RFP For DPR & PMC
RFP For DPR & PMC
services for Projects under Beneficiary Led Construction in 30 ULBs in Uttar Pradesh
Page 1 of 47
Letter of Invitation
No. 2046/03/29/HFA/2017-18 Date: 29 August, 2017
From:
Director,
State Urban Development Agency (SUDA)
Navchetna Kendra, 10-Ashok Marg, Lucknow - 226001
Tel: 0522-2286709 & Fax: 0522-2286711 [email protected]
To:
All Prospective Bidders
Attention: Mr/Ms.
Director, SUDA invites proposals to provide the following consulting services: “Preparation of
Detailed Project Report (DPR) and providing PMC services for Projects under Beneficiary
Led Construction in 30 ULBs in Uttar Pradesh”
Refer the guidelines prescribed by Ministry of Urban Development and Poverty Alleviation, Govt.
of India available in website (www.mhupa.gov.in).
The Background Information and Scope of Work are provided in Section 5 – Scope of Work of the
Request for Proposal (RFP);
This RFP is available to all eligible prospective consulting firms who meet the qualifying criteria
detailed in the Notice inviting Request for proposal.
Consultants will be selected under Quality cum Cost Based Selection Method and Procedures
described in this RFP.
The RFP includes the following documents along with Letter of Invitation:
Section1 –Instructions to Bidders
Section2 –Data Sheet to Instruction to Bidders
Section3 –Technical Forms
Section4 –Financial Proposal
Section5 –ToR / Scope of Work
Page 2 of 47
Section6 Part I – Form of Contract
Part II – General Condition of Contract
All prospective Bidders are advised to go through the RFP Document, visit the towns and
communicate their queries, if any, in writing through email to [email protected] not later than pre
bid meeting date.
Bidders are requested to submit following documents along with their proposals:
II. Earnest Money Deposit (EMD) in the form of DD / BG / FDR amounting refundable Rs.
20,00,000 (Rupees Twenty Lakh only) per cluster which is as per the para-9.2 of chapter-9 of
procurement manual. If submitting FDR the same should be pledged in the Favour of
Director, SUDA;
Performance security will be 5% of the work order value of the Consultancy Firms / Agencies /
Companies
Director, SUDA reserves the right to accept or reject any or all proposals, and to annul the selection
process and reject all proposals at any time prior to the award of contract, without thereby incurring
any liability or any obligation in any form to the affected Consultancy Firms / Agencies /
Companies on any grounds.
Yours sincerely,
Page 3 of 47
Contents
Section 1- INSTRUCTION TO BIDDERS ...................................................................................................... 6
1. INTRODUCTION ............................................................................................................................ 6
General .................................................................................................................................................. 6
2. CLARIFICATIONS AND AMENDMENTS TO RFP DOCUMENTS ........................................... 9
3. PREPARATION OF THE PROPOSAL ........................................................................................... 9
4. FINANCIAL PROPOSAL .............................................................................................................. 10
5. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS .................................................... 10
6. PROPOSAL EVALUATION ......................................................................................................... 10
General ................................................................................................................................................ 10
Evaluation of Technical Proposals...................................................................................................... 11
7. PUBLIC OPENING AND EVALUATION OF FINANCIAL PROPOSALS ............................... 11
Public Opening of Financial Proposals ............................................................................................... 11
Ranking of Proposals (QCBS) ............................................................................................................ 12
8. Contract Negotiations and Award of Contract ................................................................................ 12
Section 2: Data Sheet to Instruction to Bidder .............................................................................................. 14
Qualifications & Experience of Proposed Experts: ............................................................................ 16
Section 3: Technical Forms .......................................................................................................................... 20
FORM TECH-2A: Bidder's Organization............................................................................................... 21
Form TECH-2B: Bidder's Experience [For full technical proposals only] ............................................. 22
Section 4: Financial Proposal ....................................................................................................................... 24
Section 5: ToR / Scope of Work .................................................................................................................... 26
Part – I: Section I: FORM OF CONTRACT ................................................................................................ 33
Part – II General Condition of contract ........................................................................................................ 35
1. DEFINITATION of INTERPRETATION ..................................................................................... 35
1.1 Definition ................................................................................................................................ 35
1.2 Relation between Parties ......................................................................................................... 36
1.3 Language ................................................................................................................................. 36
1.4 Heading ................................................................................................................................... 36
1.5 Notices .................................................................................................................................... 36
1.6 Location .................................................................................................................................. 37
1.7 Authorized Representative ...................................................................................................... 37
1.8 Taxes and Duties ..................................................................................................................... 37
2. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF
CONTRACT ........................................................................................................................................... 37
2.1 Effective of Contract ............................................................................................................... 37
2.2 Termination of Contract for Failure to become Effective ....................................................... 37
2.3 Commencement of Service ..................................................................................................... 37
Page 4 of 47
2.4 Expiration of Contract ............................................................................................................. 37
2.5 Entire Agreement .................................................................................................................... 37
2.6 Modification ............................................................................................................................ 37
2.7 Force Majeure ......................................................................................................................... 37
