Jawaharlal Nehru Port Authority
Jawaharlal Nehru Port Authority
Assignment Period-
The detailed tender programme can be viewed and RFP can be downloaded
from the JNPA website "www.jnport.gov.in or Central Public Procurement
Portal (CPP) “https://eprocure.gov.in”
i. Tender fee should be submitted in the form of RTGS/ NEFT (For bank
details ref clause no. 2.16.3 (b) (2)).
ii. Bid Security (EMD) should be submitted in the form of RTGS/ NEFT/
Bank Guarantee (Proforma enclosed at Annexure-11 of RFP
document)/ Insurance Security Bond (Proforma enclosed at
Annexure-12 of RFP document).
iii. Integrity Pact (format enclosed at Annexure-9).
iv. Power of attorney, if applicable (format enclosed at form-4 of
Appendix-I)
2
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Sr.
Events Timelines
No.
1 Sale of RFP document 28.04.2025 to 19.05.2025 Up to 1500 Hrs
2 Last date of receiving queries 04.05.2025 up to 1700 Hrs.
/clarification
3 Pre Bid Meeting 1130 Hrs. on 05.05.2025
4 Last Date of Submission 19.05.2025 up to 1500 Hrs
5 Proposal due date (PDD) Up to 1500 hrs. on 19.05.2025.
6 Opening of Proposals 20.05.2025 at 1530 hrs.
7 Contact Person 1. Chief General Manager (PP&D),
Jawaharlal Nehru Port Authority,
1st Floor, Administration Building,
Sheva, Navi Mumbai-400 707
Maharashtra, India.
Phone No. +91-22-6781 4156/57
email: [email protected]
2. Dy. General Manager (PP&D)
Jawaharlal Nehru Port Authority,
1st Floor, Administration Building,
Sheva, Navi Mumbai-400 707
Maharashtra, India.
Phone No. +91-022 27244162
email:[email protected]
3. Manager (PP&D)
Jawaharlal Nehru Port Authority,
1st Floor, Administration Building,
Sheva, Navi Mumbai-400 707
Maharashtra, India.
Phone No. +91-022 27244112
email:[email protected]
3
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
CONTENT
Sr.
Content Page No
No.
1 INTRODUCTION 10-15
2 INSTRUCTION TO APPLICANTS 16-49
3 CRITERIA FOR EVALUATION 50-52
4 FRAUD AND CORRUPT PRACTICES 53-54
5 PRE-PROPOSAL CONFERENCE 55
6 MISCELLANCES 56
7 ANNEXURE-I TERMS OF REFERENCE (TOR) 58-91
8 SCHEDULE-2 92-131
9 N -7: Bank Guarantee for Performance Security 132-135
10 Annex-8: National Electronic Fund Transfer (NEFT) 136
Mandate From
11 APPENDIX-I: 154-156
12 APPENDIX-I: From-2 Particular of the Applicant 157-159
13 APPENDIX-I: From-3 Statement of Legal Capacity of 160
the Applicant
14 APPENDIX-I: Form-4 Power of Attorney 161-162
15 APPENDIX-I: Form-5 Financial Capacity of the 163
Applicant
16 APPENDIX-I: Form-6 Particulars of Key Personnel 164
17 APPENDIX-I: Form-7 Proposed Methodology and 166
Work Plan
18 APPENDIX-I: Form-8 Abstract of Eligible Assignment 167-168
of the Applicant
19 APPENDIX-I: Form-9 Abstract of Eligible Assignment 170-171
of Key Personnel
20 APPENDIX-I: Form- 10 Eligible Assignment of 172
Applicant
21 APPENDIX-I: Form-11Eligible Assignment of Key 173
Personnel
22 APPENDIX-I: Form-12 Curriculum Vitae (CV) of Key 175-176
Personnel
23 APPENDIX-I: Form- 13 Deployment of Personnel 177-178
24 APPENDIX-I: Form- 14 Survey and Field Investigation 179
25 APPENDIX-I: Form- 15 Proposal for Sub-Consultant(s) 180
26 APPENDIX-II: Form- 1 FINANCIAL PROPOSAL 181
27 APPENDIX-II: From 2 BILL OF QUANTITIES 182-183
28 APPENDIX-II: Form- 2 FINANCIAL PROPOSAL 184-187
29 LIST OF BID-SPECIFIC CLAUSES 188-189
30 DRAWING for Road Alignment. 190-191
4
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
DISCLAIMER
5
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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.
The Applicant shall bear all its costs associated with or relating to the
preparation and submission of its Proposal including but not limited to
preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by the Authority or
any other costs incurred in connection with or relating to its Proposal. All such
costs and expenses will remain with the Applicant and the Authority shall not
be liable in any manner whatsoever for the same or for any other costs or
other expenses incurred by an Applicant in preparation or submission of the
Proposal, regardless of the conduct or outcome of the Selection Process.
6
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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.
8
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
9
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
INTRODUCTION
Background
• Jawaharlal Nehru Port (JNP) is one of the 12 major ports of India and
is located in the West Coast of India at Latitude 18° 56’ 43” N and
Longitude 72° 56’24”E. The port was developed by the government of
India to decongest the Mumbai Port and commissioned on 26th May,
1989 and declared as a Major Port under Major Port Authority Act. Now,
it is replaced by Jawaharlal Nehru Port Authority as per the Government
Gazette notification.
10
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
1.1.3 In pursuance of the above, the Authority has decided to carry out the
process for selection of a Technical Consultant for Consultancy
Services for Preparation of Detailed Project Report and Detailed
Engineering for Construction of Second Link Road to JN Port and
Construction of ROB connecting Jaskar and Karal Village at JN
Port.
11
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Plan etc. of the Port and undertake other activities in conformity with
the TOR (collectively the “Consultancy”).
Assignment Period-
The Proposal shall be valid for a period of not less than 120 days from
the Proposal Due Date (the “PDD”).
12
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
13
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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
14
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
15
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
INSTRUCTIONS TO APPLICANTS
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:
16
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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:
17
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Length of
Key Educational Experience on Eligible
Professional
Personnel Qualification Assignments
Experience
He/ She should have lead the
Team Leader Graduate in Civil Minimum 20
teams for at least 3 (three)
Engineering Years
DPR Assignments.
18
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2.2.3 The Applicant shall enclose with its Proposal, certificate(s) from its
Chartered Accountant with UDIN Number (Compulsory) stating its total
revenues from professional fees during each of the past three financial
years as per the format at form -5 and the fee received in respect of
each of the Eligible Assignments specified in the Proposal.
19
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
For the purpose of participating in this tender, an eligible bidder shall be:
1) Any Individual/Proprietorship Firm/Partnership Firm/Company registered
under the Companies Act, 2013 (erstwhile Companies Act
1956)/Society/Autonomous Body thereof fulfilling the Minimum Qualifying
Criteria as defined in this tender;
2) Any MSE or Non MSE firm (Micro and Small Enterprise Firm)
3) A ‘Class-I’ or ‘Class-II’ local supplier as per the definitions given below and
as per the order no. P-45021/2/2017-PP (BE-II) dated 16.09.2020 issued by
DPIIT)
a) ‘Class-I Local Supplier’ means a supplier or service provider, whose
goods, services or works offered for procurement, meets the
minimum local content as prescribed for ‘Class-I Local Supplier’ in
clause no. 2 given below
b) ‘Class-II Local Supplier’ means a supplier or service provider, whose
goods, services or works offered for procurement, meets the
minimum local content as prescribed for ‘Class-II Local Supplier’ in
Supplier’ in clause no. 2 given below
Where, ‘Local Content’ shall mean the amount of value added in India which
shall, be the total value of the item procured (excluding net domestic indirect
taxes) minus the value of imported content in the item (including all custom
duties) as a production of the total value, in present.
Purchase Preference Margin in the context of this tender shall mean the
maximum extent to which the price quoted by a ‘Class-I & II’ local supplier or a
MSE bidder may be above the L1 for the purpose of purchase preference.
The Purchase Preference Margin shall be as under:
The bidders shall submit along with their technical bid submission the following
documents:
1) Certificate of Incorporation/Registration under companies act 2013 (erstwhile
1956), PAN & GST.
2) For MSE’s availing benefits extended under this tender shall submit the
Udhyam Registration Certificate with the Udhyam Registration Number as
proof of their being MSE registered on the Udhyam Registration Portal. The
certificate shall be of latest but before the deadline for the bid submission.
Certificate should be submitted with the QR code embossed on it.
3) Verification of local content: The Class-I/Class-II local suppliers shall submit
a self-certification as per Form-I annexed to the tender undertaking that the
items offered meets the local content required for Class-I/Class-II suppliers
as the case may be.
