241 File96722586
241 File96722586
FOR
SELECTION OF
TECHNICAL CONSULTANT
FOR
Government of India
DISCLAIMER
This RFP is not an agreement and is neither an offer nor invitation by the Authority to
the prospective Applicants or any other person. The purpose of this RFP is to provide
interested parties with information that may be useful to them in the formulation of
their Proposals pursuant to this RFP. This RFP includes statements, which reflect
various assumptions and assessments arrived at by the Authority in relation to the
Consultancy. Such assumptions, assessments and statements do not purport to contain
all the information that each Applicant may require. This RFP may not be appropriate
for all persons, and it is not possible for the Authority, its employees or advisers to
consider the objectives, technical expertise and particular needs of each party who reads
or uses this RFP. The assumptions, assessments, statements and information contained
in this RFP, may not be complete, accurate, adequate or correct. Each Applicant should,
therefore, conduct its own investigations and analysis and should check the accuracy,
adequacy, correctness, reliability and completeness of the assumptions, assessments
and information contained in this RFP and obtain independent advice from appropriate
sources.
Information provided in this RFP to the Applicants is on a wide range of matters, some
of which depends upon interpretation of law. The information given is not an
exhaustive account of statutory requirements and should not be regarded as a complete
or authoritative statement of law. The Authority accepts no responsibility for the
accuracy or otherwise for any interpretation or opinion on the law expressed herein.
The Authority, its employees and advisers make no representation or warranty and shall
have no liability to any person including any Applicant under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any
loss, damages, cost or expense which may arise from or be incurred or suffered on
account of anything contained in this RFP or otherwise, including the accuracy,
adequacy, correctness, reliability or completeness of the RFP and any assessment,
assumption, statement or information contained therein or deemed to form part of this
RFP or arising in any way in this Selection Process.
The Authority also accepts no liability of any nature whether resulting from negligence
or otherwise however caused arising from reliance of any Applicant upon the
statements contained in this RFP.
The Authority may in its absolute discretion, but without being under any obligation to
do so, update, amend or supplement the information, assessment or assumption
contained in this RFP.
The issue of this RFP does not imply that the Authority is bound to select an Applicant
or to appoint the Selected Applicant, as the case may be, for the Consultancy and the
Authority reserves the right to reject all or any of the Proposals without assigning any
reasons whatsoever.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of iii
Kanpur-Lucknow Expressway
GLOSSARY
The words and expressions beginning with capital letters and defined in this document
shall, unless repugnant to the context, have the meaning ascribed thereto herein.
Disclaimer
Glossary
1 Introduction
2 Instructions to Applicants
A. General
B. Documents
C. Preparation and Submission of Proposal
D. Evaluation Process
E. Appointment of Consultant
3 Criteria for Evaluation
4 Fraud and corrupt practices
5 Pre-Proposal Conference
6 Miscellaneous
Schedules
1 Terms of Reference
2 Form of Agreement
Annex-1: Terms of Reference
Annex-2: Deployment of Personnel
Annex-3: Estimate of Personnel Costs
Annex-4: Approved Sub-Consultant(s)
Annex-5: Cost of Services
Annex-6: Payment Schedule
Annex-7: Bank Guarantee for Performance Security
3 Guidance Note on Conflict of Interest
Appendices
RFP for Appointment of Technical Consultant for preparation of feasibility- report of vii
Kanpur-Lucknow Expressway
Request for Proposal
1. INTRODUCTION
1.1 Background
1.1.1 The National Highways Authority of India, represented by the Chairman (the
“Authority”) is engaged in the development of national highways and as part
of this endeavour, the Authority has decided to construct a six or more lanes
expressway between Kanpur-Lucknow Expressway, having an approximate
length of 75 km (the “Project”) including spurs through Public Private
Partnership (the “PPP”) on Design, Build, Finance, Operate and Transfer (the
"DBFOT") basis. The indicative cost of the Project is Rs. 2,400 cr. (Rupees
one thousand three hundred crore).
1.1.2 With a view to inviting bids for the Project, the Authority has decided to
conduct a feasibility study for determining the technical feasibility and
financial viability of the Project. If found technically feasible and financially
viable, the Project may be awarded on DBFOT basis to a private entity (the
“Concessionaire”) selected through a competitive bidding process. The
Project would be implemented in accordance with the terms and conditions
stated in the concession agreement to be entered into between the Authority
and the Concessionaire (the “Concession Agreement”).
1.1.3 In pursuance of the above, the Authority has decided to carry out the process
for selection of a Technical Consultant, a Financial Consultant and a Legal
Adviser for preparing the Feasibility Report and bid documents. The Financial
Consultant will develop the revenue model and assist the Authority in the
bidding process. The Legal Adviser will review the draft concession
agreement based on the Model Concession Agreement for National Highways
through Public Private Partnership (the “MCA”). The Technical Consultant
shall prepare the Feasibility Report in accordance with the Terms of Reference
specified at Schedule-1 (the “TOR”).
RFP document can be obtained between 1100 hrs and 1600 hrs on all working
days on payment of a fee of Rs. 1,000 (Rupees one thousand only) in the form
of a demand draft or banker’s cheque drawn on any Scheduled Bank in India
in favour of National Highways Authority of India and payable at New
Delhi. The document can also be downloaded from the Official Website of the
Authority. In case of a downloaded form, the Applicant need not deposit the
aforesaid fee.
The Proposal shall be valid for a period of not less than 90 days from the
Proposal Due Date (the “PDD”).
The Authority has adopted a two stage selection process (collectively the
“Selection Process”) in evaluating the Proposals comprising technical and
financial bids to be submitted in two separate sealed envelopes. In the first
stage, a technical evaluation will be carried out as specified in Clause 3.1.
Based on this technical evaluation, a list of short-listed applicants shall be
prepared as specified in Clause 3.2. In the second stage, a financial evaluation
will be carried out as specified in Clause 3.3. Proposals will finally be ranked
according to their combined technical and financial scores as specified in
Clause 3.4. The first ranked Applicant shall be selected for negotiation (the
“Selected Applicant”) while the second ranked Applicant will be kept in
reserve.
1.7.1 For the purposes of technical evaluation of Applicants, Rs. 60 per US$ shall
be considered as the applicable currency conversion rate. In case of any other
currency, the same shall first be converted to US$ as on the date 60 (sixty)
days prior to the Proposal Due Date, and the amount so derived in US$ shall
be converted into INR at the aforesaid rate. The conversion rate of such
currencies shall be the daily representative exchange rates published by the
International Monetary Fund for the relevant date.
1.7.2 All payments to the Consultant shall be made in INR in accordance with the
provisions of this RFP. The Consultant may convert INR into any foreign
currency as per Applicable Laws and the exchange risk, if any, shall be borne
by the Consultant.
2
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
Prospective applicants may visit the Site and review the available data at any
time prior to PDD. For this purpose, they will provide at least two days’ notice
to the nodal officer specified below:
1.11 Communications
1.11.1 All communications including the submission of Proposal should be addressed to:
1.11.3 All communications, including the envelopes, should contain the following
information, to be marked at the top in bold letters:
FEASIBILITY REPORT
3
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
The Authority may, in its discretion, transfer all its rights and obligations
hereunder to the Ministry of Road Transport & Highways (MoRTH) and in
that event the MoRTH shall be deemed to be the Authority.
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.
4
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
2. INSTRUCTIONS TO APPLICANTS
A. GENERAL
2.1.2 Applicants are advised that the selection of Consultant shall be on the basis of
an evaluation by the Authority through the Selection Process specified in this
RFP. Applicants shall be deemed to have understood and agreed that no
explanation or justification for any aspect of the Selection Process will be
given and that the Authority’s decisions are without any right of appeal
whatsoever.
2.1.3 The Applicant shall submit its Proposal in the form and manner specified in
this Part-2 of the RFP. The Technical proposal shall be submitted in the form
at Appendix-I and the Financial Proposal shall be submitted in the form at
Appendix-II. Upon selection, the Applicant shall be required to enter into an
agreement with the Authority in the form specified at Schedule-2.
The Consultancy Team shall consist of the following key personnel (the “Key
Personnel”) who shall discharge their respective responsibilities as specified
below:
2.2.1 Applicants must read carefully the minimum conditions of eligibility (the
“Conditions of Eligibility”) provided herein. Proposals of only those
Applicants who satisfy the Conditions of Eligibility will be considered for
evaluation.
2.2.2 To be eligible for evaluation of its Proposal, the Applicant shall fulfil the
following:
(A) Technical Capacity: The Applicant shall have, over the past 5 (five) years
preceding the PDD, undertaken a minimum of 1 (one) Eligible Assignments as
specified in Clause 3.1.4.
(B) Financial Capacity: The Applicant shall have received a minimum income of
Rs.48 crore (Forty Eight Crore ) or US $ 24 million (Twenty Four Million)
per annum from professional fees during each of the 3 (three) financial years
preceding the Proposal Due Date. For the purpose of evaluation, Applicants
having comparatively larger revenues from professional fees shall be given
added weightage. For the avoidance of doubt, professional fees hereunder
6
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
(C) Availability of Key Personnel: The Applicant shall offer and make available
all Key Personnel meeting the requirements specified in sub-clause (D) below.
(D) Conditions of Eligibility for Key Personnel: Each of the Key Personnel
must fulfil the Conditions of Eligibility1 specified below:
7
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
2.2.3 The Applicant shall enclose with its Proposal, certificate(s) from its Statutory
Auditors$ stating its total revenues from professional fees during each of the
past three financial years and the fee received in respect of each of the Eligible
Assignments specified in the Proposal. In the event that the Applicant does not
have a statutory auditor, it shall provide the requisite certificate(s) from the
firm of Chartered Accountants that ordinarily audits the annual accounts of the
Applicant.
2.2.4 The Applicant should submit a Power of Attorney as per the format at Form-4
of Appendix-I; provided, however, that such Power of Attorney would not be
required if the Application is signed by a partner of the Applicant, in case the
Applicant is a partnership firm or limited liability partnership.
2.2.5 Any entity which has been barred by the Central Government, any State
Government, a statutory authority or a public sector undertaking, as the case
may be, from participating in any project, and the bar subsists as on the date of
Proposal, would not be eligible to submit a Proposal either by itself or through
its Associate.
2.2.6 An Applicant or its Associate should have, during the last three years, neither
failed to perform on any agreement, as evidenced by imposition of a penalty
by an arbitral or judicial authority or a judicial pronouncement or arbitration
award against the Applicant or its Associate, nor been expelled from any
project or agreement nor have had any agreement terminated for breach by
such Applicant or its Associate.
2.2.7 While submitting a Proposal, the Applicant should attach clearly marked and
referenced continuation sheets in the event that the space provided in the
specified forms in the Appendices is insufficient. Alternatively, Applicants
$
No separate annual financial statements should be submitted.
8
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
may format the specified forms making due provision for incorporation of the
requested information.
2.3.1 An Applicant shall not have a conflict of interest that may affect the Selection
Process or the Consultancy (the “Conflict of Interest”). Any Applicant found
to have a Conflict of Interest shall be disqualified. In the event of
disqualification, the Authority shall forfeit and appropriate the Bid Security as
mutually agreed genuine pre-estimated compensation and damages payable to
the Authority for, inter alia, the time, cost and effort of the Authority
including consideration of such Applicant’s Proposal, without prejudice to any
other right or remedy that may be available to the Authority hereunder or
otherwise.
2.3.2 The Authority requires that the Consultant provides professional, objective,
and impartial advice and at all times hold the Authority’s interests paramount,
avoid conflicts with other assignments or its own interests, and act without any
consideration for future work. The Consultant shall not accept or engage in
any assignment that would be in conflict with its prior or current obligations to
other clients, or that may place it in a position of not being able to carry out
the assignment in the best interests of the Authority.
2.3.3 Some guiding principles for identifying and addressing Conflicts of Interest
have been illustrated in the Guidance Note at Schedule-3. Without limiting the
generality of the above, an Applicant shall be deemed to have a Conflict of
Interest affecting the Selection Process, if:
(c) such Applicant or its Associate receives or has received any direct or
indirect subsidy or grant from any other Applicant or its Associate; or
(d) such Applicant has the same legal representative for purposes of this
Application as any other Applicant; or
(f) there is a conflict among this and other consulting assignments of the
Applicant (including its personnel and Sub-consultant) and any
subsidiaries or entities controlled by such Applicant or having common
controlling shareholders. The duties of the Consultant will depend on
the circumstances of each case. While providing consultancy services
to the Authority for this particular assignment, the Consultant shall not
take up any assignment that by its nature will result in conflict with the
present assignment; or
(g) a firm which has been engaged by the Authority to provide goods or
works or services for a project, and its Associates, will be disqualified
from providing consulting services for the same project save and
except as provided in Clause 2.3.4; conversely, a firm hired to provide
consulting services for the preparation or implementation of a project,
and its Members or Associates, will be disqualified from subsequently
providing goods or works or services related to the same project; or
(h) the Applicant, its Member or Associate (or any constituent thereof),
and the bidder or Concessionaire, if any, for the Project, its
contractor(s) or sub-contractor(s) (or any constituent thereof) have
common controlling shareholders or other ownership interest; provided
that this disqualification shall not apply in cases where the direct or
indirect shareholding or ownership interest of an Applicant, its
Member or Associate (or any shareholder thereof having a
shareholding of more than 5% (five per cent) of the paid up and
subscribed share capital of such Applicant, Member or Associate, as
the case may be,) in the bidder or Concessionaire, if any, or its
contractor(s) or sub-contractor(s) is less than 5% (five per cent) of the
paid up and subscribed share capital of such Concessionaire or its
10
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
No Applicant or its Associate shall submit more than one Application for the
Consultancy. An Applicant applying individually or as an Associate shall not
be entitled to submit another application either individually or as a member of
any consortium, as the case may be.
The Applicants shall be responsible for all of the costs associated with the
preparation of their Proposals and their participation in the Selection Process
including subsequent negotiation, visits to the Authority, Project site etc. The
Authority will not be responsible or in any way liable for such costs,
regardless of the conduct or outcome of the Selection Process.
other data with the Authority, Applicable Laws and regulations or any other
matter considered relevant by them. Visits shall be organised for the benefit of
prospective Applicants on dates, time and venue as specified in Clause 1.9.
2.7.1 It shall be deemed that by submitting the Proposal, the Applicant has:
(d) satisfied itself about all matters, things and information, including
matters referred to in Clause 2.6 herein above, necessary and required for
submitting an informed Application and performance of all of its
obligations thereunder;
2.7.2 The Authority shall not be liable for any omission, mistake or error on the part
of the Applicant in respect of any of the above or on account of any matter or
thing arising out of or concerning or relating to RFP or the Selection Process,
including any error or mistake therein or in any information or data given by
the Authority.
2.8.1 Notwithstanding anything contained in this RFP, the Authority reserves the
right to accept or reject any Proposal and to annul the Selection Process and
reject all Proposals, at any time without any liability or any obligation for such
acceptance, rejection or annulment, and without assigning any reasons thereof.
2.8.2 Without prejudice to the generality of Clause 2.8.1, the Authority reserves the
right to reject any Proposal if:
(b) the Applicant does not provide, within the time specified by the Authority,
the supplemental information sought by the Authority for evaluation of
the Proposal.
12
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
B. DOCUMENTS
2.9.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as
listed below and will additionally include any Addendum / Amendment issued
in accordance with Clause 2.11:
1 Introduction
2 Instructions to Applicants
3 Criteria for Evaluation
4 Fraud and corrupt practices
5 Pre-Proposal Conference
6 Miscellaneous
Schedules
1 Terms of Reference
2 Form of Agreement
Annex-1: Terms of Reference
Annex-2: Deployment of Personnel
Annex-3: Estimate of Personnel Costs
Annex-4: Approved Sub-Consultant(s)
Annex-5: Cost of Services
Annex-6: Payment Schedule
Annex-7: Bank Guarantee for Performance Security
Appendices
2.10 Clarifications
2.10.1 Applicants requiring any clarification on the RFP may send their queries to the
Authority in writing before the date mentioned in the Schedule of Selection
Process at Clause 1.8. The envelopes shall clearly bear the following
identification:
The Authority shall endeavour to respond to the queries within the period
specified therein but not later than 7 (seven) days prior to the Proposal Due
Date. The responses will be sent by fax or e-mail. The Authority will post the
reply to all such queries on the Official Website and copies thereof will also be
circulated to all Applicants who have purchased the RFP document without
identifying the source of queries.
2.10.2 The Authority reserves the right not to respond to any questions or provide
any clarifications, in its sole discretion, and nothing in this Clause 2.10 shall
be construed as obliging the Authority to respond to any question or to provide
any clarification.
14
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
2.11.1 At any time prior to the deadline for submission of Proposal, the Authority
may, for any reason, whether at its own initiative or in response to
clarifications requested by an Applicant, modify the RFP document by the
issuance of Addendum/ Amendment and posting it on the Official Website
and by conveying the same to the prospective Applicants (who have purchased
the RFP document) by fax or e-mail.
2.11.2 All such amendments will be notified in writing through fax or e-mail to all
Applicants who have purchased the RFP document. The amendments will also
be posted on the Official Website along with the revised RFP containing the
amendments and will be binding on all Applicants.
2.11.3 In order to afford the Applicants a reasonable time for taking an amendment
into account, or for any other reason, the Authority may, in its sole discretion,
extend the Proposal Due Date$.
2.12 Language
The Proposal with all accompanying documents (the “Documents”) and all
communications in relation to or concerning the Selection Process shall be in
English language and strictly on the forms provided in this RFP. No
supporting document or printed literature shall be submitted with the Proposal
unless specifically asked for and in case any of these Documents is in another
language, it must be accompanied by an accurate translation of the relevant
passages in English, in which case, for all purposes of interpretation of the
Proposal, the translation in English shall prevail.
2.13.1 The Applicant shall provide all the information sought under this RFP. The
Authority would evaluate only those Proposals that are received in the
specified forms and complete in all respects.
2.13.2 The Applicant shall prepare one original set of the Proposal (together with
originals/ copies of Documents required to be submitted along therewith
pursuant to this RFP) and clearly marked “ORIGINAL”. In addition, the
Applicant shall submit 2 (two) copies of the Proposal, alongwith Documents,
marked “COPY”. In the event of any discrepancy between the original and its
copies, the original shall prevail.
2.13.3 The Proposal and its copy shall be typed or written in indelible ink and signed
by the authorised signatory of the Applicant who shall initial each page, in
blue ink. In case of printed and published Documents, only the cover shall be
initialled. All the alterations, omissions, additions, or any other amendments
$
While extending the Proposal Due Date on account of an addendum, the Authority shall have due
regard for the time required by bidders to address the amendments specified therein. In the case of
significant amendments, at least 15 (fifteen) days shall be provided between the date of amendment and
the Proposal Due Date, and in the case of minor amendments, at least 7 (seven) days shall be provided.
15
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
made to the Proposal shall be initialled by the person(s) signing the Proposal.
The Proposals must be properly signed by the authorised representative (the
“Authorised Representative”) as detailed below:
2.13.4 Applicants should note the Proposal Due Date, as specified in Clause 1.8, for
submission of Proposals. Except as specifically provided in this RFP, no
supplementary material will be entertained by the Authority, and that
evaluation will be carried out only on the basis of Documents received by the
closing time of Proposal Due Date as specified in Clause 2.17.1. Applicants
will ordinarily not be asked to provide additional material information or
documents subsequent to the date of submission, and unsolicited material if
submitted will be summarily rejected. For the avoidance of doubt, the
Authority reserves the right to seek clarifications under and in accordance with
the provisions of Clause 2.23.
2.14.1 Applicants shall submit the technical proposal in the formats at Appendix-I
(the “Technical Proposal”).
2.14.2 While submitting the Technical Proposal, the Applicant shall, in particular,
ensure that:
(b) all forms are submitted in the prescribed formats and signed by the
prescribed signatories;
(e) Key Personnel have been proposed only if they meet the Conditions of
Eligibility laid down at Clause 2.2.2 (D) of the RFP;
16
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
(f) no alternative proposal for any Key Personnel is being made and only
one CV for each position has been furnished;
(g) the CVs have been recently signed and dated in blue ink by the
respective Personnel and countersigned by the Applicant. Photocopy or
unsigned / countersigned CVs shall be rejected;
(h) the CVs shall contain an undertaking from the respective Key
Personnel about his/her availability for the duration specified in the
RFP;
(j) Key Personnel would be available for the period indicated in the TOR;
(k) no Key Personnel should have attained the age of 75 (seventy five)
years at the time of submitting the proposal; and
2.14.3 Failure to comply with the requirements spelt out in this Clause 2.14 shall
make the Proposal liable to be rejected.
2.14.5 The Technical Proposal shall not include any financial information relating to
the Financial Proposal.
2.14.6 The proposed team shall be composed of experts and specialists (the
“Professional Personnel”) in their respective areas of expertise and
managerial/support staff (the “Support Personnel”) such that the Consultant
should be able to complete the Consultancy within the specified time schedule.
The Key Personnel specified in Clause 2.1.4 shall be included in the proposed
team of Professional Personnel. Other competent and experienced Professional
Personnel in the relevant areas of expertise must be added as required for
successful completion of this Consultancy. The CV of each such Professional
Personnel, if any, should also be submitted in the format at Form-12 of
Appendix-I.
2.14.8 The Authority reserves the right to verify all statements, information and
documents, submitted by the Applicant in response to the RFP. Any such
verification or the lack of such verification by the Authority to undertake such
verification shall not relieve the Applicant of its obligations or liabilities
hereunder nor will it affect any rights of the Authority thereunder.
2.14.9 In case it is found during the evaluation or at any time before signing of the
Agreement or after its execution and during the period of subsistence thereof,
that one or more of the eligibility conditions have not been met by the
Applicant or the Applicant has made material misrepresentation or has given
any materially incorrect or false information, the Applicant shall be
disqualified forthwith if not yet appointed as the Consultant either by issue of
the LOA or entering into of the Agreement, and if the Selected Applicant has
already been issued the LOA or has entered into the Agreement, as the case
may be, the same shall, notwithstanding anything to the contrary contained
therein or in this RFP, be liable to be terminated, by a communication in
writing by the Authority without the Authority being liable in any manner
whatsoever to the Applicant or Consultant, as the case may be.
In such an event, the Authority shall forfeit and appropriate the Bid Security as
mutually agreed pre-estimated compensation and damages payable to the
Authority for, inter alia, time, cost and effort of the Authority, without
prejudice to any other right or remedy that may be available to the Authority.
2.15.1 Applicants shall submit the financial proposal in the formats at Appendix-II
(the “Financial Proposal”) clearly indicating the total cost of the Consultancy
(Item G of Form-2 of Appendix-II) in both figures and words, in Indian
Rupees, and signed by the Applicant’s Authorised Representative. In the event
of any difference between figures and words, the amount indicated in words
shall prevail. In the event of a difference between the arithmetic total and the
total shown in the Financial Proposal, the lower of the two shall prevail.
2.15.2 While submitting the Financial Proposal, the Applicant shall ensure the
following:
(i) All the costs associated with the assignment shall be included in the
Financial Proposal. These shall normally cover remuneration for all the
Personnel (Expatriate and Resident, in the field, office etc),
accommodation, air fare, equipment, printing of documents, surveys,
geo-technical investigations etc. The total amount indicated in the
Financial Proposal shall be without any condition attached or subject to
any assumption, and shall be final and binding. In case any assumption
or condition is indicated in the Financial Proposal, it shall be considered
non-responsive and liable to be rejected.
18
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
(ii) The Financial Proposal shall take into account all expenses and tax
liabilities. For the avoidance of doubt, it is clarified that all taxes shall be
deemed to be included in the costs shown under different items of the
Financial Proposal. Further, all payments shall be subject to deduction of
taxes at source as per Applicable Laws.
2.16.1 The Applicants shall submit the Proposal in hard bound form with all pages
numbered serially and by giving an index of submissions. Each page of the
submission shall be initialled by the Authorised Representative of the
Applicant as per the terms of the RFP. In case the proposal is submitted on the
document down loaded from Official Website, the Applicant shall be
responsible for its accuracy and correctness as per the version uploaded by the
Authority and shall ensure that there are no changes caused in the content of
the downloaded document. In case of any discrepancy between the
downloaded or photocopied version of the RFP and the original RFP issued by
the Authority, the latter shall prevail.
2.16.2 The Proposal will be sealed in an outer envelope which will bear the address
of the Authority, RFP Notice number, Consultancy name as indicated at
Clauses 1.11.1 and 1.11.3 and the name and address of the Applicant. It shall
bear on top, the following:
“Do not open, except in presence of the Authorised Person of the Authority”
If the envelope is not sealed and marked as instructed above, the Authority
assumes no responsibility for the misplacement or premature opening of the
contents of the Proposal submitted and consequent losses, if any, suffered by
the Applicant.
2.16.3 The aforesaid outer envelope will contain two separate sealed envelopes, one
clearly marked ‘Technical Proposal’ and the other clearly marked ‘Financial
Proposal’. The envelope marked “Technical Proposal” shall contain:
The envelope marked “Financial Proposal” shall contain the financial proposal
in the prescribed format (Forms 1, 2 & 3 of Appendix-II).
2.16.4 The Technical Proposal and Financial Proposal shall be typed or written in
indelible ink and signed by the Authorised Representative of the Applicant.
All pages of the original Technical Proposal and Financial Proposal must be
numbered and initialled by the person or persons signing the Proposal.
19
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
2.16.5 The completed Proposal must be delivered on or before the specified time on
Proposal Due Date. Proposals submitted by fax, telex, telegram or e-mail shall
not be entertained.
2.16.6 The Proposal shall be made in the Forms specified in this RFP. Any
attachment to such Forms must be provided on separate sheets of paper and
only information that is directly relevant should be provided. This may include
photocopies of the relevant pages of printed documents. No separate
documents like printed annual statements, company brochures, copy of
contracts etc. will be entertained.
2.16.7 The rates quoted shall be firm throughout the period of performance of the
assignment upto and including acceptance of the Feasibility Report by the
Authority and discharge of all obligations of the Consultant under the
Agreement.
2.17.1 Proposal should be submitted at or before 1100 hrs on the Proposal Due Date
specified at Clause 1.8 at the address provided in Clause 1.11 in the manner
and form as detailed in this RFP. A receipt thereof should be obtained from
the person specified therein.
2.17.2 The Authority may, in its sole discretion, extend the Proposal Due Date by
issuing an Addendum in accordance with Clause 2.11 uniformly for all
Applicants.
Proposals received by the Authority after the specified time on Proposal Due
Date shall not be eligible for consideration and shall be summarily rejected.
2.19.1 The Applicant may modify, substitute, or withdraw its Proposal after
submission, provided that written notice of the modification, substitution, or
withdrawal is received by the Authority prior to Proposal Due Date. No
Proposal shall be modified, substituted, or withdrawn by the Applicant on or
after the Proposal Due Date.
20
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
2.20.1 The Applicant shall furnish as part of its Proposal, a bid security of
Rs.2,00,000 (Rupees two lakh only) in the form of a Demand Draft issued by
one of the Nationalised/ Scheduled Banks in India in favour of the National
Highways Authority of India payable at New Delhi (the “Bid Security”),
returnable not later than 30 (thirty) days from PDD except in case of the two
highest ranked Applicants as required in Clause 2.24.1. In the event that the
first ranked Applicant commences the assignment as required in Clause 2.29,
the second ranked Applicant, who has been kept in reserve, shall be returned
its Bid Security forthwith, but in no case not later than 120 (one hundred and
twenty) days from PDD. The Selected Applicant’s Bid Security shall be
returned, upon the Applicant signing the Agreement and completing the
Deliverables assigned to it for the first 2 (two) months of the Consultancy in
accordance with the provisions thereof.
2.20.2 Any Bid not accompanied by the Bid Security shall be rejected by the
Authority as non-responsive.
2.20.3 The Authority shall not be liable to pay any interest on the Bid Security and
the same shall be interest free.
2.20.4 The Applicant, by submitting its Application pursuant to this RFP, shall be
deemed to have acknowledged that without prejudice to the Authority’s any
other right or remedy hereunder or in law or otherwise, the Bid Security shall
be forfeited and appropriated by the Authority as the mutually agreed pre-
estimated compensation and damage payable to the Authority for, inter alia,
the time, cost and effort of the Authority in regard to the RFP including the
consideration and evaluation of the Proposal under the following conditions:
(c) 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;
(e) In the case of a Selected Applicant, if the Applicant fails to sign the
Agreement or commence the assignment as specified in Clauses 2.28
and 2.29 respectively; or
D. EVALUATION PROCESS
2.21.1 The Authority shall open the Proposals at 1130 hours on the Proposal Due
Date, at the place specified in Clause 1.11.1 and in the presence of the
Applicants who choose to attend. The envelopes marked “Technical Proposal”
shall be opened first. The envelopes marked “Financial Proposal” shall be kept
sealed for opening at a later date.
2.21.2 Proposals for which a notice of withdrawal has been submitted in accordance
with Clause 2.19 shall not be opened.
2.21.3 Prior to evaluation of Proposals, the Authority will determine whether each
Proposal is responsive to the requirements of the RFP. The Authority may, in
its sole discretion, reject any Proposal that is not responsive hereunder. A
Proposal shall be considered responsive only if:
(b) it is received by the Proposal Due Date including any extension thereof
pursuant to Clause 2.17;
2.21.4 The Authority reserves the right to reject any Proposal which is non-
responsive and no request for alteration, modification, substitution or
withdrawal shall be entertained by the Authority in respect of such Proposals.
2.21.6 After the technical evaluation, the Authority shall prepare a list of pre-
qualified and shortlisted Applicants in terms of Clause 3.2 for opening of their
Financial Proposals. A date, time and venue will be notified to all Applicants
for announcing the result of evaluation and opening of Financial Proposals.
Before opening of the Financial Proposals, the list of pre-qualified and
shortlisted Applicants along with their Technical Score will be read out. The
opening of Financial Proposals shall be done in presence of respective
representatives of Applicants who choose to be present. The Authority will not
entertain any query or clarification from Applicants who fail to qualify at any
22
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
stage of the Selection Process. The financial evaluation and final ranking of
the Proposals shall be carried out in terms of Clauses 3.3 and 3.4.
2.21.7 Applicants are advised that Selection shall be entirely at the discretion of the
Authority. Applicants shall be deemed to have understood and agreed that the
Authority shall not be required to provide any explanation or justification in
respect of any aspect of the Selection Process or Selection.
2.21.8 Any information contained in the Proposal shall not in any way be construed
as binding on the Authority, its agents, successors or assigns, but shall be
binding against the Applicant if the Consultancy is subsequently awarded to it.
2.22 Confidentiality
2.23 Clarifications
2.23.1 To facilitate evaluation of Proposals, the Authority may, at its sole discretion,
seek clarifications from any Applicant regarding its Proposal. Such
clarification(s) shall be provided within the time specified by the Authority for
this purpose. Any request for clarification(s) and all clarification(s) in
response thereto shall be in writing.
2.23.2 If an Applicant does not provide clarifications sought under Clause 2.23.1
above within the specified time, its Proposal shall be liable to be rejected. In
case the Proposal is not rejected, the Authority may proceed to evaluate the
Proposal by construing the particulars requiring clarification to the best of its
understanding, and the Applicant shall be barred from subsequently
questioning such interpretation of the Authority.
E. APPOINTMENT OF CONSULTANT
2.24 Negotiations
2.24.1 The Selected Applicant may, if necessary, be invited for negotiations. The
negotiations shall generally not be for reducing the price of the Proposal, but
will be for re-confirming the obligations of the Consultant under this RFP.
Issues such as deployment of Key Personnel, understanding of the RFP,
methodology and quality of the work plan shall be discussed during
23
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
negotiations. A Key Personnel who did not score 70% marks as required under
Clause 3.1.2 shall be replaced by the Applicant with a better candidate to the
satisfaction of the Authority. In case the Selected Applicant fails to reconfirm
its commitment, the Authority reserves the right to designate the next ranked
Applicant as the Selected Applicant and invite it for negotiations.
2.24.2 The Authority will examine the CVs of all other Professional Personnel and
those not found suitable shall be replaced by the Applicant to the satisfaction
of the Authority.
2.24.3 The Authority will examine the credentials of all Sub-Consultants proposed
for this Consultancy and those not found suitable shall be replaced by the
Applicant to the satisfaction of the Authority.
2.25.1 The Authority will not normally consider any request of the Selected
Applicant for substitution of Key Personnel as the ranking of the Applicant is
based on the evaluation of Key Personnel and any change therein may upset
the ranking. Substitution will, however, be permitted if the Key Personnel is
not available for reasons of any incapacity or due to health, subject to equally
or better qualified and experienced personnel being provided to the
satisfaction of the Authority.
2.25.2 The Authority expects all the Key Personnel to be available during
implementation of the Agreement. The Authority will not consider substitution
of Key Personnel except for reasons of any incapacity or due to health. Such
substitution shall ordinarily be limited to one Key Personnel subject to equally
or better qualified and experienced personnel being provided to the
satisfaction of the Authority. As a condition to such substitution, a sum equal
to 20% (twenty per cent) of the remuneration specified for the original Key
Personnel shall be deducted from the payments due to the Consultant. In the
case of a second substitution hereunder, such deduction shall be 50% (fifty per
cent) of the remuneration specified for the original Key Personnel. Any further
substitution may lead to disqualification of the Applicant or termination of the
Agreement.
2.25.3 Substitution of the Team Leader will not normally be considered and may lead
to disqualification of the Applicant or termination of the Agreement.
2.26 Indemnity
within 7 (seven) days of the receipt of the LOA, sign and return the duplicate
copy of the LOA in acknowledgement thereof. In the event the duplicate copy
of the LOA duly signed by the Selected Applicant is not received by the
stipulated date, the Authority may, unless it consents to extension of time for
submission thereof, appropriate the Bid Security of such Applicant as
mutually agreed genuine pre-estimated loss and damage suffered by the
Authority on account of failure of the Selected Applicant to acknowledge the
LOA, and the next highest ranking Applicant may be considered.
The Consultant shall commence the Services at the Project site within 21
(twenty one) days of the date of the Agreement or such other date as may be
mutually agreed. If the Consultant fails to either sign the Agreement as
specified in Clause 2.28 or commence the assignment as specified herein, the
Authority may invite the second ranked Applicant for negotiations. In such an
event, the Bid Security of the first ranked Applicant shall be forfeited and
appropriated in accordance with the provisions of Clause 2.20.4.
Subject to the provisions of Clause 2.22, all documents and other information
provided by the Authority or submitted by an Applicant to the Authority shall
remain or become the property of the Authority. Applicants and the
Consultant, as the case may be, are to treat all information as strictly
confidential. The Authority will not return any Proposal or any information
related thereto. All information collected, analysed, processed or in whatever
manner provided by the Consultant to the Authority in relation to the
Consultancy shall be the property of the Authority.
25
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
3.1.1 In the first stage, the Technical Proposal will be evaluated on the basis of
Applicant’s experience, its understanding of TOR, proposed methodology and
Work Plan, and the experience of Key Personnel. Only those Applicants
whose Technical Proposals get a score of 70 marks or more out of 100 shall
qualify for further consideration, and shall be ranked from highest to the
lowest on the basis of their technical score (ST).
3.1.2 Each Key Personnel must score a minimum of 70% marks except as provided
herein. A Proposal shall be rejected if the Team Leader scores less than 70%
marks or any two of the remaining Key Personnel score less than 70% marks.
In case the Selected Applicant has one Key Personnel, other than the Team
Leader, who scores less than 70% marks, he would have to be replaced during
negotiations, with a better candidate who, in the opinion of the Authority,
would score 70% or above.
26
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
While awarding marks for the number of Eligible Projects, the Applicant or
Key Personnel, as the case may be, that has undertaken the highest number of
Eligible Assignments shall be entitled to the maximum score for the respective
category and all other competing Applicants or respective Key Personnel, as
the case may be, shall be entitled to a proportionate score. No score will be
awarded to an Applicant/ Key Personnel for fulfilling the eligibility criteria of
a minimum number of Eligible Assignments and only projects exceeding the
eligibility criteria shall qualify for scoring. For the avoidance of doubt and by
way of illustration, if the minimum number of Eligible Projects for meeting
the eligibility criteria is [3 (three)], then an equivalent number will be ignored
for each Applicant/Key Personnel and only the balance remaining will be
considered for awarding scores relating to the number of Eligible Assignments
on a proportionate basis. However, for assigning scores in respect of the size
and quality of Eligible Assignments, all Eligible Assignments of the
Applicant/Key Personnel shall be considered.
(iii) any project involving construction and having an estimated capital cost
(excluding land) of at least Rs. 2,400 (two thousand four hundred)
crore in case of a project in India, and US $ 1,200 (One thousand two
hundred) million for projects elsewhere.
Provided that the Applicant firm claiming credit for an Eligible Assignment
shall have, prior to PDD, received professional fees of at least Rs. 2.4 (two
point four) crore for such assignment, and where credit is being claimed by a
Key Personnel, she/he should have completed the relevant assignment prior to
PDD.
Provided further that if the Applicant firm is taking credit for an Eligible
Assignment which was undertaken for a private sector entity, such assignment
shall have been completed prior to PDD and the Applicant shall have received
professional fees of at least Rs. 4.8 (four point eight) crore.
Of the Applicants ranked as aforesaid, not more than five shall be pre-
qualified and short-listed for financial evaluation in the second stage.
However, if the number of such pre-qualified Applicants is less than two, the
Authority may, in its sole discretion, pre-qualify the Applicant(s) whose
technical score is less than 70 points even if such Applicant(s) do(es) not
qualify in terms of Clause 3.1.2; provided that in such an event, the total
number of pre-qualified and short-listed Applicants shall not exceed two.
3.3.1 In the second stage, the financial evaluation will be carried out as per this
Clause 3.3. Each Financial Proposal will be assigned a financial score (SF).
3.3.2 For financial evaluation, the total cost indicated in the Financial Proposal,
excluding Additional Costs, will be considered. Additional Costs shall include
items specified as such in Form-2 of Appendix-II.
3.3.3 The Authority will determine whether the Financial Proposals are complete,
unqualified and unconditional. The cost indicated in the Financial Proposal
shall be deemed as final and reflecting the total cost of services. Omissions, if
any, in costing any item shall not entitle the firm to be compensated and the
liability to fulfil its obligations as per the TOR within the total quoted price
28
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
shall be that of the Consultant. The lowest Financial Proposal (FM) will be
given a financial score (SF) of 100 points. The financial scores of other
proposals will be computed as follows:
SF = 100 x FM/F
3.4.1 Proposals will finally be ranked according to their combined technical (ST)
and financial (SF) scores as follows:
S = ST x Tw + SF x Fw
3.4.2 The Selected Applicant shall be the first ranked Applicant (having the highest
combined score). The second ranked Applicant shall be kept in reserve and
may be invited for negotiations in case the first ranked Applicant withdraws,
or fails to comply with the requirements specified in Clauses 2.24, 2.28 and
2.29, as the case may be.
29
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
4.1 The Applicants and their respective officers, employees, agents and advisers
shall observe the highest standard of ethics during the Selection Process.
Notwithstanding anything to the contrary contained in this RFP, the Authority
shall reject a Proposal without being liable in any manner whatsoever to the
Applicant, if it determines that the Applicant has, directly or indirectly or
through an agent, engaged in corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice (collectively the
“Prohibited Practices”) in the Selection Process. In such an event, the
Authority shall, without prejudice to its any other rights or remedies, forfeit
and appropriate the Bid Security or Performance Security, as the case may be,
as mutually agreed genuine pre-estimated compensation and damages payable
to the Authority for, inter alia, time, cost and effort of the Authority, in regard
to the RFP, including consideration and evaluation of such Applicant’s
Proposal.
4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove
and the rights and remedies which the Authority may have under the LOA or
the Agreement, if an Applicant or Consultant, as the case may be, is found by
the Authority to have directly or indirectly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Selection Process, or
after the issue of the LOA or the execution of the Agreement, such Applicant
or Consultant shall not be eligible to participate in any tender or RFP issued by
the Authority during a period of 2 (two) years from the date such Applicant or
Consultant, as the case may be, is found by the Authority to have directly or
through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice, as the
case may be.
4. 3 For the purposes of this Section, the following terms shall have the meaning
hereinafter respectively assigned to them:
Selection Process or after the issue of the LOA or after the execution of
the Agreement, as the case may be, any person in respect of any matter
relating to the Project or the LOA or the Agreement, who at any time has
been or is a legal, financial or technical consultant/ adviser of the
Authority in relation to any matter concerning the Project;
(d) “undesirable practice” means (i) establishing contact with any person
connected with or employed or engaged by the Authority with the
objective of canvassing, lobbying or in any manner influencing or
attempting to influence the Selection Process; or (ii) having a Conflict of
Interest; and
31
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
5. PRE-PROPOSAL CONFERENCE
5.2 During the course of Pre-Proposal Conference, the Applicants will be free to
seek clarifications and make suggestions for consideration of the Authority.
The Authority shall endeavour to provide clarifications and such further
information as it may, in its sole discretion, consider appropriate for
facilitating a fair, transparent and competitive Selection Process.
32
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Request for Proposal
6. MISCELLANEOUS
6.1 The Selection Process shall be governed by, and construed in accordance with,
the laws of India and the Courts at New Delhi shall have exclusive jurisdiction
over all disputes arising under, pursuant to and/or in connection with the
Selection Process.
6.2 The Authority, in its sole discretion and without incurring any obligation or
liability, reserves the right, at any time, to:
(a) suspend and/or cancel the Selection Process and/or amend and/or
supplement the Selection Process or modify the dates or other terms and
conditions relating thereto;
(c) retain any information and/or evidence submitted to the Authority by, on
behalf of and/or in relation to any Applicant; and/or
(d) independently verify, disqualify, reject and/or accept any and all
submissions or other information and/or evidence submitted by or on
behalf of any Applicant.
6.3 It shall be deemed that by submitting the Proposal, the Applicant agrees and
releases the Authority, its employees, agents and advisers, irrevocably,
unconditionally, fully and finally from any and all liability for claims, losses,
damages, costs, expenses or liabilities in any way related to or arising from the
exercise of any rights and/or performance of any obligations hereunder,
pursuant hereto and/or in connection herewith and waives any and all rights
and/or claims it may have in this respect, whether actual or contingent,
whether present or future.
6.4 All documents and other information supplied by the Authority or submitted
by an Applicant shall remain or become, as the case may be, the property of
the Authority. The Authority will not return any submissions made hereunder.
Applicants are required to treat all such documents and information as strictly
confidential.
6.5 The Authority reserves the right to make inquiries with any of the clients listed
by the Applicants in their previous experience record.
33
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
SCHEDULES
34
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
35
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
SCHEDULE–1
(See Clause 1.1.3)
for
TECHNICAL CONSULTANT
36
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
1. General
2. Objective
3. Scope of Services
3.1 Scope of Services
3.2 Traffic surveys and demand assessment
3.3 Engineering surveys and investigations
3.4 Proposal for Sections passing through urban areas
3.5 ROBs/ RUBs
3.6 Protective works in hill sections, retaining walls, breast walls, etc
3.7 Road signs, safety devices
3.8 Toll Plazas
3.9 Truck laybyes
3.10 Bus bays and bus shelters
3.11 Social impact assessment
3.12 Environment impact assessment
3.13 Preliminary designs
3.14 Project cost
3.15 Financial analysis and bid process
4. Deliverables
A. Inception Report
B. Report on Alignment and First Traffic Survey
C. Land Plan Schedules
D. Utility Relocation Plans
E. Reports on Environment and Social Impact Assessment
F. Report on Indicative GAD of Structures
G. Feasibility Report
H. Schedules of Concession Agreement
I. Financial analysis
J. Assistance during bid process
7. Meetings
8. Consultancy Team
9. Reporting
37
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
ATTACHMENTS
PROFORMA
38
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
1. GENERAL
1.1 The Authority seeks the services of qualified firms for preparing a Feasibility
Report of the proposed access controlled Expressway on a greenfield
alignment between Kanpur-Lucknow on DBFOT basis and is approximately
75 km long. The Feasibility shall also include a pre-feasibility study for the
proposed expressway between Kanpur-Lucknow. The Terms of Reference (the
“TOR”) for this assignment are specified below.
1.2 The Consultant shall be guided in its assignment by the Model Concession
Agreement and the Manual of Specifications and Standards for Expressway
through Public Private Partnership. The specification and standards applicable
for the Expressway shall be prepared by the Consultant duly taking into
consideration of “Expressway Manual” published by IRC (the “Manual”)
1.4 The Consultant shall assist the Authority and its Financial Consultant and the
Legal Adviser by furnishing clarifications as required for the financial
appraisal and legal scrutiny of the Project Highway and Bid Documents.
1.5 The Consultant shall also participate in the pre-bid conference with the
Bidders of the Project Highway and assist the Authority in clarifying the
technical aspects arising from the Bid Documents including the Feasibility
Report.
2. OBJECTIVE
(ii) enhanced safety and level of service for the road users;
39
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
(iv) minimal adverse impact on the local population and road users due to
road construction;
(vii) phased development of the Project Highway for improving its financial
viability consistent with the need to minimise frequent inconvenience
to traffic that may be caused if additional works are undertaken within
a period of seven years from the commencement of construction of the
Project Highway.
3. SCOPE OF SERVICES
40
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
In other words, the scope of the services essentially involves a desk study
supplemented by field visits and secondary data. The Consultant shall identify,
in terms of longitude and latitude, the range of data required for the study and
make requisition of these data to NHAI. The data as required from NRSA/or
any other agency will be directly procured by the Consultant at its own cost.
The conditions, if any, imposed by NHAI and NRSA/or any other agency
regarding the supply, use, and security of the data shall be strictly complied
with by the Consultant.
The Consultant shall, on a large scale (1;10,000) satellite imagery with the
road and rail network overlaid thereon, undertake the preliminary selection of
various possible alignments including the location of terminal points.
Thereafter, these alternatives shall be overlaid on the satellite image.
Output: A satellite map to the scale of 1:10,000 with possible alignments and
terminal points at least six overlaid thereon accompanied with a report on the
merits of each alternative (two soft copies and ten hard copies).
Output: Satellite maps to the scale of 1: 10,000 with detailed alignments and
vertical profile between the terminal points overlaid thereon accompanied with
a report on the merits of each alternative (two soft copies and ten hard copies).
41
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
Authority’s approval: The Authority will select one of the three alternatives
for further studies.
The Consultant shall prepare the final alignment plan with the location (but
not the design) of interchanges and facilities (wayside amenities, automatic
traffic control centres, etc) marked thereon, a Right of Way and land
acquisition Plan
Output: The final report, alignment plan and vertical profile overlaid on the
satellite imageries.
Authority’s approval: the Authority will approve the final report as per the
TOR.
Terminal points
The terminal points of the alignment shall be so selected that the expressway
traffic distributes to various destinations within the terminal cities through
efficient internal network.
The alignment
The Alignment plan shall be selected taking into account the following:
(i) Geometric standards: The alignment shall meet the geometric standards of
expressway for a design speed of 120 kph. The horizontal alignment and
vertical profile shall be designed accordingly. The gradients shall in no case
be steeper than 3 %. The alignment shall be such that it is possible to acquire a
right of way of 100 metre width. At interchange and facilities location there
should be enough scope for acquisition of additional land as per requirement
of design.
(ii) Ecology and environment: The Consultant shall select the alignment in
such a way that it passes through such areas which are not ecologically and
environmentally sensitive. Areas like reserve forests, wild life sanctuaries,
unstable natural slopes, natural and man made water bodies, etc shall be
avoided.
(iii) Drainage: The natural drainage pattern of the area shall be studied
carefully. The expressway alignment will create an artificial watershed in the
catchment area up stream of the expressway and thereby change the drainage
pattern. Whether this change will cause any heading up of water on one side
of the expressway shall be studied carefully while fixing the alignment.
42
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
(iv) Land acquisition: The consultant shall fix the alignment keeping in view
the existing and planned land uses. As far as possible it shall be ensured that
the alignment avoids large scale land and property severance, acquisition of
residential, commercial and institutional areas, industrial parks, special
economic zones, etc. Attempt shall also be made to avoid acquisition of fertile
agricultural land. One of the major considerations in deciding the alignment
should be to align majority of the length of the expressway along non-
agricultural waste lands, government lands, etc., so as to minimize the
negative social and economic impact of expressway construction. The
approximate cost of land acquisition may also be indicated.
(v) Construction cost: The Consultant shall aim at selecting an alignment for
which construction cost is optimal. As far as possible, attempt shall be to
optimize cut and fill. Similarly, the requirements of bridging, tunneling,
protection works, etc as also the cost of environmental mitigation measures
should be optimal.
(vii) Distance: The alignment should provide shortest feasible route between
Kanpur-Lucknow and deviations, if any, may be fully justified.
(viii) Entry and exit points: Alternate entry and exit points at Lucknow and
Kanpur should be carefully examined and options may be provided as part of
first and second stage mentioned above.
43
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
(a) The Consultant shall make an assessment of the traffic demand for the
Project Highway for a period of 10 (ten) years, 15 (fifteen) years, 20
(twenty) years and 30 (thirty) years respectively based on analysis of
traffic counts, trend growth and growth in the influence area of the
Project Highway. Normally, an annual growth rate of 5% (five per
cent) shall be assumed. Any variation would have to be justified with
reasons, including analysis of past trends.
(b) Based on the assessment of the traffic demand on the various sections
of the Project Highway, the Consultant shall provide a broad
assessment of the year in which six or more lanes may be required. The
Consultant shall also provide sensitivity analysis due to change in
assumption of traffic projections.
(b) Design
45
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
3.4.1 The engineering surveys and investigations shall be divided into the following
components:
The activities and Deliverables forming part of the topographic, alignment and
land use survey are described below (see also Attachment A to the TOR):
(a) Divide the Project Highway into various stretches as per terrain
classification.
(b) Identify sections of Project Highway which fall within the area of lake
or other water bodies (Condition of environment: alternate wetting and
drying due to lake or other water bodies; alternate wetting and drying
combined with freezing; buried in soil having corrosive effect;
members of structures in contact with water where the velocity of flow
and the bed material are likely to cause erosion of concrete. (c)
Identify sections of Project Highway which fall within urban
limits and there requirements as per guidelines for Expressways.
46
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
(e) Identify and other grade separated structures and their approaches.
Work out proposal for location of such structures and alignment of
approaches.
The Land Plan should also show encroachments, if any. A list of such
encroachments alongwith their brief description shall also be prepared
and included in the Feasibility Report.
(h) For land proposed to be acquired as per final alignment plan of the
Project Highway, the Land Plans shall be marked on duly certified
village maps showing khasra numbers and shall be furnished along
with a report which will include detailed schedules in respect of the
proposed acquisition of land holdings as per revenue records in a
format that would enable the Authority to initiate land acquisition
proceedings.
The activities and Deliverables forming part of the soil, geotechnical, material,
hydrology and drainage surveys are described below:
(a) The characteristics of the existing soil, two samples from every five km
of the Project Highway or closer where change in soil type is
encountered.
(c ) Investigations of the subsoil strata (one trial bore and/or test pit at
embankment and one in river bed at locations where new bridges or
47
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
other structures are proposed. The depth of trial bore/ test pit shall be as
per IRC standards).
(d) Preliminary hydraulic data for bridges, design discharge, HFL, LWL, etc.
with a view to checking adequacy of existing waterway.
The task at 3.3.2(c) would identify the stretches of the Project Highway which
pass through the urban areas. For each of these stretches, the Consultant shall
prepare an improvement plan of the stretch as per guidelines of Expressway
Possibility of providing service roads shall also be explored and indicated. If
there is any constraint due to available ROW or additional land to be acquired,
the same shall be brought to the attention of the Authority on immediate basis.
3.6 ROBs/RUBs
The Consultant shall identify all locations of the existing railway level
crossings on the Project Highway. Data regarding number of closures per day
shall be provided. Normally, all level crossings are to be replaced with
ROBs/RUBs. The Consultant shall prepare and submit indicative GADs of the
proposed ROBs/RUBs including viaduct portion in the approaches based on
preliminary consultation with the railway authorities concerned. (The GAD of
ROBs/RUBs existing or under construction in the vicinity of the Project
Highway could also be kept in view).
3.7 Protective works in hill sections, retaining walls, breast walls, etc.
For the stretches passing through hills, the Consultant shall identify the broad
requirements of retaining walls, breastwalls, etc. for the purposes of preparing
rough cost estimates.
48
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
(b) The Consultant shall propose overhead signs on the Project Highway
and provide an outline of the same giving size and location.
The Consultant shall investigate and propose suitable location(s) for the Toll
Plaza(s), within a range of 1000 m of every entry / exit point of the
expressway, keeping in view the requirements laid down in the Toll Rules,
Model Concession Agreement and the Manual. It shall provide a typical layout
plan for each Toll Plaza and indicate the additional land required keeping in
view the requirements laid down in the Manual.
The Consultant shall undertake field surveys and identify suitable locations for
provision of truck laybyes on the Project Highway. Truck laybyes shall, in
general, be located near check-barriers, interstate borders, places of
conventional stops of the truck operators etc. The length of each such truck
laybye shall also be indicated. Facilities for laybyes at inter-state border shall
also be provided for tax collection centres.
The Consultant shall undertake field surveys and identify suitable locations for
provision of bus bays and bus shelters on the Project Highway. As far as
possible, bus bays shall not be located on horizontal curves, summit of vertical
curves and bridges. Good visibility must be ensured. Further, the bus bays
should not be too close to major intersections. The length of each such bus bay
shall also be indicated.
The Consultant shall also indicate the locations of bus stands/bus stops
provided by the concerned State Transport Authorities on the Project
Highway.
49
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
(c) These social assessments should include gender and local ethnic aspects;
(f) Prepare the plans with full stakeholder participation, including the
Government and the Authority. Consult with affected persons and
community-based organizations to ensure that all affected persons have
been fully informed of their entitlements through the consultative
processes initiated by the Government and the Authority. Ensure that
communities and displaced persons understand the project, its impacts,
and the responsibilities of the parties; and
(g) Analyse and confirm the following aspects that will apply to land
acquisition and resettlement in the project area: (i) laws and regulations,
including local practices; (ii) budgetary processes for involuntary
resettlement and land acquisition; (iii) schedules for these activities that
are coordinated with the construction schedule; and (iv) administrative
arrangements and requirements.
50
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
(b) The Consultant shall also assist the Authority in conducting public
hearings and addressing the comments and suggestions received during
the EIA process with a view to getting environmental clearance from the
competent authority.
(c) Alignment selection has been done after a thorough study of the corridor
features through maps, satellite imageries etc. As such, the study should
include the aspect to ensure that the surface runoff obstructed by the
Expressway embankment is properly diverted to the streams where it is
destined to, by a system of longitudinal drains discharging into these
streams. Environmentally and ecologically sensitive areas, water bodies,
forests and heritage structures have been identified through the satellite
imageries and care has been taken that alignment should not pass
through such areas. As far as possible, acquisition of agricultural land
has been minimized and alignment is taken through wasteland.
However, in the detailed study, any problem associated with the
alignment will have to be identified by the Consultant and a suitable
solution will be proposed by the Consultant.
51
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
52
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
53
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
3.16.2 While undertaking the financial analysis and projecting the IRR, the following
assumptions shall be adopted:
(d) the concession period may be fixed by reference to the year in which
the projected traffic would exceed the design capacity of the Project
Highway; and
(e) growth rate of traffic may be assumed at 5% (five per cent) per annum.
(a) calculate the NPV and EIRR for the Project. It will undertake
sensitivity analysis by identifying the most critical factors and
determine their impact on the EIRR, including varying project costs
and benefits, implementation period, and combinations of these
factors; and
(b) conduct a risk analysis (using the Monte Carlo method) by considering
the possible values for key variables based on records, and their
occurrence probability.
3.16.4 If the IRR of the Project, based on the aforesaid calculations is less than 12%
(twelve per cent), an effort should be made to reduce the capital costs in
consultation with the Authority. This may be done either by omitting/
modifying some of the proposed structures or by phasing them after a period
of seven years or more, such that the IRR reaches a minimum of 12% (twelve
per cent).
4. DELIVERABLES
54
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
A. Inception Report
The Consultant shall, on a large scale (1;10,000) satellite imagery with the
road and rail network overlaid thereon, undertake the preliminary selection of
various possible alignments including the location of terminal points.
Thereafter, these alternatives shall be overlaid on the satellite image.
A satellite map to the scale of 1:10,000 with possible alignments and terminal
points overlaid thereon accompanied with a report on the merits of each
alternative (two soft copies and ten hard copies) would be submitted for all
different alignments.
Using a digital terrain model, the consultant will develop the vertical profile
for each of the alignments. He will continue iterations and refinements in the
horizontal alignment and vertical profile until an optimal solution is arrived at
meeting the requirements of these TOR.
Satellite maps to the scale of 1: 10,000 with detailed alignments and vertical
profile between the terminal points overlaid thereon accompanied with a
report on the merits of each alternative (two soft copies and ten hard copies)
would also be submitted.
The Consultant shall prepare the final alignment plan with the location (but
not the design) of interchanges and facilities (wayside amenities, automatic
traffic control centres, etc) marked thereon, a Right of Way and land
acquisition Plan
The final report, alignment plan and vertical profile overlaid on the satellite
imageries would also be submitted.
The Consultant shall submit Preliminary reports on social impact assessment and
environment impact assessment.
(a) The work of preparing cross-sections and Land Plans, etc. shall be
undertaken based on the finalised alignment.
(b) The Consultant shall submit a Report on the first 7-day classified
traffic volume count giving an analysis of hourly and daily variations.
(Refer para 3.3.3).
(a) Land Plan schedules for acquisition of land for Expressway and other
grade separated structures, inter-changes, service roads etc. and land
required for facilities such as toll plazas, truck laybyes, bus bays, etc.
(Refer para 3.4.2 (i)) and prepare land acquisition papers for draft
notification as per section 3(A) and 3(D) of NH Act.
56
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
The Consultant shall submit reports on social impact assessment (Refer para
3.12) and environment impact assessment (Refer para 3.13).
H. Pre-Feasibility Report
The consultant shall submit the pre-feasibility report, which shall include the
following:
(c) Tentative Total Project Cost (Refer paras 3.15 and 3.16).
In determining the financial viability of the Project, the Consultant shall also seek the
advice of the Authority. In the event that a viable project does not seem feasible, the
Consultant shall not proceed with the Consultancy and the same shall stand
terminated. The Consultant shall be entitled to a payment of 25% (twenty five per
cent) of the Agreement Value upon such termination.
I. Feasibility Report
57
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
58
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
K. Financial analysis
A preliminary financial assessment of the Project indicating the likely IRR for
a 10 (ten) year, 15 (fifteen) year, 20 (twenty) year, 25 (twenty five) year and
30 (thirty) year concession period respectively (Refer para 3.16).
59
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
(a) Provide utility wise preliminary plans for shifting of existing utilities and
construction of new utilities along or across the Project Highway.
(b) The Consultant shall identify and indicate the list of stretches/sections
where more than six lanes need be provided by the Concessionaire.
(c) Provide a list of stretches of the Project Highway passing through urban
limits and indicate the cross-section to be provided for each of these
stretches including the requirement of footpaths if any.
(d) Provide a linear Plan showing the land width across various stretches of
the Project Highway. This should include details of any additional land
being acquired or proposed to be acquired for, provision of intersections,
grade separators, interchanges, service roads, toll plazas and project
facilities.
(g) Provide a list of stretches where service roads are proposed together with
their merging or otherwise at bridge locations. The Consultant shall also
indicate the design traffic for determining the pavement composition of
the service road if the forecast design traffic is more than 2 (two) msa.
(j) Provide a list of utility services which are required to be carried over
structures.
(m) Specifically bring out the requirements of any special structures like
cable stayed or special super structure for any particular bridge on the
Project Highway.
60
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
(r) Indicate specifications for reflecting sheeting for road signs with
Microprismatic retro-reflective element material.
(t) Provide a list of locations on the Project Highway where overhead traffic
signs are proposed together with proposed size.
(w) Provide a list of locations where truck laybyes are proposed on the
Project Highway.
(x) Provide a list of locations where busbays and bus shelters are proposed
on the Project Highway.
(y) Where the Project Highway passes through hills or ghats, provide a list
of stretches where climbing lane is proposed for ease of movement of
commercial vehicles.
(ab) Provide a list of drawings that the Authority may require the
Concessionaire to provide to the Independent Engineer as per Schedule-H
of the Concession Agreement (Indicative list at Attachment B of the TOR
for reference).
(ac) Provide utility wise indicative plans for shifting of existing utilities and
construction of new utilities along or across the Project Highway in the
first stage (see paragraph 4D).
6.1 The total duration for preparation of the Feasibility Report and Schedules to
the Concession Agreement shall be 40 (forty) weeks, excluding the time taken
by the Authority in providing the requisite documents or in conveying its
comments on the Draft Feasibility Report. The Consultant shall deploy its Key
Personnel as per the Deployment of Personnel proposed. Intermittent services
will be required beyond the 37th (thirty seventh) week and until the end of 52
(fifty two) weeks or 2 (two) months after the signing of the Concession
Agreement, whichever is earlier. The man-days required for the intermittent
services shall be provided by the Consultant as per the Agreement.
6.2 Time schedule for important Deliverables (the “Key Dates”) of the
Consultancy and the payment schedule linked to the specified Deliverables is
given below:
Key
Week
Date Description of Deliverables Payment
No.
No.
KD1 Inception Report 2 5%
KD2 Alignment Study Report 17 15%
KD3 Report on Preliminary Environment and Social Impact 18 5%
Assessment
KD4 Report of Traffic Survey 19 5%
KD5 Pre-Feasibility Report 22 10%
KD6 Report on Environment and Social Impact Assessment 27 5%
KD7 Report on Indicative GAD of structures (bridges, grade 30 5%
separators, interchanges, ROBs and RUBs)
KD8 Report on Land Plan Schedules and Utility Relocation 32 10%
KD9 Draft Feasibility Report including Schedules to the 35 15%
Concession Agreement
KD10 Final Feasibility Report 40$ 15%
KD11 Assistance during Bid Process 50 5%
KD12 Completion of Bid Process 52 5%
Total 100%
$ Excludes the time taken by the Authority in providing its comments on Draft Reports. The Consultant
shall get one week for submission of the Final Feasibility Report after comments of the Authority are
provided.
6.3 The TOR for the Consultant envisages assistance in the process of public
hearings, etc. in respect of the Environment Impact Assessment (EIA) of the
Project Highway specified in para 3.13. In the event that the process cannot be
completed within the period specified herein for completion of Final
Feasibility Report, the EIA Report may be completed and submitted to the
Authority within an extended period of 6 (six) weeks after submission of the
Feasibility Report. A sum equal to 5% (five per cent) of the total payment due
62
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
shall be withheld and paid to the Consultant upon submission of the EIA
Report and environment management plan.
6.4 Mobilization Advance upto 10% (ten per cent) of the total Agreement Value
shall be paid on request against Bank Guarantee of a Scheduled Bank. This
shall attract 10% (ten per cent) simple interest per annum and shall be adjusted
against the first four bills in four equal instalments and the accrued interest
shall be recovered from the fifth bill.
6.5 10% of the Agreement Value has been earmarked as Final Payment to be made
to the Consultant upon execution of the Concession Agreement. In the event
the Concession Agreement does not get executed within one year of the
Effective Date, the Final Payment shall not become due to the Consultant,
save and except the costs incurred for meeting its reimbursable expenses
during the period after expiry of 24 weeks from the Effective Date, including
travel costs and personnel costs, at the agreed rates.
7. MEETINGS
The Authority may review with the Consultant, any or all of the documents
and advice forming part of the Consultancy, in meetings and conferences
which will be held in New Delhi/Lucknow/Kanpur at the Authority’s office.
The Expressway is passing through three States, namely, Uttar Pradesh, hence
the Consultant may be required to attend/make presentations to the various
State Govt. authorities. Further, the Consultant may be required to attend
meetings and conferences with pre-qualified Bidders or the Selected Bidder.
The expenses towards attending such meetings during the period of
Consultancy, including travel costs and per diem, shall be reimbursed in
accordance with the Financial Proposal contained in Form–2 of Appendix-II
of the RFP. The days required to be spent in New Delhi/Lucknow/Kanpur
shall be computed at the rate of 8 (eight) man hours a day in case of an
outstation Consultant. For a Consultant having its office within the National
Capital Region, the time spent during meetings shall be calculated as per
actuals. No travel time shall be payable except in case of an expatriate
Consultant who will be entitled to claim actual travel time, subject to a
maximum of 10 (ten) man hours for a return journey.
8. CONSULTANCY TEAM
8.1 The Consultant shall form a multi-disciplinary team (the “Consultancy Team”)
for undertaking this assignment. The following Key Personnel whose
experience and responsibilities are briefly described herein would be
considered for evaluation of the Technical Proposal. Other expertise such as
that required for financial analysis, pavement design, material investigation
characterisation, quantity survey, social impact assessment etc. for the Project
Highway shall be included in the Team either through the Key Personnel
specified below or through other Professional Personnel, as necessary.
63
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
(d) Surveyor
Educational Qualifications Diploma in Surveying or Graduate/Diploma in
Civil Engineering
Essential Experience 7 (seven) years experience in surveying on
highway projects
Job responsibilities He will be responsible for quick traverse survey
of the alignment, cross section, l-section, strip
plan, land-use, etc. of the Project Highway.
Minimum time required at site 90 (ninety) days
8.2 The Consultant shall establish a Project Office at a suitable location in the
National Capital Region for efficient and coordinated performance of its
Services. All the Key Personnel shall be deployed at this office during the first
24 (twenty four) weeks as specified in the Manning Schedule forming part of
the Agreement. The authorised officials of the Authority may visit the
Consultant’s Project Office any time during office hours for inspection and
interaction with the Consultant’s Personnel. It is not expected of the
Consultant to carry out the operations from the Head/Home Office. However,
he may do so for the remaining consultancy services beyond the first 24
(twenty four) weeks.
8.3 The Consultant shall mobilise and demobilise its Professional Personnel and
Support Personnel with the concurrence of the Authority and shall maintain
the time sheet/ attendance sheet of the working of all Personnel in the Project
Office. These time sheets/ attendance sheets shall be made available to the
Authority as and when asked for and a copy of such record shall be submitted
to the Authority at the end of each calendar month.
9. REPORTING
9.1 The Consultant will work closely with the Authority. The Authority has
established a Working Group (the “WG”) to enable conduct of this
assignment. A designated Project Director of the Authority will be responsible
for the overall coordination and project development. He will play a
coordinating role in dissemination of the Consultant’s outputs, facilitating
discussions, and ensuring required reactions and responses to the Consultant.
9.2 The Consultant may prepare Issue Papers highlighting issues that could
become critical for the timely completion of the Project and that require
attention from the Authority.
9.3 The Consultant will make a presentation on the inception report for discussion
with the WG at a meeting. This will be a working document. The Consultant is
required to prepare and submit a monthly report that includes and describes,
inter alia, general progress to date; data and reports obtained and reviewed,
conclusions to date, if any; concerns about availability of, or access to, data,
analyses, reports; questions regarding the TOR or any other matters regarding
work scope and related issues; and so on. The Consultants’ work on the TOR
tasks should continue while the report is under consideration and is being
discussed.
9.4 Regular communication with the WG and the Project Director is required in
addition to all key communications. This may take the form of telephone/
teleconferencing, emails, faxes, and occasional meetings.
9.5 The Deliverables will be submitted as per schedule provided in this RFP.
66
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
11.1 All the study outputs including primary data shall be compiled, classified and
submitted by the Consultant to the Authority in soft form apart from the
reports indicated in the Deliverables (para 4). The study outputs shall remain
the property of the Authority and shall not be used for any purpose other than
that intended under these Terms of Reference without the permission of the
Authority. The Consultancy shall stand completed on acceptance by the
Authority of all the Deliverables of the Consultant and execution of the
Concession Agreement or 52 (fifty two) weeks from the Effective Date,
whichever is earlier. The Authority shall issue a certificate to that effect. The
Consultancy shall in any case be deemed to be completed upon expiry of 1
(one) year from the Effective Date, unless extended by mutual consent of the
Authority and the Consultant.
11.2 10% (ten per cent) of the Agreement Value has been earmarked as lump sum
payment to be made to the Consultant upon execution of the Concession
Agreement (the “Lump Sum Payment”). In consideration of the Lump Sum
Payment, the Consultant shall provide such services as may be required by the
Authority for concluding the Bid Process and execution of the Concession
Agreement. In the event the Concession Agreement does not get executed
within one year of the Effective Date, the Consultancy shall stand completed
as specified in Clause 11.1 above, but no Lump Sum Payment shall be due to
the Consultant, save and except the costs incurred for meeting its expenses
during the period after expiry of 24 (twenty four) weeks from the Effective
Date, including travel costs and personnel costs, at the agreed rates specified
in Annex-3 of the Agreement, which shall be reimbursed to the Consultant as
per actuals. For the avoidance of doubt, it is agreed that reimbursement of such
costs on travel and personnel shall be due to the Consultant as aforesaid, even
if the Concession Agreement is not executed.
67
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
Topographic Survey
2. The field surveys shall be carried out using high precision instruments, i.e.
total stations and would cover the following activities:
(i) The topographic surveys shall cover sufficient width beyond the centre
line of the proposed divided carriageway, considering likely placing of
new carriageway and height of the embankment. The width of the
survey corridor shall take into account the, layout of interchanges,
extent of embankment and cut slopes and the general ground profile.
(ii) Where existing roads cross the alignment, the survey shall extend to a
minimum of 100 m on either side of the road centre line and shall be
for sufficient width to allow improvements, including at grade
intersection.
4. The important features of the survey conducted and the reference points taken
in consideration like GPS bench mark, temporary and permanent bench marks,
etc. shall be listed in appropriate formats.
68
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
Schedule-1: Terms of Reference
6. Drawings of bus-bays and bus shelters with furniture and drainage system.
69
RFP for Appointment of Technical Consultant for preparation of feasibility- report of
Kanpur-Lucknow Expressway
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
70
SCHEDULE–2
(See Clause 2.1.3)
AGREEMENT
FOR
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
71
CONTENTS Page no.
1. General
3.1 General
3.2 Conflict of Interest
3.3 Confidentiality
3.4 Liability of the Consultant
3.5 Insurance to be taken out by the Consultant
3.6 Accounting, inspection and auditing
3.7 Consultant’s actions requiring the Authority’s prior approval
3.8 Reporting obligations
3.9 Documents prepared by the Consultant to be the property of the
Authority
3.10 Equipment and materials furnished by the Authority
3.11 Providing access to the Project Office and Personnel
3.12 Accuracy of Documents
4.1 General
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
72
4.2 Deployment of Personnel
4.3 Approval of Personnel
4.4 Substitution of Key Personnel
4.5 Working hours, overtime, leave etc.
4.6 Resident Team Leader and Project Manager
4.7. Sub-Consultants
9. Settlement of Disputes
ANNEXES
Annex 1: Terms of Reference
Annex 2: Deployment of Personnel
Annex 3: Estimate of Personnel Costs
Annex 4: Approved Sub-Consultant(s)
Annex 5: Cost of Services
Annex 6: Payment Schedule
Annex 7: Bank Guarantee for Performance Security
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
73
AGREEMENT
AGREEMENT No._________
WHEREAS
(A) The Authority vide its Request for Proposal for Preparation of Feasibility
Report (hereinafter called the “Consultancy”) for Kanpur-
LucknowExpressway (hereinafter called the “Project”);
(B) the Consultant submitted its proposals for the aforesaid work, whereby the
Consultant represented to the Authority that it had the required professional
skills, and in the said proposals the Consultant also agreed to provide the
Services to the Authority on the terms and conditions as set forth in the
RFP and this Agreement; and
(D) in pursuance of the LOA, the parties have agreed to enter into this
Agreement.
1. GENERAL
1.1.1 The words and expressions beginning with capital letters and defined in this
Agreement shall, unless the context otherwise requires, have the meaning
hereinafter respectively assigned to them:
(a) “Additional Costs” shall have the meaning set forth in Clause
6.1.2;
(b) “Agreement” means this Agreement, together with all the Annexes;
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
74
(c) “Agreement Value” shall have the meaning set forth in Clause
6.1.2;
(d) “Applicable Laws” means the laws and any other instruments
having the force of law in India as they may be issued and in force
from time to time;
(f) “Conflict of Interest” shall have the meaning set forth in Clause 3.2
read with the provisions of RFP;
(g) “Dispute” shall have the meaning set forth in Clause 9.2.1;
(h) “Effective Date” means the date on which this Agreement comes
into force and effect pursuant to Clause 2.1;
(m) “Party” means the Authority or the Consultant, as the case may be,
and Parties means both of them;
(o) “Resident Personnel” means such persons who at the time of being
so hired had their domicile inside India;
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
75
(s) “Third Party” means any person or entity other than the
Government, the Authority, the Consultant or a Sub-Consultant.
All terms and words not defined herein shall, unless the context
otherwise requires, have the meaning assigned to them in the RFP.
1.1.2 The following documents along with all addenda issued thereto shall be
deemed to form and be read and construed as integral parts of this
Agreement and in case of any contradiction between or among them the
priority in which a document would prevail over another would be as laid
down below beginning from the highest priority to the lowest priority:
(a) Agreement;
The mutual rights and obligations of the Authority and the Consultant shall
be as set forth in the Agreement, in particular:
(a) the Consultant shall carry out the Services in accordance with the
provisions of the Agreement; and
1.5 Language
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
76
All notices required to be given by one Party to the other Party and all other
communications, documentation and proceedings which are in any way
relevant to this Agreement shall be in writing and in English language.
1.7 Notices
1.8 Location
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
77
1.9 Authority of Member-in-charge
In case the Consultant consists of a consortium of more than one entity, the
Parties agree that the Lead Member shall act on behalf of the Members in
exercising all the Consultant’s rights and obligations towards the Authority
under this Agreement, including without limitation the receiving of
instructions and payments from the Authority.
1.10.1 Any action required or permitted to be taken, and any document required or
permitted to be executed, under this Agreement by the Authority or the
Consultant, as the case may be, may be taken or executed by the officials
specified in this Clause 1.10.
1.10.2 The Authority may, from time to time, designate one of its officials as the
Authority Representative. Unless otherwise notified, the Authority
Representative shall be:
************
***********
***********
***********
--------------
--------------
Tel: -------------------
Mobile: -------------------
Fax: -------------------
Email: -------------------
Unless otherwise specified in the Agreement, the Consultant shall pay all
such taxes, duties, fees and other impositions as may be levied under the
Applicable Laws and the Authority shall perform such duties in regard to
the deduction of such taxes as may be lawfully imposed on it.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
78
2. COMMENCEMENT, COMPLETION AND TERMINATION OF
AGREEMENT
This Agreement shall come into force and effect on the date of this
Agreement (the “Effective Date”).
If the Consultant does not commence the Services within the period
specified in Clause 2.2 above, the Authority may, by not less than 2 (two)
weeks’ notice to the Consultant, declare this Agreement to be null and void,
and in the event of such a declaration, the Bid Security of the Consultant
shall stand forfeited.
2.5.1 This Agreement and the Annexes together constitute a complete and
exclusive statement of the terms of the agreement between the Parties on
the subject hereof, and no amendment or modification hereto shall be valid
and effective unless such modification or amendment is agreed to in
writing by the Parties and duly executed by persons especially empowered
in this behalf by the respective Parties. All prior written or oral
understandings, offers or other communications of every kind pertaining to
this Agreement are abrogated and withdrawn; provided, however, that the
obligations of the Consultant arising out of the provisions of the RFP shall
continue to subsist and shall be deemed to form part of this Agreement.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
79
agreement between the Parties. Pursuant to Clauses 4.2.3 and 6.1.3 hereof,
however, each Party shall give due consideration to any proposals for
modification made by the other Party.
2.7.1 Definition
(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such Party’s Sub-
Consultant or agents or employees, nor (ii) any event which a
diligent Party could reasonably have been expected to both (A) take
into account at the time of the conclusion of this Agreement, and
(B) avoid or overcome in the carrying out of its obligations
hereunder.
The failure of a Party to fulfil any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Agreement insofar as
such inability arises from an event of Force Majeure, provided that the
Party affected by such an event has taken all reasonable precautions, due
care and reasonable alternative measures, all with the objective of carrying
out the terms and conditions of this Agreement.
(b) A Party affected by an event of Force Majeure shall notify the other
Party of such event as soon as possible, and in any event not later
than 14 (fourteen) days following the occurrence of such event,
providing evidence of the nature and cause of such event, and shall
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
80
similarly give notice of the restoration of normal conditions as soon
as possible.
(c) The Parties shall take all reasonable measures to minimise the
consequences of any event of Force Majeure.
2.7.5 Payments
2.7.6 Consultation
Not later than 30 (thirty) days after the Consultant has, as the result of an
event of Force Majeure, become unable to perform a material portion of the
Services, the Parties shall consult with each other with a view to agreeing
on appropriate measures to be taken in the circumstances.
The Authority may, by not less than 30 (thirty) days’ written notice of
termination to the Consultant, such notice to be given after the occurrence
of any of the events specified in this Clause 2.9.1, terminate this Agreement
if:
(a) the Consultant fails to remedy any breach hereof or any failure in the
performance of its obligations hereunder, as specified in a notice of
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
81
suspension pursuant to Clause 2.8 hereinabove, within 30 (thirty)
days of receipt of such notice of suspension or within such further
period as the Authority may have subsequently granted in writing;
(c) the Consultant fails to comply with any final decision reached as a
result of arbitration proceedings pursuant to Clause 9 hereof;
(g) the Authority, in its sole discretion and for any reason whatsoever,
decides to terminate this Agreement.
The Consultant may, by not less than 30 (thirty) days’ written notice to the
Authority, such notice to be given after the occurrence of any of the events
specified in this Clause 2.9.2, terminate this Agreement if:
(a) the Authority fails to pay any money due to the Consultant pursuant
to this Agreement and not subject to dispute pursuant to Clause 9
hereof within 45 (forty five) days after receiving written notice from
the Consultant that such payment is overdue;
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
82
(d) the Authority fails to comply with any final decision reached as a
result of arbitration pursuant to Clause 9 hereof.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
83
to arbitration pursuant to Clause 9 hereof, and this Agreement shall not be
terminated on account of such event except in accordance with the terms of
any resulting arbitral award.
3.1 General
The Consultant shall perform the Services and carry out its obligations
hereunder with all due diligence, efficiency and economy, in accordance
with generally accepted professional techniques and practices, and shall
observe sound management practices, and employ appropriate advanced
technology and safe and effective equipment, machinery, materials and
methods. The Consultant shall always act, in respect of any matter relating
to this Agreement or to the Services, as a faithful adviser to the Authority,
and shall at all times support and safeguard the Authority's legitimate
interests in any dealings with Sub-Consultants or Third Parties.
3.2.1 The Consultant shall not have a Conflict of Interest and any breach hereof
shall constitute a breach of the Agreement.
The Consultant agrees that, during the term of this Agreement and after its
termination, the Consultant or any Associate thereof and any entity
affiliated with the Consultant, as well as any Sub-Consultant and any entity
affiliated with such Sub-Consultant, shall be disqualified from providing
goods, works, services, loans or equity for any project resulting from or
closely related to the Services and any breach of this obligation shall
amount to a Conflict of Interest; provided that the restriction herein shall
not apply after a period of five years from the completion of this
assignment or to consulting assignments granted by banks/ lenders at any
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
84
time; provided further that this restriction shall not apply to consultancy/
advisory services provided to the Authority in continuation of this
Consultancy or to any subsequent consultancy/ advisory services provided
to the Authority in accordance with the rules of the Authority. For the
avoidance of doubt, an entity affiliated with the Consultant shall include a
partner in the Consultant’s firm or a person who holds more than 5% (five
per cent) of the subscribed and paid up share capital of the Consultant, as
the case may be, and any Associate thereof.
Neither the Consultant nor its Sub-Consultant nor the Personnel of either of
them shall engage, either directly or indirectly, in any of the following
activities:
(b) after the termination of this Agreement, such other activities as may
be specified in the Agreement; or
(c) at any time, such other activities as have been specified in the RFP
as Conflict of Interest.
3.2.5 The Consultant and its Personnel shall observe the highest standards of
ethics and shall not have engaged in and shall not hereafter engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice (collectively the “Prohibited Practices”).
Notwithstanding anything to the contrary contained in this Agreement, the
Authority shall be entitled to terminate this Agreement forthwith by a
communication in writing to the Consultant, without being liable in any
manner whatsoever to the Consultant, if it determines that the Consultant
has, directly or indirectly or through an agent, engaged in any Prohibited
Practices in the Selection Process or before or after entering into of this
Agreement. In such an event, the Authority shall forfeit and appropriate the
performance security, if any, as mutually agreed genuine pre-estimated
compensation and damages payable to the Authority towards, inter alia, the
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
85
time, cost and effort of the Authority, without prejudice to the Authority’s
any other rights or remedy hereunder or in law.
3.2.6 Without prejudice to the rights of the Authority under Clause 3.2.5 above
and the other rights and remedies which the Authority may have under this
Agreement, if the Consultant is found by the Authority to have directly or
indirectly or through an agent, engaged or indulged in any Prohibited
Practices, during the Selection Process or before or after the execution of
this Agreement, the Consultant shall not be eligible to participate in any
tender or RFP issued during a period of 2 (two) years from the date the
Consultant is found by the Authority to have directly or indirectly or
through an agent, engaged or indulged in any Prohibited Practices.
3.2.7 For the purposes of Clauses 3.2.5 and 3.2.6, the following terms shall have
the meaning hereinafter respectively assigned to them:
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
86
influencing or attempting to influence the Selection Process; or (ii)
having a Conflict of Interest; and
3.3 Confidentiality
(i) was in the public domain prior to its delivery to the Consultant, its
Sub-Consultants and the Personnel of either of them or becomes a
part of the public knowledge from a source other than the
Consultant, its Sub-Consultants and the Personnel of either of them;
(ii) was obtained from a third party with no known duty to maintain its
confidentiality;
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
87
Consultants or Personnel of either of them, as the case may be, shall
require their professional advisers, agents, auditors or its
representatives, to undertake in writing to keep such Confidential
Information, confidential and shall use its best efforts to ensure
compliance with such undertaking.
3.4.1 The Consultant’s liability under this Agreement shall be determined by the
Applicable Laws and the provisions hereof.
3.4.2 The Consultant shall, subject to the limitation specified in Clause 3.4.3, be
liable to the Authority for any direct loss or damage accrued or likely to
accrue due to deficiency in Services rendered by it.
3.4.3 The Parties hereto agree that in case of negligence or wilful misconduct on
the part of the Consultant or on the part of any person or firm acting on
behalf of the Consultant in carrying out the Services, the Consultant, with
respect to damage caused to the Authority’s property, shall not be liable to
the Authority:
(ii) for any direct loss or damage that exceeds (a) the Agreement Value set
forth in Clause 6.1.2 of this Agreement, or (b) the proceeds the Consultant
may be entitled to receive from any insurance maintained by the Consultant
to cover such a liability in accordance with Clause 3.5.2, whichever of (a)
or (b) is higher.
3.4.4 This limitation of liability specified in Clause 3.4.3 shall not affect the
Consultant’s liability, if any, for damage to Third Parties caused by the
Consultant or any person or firm acting on behalf of the Consultant in
carrying out the Services subject, however, to a limit equal to 3 (three)
times the Agreement Value.
3.5.1 (a) The Consultant shall, for the duration of this Agreement, take out and
maintain, and shall cause any Sub-Consultant to take out and
maintain, at its (or the Sub-Consultant’s, as the case may be) own
cost, but on terms and conditions approved by the Authority,
insurance against the risks, and for the coverages, as specified in the
Agreement and in accordance with good industry practice.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
88
No insurance shall be cancelled, modified or allowed to expire or
lapse during the term of this Agreement.
(c) If the Consultant fails to effect and keep in force the aforesaid
insurances for which it is responsible pursuant hereto, the Authority
shall, apart from having other recourse available under this
Agreement, have the option, without prejudice to the obligations of
the Consultant, to take out the aforesaid insurance, to keep in force
any such insurances, and pay such premia and recover the costs
thereof from the Consultant, and the Consultant shall be liable to pay
such amounts on demand by the Authority.
3.5.2 The Parties agree that the risks and coverages shall include but not be
limited to the following:
(a) keep accurate and systematic accounts and records in respect of the
Services provided under this Agreement, in accordance with
internationally accepted accounting principles and in such form and
detail as will clearly identify all relevant time charges and cost, and
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
89
the basis thereof (including the basis of the Consultant’s costs and
charges); and
The Consultant shall obtain the Authority's prior approval in writing before
taking any of the following actions:
(b) entering into a subcontract for the performance of any part of the
Services, it being understood (i) that the selection of the Sub-
Consultant and the terms and conditions of the subcontract shall
have been approved in writing by the Authority prior to the
execution of the subcontract, and (ii) that the Consultant shall
remain fully liable for the performance of the Services by the Sub-
Consultant and its Personnel pursuant to this Agreement; or
The Consultant shall submit to the Authority the reports and documents
specified in the Agreement, in the form, in the numbers and within the time
periods set forth therein.
3.9.1 All plans, drawings, specifications, designs, reports and other documents
(collectively referred to as “Consultancy Documents”) prepared by the
Consultant (or by the Sub-Consultants or any Third Party) in performing
the Services shall become and remain the property of the Authority, and all
intellectual property rights in such Consultancy Documents shall vest with
the Authority. Any Consultancy Document, of which the ownership or the
intellectual property rights do not vest with the Authority under law, shall
automatically stand assigned to the Authority as and when such
Consultancy Document is created and the Consultant agrees to execute all
papers and to perform such other acts as the Authority may deem necessary
to secure its rights herein assigned by the Consultant.
3.9.2 The Consultant shall, not later than termination or expiration of this
Agreement, deliver all Consultancy Documents to the Authority, together
with a detailed inventory thereof. The Consultant may retain a copy of such
Consultancy Documents. The Consultant, its Sub-Consultants or a Third
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
90
Party shall not use these Consultancy Documents for purposes unrelated to
this Agreement without the prior written approval of the Authority.
3.9.3 The Consultant shall hold the Authority harmless and indemnified for any
losses, claims, damages, expenses (including all legal expenses), awards,
penalties or injuries (collectively referred to as ‘claims’) which may arise
from or due to any unauthorised use of such Consultancy Documents, or
due to any breach or failure on part of the Consultant or its Sub-Consultants
or a Third Party to perform any of its duties or obligations in relation to
securing the aforementioned rights of the Authority.
The Consultant shall ensure that the Authority, and officials of the
Authority having authority from the Authority, are provided unrestricted
access to the Project Office and to all Personnel during office hours. The
Authority’s official, who has been authorised by the Authority in this
behalf, shall have the right to inspect the Services in progress, interact with
Personnel of the Consultant and verify the records relating to the Services
for his satisfaction.
4.1 General
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
91
The Consultant shall employ and provide such qualified and experienced
Personnel as may be required to carry out the Services.
4.2.3 If additional work is required beyond the scope of the Services specified in
the Terms of Reference, the estimated periods of engagement of Personnel,
set forth in the Annexes of the Agreement may be increased by agreement
in writing between the Authority and the Consultant, provided that any
such increase shall not, except as otherwise agreed, cause payments under
this Agreement to exceed the Agreement Value set forth in Clause 6.1.2.
4.3.1 The Professional Personnel listed in Annex-2 of the Agreement are hereby
approved by the Authority. No other Professional Personnel shall be
engaged without prior approval of the Authority.
The Authority expects all the Key Personnel specified in the Proposal to be
available during implementation of the Agreement. The Authority will not
consider any substitution of Key Personnel except under compelling
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
92
circumstances beyond the control of the Consultant and the concerned Key
Personnel. Such substitution shall be limited to not more than two Key
Personnel subject to equally or better qualified and experienced personnel
being provided to the satisfaction of the Authority. Without prejudice to the
foregoing, substitution of one Key Personnel shall be permitted subject to
reduction of remuneration equal to 20% (twenty per cent) of the total
remuneration specified for the Key Personnel who is proposed to be
substituted. In case of a second substitution, such reduction shall be equal
to 50% (fifty per cent) of the total remuneration specified for the Key
Personnel who is proposed to be substituted.
The Personnel shall not be entitled to be paid for overtime nor to take paid
sick leave or vacation leave except as specified in the Agreement, and the
Consultant’s remuneration shall be deemed to cover these items. All leave
to be allowed to the Personnel is excluded from the mandays of service set
forth in Annex-2. Any taking of leave by any Personnel for a period
exceeding 7 (seven) days shall be subject to the prior approval of the
Authority, and the Consultant shall ensure that any absence on leave will
not delay the progress and quality of the Services.
4.7 Sub-Consultants
Unless otherwise specified in the Agreement, the Authority shall make best
efforts to ensure that the Government shall:
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
93
(a) provide the Consultant, its Sub-Consultants and Personnel with
work permits and such other documents as may be necessary to
enable the Consultant, its Sub-Consultants or Personnel to perform
the Services;
The Authority warrants that the Consultant shall have, free of charge,
unimpeded access to the site of the project in respect of which access is
required for the performance of Services; provided that if such access shall
not be made available to the Consultant as and when so required, the Parties
shall agree on (i) the time extension, as may be appropriate, for the
performance of Services, and (ii) the additional payments, if any, to be
made to the Consultant as a result thereof pursuant to Clause 6.1.3.
If, after the date of this Agreement, there is any change in the Applicable
Laws with respect to taxes and duties which increases or decreases the cost
or reimbursable expenses incurred by the Consultant in performing the
Services, by an amount exceeding 2% (two per cent) of the Agreement
Value specified in Clause 6.1.2, then the remuneration and reimbursable
expenses otherwise payable to the Consultant under this Agreement shall be
increased or decreased accordingly by agreement between the Parties
hereto, and corresponding adjustments shall be made to the aforesaid
Agreement Value.
5.4 Payment
6.1.1 An abstract of the cost of the Services payable to the Consultant is set forth
in Annex-5 of the Agreement.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
94
6.1.2 Except as may be otherwise agreed under Clause 2.6 and subject to Clause
6.1.3, the payments under this Agreement shall not exceed the agreement
value specified herein (the “Agreement Value”). The Parties agree that the
Agreement Value is Rs. ………. (Rupees. …………………….), which
does not include the Additional Costs specified in Annex-5 (the
“Additional Costs”).
All payments shall be made in Indian Rupees. The Consultant shall be free
to convert Rupees into any foreign currency as per Applicable Laws.
(a) A Mobilisation Advance for an amount upto 10% (ten per cent) of
the Agreement Value shall be paid to the Consultant on request and
against a Bank Guarantee from a Scheduled Bank in India in an
amount equal to such advance, such Bank Guarantee to remain
effective until the advance payment has been fully set off as
provided herein. The advance outstanding shall attract simple
interest @ 10% (ten per cent) per annum and shall be adjusted in
four equal instalments from the first four stage payments due and
payable to the Consultant, and the accrued interest shall be
recovered from the fifth instalment due and payable thereafter.
