
vigilance /CBI /SPE/ Police
case resulting in major penalty
punishment of removal / No
dismissal /compulsory
retirement or conviction

Note:-
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned
Executive Director) may permit at his sole discretion, a person older than 50 years

Section 3 Page 63 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

but not older than 67 years after considering his physical and overall fitness to
perform the desired duties subject to the condition that the total number of
experts/supervisors (except S&T, Signal Design, P. Way, Environment & Electrical
(OHE/TSS/SCADA) Experts and Asst Expert - Railway Operation and Safety) more
than 50 years of age should not be more than 50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex- Railway
man who has worked in a position of Section Engineer or above and has relevant
experience with total length of experience not less than that prescribed.

Section 3 Page 64 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (8/28)

Key Personnel Qualification and Experience

Resident Geologist
Name
Date of Birth:

Qualification Resident Engineer/ Geologist


S Parameters Requirements as per RFP Details
.
N
.
1 Professional (a) Essential: Graduate in
. Qualification Geology from a recognized
Institution.
(b) Preferred:
(i) Post Graduate Degree in
Geology from a recognized
institution.
(ii) Doctorate in Geology
2 Length of Atleast 10 years for Graduate
. Experience Engineer or 7 years for Post
Graduates.
3 Relevant Atleast 5 years’ experience in
Experience tunnel construction by NATM
concept having cross section
area ≥ 30 M2 and length ≥ 3 km
with Project Management
Consultant or Construction
Agency.
4 Does the
. Personnel have
any history of
involvement in
vigilance/CBI/
S PE/Police
case resulting No
in major
penalty
punishment of
removal /
dismissal /
compulsory
retirement or
conviction.

Note:

1. The proposed person should not be older than 50 years as


on deadline for submission of proposals. However, in
exceptional circumstances Employer (concerned Executive
Director) may permit at his sole discretion, a person older

Section 3 Page 65 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

than 50 years but not older than 67 years after considering


his physical and over all fitness to perform the desired duties.

Section 3 Page 66 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (9/28)

Key Personnel Qualification and Experience

CE-I Civil Engineering Expert (Tunnel)


Name____________________________
Date of Birth:______________________

Qualification CE-I Civil Engineering Expert


S. N.
Parameters Requirements as per RFP Details
(a) Essential: Diploma in Civil Engineering from a
recognized Institution.
(b) Preferred:
Professional (i) Graduate Degree in Civil Engineering from a
1.
Qualification recognized institution.
(ii) Degree/Diploma in Project Management/
Construction Management from a recognized
institution or Fellow of Institution of Engineers/
Institution of P. Way Engineers
(a) Total Professional Experience:
At least 10 years for Graduate Engineer or 15 years
for Diploma holders.
(b) Relevant Experience:
(i)At least 5 years’ experience of
construction/supervision of Rail/Road tunnel
construction using NATM/Observational Method
with Project Management Consultant or
Construction Agency.
OR
(ii) At least3 years experience either in Gazetted
cadre of Engineering Department of Railways
Length of and/or as Manager and above in Civil
2.
Experience Engineering department in RITES/IRCON/RVNL
or equivalent grade in Konkan
Railway/MRVC/DFCCIL/any Metro Rail
Corporation either individually or combined. The
person should also meet the hurdle criteria of
having experience of at least three years in
Rail/Road tunnel construction using
NATM/Observational Method.
OR

(iii) At least 3 years experience as Assistant


Engineer (or equivalent) and above in Government
organizations or as Manager (or equivalent) in PSUs

Section 3 Page 67 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

either individually or combined. The person should


also meet the hurdle criteria of having at least 3
years’ experience in Rail/Road tunnel construction
using NATM/Observational Method.
Note: The experience under (ii) and (iii) above shall be
added to any experience under (i) to meet the
requirement under (i) and for assigning of marks.
Does the
personnel have
any history of
involvement in
vigilance/CBI/SP
E/Police case
resulting in major No(If the answer is Yes, then the personnel shall be
3.
penalty disqualified and his CV shall be assigned Zero marks)
punishment of
removal/dismissal
/compulsory
retirement or
conviction.

Note:

1. The proposed person should not be older than 70 years as on deadline for submission
of proposals.
2. The professional qualification in case of ex-Railwayman who has worked in
Gazetted cadre of Engineering department of Railway shall be treated equal
to Diploma in Civil Engineering and in case Ex-Railwaymen has worked for
three years or more in JA grade and above shall be treated equal to Degree
Holder Civil Engineering, if the person is having any qualification other than
Diploma/Degree in Civil Engineering.

Section 3 Page 68 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (10/28)

Qualification and Experience for Quality Control Expert

Quality Control Expert (Tunnel)


Name: ___________________________
Date of Birth:______________________

Qualification Quality Control Expert


S.N.
Parameters Requirements as per RFP Details
Preferably Degree or at least Diploma in
1. Professional Qualification
Civil Engineering.
2 years for Degree holder and 5 years for
2. Length of Experience
Diploma holder.
At least 2 years as
Supervisor and above in Quality Control
3. Relevant Experience
in Construction of Rail/Road Tunnel
Projects using NATM.
Does the personnel have
any history of
involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/dismissal/compu
lsory retirement or
conviction
Note:-

1. The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer
(concerned Executive Director) may permit at his sole discretion, a person older
than 50 years but not older than 67 years after considering his physical and overall
fitness to perform the desired duties subject to the condition that the total number of
experts / supervisors (except S&T, Signal Design, P. Way, Environment &
Electrical (OHE/TSS/SCADA) Experts and Asst Expert - Railway Operation and
Safety) more than 50 years of age should not be more than 50% of the total.

Section 3 Page 69 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (11/28)

Qualification and Experience for Quality Control Expert

Quality Control Expert


Name: ___________________________
Date of Birth:______________________

Qualification Quality Control Expert


S.N.
Parameters Requirements as per RFP Details
Preferably Degree or at least Diploma in
1. Professional Qualification
Civil Engineering.
2 years for Degree holder and 5 years for
2. Length of Experience
Diploma holder.
At least 2 years as

3. Relevant Experience Supervisor and above in Quality Control


in Construction of Rail/Road Projects.
Does the personnel have
any history of
involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/dismissal/compu
lsory retirement or
conviction
Note:-

2. The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer
(concerned Executive Director) may permit at his sole discretion, a person older
than 50 years but not older than 67 years after considering his physical and overall
fitness to perform the desired duties subject to the condition that the total number of
experts / supervisors (except S&T, Signal Design, P. Way, Environment &
Electrical (OHE/TSS/SCADA) Experts and Asst Expert - Railway Operation and
Safety) more than 50 years of age should not be more than 50% of the total.

Section 3 Page 70 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (12/28)


Key Personnel Qualification and Experience

Estimating Expert
Name: ___________________________
Date of Birth:______________________

S.N. Qualification Parameters


Requirements as per RFP Details
Preferably Degree and at least
1. Professional Qualification
Diploma in Civil Engineering.
3 years for Degree holder and 7
2. Length of Experience
years for Diploma holder.
Preparation of Detailed Estimate or
DPR for construction of Railway

3. Relevant Experience Line/Important or major


bridges/Road projects for at least 2
years.
Does the personnel have any history
of involvement in
vigilance/CBI/SPE/Police case
4. No
resulting in major penalty punishment
of removal / dismissal / compulsory
retirement or conviction.

Note:-
1. The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer
(concerned Executive Director) may permit at his sole discretion, a person older
than 50 years but not older than 70 years after considering his physical and overall
fitness to perform the desired duties subject to the condition that the total number
of experts/supervisors (except S&T, Signal Design, P. Way, Environment &
Electrical (OHE/TSS/SCADA) Experts and Asst Expert - Railway Operation and
Safety) more than 50 years of age should not be more than 50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-Railway man
who has worked in a position of Section Engineer or above and has relevant
experience with total length of experience not less than that prescribed for minimum
professional qualification.

Section 3 Page 71 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (13/28)


Key Personnel Qualification and Experience

Expert- Safety, Health and Environmental


Name: ____________________________
Date of Birth:_____________________

S.N. Qualification
Parameters Requirements as per RFP Details
Preferably Degree and at least
Diploma in Environment / Safety
Engineering.
1. Professional Qualification
Bachelor’s Degree in
Environmental Management,
Environmental / Safety
Engineering or related field OR
PG Diploma in Environmental and
Sustainable Development from
IGNOU OR Master’s Degree in
Environmental Engineering.
5 years for Degree holder and 10
2. Length of Experience years for Diploma holder.
At least 3 years experience in
3. Relevant Experience Safety, Health & Environmental
Management, Forest Clearance &
Monitoring in Tunnel/Viaduct
Construction.
Does the personnel have any
history of involvement in
vigilance / CBI / SPE / Police
4. No
case resulting in major
penalty
punishment of removal /
dismissal /compulsory
retirement or conviction

Section 3 Page 72 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (14/28)


Key Personnel Qualification and Experience

Land Expert
Name: ____________________________
Date of Birth:_____________________

S.N. Qualification
Parameters Requirements as per RFP Details
Preferably Degree and at least
Diploma in any stream
Engineering
1. Professional Qualification

5 years for Degree holder and 10


2. Length of Experience years for Diploma holder.
At least 3 years experience in Land
3. Relevant Experience Acquisition work.

Does the personnel have any


history of involvement in
vigilance / CBI / SPE / Police
4. No
case resulting in major
penalty
punishment of removal /
dismissal /compulsory
retirement or conviction

Section 3 Page 73 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (15/28)

Key Personnel Qualification and Experience

Sub structure Expert


Name: ___________________________
Date of Birth: ______________________

Qualification Substructure Expert


S.N.
Parameters Requirements as per RFP Details
Professional Preferably Degree and at least
1.
Qualification Diploma in Civil Engineering.
2 years for Degree holder and 5
2. Length of Experience
years for Diploma holder.
Construction of Rail bridges with
deep foundations for substructure
3. Relevant Experience
of major bridges works for at least
1 year.
Does the personnel
have any history of
involvement in
vigilance/CBI/SPE/P
olice case resulting in
4. No
major penalty
punishment of
removal/dismissal/co
mpulsory retirement
or conviction

Note:-

1. The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances
Employer (concerned Executive Director) may permit at his sole
discretion, a person older than 50 years but not older than 70 years after
considering his physical and overall fitness to perform the desired duties
subject to the condition that the total number of experts / supervisors
(except S&T, Signal Design, P. Way, Environment & Electrical
(OHE/TSS/SCADA) Experts and Asst Expert - Railway Operation and
Safety) more than 50 years of age should not be more than 50% of the
total.

2. The professional qualification requirement can be relaxed in case of Ex-


Railway man who has worked in a position of Section Engineer or above
and has relevant experience with total length of experience not less than
that prescribed for minimum professional qualification.

Section 3 Page 74 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (16/28)

Key Personnel Qualification and Experience

Superstructure Expert
Name: ___________________________
Date of Birth: ______________________
Bridge Expert
S.N. Qualification Parameters
Requirements as per RFP Details
Preferably Degree and at least
1. Professional Qualification
Diploma in Civil Engineering.
3 years for Degree holder and 7
2. Length of Experience
years for Diploma holder.
Construction of Superstructure of
3. Relevant Experience Major Bridges with steel/PSC
Girder Spans for at least 2 years.
Does the personnel have any
history of involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/dismissal/compuls
ory retirement or conviction.
Note:-
1. The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances
Employer (concerned Executive Director) may permit at his sole
discretion, a person older than 50 years but not older than 70 years after
considering his physical and overall fitness to perform the desired duties
subject to the condition that the total number of
experts/supervisors(except S&T, Signal Design, P. Way, Environment &
Electrical (OHE/TSS/SCADA) Experts and Asst Expert - Railway
Operation and Safety) more than 50 years of age should not be more than
50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-
Railway man who has worked in a position of Section Engineer or above
and has relevant experience with total length of experience not less than
that prescribed for minimum professional qualification.
3. The exact number of PSC / Steel expert will be informed later.

Section 3 Page 75 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (17/28)


Key Personnel Qualification and Experience

Expert-Contract Management
Name: ____________________________
Date of Birth:_____________________
Quality Control Expert
S.N. Qualification Parameters
Requirements as per RFP Details
Professional Qualification Preferably Degree or at least
1.
Diploma in Civil Engineering /
Construction Management.
Length of Experience 10 years for Degree holder and 15
2.
years for Diploma holder.
At least 5 years of
3.
Relevant Experience Construction/Supervision
experience in Construction of
Infrastructure Projects involving
Tunnels by NATM concept with
PMC/Construction Agency.
Does the personnel have any history
of involvement in
vigilance/CBI/SPE/Police case
4. No
resulting in major penalty
punishment of
removal/dismissal/compulsory
retirement or conviction

Note:-

1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned
Executive Director) may permit at his sole discretion, a person older than 50 years
but not older than 67 years after considering his physical and overall fitness to
perform the desired duties subject to the condition that the total number of
experts/supervisors (except S&T, Signal Design, P. Way, Environment & Electrical
(OHE / TSS / SCADA) Experts and Asst Expert - Railway Operation and Safety)
more than 50 years of age should not be more than 50% of the total.

Section 3 Page 76 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (18/28)

Key Personnel Qualification and Experience

Environmental Expert
Name: _________________
Date of Birth: _____________

S. Qualification Environmental Expert


N. Parameters Requirements as per RFP Details
Bachelors Degree in
Environmental Management,
Environmental Engineering or
related field
OR
Professional
1. PG Diploma in Environmental
Qualification
and Sustainable Development
from IGNOU
OR
Masters Degree in
Environmental Engineering.
Minimum 3 years of service in
2. Length of Experience
related field.
Experience in Environmental
3. Relevant Experience management & monitoring in
infrastructure projects.
Does the personnel have
any history of
involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/dismissal/compu
lsory retirement
orconviction

Note :

The proposed person should not be older than 70 years as on deadline for submission of proposal.

Section 3 Page 77 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (19/28)


Qualification and Experience for Supervisor

Supervisor-Civil Engineer (Tunnel Construction)


Name: ____________________________
Date of Birth:_____________________
S. Tunnel Construction Supervisor
Qualification Parameters
N. Requirements as per RFP Details
Preferably Degree or at least
1. Professional Qualification
Diploma in Civil Engineering.
Minimum service of 3 years for
2. Length of Experience
Diploma and 2 years for Degree in
linear infrastructure project.
At least one / two year for degree
3. Relevant Experience
holder / diploma holder
respectively in construction of Rail
/ Road / Metro / Hydro tunnel and
underground cavern Projects.
Does the personnel have any
history of involvement in
vigilance/CBI/SPE/Police case
4. resulting in major penalty No
punishment
o
f
removal/dismissal/compulsory
retirement or conviction

Note: The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer (concerned
Executive Director) may permit at his sole discretion, a person older than 50 years but
not older than 67 years after considering his physical and over all fitness to perform the
desired duties subject to the condition that the total number of experts / supervisors
(except S&T, Signal Design, P. Way, Environment & Electrical (OHE/TSS/SCADA)
Experts and Asst Expert - Railway Operation and Safety) more than 50 years of age
should not be more than 50% of the total.

Section 3 Page 78 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (20/28)


Qualification and Experience for Supervisor

Supervisor-Geologist
Name: ____________________________
Date of Birth:_____________________
S. Tunnel Construction Supervisor
Qualification Parameters
N. Requirements as per RFP Details
Degree in Geology
1. Professional Qualification
Minimum service of 5 years for
2. Length of Experience Degree holder

At least two year experience in


3. Relevant Experience construction of Rail / Road /
Metro / Hydro tunnel and
underground cavern Projects.
Does the personnel have any
history of involvement in
vigilance/CBI/SPE/Police case
4. resulting in major penalty No
punishment
o
f
removal/dismissal/compulsory
retirement or conviction

Note: The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer (concerned
Executive Director) may permit at his sole discretion, a person older than 50 years but
not older than 67 years after considering his physical and over all fitness to perform the
desired duties subject to the condition that the total number of experts / supervisors
(except S&T, Signal Design, P. Way, Environment & Electrical (OHE/TSS/SCADA)
Experts and Asst Expert - Railway Operation and Safety) more than 50 years of age
should not be more than 50% of the total.

Section 3 Page 79 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (21/28)

Qualification and Experience for Supervisor

Supervisor-Surveyor –cum– 3D Monitoring

Name: _________________________
Date of Birth: _________________________

S.N. Qualification Parameters Surveyor


Requirements as per RFP Details
1. Professional Qualification Preferably Degree or at least
Diploma in Civil / Surveying
Engineering from recognized
institution.
Minimum 3 years for Diploma
2. Length of Experience holder and 2 year for degree
holder.
At least 1 year as Surveyor in
3. Relevant Experience Construction of Rail / Road /
Metro/ Hydro tunnel and
underground cavern projects
Does the personnel have any history of
involvement in vigilance / CBI / SPE /
Police case resulting in major penalty
punishment of removal / dismissal / No
4. compulsory retirement or conviction.

Note:
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned
Executive Director) may permit at his sole discretion, a person older than 50 years
but not older than 67 years after considering his physical and over all fitness to
perform the desired duties subject to the condition that the total number of experts /
supervisors (except S&T, Signal Design, P. Way, Environment & Electrical
(OHE/TSS/SCADA) Experts and Asst Expert -Railway Operation and Safety) more
than 50 years of age should not be more than 50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-Railway
man who has worked in a position of Junior Engineer or above and has relevant
experience with total length of experience not less than that prescribed for minimum
professional qualification.

Section 3 Page 80 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (22/28)


Qualification and Experience for Supervisor

Supervisor-Civil Engineer (Quantity Surveyor)


Name: ______________________
Date of Birth: ______________

Surveyor
S.N. Qualification Parameters
Requirements as per RFP Details
Preferably Degree or at least
1. Professional Qualification
Diploma in Civil Engineering from
recognized institution.
Minimum 3 years for Diploma
2. Length of Experience
holder and 2 year for degree holder.
At least 1 year as Surveyor/Quantity
3. Relevant Experience
Surveyor in Construction of Rail/
Road/ Metro/ Hydro tunnel and
underground cavern projects
Does the personnel have any history of
involvement in vigilance / CBI /SPE
/Police case resulting in major penalty
4. punishment of removal / dismissal / No
compulsory retirement or conviction.

Note:
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned
Executive Director) may permit at his sole discretion, a person older than 50 years
but not older than 67 years after considering his physical and over all fitness to
perform the desired duties subject to the condition that the total number of experts /
supervisors (except S&T, Signal Design, P. Way, Environment & Electrical
(OHE/TSS/SCADA) Experts and Asst Expert -Railway Operation and Safety) more
than 50 years of age should not be more than 50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-Railway
man who has worked in a position of Junior Engineer or above and has relevant
experience with total length of experience not less than that prescribed for minimum
professional qualification

Section 3 Page 81 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (23/28)

Qualification and Experience for Supervisor

Supervisor-Material/Laboratory
Name: ____________________________
Date of Birth:_____________________
S. Tunnel Construction Supervisor
Qualification Parameters Requirements as per RFP Details
N.
Preferably Degree or at least
1. Professional Qualification
Diploma in Civil Engineering.
Minimum service of 3 years for
2. Length of Experience
Diploma and 2 years for Degree in
linear infrastructure project.
At least one year in similar field in
3. Relevant Experience
construction of Rail / Road / Metro
/ Hydro tunnel and underground
cavern Projects.
Does the personnel have any history
4. of involvement in
vigilance/CBI/SPE/Police case
No
resulting in major penalty
punishment of removal / dismissal /
compulsory retirement or conviction

Note: The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer
(concerned Executive Director) may permit at his sole discretion, a person older
than 50 years but not older than 67 years after considering his physical and over all
fitness to perform the desired duties subject to the condition that the total number
of experts / supervisors (except S&T, Signal Design, P. Way, Environment &
Electrical (OHE/TSS/SCADA) Experts and Asst Expert - Railway Operation and
Safety) more than 50 years of age should not be more than 50% of the total

Section 3 Page 82 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (24/28)

Qualification and Experience for Supervisor

Supervisor - Civil Engineering


Name: ___________________________
Date of Birth: ______________________

Qualification Supervisor - Civil Engineering


S.N.
Parameters Requirements as per RFP Details
Minimum ITI (Civil) or +2(Science),

1. Professional Qualification Diploma in Civil Engineering is


preferable.

Minimum 5 years.

2. Length of Experience (2 years for Diploma holder and one


year for degree holder)

At least 2 years (1 year for


Diploma/degree holder) experience
of Civil works
or
3. Relevant Experience
At least 2 years (1 year for
Diploma/degree holder) experience
as Works Supervisor/ JE(Works) or
above in Railways.

Does the personnel have


any history of
involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/ dismissal
/compulsory retirement or
conviction.

Note:

1. The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer
(concerned Executive Director) may permit at his sole discretion, a person older
than 50 years but not older than 70 years after considering his physical and
overall fitness to perform the desired duties subject to the condition that the total
number of experts / supervisors (except S&T, Signal Design, P. Way,

Section 3 Page 83 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Environment & Electrical (OHE/TSS/SCADA) Experts and Asst Expert -


Railway Operation and Safety) more than 50 years of age should not be more
than 50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-Railway
man who has worked in a position of Works Supervisor/JE(Works) or above and
has relevant experience with total length of experience not less than that
prescribed for minimum professional qualification.
3. Upto a maximum of 25% of total Supervisors in the above category may be fresh
Graduates or Diploma holders in Civil Engineering. However, the fresh
Graduates/Diploma holders shall be designated as Trainee Supervisors for the
initial 6 months period and they shall be paid @ 75% of the accepted rate for the
category. After successful completion of 6 months of on the job training, these
Trainee Supervisors shall be interviewed by the CPM and if found suitable they
shall be designated as Supervisors and shall be entitled for 100% of the accepted
rate for that category. If the trainee is not found suitable, his training can be
extended for a further period of 3 months at the sole discretion of CPM, otherwise
he shall be replaced by the Consultant.

Section 3 Page 84 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (25/28)

Qualification and Experience for Surveyor

Surveyor
Name: ___________________________
Date of Birth:______________________
Surveyor
S.N. Qualification Parameters
Requirements as per RFP Details
Minimum ITI (Survey) or
1. Professional Qualification
Diploma in Civil Engineering
Minimum 2 years for Diploma
2. Length of Experience holder and 1 year for degree
holder.
At least 1 year as Surveyor in
3. Relevant Experience Construction of Rail/Road
Projects
Does the personnel have any
history of involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/dismissal/compuls
ory retirement or conviction.

Note:
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned Executive
Director) may permit at his sole discretion, a person older than 50 years but not older
than 70 years after considering his physical and overall fitness to perform the desired
duties subject to the condition that the total number of experts / supervisors (except
S&T, Signal Design, P. Way, Environment & Electrical (OHE/TSS/SCADA)
Experts and Asst Expert - Railway Operation and Safety) more than 50 years of age
should not be more than 50% of the total.

2. The professional qualification requirement can be relaxed in case of Ex-Railway man


who has worked in a position of Junior Engineer or above and has relevant experience
with total length of experience not less than that prescribed for minimum professional
qualification.

Section 3 Page 85 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (26/28)


Qualification and Experience for Supervisor

Supervisor – Electrical (E&M)


Name: ____________________________
Date of Birth:_____________________
Supervisor – RE, Lighting and Ventilation
S.N. Qualification Parameters
Requirements as per RFP Details
Minimum Diploma in Electrical
1. Professional Qualification / Mechanical Engineering from a
recognized institution. Degree is
preferable.
Minimum 3 years for Diploma Holder
2. Length of Experience and 2 years for degree holder

At least one year in similar field in


3. Relevant Experience construction of Rail / Road / Metro /
Hydro tunnel and underground cavern
Projects.
Does the personnel have any history
of involvement in
vigilance/CBI/SPE/Police case
4. resulting in major penalty No
punishment of removal / dismissal /
compulsory retirement or
conviction.

Note:
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned
Executive Director) may permit at his sole discretion, a person older than 50 years
but not older than 67 years after considering his physical and over all fitness to
perform the desired duties subject to the condition that the total number of experts /
supervisors (except S&T, Signal Design, P. Way, Environment & Electrical
(OHE/TSS/SCADA) Experts and Asst Expert -Railway Operation and Safety) more
than 50 years of age should not be more than 50% of the total.
2. The Professional Qualification requirements can be relaxed in case of Ex-Railway
men who has worked in a position of Junior Engineer or above in the respective
department of Railway and has relevant experience with total length of experience
not less than that prescribed for minimum professional qualification.

Section 3 Page 86 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (27/28)

Qualification and Experience for Supervisor

Supervisor – Steel Bridge


Name: ___________________________
Date of Birth:______________________

Qualification Supervisor –Steel Bridge


S.N.
Parameters Requirements as per RFP Details
Minimum ITI (Civil) or +2(Science),
Professional Diploma in Mechanical/ Civil
1.
Qualification Engineering is preferable.

Minimum 5 years.
(2 years for Diploma holder and one
2. Length of Experience
year for degree holder)

At least 2 years (1 year for


Diploma/degree holder) experience of
steel bridge works
or
3. Relevant Experience At least 2 years (1 year for
Diploma/degree holder) experience as
Bridge Supervisor/ JE(Bridge) or
above in Railways.

Does the personnel have


any history of
involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/ dismissal/
compulsory retirement or
conviction.

Note:

1. The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer
(concerned Executive Director) may permit at his sole discretion, a person older
than 50 years but not older than 70 years after considering his physical and
overall fitness to perform the desired duties subject to the condition that the total
number of experts / supervisors (except S&T, Signal Design, P. Way,
Environment & Electrical (OHE/TSS/SCADA) Experts and Asst Expert -
Railway Operation and Safety) more than 50 years of age should not be more
than 50% of the total.

Section 3 Page 87 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

2. The professional qualification requirement can be relaxed in case of Ex-Railway


man who has worked in a position of Bridge Supervisor/JE(Bridge) or above and
has relevant experience with total length of experience not less than that
prescribed for minimum professional qualification.
3. Upto a maximum of 25% of total Supervisors in the above category may be fresh
Graduates or Diploma holders in Mechanical/Civil Engineering. However, the
fresh Graduates/Diploma holders shall be designated as Trainee Supervisors for
the initial 6 months period and they shall be paid @ 75% of the accepted rate for
the category. After successful completion of 6 months of on the job training,
these Trainee Supervisors shall be interviewed by the CPM and if found suitable
they shall be designated as Supervisors and shall be entitled for 100% of the
accepted rate for that category. If the trainee is not found suitable, his training
can be extended for a further period of 3 months at the sole discretion of CPM,
otherwise he shall be replaced by the Consultant.

Section 3 Page 88 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form Tech 20 (28/28)


Qualification and Experience for Supervisor

S&T Supervisor
Name: ___________________________
Date of Birth:______________________

S. Qualification S&T Supervisor


N. Parameters Requirements as per RFP Details
ITI or Diploma in Electronics/
Professional
1. Electrical/Mechanical Engineering from
Qualification
recognized institution.
i) Total Professional Experience of 3 years for
Diploma Holders or 5 years for ITI in
Infrastructure Projects of Signalling with the
Signalling Contractors for RRI/SSI/PI in tunnels.

OR
ii) having at least 3 years experience as supervisor
and above in Infrastructure Projects of Signalling
with Project Management Consultant for
RRI/SSI/PI in tunnels

OR
iii) having at least 5 years experience in maintenance
of RRI/PI/SSI in tunnels as ESM and above or 3
years construction experience as ESM and above
Length of in S&T Department of Railways.
2.
Experience
OR
iv) having 3 years experience in Infrastructure
Projects of Signalling for RRI/SSI/PI in tunnels as
Executive and above in RITES/ IRCON/RVNL or
equivalent grade in Konkan
Railway/MRVC/DFCCIL/ any Metro Rail
Corporation and/or as Jr Site Engineer(S&T) and
above in RVNL or similar contract employment
in RITES/IRCON.

Note: The incumbent must have successfully passed


at least foundation course for signalling of minimum
15 working days duration approved by RVNL from
Zonal Railway S&T Training Centre or other S&T
Training Centres approved by RVNL. However, the
Employer at its sole discretion may accept a
personnel not having passed such training course

Section 3 Page 89 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

with the undertaking from the Consultant that he will


depute such person for training at his own cost within
a period of 6 months from date of deployment failing
which services of the incumbent will be terminated.
Till successful completion of training or 9 months
whichever is earlier, such personnel shall be paid @
90% of the accepted rate for that category. In case
such personnel fail to successfully complete the
training within 9 months, his services shall be
terminated. No remuneration shall be payable by the
Employer for such persons during the training
period.
Relevant Experience in maintenance/Installation, testing &
3. Experience commissioning of RRI/PI/SSI in tunnels for at least 3
years.
Does the
personnel have
any history of
involvement in
vigilance/CBI/S
PE/Police case
4. resulting in No
major penalty
punishment of
removal/dismiss
al/compulsory
retirement
orconviction

Note:-
1. The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer
(concerned Executive Director) may permit at his sole discretion, a person older
than 50 years but not older than 70 years after considering his physical and
overall fitness to perform the desired duties subject to the condition that the total
number of experts / supervisors (except S&T, Signal Design, P. Way,
Environment & Electrical (OHE/TSS/SCADA) Experts and Asst Expert -
Railway Operation and Safety) more than 50 years of age should not be more
than 50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-Railway
man who has worked in a position of ESM or above and has relevant experience
with total length of experience not less than that prescribed for minimum
professional qualification.