4) In case of procurement for a value in excess of Rs. 10.00 cr. Class-I/Class-
II suppliers shall submit a certificate from the statutory auditor or cost auditor
of the company or, practicing Cost Accountants or practising chartered
accountant giving the percentage of local content. False declaration
submitted in this regard shall be treated as breach of code of integrity under
rule 175 (1) (i) (h) of the general financial rules for which the bidder or its
successors can be debarred for upto two years as per rule 151 (iii) of the
GFR along with such other action permissible under Law. A supplier who has
been debarred by any procuring entity for violation of this order shall not be
eligible for any preference as defined in this tender for the duration of such
debarment.
ii. L-1 is not "MSE Class-I local supplier" but the "MSE Class-I local
supplier" falls within 15% margin of purchase preference - Purchase
preference is to be given to lowest quoting "MSE Class-I local supplier".
If lowest quoting "MSE Class-I local supplier" does not accept the L-1
rates, the next higher "MSE Class-I local supplier" falling within 15%
21
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
iii. If conditions mentioned in sub paras (i) and (ii) above are not met i.e. L-
1 is neither "MSE Class-I local supplier" nor "MSE Class-I local supplier"
is eligible to take benefit of purchase preference, the contract is to be
awarded/purchase preference to be given in different possible
scenarios as under:
2.2.6 The Applicant should submit a Power of Attorney as per the format at
Form-4 of Appendix-I; provided, however, 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.
A. The Partner or Director who is authorizing any other person for Power
of Attorney must submit the Board Resolution/Resolution passed by
the Company/Partnership firm clearly stating that the Person signing
Power of Attorney is authorized to signed the Power of Attorney on
behalf of the Board.
B. In case no such document is existing, Power of Attorney must be
signed by All the partners in case of Partnership Firm or All the
Directors in case of Company.
C. Power of Attorney must be notarized.
2.2.7 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
22
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2.2.8 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.
2.2.9 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 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.
24
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
25
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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.
2.7.1 It shall be deemed that by submitting the Proposal, the Applicant has:
made a complete and careful examination of the RFP; received all
relevant information requested from the Authority; acknowledged and
accepted the risk of inadequacy, error or mistake in the information
provided in the RFP or furnished by or on behalf of the Authority or
relating to any of the matters referred to in Clause 2.6 above; 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; acknowledged that it does not have a Conflict
of Interest; and agreed to be bound by the undertaking provided by it
under and in terms hereof.
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.
26
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
27
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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
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
Appendices
28
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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:
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.
29
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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 / CPP Portal.
2.11.2 The amendments will also be posted on the Official Website / CPP
Portal along with the revised RFP containing the amendments and will
be binding on all Applicants.
30
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2.12 Language
2.13.1 The Applicant shall provide all the information sought under this RFP.
The Authority would evaluate only those Proposals that are received
on line in the specified forms and complete in all respects.
2.13.2 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 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:
a. by the proprietor, in case of a proprietary firm; or
b. by a partner, in case of a partnership firm and/or a limited liability
partnership; or
c. by a duly authorised person holding the Power of Attorney, in case
of a Limited Company or a corporation; or
d. by the authorised representative of the Lead Member, in case of
consortium.
A copy of the Power of Attorney certified under the hands of a partner
or director of the Applicant and notarised by a notary public in the form
specified in Appendix-I (Form- 4) shall accompany the Proposal.
2.13.3 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 on line by the closing time of Proposal Due Date as specified
31
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2.13.4 The bidders are required to submit soft copies of all the documents
electronically on-line on the CPP Portal, using valid Digital Signature
Certificates.
2.14.1 Applicants shall submit the technical proposal in the formats at Appendix-
I (the “Technical Proposal”).
no alternative proposal for any Key Personnel is being made and only
one CV for each position has been furnished;
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;
Key Personnel would be available for the period indicated in the TOR;
no Key Personnel should have attained the age of 70 (seventy) years
at the time of submitting the proposal; and the proposal is responsive
in terms of Clause 2.21.3.
2.14.3 Failure to comply with the requirements spelt out in this Clause 2.14
shall make the Proposal liable to be rejected.
33
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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 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 there under.
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. The bidders are required to submit soft
34
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2.15.2 While submitting the Financial Proposal, the Applicant shall ensure
the following:
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, transportation, air fare, equipment, printing of
documents, surveys, geo-technical investigations, Structural design
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.
The Financial Proposal shall take into account all expenses and tax
liabilities. Further, all payments shall be subject to deduction of taxes
at source as per Applicable Laws.
2.16.1 Applicants are expected to examine all terms and instructions included
in the document. Failure to provide all requested information will be at
consultant's own risk and may result in rejection of proposal.
35
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
"Financial Proposal"
a) Goods & Services Tax (IGST/SGST), Income Tax, Professional Tax, and
any other tax as per Statutory Provisions of Govt. of India and Maharashtra
State shall be deducted by the Employer from each invoice. A certificate in
this regard shall be furnished by the Employer. The prevailing GST
(IGST/SGST) shall be paid extra over the Consultancy Charges on
producing of payment of GST Challans to JNPA.
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.
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.
37
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2.16.7 The rates quoted shall be firm throughout the period of performance of
the assignment up to and including acceptance of the Feasibility Report
by the Authority and discharge of all obligations of the Consultant under
the Agreement.
The bidders are required to submit soft copies of all the documents
electronically on the CPP Portal, using valid Digital Signature Certificates. The
instructions given below are meant to assist the bidders in registering on the
CPP Portal, prepare their bids in accordance with the requirements and
submitting their bids online on the CPP Portal. More information useful for
submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
(i). Bidders are required to enrol on the e-Procurement module of the Central
Public Procurement Portal (URL:https://eprocure.gov.in/eprocure/app)
by clicking on the link “Online bidder Enrolment” on the CPP Portal which
is free of charge.
(ii). As part of the enrolment process, the bidders will be required to choose
a unique username and assign a password for their accounts.
(iii). Bidders are advised to register their valid email address and mobile
numbers as part of the registration process. These would be used for
any communication from the CPP Portal.
(iv). Upon enrolment, the bidders will be required to register their valid Digital
Signature Certificate (Class II or Class III Certificates with signing key
usage) issued by any Certifying Authority recognized by CCA India
(e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.
(v). Only one valid DSC should be registered by a bidder. Please note that
the bidders are responsible to ensure that they do not lend their DSC’s
to others which may lead to misuse.
(vi). Bidder then logs in to the site through the secured log-in by entering
their user ID/password and the password of the DSC / e-Token.
38
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
(i). There are various search options built in the CPP Portal, to facilitate bidders to
search active tenders by several parameters. These parameters could include
Tender ID, Organization Name, Location, Date, Value, etc. There is also an
option of advanced search for tenders, wherein the bidders may combine a
number of search parameters such as Organization Name, Form of Contract,
Location, Date, Other keywords etc. to search for a tender published on the
CPP Portal.
(ii). Once the bidders have selected the tenders they are interested in, they may
download the required documents / tender schedules. These tenders can be
moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal
to intimate the bidders through SMS / e-mail in case there is any corrigendum
issued to the tender document.
(iii). The bidder should make a note of the unique Tender ID assigned to
each tender, in case they want to obtain any clarification / help from the
Helpdesk.
PREPARATION OF BIDS
(i). Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
(ii). Please go through the tender advertisement and the tender document
carefully to understand the documents required to be submitted as part
of the bid. Please note the number of covers in which the bid documents
have to be submitted, the number of documents - including the names
and content of each of the document that need to be submitted. Any
deviations from these may lead to rejection of the bid.
(iii). Bidder, in advance, should get ready the bid documents to be submitted
as indicated in the tender document / schedule and generally, they can
be in PDF /XLS / RAR / DWF/JPG formats. Bid documents may be
scanned with 100 dpi with black and white option which helps in
reducing size of the scanned document.
(iv). To avoid the time and effort required in uploading the same set of
standard documents which are required to be submitted as a part of
every bid, a provision of uploading such standard documents (e.g. PAN
card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use “My Document” or ‘’Other Important
Documents’’ area available to them to upload such documents. These
documents may be directly submitted from the “My Document” area
while submitting a bid, and need not be uploaded again and again. This
will lead to a reduction in the time required for bid submission process.
39
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
SUBMISSION OF BIDS
(i). Bidder should log into the site well in advance for bid submission so
that they can upload the bid in time i.e. on or before the bid submission
time. Bidder will be responsible for any delay due to other issues.
(ii). The bidder has to digitally sign and upload the required bid documents
one by one as indicated in the tender document.
(iii). Bidder has to select the payment option as “offline” to pay the tender
fee / EMD as applicable and enter details of the instrument.
(iv). Bidder should prepare the Demand Draft for Tender Fee and EMD
respectively as per the instructions specified in the tender document.
