0% found this document useful (0 votes)
72 views7 pages

Tendernotice 1

This notice invites proposals from qualified consultants to serve as the Independent Engineer for a highway project in Gujarat. The key details are: 1) The project involves upgrading 43.5 km of road from Tharad to Khimana to a six-lane expressway under the hybrid annuity model. 2) Consultants must register on the MoRTH portal "INFRACON" and submit their registration details with the proposal. 3) The selected consultant will review design, construction, quality control, and operation/maintenance to ensure compliance with contract requirements for 48 months.

Uploaded by

RR Patel
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)
72 views7 pages

Tendernotice 1

This notice invites proposals from qualified consultants to serve as the Independent Engineer for a highway project in Gujarat. The key details are: 1) The project involves upgrading 43.5 km of road from Tharad to Khimana to a six-lane expressway under the hybrid annuity model. 2) Consultants must register on the MoRTH portal "INFRACON" and submit their registration details with the proposal. 3) The selected consultant will review design, construction, quality control, and operation/maintenance to ensure compliance with contract requirements for 48 months.

Uploaded by

RR Patel
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/ 7

NOTICE INVITING TENDER (NIT)

NHAI/Gujarat/ Tharad to Khimana /IE/Pkg-I/2022 21.10.2022

Name of Work: Independent Engineer services for Construction of Six lane access controlled
Expressway from Km 0.000 to Km 43.500 (Tharad to Khimana of Tharad Ahmedabad
Expressway- Design length 43.5 km) under Bharatmala Pariyojana in the State of Gujarat
(Package I) on Hybrid Annuity Mode.

1. The National Highways Authority of India invites proposals for engaging an Independent
Engineer (IE) on the basis of International Competitive Bidding for the following contract package
in the State of Gujarat.

TABLE 1: DETAILS OF PROJECT

Project
Consultancy Length (Km)/ Assignment period
State Project Stretch
Package Total Project (months)
Cost (Cr.)
48 months
Independent Engineer services for
(Development
Construction of Six lane access
NHAI/Gujarat/ controlled Expressway from Km 0.000 to 43.50 Kms/ period - 6
months,
Tharad to Km 43.500 (Tharad to Khimana of 1327.17
Gujarat Construction
Khimana Tharad Ahmedabad Expressway- Design Cr. period - 30
/IE/Pkg-I/2022 length 43.5 km) under Bharatmala
months O&M
Pariyojana in the State of Gujarat
period - 12
(Package I) on Hybrid Annuity Mode.
months)

The Authority is inviting the bids for Independent Engineer services for upgradation of
Sanchore-Ahmedabad Expressway in 5 packages from Km. 0+000 to Km. 213+803. If a
bidder is declared H-1 in any of the package, then the financial proposal of that bidder
in any other package will be opened only if the bidder has applied with different team
of key personnel (50% or above) from that project where the bidder is declared H-1.

2. The RFP has also been uploaded on “INFRACON” (www.infracon.nic.in). As such


before submitting the proposal the Consultant shall mandatorily register and enlist themselves
(the firm and all key personnel), on the MoRTH portal “INFRACON” and furnish registration
details along with its RFP. A copy of Infracon Operation Procedure is also enclosed for bidder’s
reference.

3. All the bidders registered on Infracon shall form a Team on Infracon and which would be
assigned unique Infracon Team ID. Bidders while submitting the proposal shall quote the Infracon
Team ID.

3.1 Any bidder from a country which shares a land border with India will be eligible to bid in any
procurement whether of goods, services (including consultancy services and non consultancy services)
or works (including turnkey projects) only if the bidder is registered with the Competent Authority
as per stipulated provision In ministry of Finance Department of Expenditure (Public Procurement
Division) office Memorandum no. F. No. 6/18/2019-PPD dated 23.07.2020.
4. Bid must be submitted online at e-tender portal of National Highways Authority of India
i.e. https://etenders.gov.in on or before 08.12.2022 upto 1100 Hours.

5. Selection of IE shall be as per selection procedures given in the Model Concession


Agreement and general procurement methods followed in National Highways Authority of India.
The selected IE shall be intimated to the Concessionaire.