Section 3 Page 90 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form TECH-20A(CV) National

SUMMARY FOR EXPERIENCE FOR NATIONALS AS PER CV SUBMITTED


Bidder: Folio No. of CV :
Name of the Personnel: DOB & Age:
Key Position: Qualifications:

Experience in infrastructure
Professional Experience In Year project involving Tunnels with
PMC/ Construction Project Name Employment with the
of Relevant Name of the Bidding Consultant
SN Net duration Net duration
Tunnelling Employer
Duration without Duration without
projects
overlap period overlap period
From To Year Month Year Month Year Month Year Month From to Years
1
2
3
..
n
Total Total
Total
Completed Completed
years
Years Years
* Twin tunnels to be taken as 2 in no.

Firm’s Name & Signature of authorized signatory (Seal)

Section 3 Page 91 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form TECH-21

Description of Approach and Methodology for Performing the Assignment

The assignment in this work is highly technical and as such requires competent
consultant, clear understanding of the work, knowledge of International Standards
& meticulous planning for timely and efficient implementation of the project.

Understanding Objectives, Methodology in execution to ensure highest quality


standard, Innovativeness and Work Program are key components of the Technical
Proposal.

The Consultant should present its Technical Proposal (maximum of 5 pages for each
section, for the following four sections:

B.1 Understanding Objectives:


General Understanding of the project requirement, coverage of principal
components as specified in TOR and site visit assessment. Evaluation of
understanding will be based on how clearly the technical requirements of the
work have been understood and brought out.

B.2 Quality of Methodology


In this chapter you should explain your understanding of the objectives of the
assignment, approach to the services, methodology for carrying out the
activities and obtaining the expected output, and the degree of detail of such
output. You should highlight the problems being addressed and their
importance, and explain the technical approach you would adopt to address
them. You should also explain the methodologies you propose to adopt and
highlight the compatibility of those methodologies with the proposed
approach.
Evaluation will be based on presented methodology for implementation of
the project requirement during pre-construction and construction phases. You
should highlight the problems being addressed and their importance, and
explain the technical approach you would adopt to address them. You should
also explain the methodologies you propose to adopt and highlight the
compatibility of those methodologies with the proposed approach

B.3 Innovativeness
Workable suggestions specific to the project on improvements to quality will
be evaluated. Special emphasis will be on the implementable suggestions
specific to this work. Proposed innovative improvements in line with state-
of-the-art-technology is expected in this section apart from elaboration on
quality proposed in TOR.

B.4 Work Program & Deployment Schedule for design & design support
Graphical representation of work plan, commensurate personnel deployment
plan to meet the objectives of the project. You should propose the structure
and composition of your team. You should list the main disciplines of the
assignment, the key expert responsible and proposed technical and support
personnel.

Section 3 Page 92 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

B.5 Presentation about the above B.1 to B.4


A presentation will be made by the Bidder on a date and time notified by the
Employer to further elaborate the details of the above items.

Section 3 Page 93 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-22

DELETED

Section 3 Page 94 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-23A
WORK SCHEDULE

Months2
N° Activity1
1 2 3 4 5 6 7 8 9 10 11 12 n
1
2
3
4
5

1 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and final reports), and other
benchmarks such as Client approvals. For phased assignments indicate activities, delivery of reports, and benchmarks separately for
each phase.
2 Duration of activities shall be indicated in the form of a bar chart…

Firm’s Name & Signature of authorized signatory (Seal)

Section 3 Page 95 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-23B

PERSONNEL SCHEDULE1

Name of Expert Professional Expert input (in the form of a bar chart)2 Total person-month
N° /Position input
1 2 3 4 5 6 7 8 9 10 11 12 n Home Field3 Total
International
[Hom
e]
1
[Field
]

Subtotal
National
[Hom
e]
1
[Field
]

Section 3 Page 96 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Subtotal
Total

1 For international experts the input should be indicated individually; for national experts it should be indicated individually, or, if
appropriate, by category (e.g. economists, financial analysts, etc.).

2 Months are counted from the start of the assignment. For each expert indicate separately the input for home and field work.

3 Field work means work carried out at a place other than the expert’s home office; i.e. normal place of business.

Full time input


Part time input

Section 3 Page 97 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-24

DELETED

Section 3 Page 98 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-25(QC)

Deleted

Section 3 Page 99 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH- 26A

Deleted

Section 3 Page 100 of 117


(SBD issued on 28.04.2021 for e-tendering)
117
Family Name, First
Name

Section 3
Firm
Acronym
INDB-BNI New BG Rail Line

Area of
Expertise

(SBD issued on 28.04.2021 for e-tendering)


Position
Assigned

Task

Firm’s Name & Signature of authorized signatory (Seal)


Assigned

International or
National Expert

Citizenship

Employment Status
with Firm (full-time, or
other)

Education / Degree
(Year / Institution)
TEAM COMPOSITION, TASK ASSIGNMENTS AND SUMMARY OF CV INFORMATION

No. of years of relevant


project experience

CV signature (by
Page 101 of

expert/by other)
DDC and PMC

FORM TECH-26B
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH-27(CV) (Expat)


CURRICULUM VITAE (CV) FORMAT TO BE SUBMITTED WITH PROPOSAL
FOR THE KEY PERSONNEL (EXPAT)

1. PROPOSED POSITION :
2. NAME :
3. DATE OF BIRTH :
4. NATIONALITY (Passport No.) :
5. PERSONAL ADDRESS :

TELEPHONE NO. :
MOBILE NO. :
FAX NO.
E-MAIL ADDRESS :

6. EDUCATION :
(The years in which various
Qualifications were obtained
must be stated)

7. OTHER TRAINING :
8. LANGUAGE & DEGREE OF :
PROFICIENCY

WORKING KNOWLEDGE OF ENGLISH LANGUAGE : Read (Yes/No)


Write ( Yes / No)
Speak (Yes /No)
(CV will be assigned Zero marks if any of the above options (Read/write/speak) is
marked “NO”.)

9. MEMBERSHIP IN :
PROFESSIONAL SOCIETIES

10. COUNTRIES OF WORK:


EXPERIENCE

11. EMPLOYMENT RECORD : Starting with present position, list in reverse


order every employment held and state the
start and end dates of each employment)

Section 3 Page 102 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Fro T Name of Name Positio Mention Description Any


m o Employe of the n Held whether of Duties other
r Project worked as In- discharged relevan
, charge or one including t facts
Specifi level below Works
c the In-charge Undertake
section of the n
of Project/sectio
Project n of the
, project or any
locatio other capacity
n&
length

Notes:
1. Under column ‘Position held’, mention the designation held i.e. Team Leader, Project
Manager, Sr. Engineer etc. and clearly state if you were an employee of any Firm
along with your designation or have worked as a consultant or an adviser.
2. In case person has held more than one position in the same project, separate entry for
each such position should be made in the above table.
3. Under the column ‘Description of Duties discharged including Works Undertaken’,
clearly mention the type of work undertaken/supervised such as steel/PSC bridge
construction, signalling work, OHE construction or maintenance work, tunnel
design/construction, E&M, survey, geotechnical, geologist etc. as applicable.
4. In case, only month & year are mentioned instead of exact dates for any employment
in ‘From’ and ‘To’ columns above, then for calculation purposes, total period for that
employment will include intervening months plus one month for that employment.

12. CERTIFICATION (Please follow exactly the following format. Omission will be
seen as noncompliance)

(i) I, the undersigned Certify that, to the best of my knowledge and belief, this
bio-data correctly describes my qualifications, my experience and myself.
I understand that any wilful misstatement described herein may lead to my
disqualification or dismissal, if engaged. In case RVNL at any stage detects
that misstatement have been made by me, it would be at liberty to take any
appropriate action against me including debarment for up to Three Years.

(ii) I have not been removed by Competent Authority of RVNL from any of the
RVNL works without completing my assignment and shall be available to
work with the consultants. In case I leave the assignment without approval
of RVNL or I am removed by RVNL on account of some default, RVNL
would be at liberty to take any appropriate action against me including
debarment for up to Three Years.

Section 3 Page 103 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(iii) I hereby undertake that I will not leave RVNL assignment without giving a
minimum notice of 30 days and handing over of all records. I understand
that in case I do so then RVNL would be at liberty to take any appropriate
action against me including debarment for up to Three Years.

(iv) I am willing to undertake the assignment and ensure my availability for the
duration of the assignment.

(a) I have no history of involvement in Vigilance/CBI/Police Case, resulting


in major penalty punishment of removal/dismissal/compulsory
retirement or conviction.
(b) I have never been debarred from Project Management Consultancy by
RVNL.
Or
(c) I was debarred from Project Management Consultancy by RVNL for ....
years from ../../.. to ../../.. and period of debarment is now over.

Note: Score out Item which is not applicable to you in (b) or (c) above. Fill up blanks
with requisite details in case (c) is applicable.

SIGNATURE OF PROPOSED PERSONNEL …………………………..

DATE OF SIGNING:…………..Day………Month ………….Year……..

Certified that information stated above has been verified by me.”

13. DELETED

Signature of Consultant ( Authorized signatory)

Seal

Full Name…………………………

Title…………………………………

Address …………………………...

Note:
a) Scan of signed CVs of the concerned candidates on each page, with original
signature of the authorized representative of the firm are permitted for submission
with the proposal provided that if the Consultant’s proposal is ranked first, a copy

Section 3 Page 104 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

of the CV signed by the expat and authorized representative of the firm, in original
must be submitted to the Client before the agreement is signed.
b) Self-evaluation of the marks by consultant shall be done separately for each
personnel in Annexure to FORM TECH-27(CV) (Expat) attached.

Section 3 Page 105 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annexure to FORM TECH-27(CV) (Expat)

(Self-Evaluation by the Personnel)


(Enter the
Breakup of marks for each category of key personnel (Expat) proposed by
Reference item of
the Consultant
CV)
Criterion
(100 marks)
Academics

1 Qualifications in Relevant Field


Marks

Sub - Total for marks on basis of Academics A


Criteria-2 for relevant key Criteria(Years)
2
personnel Marks
Experience (100 marks)

Criteria-3 for relevant key Criteria(Years)


3
personnel Marks
Criteria-4 for relevant key Criteria (No.)
4
personnel Marks

Criterion (years)
5 Criteria-5 for relevant key
personnel
Marks
Sub - Total for marks on basis of Experience B
Total weight for Academics and Experience (%) A/5+4B/5

Signature of the Authorized Representative of the firm


________________________

Section 3 Page 106 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form TECH-27A(CV) Expat

SUMMARY FOR EXPERIENCE FOR EXPATS AS PER CV SUBMITTED


Bidder: Folio No. of
CV :
Name of the DOB & Age:
Personnel:
Key Position: Qualifications:

Total Experience Relevant Experience


Individual single Tunnel Cross sectional Area of
Net duration Net duration
Project Name Length for each tunnel Tunnel for each tunnel
without without
Duration Duration of Relevant project project
SN overlap overlap
period period Tunnelling
projects
IF IF
From To Year Month Year Month Year Month Year Month (KM) (Nos.)* >=2km (SQM) (Nos.) >=30sqm
(Y/N) (Y/N)
1
2
n
Total Total
Total Total
Completed Completed
No. No.
Years Years
Firm’s Name & Signature of authorized signatory (Seal)

Section 3 Page 107 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH- 28 (EXP) (DDC)

ORGANIZATIONAL EXPERIENCE OF HAVING PROVIDED DESIGN AND


DESIGN/ TECHNICAL SUPPORT DURING CONSTRCUTION FOR
RAILWAY/ ROAD TUNNELS, DESIGNED WITH NATM CONCEPT/
OBSERVATIONAL METHOD, OF MINIMUM CONTINUOUS TUNNEL
LENGTH OF 3 KM.

Fill up one form per organizational experience.

(Bidder should provide details of maximum 12 works duly filled in Form Tech-
28(EXP)(DDC) which would be evaluated for marks in the order of page numbers.
In case Bidder provides details of more than 12 works in the order of page numbers,
no cognizance shall be given for the details of works beyond 12)

Assignment Name:
Country:
Location within Country:
Sole Entity/JV:
If JV, % of Share:
Name of Client:
Client Contact No.:
Client Address :
Sector (Rail/Road/Metro):
Start Date (Month/Year):
Completion date (Month/Year):
Total value of the consultancy fee:
Share Value in case of JV:
Value of Services received up to 28 days prior to date of
submission of bid:
Share Value in case of JV:
Minimum continuous length of Tunnel:
NATM concept/ Observational Method:
Design provided (Y/N):
Design/technical support during construction provided (Y/N):
Name of Senior Staff (Project Director / Coordinator, Team Leader) involved and functions
performed:
Narrative Description of Project:
Description of Actual Services Provided by your Staff:

(For each experience consultant should attach Certificate from Employer giving at
least above mentioned details failing which the claim of the Consultant shall be liable
to be rejected).

Firm’s Name & Signature of authorized signatory (Seal)

Section 3 Page 108 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form TECH-29(EXP) (PMC)

Details of work experience of Project Management Consultancy (PMC) services/


Services of Independent Engineer or Similar service where the services actually
provided under the contract must include construction supervision.

Fill up one form per work experience.

(Bidder should provide details of maximum 8 works duly filled in Form TECH-
29(EXP)(PMC) which would be evaluated for marks in the order of page numbers.
In case Bidder provides details of more than 8 works in the order of page numbers,
no cognizance shall be given for the details of works beyond 8)

Contract Name:
Contract No.:
Country:
Award Date:
Completed/Substantially completed
Actual Completion Date:
Employer Name & Address :
Employer Contact No/Email.:
Sole Entity/ JV:
Category of services:- (Project Management
Consultancy (PMC) services/ Services of
Independent Engineer or Similar service where the
services actually provided under the contract must
include construction supervision)
Type of Projects-: (Railway/ Road projects)
In case having experience as a partner in a JV Total Percent Share
Consultancy share of Amount:
contract amount: Total:

Consultancy fee received as a partner in a JV:

Total Consultancy Contract fee received

Section 3 Page 109 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Description of the work in accordance with Criteria 5.7.2.2.3 and 5.7.2.4 of Section 2
Detailed Narrative Description of services rendered.
(Give Details of Work that defines the scope relevant to the requirement)

Firm’s Name & Signature of authorized signatory (Seal)

The Consultant shall attach copies of Certificate of Completion/Substantial


Completion issued by the Employer with the form, failing which the claim of the
Consultant shall be liable to be rejected.

Section 3 Page 110 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM TECH 30

FORMAT FOR UNDERTAKING UNDER CLAUSE 1.2.2 (III) (b) FOR


DEPLOYMENT OF PERSONNEL

We undertake that from the list submitted by us for the personnel given in Table-
1 (Expats), Table-2a (National), Table-2b (National) of Annexure-1, (Section-2)
Attachment-4 and summary in Form TECH-19 along with the Curriculum Vitae
of each Personnel in Form TECH-27 (Expats), Form TECH-20 (National) having
the prescribed qualifications and experience, and approved by RVNL, required
personnel at the required time as requested by RVNL, will be deployed within 60
days from the date of such request of the Employer.

In case of failure of deployment of key personnel within time period as stipulated


above, RVNL will be entitled to a deduction @ 1% of the accepted monthly
remuneration rate of that personnel per day of delay, for the first 90 days after the
notice period of 90 days. For delay beyond first 90 days, a deduction @ 2% of
the accepted monthly remuneration rate of that personnel per day of delay shall
be applicable. [GCC clause 3.07 (a)].

Firm’s Name & Signature of authorized signatory (Seal)

Section 3 Page 111 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Form TECH-31

Format for providing details of Shareholders (constituting majority


shareholding) as a proof of fulfilling eligibility under clause 1.2.2 (i) (c)

Firm’s Name
S. Name of the Shareholder % Share Country of Origin
No.
1.
2.
3.
4.
5.

Verification:

Verified on ______ day of _____ at _________ that the contents of


the above mentioned affidavit are true and correct and nothing material
has been concealed there from.

SEAL AND SIGNATURE OF THE COMPANY SECRETARY/AUDITOR

Section 3 Page 112 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FINANCIAL FORMS

Section 3 Page 113 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM FIN-1

FINANCIAL PROPOSAL SUBMISSION FORM


(On letter head of the Consultant)

From:
…………………………
…………………………

To:

Chief Project Manager Office,


Rail Vikas Nigam Limited,
174/2, Shakti Nagar,
Habibganj,
Bhopal – 462024
Dear Sir,
Sub: Detailed Design and Project Management Consultancy for:-

-------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------
---------------------------------

Ref: RVNL/BHOPAL/INDB-BNI/DD&PMC/TUNNEL Dated:


***
1. Having examined the completeness of RFP documents, studied the terms and
conditions of contract stipulated in the RFP documents we, the undersigned
offer to provide project management services for the implementation of the
above named works in conformity with the contracts being awarded to
Execution contractors up to the stage of completion of works up to Defect
Liability Period as specified in the Terms of Reference.

2. We undertake, if our proposal is accepted, to:

(ii) Furnish performance security within 28 (twenty eight) days of issue date
of letter of award.
(iii) Enter into the contract agreement within 28 (twenty eight) days of issue
of draft Contract Agreement papers.

3. Unless and until a formal agreement is prepared and executed, this proposal
together with your written acceptance thereof, shall constitute a binding
contract between us.

Section 3 Page 114 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

4. I/We ………………….. (Name of the Consulting Firm) submit herewith our


Financial Proposal for selection of our firm/organization as Detailed Design
and Project Management Consultant for the above mentioned Project.

5. Our attached financial proposal is for the sum of Rs. …… (Rupees …….
only) inclusive of all taxes but exclusive of Goods and Service Tax (GST).

6. Our Financial Proposal shall be binding upon us subject to the modifications


resulting from contract negotiations up to expiration of the validity period of
the proposal, i.e. 180 days beyond the date of opening of Technical Proposal
and will be binding on us.

7. If negotiations are held during the validity of the Proposal, we undertake to


Negotiate on the basis of proposed staff. Our proposal is binding upon us
and subject to …………..Modifications from contract negotiations.

8. I/We undertake that, in competing for and in executing (if the award is made
to us) the above contract, we will strictly observe the laws of the land in force
against fraud and corruption.

9. We certify that in preparation and submission of Technical and Financial


information, we have not taken any action which is or which constitutes a
corrupt or fraudulent practice as defined in the RFP documents.

10. I/We agree to allow RVNL, at its option, to inspect and audit all accounts,
documents, and records relating to the Consultant’s Proposal and to the
performance of the ensuing Consultant’s Contract.

11. Our financial proposal shall be binding on us subject to modifications


resulting from negotiations up to expiry of the validity period of the
proposal .i.e. 180 days beyond the date of opening of technical proposal and
will be binding on us.

12. We have not made any tampering or changes in the RFP documents on
which the bid is being submitted and if any tampering or changes are
detected at any stage, we understand the bid will invite summary rejection
and forfeiture of bid security/the contract will be liable to be terminated
along with forfeiture of Performance Security, even if LOA has been issued.

13. I/We understand that, the Rail Vikas Nigam Limited is not bound to accept
any proposal that the Rail Vikas Nigam Limited may receive.

Yours faithfully,

Section 3 Page 115 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

………………………..

Signature of authorised signatory of Consultant


(Seal)

Address: ……………………..
………………………………...
Enclosures: As per ITC Form FIN-1 to FIN-4

Section 3 Page 116 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

FORM FIN-2

Excel Sheet up loaded, same should be Quoted for Rate of PMC

Section 3 Page 117 of 117


(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

TERMS OF REFERENCE

FOR

EXECUTION OF THE WORKS INVOLVED IN

“Detailed Design Consultancy for Tunnel and Viaduct including Geotechnical Investigation
and Project Management Consultancy for Construction of Tunnel, Viaduct, ROBs / RUBs
and Waterways in connection with Construction of electrified new BG railway line between
Mangliya Gaon (Indore) to Budni stations (198 KMs) of West Central Railway and Western
Railway in Madhya Pradesh State, India.”

SECTION – 4

Section 4 Page 1 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

CONTENTS

S.No. Description

1 Terms of Reference- General

2 Part-1: Terms of Reference for Detailed Design; and Design Support


during construction stage

3 Part-2: Terms of Reference for Project Management Services during


construction stage

Section 4 Page 2 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Terms of Reference- General

1 Introduction
1.1 Ministry of Railways, Government of India has entrusted Rail Vikas Nigam Ltd
(RVNL), a PSU under Ministry of Railway, with the responsibility of execution of
198 km long single line electrified new BG Mangliyagaon (Indore) - Budni Rail
Line infrastructure project, to be financed by Govt. of India, in the State of Madhya
Pradesh, Rail Vikas Nigam Ltd (RVNL) is the Implementing Agency (IA) of the
project.
1.2 Name of the Assignment: “Detailed Design Consultancy for Tunnel and Viaduct
including Geotechnical Investigation and Project Management Consultancy for
Construction of Tunnel, Viaduct, ROBs / RUBs and Waterways in connection with
Construction of electrified new BG railway line between Mangliya Gaon (Indore)
to Budni stations (198 KMs) of West Central Railway and Western Railway in
Madhya Pradesh State, India.”.

1.3 Detailed design & Project Management Consultant (DD&PMC), hereinafter


called “The Consultant” is to be engaged to assist RVNL in detailed design &
design support services during construction (DD) and project construction
management services (PMC) of various works of the above project. It broadly
involves works of tunnel works for a length of 9.88 km. Wherever Tunnel works
are referred in the document, it means “Main tunnel, parallel Escape tunnel,
portals, shafts and associated tunnel works”
1.4 The services of the Consultant would be required in both stages of the project
namely, (i) Pre Construction design stage which include review of investigation
works, planning, detailed design, preparation of bid documents of construction
works, etc.; and (ii) Construction stage which include design support during
construction and project management services commencing from award of the
construction contract to completion of work including stipulated defect liability
period.

1.5 Duration of work: Total Consultancy assignment duration of this project is 48


months and 6 months defect liability period. It is expected that, the construction work
is expected to commence in April/May 2022. Out of 54 months, first 6 months will
be for Pre-Construction design works including review of investigations for tunnels and
42 months will be for Construction stage and defect liability period is six months.
Mobilization of manpower for construction stage is linked with the award of the civil
contract.

1.6 Other Requirements:

(i) While providing consultancy services, the consultant shall have or will set
up Local Design Office at Bhopal during pre- construction stage. Site office
accommodation during Construction stage shall be provided by RVNL
according to Attachment-2 and Attachment-3 of Annexure-1 of Section-2.

Section 4 Page 3 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(ii) Team Leader (TL) will be stationed at Local Design Office for meetings,
presentations and discussions with RVNL/Railway, and shall provide all
necessary services/ deliverables as per scope of work given in section-4:
TOR including their approval. The key personnel other than TL whose CVs
have been submitted with the proposal and other experts as may be required
to provide the services as per TOR during pre-construction stage may not be
stationed at local design office. Expenditure for the experts visit to work site
or local site office for quality delivery of the services during pre-
construction stage is deemed to be included in quoted item rates.

(iii) The rates quoted in Form FIN-2 are all inclusive of cost of setting up of
Local Design office, its operational & logistics costs, all remunerations of
key personnel, other experts, support staff etc., as may be required to deliver
the services. Quoted rate also include transportation charges, office rent,
expenditures on stationary, utilities, communication, furniture, computers,
software, equipment, reports and residential accommodation of the
personnel employed etc.,

(iv) After the services of detailed design as per TOR is over, the services of
specialized personnel(s) and of personnel(s) required for assisting RVNL in
technical evaluation of construction works tender, during construction will
also be made available as per requirement of RVNL, for which the
remuneration shall be paid as per Note of Fin-2 of section-3.
(v) After pre-construction period is over, the consultant after prior approval of
RVNL may have to continue the existing local design office with logistic as
required for delivery of services for reasons not attributable to the
consultant. The payment for cost of continuing the office in such a case
shall be made at the rate of Rs.1Lac per month for the period as approved
by RVNL. All other costs including that of Experts and other manpower
etc. during the extended pre-construction period for delivery of services as
per TOR is covered under the relevant Items and nothing extra is payable.

(vi) The cost of air travel (National/International) by direct and most practicable
route, lodging and local conveyance will be reimbursed as applicable to E5
category of RVNL employee for national experts and shall be reimbursed
on submission of claim supported by vouchers (for air travel, lodging
charges & local conveyance). Relevant provision regarding entitlement in
above respects is as per Section 6.14 of Section-5: (General Condition of
Contract).

(vii) The consultant shall also provide necessary design support and technical
assistance during the construction stages to experts stationed in field for
successful completion of tunnel work from their home office. This cost

Section 4 Page 4 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

shall be inbuilt in the rates quoted and will be released in pro-rata basis as
per progress of the civil works. However, during the construction stage,
cost of traveling and stay to the site visits if required, will be reimbursed as
per Section 6.14 of Section-5: (General Conditions of Contract) with prior
approval for the name(s) of such official(s) from RVNL.

(viii) All personnel to be deployed during construction stage shall be stationed in


field office in the project area.

(ix) The Work Schedule for the execution of the services illustrated with bar
charts of activities shall be submitted as per Form TECH-23A.

(x) The availability of key personnel must be ensured at site during the period
shown in the Personnel schedule submitted as per Form TECH- 23B.

2 Brief of the Project : Mangliya Gaon (Indore) (Project Chainage 0.000) – Gadarwara
(Jabalpur) via Budni proposed new electrified line (342 Kms) is sanctioned Pink Book
Item no 03 of 2016-17. In the first phase the project is sanctioned between Indore- Budni
The new electrified Broad Gauge (BG) Railway line between Mangliyagaon (Indore)
and Budni is a very important development project undertaken by Ministry of Railway.
The proposed line shall pass through important towns such as Panod, Semaliya Chau,
Chapda, Kannod, Khategaon, Nasrullaganj and Salkanpur. This belt is rich in agriculture
produce and lot of traffic is expected to generate which will grow over the years. The
local people have been demanding railway line to connect Jabalpur to Indore via
alternative route connecting Khategaon. The proposed line will reduce the travel distance
between Indore-Jabalpur by 74.22 Kms and will provide better transportation facilities to
the area apart from generation of employment. Rly Ministry has sanctioned this project
in first phase between Indore-Budni.
2.1 Geology
The alignment falls on Deccan Plateau with steep Ghat area up to chainage 84.00
beyond Mangliyagaon towards Budni after which the alignment falls on north bank
of Narmada Valley. The Geology of the Ghat area widely varies in different
sections but can be broadly covered as follows:
i. Detrital cover constituted by chaotic assemblage of boulders and pebbles in
a gravelly / sandy to silty matrix originated by degradation of collapse of
the higher outcropping sandstone.
ii. Ganurgarh formation with presence of alluvial- colluvial cover, represented
by thin bedded siltstone with interlayer of shale/silty– sandstone with
metric to decametric layers of red shale dipping with few degrees (3 o to 8o).
iii. Govindgarh formations represented by grey to beige sandstone with
interlayer of siltstone / shale having centimetric to metric spacing and
bedding gently dipping up to 10o.

2.2 Salient features of the project alignment

Section 4 Page 5 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Attribute Value
Length of alignment : 198 KMs
Ruling gradient : 1 in 200 C
Degree of curvature (max) : 1.0 deg.
% track under curve : 13.47%
Design speed : 160 kmph
No. of New Intermediate Stations : 18
No. of Xing stations : 12
No. of Tunnels : 2 Nos.
No. of tunnels more than 2 km length : 1 No.
Total length of tunnels : 9.88 KMs
No. of Major Bridges : 66 Nos.
No. of Minor Bridges : 53 Nos.
Length in Bridges : 2047 (1.04%)
Length of Alignment in Sanctuary (Core & Eco-sensitive : Nil
No of road under bridges : 77
No. of road over bridges :5
No. of Level Crossings : Nil
No. of Viaducts :2
Length of longest viaduct : 7.54 Kms
Total length of viaduct : 9.945 Kms

2.3 Standard of Construction

Gauge-The proposed line will be constructed to Broad Gauge (1676 mm)


Electrified and will be designated as “E” category route as per DPR.

Ruling Gradient- Ruling gradient of 1:200 (c) has been adopted on the project
alignment. This is as per DPR.

Curves- Maximum degree of curvature on the project alignment is 1 degree. In


The DPR, maximum curvature was 2.25 degree. This is done as per Rly Bd’s
instructions. No reverse curves are planned on the alignment.

Permanent Way

Rails, Sleepers & Fasteners: Rails of 60kg/m 90UTS LWR with new rails on
PRC mono block sleeper density with 1660 per km with new elastic fastenings have
been proposed for the main line and 60 kg/m 90UTS LWR rails with PRC sleeper
with sleeper density 1540 per km have been proposed for loop lines and sidings.

Section 4 Page 6 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Points and Crossings: All points and crossing in running lines to be negotiated by
passenger trains, are proposed to be laid with 60 KG 1 in 12 over-riding type TWS
with concrete turnout sleepers.

Ballast: Provision of 350 mm ballast cushion made up of 65 mm gauge stone


ballast is proposed for main line & 250mm ballast cushion has been proposed for
loop lines. Provision of blanketing (sub ballast) has been proposed in accordance
with RDSO Specifications (Ref: RS/G/108/Heavy Axle Load dated 19.10.2015).

Fixed Structure Clearance: Fixed structure clearances will be adopted as per


Indian Railways Schedule of Dimensions for 1676 mm gauge (BG) – 2004 with up
to date corrections.

Road Crossing: All road crossings have been planned with ROBs & RUBs on the
proposed alignment. This is as per DPR.

Stations: A total of 18 intermediate stations are planned on the alignment out of


which 12 shall be crossing stations. In the DPR, 9 crossings stations were planned.
In consultation with WCR, crossing stations have been added on the approaches of
long tunnel and viaduct from operational point of view.

Residential Accommodation: In the Detailed Estimate, 288 type – II, 144 Type-
III, 18 Type-IV and 2 Type-V quarters have been provisioned. This as per DPR.

Station Machinery: In the DPR, Foot Over Bridges were planned at crossing
stations which has been replaced with Sub-ways as per Rly Bd’s instructions. Apart
from this, necessary provision has been made in the estimate for providing fouling
marks, sand humps, traps, dead ends, drainage arrangements etc.