Scanned of the Demand Draft / Bank Guarantee (BG) should be
submitted online along with Technical Bid. The original Demand Draft /
Bank Guarantee (BG) should be submitted in person to the concerned
official, so as to reach before the last and time of technical bid opening
or as specified in the tender document. The details of the Demand Draft
/ Bank Guarantee (BG), any other accepted instrument, physically sent,
should tally with the details available in the scanned copy and the data
entered during bid submission time. Otherwise the uploaded bid will be
rejected.
(v). Bidders are requested to note that they should necessarily submit
their financial bids in the format provided and no other format is
acceptable. If the price bid has been given as a standard BOQ format
with the tender document, then the same is to be downloaded and to
be filled by all the bidders. Bidders are required to download the BOQ
file, open it and complete the white coloured (unprotected) cells with
their respective financial quotes and other details (such as name of the
bidder). No other cells should be changed. Once the details have been
completed, the bidder should save it and submit it online, without
changing the filename. If the BOQ file is found to be modified by the
bidder, the bid will be rejected.
(vi). the server time (which is displayed on the bidders’ dashboard) will be
considered as the standard time for referencing the deadlines for
submission of the bids by the bidders, opening of bids etc. The bidders
should follow this time during bid submission.
(vii). All the documents being submitted by the bidders would be encrypted
using PKI encryption techniques to ensure the secrecy of the data. The
data entered cannot be viewed by unauthorized persons until the time
of bid opening. The confidentiality of the bids is maintained using the
secured Socket Layer 128-bit encryption technology. Data storage
40
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
(viii). The uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
(ix). Upon the successful and timely submission of bids (i.e. after Clicking
“Freeze Bid Submission” in the portal), the portal will give a successful
bid submission message & a bid summary will be displayed with the bid
no. and the date & time of submission of the bid with all other relevant
details.
ASSISTANCE TO BIDDERS
(i). Any queries relating to the tender document and the terms and
conditions contained therein should be addressed to the Tender Inviting
Authority for a tender or the relevant contact person indicated in the
tender.
(ii). Any queries relating to the process of online bid submission or queries
relating to CPP Portal in general may be directed to the 24x7 Toll Free
CPP Portal Helpdesk No.: 1800-3070-2232 Email: cppp-
[email protected].
NOTE: -
JNPA AND CPP will not entertain any reasons/ claims of Tenderer on account
of Net Connection Failure/ Current Connection Failure and any issues during
the submission of tender online. Tenderer shall be solely responsible for all
those facts and failure of Net Connectivity, Electricity Current Connectivity etc.
41
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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.
2.16.7 The rates quoted shall be firm throughout the period of performance of
the assignment upto and discharge of all obligations of the Consultant
under the Agreement.
2.17.1 Proposal should be submitted on-line before 1500 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.
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.
42
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2.20.1 The Applicant shall furnish as part of its Proposal, a Bid Security of
Rs. 9,63,000/- (Rupees Nine Lakhs Sixty Three Thousand Only) in
the form of a RTGS/ NEFT/ Bank Guarantee/ Insurance Security Bond
(the “Bid Security”), returnable not later than 30 (thirty) days from PDD
except in case of the two Applicants submitting lowest and second
lowest Financial Proposals, respectively, as required in Clause 2.24.1.
In the event that the Selected Applicant commences the assignment as
required in Clause 2.29. The Selected Applicant’s Bid Security shall be
returned, upon the Selected Applicant signing the Agreement and after
furnishing the requisite Performance Security.
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:
43
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2.21.1 The applicant, by submitting its Applicant pursuant to this RFP, shall
be deemed to have acknowledge that without prejudice to the
Authority’s any other right or remedy hereunder or in law or otherwise,
its Performance Security shall be forfeited and appropriated by the
Authority as the mutually agreed pre-estimated compensation and
damaged 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 condition :
44
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
EVALUATION PROCESS
2.22.1 The Authority shall open the Proposals on line at 1530 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 “Technical
Proposal” shall be opened first. The “Financial Proposal” shall be
opened at a later date which will be communicated to all qualified
bidders.
The document submitted online shall be downloaded and the
evaluation shall be strictly carried out accordance with the submitted
document.
2.22.4 The Authority reserves the right to reject any Proposal which is
nonresponsive and no request for alteration, modification, substitution
or withdrawal shall be entertained by the Authority in respect of such
Proposals.
2.22.6 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
45
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2.22.7 Applicants are advised that Selection will be entirely at the discretion
of the Authority. Applicants will be deemed to have understood and
agreed that no explanation or justification on any aspect of the
Selection Process or Selection will be given.
2.22.8 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.
2.23 Confidentiality
Information relating to the examination, clarification, evaluation, and
recommendation for the selection of Applicants shall not be disclosed
to any person who is not officially concerned with the process or is not
a retained professional adviser advising the Authority in relation to
matters arising out of, or concerning the Selection Process. The
Authority will treat all information, submitted as part of the Proposal,
in confidence and will require all those who have access to such
material to treat the same in confidence. The Authority may not divulge
any such information unless it is directed to do so by any statutory
entity that has the power under law to require its disclosure or is to
enforce or assert any right or privilege of the statutory entity and/or the
Authority.
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.
46
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
APPOINTMENT OF CONSULTANT
2.24 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.
2.25.1 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 2% (two 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 5% (five per
cent) of the remuneration specified for the original Key Personnel. Any
47
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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
The Consultant shall commence the Services at the Project site within
15 (fifteen) days of the date of issue of work order, 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 Applicant submitting
second lowest Financial Proposal for negotiations. In such an event,
the Bid Security of the Selected Applicant shall be forfeited and
appropriated in accordance with the provisions of Clause 2.20.4.
48
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
49
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
3.1.1 In the first stage, the Technical Proposal will be evaluated on the basis
of Applicant’s experience, financial capabilities and the experience of
Key Personnel. Only those Applicants whose Technical Proposals
score 70 (Seventy) marks or more out of 100 (one hundred) shall qualify
for further consideration, and shall be ranked from highest to the lowest
on the basis of their technical score (TS).
3.1.2 Each Key Personnel must score a minimum of 70% (Seventy percent)
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.
Item Maximum
Parameter Criteria
Code marks
1 Relevant experience of applicant 40 80 % of the marks shall
be awarded for two
Eligible Assignments
undertaken by the
Applicant firm and 100%
more than 2 eligible
assignments.
2 Professional Turnover 5 i. 80 % marks shall be
awarded for per annum
from professional fee
received a minimum
income of Rs. 1.2 Crs.
(Excluding GST) per
annum from
professional fees during
last 3 (three) financial
years ending
31/03/2024.
ii. 90 %, if professional
fee received is above
1.2 Crs. to 1.5 Crs.
50
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
ii Highway Engineer 15
/Pavement Engineer
i) For more than 2
eligible assignments
100% marks
ii) for 2 eligible
assignments 80% marks
Total 100
51
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Note: - If any key personnel are not having requisite qualification, experience
of key personnel will not have considered for evaluation.
All the applicants shall be informed of the Technical Score and shall be
uploaded on e-procurement portal. The date and time for opening of
financial bids shall also be intimated to by being uploaded on the official
website of the Authority and shall be opened publicly in the presence of
the Applicant ‘s representatives who choose to attend. The name of the
Consultant, the quality scores, and the proposed prices shall be read
aloud and recorded when the Financial Proposals are opened.
3.3.1 In the second stage, the financial evaluation will be carried out as per
this Clause 3.3.
3.3.3 The Authority will determine whether the Financial Proposals are
complete, and unconditional. The cost indicated in the Financial
Proposal shall be deemed as final and reflecting the total cost of
services, including cost of key personnel, all necessary supporting staff,
office establishment charges, IT support, stationary, Transport,
communication support, etc. 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 shall be that of
the Consultant.
52
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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:
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;
***********
54
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
PRE-PROPOSAL CONFERENCE
55
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
MISCELLANEOUS
6.2 The Authority, in its sole discretion and without incurring any obligation
or liability, reserves the right, at any time, to:
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.
*******************
56
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
SCHEDULES
57
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
SCHEDULE-1
1. JNPA will be the employer and executing agency for the technical
consultancy services and the standards of output required from the
appointed consultants are of competent both in terms of quality and
adherence to the agreed time schedule.
2. Objective
2.1 The objective of this assignment is to establish the technical,
economic, environmental and financial viability of the Green field
project identified under JNPA’s Master Planning I.e. Construction
of Second Link Road to JNPA and Construction of ROB
connecting Jaskar and Karal Village at JN Port. Road will be
elevated with minimum 6 lanes through experienced and expert
consultant in the field of Surveying, planning, design, traffic studies,
DPR preparation and EIA, EMP & Environmental studies.
Assignment is for the preparation of Detailed Project Report (DPR)
including detailed engineering up to work allotment stage and for
carrying out EIA, EMP & all required studies for obtaining CRZ, EC
clearance and permission from Hon’ble Bombay High Court.
2.2 The Detailed Project Report (DPR) would inter-alia include fixing
best suitable alignment, detailed highway design, design of
pavement and overlay with options for flexible or rigid pavements,
design of bridges and cross drainage structures and grade
separated structures, design of service roads, detailed working
drawings, detailed cost estimates, economic and financial viability
analysis, environmental and social feasibility, social and
environmental action plans as appropriate and documents required
for tendering the project on commercial basis for international
/ local Competitive bidding.
2.3 The DPR consultant should ensure detailed project preparation
incorporating aspects of value engineering, quality audit and safety
audit requirements in design and implementation.
2.4 The consultant should, along with Feasibility Report, clearly bring
out through financial analysis the preferred mode of implementation.
The consultant should also give cost estimates and tender document
in conformity to model tender document of JNPA along with feasibility
report and Detailed Project Report. If any deviation from model
58
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
3. Scope of Services
3.1 General Scope of Services shall cover but be not limited to the
following major tasks for preparation of DPR including detailed
engineering and carrying out EIA, EMP and all other required studies
for obtaining CRZ, EC clearance and assisting JNPA in obtaining
CRZ, EC clearance and permission from Hon’ble Bombay High Court
-
1 Construction of Second 40
Link Road to JN Port
2 Construction of ROB 8
connecting Jaskar and
Karal Village at JN Port
Total 48
vii. The scheme for the borings locations and the depth of boring shall
be prepared by the Consultants and submitted to JNPA for
approval. These may be finalized in consultation with JNPA.
viii. The sub-soil exploration and testing should be carried out
through the Geotechnical Consultants empanelled by MORT&H.
The soil testing reports shall be in the format prescribed in
relevant IRC Codes.7. For the approach road pavement, bore
holes at each major change in pavement condition or in
deflection readings or at 2 km intervals whichever is less shall
be carried out to a depth of at least 2 m below embankment
base or to rock level and are to be fully logged. Appropriate tests
to be carried out on samples collected from these bore holes to
determine the suitability of various materials for use in widening
of embankments or in parts of new pavement structure.
ix. Identification of sources of construction materials;
x. Detailed design of road, its cross-sections, horizontal and vertical
alignment and design of embankment of height more than 6m
and also in poor soil conditions and where density consideration
require, even lesser height embankment. Detailed design of
structures preparation of GAD and construction drawings and
cross-drainage structures and underpasses etc.
xi. Wherever required, consultant will liaise with concerned
authorities and arrange all clarifications. Approval of all drawings
including GAD and detailed engineering drawings and its proof
checking from IIT, Bombay. Consultant will also obtain approval
for estimates for shifting of utilities of all types from the
concerned authorities and JNPA.
xii. Consultant shall carry out EIA, EMP and all required studies for
obtaining CRZ & EC clearance and assist JNPA in obtaining CRZ,
EC clearance and permission from Hon’ble Bombay High Court.
xiii. Identification of the type and the design of intersections;
xiv. Design of complete drainage system and disposal point for storm
water.
xv. Value analysis / value engineering and project costing;
xvi. Economic and financial analyses;
xvii.Implementation schedule.
xviii. Location of all existing utility services (both over- and
60
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
3.2 While carrying out the field studies, investigations and design, the
development plans being implemented or proposed for future
implementation by the local bodies, should be taken into account. Such
aspect should be clearly brought out in the reports and drawings.
3.3 The consultant shall study the possible locations for wayside amenities
required and arboriculture along the highway shall also be planned.
3.4 The local and slow traffic may need segregation from the main traffic
and provision of service roads and physical barrier including fencing
may be considered, wherever necessary to improve efficiency and
safety.
3.5 The consultant shall be guided in its assignment the Manual of
Specifications and Standards for two/ four/ six laning of highways
published by IRC (IRC:SP:73 or IRC:SP:84 or IRC:SP:87, as
applicable) along with relevant IRC codes for design of long bridges.
61
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2. The Design Standards evolved for the project shall cover all aspects of
detailed design including the design of geometric elements, pavement
design, bridges and structures, traffic safety and materials.
62
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
1. The Consultants shall design suitable traffic safety features and road
furniture including traffic signals, signs, markings, overhead sign
boards, crash barriers, delineators etc. The locations of these
features shall be given in the reports and also shown in the drawings.
2. The Consultant should make the provisions for “the overhead (gantry-
mounted) signs on roads with two or more lanes in the same direction”
as per provisions of IRC-67. The minimum height of gantry mounted
sign be 5.5 m above the highest point at the carriageway.
4. DPR shall undergo the exercise of Road Safety Audit through the
Road Safety Auditor (separate from design team) and
recommendations mentioned be incorporated.
63
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
The Consultants shall work out appropriate plan for planting of trees
(specifying type of plantation), horticulture, floriculture on the surplus
land of the right-of way with a view to beautify the highway and
making the environment along the highway pleasing. These
activities should be included in the TOR for
contractor/ concessionaire and the cost of these activities shall also
be added to the total project cost for civil works. The existing trees /
plants shall be retained to the extent possible. The Transplantation
of trees shall also be proposed wherever feasible.
3.10.3 The consultant shall assess the potential significant impacts and
identify the mitigation measures to address these impacts
adequately.
64
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
3.10.8 The consultant shall provide the cost of mitigation measures and
ensure that environmental related staffing, training and
institutional requirements are budgeted in project cost.
3.10.9 The consultant shall prepare the application forms and obtain
CRZ and Environmental C learances from the respective
authorities including the SPCBs and the MOEF on behalf of
JNPA. The consultants will make presentation, if required, in
defending the project to the MOEF Infrastructure Committee.
3.10.10 The consultant shall identify and plan for plantation and
transplantation of the suitable trees along the existing highway
in accordance with IRC guidelines.
4. The Consultant should work out the quantity of Bitumen, Steel and
Cement likely to be used in the project and indicate in the summary
sheet.
1. The Project Road should be divided into the traffic homogenous links
based on the findings of the traffic studies. The homogenous links
of the Project Road should be further subdivided into sections based
on physical features of road and pavement, sub-grade and drainage
characteristics etc. The economic and commercial analysis shall be
carried out separately for each traffic homogenous link as well as
67
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2. The values of input parameters and the rationale for their selection
for the economic and commercial analyses shall be clearly brought
out and got approved by JNPA.
3. For models to be used for the economic and the commercial analyses,
the calibration methodology and the basic parameters adapted to
the local conditions shall be clearly brought out and got approved by
JNPA.
4. The economic and commercial analyses should bring out the priority
of the different homogenous links in terms of project implementation.
1. The Consultants shall carry out economic analysis for the project. The
analysis should be for each of the sections covered under this TOR.
The benefit and cost streams should be worked out for the project
using HDM-IV or other internationally recognized life-cycle costing
model.
Scenario – IV Base Costs plus 15% and Base Benefits minus 15%
4. The economic analysis shall take into account all on-going and
future road and transport infrastructure projects and future
development plans in the project area.
69
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
3.17.1 The consultant shall prepare all required bid documents and
technical schedules required for the bidding of the project.
3.17.2 The Consultants shall prepare separate documents for each type of
contract (EPC/ PPP) for each package of the DPR assignment.
3.17.3 The consultant shall assist authority in reviewing bid documents and
in making any changes required basis their findings or the and
finalising bid documents.
3.17.4 The consultant shall assist the authority in collecting and providing
all required supporting documents for initiating bid as defined by the
SOP for contracting.
3.17.5 The DPR consultant may be required to prepare the Bid Documents,
based on the feasibility report, due to exigency of the project for
execution if desired by JNPA.
3.17.6 To enable this, consultant should study the financial viability and
financial options for the project for modes such as BOT Toll/ Annuity
during the feasibility stage.
3.17.7 Provide any and all clarifications required by the authority or other
functionaries such as the financial consultant and legal advisor as
required for the financial appraisal and legal scrutiny of the Project
Highway and Bid Documents.
3.18.1 Consultant shall support JNPA through the entire bid process
and shall be responsible for sharing the findings from the
preparation stages during the bid process.
3.18.2 The consultant shall ensure participation of senior team
members of the consultant during all interaction with potential
bidders including pre-bid conference, meetings, site visits etc.
3.18.3 During the bid process for a project, the consultant shall support
the authority in:
a) Responding to all pre-bid technical queries.
b) Preparation of detailed responses to the written queries raised
by the bidders.
3.18.4 The consultant shall assist JNPA and its functionaries as needed
in the evaluation of technical bids.
All reports, documents and drawings are to be submitted separately for each of
the traffic homogenous link of the Project Road. The analysis of data and the
design proposals shall be based on the data derived from the primary surveys
and investigations carried out during the period of assignment. The sources of
data and model relationships used in the reports shall be indicated with
complete details for easy reference.
Project preparation activities will be split into Six stages as brought out below.
71
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
i. The Consultant shall submit to the client the reports and documents in
bound volumes (and not spiral binding form) after completion of each
stage of work as per the schedule and in the 5 numbers of copies.
Further, the reports shall also be submitted in Pen drive/ Hard disk in
addition to the hardcopies. Consultant shall submit all other reports
mentioned specifically in the preceding paras of the TOR.
ii. The time schedule for various submissions prescribed in RFP documents
shall be strictly adhered to 1.11 above. No time overrun in respect of
these submissions will normally be permitted. Consultant is advised to
go through the entire terms of reference carefully and plan his work
method in such a manner that various activities followed by respective
submissions as brought out at in RFP documents are completed as
stipulated. Consultant is therefore advised to deploy sufficient number of
supporting personnel, both technical and administrative, to undertake
the project preparation activities in construction package (Section)
simultaneously. As far as possible, the proposal should include complete
information such as number of such persons, name, position, period of
engagement, remuneration rate etc. The Consultant is also advised to
start necessary survey works from the beginning so as to gain time in
respect of various other activities in that stage.
I. The key stages, activities and deliverables for the detailed project
report are as described in these documents.
II. The following section describes the detailed requirements for each
report that needs to be submitted.
IV. All reports must be submitted along with the relevant checklist form
completed and signed off by the consultant
73
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
STAGE 1
1. Immediately upon the award, the Consultants shall submit five copies
of the QAP document covering all aspects of field studies,
investigations design and economic financial analysis. The quality
assurance plans/ procedures for different field studies, engineering
surveys and investigation, design and documentation activities should
be presented as separate sections like engineering surveys and
investigations, traffic surveys, material geo-technical and sub-soil
investigations, road and pavement investigations, investigation and
design of bridges &structures, environment and R&R assessment,
economic & financial analysis, drawings and documentation;
preparation, checking, approval and filing of calculations, identification
and traceability of project documents etc. Further, additional
information as per format shall be furnished regarding the details of
personnel who shall be responsible for carrying out/preparing and
checking/verifying various activities forming part of feasibility study
and project preparation, since inception to the completion of work.
The field and design activities shall start after the QAP is approved by
JNPA.
i. Project appreciation;
ii. Detailed methodology to meet the requirements of the TOR
finalized in consultation with the JNPA officers; including
scheduling of various sub activities to be carried out for
completion of various stages of the work; stating out clearly
their approach & methodology for project preparation after due
inspection of the entire project stretch and collection/ collation
of necessary information;
iii. Task Assignment and Manning Schedule;
iv. Work programme;
v. Proforma for data collection;
vi. Design standards and proposed cross-sections;
vii. Key plan and Linear Plan;
viii. Development plans being implemented and / or proposed for
implementation in the near future by the local bodies and the
possible impact of such development plans on the overall
scheme for field work and design for the study;
ix. Quality Assurance Plan (QAP) finalized in consultation with
JNPA;
74
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
75
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
STAGE 2
Feasibility Report
1. Basis review of the existing project site, local traffic patterns and initial
reconnaissance surveys, the consultant shall present possible
alignment alternatives for the project road.
76
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
i. Executive summary
ii. Overview of JNPA organization and activities, and project
financing and cost recovery mechanisms
iii. Project description including possible alternative
alignments/ bypasses and technical/ engineering alternatives
iv. Methodology adopted for the feasibility study
v. Socio-economic profile of the project areas
vi. Indicative design standards, methodologies and specifications
vii. Traffic surveys and analysis
viii. Environmental screening and preliminary environmental
assessment
ix. Initial social assessment
x. Cost estimates based on preliminary rate analysis and bill of
quantities,
xi. Cost analysis of all alternate identified alignments
xii. Economic and financial analysis
xiii. Conclusions and recommendations
ii. Rate Analysis: This volume will present the analysis of rates
for all items of works. The details of unit rate of materials at
source, carriage charges, any other applicable charges, labour
rates, and machine charges as considered in arriving at unit
rates will be included in this volume.
iii. Cost Estimates: This volume will present each item of work as
well as a summary of total cost.
77
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
iv. Bill of Quantities: This volume shall contain the detailed Bill
of Quantities for all items of works
3. The basic data obtained from the field studies and investigations shall
be submitted in a separate volume as an Appendix to Feasibility
Report.
78
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
STAGE 3
Utility Relocation and Clearances
80
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
STAGE: 4
2. The Documents and Drawings shall be submitted for the Package and
shall be in the following format:
Reports
The Report shall also include maps, charts and diagrams showing
locations and details of existing features and the essential features
of improvement and upgrading. The Environmental Impact
Assessment (EIA) Report for contract package shall be submitted
as a part of the main report.
The basic data obtained from the field studies and investigations
and input data used for the preliminary design shall be submitted
in a separate volume as an Appendix to Main Report.
ii. Volume - II, Design Report: This volume shall contain design
calculations, supported by computer printout of calculations
wherever applicable. The Report shall clearly bring out the
various features of design standards adopted for the study. The
design report will be in two parts. Part-I shall primarily deal with
the design of road features and pavement composition while
Part-II shall deal with the design of bridges, tunnels and cross-
drainage structures. The sub-soil exploration report including the
complete details of boring done, analyses and interpretation of
data and the selection of design parameters shall be included as
an Appendix to the Design Report.
The detailed design for all features should be carried out as per
the requirements of the Design Standards for the project. However,
81
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
vi. Volume - VI, Rate Analysis: This volume will present the analysis
of rates for all items of works. The details of unit rate of materials
at source, carriage charges, any other applicable charges, labour
rates, machine charges as considered in arriving at unit rates will
be included in this volume.
vii. Volume - VII, Cost Estimates: This volume will present the
contract package wise cost of each item of work as well as a
summary of total cost.
82
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
viii. Volume - VIII, Bill of Quantities: This volume shall contain the
package-wise detailed Bill of Quantities for all items of works.
ix. Volume - IX, Drawing Volume: All drawings forming part of this
volume shall be ‘good for construction’ drawings. All plan and
profile drawings will be prepared in scale 1:250V and 1:2500H
scale to cover one km in one sheet. In addition, this volume will
contain ‘good for construction’ drawings for the following:
4.7 Final Detailed Project Report, Documents and Drawings (10 Sets)
84
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
STAGE: 5
1. Bid documents
2. Technical Schedules
85
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
STAGE: 6
4.9.3 The consultant shall assess the potential significant impacts and
identify the mitigation measures to address these impacts adequately.
4.9.7 The consultant shall provide the cost of mitigation measures and ensure
that environmental related staffing, training and institutional
requirements are budgeted in project cost.
Appointed Consultant shall have to submit EIA, EMP and all other required
studies for obtaining EC and CRZ clearance confirming to guidelines of the
Government of India / State Government and EIA notification, 2006 and its
subsequent amendment. Consultant shall prepare application forms and
obtaining CRZ and EC clearance form respective authorities and permission
from Hon’ble Bombay High Court on behalf of JNPA. The Consultants will make
presentation, if required in defending the project to the MOEF Infrastructure
Committee. Consultant has to provide all assistance in obtaining the same from
Central Government / State Government.
86
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
4.11 Mode of Billing and Payment- Billing and payments in respect of the
Services shall be made as follows: -
87
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Bidder shall write JNPAs GST No. on invoice while submitting Bills.
4. DELIVERABLES
1. Survey Report
2. Inception Report
3. Feasibility Report
88
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
89
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
The Consultant shall deploy its Key Personnel as per the Deployment of
Personnel proposed.
5.2 Time schedule for important Deliverables (the “Key Dates”) of the
Consultancy and the payment schedule linked to the specified
Deliverables is given below:
6. MEETINGS
6.1 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 at the Authority’s office.
6.2 The Consultant shall establish a Project Office at a suitable location on
or near the site where the Authority’s office or the Project is situate, for
efficient and coordinated performance of its Services. All the Key
Personnel shall be deployed at this office during entire work period. 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.
6.3 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.
7. REPORTING
7.1 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.
7.2 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.
90
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
8. COMPLETION OF SERVICES
8.1 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 (Paragraph
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 32 (Thirty- 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 [08 (Eight)] Months
from the Effective Date, unless extended by mutual consent of the
Authority and the Consultant.
91
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
SCHEDULE-2
AGREEMENT FOR
Contents
1. General
1.5 Language
1.7 Notices
1.8 Location
92
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
3.1 General
3.3 Confidentiality
4.1 General
4.7. Sub-Consultants
5.4 Payment
9. Settlement of Disputes
94
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
9.3 Conciliation
9.4 Arbitration
95
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
ANNEXES
96
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
AGREEMENT
The Authority vide its Request for Proposal for “Consultancy Services for
Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and Construction of ROB
connecting Jaskar and Karal Village at JN Port”
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
in pursuance of the LOA, the parties have agreed to enter into this Agreement.
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:
97
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
“Agreement Value” shall have the meaning set forth in Clause 6.1.2;
“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;
“Confidential Information” shall have the meaning set forth in Clause 3.3;
“Conflict of Interest” shall have the meaning set forth in Clause 3.2 read with
the provisions of RFP;
“Effective Date” means the date on which this Agreement comes into force and
effect pursuant to Clause 2.1;
“Expatriate Personnel” means such persons who at the time of being so hired
had their domicile outside India;
“Party” means the Authority or the Consultant, as the case may be, and Parties
means both of them;
“Resident Personnel” means such persons who at the time of being so hired
had their domicile inside India;
“RFP” means the Request for Proposal document in response to which the
Consultant’s proposal for providing Services was accepted;
“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:
Agreement;
Annexes of Agreement;
RFP; and
Letter of Award.
The mutual rights and obligations of the Authority and the Consultant shall be
as set forth in the Agreement, in particular:
the Consultant shall carry out the Services in accordance with the provisions
of the Agreement; and
the Authority shall make payments to the Consultant in accordance with the
provisions of the Agreement.
99
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
1.5. Language
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
Any notice or other communication to be given by any Party to the other Party
under or in connection with the matters contemplated by this Agreement shall
be in writing and shall:
1.8. Location
100
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
The Services shall be performed at the site of the Project in accordance with
the provisions of RFP and at such locations as are incidental thereto, including
the offices of the Consultant.
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.
1.10.2. The Authority may, from time to time, designate one of its officials as
the Authority Representative. Unless otherwise notified, the Authority
Representative shall be:
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.
101
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Effectiveness of Agreement
This Agreement shall come into force and effect on the date of this Agreement
(the “Effective Date”)
The Consultant shall commence the Services within a period of 7 (seven) days
from the Effective Date, unless otherwise agreed by the Parties.
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.
102
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2.7.1. Definition
For the purposes of this Agreement, “Force Majeure” means an event which is
beyond the reasonable control of a Party, and which makes a Party’s
performance of its obligations hereunder impossible or so impractical as
reasonably to be considered impossible in the circumstances, and includes,
but is not limited to, war, riots, civil disorder, earthquake, epidemic/pandemic,
fire, 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.
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.
Force Majeure shall not include insufficiency of funds or failure to make any
payment required 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.
103
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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 similarly give notice of the restoration of
normal conditions as soon as possible.
The Parties shall take all reasonable measures to minimise the consequences
of any event of Force Majeure.
Any period within which a Party shall, pursuant to this Agreement, complete
any action or task, shall be extended for a period equal to the time during which
such Party was unable to perform such action as a result of Force Majeure.
2.7.5. Payments
During the period of its inability to perform the Services as a result of an event
of Force Majeure, the Consultant shall be entitled to be reimbursed for
additional costs reasonably and necessarily incurred by it during such period
for the purposes of the Services and in reactivating the Services after the end
of such period.
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.
104
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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:
the Consultant fails to remedy any breach hereof or any failure in the
performance of its obligations hereunder, as specified in a notice of 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;
the Consultant fails to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 9 hereof;
the Consultant submits to the Authority a statement which has a material effect
on the rights, obligations or interests of the Authority and which the Consultant
knows to be false;
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:
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;
105
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
106
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
from the other Party, refer the matter 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.
107
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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 time; provided further that this restriction shall not
108
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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
109
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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:
110
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
3.3. Confidentiality
111
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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; was obtained from a third party with no known duty to
maintain its confidentiality;
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
112
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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. 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.
113
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
3.5.2. The Parties agree that the risks and coverage’s shall include but
not be limited to the following:
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
115
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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.
116
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
4.1 General
117
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
4.7 Sub-Consultants
118
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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
6.2, 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.
119
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
5.4 Payment
6.4 (a)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”).
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) Schedule-2: Form of Agreement 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.
120
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
121
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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.
122
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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 of Jawaharlal Nehru Port 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 Clause 9.2.1 or such longer period
as may be mutually agreed by the Parties, either Party may refer
123
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
9.4 Arbitration
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.
124
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annex-1
Terms of Reference
(Schedule-1 of RFP)
125
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annex-2
Deployment of Personnel
(Form-13 of Appendix-I)
126
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annex-3
Estimate of Personnel Costs- Deleted
127
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annex-4
Approved Sub-Consultant(s)
(Refer Clause 4.7)
128
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annex-5
Cost of Services
129
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annex-6
Payment Schedule
131
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annex- 7
Bank Guarantee for Performance Security
132
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
guarantee for such further period of periods as the Employer may require from
time to time.
9. This Guarantee will remain valid for the entire period as agreed, even
though there happens to be change in the constitution of the bank or that of the
Contractor.
10. It is also hereby agreed that the Courts in Greater Bombay shall have
exclusive jurisdiction in respect of claims, if any, under this Guarantee.
134
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
135
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annex- 8
(Mandate for receiving payments through NEFT from Jawaharlal Nehru Port
Authority)
Sr.
To be Filled by
No. Details
Agency
1 Contractors / Suppliers / Vender Name
2 Contractors / Suppliers / Vender Code
3 Permanent Account Number (PAN)
4 Particulars of Bank Account
A Name of Bank
B Name of the Branch
C Branch Code
D Address
E City Name
F Telephone No.
G IIEFT IFSC Code
H 9 digit MICR code appearing on the Cheque book
I Type of account (10/11/13)
J Account No.
5 Contractors / Suppliers / Vendor
e-mail id
6 Date of effect
(Please enclose a photo copy of the cancelled cheque to enable us to verify
the details mentioned above)
We hereby declare that the particulars given above are complete if transaction
is delayed or loss because of incomplete information at above, the party will
not hold the Jawaharlal Nehru Port Authority responsible.
Place:-
136
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annexure – 9
(This document shall be executed in 500/- non judicial stamp paper and shall
be reach JNPA up to due date of opening tender. corresponding address before
opening Technical bid as per date and time given in this Tender).
BETWEEN
AND
"The Bidder(s)/Contractor(s)
Preamble
In order to achieve these goals, the Principal will appoint Independent External
Monitor(s) (IEMs) who will monitor the tender process and the execution of the
contract for compliance with the principles mentioned above.
(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles:-
(b) The Principal will, during the tender process treat all bidders with
equity and reasons. The principle will in particular, before and
during the tenders process, provide to all bidders the same
information and will not provide to any bidder confidential /
137
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
(c) The Principal will exclude from the process all known prejudicial
persons.
(2) If the Principal obtains information on the conduct of any of its employees
which is a criminal offence under the IPC / PC Act, or if there be a
substantive suspicion in this regard, the Principal will inform the Vigilance
Office and in addition can initiate disciplinary actions.
b. The Bidder(s) /Contractor(s) will not enter with other Bidders into
any undisclosed agreement or understanding, whether formal or
informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission
of bids, or any other actions to restrict competitiveness, or to
introduce cartelization in the bidding process.
(1) The Bidder declares that, no previous transgression has occurred in the
last three years, with any other company in any country conforming to
the anti-corruption approach or with any Public Sector Enterprises in
India that could justify his exclusion from the tender process.
139
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
(1) In the case of Sub-contracting, the Principal Contract shall take the
responsibility of the adoption of Integrity Pact by the Sub-contractor.
(2) The Principal will enter into agreements with identical conditions as this
one which all Bidders and Contractors.
(3) The Principal will disqualify from the tender process all Bidders who do
not sign this Pact or violates its provisions.
(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to
access without restriction to all Project documentation of the Principal
including that provided by the Contractor. The contractor will also grant
the Monitor, upon his/her request and demonstration of a valid interest,
unrestricted and unconditional access to their project documentation.
The same is applicable to Sub-contractors.
140
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
(4). The Monitor is under contractual obligations to treat the information and
documents of the Bidder(s) / Sub-contractor(s) with confidentiality. The
Monitor has also signed declarations on “Non-Disclosure of Confidential
information” and of “Absence of Conflict of Interest”. In case of any
conflict of interest arising at a later date, the IEM shall inform Chairman,
JNPA and recuse himself / herself from that case.
(5) The Principal will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such
meetings could have an impact on the contractual relations between the
Principal and the Contract. The parties offer to the Monitor the option to
participate in such meetings.
(7) The Monitor will submit a written report to the Chairman, JNPA which 8
to 10 weeks from the date of reference or intimation to him by the
Principal and, should the occasion arise, submit proposals for correcting
problematic situations.
(9) The word ‘Monitor’ would include both singular and plural.
This Pact begins when both parties have signed it. It expires for the Contractor
__________ MONTHS after the last payment under the contract and for all
other Bidders 6 months after the contract has been awarded. Any violation of
the same would entail disqualification of the bidders and exclusion from future
business dealings.
If any claim is made/lodged during this time, the same shall be binding and
continue be valid despite the lapse of this Pact, as specified above, unless it is
discharged/determined Chairman, JNPA.