3. OBLIGATION OF THE CONSULTANT ..................................................................................... 40
3.1 General .................................................................................................................................... 40
3.2 Conflict of Interests ................................................................................................................. 40
3.3 Confidentiality ........................................................................................................................ 41
3.4 Liability of the Consultant ...................................................................................................... 41
3.5 Insurance to be taken out by the Consultant ........................................................................... 41
3.6 Accounting , Inspection and Auditing .................................................................................... 41
3.7 Reporting Obligations ............................................................................................................. 41
3.8 Documents prepared by the Consultant to be the property of the Client ................................ 41
3.9 Equipment and Materials furnished by the Client................................................................... 41
4. OBLIGATION OF THE CLIENT .................................................................................................. 42
4.1 Access to Land ........................................................................................................................ 42
4.2 Change in the Applicable Law ................................................................................................ 42
4.3 Services, Facilities and Property of the Client ........................................................................ 42
4.4 Payment................................................................................................................................... 42
5. PAYMENT OF BIDDER ............................................................................................................... 42
6. RESPONSIBILITY FOR ACCURACY OF PROJECT DOCUMENTS ....................................... 43
6.1 General .................................................................................................................................... 43
6.2 Penalty..................................................................................................................................... 43
6.3 Action for Deficiency in Services ........................................................................................... 43
6.4 Consultant Liability towards the Client .................................................................................. 43
6.5 Warning / Debarring ............................................................................................................... 43
7. SETTLEMENTS OF DISPUTIES.................................................................................................. 43
7.1 Amicable Settlement ............................................................................................................... 43
7.2 Dispute Settlement .................................................................................................................. 43
7.3 Good Faith .............................................................................................................................. 44
7.4 Operation of the Contract ....................................................................................................... 44
7.5 Invoke of Performance Security.............................................................................................. 44
Page 5 of 47
Section 1- INSTRUCTION TO BIDDERS
1. INTRODUCTION
General
1.1 State Urban Development Agency, Lucknow, Uttar Pradesh, INDIA will select Consultancy
firms / Agencies / Companies in accordance with the method of selection specified in the
Data Sheet.
Page 6 of 47
1.2 Bidders should familiarize themselves with local conditions and take them into account in
preparing their Proposals. To obtain first-hand information on the assignment and local
conditions, Bidders are encouraged to visit the project site and engage in stakeholder
consultations.
1.3 Bidder shall bear all costs associated with the preparation and submission of their
Proposals. Costs might include site visit; collection of information; and, if selected, attendance
at contract negotiations etc.
1.4 The SUDA is not bound to accept any Proposal and reserves the right to annul the selection
process at any time prior to contract award, without thereby incurring any liability to the
Bidders.
1.5 In preparing their Proposals, Bidders are expected to examine in detail the documents
comprising the RFP. Material deficiencies in providing the information requested may result
in rejection of a Proposal.
Conflict of Interest
1.6 SUDA requires that Bidders provide professional, objective, and impartial advice and at all
times hold the client’s interests paramount, avoid conflicts with other assignments or their
own corporate interests and act without any consideration for future work. Without limitation
on the generality of the foregoing, Bidders, and any of their associates shall be considered to
have a conflict of interest and shall not be selected under any of the circumstances set forth
below:
i. If a Bidder combines the function of consulting with those of contracting and / or supply of
equipment; or
ii. If a Bidder is associated with or affiliated to a contractor or manufacturer; or
iii. If a Bidder is owned by a contractor or a manufacturing firm with departments or design
offices offering services as Bidders. The Bidder should include relevant information on
such relationships along with a statement in the Technical Proposal cover letter to the effect
that the Bidder will limit its role to that of a Bidder and disqualify itself and its associates
from work, in any other capacity or any future project within the next five years that may
emerge from this assignment (including bidding or any part of the future project). The
contract with the Bidder selected to undertake this assignment will contain an appropriate
provision to such effect.
i. defines, for the purposes of this provision, the terms set forth below as follows:
a. “Corruption Practice” public or private sectors by which they improperly and unlawfully
enrich themselves and / or those close to them, or induce others to do so, by misusing the
Page 7 of 47
position in which they are placed, and it includes the offering, giving, receiving, or soliciting
of anything of value to influence the action of any such official in the procurement process or
in contract execution; and
c. will reject a Proposal for award if it determines that the bidder recommended for award has
engaged in corrupt practice or fraudulent practices in competing for the contract; and
d. will declare the bidder ineligible, either indefinitely or for a stated period of time, to be
awarded any SUDA contract if it at any time determines that the bidder has engaged in
corrupt practice or fraudulent practice in competing for, or in executing, any SUDA contract.
e. EMD to be forfeited in case of any corrupt practice or fraudulent practice in competing for
the contract.
Proposal Validity
1.8 The data sheet indicates how long the Bidder’s proposal must remain valid after the submission
date. During this period, the Bidders shall maintain the availability of experts nominated in the
Proposal. The SUDA will make its best effort to complete negotiations within this period. In case
of need, the SUDA may request Bidders to extend the validity period of their Proposals subject
to maximum of 180 days. Bidders have the right to refuse to extend the validity period of their
Proposals.
i. The EMD of amount indicated in Data Sheet in favour of Director, SUDA payable at
Lucknow shall be in the form of Account Payee Demand Draft, Fixed Deposit Receipt,
Banker's Cheque or Bank Guarantee from any of the nationalised banks in an acceptable form.