Deleted.

Land: The requirement of land has been assessed as per Engg code. A total of
1860 hectares of land has been provisioned in the estimate out of which 115 hectares
is forest land.

Formation: The top formation width in embankment and cuttings has been
adopted as 7.85m with side slopes of 2H: 1V in terms of RDSO Guidelines and
Specifications for Design of Formation for Heavy Axle Load (RDSO/2007/GE:
0014 Nov 2009). The formation slopes will be designed for high embankments and
be protected with Geo-jute and turfing. Deep cuttings have been planned with Rock
bolting and Shotcreting. Provision of side drains and catch water drains has also
been made. Boulders obtained from rock cuttings are proposed to be used for

Section 4 Page 7 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

pitching and toe protection. Blanket has been adopted as per RDSO’s instructions
dated 22.11.2016.

Tunnels: Two tunnels are proposed to be constructed on the alignment. Details are
as follows:

Chainage Chainage Length


Tunnel
From To (KM)
Tunnel-1 33160 34400 1.24
Tunnel-2 57400 66040 8.64
Total 9.88

All tunnels will have provision of ballast less track for higher safety and
minimum maintenance.

The detailed design of the tunnels is planned by appointing a consultant who


shall also provide construction supervision and design changes during construction
through this bid.

Viaducts: Two viaducts are proposed on the alignment:

Chainage Chainage Length


Viaduct
From To (KM)
Viaduct-1 2705 5110 2.405
Viaduct-2 82750 90290 7.54
Total 9.945

Selection of type and length of span for viaducts is planned by appointing a


consultant who shall also provide construction supervision and design changes
during construction. Separate tender for this shall be invited.

Bench Marks: Permanent concrete bench marks have been provided at


approximate 5 km distance along the alignment especially near tunnel portals and
bridges.

Bridges

There are 119 nos. of bridges on the project alignment of which 66 Nos. are Major
Bridges.

All bridges have been proposed for 25T loading 2008 Standards. All bridges are
planned with ballasted deck with maximum span size of 30.48m which is

Section 4 Page 8 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

composite girder. RDSO standard drawings have been adopted for superstructure
of major bridges. Minor bridges have been planned as RCC Boxes / PSC Slabs /
Hume Pipes conforming to RDSO standard.

The alignment has not been modified to cross the channel at right angles. Bridges
have been provisioned with an additional span at skew locations. Circular piers
shall be adopted to mitigate skew angle of substructure and superstructure shall be
square to the track.

Apart from above, quite a few minor bridges are also provisioned for Canal
Crossings and Lift irrigation schemes which are syphon type.

Future Doubling
Concept plans of stations have been designed with future doubling so that the
second mainline can be laid without any dismantling of OHE/PFs/Sidings etc. land
has been provisioned in station yards for doubling. However, acquisition will be
required in block sections. Deep cuttings will be widened for doubling. Tunnels
and viaducts are planned for single line only. On major bridges, substructure up to
foundation level will be for double lines.

Signalling and Telecommunication

The S&T cost for this line project is Rs 117.19 Cr against the Abstract Estimate
cost of Rs 98.33 Cr.

Multiple Aspect Colour Light signalling has been provided in the section. The
signals are pre-warned with double distant signal. LED lamps are provided in the
signals. Home signals and Main line starter signals are of three aspects and other
stop signals with two aspects.

Centralized control of points and signals is provided through Electronic


Interlocking. The points and signals are to be operated through two nos VDU at
station.

Absolute Block working is adopted for the train working in the section. Proposed
line will be controlled by Single line Axle counter-based block panel. Block proving
by Axle counters is provided in the block section.

Integrated Power supply is provided for the signalling equipment with battery
backup. Two input power supplies are available at the station for the signalling
system i.e. one AT Supply and one DG set. The selected output supply from the auto
change over unit is fed to the Integrated Power Supply System.

Section 4 Page 9 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Telecom/Control working: Block equipment shall be provided for line clear.


Underground cables shall be providing for block & control working and
administrative communication.

Provision of wireless communication i.e. leaking cables have been made for
communications inside the tunnels.

Electrical Works

The electrical estimated cost for the project is Rs. 284.93 Cr against the Abstract
Estimate cost of Rs 261.96 Cr. The total TKM of Mangliyagaon – Budni New line is
232 Km.
The type of overhead equipment is simple polygonal type with swivelling brackets
having tensions in the conductors regulated automatically in mainlines as well as
yard lines.
There are 3nos TSS of 132KV / 25KV, 3 SP and 5 SSP in the entire section. All
the switching operations are remote controlled from a single remote – control centre
located at Bhopal Divisional Control Office.
Electrification of stations, Platforms, residential quarters, pumping etc. has been
accounted for.

3 Status of other works: The construction of Bridge has already been started in both
packages of Indore-Budni new BG Rail line work. The work of Final Location Survey
(FLS) has been completed. Employer shall tentatively invite following works tenders in
suitable packages for implementation of the entire project-

3.1 Construction of Roadbed, Buildings and Systems: This tender will involve
construction of formation, all remaining bridges, Buildings, Stations, Electrical General
and Power Supply Installation for OHE, P. Way, OHE, Signalling etc.

3.2 Construction of Tunnels: This tender will involve construction of two tunnels of
the project. This tender will be initiated based on BOQ prepared by consultant appointed
through this bid.

3.3 Construction of Viaducts: This tender will involve construction of two viaducts
of the project. This tender will be initiated based on BOQ prepared by consultant
appointed through this bid.

4 Objective and scope of Consultancy Services:

4.1 The objective of the consultancy services is to provide Investigation and Detailed
Design for Tunnels and Viaducts during pre-construction and Project Management
Consultancy services for Construction of Tunnel, Viaduct, ROBs / RUBs and

Section 4 Page 10 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Waterways during construction stage of single-track electrified Broad Gauge new


rail line between Mangaliyagaon (Indore) and Budni. The scope of services has been
divided into two stages:
4.2 . The scope of services has been divided into two stages:
Stage-1 (during Pre-Construction) will commence after award of this
consultancy work and broadly involves finalization of longitudinal profile and
cross section of tunnels, detailed designs of surface and underground structures
including E&M system, preparation and/or Review of construction tender
document for civil works including design & drawings of tunnels. It includes
separate tender document for E&M system and other safety works at a later
stage. The detailed scope for this part is given in Part-1 of this section.

Stage-2(during Construction) will commence after award of construction works


contract and issue of notice for initial deployment by RVNL. Services broadly
involves providing Design Support and Project Management Supervision
services during construction stage to ensure timely completion of tunneling
including E&M, formation and other works including in the approach of the
tunnels and Viaducts. The detailed scope of work for this part is given in Part-1
& 2 of this section.
4.3 General Requirements of the Consultant: The standards of output required
from the appointed consultants shall be of International level both in terms of
quality and adherence to the agreed time schedule. The objectives of the
consulting services are to assist the Employer to implement the project in
conformity with Railways’ rules and regulations; relevant codes; local laws, bye
laws, regulation, rules etc.
4.3.1 The Consultants shall ensure:
(i) That the work is implemented up to the last detail and shall provide
assistance to the Employer up to the end of `Defect Liability Period’
under the Contract in a time bound manner
(ii) That Consultant will observe due diligence and excellent standards in the
performance of assignment.
(iii) Compliance of all rules of Railways related to the execution of the
project.
(iv) Safety of the works being carried out by the contractors.
(v) highest standards of quality assurance in the execution of works
(vi) Completion of work in the prescribed time schedule by removing
bottlenecks for execution and by giving fast decisions on the issues
raised.
(vii) That the Consultant’s personnel are experienced in modern methods of
tunnel design and design support/supervision during construction,
ensuring professional design adhering to quality, target completion dates,
compliance with the drawings, technical specifications and various
requirements of the work’s contract documents including safety;

Section 4 Page 11 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(viii) that the Consultant assists the Employer for the required coordination
with the railway administration and any other agencies.
(ix) that the consultant will prepare written submissions and technical defence
statements to the satisfaction of employer, in case the project executing
agency evokes demand for arbitration.
(x) Quick decisions on doubts and clarifications sought by the RVNL in
reasonable time without affecting execution of works.

4.3.2 The Consultant shall discharge their duties in a fair, impartial and efficient
manner, consistent with the highest standards of professional integrity and good
industry practices. While assisting RVNL in execution of the project, the
Consultant will ensure:

i) economy, durability, environment friendliness, passenger comfort and


safety, quality assurance, safety during construction, maintenance and
operation;
ii) expeditiousness and ease of construction;
iii) maintainability, reliability and renewability of the system in the context
of the Indian socio-economic and technological environment;
iv) phased construction and commissioning of the project; and
v) adoption of the state-of-the-art technology for design, construction and
contract management practices.
vi) to incorporate the relevant clauses of International rules/international
specifications and best practices.

5 Technical Standards and Specifications (For general guidance only)

The recommended design criteria, specifications, standards and codes of practice


will be in accordance with the relevant Indian codes of practice/specifications.
Where the standards and specifications are deficient or not available in the
Indian codes of practice/specifications, International codes of practice/
specifications/ guidelines/ recommendations etc suitable in Indian conditions
will be adopted with the approval of RVNL.
Broad technical parameters for guidance such as proposed alignment and L
section can be collected from the CPM BPL office if required..

Role of RVNL

The role of RVNL in brief shall be as under:


i) RVNL will be the final accepting authority for all technical, financial and
project planning matters.
ii) RVNL will be responsible for arranging funds for the project and release of
payments to consultants, suppliers and contractors.
iii) The Consultant will act as “The Engineer” as defined in Part-2 of this

Section 4 Page 12 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

section.

6 Consultant’s Organization and Staffing


Prior to commencing services and thereafter whenever there is a significant
change, as required by the Contract, the Consultant shall submit an overall
Organization Chart for the approval of the Client or the Client’s Representative.
This Chart should identify the reporting structure and lines of communication of
Key Personnel and those persons nominated for safety critical work and Self-
Certification (where required under the Contract).

The Organization chart shall be in sufficient detail to enable the Client or the
Clients’ Representative to identify how and with whom the Consultant is
intending to manage the works. The chart shall be submitted together with the
names and curriculum vitae of all Key Personnel to demonstrate the competence
of those persons who will be employed in the management of the Tunnel Works
as well as other formation and bridge works.

In addition to the names and curriculum vitae of all Key Personnel, the
Consultant shall provide details of the roles and responsibilities of those
personnel identified.

7.1 Organization:

The Employer’s require the projects to be managed in general in three tiers as given
below. Office staff team shall assist the personnel managing the project.
 Project Manager
 Resident Engineer (Discipline wise)
 Experts, Foremen and supervisors (Discipline wise)

7.2 The consultancy services shall be provided through National Experts and
Engineers headed by a Team Leader. Team Leader will lead and interface with
all other Experts/Engineers of the consultant during entire period of this
consultancy contract. Broad task assignment for Key Personnel of the Consultant
is given in Annexure-2.

7.3 Chief Tunnel Design Engineer will act as Team Leader with role and
responsibility of coordinating and delivering the services during pre-
construction stage. Tunnel Construction Engineer will also be Project Manager
and act as Team Leader during construction stage with role and responsibility
given in para 7.4.6 below. The Resident Engineer nominated by the consultant
will also act as Deputy Team Leader to assist the Team Leader and will be in
charge of the project when the Project Manager is not available.

The Consultant personnel shall be capable of preparing correspondence; memos;


justification; reviews; construction quantity calculations required for this type of

Section 4 Page 13 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

project; inspection reports; daily diaries and other construction administration


documentation.

7.4 Consultants - Role & Responsibility:

7.4.1 The Consultant shall have technical and contract management competence
appropriate to the type, scope and extent of the project to be planned, designed
and procured for construction in Pre-construction Stage (Work Development Stage
studies; Design Stages; Construction Contract Procurement Stage procedures
including selection of a Form of Contract) and in Construction stage.

7.4.2 The Consultant shall take full responsibility for the information prepared by him
and issued to tenderer’s as works information'.

7.4.3 The Consultant shall ensure that provision is made for the appointment(s) of an
identified individual or individuals who is/are suitably qualified and experienced
and hence competent in risk management practices and responsible for the
identification, collection, collation and coordination of hazards and associated
risks and the development and preparation of appropriate Risk Assessments and
Risk Registers for each and all stages of a Tunnel and associated Works.
7.4.4 The Consultant shall make arrangements for checking of designs, construction
supervision and monitoring of the Tunnels and associated Works. Proof checking
of designs shall be at reputed institutions such as IITs/IISc, approved by RVNL.

7.4.5 The Consultant shall develop and maintain during the course of design,
construction of the Tunnels and associated Works an Overall Management
Organization Chart which should identify reporting structures and lines of
communication between the Client, Consultant, the Designer(s) and the
Contractor including supervision and monitoring of the Tunnels and associated
Works. The Chart should be accompanied with curricula vitae of key personnel
from these organizations to support and demonstrate the competence of those
persons designated for the design, construction and project management of the
works.

7.4.6 The Consultant shall take into account all other matters relating to his role and
responsibilities to cover the provisions of TOR. Role and responsibilities for
Project Manager (during Construction Stage) are given below for the guidance
of Consultants:

Project Manager shall:

a) Be in-charge and have overall control of the contract during construction


stage.

b) Perform the role and responsibility envisaged for the consultant in these
TOR and Contract agreement as a whole.

Section 4 Page 14 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

c) Be the responsible for contract management, contract administration


(post award) which also includes site supervision, Quality Control in
accordance with provision of these TOR.

d) Comply with the instructions given by the Employer for proper execution
of the project.

e) Distribute the role and responsibility of each of the personnel working


under him in consultation with the Employer.

f) Coordinate with Railways, Forest and other State Govt departments for
obtaining various approvals/permissions to facilitate smooth execution
of the work.

g) Prepare all documents related to Minor sanctions and opening documents


for opening of the section by Commissioner of Railway safety.

The qualifications of personnel required are indicated in various forms in Table-


1 & Table -2a & 2b of para 5.7.2.4.4 of Section 2 for respective positions.
7.5 Estimate of Person-Months of Personnel during construction stage:

RVNL will give a notice for initial deployment of following personnel.

RUB, ROB
Description of and Total
SNo Unit Tunnel Qty Viaduct Qty
Personnel Waterway Qty
Bridge Qty
A Key Personnel
Team Leader-Project
Person (1X48)
1 Manager (Tunnel - - 48
month (Expat)
Construction Engineer)
Project Manager
2 - (1X42) (1X42) 84
(PM)/Civil
Resident Geotechnical Person
3 (1X48) - - 48
Engineer month
Person (1X42 +
4 Resident Geologist - - 90
month 1X48)
Resident Alignment & Person
5 (1X48) - - 48
3D Monitoring Engineer month
Resident Engineer Person (1X48)
6 - - 48
(Civil)-Tunnel month National
Resident Engineer (RE)/ Person
7 - - (1X42) 42
Steel Bridges month
Resident Engineer (RE)/ Person
8 - (1X42) (1X42) 84
PSC Bridges month

Section 4 Page 15 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

RUB, ROB
Description of and Total
SNo Unit Tunnel Qty Viaduct Qty
Personnel Waterway Qty
Bridge Qty
Resident Engineer (RE)/
Person
9 Sub Structure (Bridge - (1X42) (1X42) 84
month
Contract)
(2X48 +
CE-I Civil Engineer Person
10 2X36) - - 168
Expert Tunnel National month
National
Person
11 Sub Structure Expert - (2X42) (2X42) 168
month
Person
12 Super Structure Expert - (2X42) (2X42+2X36) 240
month
Person
13 Quality Control Expert (1X42) (2X42) 126
month
Quality Control Expert Person (1X48 +
14 - - 90
(Tunnel) month 1X42)
Person
15 Estimating Expert (1X48) (1X42) (1X42) 132
month
Expert - Safety, Health Person
16 (1X48) - - 48
& Environment month
Person
17 Land Expert - - (1x42) 42
month
Person
18 Environmental Expert - - (1x42) 42
month
Expert- Contract Person
19 (1X48) - - 48
Management month
(B) Supervisors
Supervisor – Civil
Person (4x48)
1 Engineer (Tunnel - - 192
month National
Construction)
Person (1x48)
2 Supervisor - Geologist - - 48
month National
Supervisor – Steel Person
3 - - (2X36) 72
Bridge month
Supervisor - Civil Person
4 - (2X42+2X36) (4X42+4X36) 468
Engineering month
Person
5 Surveyor - (1X42) (1X42+1X36) 120
month

Supervisor - Surveyor Person (2x48+1x42)


6 - - 138
cum 3D Monitoring month National

Section 4 Page 16 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

RUB, ROB
Description of and Total
SNo Unit Tunnel Qty Viaduct Qty
Personnel Waterway Qty
Bridge Qty

Supervisor - Civil
Person (1x48+1x42)
7 Engineer (Quantity - - 90
month National
Surveyor)

Supervisor - Material/ Person (1x48)


8 - - 48
Laboratory month National
Supervisor - Electrical Person (1x18)
9 - - 18
(E&M) month National
Person (1x18)
10 Supervisor - S&T - - 18
month National
(C) Office Staff Team
Computer Operator cum Person
1 (4X48) (2X42) (2X42+2X36) 432
Stenographer month
Clerk cum Record cum Person
2 (2X48) (2X42) (1X42+1X36) 258
Store keeper month
Person
3 Office Attendant (5x48) (2X42) (4X42) 492
month
Person
4 Draftsman (Civil) (2X48) (1X42) (1X42+1X36) 216
month
Person
5 Accountant (2X48) (1X42) (2X42) 222
month

Availability of key personnel must be ensured at site during the period shown in the Personnel
schedule as per Form TECH-23B.
8 RVNL may provide assistance in coordination with Railway, RDSO, various local
authorities and government departments for approval/NOC/resolution of issues
related to the implementation of the project. The Consultant will associate to
provide support to RVNL by way of providing expert advice and providing data,
drawings, sketches etc and technical inputs on the issues, attending the meetings
and giving presentations wherever required.
Reviews/endorsements/proposals/recommendations/advice/comments/services
tendered by the consultant shall be put up for approval/NOC of RVNL before
implementation. The recommendations/suggestions should be proposed in
conformity with the constraints of overall time and cost of the project.

a. Data to be provided by RVNL

RVNL shall provide following documents as available with it:

Section 4 Page 17 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

i) Final Alignment report with Plan and L-section in scale of 5000.

ii) Survey reports and coordinates of project Control Pillars and TBM.

iii) Geotechnical investigation reports of the tunnels.

iv) Any other report as available with RVNL.

b. Facilities for the Personnel

(a) The Consultant shall provide mobile phones for communications to all the
personnel at his own cost. In case of failure of the Consultant to do so, the
Employer may purchase and provide the same and recover double the cost
incurred from the bills of Consultant.

(b) During pre-construction stage, consultant shall have or arrange local design
office/facilities in accordance with Attachment 2 to Data Sheet (section-2).
RVNL will arrange to provide the site office and other facilities as indicated in the
Attachment 3 to Data Sheet (section-2) during the construction stage. However,
safety equipment like safety shoes, jacket, helmets etc for DD&PMC staff (over
and above that provided by the contractor) may be procured by the Consultant (to
ensure that each and every personnel of the DD&PMC is provided with safety
equipment) after obtaining prior approval of the Employer or the same shall be
provided by the PMC on the instructions of the Employer and the expenditure
incurred on the same shall be reimbursed to the Consultant under GCC clause 6.14.

Section 4 Page 18 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Part-1: Terms of Reference for Detailed Design; and Design Support during construction
stage

1 General Requirements:

(i) The consultancy services shall provide Investigation report, Detailed design
and Design support consultancy services during pre-construction and
construction stage of various tunnels & Viaducts of single track electrified
Broad Gauge new rail line between Indore and Budni of Broad Gauge new
rail line between Mangliya Gaon (Indore) and Budni. The designs shall be
got proof checked from approved institutions such as IITs/IISc.

(ii) Design includes preliminary and detailed designs for permanent Tunnels and
associated Works and also temporary works designs during the Construction
Stage of the project.

(iii) The principles to be adopted for Design shall apply equally for the designs
for permanent works and the designs for temporary works.

(iv) The design processes for safety-critical temporary works, and/or any
temporary works that support the ground during construction, shall be the
same as for permanent works.

2 Detailed Scope of Services

The services to be provided shall include all provisions which shall cater for safe
and comfortable running of freight as well as passenger services with minimum
maintenance.

General Consultant (GC) or authorized representative of RVNL will scrutinize the


reports, concepts, designs and drawings submitted by Consultant and approve them
as "Fit for Construction".

The services are listed below under different categories but the services required
may be overlapping also. The scope of the consulting services for each of the major
category listed below includes, but is not limited, to the following activities:
2.1 Tunnel Works: Planning and design philosophy for tunnel shall be as under
2.1.1 Planning: Planning of a tunnel work would require the interdependent
participation of the following discipline, at a minimum:

(i) Geology
(ii) Geotechnical engineering
(iii) Excavation technology i.e. Drill and blast, road header etc
(iv) Design of supporting structural elements, including long term behaviour
of materials.
(v) Contract principles and law

Section 4 Page 19 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Although the experts in each of these disciplines may be responsible only for
their specific area of knowledge, the decision on the main design features should
be the outcome of the cooperative integration of all the discipline thus, ensuring
that the project, in all its details, has been developed in unity, and not as the
consecutive addition of the separate work of each of the experts.

2.1.2 Risk Assessment and Management: The consultant shall employ a formalized
procedure to:

i) Identify hazards and associated risks, through Risk Assessments and the
management of risk to ensure their reduction to a level “as low as reasonably
practicable” shall be integral considerations in the planning, design,
procurement and construction of Tunnel and associated Works. So far as it is
reasonably practicable, risk should be reduced through appropriate design and
construction procedures.

ii) Explicitly allocate responsibility for risk management to relevant parties to a


contract so that they are addressed adequately and appropriately in the
planning and management of a project and that appropriate financial
allowances can be made.

iii) Identify and evaluate the hazards; and identify and quantify their consequent
risks throughout all stages of a project.

iv) Prepare Risk Registers to identify and clarify ownership of risks and to detail
clearly and concisely how the risks are to be allocated, controlled, mitigated
and managed. To develop the systems to track risks and to enable the
management and mitigation of risks through contingency measures and
controls; to be monitored through all stages of a project.

Risk Registers shall be 'live' documents that would be continually reviewed


and revised as appropriate. The consultant shall identify hazards, consequent
risks, mitigation and contingency measures, proposed actions,
responsibilities, critical dates for completion of actions.

2.1.3 Tunnel Design issues:

i) The design process should be such that, the risk of failure or damage to the
Tunnel and associated Works or to a Third Party from all reasonably
foreseeable causes, including health and safety considerations, is extremely
remote during the construction as well as during the design life of the Tunnel
and its associated Works.

ii) Risks from high consequence, low frequency events that could affect the
works or a Third Party must be explicitly considered in the design process.

Section 4 Page 20 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

iii) The Designer shall prepare documentation which shall include but not
necessarily be limited to:

a) a description of the element to be designed;


b) the design requirements and criteria to be adopted;
c) a geotechnical assessment that shall evaluate the geological and
geotechnical information available(including the presence or
generation of harmful gases), ground and ground water contamination)
and ascribe design values for the pertaining assessed ground and
ground water conditions for the purpose of design with justification in
the light of information provided;
d) a description of the method of design (including reference to any
applicable Codes and/or Standards);
e) a description of the method(s)of analysis to be used for the design and
justification thereof; A Design Risk Assessment which shall consider the
impact on the design and hence its implementation (not only on the Tunnel
and associated Works but also to a Third Party such as nearby
buildings & structures, water bodies etc.,) of any realistic variation in the
design criteria and/or design values adopted, based on the information
available in relation to the anticipated/proposed method (s) of
construction. The Design Risk Assessment shall take account of potential
failure mechanisms and include mitigation/contingency measures
appropriate to the anticipated/proposed method(s) of construction;
f) the checking procedure to be implemented for the design.

iv) Calculations, analyses and assessments should also consider intermediate


stages of construction.

v) The design process shall include, where appropriate, sensitivity studies to


assess the impact of:
a) Construction tolerances;
b) variation in geotechnical design values;
c) variation in materials characteristics;
d) variation in workmanship and geometry;
e) methods of construction & implementation of mitigation/contingency
measures;
f) Natural perils exposure in the region of the project such as flood, storm,
seismic effects.
g) The design process shall include an assessment of the impact of
construction on Third Party infrastructure i.e. Buildings& structures,
water bodies etc.

2.1.4 Construction Issues

Section 4 Page 21 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

i) The Designer shall assess and confirm the appropriateness of the design in
terms of construct-ability, including health and safety considerations and
impacts on Third Parties.

ii) The Designer shall take account of the impact of staged or sequential
excavations to ensure the feasibility of construction stages and hence the
appropriateness of the design. Provision shall be made by the Consultant for
ensuring that the Designer's intent/requirements are adhered to during
construction.

iii) The Designer shall use the available geological and geotechnical data for
design of tunnels and if required get the additional site investigation to
obtain, inter alia, ground and ground water information and geotechnical
properties appropriate for the construction of the Tunnel and associated
Works, recognizing the likely method(s) of tunnelling/ excavation that may be
employed at consultants own cost.

iv) Where appropriate, the design shall detail the excavation/support sequences and
identify appropriate monitoring measures during the works for the range of
anticipated ground and ground water conditions and shall also include for the
provision of contingency measures. The Designer shall ensure the design is
consistent with the fundamental requirements of 2.1.3(v) in terms of
geotechnical variability, workmanship and construction tolerances.

2.1.5 Geotechnical Baseline Report:

Preparation of Geotechnical Baseline Report (GBR) for tendering requirement of the


tunnel construction contract in a collaborative manner with geologists, tunnel
designers and civil engineers. The baselines should be meaningful, reasonable and
realistic, and to the maximum extent possible should be consistent with the
available factual information contained in the Geotechnical Data Report (GDR).

2.1.6 Safety system:

Study and recommendation of various safety systems/concepts and further


studies/recommendations specific to the site conditions for construction and
operation of railway tunnel:

(a) Ventilation system;


(b) Fire protection system;
(c) Drainage system;
(d) Self-Rescue & Evacuation system;
(e) water proofing system
(f) Emergency system;
(g) telecommunication system

Section 4 Page 22 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(h) tunnel illumination and signages;


(i) surveillance system; and
(j) any other system related to train and passenger safety.

These shall be as per the laid down guidelines in UIC Code 779-9R for Safety of
Railway Tunnels /other relevant international codes/standards, and other good
practices being followed for railway tunnels world over. Study should involve
model/simulation studies wherever required to workout optimum solution. The
safety system should cater for continuation of existing railway communication
between Guard and Driver of the train in the tunnel; Emergency communication
system within the tunnel and include planning for functioning of future train
communication systems and advance signalling systems.

2.1.7 Dimensioning of tunnels and related structures:


i) The tunnel cross section shall be dimensioned (shape and size) to accommodate
requirements of IR maximum moving dimension, constructional, operational and
maintenance requirements, safety systems, plant and equipment etc. In addition,
the tunnel shall incorporate niches where necessary to accommodate man/trolley
refuges, plant and equipment etc. These will include but not limited:

a) tunnel ventilation system;


b) fire protection systems;
c) overhead equipment(OHE)system for Railway Electrification;
d) signalling equipment including point machines;
e) compressed air supply if required;
f) communication cables and equipment including emergency telephones;
g) electrical supply and service cables;
h) tunnel lighting and small power outlets;
i) safety walkway;
j) Road Vehicular movement in escape tunnel;
k) Cross over/turnouts requirements;
l) IR track structure and/or Ballast less track;
m) Air conditioning system in underground part of stations area which is
operational to passenger traffic;
n) catch and slip sidings wherever required;
o) noise and vibration mitigation measures;
p) tunnel drainage including pumping stations and-sumps;
q) under track crossings;
r) stray current and electrolysis mitigation; and
s) any other measures required for safe operation and maintenance of tunnel
and related issues.
Allowance is to be made for Operational line speed as directed by RVNL.

Section 4 Page 23 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

The maximum track gradient within the tunnel (after allowances for curve
compensation) permitted is 1 in 150. The maximum length of continuous track at
or close to the maximum grade shall be based on a consideration of the
capability of the rolling stock using the tunnel. Where twin tunnels or escape
tunnels are prescribed, the tunnels shall be linked with cross passages for the
purpose of emergency egress.

ii) Dimensioning of tunnel cross section shall also consider requirements of


constructability, geotechnical/structural conditions, rail operations, safety, rescue
& evacuation, E&M systems, cables, pipes, ballast-less track, maintenance
practices.

2.1.8 Detailed Design of Tunnel works:

i) Detailed design and drawings of main tunnel, escape tunnel, loop line
tunnels, cross-passages, caverns, crossover tunnels, adits (last 50 m and
connections), shafts, cut & cover, and associated works including portals
required to complete the tunnel works.

ii) The design shall elaborate proposed method of construction, rock mass
classification (rock characterization), excavation sequence, behaviour type
and support system of tunnel etc., as part of detailed design in sufficient
detail to obtain second opinion from third party, if required by RVNL.
iii) Method of excavation can be drill and blast type(D&B) or with rock
breaker/ road header as per site requirement; with primary lining of sprayed
concrete and a secondary lining of in-situ concrete using the New Austrian
Tunnelling Method (NATM) concept. However, the designer can suggest
any other tunnelling technique on techno- economic consideration.
iv) The detailed design will include design and drawing of longitudinal profile,
cross sections, support systems, lining, water proofing, rock bolting,
shotcrete, traction type(OHE), ventilation system, tunnel illumination, Sign
ages, fire protection, self-rescue & self-evacuation concepts,
communication, surveillance, drainage, muck dumping plans of excavated
material keeping in view environmental issues, OHE fixtures, other
Electrical & S&T related issues for successful completion of the tunnel
works for railway operation. Invert and OHE fixtures shall be designed
compatible with ballast-less track system and OHE system as recommended
and designed by the consultant.

v) This also includes design of 3D monitoring and instrumentation for


monitoring the health of tunnels for validation of design during pre-
construction, construction and operation stages.

vi) The design of tunnels and tunnel services is to take into account the ability
to access components for inspection and maintenance purposes.