141
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
(4) Should one or several provisions of this agreement turn out to be invalid,
the remainder of this agreement remains valid. In this case, the parties
will strive to come to an agreement to their original intensions.
(5) Issues like Warranty / Guarantee etc. shall be outside the purview of
IEMs.
(6) In the event of any contradiction between the Integrity Pact and its
Annexure, the Clause in the Integrity Pact will prevail.
___________________________
_____________________________
(For & on behalf of the Principal) (For & on behalf of Bidder /
Contractor)
(Office seal) (Office seal)
Place:
Witness-1: .....................................
(Name and Address)
Witness-2: .....................................
(Name and Address)
Date: ____/_____/2025
142
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annexure- 10
FORM-I
of
2. That has submitted its bid against bidding document of Tender ref:
4. We hereby confirm that our offer is achieving the minimum local content
Annexure-11
SEALED with the Common Seal of the said Bank this ______day of_________
20 ______
(1) If after Bid opening the Bidder withdraws his Bid during the period of bid
validity specified in the Form of Bid;
or
(2) If the Bidder having been notified of the acceptance of his Bid by the
Employer during the period of bid validity:
(c) does not accept the correction of the Bid Price pursuant to Clause
27;
IN WITNESS WHEREOF this guarantee has been duly executed on this ………
day of …… 20 ……
WITNESS______________________________SEAL___________________
_________
______________________________________________________________
_____
_________________________
________________ _____________
1 The Bidder should insert the amount of the guarantee in words and
figures denominated in Indian Rupees. This figure should be the same
as shown in Clause 16 of the Instructions to Bidders.
2 30 days after the end of the validity period of the Bid. Date should be
inserted by the Employer before the Bidding documents are issued.
145
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annexure-12
To
Jawaharlal Nehru Port Authority,
Dear Sir,
In accordance with Invitation for Bids under your Bid Document No.........., M/s
(Supplier’s Name) having its Registered/Head Office at (address) (hereinafter
called the 'Supplier') wish to participate in the said bid for Consultancy
Services for Preparation of Detailed Project Report and Detailed
Engineering for Construction of Second Link Road to JN Port and
Construction of ROB connecting Jaskar and Karal Village at JN Port
As an irrevocable Insurance Surety Bond against Bid Security for an amount of
............................(*).................................. valid for days from
.................................................
(**) required to be submitted by the Supplier as a condition precedent for
participation in the said bid which amount is liable to be forfeited on the
happening of any contingencies as mentioned under the Bidding Documents.
We, the (Name of the Insurer) having our Head Office at (address of the Insurer)
guarantee and undertake to pay immediately on demand by Jawaharlal Nehru
Port Authority (hereinafter called the 'Authority') the amount of ...........(*) ..........
without any reservation, protest, demand and recourse. Any such demand
made by the 'Authority' stating that the contractor has defaulted under the terms
and conditions of the contract shall be conclusive and binding on us irrespective
of any dispute or difference raised by the Supplier and/or any right/remedy
available to the supplier in terms thereof.
Surety Bond is required, the same shall be extended to such required period
(not exceeding one year) on receiving instructions from M/s (Supplier's Name)
on whose behalf this Insurance Surety Bond is issued.
In witness where of the Insurer, through its authorised officer, has set its hand
and stamp on
146
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
NOTE:
1. (*) The amount shall be as specified in the Price Bid. (**) This shall be the
last date of bid submission deadline. (@) This date shall be thirty (30) days after
the last date for which the bid is valid.
2. The Insurance Surety Bond shall be from an Insurer as per guidelines issued
by Insurance Regulatory and Development Authority of India (IRDAI) as
amended from time to time.
3. The Authority shall be the Creditor, the Supplier shall be the Principal debtor
and the Insurance company/Insurer shall be the Surety in respect of the
Insurance Surety Bond to be issued by the Insurer.
147
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
Annexure-13
IN FAVOUR OF
The Board of Trustees of the Jawaharlal Nehru Port Authority constituted under
the Major Port Authorities Act, 2021 (hereinafter called “the Employer” which
expression shall unless excluded by or repugnant to the context or meaning
thereof be deemed to include its successors, administrators, executors and
assigns;
WHEREAS ……. (Usual wordings used in case of Bank Guarantees)
WHEREAS……. – do
WHEREAS…… -do
In consideration of the Authority having awarded to M/s....................
[Contractor's Name]............................ with its Registered/Head Office at
............................ (Hereinafter referred to as the ‘Contractor’, which expression
shall unless repugnant to the context or meaning thereof, include its successors
administrators, executors and assigns), a Contract by issue of Authority’s Work
Order No................. dated……. and the same having been unequivocally
accepted by the Contractor, resulting into a Contract bearing No.............. dated
..........., valued at ................... for and the Contractor having agreed to provide
a Contract Performance Guarantee for the faithful performance of the entire
Contract equivalent to ..........(amount )..........% (percent) of the said value of
the Contract to the Authority.
148
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
We ................[Name & Address of the Insurer] ........... having its Head Office at
......................... (hereinafter referred to as the ‘Insurer’ do hereby guarantee
and undertake to pay the Authority, on demand any and all amount payable by
the Contractor to the extent of ..................(*).................... as aforesaid at any
time up to ............................................... [days/month/year] without any
condition, demur, reservation, contest, recourse or protest and/or without any
reference to the Contractor. Any such demand made by the Authority on the
Insurer stating that the contractor has defaulted under the terms and conditions
of the contract shall be conclusive and binding notwithstanding any difference
between the Authority and the Contractor or any dispute pending before any
Court, Tribunal, Arbitrator or any other authority. The Insurer undertakes not to
revoke this Insurance Surety Bond during ts currency and or any period
extended under the contract, without prior consent of the Authority and further
agrees that the guarantee herein contained shall be enforceable till the
Employer discharges this guarantee.
The Employer shall have the fullest liberty, without affecting in any way the
liability of the Insurer under this Insurance Surety Bond, from time to time to
extend the performance of the Contract by the Contractor for the purpose of
which, the Insurer shall be liable to extend the validity of the present Insurance
Surety Bond without any demur, condition, protest and the Insurer shall at no
point in time have an option of revoking the same, The Employer shall have the
fullest liberty, without affecting this Insurance Surety Bond, to postpone from
time to time the exercise of any powers vested in them or of any right which
they might have against the Contractor, and to exercise the same at any time
in any manner, and either to enforce or to forbear to enforce any covenants,
contained or implied, in the Contract between the Employer and the Contractor
or any other course or remedy or security available to the Employer. The Insurer
shall not be released of its obligations under these presents by any exercise by
the Employer of its liberty with reference to the aforesaid or any of them or by
reason of any other act or forbearance or other acts of omission or commission
on the part of the Employer or any other indulgence shown by the Employer or
by any other matter or thing whatsoever which under law would, but for this
provision, have the effect of relieving the Insurer.
149
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
The Insurer also agrees and undertakes that the Employer at its option shall be
entitled to enforce this Insurance Surety Bond against the Insurer as a Surety,
in the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee that the Employer may have in
relation to the Contractor’s liabilities.
This Surety Bond will not be discharged due to the change in the constitution of
the Insurer or the Contractor. It is also hereby agreed that only Courts at ____
in Maharashtra shall have exclusive jurisdiction in respect of all matters,
including any demands claims, under this Surety Bond.
Notwithstanding anything contained hereinabove:
(a) Our liability under this Insurance Surety Bond shall not exceed Rs….
(Rupees……. Only)
(b) This Insurance Security Bond shall remain in force upto and including
........................................... and encash able at ….(address of Insurer)….
(c) We are liable to pay the Surety Bond amount or any part thereof under this
Surety Bond only and only if you serve upon us a written claim or demand on
or before ……(3 months from validity date.)
IN WITNESS WHEREOF the Insurer has set its hands hereunto on the day,
month and year first hereinabove written. Dated this ............................. day of
.................... 20.................. at...........................................
WITNESS:
1. ................................................... .
......................................................... .
(Signature) (Signature)
.................................................... ......................................................... .
(Name) (Name)
.................................................... ......................................................... .
(Official Address) (Designation with Insurer Stamp)
Authorised Vide Power of Attorney
No.......................................Date.................................................
150
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
2. ....................................................
(Signature) ....................................................
(Name) ....................................................
(Official Address)
Notes: 1. The Insurance Surety Bond shall be from an Insurer as per guidelines
issued by Insurance Regulatory and Development Authority of India
(IRDAI).
2.The Insurance Surety Bond should be on Non-Judicial stamp paper/e-
stamp paper of appropriate value as per Stamp Act prevailing in the
state(s) where the Insurance Surety Bond is submitted or is to be acted
upon or the rate prevailing in State where the Insurance Surety Bond is
executed, whichever is higher
151
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
SCHEDULE-3
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.
Potential consultant should not be privy to information from the Authority which
is not available to others; or
potential consultant should not have defined the project when earlier working
for the Authority; or
Potential consultant should not have recently worked for the Authority
overseeing the project.
152
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
153
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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 the …………………… Project. 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
154
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
or contract by any public authority nor have had any contract terminated
by any public authority for breach on our part.
(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.
155
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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.
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 120 (One Hundred and Twenty)
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,
156
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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.:
157
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
E-mail address:
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.
159
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
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, THE 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,
160
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
APPENDIX-I:
Form- 4
Power of Attorney
TO ALL TO WHOM THESE PRESENTS shall come, I, (Name & address of the
authorized person to sub-delegate/delegate powers, delegated on him by the
Board of Directors) do hereby sub-delegate/delegate, in terms of the powers
delegated to me by the Board of Directors, -------------(name of the Co.) to Shri
------------ (name, designation & address of the Attorney) the following:
NOW KNOW YE AND THOSE PRESENTS that I, (Name & address of the
authorized person to sub-delegate/delegate powers, delegated on him by the
Board of Directors), do hereby authorize and empower Shri ----------- (name,
designation & address of the Attorney) to do severally amongst others, for the
purpose of carrying on our business, the following:
c) For all or any of the purposes here of to sign and deliver or otherwise
execute such deed or deeds, transfer or transfers, endorsement
or endorsements and to perform such other acts, matters, things
as the Attorney shall consider requisite or advisable as full and
effectively as the Company could do, if present and acting there.
161
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
______________________ BY
WITNESS:
162
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and
Karal village at jn port
APPENDIX-I
Form-5
Sr.
Financial Year Professional fee received in INR
No.
1. 2023-24
2. 2022-23
3. 2021-22
UDIN No (Compulsory):-
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.
163
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for Construction of Second Link Road to JN Port and construction
of ROB connecting Jaskar and Karal village at jn port
APPENDIX-I
Form-6
164
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering
for Construction of Second Link Road to JN Port and construction of ROB connecting
Jaskar and Karal village at jn port
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.
166
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering
for Construction of Second Link Road to JN Port and construction of ROB connecting
Jaskar and Karal village at jn port
APPENDIX-I
Form-8
$ The Applicant should provide details of only those projects that have been
undertaken by it under its own name.
$$ Exchange rate for conversion of US $ shall be as per Clause 1.7.1.
£ The names and chronology of Eligible Projects included here should
167
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering
for Construction of Second Link Road to JN Port and construction of ROB connecting
Jaskar and Karal village at jn port
Date:
$ In case the Applicant does not have a statutory auditor, it shall provide the
certificate from its chartered accountant that ordinarily audits the annual
Note: The Applicant may attach separate sheets to provide brief particulars
168
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for Construction of Second Link Road to JN Port and construction
of ROB connecting Jaskar and Karal village at jn port
APPENDIX-I
Form-9
$$ The names and chronology of projects included here should conform to the project-wise details submitted in Form-11 of Appendix-
I.
Note: The Applicant may attach separate sheets to provide brief particulars of other relevant experience of the Key Personnel.
171
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering
for Construction of Second Link Road to JN Port and construction of ROB connecting
Jaskar and Karal village at jn port
APPENDIX-I
Form-10
1. Name of Applicant:
2. Name of the Project:
3. Length in km or other particulars
4. Description of services performed
by the Applicant Firm:
5. Name of client and Address:
(indicate whether public or
private)
6. Name and telephone no. of
client’s representative:
7. Estimated capital cost of the
Project (in Rs crore or US$
million):
8. Payment received by the
Applicant (in Rs. Crore):
It is certified that the aforesaid information is true and correct to the best
of my knowledge and belief.
(Signature and name of Applicant)
Notes:
172
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering
for Construction of Second Link Road to JN Port and construction of ROB connecting
Jaskar and Karal village at jn port
APPENDIX-I
Form-11
It is certified that the aforesaid information is true and correct to the best
of my knowledge and belief.
Notes:
173
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering
for Construction of Second Link Road to JN Port and construction of ROB connecting
Jaskar and Karal village at jn port
174
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering
for Construction of Second Link Road to JN Port and construction of ROB connecting
Jaskar and Karal village at jn port
APPENDIX-I
Form-12
1. Proposed Position:
2. Name of Personnel:
3. Date of Birth:
4. Nationality:
5. Educational Qualifications:
6. Employment Record:
Name of Description of
project responsibilities
8. Details of the current assignment and the time duration for which
services are required for the current assignment.
Certification:
Place.........................................
175
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering
for Construction of Second Link Road to JN Port and construction of ROB connecting
Jaskar and Karal village at jn port
Notes:
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.
176
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for Construction of Second Link Road to JN Port and
construction of ROB connecting Jaskar and Karal village at jn port
APPENDIX-I
Form-13
Deployment of Personnel
No.
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.
178
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for Construction of Second Link Road to JN Port and
construction of ROB connecting Jaskar and Karal village at jn port
No.
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)
10.
11.
Total Man days
179
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for Construction of Second Link Road to JN Port and
construction of ROB connecting Jaskar and Karal village at jn port
APPENDIX-I
Form–14
180
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and Karal
village at jn port
APPENDIX-I
Form-15
Note:
APPENDIX-II
FINANCIAL PROPOSAL
Form-1
Covering Letter
(On Applicant’s letter head)
To,
Chief General Manager,
Port Planning and Development Department
Jawaharlal Nehru Port Authority
Administration Building,1st Floor,
Sheva, Navi Mumbai-400 707.
Maharashtra, India.
DEAR SIR,
I/We agree that this offer is unconditional and shall remain valid for a period of 120 (One
Hundred and Twenty) 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.
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and Karal
village at jn port
APPENDIX-II
(See Clause 2.1.3)
Form-2
BILL OF QUANTITIES
Note: -
i. All payments shall be made in Indian Rupees and shall be subject to applicable
Indian laws withholding taxes if any.
ii. GST as applicable will be paid to the Contractor after submission of paid receipts
to the employer.
iii. Payment shall be made as per agreed payment terms mentioned in contract
document.
iv. No escalation on any account will be payable on the above amounts
v. All other charges not shown here and all insurance premia are considered
included in the man day rate/ overhead/ miscellaneous expenses.
vi. Offer price shall be inclusive of all necessary supporting technical staff like Project
Manager, QA/QC Engineer and office staff/office establishment /IT support
/Stationary/ Transport arrangement / communication support, insurance charges,
BG charges etc. shall be provided by the consultant at their cost for their day to
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and Karal
village at jn port
day use at no extra cost to the employer. Appointed Consultant shall have to
established at least 20 feet container size temporary office at suitable location
near project location at no cost to employer.
vii. The consultant is required to support JNPA in attending meetings at Government
Authorities for obtaining various approvals for which consultant will be paid
Transport and lodging allowances (Economy class Air Fare and 3-star hotel
accommodation) as per actuals.
APPENDIX-II:
Form 2 Financial Proposal
(See Clause 2.1.3)
Form-2
Financial Proposal
From :
_______________________
_______________________
_______________________
_______________________
To
Dear Sir,
I/We have perused the Proposal Document for subject assignment containing Terms
of Reference in Annex-1 and other details and am/are willing to undertake and
complete the assignments as per terms and conditions stipulated in the 'Proposal
Document'.
Our price offer inclusive of all taxes including incidentals, overheads, traveling
expenses, stationery, expenditure related to presentation to be made during the
execution, sundries, all other items involving expenditure for execution of this
assignment covering scope as stipulated in "Terms of Reference" (enclosed as
Schedule-I to the RFP) and excluding prevalent GST tax is Rs As indicatated in
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and Karal
village at jn port
Financial Proposal. This offer is valid for a period of 120 days from the proposal due
date.
NOTE: (i) All the payment under this contract will be made only in Indian Rupees. The
fees/price may be quoted in Indian Rupees only. The consultant shall be paid for the
services rendered as per the TOR as per payment schedule given above.
The consultant may raise their invoice on pro rata basis as per the stage or sub stage
as brought out in above table.
In case of extension, for the reasons not attributable to the consultant, and
foreclosure, prorata addition or deduction shall be done based on pro-rata monthly
payment
In case of assistance required for attending meeting and obtaining necessary
clearance from government and other concern authorities the expenditure toward
travelling outstation and back by economy class airfare and accommodation in three-
star hotel will be reimbursed to the consultant as per actuals.
Signature
Witness's ________________
Name
Consultancy Services for Preparation of Detailed Project Report and Detailed Engineering for
Construction of Second Link Road to JN Port and construction of ROB connecting Jaskar and Karal
village at jn port
Annex-3
(v) Proforma-3, Inventory of Structures (Bridges and other Structures) (vi) Proforma-
5, Bridge Condition Survey