The EMD is to remain valid for a period of forty-five days beyond the final bid validity
period.
ii. The SUDA shall reject any bid not accompanied by appropriate EMD, as non-responsive.
iii. The EMD of the successful Bidder shall be returned within two months once he has signed
the agreement and furnished the required performance security.
iv. EMD of the unsuccessful bidders shall be returned to them at the earliest after expiry of the
final bid validity and latest on or before the 30th day after the award of the contract to
successful bidder.
Page 8 of 47
v. The EMD may be forfeited:
a. Bidder withdraws its bid during the period of bid validity.
b. If the successful Bidder fails to:
(i) Sign the Agreement within required time frame;
(ii) Furnish a performance security.
2.2 At any time before the submission of Proposals, the SUDA may, whether at its own initiative, or
in response to a clarification requested by a Bidder, amend the RFP by issuing an addendum.
The addendum shall be sent to all Bidders and will be binding on them. To give Bidders
reasonable time in which to take an amendment into account in their Proposals, the SUDA may at
its discretion, if the amendment is substantial, extend the deadline for the RFP submission.
3.4 The Proposal should include a cover letter signed by person(s) with full authorization to make
legally binding contractual (including financial) commitments on behalf of the Bidder and items
given in the checklist
Technical Checklist for responsiveness of bidder is given below:
Required
S.No Item
Response
1 Has the consultant paid the RFP document fees
2 Has the consultant submitted the requisite bid processing fee and bid
security
3 Have all the pages required to be signed by the authorized
representative of the consultant been signed.
Page 9 of 47
4 Has the power of attorney been submitted in the name of authorized
representative
5 Has the consultant submitted all the required forms of the technical
proposal (Experience certificates of Bidder, approach and
methodology and Details of key professionals)
6 Does the technical proposal contain any financial information
7 Is financial proposal submitted separately in a sealed cover
4. FINANCIAL PROPOSAL
4.1 All information provided in Bidder’s financial Proposal will be treated as confidential.
4.2 The Financial Proposal is to be submitted in the form enclosed as Annexure - 1
4.3 No proposed schedule of payments should be included in Bidder’s financial Proposals.
4.4 Bidders shall quote the rates in Indian National Rupees (INR) only.
4.5 The rates to be quoted shall be in the format (Annexure - 1) given in Section 4. It shall include all
costs / expenses and statutory taxes excluding Service Tax.
5.2 An authorized representative of the Bidder shall initial all pages of the Technical Proposal and
Financial Proposal duly stamped.
5.3 The original and all copies of the Technical Proposal to be sent to the SUDA shall be placed in
sealed envelope clearly marked “Technical Proposal”. Similarly, the original Financial Proposal
shall be placed in a sealed envelope clearly marked “Financial Proposal” and with a warning “DO
NOT OPEN WITH THE TECHNICAL PROPOSAL ͘ ”, the envelops (Envelop 1 - Earnest
Money Deposit, Envelope 2 - Technical Proposal and Envelope 3 - Financial Proposal) shall be
placed into an outer envelope and sealed. The outer envelope shall bear the submission address,
reference number and other information indicated in the Data Sheet. If the Financial Proposal is
not submitted by the Bidder in a separate sealed envelope and duly marked as indicated above,
this will constitute grounds for declaring both Technical Proposal and Financial Proposal non -
responsive.
5.4 Proposals must be delivered at the indicated SUDA submission addresses on or before the time
and date stated in the Data Sheet or any new date notified by the SUDA.
6. PROPOSAL EVALUATION
General
6.1 From the time the Proposals are opened to the time the contract is awarded, the Bidder should not
contact the SUDA on any matter related to its Technical Proposal and / or Financial Proposal.
Any effort by a Bidder to influence the SUDA in examination, evaluation, ranking of Proposals
or recommendation for award of contract may result in rejection of the Bidder’s proposal
Page 10 of 47
6.2 The envelope 1 shall be opened first. If the EMD is not found to be in order then the proposal
shall be treated as non responsive and shall not be evaluated further.
6.4 The committee constituted by SUDA hereinafter referred to Evaluation Committee will be
responsible for evaluation and rankings of Proposals received.
6.5 The Evaluation committee will evaluate and rank the Technical Proposals on the basis of
proposal’s responsiveness to the ToR / Scope of work using the evaluation criteria and points
system specified in the Data Sheet. Each Technical Proposal will receive a technical score. A
Proposal shall be rejected if it does not achieve the minimum technical mark of 750 from the
maximum of 1,000 points.
6.6 A Technical Proposal may not be considered for evaluation in any of the following cases:
6.7 After the technical evaluation is completed, the SUDA shall notify Bidders whose Proposals
did not meet the minimum qualifying technical mark or Bidders whose Technical Proposals
were considered non-responsive to the RFP requirements, indicating that their Financial
Proposals will be returned unopened after completion of the selection process. The SUDA
shall simultaneously notify, in writing Bidders whose Technical Proposals received a mark of
750 or higher, indicating the date, time, and location for opening of Financial Proposals.