Section 4 Page 24 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Components, materials and finishes should be chosen to minimize future


maintenance. Maintenance requirements are to be specified in the design
documentation for tunnels. Requirements are to include examination tasks
and frequencies, damage limits, and repair standards, and be supported by
documentation showing the basis for these requirements.

vii) Tunnel lining, invert, fittings and components shall be designed to mitigate
the effect of stray currents from the overhead wiring system.

viii) Seepage of groundwater can cause corrosion to structural elements of the


tunnel and overhead wiring. Appropriate measures are to be implemented in
the design to protect these components from corrosion.

ix) Mechanical and chemical anchors should be designed and installed taking
into account the long- term strength of the natural ground-and tunnel linings
allowing for deterioration overtime.
The rate of inflow of ground water into the tunnel is to be limited to the
extent possible, in order not to adversely affect surrounding environment,
property and infrastructure caused by changes to the groundwater level and
flow regime.
x) The tunnel and associated systems shall be designed to allow acceptable
noise and vibration during operation.

xi) Material and man refuges may be provided in tunnels for infrastructure and
other authorized staff to stand during the passage of a train. The spacing at
each location is to be determined by a risk assessment, taking account of
factors such as train speed, available sighting distances, and existence of
warning light systems. In single track tunnels, refuges may be provided on
one side only or staggered on both sides. In double track portion of tunnels,
refuges shall be provided in a staggered pattern on both sides of the tunnel.

xii) The design of each tunnel section is to be integrated in holistic manner


taking into account all associated requirements such as drainage, track
structure, overhead equipment, power lines, signalling infrastructure,
communications services, fire safety equipment, platforms etc.

xiii) The design of tunnels is to take into account safety considerations for
construction and maintenance personnel, and any other parties including
operational personnel who may be required to use the structure for
operation of trains.

xiv) Provision may be required when designing tunnels to accommodate services


owned by Railway (e.g. electrical and signalling cables) or services owned
by other authorities and utilities. The location of any services is also to be
selected so that future accesses for maintenance of the services is facilitated.

Section 4 Page 25 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

xv) Tunnels shall be designed for earthquake forces as per relevant IS code.

xvi) Suitable isolation arrangements are to be made, where required, in track


circuited and RE areas.

xvii) Invert shall be designed compatible to ballast less track system as


recommended and designed by the consultant. Guard rails are to be
installed as per IRPWM. Where the track is on a concrete slab concrete
up stand may be provided in lieu of guardrails.

xviii) The design of tunnel fire systems shall consider the tunnel system as a
whole including rolling stock, stations, tunnel configuration, railway
equipment and railway operating and emergency procedures. Tunnel
emergency lighting is required to provide minimum safe levels of lighting
to enable passengers and/or train crew to detrain to tunnel walk ways and
for safe egress from the tunnel. This shall be achievable under power failure
conditions

xix) The following communications systems shall be provided in the tunnel:

a) Emergency telephones
b) Train radio network
c) Mobile phone network

2.2 Alignment and Survey

i) Plan and L section of the approved alignment for section between Chainage
33160 To 34400 For Tunnel No. 1 (1.24 Km) and 57400 To 66040 For
Tunnel No. 2 (8.64 Km) is indicative and shall be refined if required by the
consultant, with most appropriate vertical and/or horizontal alignment
considering tunnelling methodology, ground geology, ground & ground
water treatment measures, constructability, environmental, operational and
maintenance issues and based on refinement of structures i.e. tunnels,
portals, bridges, yards layout along the alignment. The refinement of the
alignment geometry shall be carried out as per technical parameters
approved by RVNL.

ii) Horizontal control has been fixed by establishing GCPs along the alignment
using DGPS sets by putting them in static mode for sufficient duration.
TBMs have been established all along the route on existing bridge parapets
and tunnel portals. SOI - GTS bench mark referred above has been used for
deriving the values of all TBMs.
iii) The Consultant will be required to perform full and detailed re- surveying of
all projects’ components – including the establishment of a new control grid
for the project. The Employer is not responsible for incompatibilities that

Section 4 Page 26 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

may be caused as a result of the use of the survey included in the framework
of the design transmitted to the Consultant.

iv) The design work shall include survey, marking and geodetic
coordination works that will ensure precision of the works and their
compatibility with the other project components and as mandated by the
requirements of the specification.

v) During construction, the Consultant shall inspect and verify the tunnel
alignment including independent survey of the work of the contractor’s
surveyor.

vi) Prepare method statement and accuracy standards for vertical and horizontal
control survey for tunnelling works.

vii) The procurement of 3D monitoring equipment and its installation will be


done by contractor. The consultant shall validate setting out of the
structures and supervise alignment control during construction. The
consultant shall also carry out and analyse 3D monitoring and
instrumentation for underground structures in accordance with NATM
concept for updating of design.

2.3 Viaducts: The scope of the consultancy work is detailed design and drawings
for Viaducts of the project including river training works/protection works etc.
The detailed scope is given below but is not limited to following:

1. Based on site Inspection and data (hydrological, Survey, Seismic,


Geological, Geotechnical etc) supplied by RVNL consultant will submit
options proposed to be adopted. Employer will prefer LWR track.
However, other considerations like construction time, use of precast
components, Life etc. are equally important and will have to be analysed
and compared. The options shall have to be generated within the Indian
Railway Standard Codes / Manuals and beyond these specifications. Since
the viaduct is to be very long, while generating the options, the system of
maintenance of track shall also have to be kept in view and compared.

2. A presentation covering the techno-commercial constructability and


other relevant aspects will be made by the consultant to facilitate adoption
of best suited design. Presentation will also cover Construction
Methodology, launching scheme, river training, protection work and slope
stabilization above and around the Bridge.

3. After in-principle approval by Employer of scheme to be adopted,


Consultant will submit Design Basis Report as per RDSO guidelines along
with tentative GADs, construction methodology and tentative bid

Section 4 Page 27 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

document for construction work.

4. These GADs will be got approved from Railways. Consultant will be


present for all discussions with Railways including RDSO during course
of approval of design basis report and GADs.

5. Once the GADs and DBR are finalized consultant will submit Detailed
Design and drawings including launching scheme, construction
methodology. Detailed Design of all components of bridge including
foundation, sub-structure, bearings, super-structure, approach, slope-
protection, river training work, soil stabilization works, etc will be done
by consultant. Relevant drawings will be submitted.

6. Detailed design will be prepared keeping in view the various codal


provisions of Railways and relevant IS codes. In case, there are no codal
provisions available than consultant will also suggest the codal provisions
to be adopted. Consultant will submit detailed design for construction.

7. Consultant will provide design support during the construction. The


lead design engineer of the bridge will pay minimum 5 visits during the
construction stage. No extra payments for these visits will be made.

8. During construction, the contractor may adopt different launching


scheme. Checking & approval of fabrication and erection scheme proposed
by the Construction contractor, will be done by consultant as & when
referred by RVNL.

9. Checking and approval of the load testing scheme on pile foundation


and superstructure furnished by construction contractor.

10. Minor modifications in the design including drawings required due to


site constraints or other reasons.

11. Proof Consultant will be appointed and paid by the RVNL and will
perform the Proof check of design/s and drawing/s of the main Bridge and
river training/protection works etc. regarding the correctness and
acceptability of the design and drawing. The consultant shall work in
close liaison with the proof consultant for obtaining the approval of the
Proof Consultant in reasonable time frame so that construction work on
this account is not delayed. The Design Consultant and Proof Consultant
will interact directly with a copy of comments to RVNL. RVNL will only
interact in case of policy/ important matters.

12. All submissions by Design consultant to Proof Consultant shall be

Section 4 Page 28 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

accompanied by two original copies of a Design /drawings duly signed by


the Design Consultant. Proof Consultant will return one copy with
approval/ corrections with certificate/ signatures.
The Design Consultant shall prepare and submit calculations/ drawings/
design/ data/ documents etc. for the Proof checking in a form acceptable
to Proof Consultant/RVNL.

13. The consultant shall also make schedule for inspection and
maintenance of the structure.

2.4 Geo-technical issues

2.4.1 Geology: Review of the available geological data. However, consultant shall
independently carry out geological mapping of alignment, portal area sand
locations having geological risks in appropriate scale in such details as required
for detailed design of tunnels, portals, cross passages etc., at no extra cost to
RVNL. Necessary hydro-geological survey shall also be carried out by the
consultant for up gradation of design It will include regular updating of
existing geological model with additional data available during pre-construction
and construction stages.

2.4.2 Ground Investigations and studies: During pre-construction stage, review of


the available geological, geo- physical and geo-technical data/reports. Any
additional ground investigations/ studies for minimizing the underground risks
proposed by Consultant and accepted by RVNL, shall be got executed and
supervised by RVNL at its own cost. The consultant shall provide the
specifications of the studies along with formats of quality assurance at no extra
cost payable to Consultant.
Consultant shall integrate the outcome of such additional studies/investigations
with the existing geological model for detailed design of underground structures
at no extra cost payable to Consultant.
During the construction stage, the Resident Geotechnical expert and Resident
Geologist of the consultant shall supervise as well as integrate the additional
ground investigations/studies proposed by the consultant and accepted &
executed by RVNL at no extra cost payable to Consultant.

Ground investigations shall be so designed and planned to:

a) identify, so far as reasonably practicable, artificial (man-made) and natural


(geological/hydro-geological) hazards (including gases) and hence enable
consequent risks to be assessed (which influence the design and
construction of the project, including those that affect third parties);

b) provide sufficient information on pertaining site conditions, ground

Section 4 Page 29 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(including artificial and natural ground) and ground water conditions,


previous history of the project site including any constraints of an
engineering significance relevant to the works to be carried out (such as
mining/mineral extraction, contamination) in order to enable realistic and
reliable assessments of different tunnelling methodologies (including
temporary and permanent support/lining requirements and health and
safety issues) to be made in terms of technical viability, cost, program and
impact to third parties;
2.5.0 Detailed Design of other than Tunnel, Bridge & yards works:

(i) Design of embankment and cuttings in entire stretch as per RDSO


guidelines.

(ii) Design of slope and slope protection works in and around portal area.

(iii) Layout and Design of Surface drainage works and diversion schemes in
the open area, in and around portal as per site topography.

(iv) Design of landscaping for aesthetics and environmental protection


measures.

(v) Planning for road accessibility to both the portals of the tunnel. In long
tunnels, a rescue area is to be suitably designed and provided at each
portal, adit and emergency exits if required in accordance with the
requirements of international safety norms.

(vi) Land-slides rehabilitation and mitigation works wherever required as per


site conditions.

(vii) Preparation of tender document including BOQ’s for all above


works/activities with specifications and unit rates for invitation of tenders.

Quoted rates includes cost involved in providing all above services


including the expenditure on all experts and facilities required to carry out
the deliverables for detailed design and other site related activities.
Consultant will obtain approval of Employer after submitting CVs of the
Experts before deployment.

2.6. General:
i. Submission of detailed Approach and Construction Methodology for all
tunnels, formation and all related works from Chainage 33160 To 34400
For Tunnel No. 1 (1.24 km) and 57400 To 66040 For Tunnel No. 2 (8.64
km).
ii. Prepare and submit Quality Control (QC) and Quality Assurance Plan
(QAP).

Section 4 Page 30 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

2.7.0 For knowledge up-gradation and better appreciation of latest design concepts and
systems as recommended for the project, the consultant would organize and
arrange four study tours for RVNL officials to projects outside India which are
under construction/ operation in consultation with RVNL. Each visit will have
maximum of six (06) officials and duration will be of seven (07) working days
excluding traveling time. The class of air travel for most of the officials will be
business class, and hotel accommodation shall be commensurate with their
official position in RVNL as per Annexure-A of section-5 GCC and shall not be
less than $280 for Directors and above, $220 for ED/GGM/CPM or equivalent
$160 for GMs and above and $130 for rest of the RVNL officials in accordance
with Ministry of Finance circulars. Place of Return journey can be
accommodated from other places within the limits of air journey tickets. The
other expenses like hiring of local transport to & from airport/hotel,
refreshments/working lunch/dinner etc., & cost of lectures, presentations,
demonstrations, field training, course material, during field programs shall be
included in rates quoted in Form FIN-2. The place of visit shall be
Austria/Norway/Other countries as decided by RVNL to impart knowledge of
new tunnelling and other underground construction machinery. The timing of
tours will be decided in consultation with RVNL.

2.8 Ballast-less track (BLT)

RVNL proposes to get the study and detailed design of ballast less track(s) for
tunnels, bridges, formations, Switch expansion joints (SEJ) and points &
crossing etc. for straight and curve tracks through separate DD&PMC
contract. The consultant shall integrate the ballast less track design in all
tunnels. The dimensioning of tunnel cross sections in all underground
structures with track shall be compatible with the recommended ballast less
track parameters. The consultant shall also prepare tender document,
specifications and BOQ of ballast less track for all tunnels for the purpose of
tendering.

2.9 Detailed Design of E&M system, OHE works and S&T works

2.9.1 E&M works: Detailed design of E&M systems design which includes design of
ventilation, emergency doors, fire prevention, fire alarm, fire safety systems,
hydraulics, drainage, cables and pipework, LT panel, LT cable distribution, UPS,
DG sets, transformers, lighting, air conditioning in underground part of station area
an associated tunnel sections, monitoring and control systems. It also includes
E&M systems relating to design of self-evacuation concepts, emergency safety
concepts etc., complete in all respect for underground structures.
2.9.2 To assist RVNL in obtaining clearance from statutory bodies such as Local fire
service, electrical inspectorate, pollution control boards etc., and coordination with
civic bodies for works related with E&M systems.
RVNL will scrutinize the reports, concepts, designs and drawings submitted by
Consultant and give No Objection Certificate".
2.9.3 OHE Works
i) To study suitability of fixed or flexible type OHE system and recommendation on

Section 4 Page 31 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

the basis of techno-economic consideration. It will influence the design cross


section of tunnels. The design of fixtures and components to be adopted should be
such that clearances specified in the Indian Railway Schedule of Dimension and
Indian Railways AC Traction manual is maintained.
ii) To work out the power requirement for E&M works and Railway Electrification.
iii) To plan drawing and distribution of power network outside and inside the tunnels
i.e. electric stations and sub-stations etc.
2.9.4 Signalling and Telecommunications works
i) The long tunnel and Viaduct will have to be equipped with state of art
signalling and telecommunication facility for communication, SCADA controls,
Automated ventilation, Surveillance system, Communication systems during
emergencies, emergency evacuation procedure and lighting systems etc.
ii) The consultant is expected to submit various options for this and make
comparative study for approval of RVNL.
iii) The consultant should prepare inspection and maintenance specification for all
these systems.
iv) The consultant is expected to prepare BOQ and specifications for Works
tender.

2.10
2.11 Procurement for Construction Contract.

2.11.1 RVNL intends to call separate “construct only” contracts for Civil and E&M works.
The Consultant shall assist RVNL in procurement of consultants/ vendors and
contracts, by framing technical specifications, design, drawings, EQC, BOQ and
preparing and/or review of tender documents for all type of civil works for this
stretch of section i.e. tunnels, shafts, adits, viaducts, formation in
embankment/cuttings, drainage, protection works etc., including associated civil
works related to Signalling & Telecommunication, Electrical, E&M, OHE works in
and outside tunnels, etc. as per approved procurement procedure in consultation with
RVNL complete in all respect as per best international practices/standards. It
includes similar separate tender document for execution of track linking and other
works at a later stage when tunnels are nearing completion.
2.11.2 Evaluation of tenders will be done by RVNL, however assistance shall be provided
by the Consultant if required in technical evaluation. If the construction contract or
suggests their construction methodology, in such eventuality, consultant will assess
such proposals and recommend techno-economically best- suited proposal.

2.11.3 Consultant will also assist RVNL in technical analysis/assessment/evaluation of


E&M tender bids to finalize the E&M works contracts.

2.11.4 The Works Requirements and BOQ for Works and E&M construct contracts
should include following aspects as applicable but not limited to, for successful
completion of tunnel and associated works for operational requirements:
i. Main tunnel, escape tunnel, cross passages, etc., and its drainage & allied civil

Section 4 Page 32 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

works including portal slopes.


ii. Earthwork in cutting and filling on both approaches of tunnels etc.
iii. Ballast-less track in tunnels, formation as applicable on site Tunnel ventilation
system during construction and operation under mixed traction.
iv. Air conditioning system if required in case of underground stations.
v. Fire detection and suppression system for the tunnel.
vi. Tunnel illumination and signages.
vii. Communication system for emergencies and maintenance.
viii. Surveillance system.
ix. Detailed Environment mitigation plan specific to the site requirements.
Project Environmental Impact Assessment and Mitigation Plan study has been
already completed.
x. Construction methodology.
xi. Drainage and water control measure.
xii. Disposal of muck accrued from tunnel excavation.
xiii. Plant & Machinery and construction equipment suitable for completing the
work within the stipulated duration. Access road to site and station.
xiv. Assist in conduct of Pre-Bid meetings by:
xv. Preparing Pre-bid meeting agenda and assisting RVNL in conduct of pre-bid
meeting.
xvi. Assisting RVNL in offering clarifications to the tenderers during Pre-Bid
meetings and recording minutes of meetings.
xvii. Assisting RVNL in issuance of Addendum and /or Corrigendum for bidding
document modifications.
xviii. Attend Pre-design meetings/Kick-Off Meetings between RVNL and
Consultants/Contractors to clarify works requirements and BOQ regarding the
design/civil work.
xix. Preparing/updating (at the time tender is invited) the integrated drawings
incorporating civil, S&T, electrical and mechanical work requirements as per
latest national/ international standards /guidelines. It includes interfacing and
coordination with system design consultants wherever needed. Necessary
expenditure on such experts as required for deliverables is deemed to be included
in the quoted rates.
xx. Preparing and submitting a comprehensive maintenance and safety manual for
tunnels and E&M systems.

2.11.0 Considerations in Preparation of Contract Documentation for Tendering


Purposes.

a) The preparation of Contract Document for tendering purposes shall take due
regard of the type of contract to be awarded (i.e. construct only) and the Form of
Contract (i.e. standard forms of Contract published by the International
Federation of Consulting Engineers (FIDIC), RVNL standard bidding documents
or Local National forms appropriate to Tunnel Works,).

Section 4 Page 33 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

b) The selection of a Form of Contract by the Consultant and the drafting of its
detailed terms should take due regard of the allocation of risks to the parties of the
(the proposed) Contract and consequently the liabilities to the parties of the
(proposed) Contract. All Contract Documentation shall clearly demonstrate how the
parties to each contract should clearly and explicitly set out the responsibilities and
duties for each contract.

c) Contract Documentation shall include full disclosure of those hazards and


associated risks identified at the project development and design Stage for the
project in the form of a project Risk Assessment.

d) Contract Documentation shall include Geotechnical Baseline Report (GBR)


prepared by the Design Consultant. The Geotechnical Baseline Report (GBR) shall
be issued to tenderer as integral and form active information on which tenders
shall be based and the Consultant shall take responsibility for the information so
issued.

e) Geotechnical Baseline Report (GBR) prepared by the Consultant shall form


part of the Contract and shall provide the basis for comparison with ground
conditions encountered in relation to those assumed and allowed for at the tender
stage by the Contractor. The Geotechnical Baseline Report (GBR) shall provide the
base line against which encountered conditions can be assessed and compared. The
Geotechnical Baseline Report (GBR) shall also identify hazards appropriate to the
site and ground conditions established from the investigations to permit associated
risks to be assessed and catered for at the time of tender, consistent with the
Contract Documentation requirements.

f) Contract Documentation should provide for submission of the Tender Risk


Register. This Tender Risk Register should demonstrate how the tender
submission adequately and appropriately caters for risks identified and to be
allocated to the Contractor including their management and control procedures,
proposed contingency measures; the cost and program implications of the
implementation of contingency measures.

g) Contract Documentation shall clearly identify current best practices with respect
to risk management procedure, contractor’s staff and organization, methods and
equipment, management systems, monitoring, management of change etc.,

h) Contract Documentation should clearly set out the information required for
assessment of tenders together with the criteria and their weighting on which the
evaluation of the tenders will be based.

i) The requirements for Selection or Pre-qualification shall be prescribed wherever


applicable.

Section 4 Page 34 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

2.12.0 Design Support during construction

2.12.1 For underground works other than E&M works

2.12.1.1 To provide approved "fit for construction" drawings to the successful bidder
for execution of work in-time.

2.12.1.2 Provision shall be made in a Contract for sufficient monitoring of tunnel and
associated works during the Construction Stage to ensure that the design
being implemented remains valid at all times. Such monitoring by the
Consultant shall include the monitoring of the performances of the ground
and ground water, the Tunnel works structures and adjacent structures
potentially affected by the Tunnel and associated Works as appropriate to the
method(s) of working adopted during the Construction Stage.

2.12.1.3 Where an ‘observational method’ is to be used, there must be compliance


with the relevant requirements of Codes/Guide lines for the tunnel works. In
particular, where the design is based on or includes any element of an
'observational' approach for its implementation during the Construction
Stage, the Consultant shall ensure that the Contractor shall have in place prior
to the commencement of the Construction Stage pre-planned and pre-
designed contingency measures. Such contingency measures shall allow for
all resources (including but not limited to personnel, equipment, plant and
materials) to cater for events which have not been predicted but observed
based on monitoring which reveal at any time during the works that ground
conditions and/or ground and/or underground structure behaviour is more
adverse than that predicted. Such contingency measures may include (but
shall not necessarily be limited to) increased monitoring frequency,
ground treatment, additional support measures, modifications to the
excavation/ support sequencing.

2.12.1.4 Review and modify the detail design/plans for all stages of the works in
underground works as per actual geological conditions and incorporate
changes in design resulting from 3D monitoring and instrumentations. In
case any modification in design/drawings is required during the progress of
work due to change of strata from that observed during investigation or due
to any difficulty encountered during execution, the same will be carried out
by the consultant without any additional cost.

2.12.1.5 It is in the scope of work of the consultant that all the works including
temporary works being carried out at site shall be reviewed by the consultant
and ensured that the work is proceeding according to his design and
specification. The comprehensive quality plan, safety plan, environmental
mitigation plan, disaster management plan as submitted in the final design

Section 4 Page 35 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

stage shall be strictly adhered to. The consultant shall approve all works with
respect to quality.

2.12.1.6 The Consultant shall provide adequate number of suitably experienced and
qualified and hence competent persons during the execution of the design for
the tunnel works, so that the works are implemented at the Construction
Stage to the absolute satisfaction of the Designer including the
implementation of any pre-planned contingency measures.

2.12.1.7 A team of key personnel will provide design support during construction
stage. The team shall comprise of Tunnel Construction Engineer, Resident
Geotechnical Engineer, Resident Geologist, Resident Alignment & 3D
Monitoring Engineer.

2.12.1.8 The consultant shall ensure that contractor undertakes preparation and
submission of working drawings before construction and "As- Built"
drawings after construction. The same shall be submitted to RVNL duly
verified by the consultant.

2.12.1.9 Interface and coordination with other designated system contractors and design
consultants.

2.12.2 E&M Works

2.12.2.1 To provide approved detailed working drawings to the successful bidder for
execution of work.
2.12.2.2 To provide technical support during execution of E&M works contract relating
to ventilation, emergency doors, fire prevention systems, drainage, cables and
pipe work, transformers, lighting, monitoring and control systems,
communication systems etc.
2.12.2.3 To assist in supply, installation, testing and commissioning of E&M systems
including preparation of operating and maintenance manual, training of
operating and maintenance personnel.
2.12.2.4 The Consultant and/or authorized representative of RVNL will undertake
inspection during the manufacture, delivery at site, installation, construction,
testing, and commissioning of E&M systems including integrating testing.
2.12.2.5 The Consultant shall monitor the contractor's activities for quality assurance
and for conformity to contract specifications and time frame.
2.12.2.6 The consultant shall ensure that contractor undertakes
preparation and submission of working drawings before construction and" As-
Built" drawings after construction. The same shall be submitted to RVNL duly
verified by the consultant for its correctness.
2.12.2.7 Interface and coordination with other designated system contractors and design
consultants.

Section 4 Page 36 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

2.12.0 The consultant shall prepare all the documents required for minor sanctions
and opening documents required for statutory inspection of Commissioner of
Railway safety.

3.0 Stages of submission of various designs and reports.


The analysis, design and drawings shall be submitted in three phases i.e. Inception,
pre-final and final design phases with the pre-final design to a standard sufficiently
detailed to permit RVNL to incorporate them into ‘construct only’ tenders without
much further amendments. Final designs shall follow acceptance of the pre-final
designs. Final designs and drawings should be fit for adoption and while submitting
these, consultant will ensure that designs and drawings are functionally compatible
for the multi- disciplinary works and the construction activity on such works, is
not hampered or delayed for want of timely availability of the designs and drawings.
‘Good for Construction’ drawings and documents covering the full scope of works
shall be produced and submitted as part of Final design.

3.1 Inception report

The inception report shall be submitted within 4 weeks from the date of
commencement of services, comprising-

For Tunnels and Viaducts


a) The Approach and Method Statement to meet the requirement of
Deliverables and Services as per Terms of Reference (TOR).
b) Submission of outline of design criteria and construction methodology.
c) The identification of design codes and standards.
d) Deleted.
e) Detailed report on review and identification of possible refinements in the
existing alignment based on techno economic issues, port allocations,
geology and yard layout considerations with recommendations.
f) Detailed Report on review of the geological and geo-technical data available
and proposal for further investigation, as necessary to supplement the
information required for design and construction.
g) Detailed programme of design work identifying the Key Performance
Indicators.
h) List of personnel along with role and responsibility.

3.2 Pre-final design

Pre-final design which shall be submitted within 10 weeks from the date of
commencement of services. It shall consist of the following:

3.2.1 Design

The Pre-Final Designs shall provide RVNL with an indication of the manner in
which the works will be performed in general and shall consist of key features

Section 4 Page 37 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

pertinent to the design work. The Pre-Final Designs submission shall be a coherent
and complete set of documents, properly consolidated and indexed and shall fully
describe the proposed Pre-Final Designs. It shall include but not limited to the
following:

(A) System Decision Report for all systems/concepts required for operation of
railway tunnel such as ventilation system, drainage system, rescue
&evacuation system, safety management, firefighting, emergency and
disaster management concepts, lighting system, signages, communication
system, environment monitoring system for performance of the tunnel. It
would include Electrical and Mechanical (E&M) services and equipment
and their interaction with the structures.
(B) Deleted.
(C) Reports on OHE system to be adopted and its interface with the tunnel
components.
(D) Deleted
(E) This would include presentations and workshops for RVNL/Railway for
finalization of systems/concepts including computer simulation in relevant
concepts/designs wherever required.

(F) Finalization of size and shape (design cross section) for various
tunnels/underground structures including the dimensioning of all major
features, structural elements and members on the basis of reports finalized
above. This shall be submitted within 10 weeks from the date of
commencement of services.

(G) Pre-final design of tunnels and associated structures in sufficient details to


frame Bill of quantities (BOQ), detailed rate analysis and specifications for
the materials and equipment’s and preparation of tender document for
construction work. The bill of quantities and rate analysis should be in
sufficient details not to have large variations than that of final design.

3.2.2 Pre-final design submission shall also contain the following:

i) Drawings-The pre-final design submission shall include all drawings


required for tendering of construction work such as General
Arrangement Drawings of all the components of complete tunnel work,
formation,

ii) Design Manual (Design Basis Report) -The Design Manual shall
incorporate all design requirements/criteria, standard codes/ manuals/
guidelines, loading cases, construction methodology, permissible
movements and deflections, material properties, Detailed construction
methodology, details of support system design and all other documents or
matters which are relevant to and govern the design. The design manual

Section 4 Page 38 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

shall refer to all codes and standard used, making clear their specific
applications. The design manual shall be produced so that it can be used by
those involved in the preparation or review of the design of the permanent
works as a comprehensive reference text and efficient working document.

iii) Geotechnical Interpretative report and Geotechnical Baseline Report


(GBR)- A report including site investigation results and covering the geo-
technical interpretation of site investigation work including that undertaken
by the Consultant in sufficient detail to confirm and justify parameters
used in the geo-technical designs.

During pre-construction stage, review of the available geological, geo-


physical and geo-technical data/reports. Any additional ground
investigations/ studies for minimizing the underground risks proposed by
Consultant and accepted by RVNL, shall be got executed and supervised
by RVNL at its own cost. The consultant shall provide the specifications of
the studies along with formats of quality assurance at no extra cost payable
to Consultant.

However, Consultant shall integrate the outcome of such additional


studies/investigations with the existing geological model for detailed
design of underground structures at no extra cost payable to Consultant.

During the construction stage, the Resident Geotechnical expert and


Resident Geologist of the consultant shall supervise as well as integrate the
additional ground investigations/ studies proposed by the consultant and
accepted & executed by RVNL at no extra cost payable to Consultant.

The detailed Geological Mapping of the alignment, to the extent


considered necessary by the Consultant in addition to that already done by
RVNL, shall be done by the Consultant at its own cost for framing the
geological and geotechnical model of the tunnels. For preparing
Geotechnical Baseline Report (GBR), Tunnel engineers
(design/construction), geotechnical engineers, geologists, hydro-
geologists/hydrologist so the consultant who are familiar with the local
geology and have design and construction experience with similar project
must be intimately involved, in a collaborative manner. The baselines
should be meaningful, reasonable and realistic, and to the maximum extent
possible should be consistent with the available factual information
contained in the Geotechnical Data Report (GDR).