6. The proposal shall be submitted in English Language and all correspondence would be
in the same language.

7. The HAM projects basically constitute up-gradation involving construction of 2/4/6-lane


highway including Bridges; widening and rehabilitation of bridges and culverts; construction of high
embankment/elevated structures/ROBs /wayside amenities etc. along the existing highways including
provision of realignment and bypasses. The proposed construction works will involve use of modern
equipment and construction practices/techniques.

8. National Highways Authority of India intends to appoint a Consultant to act as Independent Engineer
for implementation of this HAM project. As per the Terms and Conditions of the Concession Agreement
(s), the Independent Engineer is broadly required to: (i) independently review activities associated
with design, design review, during construction, required quality assurance and quality control tests
and operation and maintenance of the project on behalf of both National Highways Authority of India
and Concessionaire so as to ensure compliance of the requirements of the provisions of Concession
Agreement (ii) report to National Highways Authority of India on the Financial, Technical and
physical progress of implementation aspects of the project, (iii) assist the parties in arriving at an
amicable settlement of disputes, if any. The selection of Independent Engineer shall follow the laid
down procedures given in the Concession Agreement signed between National Highways Authority
of India and the Concessionaire for this HAM project.

9. The interested consultancy firms may download the RFP document from the e-portal of the
Employer w.e.f 21.10.2022 to 08.12.2022 upto 1100 hrs. The Consultant who download the RFP
document from the e-portal will be required to pay the non- refundable fee of Rs. 5,000/- at the time of
the submission of the Bid proposal, transmitted online to the Bank Account of Authority specifying the
Tender ID & Bid Due Date (Account no.: 8598201005819, IFSC Code: CNRB0008598, Name of Bank:
Canara Bank & Name of Beneficiary: National Highways Authority of India). The RFP will be invited
through e-tendering portal. Refer Procedure under e-tendering for submission of RFP through e-
tendering.

10. The proposal should be submitted by consultancy firms in two parts. The two parts of
the proposal are Part 1: Technical Proposal and Part 2: Financial Proposal. Both Technical
and Financial Proposal are to be submitted only in Electronic Form (to be uploaded on e-
portal). For a given HAM Project, Stage -1 of the Evaluation shall consider the evaluation of the
Technical Proposal (i.e. Part 1). The firms scoring the qualifying marks (minimum 75%) as
mentioned in RFP shall be listed in the descending order of their technical score and 5 top ranking
firms shall only be considered for further evaluation provided none of them is in conflict of interest
with the Concessionaire. The firms in conflict of interest shall be substituted by next ranking firm
not having conflict of interest with the Concessionaire. Under stage 2, the financial proposal of such
five firms as selected above shall be opened and evaluated. The weightage of Technical and
Financial score shall be 80% & 20% respectively. The final selection of the firm shall be based
on the highest combined score of Technical and Financial Proposal.

10.1 A bidder is required to submit, along with its Technical Bid, a self –certification that the
item offered meets the local content requirement for ‘Class-I local bidder’/ ‘Class-II local bidder’,
as the case may be. The self-certification shall also have details of the location(s) at which the
local value addition is made. In case, bidder has not submitted the aforesaid certification the
bidder will be treated as ‘Non-Local supplier’. The Class-I local bidder, class-II local bidder and
Non –local supplier are defined as under:

(i) ‘Class-I local bidder’ means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for ‘class-I local bidder’ under this
RFP. The ‘Local content’ requirement to categorize a bidder as ‘class-I local bidder’ is minimum
50%.

(ii) ‘Class-II local bidder’ means a bidder, whose goods, services or works offered for
procurement meets the minimum local content as prescribed for ‘class-II local bidder’ under this
RFP. The ‘local content’ requirement to categorize a bidder as ‘Class-II local bidder is minimum
20%

(iii) ‘Non-local bidder’ means a bidder whose goods, services or works offered for
procurement has local content less than that prescribed for ‘class-II local under this RFP.

(iv) ‘Local content’ means the amount of value added in India which shall be the total value of
item procured (excluding net domestic indirect taxes) minus the value of imported content in
the item (including all customs duties as a proportion of the total value, in percent.

In case estimated project cost is above Rs.10 Cr. the ‘class-I local bidder’/class-II local bidder
shall provide a certificate from the Statutory Auditor or Cost Auditor of the company (in case of
companies) or from a practicing cost accounted at or practicing chartered accountant (in respect
of suppliers other than companies) giving the percentage of local Content.

11. The total time period for the assignment as Independent Consultant will be for 48 Months
(Development period- 6 months, Construction period- 30 months, O&M period - 18 months). In
case the Consultant is engaged during/ after Development period and Construction period
remains 24 months then O&M period will be increased such that total time period of assignment
remains as 48 months. In case the Construction period exceeds 24 months then O&M period will
be reduced such that total time period of assignment remains as 48 months.

12. Consultants may apply either as a sole firm or forming Joint Venture with other
consultants. In case of Joint Venture, the maximum number of Joint Venture partners is limited
to 2 (i.e. one lead + 1 JV partner). Formulation of more than one JV with different partners for
the same work is not allowed and all such proposal involving the firms shall be treated as non-
responsive.

12.1 Any bidder from a country which shares a land border with India will be eligible to bid in
any Procurement whether of goods, services (including consultancy services and non-
consultancy services) or works (Including turnkey projects) only if the bidder is registered with
the Competent Authority as per stipulated provision in Ministry of Finance Department of
Expenditure (Public Procurement Davison) office Memorandum No. F. No. 6/18/2019-PPD
dated 23.07.2020.

13. (A) The Applicant whether a sole applicant or lead member with joint venture may
include any number of Associate to provide technology in assignment (refer para 10 (iii) of data
sheet). The associate firm can provide equipment based road inspection services for any of the
4 equipment viz., (i) Network Survey Vehicle including all modules required as per technical
specifications, (ii) Falling Weight Deflectometer, (iii) Mobile Bridge Inspection Unit and (iv)
Retro Reflectometer. However, the associate(s) cannot be common for 2 or more bidders. If any
associate is common with 2 or more bidders, all those bids shall be declared non-responsive.
Hence, the bidder may ensure on his own that the associate proposed by him is not proposed by
any other bidder participating in the same assignment and the bidder is solely responsible in
this regard.

(B) In addition, the applicant whether a sole applicant or lead member with joint venture
may also include an Associate for providing key personnel. In such case, the applicant should
submit a MOU with associate regarding role and responsibility of Associate Company. However
the maximum no. of key personnel from Associate firm during RFP proposal and
implementation of contract should be limited to two (2).

(C) The bidder cannot revise their share among Lead/JV partner/associate partner, which
was declared at the time of bidding/award of respective consultancy assignments. Further,
maximum limit of share of associates shall be limited to their actual assignments w.r.t provision
of standard RFP subject to a maximum of 25% of contract amount.

14. The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to the National Highways Authority of India any other right
or remedy hereunder or in law or otherwise, the Applicant shall be debarred from participating
in the future projects of the National Highways Authority of India in the following situations

(a) If an Applicant withdraws its Proposal during the period of its validity as specified in this
RFP and as extended by the Applicant from time to time.
(b) In the case of a Selected Applicant, if the Applicant fails to sign the Agreement.

15. Consulting firms meeting the following criteria are only eligible for applying for this
assignment. Firms not meeting these criteria need not apply.

* For time period more than 48 months, specific approval with higher time period may be
got approved by Competent Authority on case to case basis before inviting the RFP.

A) Eligibility criteria for sole applicant firm.

Experience of the firm in last 7 years

S No Preparation of DPR/Feasibility
Project Supervision/IC
Study cum Preliminary Design
(NH/SH/Equivalent)
Report (NH/SH/Equivalent)
1 (a). The firm should have minimum The firm should have minimum Annual turnover (updated
experience of preparation of experience of Project Supervision/IC average of last 5 years or in
detailed Project Report/Feasibility of 2/4/6**-laning project of aggregate each of the preceding two
Study cum Preliminary Design length equal to 3 times or more of years) of the firm from
Report of 2/4/6**-laning project of similar category for which RFP is consultancy business should
aggregate length equal to 2 times invited. be equal to or more than 2%
or more of similar category for of Total Project Cost
which RFP is invited.
1 (b) Firm should also have experience of
Project Supervision/IC of at least one
project of similar category of
two/four/six** laning of length equal to
40% of project length.

** Similar project means 2/4/6 lane as applicable for the project for which RFP is invited.
For 2-lane projects experience of 4/6 lane also to be considered with a multiplication factor of
1.5. Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6
laning projects, experience of 2 lane will be considered with a multiplication factor of 0.4, but
only for those 2 lane projects whose cost of consultancy services was more than Rs.3.0 crores

B) Eligibility Criteria for partner in case of JV (not more than 1 JV partner shall be allowed)

The lead partner must fulfil at least 50% of requirements at 1(a) of table in Para (A) above and
other JV partner should fulfil at least 40% of eligibility criteria as indicated at 1(a) of table in Para
(A) above. Also the lead partner and JV partner jointly should meet not less than 1.20 times the
eligibility criteria as mentioned at 1(a) of table in Para (A) above. Lead partner should also meet
the criteria 1 (b) of table in Para (A) above.

Note: The weightage given for experience of a firm would depend on the role of the firm in the
respective assignments. The firm’s experience would get full credit if it was the sole firm in the
respective assignment. Experience weightage for firms joining Lead partner JV partner shall be
considered in the same proportion as payment has been received 1*** by the firm towards
consultancy work in the project.
In case the financial figures and values of services provided are in foreign currency, the above
enhancement factors will not be applied. Instead, current market exchange rate (State Bank of
India BC Selling rate as on last date of submission of the bid) will be applied for the purpose of
conversion of amount in foreign currency into Indian Rupees.

C) Requirements with respect to Technical Capacity Provisions for maximum works to be permitted
with one consultant:

(i) The maximum number of works to be permitted to one consultant is restricted as per the following ceilings:
-

Sr. Col (2) Col (3) Col (4) Col (5) Col (6)
No.
1. Average Annual Turnover of Firm in last 3 Upto More than More than More than
Financial Years (from Consultancy Works) Rs. 10 Rs. 10 to Rs. Rs. 30 to Rs. 60 Cr.
Cr. 30 Cr. Rs. 60 Cr.
2. No. of key professionals on full time rolls 10 25 40 60
(minimum for last one year)
3. Max. no. of projects/DPR assignments to be 6 12 25 40
allotted to one particular consultant
including ongoing projects at a time in NHAI

1 For weightage of experience in any past Consultancy assignment experience certificate from the client shall be
accepted. In the absence of experience certificate from the client, proportion of payment received towards Consultancy work duly
certified by statutory body like Chartered Accountant or Independent Auditors who are competent to do so as recognised by the State
concerned shall be accepted. Annual turnover duly certified by Chartered Accountant shall be accepted. In case of non-availability
of such documents no weightage of turnover/experience will be considered.
Sr. Col (2) Col (3) Col (4) Col (5) Col (6)
No.
4(i) Maximum no. of DPR Assignments out of 6 12 25 40
those given at Sr.No.3 above
4(ii) Maximum no. of IE/AE/SC assignments (cap 4 9 18 30
of 75%) out of those given at Sr. No. 3 above

Note:
(1) Conditions in both Sr. No. 1 & Sr. No. 2 are to be fulfilled to claim maximum no. of projects given in Sr.
No. 3 & 4.

(2) In case of JV bidding for the current assignment, the technical capacity of JV will be determined
with respect to the weighted average of turnover, key professionals & ongoing assignments on the basis
of share of consultancy fee in the ongoing assignments and proposed share in the current bid. Refer the
illustration at Appendix B-11.

(3) In case any partner of the joint venture has its individual remaining bid capacity less than 0.5 thus
making him ineligible for the current bid but, on formation of joint venture, the remaining bid capacity becomes
more than 0.5, then during the technical evaluation of the bids, the bids of such JVs will be declared as non-
responsive and they will not be allowed to participate in the current assignment.

(ii) The consulting firms should be encouraged to carry out a max of DPR and Supervision Assignments like
IE/AE/Supervision Consultants (SC). Out of maximum number of projects given at Sr. No. 3 above, the ceiling for
IE/AE/SC assignments is 75%. For example, the Consulting Firm at Col. No. 3 can get total 4 number of IE/AE/SC
assignments only from NHAI, whereas they can get 6 DPR assignments. The Financial Proposal of the Consulting
Firm crossing the upper ceiling of assignments as at Sr. No. 3 & 4 above shall not be opened.