(Bidder’s attendance at the opening of Financial Proposals is optional).
7.1 At the public opening of Financial Proposals, Bidder representatives who choose to attend
will sign an Attendance Sheet.
i. The marks of each Technical Proposal that met the minimum mark of 750 will be read out
aloud.
ii. Each Financial Proposal will be checked to confirm that it has remained sealed and unopened.
iii. The Evaluation Committee will open Financial Proposal of each of only qualified Technical
Proposal and will read out aloud the name of the Bidder’s Financial Proposal.
Page 11 of 47
financial proposals will be allotted weightages of 30%.
II. Proposal with the lowest cost may be given a financial score of 100 and other proposals
given financial scores that are inversely proportional to their prices.
III. The total score, both technical and financial, shall be obtained by weighing the quality
and cost scores and adding them up. The proposed weightages for quality and cost shall
be specified in the RFP.
IV. Highest points basis: On the basis of the combined weighted score for quality and cost,
the consultant shall be ranked in terms of the total score obtained. The proposal
obtaining the highest total combined score in evaluation of quality and cost will be
ranked as H-1 followed by the proposals securing lesser marks as H-2, H-3 etc. The
proposal securing the highest combined marks and ranked H-1 will be invited for
negotiations, if required and shall be recommended for award of contract.
7.3 Bidder’s attendance at the opening of Financial Proposals is optional.
7.4 The Evaluation Committee will review the detailed content of each Financial Proposal.
During the review of Financial Proposals, the Evaluation Committee or any personnel of
SUDA will not be permitted to seek clarification or additional information from any Bidder,
who has submitted a Financial Proposal.
7.5 The details content of each Financial Proposal will be subsequently reviewed by the
Evaluation Committee.
7.6 The evaluated total price (ETP) for each Financial Proposal will be determined by following:
f =1,000 x Fm/F
Where:
Sf is the financial score of the Financial Proposal being evaluated
Fm is the ETP of the lowest priced Financial Proposal
F is the ETP of the Financial Proposal under consideration
The lowest evaluated Financial Proposal will receive the maximum score of 1,000 marks.
7.8 The Technical Score and Financial Score shall be added and the Contract will be awarded to
the Bidder which scores maximum points.
Page 12 of 47
Section 2: Data Sheet to Instruction to
Bidder
Page 13 of 47
Section 2: Data Sheet to Instruction to Bidder
Paragraph
Reference
Client’s Representative
Director, State Urban Development Agency,
Method of selection: Quality Cum Cost Based Selection (QCBS) Method (70:30)
1.8 Proposals must remain valid for 180 days from the submission date.
Page 14 of 47
Paragraph
Reference
1.10 (i) EMD: Rs. 20,00,000 (Rupees Twenty Lakh only) which is as per the para-9.2 of chapter-9
of procurement manual
2.1 Pre bid meeting will be held on 04/09/2017 from 12.00 am at the following address and
bidders may seek clarifications:
Director, State Urban Development Agency (SUDA)
10 Ashok Marg, Navchetna Kendra, Hazrat Ganj, Lucknow
Tel: 0522-2286709 & Fax: 0522-2286711, [email protected]
5.4 Last date of receiving bids: 13/09/2017, Time:15:00 hrs
6.7 Technical Proposals shall be evaluated on the basis of following pre-identified criteria:
(a) Technical criteria that would be considered for selection of preferred bidder would be as
follows:
S. No Criteria Score Allocated
1 Firms General Experience in similar assignments 400
2 Proposed Approach and Methodology 200
3 Qualification and Experience of Team Leader & 400
Other Key Professional
Total Score 1000
Details attached as Appendix I
The minimum qualifying marks is 750.The financial bid of bidder getting less than 750
marks will be returned unopened.
8.2 Add, Negotiation of the rates will be done as per the Procurement Manual of Department
of Micro, Small and Medium Enterprises, Uttar Pradesh
Page 15 of 47
DETAILED Criteria Maximum
MARKING Marks
(i) FOR The Consultancy Firm having experience of executing at least 2 similar
SCHEME
TECHNICAL assignments such as preparation of DPRs for Mass Housing Projects
EVALUATIONS. and 1 assignments such as providing of PMC / PMU services for
No projects under BSUP/IHSDP/RAY/HFA/NULM/ any other Govt. Mass
Housing Projects.
For Preparation of DPR - Marks will be given @ 30 Marks /
assignments up to a max of 04 assignments.
For Preparation of PMC - Marks will be given @ 40 Marks /
assignments up to a max of 02 assignments.
(ii) Consultants have experience in preparation of HFAPoA / SFCPoA / 200
Housing DPRs under Govt. Sponsored schemes in applied cluster.
Page 16 of 47
S. No Designation of Key Experts Qualification
(Project Manager / Team Leader / Project coordinator) for
at-least 5 years.