Primary purpose of GBR is to have a single source document where


contractual statements describe the geotechnical conditions anticipated (or
to be assumed) to be encountered during underground and subsurface
construction. It also discusses the geotechnical and site conditions related

Section 4 Page 39 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

to the anticipated means and methods of constructing the underground


element of the project.

iv) Survey report- A report on validation of Project Control Points,


coordinates of main features and methodology for setting out of works.
The ortho-photo/photogrammetry survey data is available with RVNL.
Any further Survey required to be done at site shall be the responsibility of
the consultant and shall be got done by consultant but at no extra cost
payable to Consultant.

3.3 Preparation of tender document for construction work of tunnels, bridges


and associated works specified in Scope of works:

Submission of tender document complete in all respects for bidding, involving


Bill of Quantities (BOQ), specifications, preliminary tender design/ drawings,
quantity calculations, Calculation and Analysis of rates, Quality Assurance Plan
(QAP), Specific/General Conditions etc. for all works required for construction
of tunnels and associated works within 16 weeks from the date of
commencement of services.

3.4 Final design:


The final design shall be submitted within 20 weeks from the date of
commencement of services. The Final Design is the design of the permanent
works embodied in:

a) The latest revision of the documents comprised in the Pre-final designs,


taking account of comments, if any.
b) The latest revision of the Construction Reference Drawings;
c) The calculations;
d) All deliverables as per scope of work; and
e) Such other documents as may be submitted by the contractor at the request
of RVNL’s representative to illustrate and describe the Permanent works
and for which a letter/notice has been issued.

The submission shall contain the final design drawings, specifications, Bill of
Quantities and Employer’s Requirements for use in the Contract Documents and
Drawings for issue on award of the Construction. Complete design report
including a sign off letter from each designated consultant/designer shall also be
submitted.
3.5 Stages of submission of various E&M systems Reports
3.5.1 Inception Report:

The inception report shall be submitted within 10 weeks from the date of
commencement of services, comprising-
a) The approach and methodology to meet the requirement of Deliverables and

Section 4 Page 40 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Services as per TOR.


b) Submission of outline of design criteria and construction specifications for
various E&M, OHE and electrical services.
c) Design codes, standards and guidelines.
d) Interface requirement during tunnel construction
e) Work schedule of deliverables

3.5.2 Final design

The Final Design report shall be submitted within 20 weeks from the date of
commencement of services, comprising of detailed technical specifications and design
which includes detailed design of ventilation, emergency doors, fire prevention , fire
alarm, fire safety systems, hydraulics, drainage, cables and pipework, catenary
fixtures, LT panel, LT cable distribution, UPS, DG sets, transformers, lighting, air
conditioning in underground part of station area and associated tunnel sections if
required, surveillance as well as communication systems etc.
The design shall be finally revisited at the time of tendering for construction
contract once substantial progress of the tunnel work is completed.

3.5.3 Preparation of tender document for E&M work of tunnels and other
electrical structures specified in Scope of Works

Tender document shall be submitted within 24 weeks from the date of


commencement of services including Bill of quantities (BOQ), detailed rate
analysis and specifications for the materials and equipment for E&M Work sand
other electrical works in tunnels. The consultant shall revisit design of E&M works
(as proposed during pre-construction stage) during construction stage before issue
of NIT for E&M works and shall propose suitable modifications if required.
Assistance to RVNL will be provided in Technical Analysis/assessment of E&M
works tender bids to finalize the E&M works contracts as per progress of tunnel
works.
4.0 Key dates for Detailed Design activities

Activities shall be completed as per the Key Dates given below:

Activity Completed Key


dates(Weeks
from
1 Tunnel and other structures Design date of
commencement)
1(a) Submission of Inception Report as a complete job and 4
acceptance there on by RVNL. (Ref.para3.1of
Part-1 Section-4: TOR)

Section 4 Page 41 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

1(b) Submission of Pre-Final Designs as a complete job and 10


acceptance thereon by RVNL. (Ref. para
3.2 of Part-1 Section-4: TOR)
1(d) Submission of tender documents for construction of 16
tunnels, bridges, formation and associated work as
a complete job and acceptance thereon by RVNL.
(Ref. para 3.3 of Part-1 Section-4: TOR)
1(e) Submission of Final Design as a complete job and 20
Acceptance thereon by RVNL. (Ref. para 3.4 of Part-1
Section-4: TOR)
2 Tunnel Ventilation and E & M Design
2(a) Submission of Inception Report regarding approach and 10
methodology of detailed E&M systems design including
codes and specifications/guidelines as a complete job and
acceptance thereon by RVNL. (Ref. scope of work and
para 3.5.1 of Part-1 Section-4:
TOR).

2(b) Submission of Final Design as a complete job and 20


acceptance thereon by RVNL. (Ref. scope of
work and para 3.5.2 of Part-1 Section-4: TOR)
2(c) Submission of tender documents, BOQ, 24
specifications for Supply and Installation of E&M Systems
and other related items as a complete job and acceptance
thereon by RVNL. (Ref. scope of work and para 3.5.3 of
Part-1 Section-4: TOR)

Note: The time for RVNL’s approval is included in the above key dates which are
stipulated as 2 weeks from the date of acceptable submission for the Purpose of
above key dates. Incase actual time taken for approvals beyond stipulated period of
2 weeks; the consultant’s key dates for subsequent submissions will be accordingly
extended, without any extra payment on account of this extension.

5.0 Sets of design/reports to be submitted by Consultant

A soft copy of each item listed below shall be delivered together with the number of
hard copies indicated below for the final and accepted submissions.
All material shall be delivered to RVNL as follows:

Deliverables No. Sets of copies


Inception Report 6 Copies

Section 4 Page 42 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Pre-Final Design Submission 6 Sets of drawing A1 size


6 Sets of design calculations
6 Copies of various
analysis/design/studies Report
6 All other deliverables

6.0 Instructions to be followed by Consultant while providing design services

6.1 Augmentation of data –In the conduct of the consultancy service the Design
Consultant shall co-operate and associate fully with RVNL, which shall provide
available relevant data and reports, but these may or may not be adequate. Any
further investigation proposed by Consultant and accepted by RVNL, shall be got
done by consultant at its own cost. The consultant shall not be entitled for
additional cost on any account whatsoever for the period required for such further
investigations. The Design Consultant shall be solely responsible for the analysis
and interpretation of all data received and collected and for the conclusion and
recommendations contained in their report. Plan, L-section, typical section of the
tunnel and geotechnical investigations of the tunnel are for reference and guidance
only.

6.2 Reference codes-Designs are to comply the requirements of the relevant Indian
standards, specific site geotechnical parameters and the requirements of these TOR.
All relevant Indian Acts and Regulations shall also be complied with. Should the
Design Consultant propose to use alternative Standards or Codes of Practice they
shall buy and submit two copies of such standards or codes with justification for
their use to RVNL for review and acceptance within 4weeks from issue of the
LOA. A tentative list of Codes and Manuals is given as Annexure-1.

7 Use of proprietary items:


The Design Consultant shall ensure that there are no named or proprietary products
in the documents or on drawings. Design Consultant shall indemnify RVNL from
violation of any copyright infringement and RVNL will not be responsible for any
act of negligence /omission in this respect.
8. Design life:

The design life of the permanent civil engineering works shall be 100 years.

9. Design submission/approval/review procedures

i) RVNL’s Representatives shall get reviewed the submission of Design Data.


The form and detail of the review shall be as determined by RVNL and will
not absolve the consultant of the responsibility for the design under the
contract.

Section 4 Page 43 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

ii) The consultants shall assist in preparation of the necessary documentation for
obtaining statutory approvals/approval of concerned government authorities as
required for successful execution of works.

The forest clearance and land acquisition proposal are already submitted and
are in advance stage of approval.

iii) All submissions shall be accompanied by original copy of a Design Certificate


signed by the consultant.

10.0 Submission of Design

10.1 Unless otherwise required by RVNL, calculations relevant to the Design shall be
submitted for review with the respective Design Submission. The Employer’s
Representative may require the submission of applicable software including in
house software program/work sheets developed by the Consultant, computer
input and program logic for its review prior to the acceptance of the computer
output.

10.2 Consultant will submit two copies of design calculations and drawings to RVNL
for obtaining NOC after which the consultant will submit final copies for
execution and record. However, the responsibility for correctness/adequacy of
the design shall continue to lie with the consultant.

10.3 Consultant will prepare his design note containing design criteria and obtain No
Objection Certificate (NOC) signed from RVNL to proceed with the detailed
design. However, the responsibility for correctness/adequacy of the design shall
continue to lie with the consultant.

10.4 The Consultant shall prepare and submit a comprehensive set of a calculation for
the Pre-Final Design in a form acceptable to RVNL. Should the design of the
Permanent works be revised thereafter and such revision renders the
calculations, as submitted, obsolete or inaccurate, the Consultant shall prepare
and submit the revised calculations.

10.5 Drawing Standards: Construction drawings are to comply with Indian standard
procedures and formats, and are to detail the design criteria and any other
information that is relevant to ensuring that the new structure is constructed and
maintained in accordance with the design.

11.0 Meeting during the consultancy services


11.1 In addition to the express requirements herein, the consultant shall whenever
RVNL’s representative so requests, provide information and participate in
discussion/progress review meetings that relate to design, preparation of

Section 4 Page 44 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

construction tender documents and progress of works etc.


11.2 During all stages of the Consultancy Services, the Consultant shall arrange and
convene regular meetings and working sessions, question and answer session so
that RVNL is kept informed of the progress and development of the contract.
Drawings computer simulations and output, models and graphic sketches etc.
shall be used to explain and illustrate the details of the proposal whenever
necessary.
11.3 The frequency of regular meetings and working sessions shall be monthly, or as
and when required, or as instructed by RVNL’s representative.

12.0 Professional independence

12.1 Consultant shall have no direct or indirect interests in commercial,


manufacturing or contracting activities that might tend to influence its
professional judgment. It is remunerated solely by the fees paid to it by RVNL.

12.2 It shall approach all assignments objectively and by using sound technical and
economic principles and provide solutions, which serve the best interest of
RVNL.
12.3 The Consultant shall give a declaration that its firm has no financial or
managerial ties with other organization that could influence its independence.

**********

Section 4 Page 45 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Part-2: Terms of
Reference for
Project Management services during construction stage

1 Scope of work:

1.1 Scope of the main works to be executed by the Works Contractors will be defined
by the Consultant for Construction of entire project. The tender document for the same
will be prepared by the Consultant as per Part-1 of the TOR and will be invited and
awarded by the Employer.
1.2 These Terms of Reference (TOR) define the services required from the `Consultants’
who are to be engaged to assist M/s Rail Vikas Nigam Limited (RVNL) for Project
Management Consultancy for the project work specified in Para 1.1above.

2.0 The Consultants:

2.1 The Consultants’ team of key personnel will comprise of Project Manager, Resident
Engineers, Foremen, supervisors and Experts in different disciplines, having requisite
experience of similar type of works. The Consultant will have to deploy only
personnel who have the specified relevant qualification and experience.

3.0 Objective of Consulting Services:

3.1(a) The objectives of obtaining the presently offered consulting services, are to assist the
Employer in implementation of the above mentioned Project, from the present stage
of verification/establishment of reference points/data provided by the Employer, to
the stage of successful completion of all the contemplated works of the Project
through the Agency/Agencies employed for execution/Supply of materials, with the
specified Safety and Security, testing and commissioning of the work and handing
over the completed work to Railway, duly ensuring safety at work sites, people,
structures and properties adjacent to work sites, by proper verification /deployment
/suggestion of methods and means in tune with contract conditions duly following
the provisions of Share Holders.
Agreement, regulations, policies, procedures & guidelines, Railway’s Rules,
Regulations, procedures, Local Laws, Bye laws &Rules and Regulations, etc., within
the specified time schedule, with the appropriate use of provisions in the works
contract agreement, to achieve overall economy. This also includes the works like
getting ‘as built/completion’ drawings prepared from construction contractor,
preparation of the required applications and documents for obtaining the sanction of
Commissioner of Railway Safety and Government Electrical Inspector, exercising
supervision on the execution of works, making measurement of works done for
arranging payments to the concerned Agency/Agencies, effecting various recoveries
statutory or otherwise from the running bills of the concerned Agency/Agencies,
Section 4 Page 46 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

interaction and co-ordination with Railway Administration, and various


Governmental/other Bodies/Agencies involved.

3.1(b) In a nut shell the objectives of the consulting services are to assist the Employer to
implement the work in conformity with Railways’ rules and regulations; and codes
Local laws, bye laws, regulations, rules etc.

3.2 The Consultants shall ensure:

(i) That the Project is implemented up to the last detail for commencement of
commercial operations by the Railway administration and provide assistance to
the Employer up to the end of `Defect Liability Period’ under the Contract.

(ii) That the Contractors are observing due diligence and prevailing standards in the
performance of the assignment.

(iii) Compliance of all rules of railways related to the execution of the project.

(iv) Accuracy, quality of work man ship safety of the works being carried out by the
contractors.

(v) High standards of quality assurance in the execution of works;

(vi) Completion of work in the prescribed time schedule

(vii) Implementation of environmental mitigation measures;


(viii) That the Project Management Consultant’s personnel are experienced in modern
methods of contract management and construction supervision, ensuring
professional construction supervision adhering to quality, target completion
dates, compliance with the drawings, technical specifications and various
requirements of the work’s contract documents including safety;

(ix) That the Project Management Consultant assists the Contractor and the Employer
for the required coordination with the railway administration and any other
agencies.

(x) The application of reasonable and consistent design requirements in construction.

(xi) Minimizing claims disputes and assist in resolving them.

(xii) DELETED

(xiii) Optimal utilization of resources/contractual provisions with a view to bring


economy in execution.

(xiv) Accurate measurement of work done for payment, record and verification.
Section 4 Page 47 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(xv) Timely payments and recovery of advances, various securities and liabilities
including statutory recoveries.

(xvi) Implementation of various Labour Rules, Regulations and welfare measures as


per the rules in force and laid down provisions in the Agreement.

(xvii) Assessment of material requirements to be supplied by the Employer and its


proper accountal.

(xviii) Preparation of schedule for supply of materials and machinery to be supplied by


the Employer and the Contractor.

(xix) No variations, other than specifically permitted, shall be allowed to be executed.


(xx) Appraising the Employer through progressive reports mentioned in Para5.8.

(xxi) Deleted.

(xxii) All machinery and equipment purchased by the contractor, against which either
he has availed excise duty/custom duty exemptions or purchased against advance
released by RVNL, should be available at site and should not be allowed to be
removed from site without prior permission from the Employer.

4 Scope of Consultancy Services:

4.1 The scope of the consulting services includes but is not limited to the following:

4.2.1 Consultant’s Role: The consultants will nominate a Project Manager to act as the
Engineer’s representative on site and deploy other personnel as per requirement of
Employer for provision of services. The contract for the project management
consultancy shall be up to the end of Defect Liability period. The consultant will act
as the Engineer for the purpose of the works contract as specified in the same.

4.2.2 Consultant’s Authority: The Consultant shall exercise such authority, in his capacity
as the ‘Engineer’ defined in the construction contract documents subject to the
Consultant having no authority for:

(I) Amending the `Contract for Works’ awarded to the


Contractor. Instructing a variation, except that,

(a) In an emergency situation as determined by the engineer and as amplified


in sub-paras (IX) below, the Engineer can sanction variation in quantity of
any item if this variation in quantity is within 25% of stipulated quantity in
the Agreement provided this variation does not result in increase of
Contract Price in excess of 0.1%and the cumulative variation does not
Section 4 Page 48 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

result in increase of Contract Price in excess of 2%.

II) Agreeing or determining an extension of time and/or


additional cost for any reason.
III) Agreeing or determining extension of time for completion.
IV) Issue of Performance Certificate.
V) Approving a proposal for Variation submitted by the Contractor except as
mentioned in (I) (a) above. Contractor Claims for extension of time and/or
additional payment.
VI) Agreeing or determining a new rate/extra item
VII) Relieving the Contractor of his duties, responsibilities and obligations stated
in their contract agreements.
VIII) Exercising authority for items other than those provided in these terms of
reference and stipulated in the consultant’s contract agreement.
IX) Notwithstanding the obligations, as set out above, to obtain approval, if, in
the opinion of the Engineer, an emergency occurs affecting the safety
of life or of the Works or of adjoining property, he may, without relieving the
Contract or of any of his duties and responsibility under the Contract, instruct
the Contractor to execute all such work or to do all such things as may, in the
opinion of the Engineer, be necessary to abate or reduce the risk. The
Engineer shall determine an addition to the Contract Price, in respect of such
instruction, in accordance with provisions of construction contract.

In case the emergency mentioned in above Sub Paras occurs on account of failure
of Contractor, by way of not adhering to the approved scheme of work or not
taking adequate safety precautions or by any other reason attributable to the
contractor, then no additional amounts shall be paid to the Contractor for
attending to such emergencies and the Contractor shall
be liable for Employer’s claims”.

4.2.3 Consultant’s Responsibility:

The Consultant shall be responsible for the following:

a) Developing Project Management Plan within 30 days from the Effective Date
in the format specified by the General Consultant/or the Employer using
Project Management Software as specified in the works contract.
b) Developing systems and procedures to administer the construction contracts
and ensure that the contractual requirements, with respect to both quality and
quantity of work, are respected and the works are constructed in accordance
with the provisions of the construction contract. The consultant shall finalize
these within45 days of effective date. This includes job related to proper
accountal of the material both supplied by the contractor and the old released
one.
Section 4 Page 49 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

c) Maintaining copies of all reference documents, specifications, and drawings


in a systematic manner in the office of the Project Manager
and provide relevant documents forms and stationery to site supervision
personnel.

d) Nominating an `Engineer’s Representative’ who will be full time resident on


the Project. The consultant shall provide competent staff in full complement.

e) Making all engineering decisions required for the successful and timely
implementation of the construction contract.

f) The consultant shall arrange to train its Personnel who are deployed for the
Management of the Project, from time to time, as may be required, for
efficient Management.

g) Project Planning, Project coordination, Project interfacing or linkages using


Project Management Software as specified in the works contract.

h) Preparation and submission for Railways approval all those plans and
documents which are required for the execution of the work but which are not
covered in the construction contract.

i) Expeditious completion of work to ensure the required time schedule.

j) Supervision of all construction work.

k) Conflict management and Change Management.


l) Making all necessary measurements and certify payments as per RVNL’s
Procedure Order No. C/RVNL/065/2006/3 Pt.III dated 23.08.2016 with latest
amendment/revised procedure order. In addition, consultant is required to
certify provisional interim payment of the contractor within 2 days after
receiving statement & supporting documents from the contractor, and certify
interim payment certificate after detailed check within 28 days after receiving
statement & supporting documents from the contractor.

m) One level of checking of various drawings, plans, designs, documents prepared


by construction contractor before submission to railway for their approval. This
will include carrying out required alterations in the drawings in the process of
approval. This also includes arranging various drawings (prints or tracings, as
a case may be) from railway for reference or for alterations/modification
required for execution of the work.
Approval of Railways to various plans, design, documents etc. shall be
arranged by the Consultant.
Section 4 Page 50 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

n) Deleted.

o) Ensuring compliance to all safety requirements while progressing the work.

p) To propose a viable phase working plan for the work, if situation warrants.

q) Ensuring consignee inspection, receipt of materials at site, accountal, issue of


materials to works Contractors, (including materials procured through Supply
contractors) and proper storage by Works Contractor.

r) Project monitoring for the implementation of the Project up to the end of the
defect liability period.

s) Deleted.

t) Preparation and submission of monthly and quarterly reports as per formats


specified by Employer, required for management of the project.

u) Ensuring compliance of the works contractor to all relevant laws as specified


in the works contract including taking measures for alleviation of HIV/AIDS
and prevention of human trafficking.

4.2.4 Compliance with MOU/agreements:

Compliance with terms of memorandum of understanding (MOU) of Rail Vikas


Nigam Limited with concerned Zonal Railway(s)/Division (s).

4.2.5 Environmental Issues:

Monitoring of environmental mitigation measures as per Employers requirement of


the execution Contract Bid Document (if person months for Environment Expert are
indicated in Form FIN-2).

The brief descriptions of the Environmental issues/requirements are as under–

1. Provide technical guidance to the contract or for implementation of the EMP and
preparation of checklists / formats / reports etc.
2. Conduct regular monitoring of the implementation of the EMP by the contractor.
3. Conduct regular monitoring of environmental quality (air, water, noise, soil) in
and around the construction site as given in the EMP (Environmental Monitoring
Programme) in the Initial Environmental Examination (IEE) report, and maintain
records for the same.

5. Detailed Terms of Reference:

Section 4 Page 51 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

5.1 Activities to be taken up by Consultant before commencement of work by the


Works Contractor:

5.1.1 Consultant shall study the information provided by the Employer such as drawings,
designs, reference points etc. He shall also study various rules, regulations, codes,
practices etc., applicable to Railway working and rules, regulations and by laws of
state and central government as applicable to project under implementation including
the agreement entered into with the agency/agencies entrusted by the Employer for
execution of works for project completion. He shall also study the
Special conditions of contract and detailed specifications to identify and plan:

a) The methods and the means to be employed for execution of works.

b) The detailed programme given by the works Contractor for


implementing the various activities of the project including stage
working, if any, for achieving the Employer defined milestone
progress during the execution of project leading to successful
completion of all works.

c) The requirement of men, machinery and material for the desired


progress at different stages of project execution in advance, so that the
project gets implemented without any hindrances as per the above
mentioned programme.

d) Planning the requirement of machinery and materials which shall be


issued by Employer, scheduling and ensuring the availability of
machinery and materials at-site in consultation with the Employer and
their proper utilization and accountal.

e) Checking along with the works Contractor, the correctness or


otherwise of the Employer provided reference points, data, drawings
and take corrective action by way of
modifying/rectifying/supplementing the available reference
points/data/drawings and to remove any
inconsistencies/redundancies/voids (gaps) in the execution
plan/schemes for safe and economical execution of works.

f) Planning for the various checks and supervisory/managerial functions


to be performed in- house for the Project Management Consultancy,
and providing competent, qualified and experienced staff including
support staff to ensure implementation of various obligations of the
work’s contract.
g) Planning for maintenance of Records to be kept e.g. checks to be
carried for passing of materials/works at various stages, measurement
Section 4 Page 52 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

of works/materials used, Account of materials etc.

h) Planning for submitting various documents required for works


requiring EIG/CRS’s sanction, checking of Completion drawings,
plans, work closed statements etc.

5.1.2 Review: The Consultant shall

(i) Review the Detailed Project Reports, including the detailed construction
drawings, and the contract for the project work. The review shall identify any
defects or omissions that compromise the completeness or consistency of the
design including checking of design or affect the viability, accuracy or
implementation of the construction contract.

(ii) Review the adequacy of the contractor’s quality management system and
contractor’s proposed personnel specified in the construction contract.

(iii) Checking of designs/drawings as to functionality, general layout, adherence


to specifications and provisions of relevant codes, constructability and
construction impacts, maintainability and aesthetics;

(iv) Approved Designs and Drawings made available by Employer will be


required to be checked by consultant for correlating the data shown in
drawings with actual available at site, minor changes (e.g. change in
foundation design because of actual type of soil strata found during
excavation resulting in variation from design soil bearing capacity, change in
dia of reinforcement due to non- availability of the reinforcement shown in
the drawing etc.). Review drawings and specifications for construction
including suggestions on design changes during progress of work. Drawings
not included in the construction contractor’s scope including those required
for phase working shall be prepared by the consultant. Further if any
plan/drawings/Design (Tracing & prints) maintained by railway are required
for execution of the works shall be arranged by Consultant for reference,
alteration, modification etc. He shall arrange approval of various drawings
from concerned railway. The drawings and design work has to be followed
till the submission of as made (i.e. completion) drawings to railways.
Checking of Design and Drawings for all temporary works will also be done
by consultant.

(v) Deleted

(vi) Deleted

(vii) Liaison between various contractors, designers, such that the designs for
these sub-systems, that in particular their civil works, such as ducting,
Section 4 Page 53 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

pedestals, cabins, poles and supports will be integrated properly into the
overall project works.

(viii) Review proposal for acceptance by RDSO under the guidelines of cross
acceptance for any equipment or system proposed by the contractor for
execution of the work.

5.2 Quality Assurance: The Consultant shall:

a) Prepare a Quality Assurance Manual, detailing the consultant’s quality


assurance/control procedures, to be submitted within 30 days of commencement
of service.

b) Assist the contractor to evolve a system of Quality Assurance for the works,
including but not limited to, establishing testing frequencies and acceptance
criteria for all materials and construction activities in accordance with the
specifications. The system should specify the prescribed quality checks and their
frequency to be performed, acceptable limits for each quality check and do’s and
don’ts for all important activities, in appropriate format acceptable to the
Employer, so that the same can be provided to the concerned field officers
responsible for supervision of respective items for ready reference.

c) Ensure that the procurement of materials and equipment are from the authorised
sources and are duly inspected by the nominated agencies.
d) Inspect and approve all materials received at site proposed to be incorporated in
works;
e) Check concrete mix designs proposed by the contractors and approve/suggest
modifications to the mix designs, laying methods, sampling, testing procedures
and quality control measures to ensure the required standards and consistency in
quality at the commencement of activities;

f) Inspect the quality of the works with regard to workmanship, compliance with
the specifications and all necessary testing required for acceptance of any item of
work;

g) Assess and check the laboratory and field tests carried out by the contractor, and
carry out independent tests in the site laboratory, wherever necessary;

h) Maintain records of all testing, including cross referencing to items of work to


which each test refers and the location from which any samples were obtained for
testing.

i) Issue orders to the contractor to remove or make good any work which is found
to be:
Section 4 Page 54 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

a) Not in accordance with the drawings.

b) Not in accordance with the specifications in terms of either work methods


or materials specifications.

c) Covered prior to inspection for acceptance or after rejection as


unacceptable.

j) To ensure technical conformance to the works, Quality Assurance Plans,


Schedule of Dimensions for Broad Gauge etc.

5.3 Project Control:

5.3.1 The consultant shall monitor the project covering all aspects of the project but not
limited to:
a) Progress in accordance with work schedules with the objective of taking
remedial measures to ensure project completion date and costs.
b) Critical Interface requirements particularly when different agencies are
involved whether under different contracts or within the same contract for
works.
c) Cost Control
d) Environmental matters such as Environmental Mitigation Plan (EMP) and
its implementation.
e) Quality Control/Quality Assurance Plan.

5.3.2 The Consultant shall develop systems to professionally manage the project
implementation. The system to include the physical and Financial Progress vis-à-vis
program and forecast cash flow. Critical path analysis using suitable Project
Management Software such as TILOS/Primavera or similar as mutually agreed with
the Contractor and the Employer. Establishing project monitoring and reporting
program for the project to fulfil the requirements of project and to highlight issues
such as constraints of resource, manpower and equipment, interfaces issues pending
approvals and critical activities which are impeding progress of the project. The
Program must identify the milestones, interface requirements and program reporting
elements. The consultant shall supply a soft copy of program (macro) developed. The
output shall be updated every month.

5.3.3 Project Management control to include cost, schedule, quality control, technical
performance and reporting for the entire project, up to the end of the defect liability
period of the contract.

5.3.4 The consultant shall take actions as may be necessary for expeditious completion
within the contract period.
Section 4 Page 55 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

5.4 Construction Supervision:

5.4.1 The Consultant shall:

(i) Ensure adequacy, stability and safety of all personnel and construction works
being executed by the contractor during the construction, operation and
maintenance upto the end of the defect liability period, including ensuring the
safety of the running trains in the vicinity of the project site.
(ii) Ensure that the works to be carried out on running lines are coordinated,
planned meticulously and executed without exceeding the traffic and power
block, ensuring that Railway operations are not disturbed by duly
coordination with Railway authorities, arrangement of power and traffic
blocks from Railway will also be the responsibility of consultant. He shall
also ensure safety of workers, Railway assets, Rolling stock and Railway
users.

(iii) Conduct site visits to review progress in implementation, including physical


progress, environmental mitigation, contractor performance, and adequacy of
contractor’s supervision.

(iv) Assist/advise the Employer timely regarding handing over the site by
Railway which they will hand over in stages, in the advance actions required
to be taken for the handing over of the site and to achieve the milestones for
completion of the construction packages.

(v) Assist the Employer in co-ordination with different agencies and hold
meetings for proper and timely implementation of the Project.

(vi) Assist the Employer for liaison and co-ordination with the relevant authorities
to remove all obstacles and encumbrances from the project- site, including
utility relocation and tree cutting, as required.

(vii) Assist the Employer in coordination with different agencies and hold meetings
for proper and timely implementation of the project.

(viii) Assist the Employer in the proper monitoring of progress of the works
through computer aided project management techniques.

(ix) Check contractor setting out for conformance with the drawings.

(x) Maintain close liaison with State Electricity Board to ensure modification of
overhead powerlines.
(xi) Prepare/issue modified drawings required for variation orders, or any other
change, agreed by the Employer.
Section 4 Page 56 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(xii) Approve contractor’s proposed designs/drawings for all temporary works


except that of the launching scheme for triangulated steel girders.

(xiii) Inspect at regular intervals the contractor’s plant and facilities, including the
workers’ accommodation at site, to ensure conformity with the construction
contract and all government/state regulations.
(xiv) Inspect the contractor’s safety measures, including labour welfare, and
immediately notify both the Employer and the contractor of any infringement
or violation.
(xv) Maintain records, working/as-built/completion drawings, and test data, details
of variations, correspondence, and diaries in the formats approved/specified
by the Employer.
(xvi) Verify lines and levels to ensure works are being executed as per the
approved drawings/layouts, alignments and levels.