(b) The Consultant shall be paid for its services as per the Payment
Schedule at Annex-6 of this Agreement, subject to the Consultant
fulfilling the following conditions:
(i) No payment shall be due for the next stage till the Consultant
completes, to the satisfaction of the Authority, the work
pertaining to the preceding stage.
(c) The Authority shall cause the payment due to the Consultant to be
made within 30 (thirty) days after the receipt by the Authority of
duly completed bills with necessary particulars (the “Due Date”).
Interest at the rate of 10% (ten per cent) per annum shall become
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
95
payable as from the Due Date on any amount due by, but not paid
on or before, such Due Date.
(d) The final payment under this Clause shall be made only after the
final report and a final statement, identified as such, shall have been
submitted by the Consultant and approved as satisfactory by the
Authority. The Services shall be deemed completed and finally
accepted by the Authority and the final deliverable shall be deemed
approved by the Authority as satisfactory upon expiry of 90 (ninety)
days after receipt of the final deliverable by the Authority unless the
Authority, within such 90 (ninety) day period, gives written notice
to the Consultant specifying in detail, the deficiencies in the
Services. The Consultant shall thereupon promptly make any
necessary corrections and/or additions, and upon completion of such
corrections or additions, the foregoing process shall be repeated.
The Authority shall make the final payment upon acceptance or
deemed acceptance of the final deliverable by the Authority.
(e) Any amount which the Authority has paid or caused to be paid in
excess of the amounts actually payable in accordance with the
provisions of this Agreement shall be reimbursed by the Consultant
to the Authority within 30 (thirty) days after receipt by the
Consultant of notice thereof. Any such claim by the Authority for
reimbursement must be made within 1 (one) year after receipt by the
Authority of a final report in accordance with Clause 6.3 (d). Any
delay by the Consultant in reimbursement by the due date shall
attract simple interest @ 10% (ten per cent) per annum.
(f) 10% (ten per cent) of the Agreement Value has been earmarked as
Final Payment to be made to the Consultant upon execution of the
Concession Agreement. In the event the Concession Agreement
does not get executed within 1 (one) year of the Effective Date the
Final Payment shall not become due to the Consultant, save and
except the costs incurred for meeting its reimbursable expenses
during the period after expiry of 18 (eighteen) weeks from the
Effective Date, including travel costs and personnel costs, at the
agreed rates.
(g) All payments under this Agreement shall be made to the account of
the Consultant as may be notified to the Authority by the
Consultant.
96
herein. The balance remaining out of the Performance Security shall be
returned to the Consultant at the end of 3 (three) months after the expiration
of this Agreement pursuant to Clause 2.4 hereof.
The Authority shall have the right to invoke and appropriate the proceeds
of the Performance Security, in whole or in part, without notice to the
Consultant in the event of breach of this Agreement or for recovery of
liquidated damages specified in this Clause 7.2.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
97
The Parties undertake to act in good faith with respect to each other’s rights
under this Agreement and to adopt all reasonable measures to ensure the
realisation of the objectives of this Agreement.
9. SETTLEMENT OF DISPUTES
The Parties shall use their best efforts to settle amicably all disputes arising
out of or in connection with this Agreement or the interpretation thereof.
9.2.2 The Parties agree to use their best efforts for resolving all Disputes arising
under or in respect of this Agreement promptly, equitably and in good faith,
and further agree to provide each other with reasonable access during
normal business hours to all non-privileged records, information and data
pertaining to any Dispute.
9.3 Conciliation
In the event of any Dispute between the Parties, either Party may call upon
Chairman, NHAI and the Chairman of the Board of Directors of the
Consultant or a substitute thereof for amicable settlement, and upon such
reference, the said persons shall meet no later than 10 (ten) days from the
date of reference to discuss and attempt to amicably resolve the Dispute. If
such meeting does not take place within the 10 (ten) day period or the
Dispute is not amicably settled within 15 (fifteen) days of the meeting or
the Dispute is not resolved as evidenced by the signing of written terms of
settlement within 30 (thirty) days of the notice in writing referred to in
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
98
Clause 9.2.1 or such longer period as may be mutually agreed by the
Parties, either Party may refer the Dispute to arbitration in accordance with
the provisions of Clause 9.4.
9.4 Arbitration
9.4.2 There shall be {an Arbitral Tribunal of three arbitrators, of whom each
Party shall select one, and the third arbitrator shall be appointed by the two
arbitrators so selected, and in the event of disagreement between the two
arbitrators, the appointment} {a sole arbitrator$ whose appointment} shall
be made in accordance with the Rules.
9.4.3 The arbitrators shall make a reasoned award (the “Award”). Any Award
made in any arbitration held pursuant to this Clause 9 shall be final and
binding on the Parties as from the date it is made, and the Consultant and
the Authority agree and undertake to carry out such Award without delay.
9.4.4 The Consultant and the Authority agree that an Award may be enforced
against the Consultant and/or the Authority, as the case may be, and their
respective assets wherever situated.
9.4.5 This Agreement and the rights and obligations of the Parties shall remain in
full force and effect, pending the Award in any arbitration proceedings
hereunder.
$
In case the Agreement Value specified in Clause 6.1.2 of this Agreement does not exceed Rs. 1
(one) crore, a sole arbitrator shall be appointed. In case the Agreement Value specified in Clause
6.1.2 of this Agreement is more than Rs. 1 (one) crore, a Board shall be appointed. Depending upon
the Agreement Value, one of the two curly parentheses shall be deleted from Clause 9.4.2.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
99
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
(Fax No.) (Fax No.)
In the presence of:
1. 2.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
100
Annex-1
Terms of Reference
(Refer Clause 3.1.2)
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
101
Annex-2
Deployment of Personnel
(Refer Clause 4.2)
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
102
Annex-3
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
103
Annex-4
Approved Sub-Consultant(s)
(Refer Clause 4.7.1)
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
104
Annex-5
Cost of Services
(Refer Clause 6.1)
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
105
Annex-6
Payment Schedule
(Refer Clause 6.3)
Key
Week
Date Description of Deliverables Payment
No.
No.
KD1 Inception Report 2 5%
KD2 Alignment Study Report 17 15%
KD3 Report on Preliminary Environment and Social Impact 18 5%
Assessment
KD4 Report of Traffic Survey 19 5%
KD5 Pre-Feasibility Report 22 10%
KD6 Report on Environment and Social Impact Assessment 27 5%
KD7 Report on Indicative GAD of structures (bridges, grade 30 5%
separators, interchanges, ROBs and RUBs)
KD8 Report on Land Plan Schedules and Utility Relocation 32 10%
KD9 Draft Feasibility Report including Schedules to the 35 15%
Concession Agreement
KD10 Final Feasibility Report 40 15%
KD11 Assistance during Bid Process 50 5%
KD12 Completion of Bid Process 52 5%
Total 100%
Notes:
1. The above payments shall be made to the Consultant provided that the
payments to be made at any time shall not exceed the amount certified by
the Consultant in its Statement of Expenses.
2. All Reports shall first be submitted as draft reports for comments of the
Authority. The Authority shall provide its comments no later than 3 (three)
weeks from the date of receiving a draft report and in case no comments
are provided within such 3 (three) weeks, the Consultant shall finalise its
report. Provided, however, that the Authority may take upto 4 (four) weeks
in providing its comments on the Draft Feasibility Report.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
106
submitting its Final Feasibility Report after receipt of comments from the
Authority.
4. Final payment of 10% (ten per cent) shall be released upon completion
of Services in their entirety, including submission of the Environmental
Impact Assessment Report.
5. Mobilisation Advance upto 10% (ten per cent) of the total Agreement
Value shall be paid on request against Bank Guarantee of a Scheduled
Bank. This shall attract 10% (ten per cent) simple interest per annum and
shall be adjusted against the first 4 (four) bills in four equal instalments
and the accrued interest will be recovered from the 5th (fifth) bill.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
107
Annex- 7
To
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
108
unequivocal. The payment so made by us under this bond shall be a valid
discharge of our liability for payment thereunder and the Consultant shall have no
claim against us for making such payment.
4. We, ……………….. (indicate the name of Bank) further agree that the
Guarantee herein contained shall remain in full force and effect during the period
that would be taken for the performance of the said Agreement and that it shall
continue to be enforceable till all the dues of the Authority under or by virtue of
the said Agreement have been fully paid and its claims satisfied or discharged or
till the Authority certifies that the terms and conditions of the said Agreement have
been fully and properly carried out by the said Consultant and accordingly
discharges this Guarantee. Unless a demand or claim under this Guarantee is made
on us in writing on or before a period of one year from the date of this Guarantee,
we shall be discharged from all liability under this Guarantee thereafter.
5. We, ………………… (indicate the name of Bank) further agree with the
Authority that the Authority shall have the fullest liberty without our consent and
without affecting in any manner our obligations hereunder to vary any of the terms
and conditions of the said Agreement or to extend time of performance by the said
Consultant from time to time or to postpone for any time or from time to time any
of the powers exercisable by the Authority against the said Consultant and to
forbear or enforce any of the terms and conditions relating to the said Agreement
and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said Consultant or for any forbearance, act or
omission on the part of the Authority or any indulgence by the Authority to the
said Consultant or any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have the effect of so relieving us.
6. This Guarantee will not be discharged due to the change in the constitution
of the Bank or the Consultant(s).
8. For the avoidance of doubt, the Bank’s liability under this Guarantee shall
be restricted to Rs. *** crore (Rupees ***** crore) only. The Bank shall be liable
to pay the said amount or any part thereof only if the Authority serves a written
claim on the Bank in accordance with paragraph 2 hereof, on or before [***
(indicate date falling 180 days after the date of this Guarantee)].
For ..............................................................
Name of Bank:
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
109
NOTES:
(i) The Bank Guarantee should contain the name, designation and code
number of the officer(s) signing the Guarantee.
(ii) The address, telephone no. and other details of the Head Office of the Bank
as well as of issuing Branch should be mentioned on the covering letter of
issuing Branch.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
110
SCHEDULE-3
(See Clause 2.3.3)
1. This Note further explains and illustrates the provisions of Clause 2.3 of the
RFP and shall be read together therewith in dealing with specific cases.
(iii) potential consultant should not have recently worked for the
Authority overseeing the project.
(iii) no consultant should bid for works arising from the project.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
111
4. The normal way to identify conflicts of interest is through self-declaration
by consultants. Where a conflict exists, which has not been declared,
competing companies are likely to bring this to the notice of the Authority.
All conflicts must be declared as and when the consultants become aware
of them.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
112
Appendices
APPENDICES
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
113
Appendices
APPENDIX-I
(See Clause 2.1.3)
TECHNICAL PROPOSAL
Form-1
Letter of Proposal
(On Applicant’s letter head)
To,*****
*****
*****
Dear Sir,
With reference to your RFP Document dated ………….., I/we, having examined
all relevant documents and understood their contents, hereby submit our Proposal
for selection as Consultant for preparation of Feasibility Report for Kanpur-
Lucknow Expressway. The proposal is unconditional and unqualified.
2. All information provided in the Proposal and in the Appendices is true and
correct and all documents accompanying such Proposal are true copies of
their respective originals.
4. I/We shall make available to the Authority any additional information it may
deem necessary or require for supplementing or authenticating the Proposal.
5. I/We acknowledge the right of the Authority to reject our application without
assigning any reason or otherwise and hereby waive our right to challenge
the same on any account whatsoever.
6. I/We certify that in the last three years, we or any of our Associates have
neither failed to perform on any contract, as evidenced by imposition of a
penalty by an arbitral or judicial authority or a judicial pronouncement or
arbitration award against the Applicant, nor been expelled from any project
or contract by any public authority nor have had any contract terminated by
any public authority for breach on our part.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
114
Appendices
(b) I/We do not have any conflict of interest in accordance with Clause
2.3 of the RFP Document;
(d) I/We hereby certify that we have taken steps to ensure that in
conformity with the provisions of Section 4 of the RFP, no person
acting for us or on our behalf will engage in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or
restrictive practice.
8. I/We understand that you may cancel the Selection Process at any time and
that you are neither bound to accept any Proposal that you may receive nor
to select the Consultant, without incurring any liability to the Applicants in
accordance with Clause 2.8 of the RFP document.
9. I/We declare that we/any member of the consortium, are/is not a Member
of a/any other Consortium applying for Selection as a Consultant.
10. I/We certify that in regard to matters other than security and integrity of the
country, we or any of our Associates have not been convicted by a Court of
Law or indicted or adverse orders passed by a regulatory authority which
would cast a doubt on our ability to undertake the Consultancy for the
Project or which relates to a grave offence that outrages the moral sense of
the community.
11. I/We further certify that in regard to matters relating to security and
integrity of the country, we have not been charge-sheeted by any agency of
the Government or convicted by a Court of Law for any offence committed
by us or by any of our Associates.
13. I/We hereby irrevocably waive any right or remedy which we may have at
any stage at law or howsoever otherwise arising to challenge or question
any decision taken by the Authority [and/ or the Government of India] in
connection with the selection of Consultant or in connection with the
Selection Process itself in respect of the above mentioned Project.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
115
Appendices
14. The Bid Security of Rs. ***** (Rupees *****) in the form of a Demand
Draft is attached, in accordance with the RFP document.
15. I/We agree and understand that the proposal is subject to the provisions of
the RFP document. In no case, shall I/we have any claim or right of
whatsoever nature if the Consultancy for the Project is not awarded to
me/us or our proposal is not opened or rejected.
16. I/We agree to keep this offer valid for 90 (ninety) days from the Proposal
Due Date specified in the RFP.
18. In the event of my/our firm/ consortium being selected as the Consultant,
I/we agree to enter into an Agreement in accordance with the form at
Schedule–2 of the RFP. We agree not to seek any changes in the aforesaid
form and agree to abide by the same.
19. I/We have studied RFP and all other documents carefully and also surveyed
the Project site. We understand that except to the extent as expressly set
forth in the Agreement, we shall have no claim, right or title arising out of
any documents or information provided to us by the Authority or in respect
of any matter arising out of or concerning or relating to the Selection
Process including the award of Consultancy.
21 I/We agree and undertake to abide by all the terms and conditions of the
RFP Document. In witness thereof, I/we submit this Proposal under and in
accordance with the terms of the RFP Document.
Yours faithfully,
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
116
Appendices
APPENDIX-I
Form-2
Year of Incorporation:
Year of commencement of business:
Principal place of business:
Brief description of the Company including details of its main lines of
business
Name, designation, address and phone numbers of authorised signatory
of the Applicant:
Name:
Designation:
Company:
Address:
Phone No.:
Fax No. :
E-mail address:
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
117
Appendices
1.5 If the Applicant is Lead Member of a consortium, state the following for
each of the other Member Firms:
(i) Name of Firm:
(ii) Legal Status and country of incorporation
(iii) Registered address and principal place of business.
1.6 For the Applicant, (in case of a consortium, for each Member), state the
following information:
(i) In case of non Indian Firm, does the Firm have business presence in
India?
Yes/No
If so, provide the office address(es) in India.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
118
Appendices
1.8 Does the Applicant intend to borrow or hire temporarily, personnel from
contractors, manufacturers or suppliers for performance of the
Consulting Services?