2 Architect B. Arch with 5 years experience
3 Civil Engineer B. Tech (Civil) with 5 years experience
4 MIS Expert B.E / B. Tech in I.T or MCA with 5 years experience
5 Surveyor Degree/Diploma/ITI/Certificate Course in Surveyor
6 Draftsman Diploma/ITI/Certificate Course in Draftsman
Team leader may be one for all clusters and one team of experts shall be provided for maximum two
clusters
In consideration of the Governor of Uttar Pradesh (hereinafter called “The Government”) having agreed
to exempt _______________________________ (hereinafter called “The said Consultant”) from the
Page 17 of 47
demand, under the terms and conditions of an Agreement dated ______________________ made
between __________ and ________________ for ____________________________ (hereinafter called
the “The said Agreement”) of security deposit for the due fulfilments by the said Consultant(s) of the
terms and conditions contained in the said Agreement, on production of a Bank Guarantee for
Rs.______________(Rupees____________________________ only), we, ______________________
(hereinafter referred to as “The Bank”) at the request of (indicate the name of the bank) (Consultant(s) do
hereby undertake to pay to the Government an amount not exceeding Rs.______________________
against any loss or damage caused to or suffered or would be caused to or suffered by the Government by
reason of any breach by the said Consultant (s) of any of the terms and conditions contained in the said
Agreement
3. We undertake to pay to the Government any money so demanded not withstanding any dispute or
disputes raised by the Consultant(s) in any suit or proceeding pending before any Court or Tribunal
relating thereto our liability under this present being absolute and unequivocal. The payment so made by
us under this Bond shall be valid discharge of our liability for payment there under the Consultant(s) shall
have no claim against us for making such payment.
6. This Guarantee will not be discharged due to the change in the constitution of the Bank or the
Consultant(s).
Page 18 of 47
7. We _____________________________________, lastly undertake not to revoke (indicate the name of
Bank) this Guarantee during its currency except with the previous consent of the Government in writing.
Dated the _________________________ day of 2017 For _____________________________________
(indicate the name of Bank)
Page 19 of 47
Section 3: Technical Forms
Dear Sir/Madam:
We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in
accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby
Page 20 of 47
submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a
separate envelope.
We are submitting our Proposal in individual capacity without entering in association with/as a
Joint Venture. We hereby declare that all the information and statements made in this Proposal are true
and accept that any misinterpretation contained in it may lead to our disqualification ion.
If negotiations are held during the period of validity of the Proposal, i.e., before the date
indicated in the Data Sheet, we undertake to negotiate on the basis of the proposed personnel. Our
Proposal is binding upon us and subject to the modifications resulting from Contract negotiations.
We undertake, if our Proposal is accepted, to initiate the consulting services related to the
assignment not later than the date of publication of this tender.
We understand you are not bound to accept any Proposal you receive.
We remain
Yours sincerely,
Authorized Signature (In full and initials) : ________________________________
Name and Title of Signatory: __________________________________________
Name & Seal of Firm: _________________________________________________
Address : ___________________________________________________________
[The following information should be provided in the format below for each reference assignment for
which your firm, either in dividedly as a corporate entity or as one of the major companies within a
consortium, was legally contracted by the Employer stated below. for each assignment]
Page 22 of 47
Country: Duration of assignment (months):
Location within country: Duration of Completion of Assignment.
Name of Client: Total Number of person-months of the
assignment:
Address: Approx. value of the services provided by your
firm under the contract (in `)
Start date (month/year): Number of professional person-months provided
Completion date (month/year): by the joint venture partners or the Sub-Bidders:
Name of senior regular full time employees of
the firm involved and functions performed
(indicate most significant profiles such as Project
Director/Coordinator, Team Leader):
Narrative description of Project:
Description of actual services* provided in the assignment:
Page 23 of 47
Section 4: Financial Proposal
Annexure - 1
Standard Forms
Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal
according to the instructions provided under para. 4 of Section 1
Page 24 of 47
To,
Director,
Urban Development Department,
Govt. of Uttar Pradesh,
Uttar Pradesh
Rate in Words:
Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract
negotiations, up to expiration of the validity period of the Proposal.
No fees, gratuities, rebates, gifts, commissions or other payments have been given or received in
connection with this Proposal.
We understand you are not bound to accept any Proposal you receive.
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
Page 25 of 47
Section 5: ToR / Scope of Work
Preparation of Detailed Project Report under Vertical IV of PMAY (U)
100% Physical verification includes Door to Door Survey, Collection of land documents and consent
letter from the beneficiaries
Data collection, Data Verification and Data Compilation
Inclusion of present status and proposed works of infrastructure details
MIS Entry
Key Stakeholder consultations
Page 26 of 47
Preparation of Beneficiaries wise detailed Architectural / Engineering designs, Drawings &
Estimates for all sizes of plots
Project structuring under appropriate development and funding mechanism
Assistance in obtaining approvals from concerned agencies / departments
The Consultant shall incorporate all necessary data in reference to Slum Free City Plan in the DPR.
The DPR should be complete in all respects with all reports drawings, statements and document
necessary for obtaining the grant from the Government of India.
The DPR shall be computer typed and printed and drawing should be in Auto Cad.
Payment Schedule
Note:- Payment for DPR charges will be done on the basis of actual number of houses grounded
and completed up to plinth level.
Illustration:- No. of houses sanctioned in DPR - 100
Actual grounded houses & completion up to plinth level - 70
DPR charges will be paid for 70 No. of houses only. In case excess payment has been done against
items serial no. 1&2, it will be adjusted in PMC charges and.
Duration for the DPR is 150 days; however the duration may be extended subject to maximum
period of 180 days after mutual consent of parties.
Payment Schedule
Page 28 of 47
S.No Deliverables / Services based on Payment
scope of work
stage
3 PMC on stage of completion of 30% of the Total cost of PMC consulting fee
final finishing work and Geo of respective ULB
tagging of construction stage
4 Reporting to ULB/DUDA and 25% of the Total cost of PMC consulting fee
NOC from ULBs/DUDA of respective ULB
Duration of PMC services will be 36 months and it may be extendable as per the work requirement after
mutual consent of both parties
Population as Number
S.No Name of the ULB (Taken from MHUPA Website) per MHUPA of ULBs
Website in District
Name of the Cluster - 04 (Azamgarh, Ballia & Mau)
Name of the District: Azamgarh 13
1 Atrauliya 9374
2 Azamgarh 110983
3 Azmatgarh 12160
4 Bilariaganj 13096
5 Jiyanpur 11816
6 Katghar Lalganj 13467
7 Mahrajganj 6735
8 Mehnagar 14841
9 Mubarakpur 70463
10 Nizamabad 13848
11 Phulpur(NP) 9329
12 Sarai Mir 19055
13 Mahul
Name of the District: Ballia 9
1 Ballia 104424
2 Bansdih 21201
3 Belthara Road 20404
4 Chitbara Gaon 21879
5 Maniyar 19890
6 Rasra 31765
7 Reoti 26359
8 Sahatwar 20615
9 Sikanderpur 23986
Name of the District: Mau 8
1 Adari 13717
2 Amila 5234
3 Dohrighat 11799
4 Ghosi 39165
5 Kopaganj 34782
6 Maunath Bhanjan 278745
7 Muhammadabad 41780
Page 29 of 47
Population as Number
S.No Name of the ULB (Taken from MHUPA Website) per MHUPA of ULBs
Website in District
8 Waleedpur 25575
Page 30 of 47
CONTENTS
Part – I: Section I: FORM OF CONTRACT ........................................................................................... 339
Part – II General Condition of contract ............................................................................................... 51
1. DEFINITATION of INTERPRETATION ........................................................................................ 51
1.1 Definition ................................................................................................................................ 51
1.2 Relation between Parties ........................................................................................................ 36
1.3 Language ................................................................................................................................. 36
1.4 Heading ................................................................................................................................... 36
Page 31 of 47
1.5 Notices .................................................................................................................................... 36
1.6 Location ................................................................................................................................... 37
1.7 Authorized Representative ..................................................................................................... 37
1.8 Taxes and Duties ..................................................................................................................... 37
2. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF CONTRACT ....... 37
2.1 Effective of Contract ............................................................................................................... 37
2.2 Termination of Contract for Failure to become Effective ....................................................... 37
2.3 Commencement of Service ..................................................................................................... 37
2.4 Expiration of Contract ............................................................................................................. 37
2.5 Entire Agreement .................................................................................................................... 37
2.6 Modification ............................................................................................................................ 37
2.7 Force Majeure ......................................................................................................................... 37
3. OBLIGATION OF THE CONSULTANT ........................................................................................ 40
3.1 General .................................................................................................................................... 40
3.2 Conflict of Interests ................................................................................................................. 40
3.3 Confidentiality ......................................................................................................................... 41
3.4 Liability of the Consultant ....................................................................................................... 41
3.5 Insurance to be taken out by the Consultant ......................................................................... 41
3.6 Accounting , Inspection and Auditing ..................................................................................... 41
3.7 Reporting Obligations ............................................................................................................. 41
3.8 Documents prepared by the Consultant to be the property of the Client ............................. 41
3.9 Equipment and Materials furnished by the Client .................................................................. 41
4. OBLIGATION OF THE CLIENT ................................................................................................... 42
4.1 Access to Land ......................................................................................................................... 42
4.2 Change in the Applicable Law ................................................................................................. 42
4.3 Services, Facilities and Property of the Client ......................................................................... 42
4.4 Payment .................................................................................................................................. 42
5. PAYMENT OF BIDDER .............................................................................................................. 42
6. RESPONSIBILITY FOR ACCURACY OF PROJECT DOCUMENTS ................................................ 438
6.1 General .................................................................................................................................. 438
6.2 Penalty .................................................................................................................................. 438
6.3 Action for Deficiency in Services ........................................................................................... 438
6.4 Consultant Liability towards the Client ................................................................................... 43
6.5 Warning / Debarring ............................................................................................................... 43
7. SETTLEMENTS OF DISPUTIES ................................................................................................... 43
7.1 Amicable Settlement............................................................................................................. 438
7.2 Dispute Settlement ............................................................................................................... 439
7.3 Good Faith ............................................................................................................................. 449
Page 32 of 47
7.4 Operation of the Contract .................................................................................................... 449
7.5 Invoke of Performance Security..............................................................................................59
THIS CONTRACT is made BETWEEN: [Director, State Urban Development Agency, GoUP
(hereinafter referred to as “the client”
[Please insert name of Bidder] (hereinafter referred to as “the Consultant”)
[Please insert nodal officer and communication address of the Consultant]
Page 33 of 47
AND:
WHEREAS:
A.the Client has requested the Bidders vide RFP No..................... dated ................. to provide certain
consulting services as defined in the General Conditions attached to this Contract hereinafter called the
“Service”) and
B. the Consultant, having represented to the Client that they have the required professional skills,
personnel and technical resources, have agreed to provide the Services on the terms and conditions set
forth in this Contract.
The mutual rights and obligations of the Client and the Consultant shall be as set forth in the
Contract; in particular.
(a) The Consultant shall carry out the Services in accordance with the provisions of the Contract;
and
(b) Client shall make payments to the Consultant in accordance with the provisions of the
Contract.
2. Commencement and Duration of the Services
The Consultant shall start the Services on [please insert date] ("the Start Date") and shall complete
them by [please insert date] ("the End Date") unless this Contract is terminated earlier in
accordance with its terms and conditions mentioned in General Condition (Annexure -3).
3. Financial Limit
Payments under this Contract shall not, in any circumstances, exceed [please insert total amount in
numbers and words] exclusive of any government tax, if applicable ("the Financial Limit").
Page 34 of 47
4. Time of the Essence
Time shall be of the essence as regards the performance by the Consultant of its obligations under
this Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be signed in their
respective names as of the day and year first above written
Signature Signature:
Name: Date: Name:
Date:
Witness on behalf of Client Witness on behalf of Consultant
1. ͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙ 1.
͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙
͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙ ͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͘
͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙ ͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙
͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙
͙͙͙͙͙͙͙͙͙͙͙
2. ͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙
͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙
͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙ 2.
͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙
͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͘
͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙
͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙͙
͙͙͙͙͙͙͙͙͙͙͙
Annexure - 3
1. DEFINITATION of INTERPRETATION
1.1 Definition
Unless the context otherwise requires, the following terms whenever used in this Agreement have
Page 35 of 47
the following meanings:
a) “Applicable Law” Means the laws and any other instruments having the force of law.
c) ”Effective Date” means the date on which this Contract comes into force;
f) “Personnel” means person hired by the Consultant as approved by Client as employees and
assigned to the performance of the Service or any part thereof.
g) “Foreign Personnel” means such person who to at the time of being so hired had their
domicile outside India” and “local Personnel” means such person who at the time of being
so hired had their domicile inside India; and “local personnel” means such person who at
the time of being so hired had their domicile inside India:
h) “Party” Means the Consultant or the Client, as the case may be, and Parties mean both of
them.
i) “Services” means the work to be performed by the Consultant pursuant to this Agreement
for the purpose of the project:
j) “Third Party” means any person or entity other than the Government, the Client or the
Consultant.
1.3 Language
This Agreement has been executed in English, which shall be the binding and controlling
language for all matters relating to the meaning or interpretation of this Agreement.
1.4 Heading
The headings shall not limit, alter or affect the meaning of this Agreement.
1.5 Notices
1.5.1 Any notice, request or consent required or permitted to be given or made pursuant to this
Agreement shall be in writing. Any such notice, request or consent shall be deemed to have been
given or made when delivered in person to an authorized representative of the Party to whom the
communication is addressed, or when sent by registered mail, telex, telegram or facsimile to
such Party at the address provided by other party.
Page 36 of 47
A Party may change its address for notice hereunder by giving the other Party notice of such
change.
1.6 Location
The Services shall be performed at such locations as are specified in Scope of work
2.6 Modification
Modification of the terms and conditions of this Agreement, may only be made by written
agreement between the Parties, however, each Party shall give due consideration to any proposals
for modification made by the other Party.
Page 37 of 47
explosion, storm, flood or other adverse weather conditions, strikes, lockouts or other industrial
action (except where such strikes, lockouts or other industrial action are within the power of the
Party invoking Force Majeure to prevent), confiscation or any other action by government
agencies.
(b) Force Majeure shall not include (i) any event which is caused by the negligence or intentional
action of a Party 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.
2.7.2 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 in so far 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.
2.7.6 Consultation
Not later than thirty (30) days after the Consultant, as the result of an event of Force Majeure,
have 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.
2.8 Suspension
The Client may, by written notice of suspension to the Consultant, suspend all payments to the
Consultant hereunder if the Consultant fail to perform any of their obligations under this
Contract, including the carrying out of the Services. Provided that such notice of suspension (i)
shall specify the nature of the failure, and (ii) shall request the Consultant to remedy such failure
within a period not exceeding thirty (30) days after receipt by the Consultant of such notice of
suspension
a) if the Client fails to pay any money due to the Consultant pursuant to this Agreement and not
subject to dispute within forty-five (45) days after receiving written notice from the
Consultant that such payment is overdue;
b) if the Client is in material breach of its obligations pursuant to this Agreement and has not
remedied the same within forty-five (45) days (or such longer period as the Consultant may
have subsequently approved in writing ) following the receipt by the Client of the Consultant
notice specifying such breach;
c) If, as the result of Force Majeure, the Consultant are unable to perform a material portion of
the Services for a period of not less than sixty (60) days; or
d) If the Client fails to comply with any final decision reached as a result of arbitration
3.1 General
Page 40 of 47
resulting from or closely related to the Services.
a. during the term of this Agreement, any business or professional activities which would
conflict with the activities assigned to them under this Contract; or
b. after the termination of this Agreement, such other activities as may be specified by Client.