(xvii) Check all hidden measurements through Project Manager/Resident Engineer


which shall be recorded by Experts before covering the works.

(xviii) Ensure that the materials used meet the specifications.

(xix) Ensure that the quality of workmanship and the temporary


arrangements/structures made for carrying out the works meet the
requirement of specifications and safety standards.

(xx) Ensure that the reinforcement provided is as per the approved drawings tied
properly with cover blocks and chairs as required.
xxii) Inspect the works or any part of the works, at substantial completion and advise
the Employer and the contractor of any outstanding work, including defect, to
be completed/remedied during the defect liability period.
(xxiv) Inspect the works at appropriate intervals during the Defect Liability Period.
(xxiii) Ensure “as-built/completion” drawings, as true record of the works as
constructed, are documented and kept in a systematic manner by the
contractor.
(xxiv) Prepare an inventory of the completed works, in a format agreed with the
Employer, for use by the maintaining authority.
(xxv) Maintain accountal of various materials and machinery as stated below.
(xxvi) Maintaining material at site account for (a) all materials to be issued by the
Employer free of cost, (b) all released materials till they are handed over to
the Railway/re-used.

Section 4 Page 57 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(xxvii) Maintaining accounts of (a) material brought to the site by the Contractor for
which secured advance has been paid and the use of such material; (b) other
materials brought to the site by the Contractor for which part payments are
arranged and the use of such material; (c) other materials brought to the site
by the Contractor or which, no payment will be made till they are laid and use
of such material for execution of works.
(xxviii) Maintenance of accounts of machinery made available by the Employer to
the Contractor, either free of cost or otherwise, and their effective utilization.
(xxix) Submission of monthly statement of material consumed and material balance
available to employer and review the consumption.
5.5 Conflict and Change Management:

5.5.1 Any disputes with regard to works being executed by the contractor shall be resolved
in the most amicable manner in accordance with the provisions of the contract.

5.5.2 The proposals for variations shall be processed in the shortest possible time duly
coordinated with the Contractor and the Employer.

5.6 Measurement and Payment:

5.6.1 The Consultant shall:


i) Take measurements (including plotting of cross sections for earthwork) and
keep measurement records, in measurement books issued to him by the
Employer.
ii) Issue interim certificates for progress payments.
iii) Certify completion of part or all of the works.
iv) Review and ensure continuity of the contractor’s sureties in approved
formats.
v) Prepare quarterly cash flow projections for the Employer in a format
acceptable to the Employer. Cash flows should identify budget estimates for
all outstanding work.
vi) Update cost estimates on completion of 50 percent, 75 percent and 100
percent of the Project.
vii) Maintain records of all plant, labour and materials used in the construction of
the works.

viii) Check and agree the contractor materials ordering schedule.


ix) Analyses claims submitted by the contractor and prepare are port for the
Employer addressing the contractual basis, in terms of both technical and
financial issues, for the claims and recommendations for a response to the
Section 4 Page 58 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

contractor.
x) Assist the Employer in providing clarifications/explanations to the
observations made from time to time by auditors.
xi) Co-operate and assist the Central Vigilance Commission and other
organizations as instructed by the Employer in the event that the construction
of the Project is subject to review.
xii) Adhere to RVNL’s Procedure Order No. C/RVNL/065/2006/3 Pt.III dated
23.08.2016 for measurement and payments (Annexure-10), with latest
amendments, and also adhering to provisions in specifications and Bill of
Quantities as detailed in the construction contract.
5.7 Project Completion:

5.7.1 The Consultant shall issue the relevant certificates as may be required in the
construction contract documents.
5.7.2 Consultant shall be responsible to obtain all records of completion drawings and
completion documents from the contractor and prepare completion estimates in
accordance with provisions of Indian Railways Engineering Code.
5.8 Reports:

5.8.1 The Consultant shall prepare and issue to the Employer six (6) copies of the
following reports, the format and content of which are to be acceptable to the
Employer:

(i) An Inception Report to be submitted within 21 days of commencement of


services.

(ii) Project Management Plan: Within 30 days of the Effective Date.

(iii) Systems and Procedures duly covering quality and safety plan: Within 45 days of
Effective Date of services along with necessary preform as, stationery for smooth
functioning.

5.8.2 In addition to the above the Consultant shall provide the following reports in a
format approved by the Employer.

i) A daily report including significant events, if any, on the previous day. The
report shall be sent by e-mail or fax to the Employer’s head office and the
Employer’s representative at site. This report will also include any
event/happening which is likely to affect the progress, quality of work and safety.

ii) A brief monthly progress report to be submitted within 7 days of the end of each
Section 4 Page 59 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

month. This report should include details on progress of checking of


designs/drawings/approval of drawings and specifications for construction,
deployment of technical and supervisory staff by the Contractor and progress of
construction work with reference to the targets.

The report should also include: -

(a) List of approval sought and given. Measures aimed at course corrections–their
requirement and their implications.

(b) Unresolved claims their genesis, justifications and recommendations on the same.

iii) A detailed Quarterly Report, to be submitted within 14 days of the end of each
quarter. Quarterly reports should include a description of project activities
illustrated by progress/completion photographs, status of any delays and detailed
plan to make up any shortfall or deficiency, status of contractual claims, and
details of all latest financial projections;

iv) A detailed Contract Completion Report with completion documents within 6


(six) months of completion.

v) Any other report as sought is the Employer from time to time.

6. Implementation Arrangements:

6.1 It is anticipated that the consulting services defined under this TOR are anticipated to
commence as specified in Data Sheet in Section 2 hereof. The actual commencement
date will be confirmed during negotiations and will be dependent upon progress
towards the award of the construction contract.
6.2 The period of services has been derived on the basis of the consulting services
commencing in the same month as the commencement date of the construction
contract and extending 180 days in to the Defect Liability Period. However, neither
the Commencement Date(s) nor the end of the Defect Liability Period shall be
construed as necessary conditions of either commencement or completion of the
consulting services.
6.3 Project Director, nominated by the Employer, will be the Employer’s Representative.

Section 4 Page 60 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annexure 1

CODES AND SPECIFICATION


1 The execution of all works under this tender shall conform to the specifications and
codes of practice mentioned below as amended from time to time.
1.1 RVNL specifications for materials and works.
1.2 Indian Railway Unified Standard Specifications (works
and materials).
1.3 Indian Railway Permanent Way Manual 1986.
1.4 Indian Railway Schedule of Dimensions.
1.5 Indian Railway Bridge Manual
1.6 Indian Railway Standard Bridge Rules.
1.7 Indian Railway Standard Bridge Substructure Code 1985 (revised)
1.8 Indian Railway Concrete Bridge Code
1.9 Indian Railway Steel Bridge Code.
1.10 Indian Railway Standard Specification for fabrication and erection of steel
girders
1.11 Guidelines for Earthwork in Railway Projects – GE 1.
1.12 Guidelines and Specifications for Design of formation for Heavy Axle
Loads- GE 14.
1.13 Any other relevant IRS/IS/IRC or other codes.

1.2 CODES OF PRACTICE TO BEFOLLOWED:

The following codes of Practice shall be followed generally unless otherwise


specified otherwise. In the absence of relevant provision of specifications in the
under mentioned BIS/IRS/IRC codes, the reference shall be made to International
codes/best available engineering practice but with the approval of Engineer –in-
charge of RVNL.
IS:5878 (Part I) 1971 Precision Survey and setting out.
IS: 4081-1967- Safety Code for Blasting and Related drilling operations.
IS: 9103-1979 -Admixtures for Concrete.
IS: 3764- 1966- Safety Code for Excavation work.
IS: 4138- 1977- Safety Code for Working on Compressed Air.
IS:7293- 1974- Safety Code for Working with construction Machinery.
IS: 823-1964 - Code of procedure for manual metal Arc welding of mild steel.
IS: 816-1969 -Code of practice for use of Metal Arc welding for General

Section 4 Page 61 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Construction in Mild steel.


IS: 1566-1967- Hard Drawn steel wise fabric for Concrete reinforcement.
IS: 456-1978- Code of Practice for Plan and Reinforced Concrete.
IS: 1893-1975-Criteria for Earth quake resistant design of structure.
IS: 1200 (Part-XXV) 1971-- Methods of Measurement of Building and Civil Engineering
works.
IS:1905-1980-Code of Practice for Structural safety of Buildings, Masonry walls.
IS: 1256-1967-Codes of Practice for Building Bylaws (First Revision)
IS: 458- 1971-Concrete pipes (with and without reinforcement).
IS: 800- 1962-Code of Practice for use of Structural steel in General Building Construction.
IS 11384 – Code of Practice for Composite Construction for Structural Steel and Concrete.
IS 2339 for Aluminium Paint ready mix; IS 2062 for Structural Steel
IS 961-1975 Indian Standard Specifications for Structural Steel (High tensile) revised SR-
58-HTC grade with copper content of 0.2 to0.35 per cent shall be used for the High Tensile
steel items.
IS 1149-1973-for High tensile steel rivet bars for structural purpose, with copper content of
0.2 to 0.35 per cent;
IS 1929-1961-and IS 2155-1962-General Dimensions of rivets. IS 102-1962-for Paint ready
mixed red lead, non-setting.
IS 123-1962-Paint ready mixed red oxide genuine;
IS 1367-1967-for Mild Steel bolts and nuts;
IS 4756 Safety Code for tunnelling works.
IS 5878 (Various parts) codes of practice for tunnelling. IS15026 Tunnelling Methods in
rock masses-Guide lines.
IS: 9012 Recommended practice for Shotcreting.
Indian Explosive Act-1988 Indian Explosive Rules –1983
NOTES:
 The latest edition of all the codes of practice along with the up to date
correction slips shall be applicable.
 Decision of Engineer regarding the interpretation of specification shall be final
and binding on the contractor
 All relevant codes mentioned above and as directed by Engineer-in- charge
shall be made available by the consultant at site at his own cost.

Section 4 Page 62 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annexure-2

BROAD TASK ASSIGNMENT FOR KEY


PERSONNEL OF CONSULTANT

S.No. Position Stage Task Assignment


1 Chief Tunnel During pre- Team Leader – Design with
Design Engineer construction stage Overall Responsibility during pre-
construction Stage
- Alignment
Review and
Modifications
- Identify Additional
Topographic Survey
- Design Criteria and
Specifications
- Quality Control Plan
- Preparation of Inception Report
- Design of Safety System
Concepts
- Tender Design of Tunnel
- Construction Methodology
- Additional
geotechnical
Investigations
- Tunnel and Civil works
- Tender assessment
- Up-dating Tender Design
2 Resident During pre-  Review of
Geotechnical construction stage Geotechnical
Engineer Investigations.
 Design Criteria and
Specifications
 Preparation of Inception Report
 Geotechnical Investigations
 Tender Design of Tunnel
 Design of Cut and Cover and
Portals
 Risk assessment
 Up-dating Tender Design

Section 4 Page 63 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

S.No. Position Stage Task Assignment


Design during - Development of Final
Construction stage Design- Tunnels
- Cut & Cover and Portal
Structures
- Preparation of Final Design
- Risk assessment
- Temporary Excavations
3 Resident During pre-  Alignment
Geologist construction stage Review and
Modifications
 Review & Proposal of
Geotechnical Investigations
 Risk assessment
 Preparation of Inception Report
 Geotechnical Investigations
 Tender Design of Tunnel
 Design of Cut and Cover and
Portals
 Up-dating Tender Design
Design During  Analysis of Geological
Construction stage Mapping Data from Face.
 Geological Records of the
tunnels.
 Risk assessment
 Additional geotechnical
Investigations and its
evaluation.
4 Project Manager During Overall responsible for
(Tunnel Construction stage Assignment
Construction - Quality Control Plan
Engineer) - Construction Methodology
- Risk assessment
- Design of Safety Systems.
- Tunnel and Civil works
- Tender assessment
- Overall role of PMC
5 Resident During - Supervision of all physical
Engineer- Tunnel Construction stage activities at the tunnel face.
Construction - Face works documentation.
- Application of design
support system.

Section 4 Page 64 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

S.No. Position Stage Task Assignment


6 Resident During - Quality control of Earth Works.
Engineers Construction - Construction methodology
Civil - Safety and risk assessment
- Ensuring clearances of water
way of minor bridges

Section 4 Page 65 of 65
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

SECTION 5

FORM OF AGREEMENT,

GENERAL CONDITIONS OF CONTRACT (GCC)

AND

SPECIAL CONDITIONS OF CONTRACT (SCC)

Section 5 Page 1 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

CONTENTS
Cl NO. Description Page
A: FORM OF CONTRACT AGREEMENT 3 to 6
CONTAINING CLAUSES
1 Services 4
2 Reports 4
3 Personnel 4
4 Commencement Date 4
5 Date of Arrival 4
6 Provision of Services and Payment to the Consultant 4
7 Accounts for payment 5
8 Authorized Representative of Consultant 5
9 Notices and Requests 5
10 Effective Date 6
11 Miscellaneous 6
12 Documents forming the Contract 6
B :GENERAL CONDITIONS OF CONTRACT 7 to 35
Article
No.
I Personnel 7 to 10
II Staffing Schedule 10 to 11
III Performance of the Services 11 to 15
IV Sub-Contracts 15
V Relationship of parties 15
VI Payment and mode of Billings 16 to 21
VII Accounts and Records 21 to 22
VIII Indemnity and Insurance 22 to 23
Ownership of work product, Computer Programs and
IX 23 to 24
Equipment
X Disposal of Data & Equipment 25
XI Co-ordination 25
XII Exemptions and Facilities 25
XIII Force Majeure 25 to 26
XIV Suspension 27
XV Termination 27 to 30
XVI Settlement of Disputes 30 to 33
XVII Variations 33 to 34
XVIII Conflict of Interest 34
XIX Confidential Information 34 to 35
XX Contractual Ethics 35
XXI Compliance to Laws, Bylaws and Regulations 35
XXII Specifications & Designs 35

Section 5 Page 2 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Cl NO. Description Page


C:SPECIAL CONDITIONS OF CONTRACT 36 to 45

Section 5 Page 3 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

A: FORM OF CONTRACT AGREEMENT

DETAILED DESIGN AND PROJECT MANAGEMENT CONSULTING SERVICES


FOR THE IMPLEMENTATION OF RAILWAY PROJECTS-

CONTRACT No. __________________

This AGREEMENT (hereinafter, together with all the appendices/attachments attached hereto
called the “Contract”) is made on the _________ day of __________, 2011, between the
______________________________________ on the one part (hereinafter called the
“Employer”) acting through the Managing Director, and ____________________ in
association with_______________________________ (hereinafter [jointly] called the
“Consultant”) on the other part [notwithstanding such association] the Consultant will be
represented hereunder at all times by ____________________ which will retain full and
undivided responsibility for the performance of obligations hereunder and for the satisfactory
completion of the Consultant's services to be performed hereunder.

WHEREAS

A) Rail Vikas Nigam Limited has been established by Ministry of Railway, hereinafter
referred to as “Railway” as a Special Purpose Vehicle (SPV) under the Companies Act
1956 to develop, mobilize resources and implement these projects which are part of
National Railway Vikas Yojana (NRVY) Scheme through a Memorandum of
Understanding.

B) The Employer has requested the Consultant to provide consulting services for
“Detailed Design and Project management Consultancy for the works --------------
-------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------
----------
C) The Consultant has agreed to provide the Services on the terms and conditions set forth
in this Contract.

NOW THEREFORE the parties hereto hereby agree as follows:

Section 5 Page 4 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Clause 1. Services

The work to be performed by the Consultant under the Contract (such work
being hereinafter called the Services) is more particularly described in the
Terms of Reference (TOR) set forth in the RFP document. Any modifications
to such TOR that materially impact upon the Services which may be agreed
between the Consultant and the Employer pursuant to Section 17.01 of the
General Conditions of Contracts and any subcontract approved by the Employer
pursuant to the terms of Section 4.01 of the General Conditions of Contract,
shall only be implemented with the prior concurrence of the Employer.

Clause 2.Reports

The Consultant shall submit to Employer in the English language the reports
and documentation specified in TOR.

Clause 3. Personnel

(a) Subject to Sections 1.01, 1.02, 2.01 and 3.01 of the General Conditions of
Contract, the Services shall be carried out by the personnel specified in the RFP
document (hereinafter called the personnel) for the respective periods of time
indicated therein.

(b) The consultant shall, at all times, ensure that there is a Team leader and/or
Project Manager acceptable to the Employer to supervise and coordinate the
operations of the personnel in the field and to be responsible for liaison between
the Consultant and the Employer.

Clause 4. Commencement Date

(a) For detailed design stage, the Consultant shall commence the Services within
fifteen (15) calendar days after the issue of LOA.
(b) Project Management Services and Design Support services during construction
stage: The consultant shall commence the services within 45 days from the issue
of notice of commencement by the Employer.

Clause 5.Date of Arrival

The Consultant shall promptly inform the Employer of the date of arrival of the
personnel at site.

Clause 6.Provision of Services and Payment to the Consultant

(a) In consideration of the payments to be made by the Employer to the Consultant


as indicated in this agreement, the consultant hereby covenants with the

Section 5 Page 5 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Employer to provide the services in conformity in all respects with the


provisions of the contract.
(b) The Employer hereby covenants to pay the Consultant in consideration of the
provision of services for completion of the project, the contract price or such
other sum as may become payable under the provisions of the contract at the
time and in the manner prescribed in the contract.

Clause 7. Accounts for Payment

Subject to Articles VI of the General Conditions of Contract, all payments under


this Contract shall be made to the following account of the Consultant:
………………………………………………………………………
(To be indicated by the Consultant and agreed by the Employer)

Clause 8. Authorized Representative of Consultant

Any action required or permitted to be taken, and any documents required or


permitted to be executed under this Contract may be taken or executed on behalf
of the Consultant by a designated representative and on behalf of the Employer
by designated representative of Rail Vikas Nigam Limited.

Clause 9.Notices and Requests

Any notice or request required or permitted to be given or made under the


Contract shall be in writing and in the English language. Such notice or request
shall be deemed to be duly given or made when it shall have been delivered by
hand, mail, telex or facsimile to the party to which it is required to be given or
made at such party's address (given below) specified in writing to the party
giving such notice or making such request.

The Chief Project Manager,


Rail Vikas Nigam Limited
-------------------------------
-------------------------------,
-------------------------------

For the Consultant


_____________________
_____________________

Section 5 Page 6 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Clause 10. Effective Date

(a) The Contract shall become effective upon the date notice is given to the
Consultant to proceed with the Services pursuant to Clause 4 above.
(b) Should the Contract not have become effective within ninety (90) calendar days
of the issue of Letter of Acceptance, either party may, by not less than ten (10)
calendar days written notice to the other party, declare the Contract to be null
and void, and in the event of such a declaration by either party, neither party
shall have any claim against the other party with respect hereto.

Clause 11.Miscellaneous
(a) No delay in exercising or omission to exercise, any right, power or remedy
accruing to their party under this contract upon any default shall impair any such
right, power or remedy, or be construed to be a waiver thereof or an
acquiescence in any default, affect or impair any right, power or remedy of such
party in respect of any other subsequent default.
(b) The General Conditions of Contract and documents attached hereto, which
including this Agreement collectively constitute this Contract (as defined
hereinabove) are each integral and substantive parts of this Contract and are
fully binding on each of the parties.

Clause 12: Documents forming the Contract


The following documents along with original RFP documents,
addendum/corrigendum or any other reference made in connection with RFP
document shall be deemed to form and be read and construed as part of this
Contract Agreement.
i) The Letter of Award
ii) The consultant’s Proposal along with the addenda
iii) All correspondence between Consultant and Employer after Submission of RFP
and before issue of Letter of Award.
iv) Notice to Proceed.
v) Performance Security.

IN WITNESS WHEREOF, the parties hereof have caused the Contract to be signed in
their respective names as of the day and year first above written.

FOR AND ON BEHALF OF (THE EMPLOYER)

______________________________________
(Authorized Representative)

FOR AND ON BEHALF OF (THE CONSULTANT)

Section 5 Page 7 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

______________________________________
(Authorized Representative)

Section 5 Page 8 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

B: -GENERAL CONDITIONS OF CONTRACT


ARTICLE I
Personnel
Section 1.01: If any of the key personnel, for whom CV has been submitted with the
proposal, and the personnel has obtained a score less than 70% during
evaluation, the Consultant shall provide replacement at the time of initial
deployment as per undertaking submitted.

Consultant shall promptly submit the CV of the personnel proposed to


be deployed as replacement and RVNL shall convey approval/rejection
(after personal meeting, if required, with Project Director), within a
period of 10 days of receipt of such CV. In case RVNL does not convey
the approval/rejection within 10 days of receipt of CV for the proposed
personnel, the Consultant shall give a reminder to the Employer
promptly and wait for the decision of the Employer for another 10 days
from the receipt of such reminder by the Employer, if still Employer fails
to convey its approval/rejection of the CV, then the CV shall be deemed
to be accepted and such proposed personnel shall become eligible for
deployment.

Failure in deployment within 90 days of the request for deployment by


the Employer shall result in deduction @ 1% of the accepted monthly
remuneration rate of the key personnel per day of delay, for the first 90
days after the notice period of 90 days. For delay beyond first 90 days, a
deduction @ 2% of the accepted monthly remuneration per day of delay
shall be applicable.

Section 1.02: The Consultant is expected to deploy the key personnel for whom the
Consultant has submitted the CVs with the proposal, no changes shall be
made in the personnel at the time of initial deployment. However,
personnel, who are not asked to be deployed by the Employer at the time
of issue of LOA or LOA was not issued within 180 days from the
deadline of submission of applications, may be changed with equal or
better qualification and experience. If, for any reason (except as
mentioned in the forgoing sentence) beyond the reasonable control of the
Consultant, it becomes necessary to replace any of the personnel, the
Consultant shall forthwith provide a replacement acceptable to the
employer with equivalent or better qualifications and experience (Total
marks obtained in evaluation as per ITC clause 5.7.2.4 should be equal
or more than the replaced personnel. However, personnel obtaining
lower marks subject to a maximum reduction of 5% of marks of the
personnel being replaced and also satisfying the minimum stipulated
qualification and experience may be accepted on reduced rate {accepted
rate x 0.95 x the score obtained by the proposed personnel/the score of
the personnel being replaced} subject to further condition that in case
this is leading to vitiation in contract i.e. change in rank based on
combined scores as per ITC 5.7.4, the rate has to be further reduced to
avoid vitiation.) subject to the provisions of Para 1.04 below.

Section 5 Page 9 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

In case RVNL does not convey the approval/rejection within 10 days of


receipt of CV for the proposed replacement, the Consultant shall give a
reminder to the Employer promptly and wait for the decision of the
Employer for another 10 days from the receipt of such reminder by the
Employer, if still Employer fails to convey its approval/rejection of CV,
then the CV shall be deemed to be accepted and such proposed personnel
shall become eligible for deployment.

Section 1.03: In the event that any of the deployed personnel is found by the Employer
to be incompetent, guilty of misbehaviour or incapable of discharging
the assigned responsibilities, the Employer may direct the Consultant by
a written notice, at the expense of the Consultant, to forthwith provide a
replacement with equivalent or better qualifications and experience
(Total marks obtained in evaluation as per ITC clause 5.7.2.4 should be
equal or more than the replaced personnel) acceptable to the Employer.

Consultant shall promptly submit the CV of the personnel proposed to


be deployed as replacement and RVNL shall convey approval/rejection
(after personal meeting, if required, with Project Director), within a
period of 10 days of receipt of such CV.

Such replacement should be arranged at the earliest but not later than 60
days of such notice. If a replacement is not given within 60 days then a
deduction @ 1% of the accepted monthly remuneration rate per day of
delay, for the first 60 days after the notice period of 60 days shall be
applicable. After 60 days period, a deduction @2% of the accepted
monthly remuneration rate per day of delay shall be applicable. In case
RVNL instructs to remove the personnel with immediate effect in the
interest of project implementation, the Consultant shall be bound to
comply with Employer’s instructions without demur. However, in such
a case payment of remuneration for the notice period of 60 days shall be
borne by RVNL.

In case RVNL does not convey the approval/rejection within 10 days of


receipt of CV, the period of 60 days shall deemed to be extended by the
number of days taken beyond stipulated 10 days subject to the condition
that there is no delay on account of the Consultant in presenting the
person for meeting with Project Director on the date decided and
conveyed by RVNL and in such a case, the Consultant shall give a
reminder to the Employer promptly and wait for the decision of the
Employer for another 10 days from the receipt of such reminder by the
Employer, if still Employer fails to convey its approval/rejection of the
CV, then the CV shall be deemed to be accepted and such proposed
personnel shall become eligible for deployment.

Section 1.04 If the key personnel are required to be replaced on its own by the
consultant at the time of initial deployment as per section 1.02 above or
the key personnel are replaced by the consultant within two years of

Section 5 Page 10 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

initial or subsequent deployment during construction stage, for the


reasons other than permanent long term disability or death, for total
replacement above 25% of key personnel (rounded off to nearest whole
number), remuneration shall be reduced by 10% of the accepted
remuneration rate of the personnel replaced.

Section 1.05: The Team Leader and key personnel being important controlling
personnel for the project should normally not be changed once deployed.
However, in exceptional circumstances if change is a must, then an
overlapping period of 15 days is to be provided for proper handing over
and taking over. For such overlapping period, the Employer will pay the
man-month rate for one person only. In case if such overlapping period
is not ensured, recovery @2/30th of the accepted monthly remuneration
rate of the personnel shall be done for each day of reduction in overlap.
Section 1.06: If CV of the proposed personnel is found incorrect or inflated at a later
date, the personnel accepted will be removed from his assignment and
debarred from further assignments in RVNL works for a period of 3
years. If a consulting firm submits such incorrect or inflated CV for the
second time in the same contract, necessary action will be taken by
RVNL to debar the firm from participation in future assignments of
RVNL for a period up to 2 years.

Section 1.07: To ensure better discipline, management and better availability of PMC
personnel, the Consultant shall ensure that the deployed personnel reside
in the vicinity of the PMC office(s) in their work area by making suitable
arrangement. Failure to ensure this will be treated as non-compliance of
contractual obligations under section 3.07.

Section 1.08 The deployment schedule for each Expert and Supervisor for the next
Intimation of Daily day should be fixed on daily basis by the Team leader/Project
Deployment Manager on the previous evening, and conveyed by email to the
concerned CPM/Project Director of RVNL. Failure to ensure this
will be treated as non-compliance of contractual obligations in terms
of section 3.07. If during check by RVNL any of the personnel is not
found at site as per the deployment intimated, the person shall be
marked absent for the day.

Section 1.09: The Consultant shall not recruit, or attempt to recruit personnel from
amongst persons in the services of the Employer, or working on the
works of the Employer from contractors/consultants side unless such
recruitment is for a position higher than the existing position of the
person, which can be done only after the approval of the Employer. In
case of non-compliance detected at any time the Employer it will be
treated as non-compliance of contractual obligations in terms of section
3.07 and may also lead to termination of contract.

Section 5 Page 11 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Section 1.10: Any personnel who have been removed by RVNL, in any of its contracts, shall
not be recruited for the assignment.

Section 1.11 Minimum Monthly Payment by the Consultant:

The Consultant shall ensure that each national personnel deployed for
services is not paid less than the minimum monthly payment stipulated
below for each category:
Resident Engineer - Rs.79,000/-
Expert - Rs.62,000/-
Supervisor - Rs.48,000/-
The payment for this purpose shall include only salary, leave salary,
medical insurance, PF contribution of the employer.
The minimum payment as specified above shall be applicable for the first
12 months from the date of commencement and shall be increased @ 5%
every 12 months from the date of commencement. However, any
reduction in remuneration rate under provisions of this Article 1 of GCC
shall not affect the payment of minimum monthly salary to the personnel
by the consultant.

The Consultant will certify in each interim payment certificate that no


personnel is being paid less than the minimum stipulated amount. In
addition, the Consultant will be required to submit documentary proof
thereof as demanded by RVNL including Form 24 or any other relevant
Form (submitted quarterly to Income Tax Department) and Form 16 or
any other relevant Form (Issued annually to the employee) under Income
Tax Act.

Section 1.12 A system of monitoring the progress of the projects through Remote
Eye System is under implementation in RVNL. The Consultant will
be required to visit sites and upload the required information/data
as per the system.

ARTICLE II
Staffing Schedule
Section 2.01: During construction stage, initial deployment of key and non-key
personnel as specified by the employer, will be done within 90 days of
the notice of commencement of Project Management services linked
with anticipation of award of construction contract.

Section 2.02: Employer reserves the right to reduce the nos. and estimated person
months of key personnel and site supervisors by serving 60days’ notice
to the consultant, without any claim on either side, as per site
requirement and the staffing schedule shall be amended accordingly.

Section 5 Page 12 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

ARTICLE III
Performance of the Services
Section 3.01: The Consultant shall carry out the Services with due diligence and
efficiency and shall furnish to the Government and the Employer such
information related to the Services as the Government, or the Employer,
may from time to time reasonably request.

Section 3.02: The Consultant shall act at all times so as to protect the interest of the
Employer and will take all reasonable steps to keep all expenses to a
minimum consistent with sound professional practices.