Yes/No
If yes, does the Applicant agree that it will only be acceptable as
Consultant, if those contractors, manufacturers and suppliers disqualify
themselves from subsequent execution of work on this Project
(including tendering relating to any goods or services for any other part
of the Project) other than that of the Consultant?
Yes/No
If yes, have any undertakings been obtained (and annexed) from such
contractors, manufacturers, etc. that they agree to disqualify themselves
from subsequent execution of work on this Project and they agree to
limit their role to that of consultant/ adviser for the Authority only?
Yes/No
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
119
Appendices
APPENDIX-I
Form-3
Ref. Date:
To,
*****
*****
Dear Sir,
I/We hereby confirm that we, the Applicant (along with other members in case of
consortium, constitution of which has been described in the Proposal*), satisfy the
terms and conditions laid down in the RFP document.
I/We have agreed that ……………….. (insert Applicant’s name) will act as the
Lead Member of our consortium.
I/We have agreed that ……………….. (insert individual’s name) will act as our
Authorised Representative/ will act as the Authorised Representative of the
consortium on our behalf and has been duly authorized to submit our Proposal.
Further, the authorised signatory is vested with requisite powers to furnish such
proposal and all other documents, information or communication and authenticate
the same.
Yours faithfully,
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
120
Appendices
APPENDIX-I
Form-4
Power of Attorney
Know all men by these presents, we, ......................................... (name of Firm and
address of the registered office) do hereby constitute, nominate, appoint and
authorise Mr / Ms........................................ son/daughter/wife and presently residing at
........................................, who is presently employed with us and holding the position
of .................... as our true and lawful attorney (hereinafter referred to as the
“Authorised Representative”) to do in our name and on our behalf, all such acts,
deeds and things as are necessary or required in connection with or incidental to
submission of our Proposal for and selection as the Consultant for Preparation of
Feasibility Report for Kanpur-Lucknow Expressway, proposed to be developed by
the ***** (the “Authority”) including but not limited to signing and submission
of all applications, proposals and other documents and writings, participating in
pre-bid and other conferences and providing information/ responses to the
Authority, representing us in all matters before the Authority, signing and
execution of all contracts and undertakings consequent to acceptance of our
proposal and generally dealing with the Authority in all matters in connection with
or relating to or arising out of our Proposal for the said Project and/or upon award
thereof to us till the entering into of the Agreement with the Authority.
AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully
done or caused to be done by our said Authorised Representative pursuant to and
in exercise of the powers conferred by this Power of Attorney and that all acts,
deeds and things done by our said Authorised Representative in exercise of the
powers hereby conferred shall and shall always be deemed to have been done by
us.
For .......................................
Witnesses:
1.
2.
Notarised
Accepted
........................................
(Signature, name, designation and address of the Attorney)
Notes:
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
121
Appendices
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. The Power of Attorney should
be executed on a non-judicial stamp paper of Rs. 100 (hundred) and duly notarised
by a notary public.
Wherever required, the Applicant should submit for verification the extract of the
charter documents and other documents such as a resolution/power of attorney in
favour of the person executing this Power of Attorney for the delegation of power
hereunder on behalf of the Applicant.
For a Power of Attorney executed and issued overseas, the document will also
have to be legalised by the Indian Embassy and notarised in the jurisdiction where
the Power of Attorney is being issued. However, Applicants from countries that
have signed the Hague Legislation Convention 1961 need not get their Power of
Attorney legalised by the Indian Embassy if it carries a conforming Appostille
certificate.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
122
Appendices
APPENDIX-I
Form-5
Date:
$
In case the Applicant does not have a statutory auditor, it shall provide the
certificate from its chartered accountant that ordinarily audits the annual
accounts of the Applicant.
Note:
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
123
Appendices
APPENDIX-I
Form-6
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
124
Appendices
1. Senior Highway
Engineer – cum -
Team Leader
2. Bridge Engineer
3. Traffic – cum -
Safety Expert
4. Surveyor
5. Financial Analyst
6. Pavement Specialist
7. Environmental
Expert
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
125
Appendices
APPENDIX-I
Form-7
The Applicant shall clearly state its understanding of the TOR and also
highlight its important aspects. The Applicant may supplement various
requirements of the TOR and also make precise suggestions if it considers
this would bring more clarity and assist in achieving the Objectives laid
down in the TOR.
The Applicant will submit its methodology for carrying out this assignment,
outlining its approach toward achieving the Objectives laid down in the
TOR. The Applicant will submit a brief write up on its proposed team and
organisation of personnel explaining how different areas of expertise needed
for this assignment have been fully covered by its proposal. In case the
Applicant is a consortium, it should specify how the expertise of each firm is
proposed to be utilised for this assignment. The Applicant should specify the
sequence and locations of important activities, and provide a quality
assurance plan for carrying out the Consultancy Services.
Note: Marks will be deducted for writing lengthy and out of context responses.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
126
Appendices
APPENDIX-I
Form-8
# The Applicant should provide details of only those projects that have been
undertaken by it under its own name.
## Exchange rate should be taken as Rs. 50 per US $ for conversion to Rupees.
* The names and chronology of Eligible Projects included here should conform to
the project-wise details submitted in Form-10 of Appendix-I.
This is to certify that the information contained in Column 5 above is correct as per
the accounts of the Applicant and/ or the clients.
Date:
$
In case the Applicant does not have a statutory auditor, it shall provide the
certificate from its chartered accountant that ordinarily audits the annual accounts of
the Applicant.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
127
Appendices
Note: The Applicant may attach separate sheets to provide brief particulars of other
relevant experience of the Applicant.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
128
Appendices
APPENDIX-I
Form-9
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
130
Appendices
APPENDIX-I
Form-10
Name of Applicant:
Name of the Project:
Length in km or other particulars
Description of services performed
by the Applicant firm:
Name of client and Address:
(Indicate whether public or private
entity)
Name, telephone no. and fax no. of
client’s representative:
Estimated capital cost of Project (in
Rs crore or US$ million):
Payment received by the Applicant
(in Rs. crore):
Start date and finish date of the
services (month/ year):
Notes:
2. The Applicant may attach separate sheets to provide brief particulars of other
relevant experience of the Applicant.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
132
Appendices
APPENDIX-I
Form-11
It is certified that the aforesaid information is true and correct to the best of my
knowledge and belief.
Notes:
2. The Applicant may attach separate sheets to provide brief particulars of other
relevant experience of the Key Personnel.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
133
Appendices
APPENDIX-I
Form-12
2. Name of Personnel:
3. Date of Birth:
4. Nationality:
5. Educational Qualifications:
6. Employment Record:
(Starting with present position, list in reverse order every employment held.)
8. Details of the current assignment and the time duration for which services are
required for the current assignment.
Certification:
Place.........................................
Notes:
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
134
Appendices
2. The names and chronology of assignments included here should conform to the
project-wise details submitted in Form-8 of Appendix-I.
3. Each page of the CV shall be signed in ink and dated by both the Personnel
concerned and by the Authorised Representative of the Applicant firm along with
the seal of the firm. Photocopies will not be considered for evaluation.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow
Expressway
135
Appendices
APPENDIX-I
Form-13
Deployment of Personnel
S.No.
Designation Name Man-Days (MD) Week Numbers
At Away 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20
Project from
site Project
site
(specify)
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Total Mandays
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
136
Appendices
APPENDIX-I
Form–14
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
138
Appendices
APPENDIX-I
Form-15
Note:
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
140
Appendices
APPENDIX-II
FINANCIAL PROPOSAL
Form-1
Covering Letter
(On Applicant’s letter head)
To,
*****
*****
*****
Dear Sir,
I/We, _____________ (Applicant’s name) herewith enclose the Financial Proposal for
selection of my/our firm as Consultant for above.
I/We agree that this offer shall remain valid for a period of 90 (ninety) days from the
Proposal Due Date or such further period as may be mutually agreed upon.
Yours faithfully,
Note: The Financial Proposal is to be submitted strictly as per forms given in the RFP.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
141
Appendices
APPENDIX-II
(See Clause 2.1.3)
Form-2
Financial Proposal
Item
Description Amount (Rs.)
No.
A. RESIDENT PERSONNEL AND LOCAL COSTS
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
142
Appendices
F SERVICE TAX
G TOTAL (including taxes) (D+E+F) (in Rs.)
In Indian Rupees in figures
in words__________________________
Note:
3. Miscellaneous Expenses in Item A VIII shall not exceed 15% (fifteen per cent)
of the total amount in Item D.
7. Savings of upto 20% (twenty per cent) under any head of expenditure specified
in the summary of Financial Proposal may be reappropriated by the Consultant
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
143
Appendices
and added to any other head of expenditure, subject to a ceiling of 10% (ten
per cent) in respect of the recipient head of expenditure. Upon Notification of
such reappropriation to the Authority, the Financial Proposal shall be deemed
to be amended, and payment shall be made accordingly.
9. All other charges not shown here and all insurance premia are considered
included in the man day rate/ overhead/ miscellaneous expenses.
10. The Authority may require the Key Personnel to visit the Project/ the
Authority’s offices for further consultations after their Report has been accepted.
The cost (remuneration including personal allowances) of 2 (two) man days of
each Key Personnel is included in the Financial Proposal. The Authority may
require upto 12 (twelve) extra days of consultation with any or all Key
Personnel on payment of additional charges. For any increase as compared to
the aforesaid 2 (two) days, payment shall be computed solely on the basis of
relevant man day rates specified in the financial proposal. In all cases, return
full fare economy class airfare shall be reimbursed in addition, as per actuals.
11. The Authority may require Professional Personnel to visit the Project/the
Authority’s offices for further consultations or undertake desk work after the
report has been accepted. The additional costs on this account shall be paid to
the Consultant as per agreed man day rates and economy return airfare as per
actuals shall also be reimbursed. However, the total number of additional
mandays requisitioned hereunder shall not exceed 120 (one hundred and
twenty).
12. All payments shall be made in Indian Rupees and shall be subject to applicable
Indian laws withholding taxes if any.
13. For the purposes hereof “Statement of Expenses” means a statement of the
expenses incurred on each of the heads indicated in the Financial Proposal;
provided that in relation to expenses on Personnel, the Statement of Expenses
shall be accompanied by the particulars of Personnel and the mandays spent on
the Consultancy.
14. Lump Sum Payment shall be made only upon execution of the Concession
Agreement with the Concessionaire selected through the Bid Process. No Lump
Sum Payment shall be due or payable if the Concession Agreement is not
executed within one year from the Effective Date; provided, however, that
personnel and travel costs already incurred or due shall be payable.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
144
Appendices
APPENDIX-II
Form-3
Total
A II. Remuneration for Resident Support Personnel (including all personal allowances)
Total
B I. Remuneration for Expatriate Personnel (including all personal allowances)
Total:
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
146
APPENDIX- III
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
147
Appendix-1
Provided that the Applicant firm claiming credit for an Eligible Assignment
shall have, prior to PDD, received professional fees of at least Rs. 2.4 ( two point
four) crore for such assignment, and where credit is being claimed by key
personnel, she/he should have completed relevant assignment prior to PDD.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
148
Provided further that if the applicant firm is taking credit for an Eligible
Assignment which was undertaken for a private sector entity, such assignment
shall have been completed prior to PDD and the applicant shall have received
professional fees of at least Rs. 4.8 (four point eight) crore.
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
149
B) Criteria for Evaluation of Technical Proposals [as per Section 3 (Criteria for
evaluation) of RFP]
Max. Points
S.No. Description
25
1 Relevant experience for the assignment
The quality of methodology and the work plan proposed
2 05
Relevant experience of the key personnel
3 70
Total 100
Max.
S. No. Description
percentage
A) No. of eligible projects in the last 5 years 30
One or less number of projects - 0.0
Maximum no. of projects of all bids received - 30
Less than maximum number of - proportionate value
projects but more than one project
For calculating Factor (A) & (C) above, Cost of eligible projects for the
assignments which are under progress but have received professional fees of at
least Rs. 2.4 Cr. Prior to PDD in case of Government sector shall be
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
150
proportionately reduced by a factor (professional fees received prior to
PDD/Total Profession fees of assignment)
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
151
2. The quality of methodology and the work plan proposed
a) Understanding of TOR 1
(i) methodology 1
Total Points 5
Note : For Each of the above mentioned sub criteria under “quality of methodology
and the work plan proposed”, the following shall be the grading
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
152
3. Qualification and Competence of the Key Staff for adequacy of the
Assignment [ Minimum Eligibility as per Sub Para 2.2 (D) of Section 2
(Instruction to Applicants) of RFP]
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
153
Note:
(i) Factored Score in Para 2(b) shall be calculated as under:
Total cost of Eligible Projects -4/6 lane NH/SH (X)
(A)– Factor= (X/960or US$ 480 millions)
Total length of access controlled expressway(Y)
(B)- Factor= (Y/25)
Total cost of other construction work (Z)
( C)-Factor=(Z/2,400 or US$1200 millions)
Factored score=A+B+C
Total 100
Note:
1. Similar Capacity includes the following positions
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
154
ii) In Government Organizations : Executive Engineer (or equivalent) and
above (Feasibility/DPR).
Total 100
Note:
1. Similar Capacity includes the following positions
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
155
i) On behalf of Consultant : Traffic Expert / Traffic Engineer/ Traffic
and Transportation Expert/Planner(Feasibility/DPR).
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
156
3.4 Surveyor
Total 100
Note:
1. Similar Capacity includes the following positions
i) On behalf of Consultant : Surveyor/Survey Engineer (Feasibility/DPR).
ii) In Government Organizations : Surveyor/Survey Engineer (Feasibility/DPR)
Total 100
Note:
1. Similar Capacity includes the following positions
i) On behalf of Consultant /Govt organisation: Financial Analyst /
Financial Expert (Feasibility/DPR).
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
158
3.6 Pavement Specialist
Total 100
Note:
1. Similar Capacity includes the following positions
i) On behalf of Consultant : Pavement Specialist/Pavement Engineer/Pavement Expert
(Feasibility/DPR).
ii) In Government Organizations : Executive Engineer (or equivalent) and above
(Feasibility/DPR)
Total 100
Note:
1. Similar Capacity includes the following positions
i) On behalf of Consultant : Environmental Expert/ Environmental Engineer
(Feasibility/DPR).
ii) In Government Organizations : Executive Engineer/Environmental
Engineer (or equivalent) and above
(Feasibility/DPR)
2. Factored Score in Para 2(b) shall be calculated as under:
Total cost of Eligible Projects -4/6 lane NH/SH (X)
(A)– Factor= (X/960or US$ 480 millions)
Total length of access controlled expressway(Y)
(B)- Factor= (Y/25)
Total cost of other construction work (Z)
( C)-Factor=(Z/2,400 or US$1200 millions)
Factored score=A+B+C
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
160
3.8 Senior GIS Expert
Total 100
Note:
1. Similar Capacity includes the following positions
i) On behalf of Consultant : GIS Expert
ii) In Government Organizations : Executive Engineer (or equivalent) and
above (Feasibility/DPR)
2. Factored Score in Para 2(b) shall be calculated as under:
Total cost of Eligible Projects -4/6 lane NH/SH (X)
(A)– Factor= (X/960or US$ 480 millions)
Total length of access controlled expressway(Y)
(B)- Factor= (Y/25)
Total cost of other construction work (Z)
( C)-Factor=(Z/2,400 or US$1200 millions)
Factored score=A+B+C
RFP for Appointment of Technical Consultant for preparation of feasibility- report of Kanpur-Lucknow Expressway
161