3.3 Confidentiality
The Consultant and its Personnel shall not, either during the term or within two (2) years after the
expiration of this Contract, disclose any proprietary or confidential information relating to the
Project, the Services, this Contract or the Client's business or operations without the prior written
consent of the Client.
Page 41 of 47
insure them in an amount equal to their full replacement value
4.4 Payment
In consideration of the Services performed by the Consultant under this Agreement, the Client shall
make to the Consultant such payments and in such manner as is provided by Clause 5 of this
section.
5. PAYMENT OF BIDDER
5.1 The payment shall be made as per payment schedule of ToR / Scope of work (Section - 5).
5.2 The payment shall be made through A/c payee cheque, payable at Lucknow, in Indian Rupees
5.3 mode of Billing and Payment Billing and Payment of the services shall be made as specified in the
ToR / Scope of work
a. No payment shall become eligible for the next stage till the Consultant completes to the
satisfaction of the Client the work pertaining to the preceding stage.
b. The Client shall cause the payment of the Consultant as given in schedule of payment within
thirty (30) days after the receipt by the Client of bills.
c. 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 Client. The Services shall be deemed completed and finally accepted by the
Client and the final report and final statement shall be deemed approved by the Client as
satisfactory ninety (90) calendar days after receipt of the final report and final statement by the
Client unless the Client, within such ninety (90) day period, gives written notice to the
Consultant specifying in detail deficiencies in the Services, the final report or final statement.
Page 42 of 47
The Consultant shall there upon promptly make any necessary corrections, and upon
completion of such corrections, the foregoing process shall be repeated. Any amount which the
Client has paid or caused to be paid in accordance with this Clause in excess of the amounts
actually payable in accordance with the provisions of this Agreement shall be reimbursed by
the Consultant to the Client within thirty (30) days after receipt by the Consultant of notice
thereof. Any such claim by the Client for reimbursement must be made within twelve (12)
calendar months after receipt by the Client of a final report and a final statement approved by
the Client in accordance with the above.
6.1 General
The Consultant shall be responsible for accuracy of the data collected, by him directly or procured
from other agencies/authorities, the designs, drawings, estimates and all other details prepared by
him as part of these Services. He shall indemnify the Client against any inaccuracy in the work
which might surface during implementation of the project. The Bidder will also be responsible for
correcting, at his own cost and risk, the drawings including any re - survey / investigations and
correcting layout etc., if required, during the execution of the Services
6.2 Penalty
In case of delay in completion of Services, a penalty equal to 0.05% of the contract price per day
subject to a maximum10% of the contract price will be imposed and shall be recovered from
payments due / performance security. However in case of delay due to reasons beyond the control
of the Consultant, suitable extension of time will be granted.
7. SETTLEMENTS OF DISPUTIES
Page 43 of 47
7.3 Good Faith
The Parties undertake to act in god faith with respect to each other’s rights under this Agreement
and to adopt all reasonable measures to ensure the realization of the objective of this Contract.
In consideration of the Governor of Uttar Pradesh (hereinafter called “The Government”) having agreed
to exempt _______________________________ (hereinafter called “The said Consultant”) from the
demand, under the terms and conditions of an Agreement dated ______________________ made
between __________ and ________________ for ____________________________ (hereinafter called
the “The said Agreement”) of security deposit for the due fulfilments by the said Consultant(s) of the
Page 44 of 47
terms and conditions contained in the said Agreement, on production of a Bank Guarantee for
Rs.______________(Rupees____________________________ only), we, ______________________
(hereinafter referred to as “The Bank”) at the request of (indicate the name of the bank) (Consultant(s) do
hereby undertake to pay to the Government an amount not exceeding Rs.______________________
against any loss or damage caused to or suffered or would be caused to or suffered by the Government by
reason of any breach by the said Consultant (s) of any of the terms and conditions contained in the said
Agreement
3. We undertake to pay to the Government any money so demanded not withstanding any dispute or
disputes raised by the Consultant(s) in any suit or proceeding pending before any Court or Tribunal
relating thereto our liability under this present being absolute and unequivocal. The payment so made by
us under this Bond shall be valid discharge of our liability for payment there under the Consultant(s) shall
have no claim against us for making such payment.
6. This Guarantee will not be discharged due to the change in the constitution of the Bank or the
Consultant(s).
Page 45 of 47
Dated the _________________________ day of 2017 For _____________________________________
(indicate the name of Bank)
Note 1:- The stamp papers of appropriate value shall be purchased in the name of bank that issues the”:
Bank Guarantee”
͞
Note 2:- The Bank Guarantee will be accepted which is issued by State Bank of India or its subsidiaries
or any Indian Nationalised Bank or any Indian Nationalised Bank.
Page 46 of 47
Page 47 of 47