Section 3.03: The Consultant shall furnish to the Employer such information related
to the Services as the Employer may from time to time reasonably
request.
Section 3.04:
(a) Performance Security
The Consultant shall furnish performance security as specified in Data
Sheet for carrying out the services in accordance with the provisions of
Contract Agreement. The consultant shall ensure that the Performance
Security is valid and enforceable until the Consultant has completed the
services and remedied any defects. If the terms of the Performance
Security specify its expiry date, and the Consultant have not become
entitled to receive the Performance Certificate by the date 28 days prior
to the expiry date, the Consultant shall extend the validity of the
Performance Security up to the anticipated date that the services will be
completed and any defects remedied.
The Guarantee shall be unconditional and irrevocable. The Employer
shall return the Performance Security to the Consultant within 21 days
after issue of Performance Certificate.
Whenever the contract is terminated under Section 15.01 due to default
of the Consultant, Performance Security shall be forfeited in full and the
Performance Guarantee shall be encashed.
The balance work shall be got done independently by the Employer
without risk and cost of the failed Consultant. The failed Consultant shall
be debarred from participating in the tender for carrying out the balance
work.

(b) List of Personnel


The Consultant will submit a list of names of personnel other than Team
Leader-Chief Tunnel Design Engineer-Expat, Resident Geotechnical
Engineer-National and Project Manager (Tunnel Construction
Engineer)-Expat for whom CVs were submitted with the proposal,
immediately required as indicated in the Letter of Award and/or as
indicated separately by RVNL, in Table-1 (Expats), Table-2a
(National), Table-2b (National) of Annexure-1, (Section-2) Attachment-

Section 5 Page 13 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

4 and summary in Form TECH-19 along with the Curriculum Vitae of


each Personnel in Form TECH-27 (Expats), Form TECH-20 (National)
for the persons having the prescribed qualifications and experience,
within a period of 30 days from receipt of such request from RVNL.

Failure to submit the above list shall entitle the employer to terminate
the Consultancy Contract and forfeit the Proposal Security/Performance
security.

The list of balance personnel in full or part, whenever subsequently


required will be provided, fulfilling the qualifications and experience as
prescribed in Table-1&2 (Section-2:ITC), along with the Curriculum
Vitae of each Personnel in Form TECH 27(CV) & Form TECH 20(CV)
and summary in Form TECH-19 as given in section 3, within 30 days
of receipt of such request.

On submission of the CV’s by the consultant, RVNL shall examine the


same and the candidate proposed may be required to have a personal
meeting with the Chief Project Manager/Project Director before the
acceptance of the proposed personnel by the Employer. The approval or
rejection of the personnel will be communicated by RVNL within 10
days.

In case RVNL does not convey the approval/rejection within 10 days of


receipt of CV for the proposed personnel, the Consultant shall give a
reminder to the Employer promptly and wait for the decision of the
Employer for another 10 days from the receipt of such reminder by the
Employer, if still Employer fails to convey its approval/rejection of the
CV, then the CV shall be deemed to be accepted and such proposed
personnel shall become eligible for deployment.

The Firm is required to submit an undertaking (Form TECH 30) at the


time of submission of Proposal that from the list submitted by them, and
approved by RVNL, required personnel at the required time as requested
by RVNL, will be deployed, within 90 days from the date of such request
of the Employer.

In case of failure of deployment of key personnel within time period as


stipulated above, RVNL will be entitled to a deduction @ 1% of the
accepted monthly remuneration rate of that personnel per day of delay,
for the first 90 days after the notice period of 90 days. For delay beyond
first 90 days, a deduction @ 2% of the accepted monthly remuneration
rate of that personnel per day of delay shall be applicable.

Section 3.05: Effectiveness of Contract


The Contract shall come into force and effect on the effective date
subject to fulfilment of conditions precedent to signing of contract
agreement.

Section 5 Page 14 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Section 3.06: Commencement of Services


The consultant shall commence the services in accordance with clause 4
of the Contract Agreement. The anticipated dates of commencement and
completion of works for which detailed design and project management
consultancy is required to be provided by the consultant are:
a) Date of commencement: As specified in Data Sheet of Section-2
(Clause Ref.12 of Section2).
b) Period of Consultancy Services:As specified in Data Sheet of
Section-2 (Clause Ref.13 of Section-2).

Section 3.07 - Deficiency in Services:


a) I) In case of failure of deployment of key personnel;
(i) for whom CVs were submitted along with the tender proposal and not
covered under section 1.01 above, within 45 days of the request of the
Employer; and/or
(ii) from the list submitted by the Consultant subsequent to award of
contract and approved by RVNL, within 90 days from the request of
the Employer;
RVNL will be entitled to a deduction @ 1% of the accepted monthly
remuneration rate of the personnel not deployed per day of delay, for the
first 90 days after the notice period of 90 days. For delay beyond first 90
days, a deduction @ 2% of the accepted monthly remuneration rate of the
personnel not deployed per day of delay shall be applicable.

b) If the Project Director is satisfied about non-performance of any


obligation/provision as stipulated in the Terms of Reference OR non-
compliance of any of the provisions of the contract, a deduction of Rs.25,000/-
or higher but not exceeding 1% of the monthly payment for supervision
consultancy shall be applicable for each instance of non-performance/non-
compliance.
Notwithstanding anything contained above, the Consultant must ensure to
perform/take corrective action on the particular non-performance/non-
compliance in a reasonable time frame. Failure to take corrective action within
a reasonable time frame, depending upon the importance of the activity, may
lead to termination of contract as decided by the employer.
c) If more than 5 incidents occur requiring deductions as mentioned in (b) above,
the Employer may initiate action to terminate the contract due to unsatisfactory
performance, on the recommendations of Project Director.
d) In case an item of work is certified by the Consultant and paid to the contractor
and the work is found to be defective during subsequent checks by the
Employer, or any other agency legally authorised to do so, requiring
replacement, a deduction equal to 5% of the cost of the defective work shall be
applicable on the Consultant (subject to a ceiling equal to original value of
consultancy contract) and shall be recovered from his interim payments. The
Consultants shall also enquire as to the reasons for such failure and submit a
report on the same to the Employer indicating the remedial measures to be taken
to prevent recurrence of such incidents in future.

Section 5 Page 15 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

e) If at any stage, it is detected that the consultant/consultant’s personnel have/has


indulged/done any wrong measurements or accepted sub-standard work,
resulting in over-payment to the contractor, the recovery of such excess amount
shall be made from the works contractor from the next running bill of the
contractor and in case the consultant fails to recover the excess amount the same
shall be recovered from the Consultant. Further, if it is detected that any such
act has been committed wilfully, the concerned personnel of DD&PMC shall be
removed immediately from the project and he shall be debarred to work in any
assignment of RVNL. In addition, action may be taken against the Consultant
for termination of the Consultancy contract.
f) The Consultant is responsible for ensuring safety of workers, railway assets,
rolling stock and railway users on the works being carried out by the contractors.
In case any accident happens at work site which results in loss of life and it is
found after inquiry conducted by RVNL/Railway/Commissioner of Railway
Safety(CRS) that safety measures were lacking, RVNL shall impose a penalty
@ Rs. 5 Lacs on the Consultant for every such incident.
g) Failure in certification of provisional payment or payment after detailed
checking by the PMC as envisaged in sub clause 4.2.3(l) of section 4 shall entitle
employer a deduction of Rs 25,000/- per day of delay.
h) Notwithstanding anything contained above, the Employer may initiate
proceedings for declaring the Consultant “Poor Performer/Banning of Business
Dealings” for the default(s)/failure(s) noted of the Consultant in performance of
their assignment depending upon the gravity/frequency of the default/failure.

Section 3.08 Extension of Time:


a) Extension of time due to reasons not attributable to Consultant: In case of
delays in completion of works and remedying defects during defect notification
period of the construction contract(s) on account of any reason(s) which are not
attributable to the Consultant, the period of consultancy shall be extended by the
Employer on the same rates and terms and conditions of the Agreement.
b) Extension of time due to reasons attributable to the Consultant: If the period
of consultancy is required to be extended due to extension of time of the
construction contract for the reasons attributable to the Consultant, the
Employer shall grant such extension of the Consultancy contract with
imposition of delay damages @ 1/10000 of the contract price for each day of
delay.
Section 3.09 Performance Certificate:
Performance of the Consultant’s obligations shall not be considered to have
been completed until the Employer has issued the Performance Certificate to the
Consultant, stating the date on which the Consultant completed his obligations
under the Contract.
The Employer shall issue the Performance Certificate within 28 days after the
latest of the expiry dates of the Defect Notification Periods of the construction
contract(s), or as soon thereafter as the Consultant has completed and tested all
the Works, including remedying any defects, prepared final bill, completion
report and the Consultant has handed over all the documents and drawings
related to the works to the satisfaction of the Employer.

Section 5 Page 16 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Only the Performance Certificate shall be deemed to constitute completion of


the consultancy services.
Section3.10 Maximum limit of delay damages under section 3.08 and
deductions/recoveries/reduction in payment effected in terms of provisions of
section 1.01, 1.03, 1.04, 1.05 1.06 and 3.07 a) shall be 10% of the original
contract price.
Section3.11 If validity of contract is extended beyond the original time of completion of
services for reasons not attributed to the Consultant, then no deduction shall be
made in terms of section 1.04 for any personnel under deployment on
replacement basis during such extended period.
The provisions of section 1.04 shall be applied afresh starting from start of
extended period i.e. replacements made during the extended period shall only
be counted for arriving at the percentage replacements duly considering all the
conditions of section 1.04.

ARTICLE IV

Sub-Contracts
Section 4.01: Not permitted.

ARTICLE V

Relationship of Parties
Section 5.01: Nothing contained herein or in the Technical Assistance Agreement
shall be construed as establishing or creating between the Employer and
the Consultant a relationship of master and servant or principal and
agent.
Section 5.02: The Consultant shall during the performance of the Services be an
independent contractor retaining complete control over its personnel,
conforming to all statutory requirements with respect to all its
employees, and providing all appropriate employee benefits.
ARTICLE VI
Payments and Mode of Billings
Section 6.01: Payment of the amount due, shall be made in INR as specified in the
Data Sheet, into the bank account of the consultant. However, in case of
JV, direct payment to individual JV partners shall be made on joint
certification (about the net amounts payable to individual partners) by
the authorised representatives of the JV and concerned respective
authorised representatives of the JV partners, after making requisite
recoveries/deductions from the gross payment. In case of any dispute
regarding the net amount payable to individual partners, the Engineer
shall decide the same on the basis of responsibility indicated in the JV
Agreement as the responsibility of each JV partner. Payment to
individual JV shall be treated as payment made to the JV. The said
amount shall not alter any obligation of the JV and its individual partners
under the Agreement and their obligations under the agreement shall
remain joint and several. However, on specific request of the JV the

Section 5 Page 17 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

payment shall be made in the account of JV or to the account of lead


partner of JV.

The Employer shall pay to the Consultant in respect of the Services, such
remuneration on the accepted rates and reimburse the expenditure as per
clause 6.14. The monthly payment will be made @ 95% of the accepted
man month rates as per actual deployment of staff duly certified by
employer or his representative.
a) 5% will be released proportionately to the average financial progress
of the construction contract for which Consultant has been appointed.
b) Deleted
c) However, the payment so withheld in terms of sub- section (a) and
(b) above, can be released by the Employer if the consultant submits
Bank Guarantee(s) of equal amount valid up to 28 days beyond the
completion date of the consultancy contract. The Consultant shall
ensure that the guarantees are valid and enforceable until the
completion of work. If the terms of the guarantee specify its expiry
date, and the work has not been completed by the date 28 days prior
to the expiry date, the Consultant shall extend the validity of the
guarantee until the completion of work failing which Employer shall
have the right to encash the Bank Guarantee(s).
d) In case of validity of contract is extended for reasons not attributed to
Consultant, the payment per month in the extended period shall be
made based on accepted man month rates and actual deployment of
staff. The part of the money held back attributed to financial progress
of work will continue to be released based on actual financial progress
of work
e) In case the contract is extended due to reasons attributed to
Consultant, the payment per month in the extended period shall
made based on accepted man month rates and actual deployment of
staff subject to recovery of delay damages specified in Section 3.08
and no payment for adjustment for changes in cost shall be
permissible. The part of the money held back attributed to financial
progress of work will continue to be released based on actual
financial progress of work.
f) In case the project being supervised is completed ahead of schedule
of the original completion date, then the payment to the consultant
will be restricted up to the month in which the project is concluded
plus the defect liability period.
g) In the event of termination of construction contract or removal of
contractor, no further payment beyond 30 days of such event shall be
made to the Consultant, till it is decided by the Employer, if the
services of the Consultant/personnel are required and in which case
the situation shall be reviewed including further deployment of
consultant’s staff etc.
Section 6.02

Section 5 Page 18 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

a) Remuneration shall be determined on the basis of time spent by the


personnel listed in the Staffing Schedule in performance of the Services after
the Effective Date at the accepted man month rates.

b) Remuneration for periods of less than one month shall be calculated on a


calendar day basis for the time spent in the field for part of the month. The
personnel shall not be entitled to be paid for overtime nor to take paid sick
leave or vacation leave. The Consultant’s remuneration shall be deemed to
cover these items. Any taking of leave by personnel shall be subject to the
prior approval of the Employer (except in emergency cases post facto
approval may be considered by the Employer) and the Consultant shall
ensure that absence for leave purpose will not delay the progress and
adequate supervision of the Services. The period for which the Consultant’s
personnel will be on leave or absent, shall not be charged on the bill and the
bill must be accompanied with the attendance record for the period. In case
a person remains absent for more than 3 days in a month, on one hand period
of such absence shall not be charged on the bill and in addition recovery @
1% of the monthly billing rate of the personnel shall also be done from the
bills of the consultant for each day of unauthorized absence exceeding 3
days. In case, the Consultant becomes aware that the personnel is unlikely
to resume his duty, he shall inform the Employer accordingly and initiate
action for replacement of the personnel. The additional recovery for
unauthorised absence shall be stopped from the day when the Employer is
intimated so by the Consultant. The work of the personnel of the Consultants
will have to be adjusted for proper supervision at all times when the work is
in progress, without any over time according to the requirement at site.

It is anticipated the project during construction stage will have multiple shift
work, 24 hours a day 7 days a week. Working in nights, weekends and
holidays will be required. Back-up Consultant resources should be available
in case of loss of staff, sickness, or vacations or as required for the project.

c) Consultant Personnel can avail one weekly rest, National holidays and three
of the religious holidays from the list of religious holidays declared at
CPM/BHOPAL/RVNL office, with the approval of Project Director, for
which no deduction in their remuneration will be made. Maximum of Six
weekly rests can be clubbed with/without prefixing/suffixing it with
National Holiday, Religious holiday and taken together, solely at the
discretion of the Project Director. However, this will only be with the prior
approval of Employer. Consultant if required shall stagger/defer such
weekly rest or availing National Holiday or religious holiday during
exigencies, so as to ensure uninterrupted progress of works.

Section 6.03: DELETED

Section 6.04: DELETED

Section 6.05:

Section 5 Page 19 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(a) Payments to be made by the Employer hereunder shall be strictly subject


to, and representative of, satisfactory progress achieved by the
Consultant.

(b) Deleted

(c) Deleted
(d) As soon as practicable and not later than fifteen days after the end of
each calendar month during the period of the Services, the Consultant
shall submit to the Employer, in duplicate, itemized statements,
accompanied by receipted invoices, vouchers and other appropriate
supporting materials including the attendance record for the period., of
the amounts payable to the consultant for such month. Each such
separate monthly statement shall distinguish that portion of the total
eligible costs which pertains to remuneration from that portion which
pertains to reimbursable expenses.

Section 6.06: As soon as practicable after the completion of the Services or


termination of the Contract, the Consultant shall submit to the Employer
the Final Statement of Eligible Costs incurred, with vouchers and other
appropriate supporting documents for such reimbursable expenditures
referred to in Section 6.14. The statement shall distinguish that portion
of the total eligible costs which pertains to remuneration from that
portion which pertains to reimbursable expenses.

Section 6.07: Final payment shall be made by the Employer only after the Final
Statement and the Final Report have been submitted by the Consultant
and approved by the Employer. The Consultant shall submit the Final
Statement to the Employer within 120 calendar days of the date of
approval by the Employer of the Final Report. All costs, including
reimbursable expenses, which have not been included in the Final
Statement will not be paid or reimbursed. Should any discrepancy be
found to exist between the actual payments made by the Employer and
the costs authorized to be incurred by the Consultant pursuant to this
Contract, the final payment shall be adjusted by the Employer to reflect
such discrepancy. The Consultant shall reimburse any amount that the
Employer has paid or caused to be paid in accordance with this Section
in excess of the costs actually incurred to the Employer within 3 days
after receipt by the Consultant of notice thereof.

Section 6.08: DELETED

Section 6.09:
(a) Subject to Sections 6.01 and 6.05 above, the Employer shall pay to the
Consultants the amounts claimed pursuant to this Article VI within twenty-
one (21) calendar days after receipt of satisfactory statements and
supporting documents. The Employer may add to or subtract from any

Section 5 Page 20 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

subsequent payment any amount to cover the difference between the amount
paid and the cost authorized to be incurred.

(b) All payments by the Employer shall be made to the account(s) specified in
Clause 7 of the Agreement.

Section 6.10: Payments do not constitute acceptance of the Services nor relieve the
Consultant of any obligations hereunder.

Section 6.11: DELETED

Section 6.12: The Consultant shall give the following details of their bankers for
payments in accordance with clause 7 of the Contract Agreement and
Section 6.09 of General Conditions of Contract.
(i) Name of the Bank
(ii) Address of the Bank
(iii) Title of Bank Account
(iv) Bank Account Number
(v) Bank’s sort code
(vi) Bank’s swift code
(vii) Bank’s telephone number

Section 6.13: Payments shall be made in accordance with Section 6.09. No interest is
admissible on amounts payable by the Employer.

Section 6.14: Reimbursable Expenses: The Employer shall pay or reimburse to


the consultant in Indian Rupee (INR) for the expenditures incurred in
India/abroad in respect of the Services as follows on production of
vouchers etc.:-
a. For the visits of Consultant's personnel as required by the Employer
to places outside (in India as well as outside India) his office/Project
area in which the personnel is deployed, the Entitlement for Daily
allowance, Lodging charges and local conveyance shall be as
applicable to E7 category of RVNL employees in case of Team
Leader/Project Manager of Consultant, E5 category of RVNL
employee in case of other Key Personnel (Expat), E3 category of
RVNL employee in case of other Key Personnel (National), E1 in
case of Supervisors and below Executive category of RVNL
employees in case of other personnel and shall be reimbursed on
submission of claim supported by vouchers (For lodging charges &
local conveyance).
b. Relevant provision regarding entitlement in above respects is
enclosed as Annexure ‘A’ of Special Conditions of Contract to
Section 5 and with its correspondence revisions as per RVNL’s
Handbook on Establishment Matters as applicable during the
currency of this contract)”.

Section 5 Page 21 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

c. Cost of Travel for attending RVNL office at New Delhi or other


places outside Project Area in which the personnel is deployed by
train will be limited to 2nd AC Class. However, with prior written
approval of the Employer the travel may be permitted by Air limited
to Economy class.
d. The monthly expenditure on stationery, and other consumable
required for upkeep of office, shall be reimbursed.
i) On submission of vouchers for items costing more than
Rs250/- each subject to monthly ceiling of Rs 30,000/- per
office.
ii) On submission of itemized accountal of claim (duly signed by
Team Leader for items costing up to Rs250 each subject to
monthly ceiling of Rs 3000/- per month per office.
e. The safety equipment like safety shoes, jacket, helmets etc for staff
(over and above that provided by the contractor) may be procured
by the Consultant (to ensure that each and every personnel of the
PMC is provided with safety equipment) after obtaining prior
approval of the Project Director or the same shall be provided by the
DD & PMC on the instruction of the Project Director and the
expenditure incurred on the same shall be reimbursed to the
Consultant.
f. Any other such thing deemed necessary but not covered in this
contract is purchased/hired with the approval of Project Director.

Section 6.15: Adjustment for Changes in Cost.


(A) Price Adjustment: The amounts payable to the Consultant at the accepted
remuneration rates as per agreement shall be adjusted by the formulae prescribed in
this clause.
(B) Other Changes in Cost: To the extent that full compensation for any rise or
fall in the costs to the Consultant is not covered by the provisions of this or other
Clauses in the Contract, the unit rates and prices included in the Contract shall be
deemed to include amounts to cover the contingency of such other rise or fall in costs.
(C) Adjustment Formulae: Payments for remuneration made in accordance with
Clause GCC 6.01 in foreign and/or local currency shall be adjusted as follows:
(a) Remuneration/payment made in INR pursuant to the rates set forth in item no.
1(f) of Item-1 of FIN-2 and Remuneration paid in FIN-2 Section-3 shall be adjusted
every 12 months (and, for the first time, with effect for the remuneration earned in
the 13th calendar month after 28 days before the deadline of submission of bid) by
applying the following formulae:

(i) When adjustment due date falls before original date of completion of services
Il
R l  R lo   0 .1  0 .9 
I lo
(ii) When adjustment due date falls in extension period for which extension is
sanctioned for reasons not attributable to the consultant
Il
R l  R lo   
Ilo

Section 5 Page 22 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

where Rl is the adjusted remuneration/payment, Rlo is the remuneration/payment


payable on the basis of the rates set forth in Form FIN-2 Section-3 for
remuneration/payment payable in local currency, Il is the all India Consumer Price
Index for Industrial Workers as published by RBI (Reserve Bank of India) Bulletin
for the month on the date of completion of every 12 months from 28 days before
the deadline of submission of bid and, Ilo is the all India Consumer Price Index for
Industrial Workers as published by RBI (Reserve Bank of India) Bulletin for the
month 28 days before the deadline of submission of bid.

(b) However, if design stage assignment gets delayed beyond 3 months from the
original currency of the Design stage for any reason beyond the control of the
Consultant i.e. approval delays by the Employer, then the price adjustment for
balance value of all stage payments of FIN-2 shall become applicable from the 13 th
month of the commencement date as per above formula prescribed in (b) above.

In case new category of personnel is required to be deployed (not provided in the contract),
the base rate would be fixed with mutual consent of both parties and adjustment as above
shall be applicable after 12 months from the initial deployment of such category.

(D) Price adjustment shall not be applicable during the extension period for which
extension is sanctioned for reasons attributable to the consultant.

ARTICLE VII
Accounts and Records

Section 7.01: The Consultant shall keep accurate and systematic accounts and records
in respect of the Services in such form and detail as are customary in its
profession and are sufficient to establish accurately that the
remuneration and reimbursable expenses referred to in Article VI have
been duly incurred.

Section 7.02: The Consultant shall permit duly authorized representatives of the
Employer, including auditors selected by the Employer, to inspect and
make an audit of all such documents, accounts and records in connection
with payments made in accordance with this Contract, including a
breakdown of remuneration rates and reimbursable expenses, and make
copies of such documents, accounts and records if so requested by the
Employer. The basic purpose of this audit is to verify payments under
this Contract and, in this process, to also verify representations made by
the Consultant in relation to the Contract. The Consultant shall cooperate
with and assist the Employer and its authorized representatives in
making such audit. In the event the audit discloses that the Consultant
has overcharged the Employer, the Consultant shall immediately
reimburse the Employer an amount equivalent to the amount overpaid
or short payment of remuneration as specified in Section 7.01(i) above,
together with interest on such amount calculated at the then current
interest rate for lending by the Employer from its ordinary capital

Section 5 Page 23 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

resources, payable from the date of such overpayment until the date of
reimbursement. If overpayment is a result of the Consultant having been
engaged in what the Employer determines to constitute corrupt practices
or fraudulent practices, the Employer shall, unless it decides otherwise,
terminate the contract. Such action shall be in addition to any action that
the Employer may declare the Consultant ineligible for award of further
the Employer-financed contracts.

ARTICLE VIII

Indemnity and Insurance

Section 8.01: The Consultants (a) shall take out and maintain, and shall cause any Sub-
Consultants to take out and maintain, at their (or the Sub-Consultants,
as the case may be) own cost but on terms and conditions approved by
the Employer, insurance against the risks, and for the coverage, as
specified in the Section 8.02 hereunder, and (b) at the Employer’s
request, shall provide evidence to the Employer, showing that such
insurance has been taken out and maintained and that the current
premiums have been paid.
Section 8.02: The risks and the coverages shall be:
(1) Third Party motor vehicle liability insurance as required under Motor
Vehicle Act, 1988, in respect of motor vehicles operated in India by the
Consultants of their Personnel or any Sub-Consultant’s or their
Personnel, for the period of Consultancy.

(2) Third Party liability insurance, with a minimum coverage for Rs.2 lakhs
for the period of Consultancy.

(3) Employer’s liability and worker’s compensation insurance in respect of


the Personnel of the Consultants and of Sub-Consultant’s, in accordance
with the relevant provisions of the Applicable Law, as well as with
respect to such Personnel, any such life, health, accident, travel or other
insurance as may be appropriate; and

(4) Professional liability insurance with a minimum coverage equal to total


contract value for this consultancy contract.

Section 8.03:

(a) The Consultant shall indemnify, protect and defend at Consultant’s own
expense the Employer, its agents and employees from and against any
and all actions, claims, losses or damages arising out of Consultant’s
failure to exercise the skill and care required under Section 3.01.
However, the ceiling on Consultant’s liability shall be limited to the
original value of the consultancy contract, except that such ceiling shall

Section 5 Page 24 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

not apply to actions, claims, losses or damages caused by Consultant’s


gross negligence or reckless conduct.

(b) In addition to any liability Consultant may have under Section 8.01
Consultant shall, at its own cost and expense, upon request of Employer,
re-perform the services in the event of Consultant’s failure to exercise
the skill and care required under Section 3.01.

(c) The Consultant shall have no liability whatsoever for actions, claims,
losses or damages occasioned by (I) Employer’s overriding a decision
or recommendation of consultant or requiring consultant to implement a
decision or recommendation with which consultant does not agree.

ARTICLE IX

Ownership of Work Product, Computer Programs and Equipment

Section 9.01: All reports, documents, correspondence, draft publications, maps,


drawings, notes, specifications, statistics, work product in any form and
technical data compiled or prepared by the Consultant and
communicated to the Employer in performing the Services (in electronic
form or otherwise and including computer-disks comprising data) shall
be the sole and exclusive property of the Employer, and may be made
available to the general public at its sole discretion. The Consultant may
take copies of such documents and data for purpose of use related to the
Services under terms and conditions acceptance to the Employer, but
shall not use the same for any purpose unrelated to the Services without
the prior written approval of the Employer.

Section 9.02: All computer programs developed by the Consultant under this Contract
shall be the sole and exclusive property of the Employer; provided,
however, that the Consultant may use such programs for their own use
with prior written approval of the Employer. If license agreements are
necessary or appropriate between the Consultant and third parties for
purposes of development of any such computer programs, the
Consultant shall obtain the Employer’s prior written approval to such
agreements. In such cases, the Employer shall be entitled at its discretion
to require recovering the expenses related to the development of the
program(s) concerned.

Section 9.03: Equipment, vehicles and materials furnished to the Consultant by the
Employer, or purchased by the Consultant wholly or partly with funds
supplied or reimbursed by the Employer hereunder, shall be the property
of the Employer; Equipment, or materials furnished by the Consultant
shall remain the property of the consultant.

Section 5 Page 25 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

ARTICLE X

Disposal of Data and Equipment

Section 10.01: Upon completion or termination of the Services, the Consultant shall:
(i) Sort and index the documents and data (including the related software)
referred to in Sections 9.01 and 9.02 hereof and transmit the same to the
Employer; and

(ii) Furnish to the Employer, as the case may be, inventories of the
equipment and materials referred to in Section 9.03 hereof as it then
remains, and dispose of the same as directed by the Employer,
respectively.

ARTICLE XI

Coordination
Section 11.01: The Consultant shall at all times cooperate and coordinate with the
Railway and the Employer, with respect to the carrying out of its
assignment under the project.

ARTICLE XII
Exemptions and Facilities

Section 12.01: Taxes and Duties:


(a) For Consultants/personnel: The consultants and its personnel shall pay
the taxes, duties, fees, levies and other impositions levied under the
existing, amended or enacted laws during life of this contract and the
Employer shall perform such duties in regard to the deduction of such
tax as may be lawfully imposed. However, GST will be paid extra, as
applicable, to the Consultant by the Employer.
(b) The Contract Price shall be adjusted to take account of any increase or
decrease in cost resulting from a change in the Laws of the Country
(including the introduction of new Laws and the repeal or modification
of existing Laws) or in the judicial or official governmental
interpretation of such Laws, made after the Base Date i.e. 28 days prior
to the deadline for submission of bids, which affect the Consultant in the
performance of obligations under the Contract.

Section 12.02: Facilities: The Construction Contractor shall provide facilities as detailed
in Data Sheet Attachment 2 of Section2.

ARTICLE XIII
Force Majeure
Section 13.01: If either party is temporarily unable by reason of force majeure or the laws
or regulations of Republic of India to meet any of its obligations under the

Section 5 Page 26 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Contract, and if such party gives written notice of the event within
fourteen (14) days after its occurrence, such obligations of the party as it
is unable to perform by reason of the event shall be suspended for as long
as the inability continues.

Section 13.02: Neither party shall be liable to the other party for any loss, actually
incurred or not, or damage sustained by such other party arising from any
event referred to in Section 13.01 or delays arising from such event.

Section 13.03: The term “force majeure” shall mean events beyond the control of either
party, which prevent the affected party from performing and fulfilling its
obligations under the Contract, and could not have been reasonably
anticipated or foreseen, or although foreseen were inevitable, such as acts
of war, whether or not war be declared, public disorders, insurrection,
riots, sabotage, explosions, violent demonstrations, blockades and other
civil disturbances, epidemics, nuclear contamination, landslides,
earthquakes, typhoons, volcanic eruption floods, washouts and other
natural calamities and acts of God, strikes, lock-outs or other industrial
action or equivalent disruption or disturbances, boycotts and embargo or
the effects thereof, and any other similar events.
Section 13.04: No Breach of Contract:
The failure of a Party to fulfil any of its obligations under the Contract
shall not be considered to be a breach of or default under this Contract in
so far as such inability arises from an event of Force Majeure, provided
that the Party affected by such an event (a) has taken all reasonable
precautions, due care and reasonable alternative measures in order to carry
out the terms and conditions of this Contract, and (b) has Informed the
other Party as soon as possible about the occurrence of such an event.