(iii) The following assignments would not be counted for the purposes of maximum number of projects given at
Sr. No. 3 to 4 of above Table.

(a) IE/AE/SC assignments where original assignment period + one year is lapsed or provisional completion of
civil work is issued, whichever is earlier;

(b) DPR assignments where either (i) the bids for civil works have been received; or (ii) original assignment
period + one year has lapsed;

(c) Assignments having less than 6 months contract period.

(d) The operation and Maintenance contract (O&M)

(iv) The above guidelines will not be applicable in case of special projects such as standalone projects of Tunnel,
bridge, emergency landing facility, flyovers and ROB/RUB/ Underpass only.

(v) For the purpose of calculation of maximum no. of projects, the works awarded on the date of opening of
Financial Bid and in progress will be taken into consideration as utilized capacity. Projects of NHAI (awarded/ in
progress) only shall be considered for maximum no. of projects in Sr. No. 3 & purpose. The Consultant shall
provide these details and they shall be solely responsible for accuracy of such details provided.

(vi) The Consulting Firms shall submit Form-26 AS in order to certify their permanent key personnel (as given
in Sr. No. 2 of above table) along with the proposed candidates.

(vii) The bidders shall submit the requisite details in the prescribed formats of technical proposal along with the
RFP documents for evaluation of bids accordingly. The modified format for determination of Technical Capacity
is enclosed at Appendix B-11 of Section 4 of this RFP.

5. The Bidder including individual or any of its Joint Venture Member should, in the last 2 years,
have neither failed to perform for the works of Expressways, National Highways, ISC (Inter State
Connectivity) & EI (Economic Importance) works, as evidenced by imposition of a penalty by an
arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder
including individual or any of its Joint Venture Member, as the case may be, nor has been expelled
or terminated by Ministry of Road Transport & Highways or its implementing agencies for breach
by such Bidder including individual or any of its Joint Venture Member. Consultants (sole firm or
lead firm and any of the JV partners) who do not fulfil the aforesaid condition as on last date of
submission of proposal, need not apply as their RFP proposal will not be entertained.

16.1 a) The applicant shall use the Link “Data Lake Portal” available on NHAI website
nhai.gov.in to communicate with the NHAI and Concessionaire for all contractual correspondence.

b) No physical document shall be accepted unless and until the same is specifically stated
so in the RFP or it is a legal requirement.

6. National Highways Authority of India will not be responsible for any delay, loss or non-
receipt of RFP document sent by post/courier. Further, National Highways Authority of India
shall not be responsible for any delay in receiving the proposal and reserves the right to
accept/reject any or all applications without assigning any reason thereof.

The two parts of the Proposal (Technical proposal and financial proposal) must be submitted on-
line only with all pages numbered serially, along with an index of submission as per procedure
under e-tendering. Physical submission of the proposal shall not be accepted. In the event, any of
the instructions mentioned herein have not been adhered to, the Employer may reject the
Proposal.

7. Employer will be at liberty to keep the credentials submitted by the Consultants at


bidding stage, in public domain and the same may be uploaded by Employer on Employer’s web-
site. Consultants should have no objection if Employer uploads the information pertaining to their
credentials as well as of their key personnel.

8. The individual key personnel proposed in the bid by the consultants or any replacement
thereof should undertake that they shall have no objection in uploading/hoisting of their
credentials by Employer in public domain.

9. RFP submission must be received online not later than 1100 hrs on 08.12.2022 in the
manner specified in the RFP document.

Address of Employer:
Pankaj Asati
General Manager (Tech) Gujarat Division.
National Highways Authority of India
G 5&6, Sector 10, Dwarka New Delhi 110075
Ph. No.: 011-25074100/ 200 (Extn. 1434)
E-mail: pankjasati@nhai.org
ashish@nhai.org

Signature Not Verified


Digitally signed by PANKAJ ASATI
Date: 2022.10.21 17:21:59 IST
Location: eProcurement System for Central
PSUs

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