Section 13.05: Extension of Time:


Any period within which a Party shall, pursuant to this Contract complete
any action or task, shall be extended for a period equal to the time during
which such Party was unable to perform such action as a result of Force
Majeure.

Section 13.06: Payments:


During the period of their inability to perform the Services as a result of
an event of Force Majeure, the Consultants shall be entitled to continue to
be paid under the terms of this Contract for the personnel actually
deployed during the period and reimbursable expenses incurred.

Section 5 Page 27 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

ARTICLE XIV

Suspension

Section 14.01:
(a) The Employer may, by notice to the Consultant, suspend, in whole or in
part, the Services or the disbursement of funds hereunder if the
Employer determines that
(i) The Consultant shall have failed to carry out any of its obligations under
this Contract;
(ii) Any other condition has arisen which, in the reasonable opinion of the
Employer interferes, or threatens to interfere, with the successful
carrying out of the Services or the accomplishment of the purposes of
the Contract; or
(iii) A force majeure event has occurred.

(b) In the event of a major delay in the implementation of the Services, the
Employer may suspend the payments as scheduled.

ARTICLE XV
Termination

Section 15.01: Termination by the Employer:

The Employer may terminate the Contract in case of the occurrence of


any of the events specified in paragraphs (a) through (i) below. In such
an occurrence the Employer shall (except in the case of paragraph (f), (g)
& (h) below)serve not less than Fourteen (14) days written notice of
termination and if the Consultant does not within 14 days after the
delivery to him of such notice proceed to make good his default in so far
as the same is being capable of being made good and carry on the work
or comply with such directions as specified in such notice to the entire
satisfaction of the Employer, the Employer shall be entitled to terminate
the contract by issue of termination notice to the Consultant. In the case
of sub-paragraph (f) or (g) or (h), the Employer may by a notice terminate
the Contract immediately.

(a) fails to remedy a failure as specified in a notice of suspension under


Clause 14.01
(b) fails to comply with Sub-Clause 3.04 (a) Article III [Performance
Security] ;
(c) fails to comply with Sub-Clause 3.04 (b) Article III [List of
Personnel];
(d) If as the result of Force Majeure, the Consultants are unable to
perform a material portion of the Services for a period of not less
than forty-five (45) days,

Section 5 Page 28 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(e) abandons the Works or otherwise plainly demonstrates the intention


not to continue performance of his obligations under the Contract,
(f) without reasonable excuse fails:
(i) to perform any of its obligations under the contract, including
the carrying out of the Services, or

(ii) to take steps to deploy competent and adequate number of


personnel as per requirement of the Employer
(g) becomes bankrupt or insolvent, goes into liquidation, has a
receiving or administration order made against him, compounds
with his creditors, or carries on business under a receiver, trustee or
manager for the benefit of his creditors, or if any act is done or event
occurs which (under applicable Laws) has a similar effect to any of
these acts or events, or
(h) gives or offers to give (directly or indirectly) to any person any
bribe, gift, gratuity, commission or other thing of value, as an
inducement or reward:
(i) for doing or forbearing to do any action in relation to the
Contract, or
(ii) for showing or forbearing to show favour or disfavour to any
person in relation to the Contract,
or if any of the Consultant’s Personnel, agents or Subcontractors
gives or offers to give (directly or indirectly) to any person any such
inducement or reward as is described in this sub-paragraph (g).
However, lawful inducements and rewards to Consultant’s
Personnel shall not entitle termination.
(i) If the consultant, in the judgment of the Employer has engaged in
corrupt or fraudulent practices in competing for or in executing the
Contract.

For the purpose of this clause:


“Corrupt Practice” means the offering, giving, receiving or
soliciting of anything of value to influence the action of a public
official in the selection process or in contract execution.
“fraudulent practice” means a misrepresentation of facts in order to
influence a selection process or the execution of a contract to the
detriment of the Employer, and includes collusive practice among
consultants (prior to or after submission of proposals) designed to
establish prices at artificial non-competitive levels and to deprive
the Employer of the benefits of free and open competition.

(j) If the Employer, in its sole discretion and for any reason
whatsoever, decides to terminate this Contract.

The Employer’s decision to terminate the Contract shall not prejudice any
other rights of the Employer, under the Contract or otherwise.

Section 5 Page 29 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

The Consultant shall then leave the Site and deliver any required Goods,
Documents, and other design documents made by or for him, to the
Employer.
After termination, the Employer may complete the Services and/or
arrange for any other entities to do so, in the manner and method at his
sole discretion and whose decision shall be final. The Employer and these
entities may then use any Goods, Documents and other design documents
made by or on behalf of the Consultant.

Section 15.02: By the Consultant:

The Consultant may terminate this Contract, by not less than thirty (30)
days written notice to the Employer, such notice to be given after the
occurrence of any of the events specified in paragraphs (a) and (b) of
this Section 15.02.

a) if the Employer fails to pay any sum due to the Consultants pursuant to
this Contract and not subject to dispute pursuant to Article XVI hereof
within forty-five (45) days after receiving written notice from the
consultants that such payment is overdue, or.

b) If, as the result of Force Majeure, the Consultants are unable to perform a
maternal portion of the services for a period of not less than forty-five (45)
days.
Section 15.03: Payment upon Termination:

(a) If the termination has been occasioned by the default of the Consultant
as per section 15.01 (a) to (h) except (c), the Employer shall encash the
performance Guarantee and forfeit the Performance Security in full.
Employer shall release any payment due to the Consultant for
satisfactory services provided prior to termination and evaluated at the
date of termination as per contract conditions. However, if by this time
the Consultant has failed to make a payment due to the Employer, the
same will be deducted from the payment due and any balance remaining
shall then be paid to the Consultant.

(b) Unless such termination shall have been occasioned by the default of the
Consultant, the Consultant shall be entitled to reimbursement in full for
the costs specified in Section 6.05 as shall have been incurred up to the
date of such termination and for costs incident to the orderly liquidation
of the Services (including return travel of the personnel).

(c) All claims made by the Consultant under Section 15.03 (b) shall be
supported by documentation submitted to the Employer, satisfactory in
form and content to the Employer.

Section 5 Page 30 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

(d) Upon the receipt or giving of any notice referred to in Section 15.03 (a),
if the Consultant is not in default under the Contract and has partly or
substantially performed its obligation under the Contract up to the date
of termination and has taken immediate steps to bring the Services to a
close in prompt and orderly manner, to reflect the reduction in the
Services, provided that in no event shall the Consultant receive less than
his actual costs up to the effective date of the termination, plus a
reasonable allowance for overhead and profit.

ARTICLE XVI

Settlement of Disputes
Section 16.01Amicable Settlement:
In case any dispute or difference between the Employer and the
Consultant for which claim has already been made by the Consultant,
remains unresolved, the Consultant shall then, give notice of
dissatisfaction and intention to commence arbitration to the Employer
duly specifying the subject of the dispute or differences as also the
amount of claim item-wise. The parties shall make attempts to settle the
dispute amicably before the commencement of arbitration. However,
unless both parties agree otherwise, demand for arbitration may be made
by the Consultant after 90 days from the day on which a notice of
dissatisfaction and intention to commence arbitration was given, even if
no attempt for amicable settlement has been made.
Section 16.02: Arbitration
Any dispute, in respect of which amicable settlement has not been
reached, arising between the Employer and the Domestic or Foreign
Consultant related to any matter arising out of or connected with this
contract, then the Consultant, after 90 days but within 150 days from the
day on which a notice of dissatisfaction and intention to commence
arbitration was given under clause16.01, shall be entitled to demand in
writing that the dispute or difference be referred to arbitration.
Only such dispute(s) or difference(s) in respect of which the demand had
been made for amicable settlement under clause 16.01 but could not be
settled, together with counter claims or set off, given by the Employer,
shall be referred to arbitration subject to the condition that total amount
of claims in the contract is not exceeding 20% of the contract price.
Other matters shall not be included in the reference.
The Arbitration proceedings shall be assumed to have commenced from
the day, a written and valid demand for arbitration is received by
Chairman and Managing Director, Rail Vikas Nigam Limited, New
Delhi (CMD/RVNL).
The disputes so referred to arbitration shall be settled in accordance with
the Indian Arbitration & Conciliation Act, 1996 and any statutory
modification or re-enactment thereof.
Further, it is agreed between the parties as under:

Section 5 Page 31 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

16.02.1 Number of Arbitrators: The arbitral tribunal shall consist of three


arbitrators.

16.02.2 Procedure for Appointment of Arbitrators: The arbitrators shall be


appointed as per following procedure:
(a) The Consultant, while invoking demand for arbitration, shall
submit to CMD/RVNL, claims duly quantified along with name
and contact details of his nominee arbitrator. Thereafter, he
Employer will nominate his nominee arbitrator within a period of
30 days from receipt of such demand from the Consultant and
will issue letter of appointment to both the arbitrators appointed
by the parties with a copy to the Consultant.

(b) The third Arbitrator shall be chosen by the two Arbitrators so


appointed by the parties and shall act as Presiding Arbitrator. In
case of failure of the two Arbitrators appointed by the parties to
reach upon consensus within a period of 30 days from the
appointment of the Arbitrators subsequently appointed, then,
upon the request of either or both parties, the Presiding Arbitrator
shall be appointed by the Chairman and Managing Director, Rail
Vikas Nigam Limited, New Delhi.
(c) If one or more of the arbitrators appointed as above refuses to act
as arbitrator, withdraws from his office as arbitrator, or vacates
his/their office/offices or is/are unable or unwilling to perform
his functions as arbitrator for any reason whatsoever or dies or in
the opinion of the CMD/RVNL fails to act without undue delay,
the CMD/RVNL shall appoint new arbitrator/arbitrators to act in
his/their place except in case of new Presiding Arbitrator who
shall be chosen following the same procedure as mentioned in
para (b) above. Such re-constituted Tribunal may, at its
discretion, proceed with the reference from the stage at which it
was left by the previous arbitrator(s).

16.02.3 Qualification and Experience of Arbitrators (to be appointed as per


sub-clause 16.02.2 above):

The contract being of specialized nature requiring knowledge and


experience of dealing with project management / construction
contracts, the arbitrators to be appointed shall have minimum
qualification and experience as under:
Arbitrator shall be;
a working/retired officer (not below E- 9 grade and above in a PSU with
which RVNL has no business relationship) of any discipline of

Section 5 Page 32 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Engineering or Accounts/Finance department, having experience in


project management consultancy / construction contracts; or
a retired officer (retired not below the HAG level) of any
Engineering/Accounts Services of Central Government, having
experience in Contract Management of construction contracts; or a
retired officer who should have retired more than 3 years previously
from the date of appointment as Arbitrator (retired not below E-9 grade
in RVNL or a PSU with which RVNL has a business relationship) of
any Engineering discipline or Accounts department, having experience
in project management consultancy / construction contracts.

No person other than the persons appointed as per above procedure and
having above qualification and experience shall act as Arbitrator.

16.02.4 No new claim, except as otherwise mutually agreed by the Parties, shall
be added during proceedings by either party. However, a party may
amend or supplement the original claim or defence thereof during the
course of arbitration proceedings subject to acceptance by Tribunal
having due regard to the delay in making it.
16.02.5 Neither party shall be limited in the proceedings before such arbitrators
to the evidence nor did arguments previously put before during amicable
settlement.
16.02.6 The reference to arbitration may proceed, notwithstanding that the
services shall not then be or be alleged to be complete, provided always
that the obligations of the Employer and the Consultant shall not be
altered by the reason of the arbitration being conducted during the
progress of the Consultancy. Neither party shall be entitled to suspend
the services, nor shall payment to the Consultant be withheld on account
of such proceedings.
16.02.7 If the Consultant(s) does/do not prefer his/their specific and final claims
in writing, within a period of 90 days of receiving the intimation from
the Employer/Engineer that the final bill is ready for signature of the
Consultant(s),he/they will be deemed to have waived his/their claim(s)
and the Employer shall be discharged and released of all liabilities under
the contract in respect of these claims.
16.02.8 Arbitration proceedings shall be held at New Delhi, India or at a place
where CPM/RVNL’s (dealing the contract) office is located, and the
language of the arbitration proceedings and that of all documents and
communications between the parties shall be in English.
16.02.9 The Arbitral Tribunal should record day to day proceedings. The
proceedings shall normally be conducted on the basis of documents and
written statements.
All arbitration awards shall be in writing and shall state item wise, the
sum and detailed reasons upon which it is based.
16.02.10 Any ruling on award shall be made by a majority of members of
Tribunal. In the absence of such a majority, the views of the Presiding
Arbitrator shall prevail. A party may apply for correction of any

Section 5 Page 33 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

computational errors, any typographical or clerical errors or any other


error of similar nature occurring in the award of a tribunal and
interpretation of specific point of award to tribunal within 60 days of the
receipt of award.
A party may apply to tribunal within 60 days of receipt of award to make
an additional award as to claims presented in the arbitral proceedings but
omitted from the arbitral award.

16.02.11 Where the Arbitral award is for the payment of money, no interest shall
be payable on whole or any part of the money for any period till the date
on which the award is made.

16.02.12 The fees and other charges of the conciliator/arbitrators shall be as per
the fee structure fixed by the employer (enclosed as Annexure ‘B’ to
Section 5) and as amended from time to time irrespective of the fact
whether the Arbitrator(s) is/are appointed by the parties or by the Court
of law unless specifically directed by Hon’ble Court otherwise on the
matter, and shall be shared equally by the Employer and the Consultant.
However, the expenses incurred by each party in connection with the
preparation, presentation will be borne by itself.

Section 16.03 The Contract Agreement shall be subject to exclusive jurisdiction of Courts as
indicated in the Data Sheet.

ARTICLE XVII

Variations

Section 17.01: (i) The second part of the contact i.e. design support and PMC services
during construction stage shall only come into operation once
construction contract is awarded and the consultant has deposited
the required performance security. In case the construction contract
is not awarded then the PMC services shall not be required and the
same shall not be treated as variation. In such case, no claim of the
consultant on account of non-operation of Design Support and PMC
services shall be entertained
(ii) Payments during design stage shall be released to the consultant as
per the services delivered by the consultant as specified in FIN-2.
(iii) The design and deliverables submitted by the consultant and
accepted by RVNL shall be the property of RVNL and will be used
in subsequent works.
(iv) In addition, the Contract may be varied by agreement between the
parties. All such variations shall be in writing signed by the
authorized representative of the Consultant and the Employer.

Section 17.02: The Employer may notify the Consultant to alter, amend, omit, add to,
or otherwise vary the Services up to 25% increase of the contract value

Section 5 Page 34 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

or up to 50% increase of the original completion period stipulated in the


contract, whichever is earlier, on the same rates, terms and conditions
and the Consultant shall be bound by such variations. Beyond 25%
increase of the Contract Value or beyond 50% increase of the original
completion period, whichever is earlier, new rates shall be agreed
between Employer and Consultant. In such event, the Consultant shall
submit to the Employer an estimate for the proposed changes in rates
along with justification for such rates to the Employer:
(i) within fourteen (14) calendar days of receipt of a notice of
variation in case of proposed increase of the contract value
beyond 25%;

(ii) at least 60 days in advance of reaching limit of 50% increase


in completion period, if it is anticipated that consultancy
contract period shall need to be extended beyond 50% of the
original completion period.
ARTICLE XVIII

Conflict of Interest

Section 18.01: Except as the Employer shall otherwise specifically agree in writing:

(a) Neither the Consultant, the personnel nor any subsidiary or affiliate of
the Consultant shall engage in any activities, other than as consultant,
on any future project which may emerge from the Services;

(b) No personnel of the Consultant listed in the Staffing Schedule shall


engage, directly or indirectly, in any business or professional activities
which would conflict with the Services.

ARTICLE XIX

Confidential Information

Section 19.01: Except with the prior written consent of the Employer, the Consultant
and the personnel shall not at any time communicate to any person or
entity any confidential information acquired in the course of the
Services, nor shall the Consultant and the personnel make public the
recommendations formulated in the course of, or as a result of, the
Services. For purposes of this section, “confidential information” means
any information or knowledge acquired by the Consultant and/or its
personnel arising out of, or in connection with, the performance of the
Services under this Contract that is not otherwise available to the public.

ARTICLE XX

Section 5 Page 35 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Contractual Ethics

Section 20.01: No fees, gratuities, rebates, gifts, commissions or other payments, other
than those shown in the proposal or the contract, have been given or
received in connection with the selection process or in the contract
execution.

ARTICLE XXI

Compliance to Laws Bylaws & Regulations

Section 21.01: The Consultants shall respect and abide by all applicable laws and
regulations in force and effect as of the date hereof and which may be
promulgated or brought into force and effect hereinafter in the Republic
of India including regulations and rules made there under as may be in
force and effect during the subsistence of this agreement. The consultant
shall use its best efforts to ensure that their personnel and their
dependents, while in India and local employees of the consultant shall
respect and abide by the said laws and regulations.

ARTICLE XXII

Specifications and Designs

Section 22.01: The consultant shall prepare all specifications and designs (wherever
applicable) using the metric system and so as to embody the latest design
criteria.
Section 22.02: The consultant shall ensure that the specifications and designs and all
documentation relating to procurement of goods and services (wherever
applicable) for the project are prepared on an impartial basis so as to
promote international competitive bidding.
----------

Section 5 Page 36 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

C. SPECIAL CONDITIONS OF CONTRACT

(These conditions are amendments, supplements and modifications to General Conditions of


Contract (GCC) and shall supersede the GCC in interpreting the contractual obligations)

Definitions: Unless the context otherwise require the following terms wherever used in
this contract shall have the following meaning:

a) “Applicable Law” means all laws in force and effect as of the date hereof and which
may be promulgated or brought into force and effect thereafter in India, including
regulations and rules made there under, as may be in force and effect during the
subsistence of this Agreement.

b) “Contingencies” means provision for items of work which have been overlooked or
which may turn out to be necessary during the progress of the services and price
contingencies due to increase in international and domestic costs for the person-
months rates and reimbursable.

c) “Contract” means the Contract Agreement signed by the Parties which includes all
the documents listed in clause 12 of the Contract Agreement.

d) “Effective Date” means the date on which ‘notice to proceed’ is given to the consultant
pursuant to clause 10 and clause 4 of the Contract Agreement.

e) “Foreign Currency” means currency of any other country other than the currency of
the Republic of India.

f) “Local Currency” means the currency of the Republic of India.

g) “Party” means the Employer or the Consultants, as the case may be, and parties means
both of them.

h) “Personnel” means persons hired by the Consultants or by any sub-consultant as


employees and assigned to the performance of the services or any part thereof.

i) “SCC” means the Special Conditions of Contract by which the General Conditions of
Contract may be amended or supplemented; and

j) “Services” means the work to be performed by the Consultants pursuant to this


Contract as described in RFP document.

k) “Sub-Consultant” means any entity to which the Consultants subcontract any part of
the Services in accordance with the provisions of Section 4.01 of Article IV of GCC.

l) “Consultant” means the firm providing services to the Employer.


m) “Contractor” means the firm who is executing the project for the Employer

Section 5 Page 37 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Section 5 Page 38 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

ANNEXURE ‘A’

(RELEVANT ABSTRACT OF RVNL’S HAND BOOK ON ESTABLISHMENT


MATTER)

9. TRAVELLING AND DAILY ALLOWANCE RULES

9.1 In cases of journeys within the project jurisdiction TA/DA in not admissible, daily
allowance is not admissible. However, actual conveyance charges as per entitlement as
mentioned in para 9.2 will be reimbursed.

9.2 Entitlement of local conveyance

Category of
Designation Entitlement
Employees
E9 ED Actual Taxi fare
E8 GGM/GM/CPM Actual Taxi fare
E7 AGM Actual Taxi fare
F6 JGM Actual Taxi fare
E5 DGM Actual Taxi fare
E4 Sr. Manager Actual Auto charges
E3 Manager Actual Auto charges
E2 Asst. Manager Actual Auto charges
E1 Sr. Executive Actual Auto charges
E0 Executive Actual Auto charges
S1 Below Executive Public Transport

9.3 Travel entitlements while on tour/transfer: -

S.No. Mode Category of Employees Entitlement


Business/Club class by air/AC
(i) By Air E8-E9
first class by train
Economy class by air/ AC first
(ii) By Air E5 - E7
class by train
(a) E3-E4 AC 2 Tier
(iii) By Rail (b) E-0 to E-2 AC 2 Tier
(c) Below Executive First class/AC 3 Tier/ Chair car
(iv) By Rail Below Executive II class/II class sleeper

Section 5 Page 39 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

9.4 ENTITLEMENT OF DAILY ALLOWANCE


Category of Employees Designation Entitlement (Rs.)
E9 ED 1500
E8 GGM/GM/CPM 1350
E7 AGM 1200
F6 JGM 1050
E5 DGM 1050
E4 Sr. Manager 900
E3 Manager 900
E2 Asst. Manager 900
E1 Sr. Executive 800
E0 Executive 800
S1 Below Executive 500

9.5 Daily allowance may be drawn for broken periods of a “Day” on the following scales:
For absence of less than 6 hours 30%
For absence of 6 hours and more but less than 12 hours 70%
For absence of 12 hours and above 100%
9.6 For the time spent on Journey, rates of D.A. as indicated in Para 9.4 above (for other
cities) will be admissible.
9.7 Lodging Charges: Upper ceiling for lodging charges shall be as under: -

Upper ceiling for lodging charges


Category and scale
of the employee X Class Cities* Z Class Cities*
Y Class Cities* (Rs.)
(Rs.) (Rs.)
(I) (II) (III) (IV)
E8-E9 10000 9000 7500
E-7 7500 6000 5000
E-6 & E-5 6000 5000 4000
E-4 to E-2 3000 2500 2000
E-1 & E-0 2000 1500 1000
Below Executive 500 300 200
Note:
(1) * as per classification of cities for the purpose of HRA annexed at Annexure-C.
(2) The above rates of accommodation are exclusive of taxes and surcharges.

Section 5 Page 40 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annexure-B
Letter of Acceptance
[on letterhead paper of the Employer]
. . . . . . . date. . . . . . .
To: . .... . .[name and address of the Consultant] . . . . . . .

Subject:. . . . . . . [Insert Name and Identification number]……..[Notification of


Award]…..
1. This is to notify that your Bid dated ---------- opened on ------------- for execution of the
(insert name of the consultancy), for Bid No.i------------------------ dated --------------------
- for the Accepted Contract Amount of the equivalent of Rs -------------------------excluding
GST (Rs.-----(in words)----------, excluding Goods and Service Tax), as corrected and
modified in accordance with the Instructions to Consultant’s, is hereby accepted. Goods
and Service Tax will be paid extra as applicable.
2. The consultancy work are to be completed within ------ months of actual date of
commencement. Date of commencement will be within 60 calendar days from the date of
issue of Letter of Acceptance (LOA).
3. You are requested to furnish the Performance Security of Rs.------------------ within 28 days
from the date of issue of Letter of Acceptance in accordance with the Conditions of
Contract.
4. You shall also undertake not to use information gained in the designing of the works for
any purpose without obtaining the prior approval of RVNL and shall not make any public
announcement or divulge any material relating to the project either in India or overseas
without the prior written consent of RVNL.
5. You are requested to contact CPM/Bhopal/RVNL for signing of the Contract Agreement
and making necessary preparation for mobilization of men and materials & for execution
of work.
6. Until a formal agreement is signed, this Letter of Acceptance will constitute a binding
contract between you and RVNL.
7. This Letter of Acceptance is sent to you in duplicate. You are required to return one copy
duly signed and stamped on all pages including your unconditional acceptance thereof so
as to reach the undersigned within fourteen days of issuance of this letter, as a token of your
acknowledgement.

Authorized Signature: .......................................................

Name and Title of Signatory: ............................................

Section 5 Page 41 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annexure-C
FORM OF CONTRACT PERFORMANCE SECURITY
(BANK GUARANTEE)
[Refer Clause 11 of Instructions to Consultants]
(On non-judicial stamp paper of the appropriate value in accordance with stamp Act. The
stamp paper to be in the name of Executing Bank).
From:
Name and Address of the Bank…..
……………………………………..
To:
CPM/GM (Name of PIU)

For and on behalf of


The Chairman and Managing Director,
Rail Vikas Nigam Limited,
1st Floor, August Kranti Bhawan,
Bhikaji Cama Place, R. K. Puram,
New Delhi-110 066.

WHEREAS, Rail Vikas Nigam Limited, hereinafter called the Employer, acting through
[Insert Designation and address of the Employer’s Representative], has accepted the bid of
[Insert Name and address of the Contractor], hereinafter called the Contractor, for the work
of [Insert Name of Work], vide Notification of Award No.[Insert Notification of Award No.].
AND
WHEREAS, the contractor is required to furnish Performance Security for the sum of [Insert
Value of Performance Security required], in the form of bank guarantee, being a condition
precedent to the signing of the contract agreement.

WHEREAS, [Insert Name of the Bank], with its Branch [Address] having its Headquarters
office at [Address], hereinafter called the Bank, acting through [Designation(s) of the
authorised person of the Bank], have, at the request of the [Insert name of the JV partner] , a
JV partner on behalf of the contractor, agreed to give guarantee for performance security and
additional performance security as hereinafter contained:

1. KNOW ALL MEN by these present that I/We the undersigned [Insert name(s) of
authorized representatives of the Bank],being fully authorized to sign and incur
obligations for and on behalf of the Bank, confirm that the Bank, hereby,

Section 5 Page 42 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

unconditionally and irrevocably guarantee to pay the Employer the full amount in the
sum of [Insert Value of Performance Security required] as above stated.
2. The Bank undertakes to immediately pay on presentation of demand by the Employer
any amount up to and including aforementioned full amount without any demur,
reservation or recourse. Any such demand made by the Employer on the Bank shall be
final, conclusive and binding, absolute and unequivocal notwithstanding any disputes
raised/ pending before any Court, Tribunal, Arbitration or any Authority or any
threatened litigation by the Employer of Bank.
3. On payment of any amount less than aforementioned full amount, as per demand of the
Employer, the guarantee shall remain valid for the balance amount i.e. the
aforementioned full amount less the payment made to the Employer.
4. The Bank shall pay the amount as demanded immediately on presentation of the
demand by Employer without any reference to the contractor and without the Employer
being required to show grounds or give reasons for its demand or the amount demanded.
5. The Bank Guarantee shall be unconditional and irrevocable.
6. The guarantee hereinbefore shall not be affected by any change in the constitution of
the Bank or in the constitution of the Contractor.
7. The Bank agrees that no change, addition, modifications to the terms of the Contract
Agreement or to any documents, which have been or may be made between the
Employer and the Contractor, will in any way release us from the liability under this
guarantee; and the Bank, hereby, waives any requirement for notice of any such change,
addition or modification to the Bank.
8. This guarantee is valid and effective from the date of its issue, which is [insert date of
issue]. The guarantee and our obligations under it will expire on [Insert the date twenty
eight days after the expected end of defect liability period]. All demands for payment
under the guarantee must be received by us on or before that date.
9. The Bank agrees that the Employers right to demand payment of aforementioned full
amount in one instance or demand payments in parts totalling up to the aforementioned
full amount in several instances will be valid until either the aforementioned full amount
is paid to the Employer or the guarantee is released by Employer before the Expiry date.
10. The Bank agrees that its obligation to pay any amount demanded by the Employer before
the expiry of this guarantee will continue until the amount demanded has been paid in
full.

Section 5 Page 43 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

11. The expressions Bank and Employer herein before used shall include their respective
successors and assigns.
12. The Bank hereby undertakes not to revoke the guarantee during its currency, except with
the previous consent in writing of the employer. This guarantee is subject to the Uniform
Rules for Demand Guarantees, ICC Publication No. 758.
13. The Guarantee shall be in addition to and without prejudice to any other security
Guarantee (s) of the contractor in favour of the Employer available with the Employer.
The Bank, under this Guarantee, shall be deemed as Principal Debtor of the Employer.

Date ………… ………………………………………


Place…………. [Signature of Authorised person of Bank]

…………………….
[Name in Block letters]

……………………..
[Designation]
……….……………
[P/Attorney] No.
…………………….
Bank’s Seal

[P/Attorney] No.……
Witness:
1. Signature
Name & Address & Seal

2. Signature
Name & address & Seal
Note :
1 All italicized text is for guidance on how to prepare this bank guarantee and shall be
deleted from the final document.
2 In case the guarantee is issued by a foreign Bank, which does not have operations in
India, the said bank shall have to provide a counter-guarantee by State Bank of India.

Section 5 Page 44 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

3 The Bank Guarantee should be duly attested by Notary public with notarial stamp of
appropriate value affixed thereon.
4 In case the Contractor is a JV, the Performance Security is required to be furnished on
behalf of the JV in favour of the Employer by the JV Partners in proportion of their
respective percentage share specified in the JV Agreement. The percentage share of
M/s [Insert Name of the JV Partner] in the JV is[Fill share % in the JV ] percent.
All the Bank Guarantee of JV Partners are liable to be encashed cumulatively.

Section 5 Page 45 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Annexure-D

Section 5 Page 46 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Section 5 Page 47 of 48
(SBD issued on 28.04.2021 for e-tendering)
INDB-BNI New BG Rail Line DDC and PMC

Section 5 Page 48 of 48
(SBD issued on 28.04.2021 for e-tendering)

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy