2304_File503944817
2304_File503944817
2304_File503944817
December 2024
NATIONAL HIGHWAYS AUTHORITY OF INDIA
E-6/47, Smriti Parisar , Near Sai Board , Arera Colony , Bhopal (MP) -462016
Bhopal Madhya Pradesh 482008
Phone No.0755-2426638
Email ID: robhopal@nhai.org
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
CONTENTS
Particulars
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Sub.: Supervision Consultant for supervision during O&M of Mandla-Chilpi section of NH-30 from Ch.
Km. 89+600 to Ch. Km. 192+400 in the state of Madhya Pradesh
GENERAL: -
1. The National Highways Authority of India (NHAI) invites proposals for engaging a Supervision
Consultant (SC) on the basis of International Competitive Bidding for the following contract
package in the State of Madhya Pradesh under NHDP Phase-V program.
The RFP shall be received through “INFRACON” (www.infracon.nic.in) and will be evaluated
based on details furnished on “INFRACON”. As such before submitting the proposal, the
Consultant (the firm and all key personnel) shall mandatorily register and enlist themselves,
on the MoRT&H portal “INFRACON” and upload all relevant information to enable correct
evaluation of RFP.
All the bidders registered on “INFRACON” shall form a Team on “INFRACON” which would be
assigned unique INFRACON Team ID. Bidders while submitting the RFP proposal shall furnish
registration details including INFRACON Team ID. A copy of INFRACON Operation Procedure is
enclosed for bidder’s reference.
2. Selection of SC shall be as per selection procedures given in the Model Concession Agreement
and general procurement methods followed in NHAI. The selected SC shall be intimated to the
Concessionaire.
3. The proposal shall be submitted in English Language and all correspondence would be in the
same language.
4. The Operation & Maintenance of DBFOT projects broadly include Operation and Maintenance
activities of the Concessionaire for completed construction works and Projects Facilities are
opened to traffic as per the Concession Agreements.
5. As per the Terms and Conditions of the Concession Agreement(s), the Supervision Consultant is
broadly required to:
6. The interested consultancy firms may download the RFP from NHAI Website from 24.12.2024
to 23.01.2025 up to 1100 hrs. The Consultant who download the RFP document from the
website will be required to pay the non-refundable fee of Rs.5,000/- towards cost of RFP to
the following Bank Account:
Consultancy Firms are required to submit payment receipt as proof of payment to the above
said Bank Account along with the Technical Proposal. Consultancy firms are required to
mention “NHAI/RO-BPL/JBP/SC-O&M/NH-30/M-C/2024” in the payment receipt. The RFP
will be invited through e-tendering portal. Refer Procedure under e-tendering for submission
of RFP through e-tendering.
7. In this document, unless the context otherwise requires, reference to a firm or consultant or
bidder or applicant shall be construed as reference to any individual firm, organization,
company or their JV, reputed engineering institutions such as IITs/NITs/Deemed Universities.
8. The proposal should be submitted by consultancy firms in two parts. The two parts of the
proposal are Part 1: Technical Proposal and Part 2: Financial Proposal. Both Technical and
Financial Proposal are to be submitted only in Electronic Form (to be uploaded on e-portal).
For a given Project, Stage-1 of the Evaluation shall consider the evaluation of the Technical
Proposal (i.e., Part 1). The firms scoring the qualifying marks (minimum 75%) as mentioned in
RFP shall be listed in the descending order of their technical score and 5 top ranking firms
shall only be considered for further evaluation provided none of them is in conflict of interest
with the Concessionaire. The firms in conflict of interest shall be replaced by the next ranking
firm not having conflict of interest with the Concessionaire. Under stage 2, the financial
proposal of the five firms selected above shall be opened and evaluated. The weightage of
Technical and Financial score shall be 80% & 20% respectively. The final selection of the firm
shall be based on the highest combined score of Technical and Financial Proposal.
9. The total time period for the assignment as a Supervision Consultant will be 60 months. On
expiry or termination of aforesaid period, the Authority may in its discretion renew the
appointment.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
10. Consultants may apply either as a sole firm or forming Joint Venture with other consultants.
In the case of Joint Venture, the maximum number of Joint Venture partners is limited to 2
(i.e., one lead + 1 JV partners). Formulation of more than one JV with different partners for
the same work is not allowed and all such proposals involving the firms shall be treated as
non-responsive.
11. (A) The Applicant whether a sole applicant or lead member with joint venture may include
any number of Associate to provide technology in assignment (refer para 9 (iii) of data sheet).
The associate firm can provide equipment-based road inspection services for any of the 5
equipment viz., (i) Network Survey Vehicle including all modules required as per technical
specifications, (ii) Falling Weight Deflectometer, (iii) Mobile Bridge Inspection Unit and (iv)
Retro Reflectometer (v) Automatic Traffic Counter cum Classifier (ATCC). However, the
associate(s) cannot be common for 2 or more bidders. If any associate is common with 2 or
more bidders, all those bids shall be declared non-responsive. Hence, the bidder may ensure
on his own that the associate proposed by him is not proposed by any other bidder
participating in the same assignment and the bidder is solely responsible in this regard.
(B) In addition, the applicant, whether a sole applicant or lead member with joint venture
may also include an Associate for providing key personnel. In such case, the applicant should
submit an MOU with associate regarding role and responsibility of Associate Company.
However, the maximum no. of key personnel from the Associate firm during RFP proposal and
implementation of contract should be limited to two (2).
(C) The bidder cannot revise their share among Lead/JV partner/Associate partner, which
was declared at the time of bidding/award of respective consultancy assignments. Further,
maximum limit of share of associates shall be limited to their actual assignments w.r.t.
provision of standard RFP subject to a maximum of 25% of contract amount.
12. Consulting firms meeting the following criteria and not in conflict of interest with the
Concessionaire are only eligible to apply for this assignment. Firms not meeting these criteria
need not apply.
** Similar projects mean 2/4/6 lane as applicable for the project for which RFP is invited.
For 2-lane projects experience of 4/6 lane also to be considered with a multiplication factor
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
of 1.5. Experience of 4/6 lane shall be considered interchangeably for 2/4/6 laning projects.
For 2/4/6 laning projects, experience of 2 lane will be considered with a multiplication
factor of 0.4.
B. Eligibility Criteria for partner in case of JV (not more than 1 JV partner shall be
allowed):
Lead Partner should meet at least 75% and JV partner should meet at least 40% eligibility
criteria for Annual Turnover. Lead partner and the JV partner both shall have experience of
at least one project of eligible category as in para 12 (A) above.
Note:
The weightage given for experience of a firm would depend on the role of the firm in the
respective assignments. The firm’s experience would get full credit if it was the sole firm in
the respective assignment. Experience weightage for firms joining Lead partner JV partner
shall be considered in the same proportion as mentioned in their MOU/ Agreement among
JV member w.r.t sharing of their work responsibility, (MOU for sharing of payment or
transfer of fund shall not be considered as valid Document) ** However if the applicant firm
has executed the project as associate with some other firms, 25% weightage shall be given
to the applicant firm for the projects completed under such association
Any bidder from a country which shares a land border with India will be eligible to bid in any
procurement whether of goods, services (including consultancy services and non-consultancy
services) or works (including turnkey projects) only if the bidder is registered with the
Competent Authority as per Stipulated provision in Ministry of Finance Department of
Expenditure (Public Procurement Division) office Memorandum No F. No. 6/18/2019-PPD
dated 23.07.2020.
A Bidder is required to submit, along with its technical BID, a self-certification that the item
offered meets the local content requirement for ‘Class –I local bidder’ / ‘Class–II local
bidder’, as the case may be. The self-certification shall also have details of the location(s) at
which the local value addition is made. In case, bidder has not submitted the aforesaid
certification the bidder will be treated as ‘Non- Local Supplier’. The Class–I local bidder,
Class–II local bidder and Non-Local Supplier are defined as under:
(i) ‘Class–I local bidder’ means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for ‘ Class–I local bidder’ under
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
this RFP. The ‘local content’ requirement to categorize a bidder as ‘Class–I local bidder’ is
minimum 50%.
(ii) ‘Class–II local bidder’ means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for ‘Class–II local bidder’ under
this RFP. The ‘local content’ requirement to categorize a bidder as ‘Class–II local bidder’ is
minimum 20%.
(iii) ‘Non-local bidder’ means a bidder, whose goods, services or works offered for
procurement, has local content less than that prescribed for ‘Class–II local’ under this RFP.
(iv) ‘Local content’ means the amount of value added in India which shall be the total
value of item procured (excluding net domestic indirect taxes) minus the value of imported
content in the item (including all customs duties) as a proportion of the total value, in
percent.
In case estimated project cost is above Rs. 10 crores, the ‘Class–I local bidder’ / ‘Class–
II local bidder’ shall provide a certificate from the statutory auditor or cost auditor of the
company (in case of companies) or from a practicing cost accountant or practicing chartered
accountant (in respect of suppliers other than companies) giving the percentage of local
content.
15.
a. The applicant shall use the Link ‘Data Lake Portal’ available on NHAI website nhai.gov.in to
communicate with NHAI website nhai.gov.in to communicate with NHAI and concessionaire for
all contractual correspondence.
b. No physical document shall be accepted unless and until the same is specifically stated
specifically stated so in the RFP or it is a legal requirement.
16. Following enhancement factor will be used for the cost of services provided and
for the turnover from consultancy business to a common base value for works
completed in India:
Applicant should indicate actual figures of costs and amount for the works
executed by them without accounting for the above-mentioned factors.
In case the financial figures and values of services provided are in foreign
currency, the above enhancement factors will not be applied. Instead, current
market exchange rate (State Bank of India BC Selling rate as on last date of
submission of the bid) will be applied for the purpose of conversion of amount in
foreign currency into Indian Rupees.
17. The Bidder including individual or any of its Joint Venture Member should, in the
last 2 years, have neither failed to perform for the works of Expressways, National
Highways, ISC (Inter State Connectivity) & EI (Economic Importance) works, as
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
The Consultants debarred on the date of issue of Letter of Acceptance (LoA) shall
not be considered for placement of contract. Contracts concluded before the issue
of the debarment/declaration as non-performer order shall, not be affected by
the debarment orders issued subsequently.
In case, any debarred/declared non-performer firm submits the bid, the same will
be ignored. In case such firm is preferred bidder (H-1), next firm with highest
combined score shall be considered as H-1.
18. NHAI shall not be responsible for any delay in receiving the Proposal online and
reserves the right to accept/reject any or all applications without assigning any
reason thereof.
The two parts of the Proposal (Technical proposal and Financial proposal) must be
submitted on-line only with all pages numbered serially, along with an index of
submission as per procedure under e-tendering. Physical submission of the
proposal shall not be accepted. In the event, any of the instructions mentioned
herein have not been adhered to, the Employer may reject the Proposal.
19. Technical Proposal and Financial Proposals shall have to be submitted only in
Electronic Form (to be uploaded on the e-portal). In the event, any of the
instructions mentioned here in have not been adhered to NHAI may reject the
Proposal.
20. NHAI will be at liberty to keep the credentials submitted by the Consultants at
bidding stage, in public domain and the same may be uploaded on NHAI website.
By submitting the proposal, the Consultants shall be deemed to have no objection
to upload/hoist the information pertaining to their credentials as well as of their
key personnel on NHAI web- site.
21. The individual key personnel proposed in the bid by the consultants, or any
replacement thereof should undertake that they shall have no objection in
uploading/hoisting of their credentials by NHAI in public domain
22. RFP submission must be received not later than 23.01.2025 up to 11:00 Hrs.
(Online Only) in the manner specified in the RFP document at the address given
below.
The Regional Officer Bhopal,
National Highways Authority of India,
E-6/47, Smriti Parisar , Near Sai Board ,
Arera Colony , Bhopal (MP) -462016
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Phone No.0755-2426638
Email robhopal@nhai.org
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
1. INTRODUCTION
1.1 Bids are invited from consulting firms as a sole firm/ joint venture with other consultant
willing to act as SC to submit a proposal for providing consulting services required for the
assignment named in the attached Letter of Invitation.
1.2 A brief description of the assignment and its objectives is given in the Terms of Reference
(TOR).
1.3 This RFP is neither an agreement nor an offer by the Authority to the prospective
Applicants or any other person. The purpose of this RFP is to provide interested parties
with information that may be useful to them in the formulation of their Proposals pursuant
to this RFP. This RFP includes statements and assumptions, which reflect various
assessments arrived at by the Authority in relation to the Consultancy. Such assessments
and statements do not purport to contain all the information that each Applicant may
require. The information contained in this RFP may not be complete, accurate, adequate,
or correct. Each Applicant should, therefore, conduct its own investigations about the
assignment and the local conditions before submitting the proposal by paying a visit to the
Client and the project site, sending written queries to the client, before the date and time
specified in the Data Sheet.
1.4 Please note that (i) the costs of preparing the proposal including visits to site, are not
reimbursable as a direct cost of assignment and (ii)NHAI is not bound to accept any of the
proposals received by it and reserves the right to annul the selection process at any time
prior to contract award, without thereby incurring any liability to the Consultants.
1.5 We wish to remind you that in order to avoid conflict of interest situations, any firm
associated with the Concessionaire of the Project Highway as its Design and/or Supervision
Consultant during construction period and defect liability period of the project or previous
Operation and Maintenance period and/or the Contractor(s) as Design Consultant and/or
Construction Supervision Consultant is not eligible to participate in the bidding. The
restriction herein shall not apply after a period of 5(five) years from the completion of
their consultancy assignment.
1.6 Those Consultants who were engaged by Ministry/ NHAI for the above project as Design
Consultants for preparation of Detail Project Reports shall not be permitted to submit
proposal for providing the consultancy services as Independent Consultant for the same
project for first Operation and Maintenance period of the project either individually or in
JV with other firms. The restriction herein shall not apply after a period of 5(five) years
from the completion of their DPR consultancy assignment for the project.
1.7 The Consultant will not propose any personnel who have been engaged by the
Concessionaire on the same project within the last one year.
1.8 Consultant have an obligation to disclose any situation of actual or potential conflict that
impacts their capacity to serve the best interest of their client, or than may reasonably be
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
perceived as having this effect. Failure to disclose said situations may lead to the
disqualification of the Consultant or the termination of its Contract and/or any other
action as deemed fit by the Authority at any stage.
1.9 It is the NHAI’s policy that the consultants observe the highest standard of ethics during
the selection and execution of such contracts. In pursuance of this policy, the NHAI:
i. Defines, for the purpose of this paragraph, the terms set forth below as follows:
a “Corrupt practice” means the offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value to influence the action of a public official in
the selection process or in contract execution.
b “Fraudulent practice” means a misrepresentation or omission of facts in order
to influence a selection process or the execution of a contract.
c “Collusive practices” means a scheme or arrangement between two or more
consultants with or without the knowledge of the Client, designed to establish
prices at artificial, non-competitive levels.
d “Coercive practices” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a
procurement process or affect the execution of a contract.
ii. Will reject a proposal for award if it determines that the Consultant recommended for
award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or
coercive practices in competing for the contract in question.
iii. Will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it at any time determines that the firm has engaged in corrupt
or fraudulent practices in competing for, or in executing, a contract; and
iv. Will have the right to request that a provision be included requiring consultants to
permit the NHAI to inspect their accounts and records relating to the performance of
the contract and to have them audited by authorized representatives of NHAI.
1.10 Consultants, their Sub-Consultants, and their associates shall not be under a declaration of
ineligibility for corrupt and fraudulent practices. Furthermore, the Consultants shall be
aware of the provisions on fraud and corruption stated in the specific clauses in the
General Conditions of Contract.
1.11. The Data Sheet indicates how long Consultants’ Proposals must remain valid after the
submission date. During this period, Consultants shall maintain the availability of
Professional staff nominated in the Proposal. The Client will make its best effort to
complete the process within this period. Should the need arise, however the Client may
request Consultants to extend the validity period of their proposals. Consultants who agree
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
to such extension shall confirm that they maintain the availability of the Professional staff
nominated in the Proposal, or in their confirmation of extension of validity of the
Proposal, consultants could seek replacement upto a maximum of 50% key personnel .If
any Consultant seeks any replacement(s), while extending the bid validity, then the same
shall be evaluated for ascertaining suitability of replacement as per the provisions of the
RFP and remuneration shall not be reduced for any such replacement(s). However, the
technical evaluation shall consider of the originally submitted CV(s) only irrespective of
replacement sought. Consultants who do not agree have the right to refuse to extend the
validity of their Proposals.
2.1 The Consultants may request clarification of any of the RFP documents up to the number of
days indicated in the Data Sheet before the Proposal submission date. Any request for
clarification must be sent in writing by paper mail, facsimile, or electronic mail to the
Client’s address indicated in the Data Sheet. The Client will respond by cable, facsimile, or
electronic mail to such requests and will send copies of the response (including an
explanation of the query but without identifying the source of inquiry) to all consultants
who have purchased the RFP document. Clarification/amendment will also be hosted on
NHAI website.
2.2 At any time before the submission of the Proposals, the Client may for any reason, whether
on its own initiative or in response to a clarification requested by a Consulting firm, modify
the RFP documents by amendment. Any amendment shall be issued in writing through
addendum. Addendum may be sent by mail, cable, telex, facsimile, or electronic mail to
consultants or/and will be hosted on NHAI website which will be binding on them. The
Client may at its discretion extend the deadline for the submission of Proposals.
3. PREPARATION OF PROPOSAL
3.1 You are requested to submit your proposal in Two Parts strictly using the formats enclosed
herewith (refer section 3 and 4). The two parts shall be:
The Technical Proposal and The Financial Proposal should be submitted only in
Electronic Form. No hard copy of the Technical Proposal and Financial Proposal is to be
submitted. Please also refer to “procedure under e-tendering” defined in the RFP in this
regard. The proposal shall be written in the English language as specified in the Data
Sheet. All pages of the Proposal shall be signed by an authorized representative. The
representative’s authorization shall be confirmed by written Power of Attorney duly
notarized to be submitted with the proposal. In the case of JV, a MoU indicating the
specific Projects, input and role of each Partner etc. shall be submitted with the proposal.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
3.2 You are expected to examine all terms and conditions included in the documents. Failure
to act or to provide all requested information will be at your own risk and may result in
rejection of your proposal.
3.3 During preparation of the technical proposal you may give particular attention to the
following:
i. The man-months for the assignment shall be that stated in the Terms of Reference.
The same shall be considered for the purpose of evaluation as well as award.
ii. The Consultants should prefer to field as many of their permanent staff as possible
and higher marks should be given in this regard. The permanent staff would be
considered those already employed with the firm prior to one year from the month
during which this Tender Notice is issued. More weightages will be given to those
key personnel who are employed for more years with the firm.
iii. No alternative to key professional staff may be proposed and only one Curriculum
Vitae (CV) may be submitted for each position and
iv. A good working knowledge of the language specified in the data sheet is essential
for key professional staff on this assignment. Reports must be in the language (s)
specified in the data sheet.
v. For Key Personnel e.g., Team Leader, Highway Maintenance cum Resident
Engineer, Bridge/ Structural Engineer and Road Safety Expert, the Consultants
should prefer candidates having worked on PPP Projects. Such personnel shall be
rated higher than the candidates having no such experience at all”.
3.4 Your Technical Proposal must provide the following information, using but not limited to
the formats attached in Section 3 &4.
ii. Site Appreciation: limited to four A4 size pages in1.5 space and 12 font including
photographs, if any.
iii. Proposed methodology for the execution of the services illustrated with bar charts of
activities. The proposed methodology should be accompanied by the consultant’s
initial view, key challenges they foresee and potential solutions. The proposal shall
indicate as to whether the firm has the facilities for carrying out the following field
activities or these are proposed to be outsourced to specialized agencies.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
v. In case the consultant envisages outsourcing any or all of the above services to the
expert agencies, the details of the same indicating the arrangement made with the
agencies need to be furnished. These agencies would, however, be subject to
approval of the client to ensure quality input by such agencies before awarding the
work. For out-sourced services, proposed firms/consultants should have such
experience on similar projects.
vi. The composition of the proposed staff team, the tasks which shall be assigned to
each and their timing.
a. CVs strictly in the prescribed format and recently signed in blue ink on each
page by both the proposed professional staff and the Managing Director/Head or
the authorized representative of the firm.
b. Key information should include years with the firm and the degree of
responsibility held in various assignments. In CV format, in summary, the
individual shall declare his qualification & total experience (in years) against the
requirements specified in TOR for the position (Ref. Enclosure-B of TOR).
In case, the information contained in the CV for the duration in which the
key personnel were employed by the firm, proposing his candidature is
found incorrect/fake/inflated at any stage, action including termination
of the consultancy agreement and debarment of the firm up to 2 years
from future MoRT&H or its Executing Agencies projects shall be taken by
MoRT&H or its Executing Agencies.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
In case, the information contained in the CV for the duration in which the
key personnel were employed by the firm proposing his candidature is
found incorrect/fake/inflated at any stage, the consultancy firms shall
have to refund the salary and perks drawn in respect of the person apart
from other consequences.
In case, the information contained in the CV for the duration in which the
key personnel were not employed by the firm proposing his candidature is
found incorrect/fake/inflated at any stage, the consultancy firm will
have to refund the twice of salary and perks drawn in respect of the
person.
c. If the same CV is submitted by two or more firms, zero marks shall be given for
such CV. The age limit for key personnel is 65 years as on the date of bid
submission. The proof of age and qualification of the key personnel must be
furnished in the technical proposal.
d. CVs of Key Personnel having intermittent inputs will be considered only if the
assignments on hand, including those for which LOA has been received from the
Client or for which Consultant has been declared as H1, do not exceed 3 (three)
for team Team Leader, 2 (two) for Road Safety Expert and 3 (three) for
bridge/structural engineer as on 7 days before due date of proposal.
e. All the CVs which are to be evaluated should be complete in all respects
including signing and certification by the individual and the firm. In order to
overcome the difficulties in furnishing the duly signed CVs due to time
prescribed for submission for RFP, maximum 3 CVs (except Team Leader, and
Highway Maintenance Engineer) with scanned signatures of the candidates on all
pages shall be permitted. However, the authorized representative of the firm
shall sign on each page. If the firm is selected, then the firm shall submit duly
signed CVs before the signing of contract.
f. If a CV scores less than 75% marks, whatever marks it scores will be carried
forward for maximum 2 nos. key personnel for determining the total score of the
firm. However, if the Key Personnel does not fulfil the minimum academic
qualification (as mentioned at Enclosure-B of TOR of RFP), the overall score of
his CV will be evaluated as zero. If the Key Personnel does not fulfil the
minimum qualification related to experience (as mentioned at Enclosure-B of
TOR of RFP), then zero marks will only be assigned for that sub criteria, but the
marks obtained by the CV of the Key Personnel will be carried forward for
maximum 2 nos. key personnel for determining the total score of the firm. In the
case of a firm that is H-1, then a maximum of 2 (two) such Key Personnel (whose
CV scores less than 75% or who does not fulfil the minimum qualification) will
have to be replaced by the firm before signing the contract.
g. It is also clarified that any key personnel, if debarred during the period
between receipt of bid and award of the contract and is required to be replaced
as per the provisions of the RFP, then the replacement shall not be considered
as part of replacement by the consultant and hence no deduction in
remuneration shall be affected. However, in this case the original CV will be
considered for evaluation purpose.
viii) The Deployment Schedule for each key personnel should be formulated and
incorporated in the Technical Proposal which will be reviewed on a quarterly
basis.
ix) Estimates of the total time effort (person x months) to be provided for the
services, supported by bar chart diagrams showing the time proposed (person x
months) for each professional staff and sub-professional staff.
x) A certification to the effect should be furnished by the Consultant that they have
checked the qualifications and experiences details submitted by the key personnel
in their CVs and found to be correct. This certification should be made in CVs of all
key personnel after the certification by the candidate. The format of CV includes
certification to this effect.
xi) Detailed Evaluation criteria of the Firm and Key Personnel, which will be used for
evaluation of Technical Bids is enclosed as per Section-4. The consultants shall
submit the self-evaluation duly filled in based on the Detailed Evaluation criteria
mentioned therein. While submitting the self-evaluation, Consultant shall refer to
the documents along with page nos., which have been relied upon in his self-
evaluation.
3.5 The technical proposal must not include any financial information.
3.6 Your Financial Proposal must be strictly using the formats attached in Section 5. No
additional items/quantities other than those specified in the formats should be
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
proposed by the Consultants since the same shall not be considered for the
evaluation/award. For the first 12 months from the Date of Commencement of
Services, Consultants shall be paid billing rates as indicated above. Beginning 13th
months of the services provided, billing rates shall be increased on all items of
contract inter alia including vehicle hire, office rent, consumables, furniture etc @
5% every 12 months for local currency for the subsequent period of services rendered
by the personnel of all categories namely (i) key Personnel; (ii) sub-Professional
personnel and (iii) Support staff. However, for evaluation and award of the Bid
proposals, the quoted initial rate (as applicable for the first 12 months) shall be
multiplied by the total time input for each position on this contract, i.e., without
considering the increase in the billing rates.
3.7 The Financial Proposal should clearly identify as a separate amount, the local taxes
(including social security), duties, fees, levies, and other charges imposed under the
applicable law, on the consultants, the sub-consultants, and their personnel (other
than nationals or permanent residents of the government’s country); unless the Data
Sheet specifies otherwise. This cost, however, will not be considered in the
evaluation.
3.8 Consultants may express the price of their services in the Local currency (Indian
Rupees)
3.9 The Goods and service tax shall be considered for release along with invoice, subject
to condition that Consultant submits the proof of deposit of the same with a
Certificate from CA firm within a period of 90 days of receipt of such Goods and
service tax.
The Applicants shall submit the proposal (Proof of Eligibility and Technical Proposal) in
online form with all pages numbered serially and by giving and index of submissions.
Copies of Applications shall not be submitted and considered.
Technical proposals and financial proposals are only to be submitted online and no hard
copy should be submitted.
i) All the Consultancy Firms and key personnel must register on www.infracon.nic.in
portal and should upload their technical proposals / credentials in public domain.
This Portal has the facility to host Firms & Personnel credentials online with option
to link to Aadhaar & Digi locker for data validation & purity.
ii) The Applicant shall ensure that they have uploaded modules stipulated in MoRT&H
Circular No.RW-NH-35075/1/2010-S&R dt. 28.10.2015 on www.infracon.nic.in, failing
which the bid submitted will be summarily rejected.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
i. The Bidder may modify, substitute, or withdraw its e- bid after submission. Prior to
the Bid Due Date. No Bid shall be modified, substituted, or withdrawn by the Bidder
on or after the Bid Due Date.
iii.For modification of e-bid, bidder has to detach its old bid from e-tendering portal
and upload / resubmit digitally signed modified bid.
iv. For withdrawal of bid, bidder has to click on withdrawal icon at e-tendering portal
and can withdraw its e-bid.
i. Opening of Proposals will be done online for Technical Proposal and Financial Proposal.
ii. For participating in the tender, the authorized signatory holding Power of Attorney shall
be the Digital Signatory. In case the authorized signatory holding Power of Attorney and
Digital Signatory are not the same, the bid shall be considered non - responsive.
The Authority shall open Technical Proposal received as mentioned in point nos. 4.1 (ii) B
at 11:30 hours Indian Standard Time on the Application due date i.e.24.01.2025 in the
presence of the Applicants who choose to attend. This Authority will subsequently open
the Technical Proposal as mentioned in point no.4.1(ii)A(a) above and evaluate the
Applications in accordance with the provisions set out in the RFP.
iii. The Financial Proposal 4.1 (ii) A (b) will be opened of the short-listed applicants who
qualify for financial opening as per RFP. The date of opening of Financial Proposal will be
notified later on.
5. PROPOSAL EVALUATION
5.1 A two -stage procedure shall be adopted for evaluating the proposals.
5.2 Deleted.
i. The Evaluation Committee appointed by the NHAI shall carry out its evaluation applying
the evaluation criteria and point system specified in the data sheet. Each responsive
proposal shall be attributed a technical score (St.) The technical proposal should score at
least 75 points to be considered responsive. The Authority shall shortlist 5 (five) top firms
on the basis of their technical score not in the conflict of interest with the concessionaire.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
ii. The Technical Evaluation made by NHAI based on the evaluation criteria will be made
available on NHAI website i.e., www.nhai.gov.in or e-tender portal
https://etenders.gov.in/, giving opportunities to respond within 7 days in case of
objection, if any.
i. After the evaluation of Technical Proposals is completed and the shortlist of 5 firms is
finalized, NHAI may notify those consultants whose proposals were not considered as per
conditions of RFP indicating that their Financial Proposal will not be opened online. The
NHAI shall simultaneously notify the finally selected 05 (five) shortlisted firms indicating
the date and time set for opening of the Financial Proposals.
ii. The Financial Proposals shall be opened through e-tender portal publicly in the presence of
the consultants’ representatives who choose to attend. The name of the consultant, the
technical scores, and the proposed prices shall be read aloud and recorded when the
Financial Proposals are opened. The Client shall prepare minutes of the public opening.
iii. The Evaluation Committee will determine whether the submitted Financial Proposals are
complete (i.e., whether they have included cost of all items of the corresponding
proposals; if not, then the cost towards such missing items will be considered as NIL, but
the Consultant shall, however, be required to carry out such obligations without any
additional compensation. In case under such circumstances, if Client feels that the work
cannot be carried out within the overall cost as per the submitted financial proposal, such
proposals shall be considered nonresponsive.
iv. The Evaluation Committee shall determine if the financial proposal is complete and
without computational errors. The order of priority among these firms on the basis of
financial bids will also be determined and the lowest financial bid shall rank first for award
of contract.
v. The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The
financial scores (Sf) of the other Financial Proposals will be computed as
a. Sf = 100 x Fm/F, where Sf is the financial score. Fm is the lowest price and F, the
price of the proposal under consideration. Proposals shall finally be ranked
according to their combined technical (St) and financial (Sf) scores using the
weights indicated in the data sheet:
b. S = St x T% + Sf x P%.
c. Where S is the combined score, and T% and P% are weights assigned to Technical Proposal and
Financial Proposal, that shall be 0.80 and 0.20 respectively.
vi. The Firm achieving the highest combined technical financial score shall be declared as the
most preferred bidder (H-1). In the event the proposals of two or more consultants have
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
the same scores in the final ranking, the proposal with the highest technical score should
be ranked first as per procedure defined below:
(i) Among all the responsive bidder, the most preferred bidder will be termed as H-1. If H-
1 is ‘Class-I Local Bidder’, the contract will be awarded to H-1.
(ii) If H-1 is not ‘Class–I local bidder’, then the most preferred bidder among the ‘Class–I
local bidder’ (having Highest combined Technical and Financial Score as per RFP among
‘Class–I local bidder'), will be invited to match H-1 price subject to Class–I local bidder’s
quoted price falling within the margin of purchase preference, and the contract will be
awarded to such preferred ‘Class–I local bidder’ subject to ‘Class–I local bidder’ matching
the financial quote of H-1 or his
quote whichever is lower .
(iii) In case such preferred eligible ‘Class–I local bidder’ fails to match the H-1 price, the
‘Class–I local bidder’ with next Highest combined score (having next Highest combined
Technical and Financial Score as per RFP among Class–I local bidders), within the margin of
purchase preference shall be invited to match the H-1 price and so on and contract shall
be awarded accordingly. In case none of the ‘Class–I local bidder’ within the margin of
purchase preference matches the H-1 price, the contract shall be awarded to the H-1
bidder.
‘Margin of purchase preference’ means the maximum extent to which the price quoted by
‘Class–I local bidder’ may be above/below the H-1 for the purpose of purchase preference.
vii. Interviews of Key Personnel of the H-1 Consulting firm shall be held in accordance with
NHAI Policy Circular no. 10.1.30/2021 dated 15.11.2021 and 10.1.35/2022 dated
11.10.2022 (and its subsequent amendments thereof).
6. Replacement of Personnel
6.1 Prior to the expiration period of validity of proposal, the NHAI shall notify the successful
firm (first ranking firm) and issue LOA. In case two or more firms offer the same lowest
financial bid, the firm achieving the highest technical score shall be considered for LOA.
6.2 The proposal shall include methodology (work plan), staffing and bar charts, which shall
indicate activities, staff, periods in the field and in the home office, staff months, logistics
and reporting. Special attention shall be paid to optimizing the required outputs from the
firm within the available budget and to define clearly the inputs required from the NHAI to
ensure satisfactory implementation of the assignment.
6.3 It is the responsibility of the Consultant, before submitting the financial proposal, to
contact the local tax authorities to determine the local tax amount to be paid by the
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Consultant under the Contract. Having selected a firm, among other things, on the basis of
an evaluation of proposed key professional staff, the Contract will be finalized.
6.4 All replacements shall be governed by Clause 4.5 (Renewal and/or Replacements of
Personnel) of General Condition of the Contract.
7. AWARD OF CONTRACT
7.1 The Client shall award the Contract to the selected Consultant.
7.2 The successful firm with whom the contract is signed is expected to commence the
assignment on the date and at the location specified in the data sheet.
8. PERFORMANCE CLAUSE
i. Supervision Consultants shall be expected to fully comply with all the provisions of the
`Terms of Reference’ and shall be fully responsible for supervising and ensuring that the
Designs, Construction and Maintenance and Operation of the facility takes place in
accordance with the provisions of the Concession Agreement. Failure of the Supervision
Consultant to notifying NHAI and the Concessionaire on non-compliance of the provisions of
the Concession Agreement by the Concessionaire, non-adherence to the provision of ToR
and non-adherence to the time schedule prescribed under ToR shall amount to non-
performance.
ii. The Supervision Consultant shall appoint senior most technical director or equivalent as its
authorized representative, who shall correspond with the NHAI besides Team Leader to
monitor the performance of its staff, undertake quarterly site inspections and give a
report to NHAI on such inspection for comments and suggestions of NHAI for future
compliance. The proposal submitted shall also include the name of the authorized
representative along with the authorization letter and power of attorney. No separate
payment shall be made for such inputs and site visits of the authorized representative as
the same shall be treated as incidental to the assignment.
9. PENALTY PROVISIONS
In case of deficiency in services, the penal action shall be initiated in terms of Clause
3.1.3 of General Conditions of Contract.
10.1 Broad job-description and minimum qualification and experience requirements for key
personnel mentioned above are given in Enclosure–B. However, higher marks shall be
accorded to the Candidate with higher relevant qualification and experience in PPP
projects. The age of the Key Personnel should not be more than 65 years on the date of
submission of proposal. Consultants are advised in their own interest to frame the
technical proposal in an objective manner as far as possible so that these can be properly
assessed in respect of points to be given as part of evaluation criteria. The biodata of the
key personnel should be signed on every sheet by the personnel concerned and the last
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
sheet of each biodata should also be signed by the authorized signatory for the Consultant.
The key personnel shall also certify at the end of their biodata proforma that they have
not left any of the NHAI works without completing of their assignment and have not
accepted any other offer at the time of signing of the biodata and as such shall be
available to work with the Supervision Consultant, if the Project is awarded. In case the
key personnel leave the assignment without approval of NHAI, NHAI would be at liberty to
take any appropriate action against those key personnel including debarment.
10.2 In addition to the above, the consultants are required to propose sub-professional staff as
detailed in Enclosure-A with the minimum qualification and experience requirements as
given in Enclosure–B.
11 PERFORMANCE SECURITY
11.1 The successful consulting firm shall have to submit a Bank Guarantee (BG) for an amount
of 3% of the Contract Value within 15 days of issue of LOA. The BG shall be valid for a
period of 62 months i.e. up to 2 months beyond the expiry of the Contract of 60 months.
The BG shall be in the format specified in Appendix I of draft contract form and furnished
from a Nationalized Bank, IDBI or ICICI/ICICI Bank/Foreign Bank / EXIM Bank / Any
Scheduled Commercial Bank approved by RBI having a net worth of not less than 1000
crore as per latest Annual Report of the Bank. In the case of a Foreign Bank (issued by a
Branch in India) the net worth in respect of Indian operations shall only be taken into
account. In case of Foreign Bank, the BG issued by Foreign Bank should be counter
guaranteed by any Nationalized Bank in India. In the case of JV, the BG shall be furnished
on behalf of the JV and not individually by the members.
Alternatively, a single Bank Guarantee to cover for the performance of all projects under
NHAI may also be deposited as tabulated below, at the discretion of the consultant,
instead of depositing separately again and again. The Consultant may initially provide the
Performance Security for a period of two years provided that it shall procure the
extension of the validity of the Performance Security at least one month prior to the date
of expiry thereof. Once the appropriate single Bank Guarantee for performance Security
has been submitted by the Consultant, the existing BGs shall be returned. The Bank
Guarantee be submitted in prescribed Performa.
Performance Security
Cumulative Value of Consultancy Fee as BG Value (in Rs. Crores)
per Ongoing Contracts under NHAI (in Rs.
Crores)
0-10 0.50
10-20 1.00
20-30 1.50
30-40 2.00
40-60 3.00
60-80 4.00
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
80-100 5.00
100-200 8.00
Beyond 200 10.00
11.2 In the event the Consultant fails to provide the security within 15 days of date of LOA, it
may seek extension of time for a period of 15 (Fifteen) days on payment of damages for
such extended period in a sum of calculated at the rate of 0.1% (Zero Point One Percent)
of the contract price for each day until the performance security is provided. For the
avoidance of doubt the agreement shall be deemed to be terminated on expiry of
additional 15 days time period.
11.3 Notwithstanding anything to the contrary contained in this Agreement, the Parties agree
that in the event of failure of the Consultant to provide the Performance Security in
accordance with the provisions of Clause 11 within the time specified therein or such
extended period as may be provided by the Authority, in accordance with the provisions of
Clause and thereupon all rights, privileges, claims and entitlements of the Consultant
under or arising out of this Agreement shall be deemed to have been waived by, and to
have ceased with the concurrence of the Consultant, and LOA shall be deemed to have
been withdrawn by mutual agreement of the Parties. Authority may take action for
debarring such firm for future projects for a period of 1-2 years.
The Authority shall require the Supervision Consultant to designate and notify to the
Authority and the Concessionaire up to 2 (two) persons employed in its firm to sign for and
on behalf of the Supervision Consultant, and any communication or document required to be
signed by the Supervision Consultant shall be valid and effective only if signed by any of the
designated persons; provided that the Supervision Consultant may, by notice in writing,
substitute any of the designated persons by any of its employees.
After having received the performance security and verified it, the Client shall invite the
selected bidder for signing of Contract Agreement on a date and time convenient to both
parties within 15 days of receipt of valid Performance Security.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
DATA SHEET
3) Clarification may be requested 7 days prior to Pre-Proposal Conference. The address for
requesting clarification is:
5) All the personnel shall have wrought knowledge of English and all the reports etc. shall be
written in English.
6) NHAI shall reimburse only Goods and service tax. Consultant has to assess all other taxes
and should inbuilt them in their financial proposal. These taxes (other than Goods and
service tax) should not be provided separately. The Consultants state cost in INR only.
7) The Consultants to ensure that their firms and key personnel should register their
credentials / modules on www.infracon.nic.in as stipulated in MoRT&H Circular No. RW-
NH-35075/1/2010-S&R® dt. 28.10.2015.
8) The time and date of submission: 23.01.2025 up to 11:00 Hrs (online Only)
9) The points assigned to Technical Evaluation criteria are:
i. Sub criteria for Relevant Experience of the firm for the assignment
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Experience in DPR/Feasibility cum PPR preparation for two projects of 2/4/6 laning** of 5
30% of project length each or one project of 2/4/6 laning** of 50% of project length
Completed during the last 7 years
In hand DPRs for NHAI Projects (presently under progress) *** 10
**Similar projects mean 2/4/6 lane as applicable for the project for which RFP is
invited. For 2-lane projects experience of 4/6 lane also to be considered with a
multiplication factor of 1.5. Experience of 4/6 lane shall be considered
interchangeably for 4/6 laning projects. For 4/6 laning projects, experience of 2 lane
will be considered with a multiplication factor of 0.4,
*** The DPR Assignment will be considered in hand/in progress only if the date of award
of DPR Assignment is not more than 3 years from the date of submission of Bids (i.e last
date of submission of Bids). In case this period is more than 3 years than the DPR
assignment will be treated as complete unless substantiated with a valid Extension of
Time certificate with satisfactory remark from the Competent Authority. Also, the
DPR assignment will be considered complete upon submission of final DPR and 3D.
Consultants should give details of the experience of the firm considering the completed
and the on-going highway assignments, separately for PPP and non-PPP Projects along
with experience certificates from clients. This list of the completed works should also
include those assignments which are substantially (90% of Contract value) completed.
No Qualification/Experience etc. shall be considered without proof of experience.
ii. Sub criteria for Adequacy of the proposed work plan and methodology
Site Appreciation 1
Quality of Approach and Methodology (approach and initial view on project plan including key 2
challenges envisaged and potential solutions)
Internal Quality Audit Methodology to be adopted (Quality Assurance Plan) 2
Total 5
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
iii. Sub criteria for Experience in use of technology for road inspection
Maximum Sub-
Sr. No. Description
Points Points
Experience in Network Survey Vehicle (NSV) or better technology for
1 5
pavement inspection
1.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
1.2 Experience 3
(a)1-2 projects 1
(b)3-5 projects 2
(c)> 5 projects 3
Experience in Falling Weight Deflectometer (FWD) or better
2 4
technology for pavement strength measurement
2.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
2.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
Experience in Mobile Bridge Inspection Unit or better technology for
3 4
bridge inspection
3.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
3.2 Experience 2
(a)1-3 Projects 1
(b) >3 Projects 2
4 Experience in Retro reflectometer technology 4
4.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
4.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
5 Experience in Automatic Traffic Counter cum Classifier (ATCC) 3
5.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
5.2 Experience 1
(a)1-3 Projects 0.5
(b)>3 Projects 1
Total 20
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Note:
A. The consultants owning the equipment shall be required to submit proof of ownership
i.e., Original Bill or Registration of the vehicle with respective RTO in the name of the
applicant/Firm.
B. The experience of the associate firms in the use of technology shall also be counted
in the evaluation. The experience of firm or associate firm in NSV or equivalent
technology, FWD or equivalent technology, MBIU or equivalent technology and Retro
reflectometer or equivalent technology shall be supported by experience certificate.
The experience of a firm/associate firm for a private concessionaire/contractor (Client)
shall be considered on Self-Certification along with client certificate. Any False
certification shall attract provision of RFP read with Clause 2.9.1(g) of GCC.
S. No. Staff Position No. of Professional Staff Marks per Staff Total Marks
1 Team Leader 1 19 19
2 Highway maintenance cum Resident 1 12 12
Engineer
3 Bridge/Structural Engineer 1 4 4
4 Road Safety Expert 1 5 5
Total 40
General qualifications 25
Adequacy for the project 70
Employment with firm 5
Total 100
v. The technical proposal should score at least 75 points to be considered responsive for
financial evaluation.
vi. Detailed evaluation criteria which is to be used for evaluation of technical bids is as
indicated below as Appendix-EC.
vii. The Consultant should carry out self-evaluation based on the evaluation criteria at
Appendix-EC. While submitting the self-evaluation along with bid, Consultant shall make
references to the documents which have been relied upon in his self-evaluation.
viii. Result of technical evaluation shall be made available on the website giving opportunity to
the bidders to respond within 7 days in case they have any objection.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
ix. The single currency for price conversion is INR. For evaluation of bid proposals, the foreign
currency conversation rate of 1US Dollar = Rs. ** and 1 Euro = Rs. ** shall be used.
x. The weightage given to the technical proposal is T = 80%. The weightage given to financial
proposal is P = 20%
xi. Commencement of Assignment: The firm shall begin carrying out the services within 15
days of signing of the Consultancy Agreement.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
The proposal should contain the following information in the enclosed format attached at
Appendix A.
Note: The Firm shall submit Certificate of Incorporation and audited balance sheet for the last
five years (2019-20, 2020-21, 2021-2022, 2022-2023, 2023-24) **. For claiming experience of
Highway projects, Completion Certificate from Employer should be enclosed. The proposal should
also contain the details of the key personnel viz. their name, qualification, expertise area,
experience and years of association with the firm.
Appendix A
The following information related to the firm should be provided in the proposal.
Type of Organization
Year of
Consultant Establishment Country Individual Partnership Corporation Other
Individual /
Lead Partner (of
JV)
v. Name of two (2) principals who may be contacted with title and telephone number/fax
number.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
b) The currency conversion rate for the respective years shall be mentioned for other
international currencies.
c) Balance Sheet/ Auditor Certificate of last 5 years (2019-20, 2020-21, 2021-2022, 2022-
2023, 2023-24. shall be submitted as evidence of Annual Turnover”.
d) Wherever details for Audited Balance Sheet, Financial Statement, Balance Sheet/Auditor
Certificate of last 5 years are sought, the last 5 year shall be preceding the year in which
Bid submission is to be made.
In case the annual accounts for the latest financial year are not audited and therefore the
Applicant cannot make it available, the Applicant shall give an undertaking to this effect
duly certified by statutory body like Chartered Accountant or Independent Auditor who are
competent to do so as recognized by the state concerned. In such a case, the Applicant
shall provide the Audited Annual Reports for 5 (five) years preceding the year for which
the Audited Annual Report is not being provided.
Client
(with
Projects
complet Fee
Name/year
e Total Received
Sole address, Fee for by
consultant Descri- contact the Applican % Age of
Prime ption of person, Con- t (in Total
Consultant Type Highway telephon sultancy case of Fee Approx.
of JV/JV/or Services Project/ e Nos Assign- JV/ Receive Cost of
S. Sub Ren- Length and Fax ment Associ- d by the Highway Perio
N o Consultant dered (kms) Nos) (INR) ation) Firm Project d
1 2 3 4 5 6 7 8 9 10
i. Completed/Substantially completed projects:
i.
ii.
iii.
iv. Projects in progress:
i.
ii.
iii.
Viii. Experience *** in DPR/Feasibility Study of 2/4/6 laning Highway projects awarded during the
last 7 years.
telephon (INR)
e Nos and
Fax Nos)
1 2 3 4 5 6 7 8 9
ix) Experience *** in Project Supervision/SCfor Operation and Maintenance of Highway
Projects, separately for PPP and non-PPP Projects awarded during the last 7 years.
Projects
Name/
Client
year
(with Fee
Sole complete Total Fee Received
consultant Descri- address, for the by
Prime ption of contact Con- Applicant % Age of
Consultant Type Highway person, sultancy (in case Total Fee
of JV/JV/or Services Project/ telephon Assign- of JV/ Received
S. Sub Ren- Length e Nos and ment Associ- by the
N o Consultant dered (kms) Fax Nos) (INR) ation) Firm Period
1 2 3 4 5 6 7 8 9
***4 For 2-lane projects experience of 4/6 lane also to be considered with a multiplication
factor of 1.5. Experience of 4/6 lane shall be considered interchangeably for 2/4/6 laning
projects. For 4/6 laning projects, experience of 2 lane will be considered with a multiplication
factor of 0.4.
a) The only projects to be included in the table are Highways Projects and for which clients’
certificates from the concerned Government agencies are enclosed with the proposal. The
certificate should be issued by an Officer not below the rank of Executive Engineer.
b) The weightage given for experience of a firm would depend on the role of the firm in the
respective assignments. The firm’s experience would get full credit if it was the sole firm
in the respective assignment. Experience weightage for firms joining Lead partner JV
partner shall be considered in the same proportion as mentioned in their MOU/ Agreement
among JV member w.r.t sharing of their work responsibility, (MOU for sharing of payment
or transfer of fund shall not be considered as valid Document) However if the applicant
firm has executed the project as associate with some other firms, 25% weightage shall be
given to the applicant firm for the projects completed under such association
c) For weightage of experience in any past Consultancy assignment, experience certificate
from the client shall be submitted. In absence of clear demarcation of JV share in client
certificate, the weightage will be treated as 60 % for lead partner and 40% for minor
partner. In case of non-availability of such documents no weightage of
turnover/experience will be considered
x) Assignments on hand including those for which the Letter of Acceptance from the clients
received as on 7 days prior to due date for submission of proposals: The details shall be
given in the following format.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Role of the
firm Team Members
provided by the
Sole, Lead/ Date of Date of firm
Name of Other in JV letter of Agreeme Present
S. Assignmen Clien or sub- Acceptanc nt if status of Nam Positio
No t t consultant e signed Assignment e DOB n
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)
11. Number of Key Personnel (as defined in RFP) employed with the firm in highway sector
with more than one year from bid submission date:
Team Leader
Resident cum Highway Engineer
Bridge/Structural Engineer
Road Safety Expert
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
APPENDIX B-1
Ladies/Gentlemen:
Subject: Submission of Technical and Financial Proposal for engagement as Supervision Consultant
for supervision during O&M of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in the state of Madhya Pradesh
We, the undersigned, offer to provide the consulting services for the above in accordance with
your Request for Proposal dated , and our Proposal dated ………. while duly examining
and understanding the contents of RFP. We are hereby submitting our Proposal, which includes
this Technical Proposal and a Financial Proposal sealed under a separate envelope for the above-
mentioned work.
My/Our registration No. on Infracon is ……. and my/our Infracon Team ID is …………….
We further certify that in the last 3 years, we or any member of our JV/Associates have neither
failed to perform any contract/ assignment nor have been expelled from any contract/assignment
nor had any contract/assignment terminated for our breach. our Proposal is binding upon us. We
understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signatory
Name and Address of Firm
(Lead Member in case of JV)
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Shall give details of site as per actual site visit and data provided in RFP and collected from
site supported by photographs to demonstrate that responsible personnel of the Consultant
have actually visited the site and familiarized with the salient details/complexities and scope
of services.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
The approach and methodology will be detailed precisely under the following topics.
1) Methodology for services, surveying, road condition data collection and analysis [not more
than 2 pages]
2) Key challenges foreseen and proposed solutions in carrying out the assignment [not more
than 1page]
3) Proposed Quality Audit Methodology and Quality Assurance Plan [not more than 6 pages]
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
1. State whether applicant has in-house (created in house at site)/ outsourced/ not available
facility for
Surface defects detection and roughness measurement using Network Survey Vehicle
Pavement strength measurement using FWD.
Bridge inspection using Mobile Bridge Inspection Unit
Road signs inspection using Retro Reflectometer
Traffic count using ATCC.
2. In-case answer to 1 is available (created in house at site) a list of field investigation and
testing equipment is to be attached
3. In case answer to 1 is outsourced/not available – arrangements made or proposed to be
made for each of the above field investigations is to be attached.
4. For experience in NSV, FWD, MBIU and reflectometer, references need to be provided in
the following format:
REFERENCES
The following information should be provided in the format below for each reference assignment
for which your firm, either individually as a corporate entity or as one of the major companies
within a consortium, was legally contracted by the client:
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
APPENDIX B-5 : COMPOSITION OF THE TEAM PERSONNEL, AND TASK(S) OF EACH TEAM MEMBER
i. Technical/Managerial Staff
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
APPENDIX B-6: FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF
Proposed Position: ………………………………………………
Name of Firm:
.......................................................................................
INFRACON ID (Firm) ……………………………………………….
Name of Staff:
........................................................................................
INFRACON ID (Individual) ……………………………………………….
Profession: ..............................................................................................
Date of Birth:
Years with Firm/Entity: ........................................... Nationality:
.............................. Membership of Professional Societies:
.........................................................................
Detailed Task Assigned:
..............................................................................................
Summary of Qualification & Experience vis-à-vis the requirements as per TOR
Name of Project Period Assignment in Client of
S. No Employer Post Held Name From To the Project the Project Remark
Education:
[Summarize college/university and other specialized education of staff member, giving their
names, dates attended, and degrees obtained. Use about one quarter of a page.]
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on assignment.
Describe the degree of responsibility held by staff members on relevant previous assignments and
give dates and locations. Use about half a page.]
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held
by staff members since graduation, giving dates, name of employing organizations, titles.
of positions held, and locations of assignments. For experience in last ten years, also give types of
activities performed and client references, where appropriate. Use about three-quarters of a
page.]
Languages:
[For English language indicate proficiency: excellent, good, fair, or poor; in speaking, reading,
and writing]
Summary of Qualification & Experience vis-à-vis the requirements as per TOR
Break-up of experience
Requirements as per Possessed by the Staff Brief Description of Man-months
TOR (Enclosure-B) Member Project provided
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
I, the undersigned, (Name and Address) undertake that this CV correctly describes myself, my
qualifications and my experience and NHAI would be at liberty to debar.
me if any information given in the CV, in particular the Summary of Qualification & Experience
vis-à-vis the requirements as per TOR is found incorrect. I further undertake that I have neither
been debarred by NHAI nor left any assignment with the consultants engaged by NHAI /
contracting firm (firm to be supervised now) for any continuing work of NHAI without completing
my assignment. I will be available for the entire duration of the current projects (named------------
---------). If I leave this assignment in the middle of the work, NHAI would be at liberty to debar
me from taking any assignment in any of the NHAI works for an appropriate period of time to be
decided by NHAI. I have no objection if my services are extended by NHAI for this work in future.
I further undertake that if due to my inability to work on this project due to unavoidable
circumstances, due to which consultant’s firm is forced to seek replacement. In such unavoidable
circumstances, I shall not undertake any employment in NHAI projects during the period of
assignment of this project and NHAI shall consider my CV invalid till such time.
I further certify that I am associated with the following assignments as on date (as on 7 days prior
to due date for submission of proposal) including those for which LOA has been received by the
firm and the inputs in these assignments shall not affect the work of the current assignment.
The undersigned on behalf of …………………… (name of consulting firm) certify that the qualification
and experience details of Shri ……. (Name …………………………………………………………. of the proposed
personnel and address) as described in the CV has been checked and found to be correct. It is also
certified that Shri…… (name of proposed personnel) to the best of our knowledge has neither been
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
debarred by NHAI nor left his assignment with any other consulting firm engaged by NHAI /
Contracting firm (firm to be supervised now) for the ongoing projects. We understand that if the
information about leaving the past assignment is known to NHAI, NHAI would be at liberty to
remove the personnel from the present assignment and debar him for an appropriate period to be
decided by NHAI.
Note: -
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Activity Schedule
12th and
subsequent Number
Sl.No. Name Position 1st 2nd 3rd 4th 5th 6th 7th 8th th th 11th years of Months
9 10
Subtotal
1
(1)
Subtotal
2
(2)
Subtotal
3
(3)
Subtotal
4
(4)
- -
- -
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
i. Activity Schedule
SI. 10t
No. Item of Activity (Works) 1st 2nd 3rd 4th 5th 6th 7th 8th 9th h 11th 12th
.................................
1
..............
.................................
2
..............
.................................
3
..............
.................................
4
..............
.................................
-
..............
.................................
-
..............
SI.
No Reports: Programme : (Date)
2 Quarterly Reports
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
APPENDIX B-10: Self Evaluation by the Firm on Annexure A, along with Annexure-A-1,
Annexure A-2, Annexure A-3, Annexure A-4-1 to A-4-4 and Annexure A-5-1 to A-5-9.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
APPENDIX B-11:
INTEGRITY PACT
(To be executed on the plain paper and submitted along with Technical Bid/ Tender documents for tenders
having a value of Rs. 5 crore or more. To be signed by the bidder and same signatory competent/ authorized
to sign the relevant contract on behalf of the National Highways Authority of India)
And Whereas in order to achieve these goals, the Principal will appoint an Independent External
Monitors (IEMs), who will monitor the tender process and the execution of the contract for
compliance with the Principles mentioned above.
And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this Integrity
Pact (hereafter referred to as "Integrity Pact") the terms and conditions of which shall also be read as
integral part and parcel of the Tender documents and contract between the parties.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Now, therefore, in consideration of mutual covenants stipulated in this pact, the parties hereby agree
as follows and this pact witnesses as under:
Article-1: Commitments of the Principal
(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 Bidder(s) with equity and
reason. The Principal will in particular, before and during the Tender process,
provide to all Bidder(s) the same information and will not provide to any
Bidder(s) confidential/ additional information through which the Bidder(s) could
obtain an advantage in relation to the tender process or the contract execution.
(c) The Principal will exclude all known prejudiced persons from the process.
(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 any other Statutory Acts or if there be a
substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer
and in addition can initiate disciplinary actions as per its internal laid down
Rules/Regulations.
(b) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(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 contract, submission
or non-submission or bids or any other actions to restrict competitiveness or to introduce
cartelization in the bidding process.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
(c) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not commit any offence
under the relevant IPC/PC Act and other Statutory Acts; further the
Bidder(s)/Contractor(s)/Concessionaire(s)/Consultant(s) will not use improperly, for
purposes of completion or personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding plans, technical
proposals and business details, including information contained or transmitted electronically.
(d) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of foreign origin shall disclose
the name and address of the Agents/ Representatives in India, if any. Similarly, the
Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of Indian Nationality shall furnish
the name and address of the foreign principals, if any. Further, details as mentioned in the
'Guidelines on Indian Agents of Foreign Suppliers' shall be disclosed by the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s). Further, all the payments made to the Indian
Agent / Representative have to be Indian Rupees only.
(e) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will, when presenting his bid,
disclose any and all payments he has made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the contract. He shall
also disclose the details of services agreed upon for such payments.
(f) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not instigate third persons
to commit offences outlined above or be an accessory to such offences.
(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any outside
influence through any Govt. bodies/quarters directly or indirectly on the bidding process in
furtherance of his bid.
(h) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) who have signed a Integrity
pact shall not approach the court while representing the matter to IEMs and shall wait for
their decision in the matter.
Article - 3 Disqualification from tender process and exclusion from future contracts.
(1) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before award or during
execution has committed a transgression through a violation of any provision of Article2,
above or in any other form such as to put his reliability or credibility in question, the
Principal is entitled to disqualify the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s) from the tender process.
award process. The imposition and duration of the exclusion will be determined by the
severity of the transgression. The severity will be determined by the Principal taking into
consideration the full facts and circumstances of each case particularly taking into account
the number of transgressions, the position of the transgressors within the company hierarchy
of the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) and the amount of the
damage. The exclusion will be imposed for a minimum period of 06 months and maximum
period of 02 years.
(3) A transgression is considered to have occurred if the Principal after due consideration of the
available evidence concludes that “On the basis of facts available there are no material
doubts”.
(4) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) with its free consent and
without any influence agrees and undertakes to respect and uphold the Principal's absolute
rights to resort to and impose such exclusion and further accepts and undertakes not to
challenge or question such exclusion on any ground, including the lack of any hearing before
the decision to resort to such exclusion is taken. This undertaking is given freely and after
obtaining independent legal advice.
(5) The decision of the Principal to the effect that a breach of the provisions of this Integrity Pact
has been committed by the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) shall
be final and binding on the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s),
however, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) can approach
IEM(s) appointed for the purpose of this Pact.
(6) On occurrence of any sanctions/ disqualification etc. arising out from violation of integrity
pact, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) shall not be entitled for
any compensation on this account.
(7) Subject to full satisfaction of the Principal, the exclusion of the Bidder(s)/ Contractor(s)/
Concessionaire(s)/ Consultant(s) could be revoked by the Principal if the Bidder(s)/
Contractor(s)/ Concessionaire(s)/ Consultant(s) can prove that he has restored/ recouped the
damage caused by him and has installed a suitable corruption prevention system in his
organization.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
(2) In addition to 1 above, the Principal shall be entitled to take recourse to the relevant
provisions of the contract related to Termination of Contract due to Contractor/
Concessionaire/Consultant's Default. In such case, the Principal shall be entitled to forfeit
the Performance Bank Guarantee of the Contractor/ Concessionaire/ Consultant and/ or
demand and recover liquidated and all damages as per the provisions of the
contract/concession agreement against Termination.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process or action for his exclusion can be taken as mentioned under Article-3 above for
transgressions of Article-2 and shall be liable for compensation for damages as per Article-4
above.
(2) The Principal will enter into agreements with identical conditions as this one with all Bidders/
Contractors/ Concessionaires/ Consultants and subcontractors.
(3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact or
violate its provisions.
Independent External Monitor for this Pact. The task of the Monitor is to review
independently and objectively, whether and to what extent the parties comply with the
obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and performs
his functions neutrally and independently. He reports to the Chairman, NHAI.
(3) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) accepts that the Monitor has
the right to access without restriction to all project documentation of the Principal including
that provided by the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s). The
Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will also grant the Monitor, upon
his request and demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to Subcontractors.
(4) The Monitor is under contractual obligation to treat the information and documents of the
Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality. The Monitor has also signed
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, NHAI
and rescue 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 Bidder/Contractor/ Concessionaire/ Consultant. The
parties offer to the Monitor the option to participate in such meetings.
(6) As soon as the Monitor notices, or believes, to notice any transgression as given in Article-2,
he may request the Management of the Principal to take corrective action, or to take relevant
action. The monitor can in this regard submit non-binding recommendations. Beyond this,
the Monitor has no right to demand from the parties that they act in a specific manner,
refrain from action or tolerate action.
(7) The Monitor will submit a written report to the Chairman, NHAI within 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.
(8) If the Monitor has reported to the Chairman, NHAI, a substantiated suspicion of an offence
under relevant IPC/PC Act or any other Statutory Acts, and the Chairman, NHAI has not,
within the reasonable time taken visible action to proceed against such offence or reported it
to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the
Central Vigilance Commissioner.
(9) The word 'Monitor' would include both singular and plural.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
This Pact begins when both parties have legally signed it (in case of EPC i.e. for projects
funded by Principal and consultancy services). It expires for the Contractor/ Consultant 12
months after his Defect Liability Period is over or 12 months after his last payment under the
contract whichever is later and for all other unsuccessful Bidders 6 months after this
Contract has been awarded. (In case of BOT Projects) It expires for the concessionaire 24
months after his concession period is over and for all other unsuccessful Bidders 6 months
after this Contract has been awarded. Any violation of the same would entail disqualification
of the bidder and exclusion from future dealings.
If any claim is made/ lodged during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged/ determined by
Chairman of NHAI.
Article - 10 Other Provisions
(1) This pact is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the Principal, i.e. New Delhi.
(2) Changes and supplements as well as termination notices need to be made in writing.
(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 intentions.
(5) Issue 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
integrity pact shall prevail.
(7) Any disputes/ differences arising between the parties with regard to term of this pact, any
action taken by the Principal in accordance with this Pact or interpretation thereof shall not
be subject to any Arbitration.
(8) The actions stipulated in this Integrity Pact are without prejudice to any other legal action that
may follow in accordance with the provision of the extent law in force relating to any civil or
criminal proceedings.
In witness whereof the parties have signed and executed this Pact at the place and date first done
mentioned in the presence of following witness:-
……………………………………. ……………………………………..
For & on behalf of the Principal For & On behalf of Bidder/
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Contractor/ Concessionaire/
Consulting
(Office Seal)
Place……………
Date………….…
Witness 1:
(Name & Address) ________________
________________
________________
Witness 2:
(Name & Address) ________________
________________
________________
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Appendix-B-13
(To be on the letter head of the Bidder/ Each Member of the JV/Associates)
Certificate regarding Compliance with Restrictions under Rule 144 (xi) of the General Financial Rules
(GFRs)
RO-Bhopal.
Dear Sir,
With reference to your RFP document dated *** **$, I, having examined the Bidding Documents and
understood their contents, hereby undertake and confirm as follows:
I have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India and on sub-contracting to contractors/Consultant from such
countries; I certify that this Bidder is not from such a country or, if from such a country, has been
registered with the Competent Authority, specified in Annexure-I of Order (Public Procurement
No. 1) issued by Ministry of Finance, Department of Expenditure Public Procurement Division
vide F. No. 6/18/2019-PPD, dated 23rd July 2020 and will not sub-contract any work to a
contractor/Consultant from such countries unless such contractor/Consultant is registered with
the said Competent Authority. I hereby certify that this bidder fulfils all requirements in this
regard and is eligible to be considered.
Yours faithfully,
Date:
Place:
Notes:
{Where applicable, evidence of valid registration by the Competent Authority shall be attached}
In case the above certification is found to be false, this would be a ground for immediate rejection of
Bid/termination and further legal action in accordance with law.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
OM F. No. 6/18/2019-PPD, dated 23rd July 2020 is enclosed herewith for ready reference.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Appendix-EC
Anneuxre-A-1
Evaluation Sheet (Relevant Experience of Firm for the Assignment Total Marks = 35)
Certificate
attached
S. Name of (Page No.)/
No. Description Marks Firm:- Remark
1 Year of Establishment of the Firm (In case of JV year of 2
establishment of Lead Member shall be considered) (Min 5
years)
For 5 years - 1.5 marks More than 5 years - 2 marks
2 Average Annual Turnover (last 5 years or in each of the 2
preceding two years) from consultancy business (Min 5
Crore)
For >50 Crores - 2 marks
For 20-50 Crores- 1.5 marks
For 10-20 Crores- 1 mark
For 5-10 Crores- 0.5 mark
3 Numbers of key personnel with the firm more than one year 2
with the firm.
< 4 personnel - 0 marks
4 to 12 personnel- Linearly varying from 0.25 to 2 marks
> 12 personnel- 2 marks
4 Experience in DPR/Feasibility cum PPR preparation for two 5
projects of 2/4/6 laning of 30% of project length each or one
project of 2/4/6 laning of 50% of project length in last 7 years
2 project 2/4/6 laning of 30% of project length each - 4 marks
Or
1 project of 2/4/6 laning of 50% of project length
- 4 marks
Add 0.25 (Zero point two five) marks extra for each
additional project subject to maximum 1 marks.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Evaluation Sheet (Relevant Experience of Firm for the Assignment Total Marks = 35)
Certificate
attached
S. Name of (Page No.)/
No. Description Marks Firm:- Remark
substantiated with a valid Extension of Time certificate with
satisfactory remark from the Competent Authority. Also, the
DPR assignment will be considered complete upon submission
of final DPR and 3D.)
Anneuxre-A-2
Anneuxre-A-3
Evaluation sheet for assessment of experience in use of technology for road inspection
Marks
Reference/Details self
Maximum of projects assessed
S.No Description Points Claimed for self by the
assessment bidder
Evaluation sheet for assessment of experience in use of technology for road inspection
Marks
Reference/Details self
Maximum of projects assessed
S.No Description Points Claimed for self by the
assessment bidder
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Experience in ATCC
Own an equipment/MOU with
Associate - 2
5 3
1-3 projects- 2.5
>3 projects- 3
Evaluation sheet for assessment of experience in use of technology for road inspection
Marks
Reference/Details self
Maximum of projects assessed
S.No Description Points Claimed for self by the
assessment bidder
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period
Total 20
Anneuxre-A-4-1
Max. Name of
S. N. Description Marks Firm:………… Remarks
< 10 years -0
10 years -22
< 3 years -0
3 years -30
1 project - 4 marks
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
< 1 year -0
1 year -3
Total 100
Annexure-A-4-2
Max. Name of
S. No. Description Marks Firm:………… Remark
Professional Experience
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
<7 years -0
7years -22
marks.
3 years -12
marks.
1 project -20
< 1 year -0
1 year -3
Total 100
consideration. However, the key personnel/ bidder will be solely responsible for any fake
information/ CV, which may result in debarment.
Annexure-A-4-3
Max. Name of
S. No. Description Marks Firm:………… Remark
Post-Graduation in
Traffic/Transportation/Safety Engineering- 04
marks
Professional Experience
<7years -0
7years -22
< 3years -0
3years -17
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Urban Highways.
1project -3marks
< 1 year - 0
1 year - 3
Total 100
Annexure-A-4-4
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
1.If key personnel has worked in the next lower category to the similar capacity, the
marks allotted to key personnel in the category ‘experience in similar capacity’ shall be
reduced to two third of marks in this category. This shall be applicable for the evaluation
of all key personnel.
2. Similar projects means 2/4/6 lane as applicable for the project for which RFP is invited.
For 2-lane projects experience of 4/6 lane also to be considered with a multiplication
factor of 1.5. Experience of 4/6 lane shall be considered interchangeably for 2/4/6 laning
projects. For 2/4/6 laning projects, experience of 2-lane will be considered with a
multiplication factor of 0.4.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Period Experience
S. Name of Post Nature Name of Total certificate
No. Employee Held of work Employer Client Period From To Page No.
Period Experience
S. Name of Post Nature Name of Total certificate
No. Employee Held of work Employer Client Period From To Page No.
Period Experience
S. Name of Post Nature Name of Total certificate
No. Employee Held of work Employer Client Period From To Page No.
Period Experience
S. Name of Post Nature Name of Total certificate
No. Employee Held of work Employer Client Period From To Page No.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
We, the undersigned, offer to provide the consulting services for the above in accordance
with your Request for Proposal dated [Date], and our proposal. Our attached financial
proposal is for the sum of [Amount in words and figures]. This amount is exclusive of the
local taxes which we have estimated at (Amount in Words and Figures).
Our financial proposal shall be binding upon us up to the expiration of the validity period
of the proposal, i.e., [Date].
We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in
India namely “Prevention of Corruption Act 1988”.
We understand you are not bound to accept any proposal you receive.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Note:
1. The remuneration shall include the cost of accommodation and all other
miscellaneous personal expenses as required for carrying out the assignment.
2. Any travel related expenditure incurred by the Team Leader on account of his/her
involvement in multiple projects shall be deemed to be included in the cost quoted
for the project and shall not be payable separately.
3. Payments will be made as per the stipulations of the Conditions of Contract.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
5 Years
No. Position Name No. of man-
Rate Amount
months*
Key Personnel (Professional Staff)
1. Team Leader 15
Highway Maintenance
2 60
Cum Resident Engineer
3 Road Safety Expert 15
4 Bridge/Structural Engineer 20
Sub – Total 110
Sub-professional
1 Assistant Quality cum Material Expert TBN 36
Assistant Highway
2 TBN 120
Maintenance Engineer-2 nos.
3 CAD Expert TBN 20
4 Electrical Engineer TBN 10
5 Horticulture Expert TBN 30
6 Quantity Surveyor TBN 12
Highway Operations Unit (HOU) (IT expert +Toll
7 TBN 60
Plaza expert)
Total 288
TBN = To Be Named
*The man-month against each key personnel/sub – professional shall be same as specified
in Enclosure A.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Billing Amount
S.No. Position Name Staff Months
Rate () ( )
1 Technical Supervisor- 02 Nos TBN 2 x 60
2 Office Manager - 01 Nos TBN 60
3 Accountant-cum-Cashier- 01 Nos TBN 60
4 Steno-Cum- Computer Operator -02 Nos TBN 2 x 60
5 Office Boy - 02 Nos TBN 2 x 60
Total: 480
Note: Billing rates as indicated above shall be increased in accordance with clause 6.2(a)
Special Conditions of Contract for the personnel of all categories namely (i) key Personnel;
(ii) sub- Professional personnel and (iii) Support staff. The increase as above shall be
payable only on the remuneration part of Key Personnel, Sub-Professional Personnel and
support staff. However, for evaluation of Bid proposals, the quoted initial rate shall be
multiplied by the total time input for each position on this contract, i.e., without
considering the subsequent increase in the billing rates.
The vehicles provided by the Consultants shall include the cost for rental, drivers,
operation, maintenance, repairs, insurance, etc. for all complete approx. 4000km/month
run. (The vehicles shall not be more than 3 years old.)
The requirement of vehicles be assessed, and details provided in the table below:
Requirements
Qty. (No. of Rate/ Vehicle-
S. No Description of Vehicles vehicle- month) Month Amount
IV. Duty Travel to Site (Fixed Costs): Professional and Sub-Professional Staff
* Rate quoted includes Hotel charges (lodging & boarding), travel cost etc.
V. Office Rent (Fixed Costs) – Minimum 200 sqm area of office shall be rented.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
The office shall be located at suitable with the package reach and the office rent includes
electricity and water charges, maintenance, cleaning, repairs, security etc. complete.
60
The cost shall include office supplies, drafting supplies, computer running cost, domestic
and international communication etc. as required for office functioning.
60
The cost shall include rental charges for all such furniture and equipment as required for
the proper functioning of the office. Office furniture shall include executive tables,
chairs, visitor chairs, steel almirahs, computer furniture, conference table etc. Office
equipment shall include as a minimum of telephone (2 external & 10 internal lines),
photocopier (15ppm, 12000 copies per month with A3 & A4 input) fax machine, PCs (5 No.,
Intel Core 2 Duo E8300, 19” color TFT, Cache – 6MB, RAM - 2 GB, HDD – 250 GB, DVD
Writer, Key board, optical scroll mouse, MS- Windows10, pre-loaded anti-virus etc.), laser
printers(2 no., 14 ppm, 266 MHz, 5000 pages per month, 600 x 600 dpi or better etc.,
Engineering Plan printer(1 no.), binding machine(1 no.), plotter A0 size, overhead
projector, AC(4 no., 1.5 Ton), Water Coolers (as required) etc.
60
The cost shall include carrying out survey using equipment, manpower, software and
report processing.
Total 45
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
1. Scope
1.1 These Terms of Reference for the Supervision Consultant (the “TOR”) are being
specified pursuant to the Contract Agreements, which has been entered into
between the Authority and the Contractors for Operation and Maintenance of the
Mandla-Chilpi section of NH-30 and a copy of which is annexed hereto and marked
as Annex-A to form part of this TOR.
S.
Consultancy Package NH No. Project Stretch Project Length (Km)
No.
Supervision Consultant for
supervision during O&M of
Mandla-Chilpi section of NH-30 Ch. Km. 89+600 to
1 30 92.35 km.
from Ch. Km. 89+600 to Ch. Ch. Km. 192+400
Km. 192+400 in the state of
Madhya Pradesh.
1.1. The words and expressions beginning with or in capital letters used in this TOR and not
defined herein but defined in the Agreement shall have, unless repugnant to the context,
the meaning respectively assigned to them in the Agreement.
1.2. References to Articles, Clauses and Schedules in this TOR shall, except where the context
otherwise requires, be deemed to be references to the Articles, Clauses and Schedules of
the Agreement, and references to Paragraphs shall be deemed to be references to
Paragraphs of this TOR.
1.3. The rules of interpretation stated in Clauses 1.2, 1.3 and 1.4 of the Agreement shall
apply, mutatis mutandis, to this TOR.
2.1. The role and functions of the Supervision Consultant shall include the following:
i. review of the Drawings and Documents as set forth in Paragraph 4;
ii. review, inspection and monitoring of Construction Works as set forth in Paragraph 5;
iii. conducting Tests on completion of construction and issuing Completion/ Provisional
Certificate as set forth in Paragraph 5;
iv. review, inspection and monitoring of O&M as set forth in Paragraph 6;
v. review, inspection and monitoring of Divestment Requirements as set forth in Paragraph 7;
vi. determining, as required under the Agreement, the costs of any works or services and/or
their reasonableness;
vii. determining, as required under the Agreement, the period or any extension thereof, for
performing any duty or obligation;
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
viii. assisting Authority in review and inspection of the books of accounts submitted by the
Concessionaire to the Authority and the records maintained by Concessionaire as set forth in
Paragraph 12
ix. providing all requisite data on monthly basis in Monthly Progress Report (MPR) within a
period of 7 days from the close of month, as required by Authority, for updating the project
specific website and PMIS substantially in the format prescribed at Annexure – I and
Annexure- II
x. assisting the Parties in resolution of disputes as set forth in Paragraph 9;
xi. carrying out minor design works such as design of drainage, blackspot removal design, etc
upon request of Authority; and
xii. undertaking all other duties and functions in accordance with the Agreement.
2.2. The Supervision Consultant shall discharge its duties in a fair, impartial and efficient
manner, consistent with the highest standards of professional integrity and Good
Industry Practice.
3. Development Period
3.1. During the Development Period, the Supervision Consultant shall undertake a detailed
review of the Drawings to be furnished by the Concessionaire along with supporting
data, including the geo-technical and hydrological investigations, characteristics of
materials from borrow areas and quarry sites, topographical surveys and traffic surveys.
The Supervision Consultant shall complete such review and send its
comments/observations to the Authority and the Concessionaire within 15 (fifteen)
days of receipt of such Drawings. In particular, such comments shall specify the
conformity or otherwise of such Drawings with the Scope of the Project and
Specifications and Standards.
3.2. The Supervision Consultant shall review any modified Drawings or supporting
Documents sent to it by the Concessionaire and furnish its comments within 7 (seven)
days of receiving such Drawings or Documents.
3.3. The Supervision Consultant shall review the Drawings sent to it by the Safety Consultant
in accordance with Schedule-L and furnish its comments thereon to the Authority and
the Concessionaire within 7 (seven) days of receiving such Drawings. The Supervision
Consultant shall also review the Safety Report and furnish its comments thereon to the
Authority within 15 (fifteen) days of receiving such report.
3.4. The Supervision Consultant shall review the detailed design, construction methodology
and the procurement, engineering and construction time schedule sent to it by the
Concessionaire and furnish its comments within 15 (fifteen) days of receipt thereof.
3.5. Quality Assurance Manual and Plan forms the basis of quality of the work. It is therefore
essential that the Quality Assurance Manual and Plan prepared by the Concessionaire be
checked and approved. Thus, the Consultant shall check contents of Quality Assurance
Plan and Manual of Concessionaire as per requirements of Quality Management System
(as per ISO 9001), IRC: SP: 47-1998 and IRC: SP: 57-2000 for road bridges and roads
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
respectively. The Consultant shall also offer their comments for modifying/ improving
the document. After receiving the corrected document, the Consultant shall review and
formally approve the QAM and Quality Plan and send one copy to the Authority.
4. Construction Period
4.1. In respect of the Drawings, Documents and Safety Report received by the Supervision
Consultant for its review and comments during the Construction Period, the provisions
of Paragraph 4 shall apply, mutatis mutandis.
4.2. The Supervision Consultant shall review the monthly progress report furnished by the
Concessionaire and send its comments thereon to the Authority and the Concessionaire
within 7 (seven) days of receipt of such report.
4.3. On a daily basis, the concerned key personnel of Supervision Consultant shall inspect the
Construction Works. Following activities need to be undertaken during the visits.
Review of construction including progress, quality and safety of construction
Scanned copy of filled RFI (Request for Inspection) form including commentary on
‘Satisfactory/Unsatisfactory’ nature of work completed by Concessionaire
Minimum 6 high resolution photographs supporting the remarks made by the Consultant
in RFI form
Team Leader will be responsible for sending daily emails to <AGENCY> field office
4.4. On a monthly basis, the Supervision Consultant shall prepare a Monthly Inspection
Report in accordance with the format prescribed in Annexure V setting forth an
overview of the status, progress, quality and safety of construction, including the work
methodology adopted, the materials used and their sources, and conformity of
Construction Works with the Scope of the Project and the Specifications and Standards.
In a separate section of the Inspection Report, the Supervision Consultant shall describe
in reasonable detail the lapses, defects or deficiencies observed by it in the construction
of the Project Highway. The Supervision Consultant shall send a copy of its Inspection
Report to the Authority and the Concessionaire latest by 7 th of every month. Key sections
of the Monthly Progress Report are as follows.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Critical issues and Action 3.1 Pending issues and action log
3
log 3.2 Obligations as per contract
5.1 LA summary
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
4.5. The Inspection Report shall also contain a review of the maintenance of the existing
lanes. Condition survey of the existing highway shall be carried with network survey
vehicle at the interval of six months to ascertain the highway condition. For determining
that the Construction Works conform to Specifications and Standards, the Supervision
Consultant shall require the Concessionaire to carry out, or cause to be carried out, tests
on a sample basis, to be specified by the Supervision Consultant in accordance with
Good Industry Practice for quality assurance. For purposes of this Paragraph 5.5, the
tests specified in the IRC Special Publication-11 (Handbook of Quality Control for
Construction of Roads and Runways) and the Specifications for Road and Bridge Works
issued by MORTH (the “Quality Control Manuals”) or any modification/substitution
thereof shall be deemed to be tests conforming to Good Industry Practice for quality
assurance. The Supervision Consultant shall issue necessary directions to the
Concessionaire for ensuring that the tests are conducted in a fair and efficient manner,
and shall monitor and review the results thereof. The sample size of the tests shall
comprise 20% (twenty per cent) of the quantity or number of tests prescribed for each
category or type of tests in the Quality Control Manuals.
4.6. The timing of tests referred to in Paragraph 5.5, and the criteria for acceptance/
rejection of their results shall be determined by the Supervision Consultant in
accordance with the Quality Control Manuals. The tests shall be undertaken on a random
sample basis and shall be in addition to, and independent of, the tests that may be
carried out by the Concessionaire for its own quality assurance in accordance with Good
Industry Practice.
4.7. In the event that the Concessionaire carries out any remedial works for removal or
rectification of any defects or deficiencies, the Supervision Consultant shall require the
Concessionaire to carry out, or cause to be carried out, tests to determine that such
remedial works have brought the Construction Works into conformity with the
Specifications and Standards, and the provisions of this Paragraph 5 shall apply to such
tests.
4.8. In the event that the Concessionaire fails to achieve any of the Project Milestones, the
Supervision Consultant shall undertake a review of the progress of construction and
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
identify potential delays, if any. If the Supervision Consultant shall determine that
completion of the Project Highway is not feasible within the time specified in the
Agreement, it shall require the Concessionaire to indicate within 15 (fifteen) days the
steps proposed to be taken to expedite progress, and the period within which the
Project Completion Date shall be achieved. Upon receipt of a report from the
Concessionaire, the Supervision Consultant shall review the same and send its
comments to the Authority and the Concessionaire forthwith.
4.9. If at any time during the Construction Period, the Supervision Consultant determines
that the Concessionaire has not made adequate arrangements for the safety of workers
and Users in the zone of construction or that any work is being carried out in a manner
that threatens the safety of the workers and the Users, it shall make a recommendation
to the Authority forthwith, identifying the whole or part of the Construction Works that
should be suspended for ensuring safety in respect thereof.
4.10. In the event that the Concessionaire carries out any remedial measures to secure the
safety of suspended works and Users, it may, by notice in writing, require the
Supervision Consultant to inspect such works, and within 3 (three) days of receiving
such notice, the Supervision Consultant shall inspect the suspended works and make a
report to the Authority forthwith, recommending whether or not such suspension may
be revoked by the Authority
4.12. The Supervision Consultant shall carry out all the Tests specified in Schedule-I and issue
a Completion Certificate or Provisional Certificate, as the case may be. For carrying out
its functions under this Paragraph and all matters incidental thereto, the Supervision
Consultant shall act under and in accordance with the provisions of Article 14 and
Schedule-I. The Consultant shall use following equipment in carrying out the tests.
S No Key metrics of Asset Equipment to be used
5.13. Upon reference from the Authority, the Supervision Consultant shall make a fair and
reasonable assessment of the costs of providing information, works and services as set
forth in Article 16 and certify the reasonableness of such costs for payment by the
Authority to the Concessionaire
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
5.14. The Supervision Consultant shall aid and advise the Concessionaire in preparing the
Maintenance Manual.
5. Operation Period
5.1. The Supervision Consultant shall review the annual Maintenance Programme furnished
by the Concessionaire and send its comments thereon to the Authority and the
Concessionaire within 15 (fifteen) days of receipt of the Maintenance Programme.
5.2. The Supervision Consultant shall review the monthly status report furnished by the
Concessionaire and send its comments thereon to the Authority and the Concessionaire
within 7 (seven) days of receipt of such report
5.3.1. The Supervision Consultant shall carry out visual inspection of entire highway stretch as
per the frequency defined in the following table
Frequency of
Nature of defect or deficiency
inspection
ROADS
(i) Variation by more than 2% in the prescribed slope of camber/cross fall Weekly
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Frequency of
Nature of defect or deficiency
inspection
(c) Road side furniture including road signs and pavement marking
(iv) Removal of vegetation affecting sight line and road structures Weekly
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Frequency of
Nature of defect or deficiency
inspection
BRIDGES
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Frequency of
Nature of defect or deficiency
inspection
(vii) Growth of vegetation affecting the structure or obstructing the waterway Weekly
5.3.2. All elements which have daily inspection frequency shall be inspected weekly as well.
Similarly, all elements which have weekly inspection frequency shall be inspected
monthly as well.
5.3.3. Daily inspection report format and weekly inspection report format has been provided
in Annexure II and III of this document respectively. Manpower which needs to conduct
visual inspection and mode of reporting is defined in the following table
Frequency of Inspection to be carried out
Mode of reporting
inspection by
5.3.4. High resolution photographs and video of the highway stretches having defects and/or
deficiencies shall be submitted along with Weekly Inspection Report and Monthly Status
Report. Summary of key observations around defects and deficiencies in highway
stretch shall be reported in Monthly Progress Report and detailed inspection report
shall be provided as Annexure to Monthly Progress Report.
The Contractor shall during the Construction and Maintenance Period shall carry out such
drone videography (on monthly basis) in the presence of Team Leader of Supervision
Consultant pursuant to clause 13.6 of the Concession Agreement (“Agreement”). The video
of last month and the current month running side by side shall be uploaded on Data Lake
(https://datalakeg.nhai.gov.in/nhai) for easily capturing various developments during the
month. Supervision Consultant shall ensure that the features and quality of drone video is
acceptable and video is not distorted/ tampered with. Supervision Consultant shall analyse
these drone videos and give their comments in its digital MPRs covering interalia but not
limited to the encumbrances/lands not available, sites of COS demands, progress of project,
mobilisation of plant & equipment, mobilisation of camp sites, progress on rectification of
NCRs etc. alongwith the proposed action plan. Project Director of NHAI shall crosscheck drone
videos during the monthly physical inspections and notify the discrepancies noticed, if any,
between drone video, on Supervision Consultant comments and ground reality. The
discrepancies shall be examined and addressed through joint site inspections.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
5.3.5. The consultant shall also be responsible for inspection and monitoring of Wayside
Amenities. ETC (Electronic Toll Collection) and ATMS (Advanced Traffic Management
System) and incident management.
5.4.1. The carrying out of condition surveys will be one of the most important and crucial field
tasks under the project. The Supervision Consultant shall carry out condition surveys
using equipment and following a frequency as defined under.
Sr. Equipment to be
Key metrics of Asset Frequency of condition survey
No. used
Falling Weight
3 Strength of pavement At least once a year
Reflectometer (FWD)
The first equipment based inspection shall be conducted at the time of completion
testing. The other inspections shall be conducted before and after the rainy seasons as
per the schedule defined in Annexure IV, except for FWD testing which shall be
conducted once a year.
Data should also be capable of being easily formatted into data compatible
with HDM-4
iii. The following are the set of deliverables which should be submitted after completion
of survey as part of Monthly Progress Report
Raw data generated from the equipment which are part of Network Survey covering the
parameters mentioned in above table. It should also include
o Survey ID, Description, Date, Lane
o GPS referenced data for GIS mapping
Video logging
o Pavement imagery (AVI/JPEG)
o 360 degree imagery (JPEG)
Interpretation report covering summary of entire survey and analysis of defects and
deficiencies
5.4.3. Measurement of pavement strength
i. The Supervision Consultant shall carry out structural strength surveys for existing
pavements using Falling Weight Deflectometer technique in accordance with the
procedure given in IRC:115-2014 (Guidelines for Structural Evaluation and
Strengthening of Flexible Road Pavements Using Falling Weight Deflectometer
(FWD) Technique) and IRC: 117-2015 (Guidelines for the Structural Evaluation of
Rigid Pavement by Falling Weight Deflectometer)
ii. The interval at which deflection measurements are to be taken up are as per
IRC:115-2014 / IRC:117-2015. The sample size and the interval of the data to be
collected depends on the length of the uniform section calculated and condition of
the pavement section i.e ‘good’, ‘fair’ and ‘poor’ for each lane, established on the
pavement condition data based on the criterion given in IRC:115-2014. For rigid
pavements, the deflection data may be collected at interiors, corners, transverse
joints and longitudinal joints in the outer lanes at intervals as specified in IRC:117-
2015.
iii. The following are the set of deliverables which should be submitted after completion
of inspection test as part of Monthly Progress Report
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
5.4.4. The Supervision Consultant shall carry out the condition and structural assessment
survey of the bridges in accordance with IRC-SP; 35 with the use of Mobile Bridge
Inspection unit (MBIU) or better technology.
i. The following criteria shall be met by the process of bridge condition assessment
ii. Detailed bridge inspection report shall be submitted as per the Inspection Proforma
provided in IRC-SP 35
ii. The following criteria shall be met by the process of road signs retroreflection
measurement
Measurement of retroreflective signs shall be conducted in accordance with ASTM E1709
and ASTM E2540
Measurement time after pressing trigger shall be less than or equal to 1 sec
Inbuilt data storage of at least 2,000 measurements so that data transfer requirement is
minimized while the survey is being conducted
iii. The following are the set of deliverables which should be submitted after completion of
survey as part of Monthly Progress Report
5.5. The Supervision Consultant shall carry out following inspections of ETC lanes at toll
plazas on a month basis:
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
(a) Infrastructure:
Availability of civil infrastructure at toll plazas required for installation of ETC systems
Adequacy of hardware, software and other related items as per IHMCL/<AGENCY> technical
specifications and requirements
(b) Operations:
Adherence of various stakeholders (acquirer bank, system integrator, toll operator, issuer bank etc)
of the ETC system to the service level agreements
Efficacy of the ETC system (RFID tagging, AVC, WIM etc) in terms of accuracy and uptime
Tracking and reporting toll plaza experience metrics such as average waiting time, transaction
times for different modes of payment (RFID, cash, smart cards, QR codes etc) and congestion levels
(eg length of queue in different lanes) across 4 different times in a day
Robustness of dispute resolution mechanisms in place for the tag holder and toll operators by the
issuer and acquirer banks
5.6. The Supervision Consultant shall prepare a Monthly Status Report in O&M phase of
project in respect of its duties and functions under this Agreement and in accordance
with the format prescribed in Annexure VI. 1st deliverable of the report which is an
executive summary to the main report (Section 1) shall be submitted to the Authority
and updated on the PMIS and project specific website by 4th of every month. Main
report (Section 2 onwards) shall be submitted to the Authority and updated on the PMIS
and project specific website by 7th of every month. Key sections of the Monthly Status
Report are as follows.
S.No Sections Sub sections
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
5.7. The Supervision Consultant shall in its O&M Inspection Report specify the tests, if any,
that the Concessionaire shall carry out or cause to be carried out for the purpose of
determining that the Project Highway is in conformity with the Maintenance
Requirements. It shall monitor and review the results of such tests and the remedial
measures, if any, taken by the Concessionaire in this behalf.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
5.9. The Supervision Consultant shall determine if any delay has occurred in completion of
repair or remedial works in accordance with the Agreement, and shall also determine
the Damages, if any payable by the Concessionaire to the Authority for such delay.
5.10. The Supervision Consultant shall examine the request of the Concessionaire for closure
of any lane(s) of the carriageway for undertaking maintenance/repair thereof, keeping
in view the need to minimise disruption in traffic and the time required for completing
such maintenance/repair in accordance with Good Industry Practice. It shall grant
permission with such modifications, as it may deem necessary, within 3 (three) days of
receiving a request from the Concessionaire. Upon expiry of the permitted period of
closure, the Supervision Consultant shall monitor the re-opening of such lane(s), and in
case of delay, determine the Damages payable by the Concessionaire to the Authority
under Clause 17.7.
5.11. The Supervision Consultant shall monitor and review the curing of defects and
deficiencies by the Concessionaire as set forth in Clause 19.4.
5.12. In the event that the Concessionaire notifies the Supervision Consultant of any
modifications that it proposes to make to the Project Highway, the Supervision
Consultant shall review the same and send its comments to the Authority and the
Concessionaire within 15 (fifteen) days of receiving the proposal.
5.13. Upon request of Authority, the Supervision Consultant shall carry out minor design
works such as design of drainage, blackspot removal design, etc
6.14 The Supervision Consultant shall undertake traffic sampling, as and when required by
the Authority, under and in accordance with Concession Agreement.
6.15 In respect of the Drawings, Documents and Safety Report received by the Supervision
Consultant for its review and comments during the Operation Period, the provisions of
Paragraph 4 shall apply, mutatis mutandis.
6. Termination
7.1 At any time, not earlier than 90 (ninety) days prior to Termination but not later than 15
(fifteen) days prior to such Termination, the Supervision Consultant shall, in the
presence of a representative of the Concessionaire, inspect the Project for determining
compliance by the Concessionaire with the Divestment Requirements set forth in Clause
32.1 and, if required, cause tests to be carried out at the Concessionaire’s cost for
determining such compliance. If the Supervision Consultant determines that the status
of the Project is such that its repair and rectification would require a larger amount than
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
the sum set forth in Clause 33.2, it shall recommend retention of the required amount in
the Escrow Account and the period of retention thereof.
7.2 The Supervision Consultant shall inspect the Project once in every 15 (fifteen) days
during a period of 90 (ninety) days after Termination for determining the liability of the
Concessionaire under Article 33, in respect of the defects or deficiencies specified
therein. If any such defect or deficiency is found by the Supervision Consultant, it shall
make a report in reasonable detail and send it forthwith to the Authority and the
Concessionaire.
7.1. The Supervision Consultant shall determine the costs, and/or their reasonableness, that
are required to be determined by it under the Agreement.
7.2. The Supervision Consultant shall determine the period, or any extension thereof, that is
required to be determined by it under the Agreement.
8.1. When called upon by either Party in the event of any Dispute, the Supervision
Consultant shall mediate and assist the Parties in arriving at an amicable settlement.
8.2. In the event of any disagreement between the Parties regarding the meaning, scope and
nature of Good Industry Practice, as set forth in any provision of the Agreement, the
Supervision Consultant shall specify such meaning, scope and nature by issuing a
reasoned written statement relying on good industry practice and authentic literature.
10. Miscellaneous
10.1. All key personnel and sub professional staff of the Supervision Consultant shall use the
fingerprint based (biometric) attendance system for marking their daily attendance.
Attendance shall be marked at least once a day and anytime during the day. 1 Biometric
Attendance System shall be installed by the Supervision Consultant at its own cost at the
site office in order to facilitate the attendance marking. More systems can be installed
near the project highway upto a maximum of 1 system per 50 km in order to encourage
frequent visits of project highway by key personnel and sub professional staff. A copy of
monthly attendance records shall be attached with Monthly Status Report. Proper
justification shall be provided for cases of absence of key personnel/ sub professional
staff which do not have prior approval from Project Director of concerned stretch. In
addition, Advance Face Recognition location based Mobile Application System (e-Attendance
System) shall mandatorily be used for marking the attendance pursuant to NHAI Policy
Circular no. 10.2.28/2021 dated 15.01.2021 (and subsequent amendment thereof, if any).
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
10.2. The Supervision Consultant shall notify its programme of inspection to the Authority
and to the Concessionaire, who may, in their discretion, depute their respective
representatives to be present during the inspection.
10.4. The Supervision Consultant shall obtain, and the Concessionaire shall furnish in two
copies thereof, all communications and reports required to be submitted, under this
Agreement, by the Concessionaire to the Supervision Consultant, whereupon the
Supervision Consultant shall send one of the copies to the Authority along with its
comments thereon.
10.5. The Supervision Consultant shall retain at least one copy each of all Drawings and
Documents received by it, including ‘as-built’ Drawings, and keep them in its safe
custody.
10.6. Upon completion of its assignment hereunder, the Supervision Consultant shall duly
classify and list all Drawings, Documents, results of tests and other relevant records, and
hand them over to the Authority or such other person as the Authority may specify, and
obtain written receipt thereof. Two copies of the said documents shall also be furnished
in micro film form or in such other medium as may be acceptable to the Authority.
10.7. Wherever no period has been specified for delivery of services by the Supervision
Consultant, the Supervision Consultant shall act with the efficiency and urgency
necessary for discharging its functions in accordance with Good Industry Practice.
11.1. Upon receipt of copy of books of accounts from Authority, the Supervision Consultant
shall review the Escrow account statements with respect to the provisions of the Escrow
agreement, books of accounts for information pertaining (a) the traffic count (b) Fee
determination thereof, and (c) Project costs, and (d) such other information relating or
resulting from other duties and functions of Supervision Consultant in accordance with
the Agreement, as the Authority may reasonably require and submit its report within 10
days.
12.
i. To minimize the delay in approval of replacements of Key Personnel, Consultant shall
submit the proposal directly to the competent level responsible for such approvals. The
approval for replacement of key personnel shall be accorded within one month of
submission of such proposal. In case of further delay, unless refused after due
evaluation of CV by the Authority within a month, it will be considered deemed
approval of such replacements proposed.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
ii. MPR are required to be prepared properly by the Consultant to reflect the actual
progress, hindrances, deployment of resources by the contractor, quality control, Non-
conformity reports, safety, fulfilment of obligations of contractor and consultant
including approval of various documents, design & drawings. The Consultant shall
record all aspects as per services to be provided in terms of Reference (ToR), failing
which the Consultancy firm shall be warned for non-performance. In case Consultancy
firm continues to default, even after multiple warning exceeding 5 times, the firm shall
be put on holiday listing (temporary debarment) for a period upto 12 months from
future assignments by MoRTH or its Executing Agencies.
iii. In case, person permanently employed with the firm is to be replaced, Technical score
of both the CVs shall be compared excluding the marks given for employment with firm.
Replacement would be allowed when the Technical Score (excluding the marks given
for employment with firm) of the new key person is equal or better than the existing
key person’s Technical Score excluding marks assigned for permanent employment
with the firm. However, the remuneration of such replacement be reduced on
proportionate basis in case the overall score of the replacement person is less
than the overall score of original person.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Enclosure-A
MAN - MONTHS INPUT FOR KEY PROFESSIONAL STAFF SUPERVISION CONSULTANTS
1. The Team Leader may not be required every day as they handle assignments on
other projects also running concurrently. However, their presence would be
required for at least for a week every month. The man-months for the Team
Leader have been indicated accordingly.
2. The Contract Specialist and Financial Analyst with respect to issues related to
current O&M Contractor and also the original civil work executed Contractor may
be required for the project for specific needs. Their deployment shall be arranged
by the consultant on specific requisition from the Authority and the payment shall
be made as per the actual deployment. The Contract Specialist and Financial
Analyst shall be paid at the average of the rates quoted for Key Personnel listed at
Sl. No. 2, 3 & 4above.
3. The qualifications and experience of Sub Professional staff would not be considered
in the evaluation. However, Consultant shall have to get their CVs approved from
NHAI before mobilization. The other inputs like support staff shall also be provided
by the Consultant of an acceptable type commensuration with the roles and
responsibilities of each position.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Enclosure B
MINIMUM QUALIFICATION OF
Team Leader
This is the senior most position and the expert engaged as the Team Leader shall be
responsible for reviewing the entire Project implementation activities of the
Concessionaire. He shall check all the Designs being prepared by the Concessionaire, ensure
execution of works on site as per specification and standards, and continuously interact
with the NHAI and the Concessionaire. He shall review and suggest modifications to the
Maintenance Manual, Annual Maintenance Program of the Concessionaire. Review of
emergency response arrangements needs special attention. He shall undertake Project site
visits and shall guide, supervise, coordinate, and monitor the work of other experts in his
team as well as those of the Concessionaire. The candidate is required to be a Highway
Engineer, who should have a proven record of supervising, organizing, and managing of
Project preparation w.r.t construction/maintenance of highway projects as defined below,
financed by international lending agencies and others.
1. Essential Qualifications.
2. Preferential Qualifications.
In the case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
from a Govt. Agency, the experience uploaded on Infracon Portal will be taken into
consideration. However, the key personnel/ bidder will be solely responsible for any fake
information/ CV, which may result in debarment.
(2) Only those projects will be considered for evaluation where the input of the personnel is
9 months or more.
1. Essential Qualifications.
4. Out of 3 years as in (iii) above at least one project should involve works of 2/4/6
laning/expressways or similar project.
2. Preferential Qualifications.
2. On behalf of Contractor:
Highway Engineer / Project Manager (Construction/Construction Supervision)
3. In Government
Organizations: Executive Engineer (or equivalent) and above
In the case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement
from a Govt. Agency, the experience uploaded on Infracon Portal will be taken into
consideration. However, the key personnel/ bidder will be solely responsible for any fake
information/ CV, which may result in debarment.
The Bridge Engineer shall be responsible for supervising the works of existing or proposed
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
bridges, interchanges and any other structure related to the Project Highway. He shall
undertake structure condition survey once a year and submit an exclusive report on repair
and rehabilitation requirements of bridges/ structures. He shall also inspect the bridge
rehabilitation and repair works which are required to be undertaken by the Concessionaire.
He shall review and suggest modifications to the maintenance manual/program relating to
his duties.
1. Essential Qualifications.
2. At least one project should involve the work of 2/4/6 laning/expressways or similar
project.
2. Preferential Qualifications.
2. On behalf of Contractor:
Bridge Engineer/ Bridge Design Engineer/ Structural Engineer
In the case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement
from a Govt. Agency, the experience uploaded on Infracon Portal will be taken into
consideration. However, the key personnel/ bidder will be solely responsible for any fake
information/ CV, which may result in debarment.
The Road Safety Expert shall review all the safety measures taken by the Concessionaire
during the concession period at site. Conformity to the safety requirement as per detailed
contract requirement shall also be checked and approved. This shall cover all the
temporary/permanent structures, handling of equipments, safety of workers/road users
and generating awareness /training of site staff of concessionaire. He shall also look into
the causes of various accidents and review other insurance coverage taken by the
Concessionaire. He shall undertake, supervise safety audit/ inspection once in every
quarter and furnish a detailed report. He shall review emergency response arrangement,
accident data, formats, safety provisions in O&M activities etc., as proposed by the
Concessionaire.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
1. Essential Qualifications.
4. Experience in Road Safety Audit of at least one 4/6 lane highway / expressway
project.
5. It is mandatory for the Road Safety Expert to have completed at least 15 days’
certification course on Road safety Audit from IAHQ/ IITs/ NITs/ CRRI. The CV of
the proposed key personnel not having completed 15 days’ certification course shall
not be evaluated. For avoidance of doubt, it is clarified herein that the
certification training course may be either from a single institution or from multiple
institutions.
2. Preferential Qualifications
2. Preparation of Road Safety Management Plan for inter urban Highways in PPP mode.
2. On behalf of Contractor:
Road safety Expert (Construction/Construction Supervision)
3. In Government
Organizations: Executive Engineer (or equivalent) and above
In the case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement
from a Govt. Agency, the experience uploaded on Infracon Portal will be taken into
consideration. However, the key personnel/ bidder will be solely responsible for any fake
information/ CV, which may result in debarment.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
SUB PROFESSIONAL
SURVEY ENGINEER
The Candidate should be either a Graduate in Civil Engineering with 3 years’ experience in
highways or a Diploma in Civil Engineering with 7 years experience in highways. He should
have handled at least one highway project of a similar nature.
The candidate should graduate in Civil Engineering or a diploma in Civil Engineering with
experience of 3 years of experience.
CAD EXPERT
The Candidate should be a Graduate in Civil Engineering with adequate computer training
or a graduate in Computer Science having experience in computer aided design methods in
highway engineering. The incumbent should have 3 years’ experience and should have
handled at least one highway project of similar nature.
ELECTRICAL ENGINEER
HORTICULTURE EXPERT
QUANTITY SURVEYOR
The Candidate should be a Graduate or equivalent in Civil Engineering having Min. 5 years
of professional experience in preparation of highway project estimates. He should have
Min. 3 years experience in Preparation of Bill of Quantities/estimates for major highway
projects costing Rs.100 Crore or above.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
A. Be the Single Point of Contact (SPoC) for all ETC related activities at the Toll Plaza.
The key activities shall include:
i. Monitor the ETC equipment at toll Plazas to ensure that the equipment / hardware is up
to date meeting latest specifications, operational at desired level, and highlight issues
with any of the equipment to the HO Officer at PIU/RO level.
ii. Monitor the networking equipment and internet availability at Toll Plazas and
highlight issues to the HOU Officer at RO/PIU level.
iii. Identify strategy for fixing the ETC equipment / Networking equipment / Internet
availability and ensure that the business continuity plan for all equipment (s) is in place.
iv. Ensure the service time of not more than 10 seconds per vehicle at peak flow
regardless of methodology adopted for fee collection.
v. Observe the queue levels, especially with dedicated ETC lanes and highlight issues
to the HO Officer at PD level.
vi. Ensure camera feeds are regularly sent to Command & Control Centre of HQ & RO
office regularly (Being set up room).
vii. Any other activity regarding ETC operations as may be identified by the HO Officer
at PIU/RO level.
viii. Facilitate sale of FASTag at Toll Plaza in liaison with the Banks.
B. Ensure optional user experience at Toll Plaza via the following strategies:
i. Keep a log of traffic jams exceeding 5 minutes at Toll Plaza and submit daily log sheet
to HOU of PIU/RO and HQ NHAI.
ii. Monitor the Biometric attendances system installed at Toll Plaza and ensure that full
strength of Toll Plaza staff mandated as per contract are daily reporting at Toll Plaza.
iii. Check the lights, road conditions and cleanliness of the Toll Plaza and ensure the
best quality.
iv. Observe media / social media regarding any issue pertaining to operations at the
Toll Plazas.
v. Take weekly feedback from at least 25 Highway users in a week and submit weekly
report to HOU of PIU/RO and HQ NHAI.
vi. Identify behavioral issues with the Toll Plaza staff members and nominate them for
training (s) related to the issues.
vii. Observe the behavior of Toll Plaza staff and intimate the same to the HOU officer
at PIU Level.
C. Ensure road safety for road safety via the following activities:
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
i. Identity key NGOs that may be partnered for promoting road safety awareness.
ii. Ensure proper signage for road safety.
iii. Be a Point of Contact in case of evacuation of accident victims during an accident.
iv. Maintain the database of nearest Trauma Centre and Primary Health Centers and
have lesioning with these centers.
v. To actively involved in Incident Management on the National Highway stretch of
the Toll Plaza and ensure ambulance, cranes & patrolling vehicles reaches the site of
incidence within 15 minutes.
vi. Maintain constant liaison with 1033 Call Centre / CRM set up by NHAI through
IHMCL.
vii. Ensure SOS/ Emergency Call Boxes are installed along the Highway Stretches and
integrated with the 1033 Call Centre.
viii. Ensure GPS is installed on all the ambulances, cranes & patrolling vehicles and
integrated with the 1033 Call Centre.
D. Monitor Highway Nest (Mini) and other wayside amenities at Toll Plaza
i. Look after the Highway Nest (Mini) constructed at Toll Plaza and ensure cleanliness,
water, light and hygiene of the Toilets and proper functioning of water ATM etc and
submit daily report through Mobile App.
ii. Inspect the public convenience facilities / toilets constructed at Toll Plazas under
Swachhata Mission are neat & clean and operation. Ensure cleanliness, water, light, and
hygiene of the Toilets and submit daily report through Mobile App.
F. To facilitate any other NHAI welfare schemes being implemented at Toll Plaza such as
Eye Camp, Blood donation Camp etc.
G. The above charter of duties is tentative and subject to modification time to time as
per requirement of NHAI.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
ROADS
Breach or blockade
Potholes
Removal of debris
Desilting of drains in
urban/semi-urban areas
Obstruction in a minimum
headroom of 5 m above
carriageway or obstruction in
visibility of road signs
Rest areas
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Cleaning of toilets
Toll plaza[s]
Damage or deterioration in
Approach Roads, -[pedestrian
facilities, truck lay-bys, bus-
bays, bus- shelters, cattle
crossings, Traffic Aid Posts,
Medical Aid Posts and other
works]
ROADS
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
(iii) Potholes
Rutting exceeding 10 mm in
more than 2% of road
(v) surface in a stretch of 1 km
(measured with 3 m straight
edge)
(vi) Bleeding/skidding
Ravelling/Stripping of
(vii) bitumen surface exceeding
10 sq m
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Desilting of drains in
(vi)
urban/semi-urban areas
Damage to shape or
position.
(i)
poor visibility or loss of
retro-reflectivity
Obstruction in a minimum
headroom of 5 m above
(i)
carriageway or obstruction
in visibility of road signs
Deterioration in health of
(ii)
trees and bushes
Removal of vegetation
(iv) affecting sight line and road
structures
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Damage or deterioration in
Approach Roads, -
[pedestrian facilities, truck
(i) lay-bys, bus-bays, bus-
shelters, cattle crossings,
Traffic Aid Posts, Medical
Aid Posts and other works]
BRIDGES
(i) Cracks
(ii) Spalling/scaling
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
(i) Deformation
Loosening and
(i)
malfunctioning of joints
Deforming of pads in
(i)
elastomeric bearings
Damage or deterioration in
(iii)
parapets and handrails
Damage or deterioration in
approach slabs, pitching,
(vi)
apron, toes, floor or guide
bunds
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period
Growth of vegetation
(vii) affecting the structure or
obstructing the waterway
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Supervision Consultant
[NAME OF CONSULTING FIRM]
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
2.2. Location Map 109
6.3. Damages for non completion of major maintenance/ periodic overlay 122
9. Reports 124
9.1. Monthly Toll Collection Report (Applicable only if project highway is tolled) 124
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
All figures and graphs in templates are
illustrative. Please add actual details.
Executive Summary
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Overlay on the entire stretch of project length of 252 km and service roads has not been
taken up by Concessionaire yet since the date of completion of overlay is due in next 25
days.
Overall progress is very slow regarding repair of potholes and rutting on Main Carriageway
which is causing inconvenience to highway users and is also a concern from road safety
point of view.
Street lighting in
Anantapur bypass completed on main carriageway and is energized but for service roads
street lighting is pending on both sides.
Kurnool bypass erection of poles only completed in main carriageway not yet energized
till to date, but for service roads not started.
In spite of the repeated requests, there is no material change in status of works pertaining
to repairs/ rectifications of defects on the project highway. SChas recommended the
damages of Rs 5.9 Cr on the Concessionaire on account of the delay in repairs of defects in
road and bridge works in terms of the provision of Clause 15.8.1 of the Concession
Agreement. The concessionaire shall be liable for the imposition of further damage on
similar lines till the date of completion.
The concessionaire is requested to take the most care for completing the overlay before
31.03.2017 since the existing road condition is getting deteriorated day by day causing
much inconvenience to the traffic.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Main report
Project Overview
Project Name
NH no (New/Old)
Mode of the Project
No. of Lanes
Length of the Project
Total Project Cost
Concessionaire/ Contractor
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
LocationMap
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Key plan
RoW availability
20 m
18 m
16 m 16 16 16 16 16 16 16
14 m
12 m
10 m
8m 8.2 8.2 8.2 8.2 8.2
6m
4m 4.7 4.7 4.7 4.7 4.7
2m 1.8 1.8
Chainage
2m
RHS- Width of RoW available
4m
6m 6.2 6.2 6.2 6.2 6.2 6.2
8m
10 m 10 10
12 m
14 m
16 m
18 m 17.5 17.5 17.5 17.5 17.5 17.5 17.5 17.5
20 m
>20 m 25 25 25
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
1 No of flyovers 2
2 Service Road 45
3 ROBs 5
5 RUBs 0
7 No of Bypass 7
8 Length of Bypass 43
9 No of Major Bridges 7
10 No of Minor Bridges 67
11 No of Culvert 640
12 No of VUP 16
15 No of Toll Plaza 3
17 No of Truck Laybye 30
19 No of Wayside Amenities 0
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
for resolving
affected due
Expected Date
by
affected (km)
to the issue
Chainage(s)
Description
Concerned
suggested
Authority
Action(s)
Action(s)
Length
issue
Issue
Issue
SNo
SC
1 Drying Ongoing Concessio 325+200 to 2.6 Irregular Replaceme NA
up of naire 327+800 watering nt of
plants plants and
on daily
median watering
Work Work
done done
upto during
previous reporting
SNo Description Unit Total month month Balance Remarks
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Work Work
done done
upto during
previous reporting
SNo Description Unit Total month month Balance Remarks
2 Hard/Earth Shoulders
4 Road furniture
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Work Work
done done
upto during
previous reporting
SNo Description Unit Total month month Balance Remarks
(c ) Bridges
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Other
Inspection Report
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Total NCR
issued till NCR issued in NCR closed in
Highway previous month reporting month reporting month Balance NCR
SNo asset (A) (B) (C) (A+B-C)
1 Pavement 48 12 25 35
2 Shoulder 7 0 3 4
3 Drainage
4 Median
Road
5
furniture
6 Bridges
7 Buildings
8 Horticulture
9 [Other assets]
Total
Pavement
Pavement Surface Defects Roughness
Strength
Skid Resistance
Elastic Modulus
Elastic Modulus
Elastic Modulus
depth
IRI (International
depth
Roughness Index)
Ending Chainage
Bituminous E1
Potholes (cm)
Bleeding (cm)
Raveling (cm)
Lane number
SubGrade E3
Granular E2
Cracks (cm)
Chainage
Texture
Starting
Rutting
(mm)
(mm)
(mm)
1.000 1.500 L1
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Video footage of all cameras installed on Network Survey Vehicle- ROW cameras and
pavement camera
Network Survey Vehicle report capturing dimensions of following key metrics of pavement
Cracks
Potholes
Raveling
Bleeding
Rutting
Texture depth
Skid resistance
Roughness (IRI)
Falling Weight Deflectometer (FWD) report capturing following key metrics of pavement
strength
Subgrade CBR
Mobile Bridge Inspection Report (MBIU) capturing following key metrics of bridges
Condition Approach
Condition Signs
Condition Debris
Condition Joint
Condition Deck
Condition Rails
Condition Protect
Condition Stream
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Condition Superstructure
Condition Piers
Condition Abutment
ATCC report capturing ADT, AADT, hourly and weekly variations and recommendation on
capacity augmentation
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
For Corresponding
TYPE OF month of previous
VEHICLE year For Previous Month For Current Month
Fee
No of Fee No of Fee per No of Fee
vehicles Collected vehicles Collected vehicle vehicles Collected
3
E Total 18990 6836400 16310 5,953,150.00 365 15127 5,521,355.00
Axle
Over
G Total 1 630 27 17,280.00 640 36 23,040.00
Size
Total for
49844 18,050,618 52963 19,898,834 49016 18,265,661
the Month
Equipment as
Units Equipment per
Total Units damaged/ owner/ specifications
SNo Description units working missing provider (Y/N) Remarks
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Equipment as
Units Equipment per
Total Units damaged/ owner/ specifications
SNo Description units working missing provider (Y/N) Remarks
1 Hardware
(c ) Lane controller
(d) AVC
(h) Camera
(l) Weigh-in-motion
2 Softwares
(c) TMS
Average Average
Average Average Average Average
queue queue Average
transaction transaction transaction transction
Lane length length Transaction
time time time time
during during non time (cash)
(RFID) (cards) (wallet) (others)
peak time peak time
Lane 10 UPI – 20
5 vehicles 15 seconds 10 seconds 20 seconds 25 seconds
1 vehicles seconds
Lane
2
Lane
3
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Total 20,96,51,000
i. No of days in Sep = 30
ii. Performance security is Rs 64,80,00,000
iii. As per CA Clause 12.3.2 damages payable is 0.1% of performance security per day =
Rs 6,48,000
iv. Total damages payable = 30 X 6,48,000 = Rs 1,94,40,000
Damages for breach of maintenance activities
of
Damages as
No of days
No of days
as estimated
higher side
inspection
as per CA
Damages
Damages
Quantity
damages
amount
Nature
per CA
defect
repair
Total
from
Date
Rate
S No
Cost
Unit
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
SN
Period Amount of damages (Rs)
o
Total 6,02,64,000
i. No of days in Sep = 30
ii. Performance security is Rs 64,80,00,000
iii. As per CA Clause 12.3.2 damages payable is 0.1% of performance security per day =
Rs 6,48,000
iv. Total damages payable = 30 X 6,48,000 = Rs 1,94,40,000
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Reports
For Corresponding
TYPE OF month of previous
VEHICLE year For Previous Month For Current Month
Fee
No of Fee No of Fee per No of Fee
vehicles Collected vehicles Collected vehicle vehicles Collected
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
For Corresponding
TYPE OF month of previous
VEHICLE year For Previous Month For Current Month
Fee
No of Fee No of Fee per No of Fee
vehicles Collected vehicles Collected vehicle vehicles Collected
Size Return 0 0 - 965 -
Local 0 0 - 320 -
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Accident Report
A B C D E F G H I J K
No of
of
of
of
affected
persons
type
conditions
Nature of accident
Weather condition
Accident location
Help provided by
Time of accident
Type of vehicle
Road condition
Type of victim
Classification
Age of victim
Chainage no
Intersection
Sex (M/F)
accident
vehicle
control
Causes
Major
Minor
Fatal
Load
Date
S No
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
A 1. Urban 2. Rural
B 1. Overturned 2. Head On Collision 3. Hit from Back 4. Hit to Fix Object 5. Right turn
Collision 6. Left turn Collision 7. Veered Out off The Road 8. Hit Pedestrian 9.
Unknown/Hit & Ran Away
H 1. Fine/Clear 2.Mist/Fog 3. Cloudy 4. Light Rain 5. Heavy Rain 6. Strong Wind 7. Dust
Storm 8. Cold 9. Hot
I 1. 0-18 Years 2. 18-25 Years 3. 25-40 Years 4.40-60 Years 5. 60-80 Years
K 1. Two Wheeler 2. Auto Rickshaw 3. Car/Jeep 4. Bus 5. Light Truck 6. Heavy Truck 7.
Tractor 8. Bicycle 9. Cycle Rickshaw 10. Hand Drawn Cart 11. Animal Drawn Cart
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Details of complaints
Contact
details Compliance by
Toll Complaint Name of of Details of the
SNo plaza No Date the person person complaint concessionaire
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Encroachment list
(New/
type
road
stall,
width
Stretch Chainage (km)
Name of Encroacher
from
Category (Tea
Side (LHS/RHS)
Encroachment
Encroachment
Establishment
Temple, etc)
(Temporary/
Permanent)
and length
edge (m)
existing)
Distance
District/
Village
Tehsil
SNo
1 212+5 LHS Kurno Kurnool Tempor Tea New 7 5mX3.5 Vijay Kumar
00 ol ary stall m Reddy
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Annexures
ROADS
Rutting exceeding 10 mm in
more than 2% of road
(v) surface in a stretch of 1 km
(measured with 3 m
straight edge)
(vi) Bleeding/skidding
Ravelling/Stripping of
(vii) bitumen surface exceeding
10 sq m
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Damage to or silting of
culverts and side drains
(v)
during and immediately
preceding the rainy season
Desilting of drains in
(vi)
urban/semi-urban areas
(c) Road side furniture including road signs and pavement marking
Damage to shape or
position;
(i)
poor visibility or loss of
retro-reflectivity
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Obstruction in a minimum
head-room of 5 m above
(i)
carriageway or obstruction
in visibility of road signs
Deterioration in health of
(ii)
trees and bushes
Removal of vegetation
(iv) affecting sight line and
road structures
(f ) Rest areas
Damage or deterioration in
Approach Roads, -
[pedestrian facilities, truck
(i) lay-bys, bus-bays, bus-
shelters, cattle crossings,
Traffic Aid Posts, Medical
Aid Posts and other works]
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
BRIDGES
(i) Cracks
(ii) Spalling/scaling
(i) Deformation
Loosening and
(i)
malfunctioning of joints
Deforming of pads in
(i)
elastomeric bearings
Gathering of dirt in
bearings and joints; or
(ii)
clogging of spouts, weep
holes and vent-holes
Damage or deterioration in
(iii)
parapets and handrails
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period
Rain-cuts or erosion of
(iv) banks of the side slopes of
approaches
Damage or deterioration in
approach slabs, pitching,
(vi)
apron, toes, floor or guide
bunds
Growth of vegetation
(vii) affecting the structure or
obstructing the waterway
Annexure 2 onwards:
SCshould include comments, status update, data points and reports in following annexures
which have not been included elsewhere in the main report. Such reports may include but
not limited to:
Correspondence details
Weather report
Project photographs
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
Annexure IV- Month of survey for equipment based road condition assessment
Equipment based road inspection shall be done by the Consultant twice a year as per
the month of the year defined in the following table.
However, since the first survey shall be conducted within 30 days of appointment of the
Supervision Consultant, the following modification to the schedule shall be adopted.For
example, if majority of highway length (>50%) passes through a state, where defined
survey months are May and November, if appointed date is on 1st March, then the first
equipment based survey shall be conducted in the month of March within 30 days of
appointment and this shall be considered as the equipment based survey to be
conducted in the month of May. The 2ndequipment based survey shall be conducted in
the month of November, the 3rd survey shall be conducted in the month of May and so
on. As regards FWD, the first test/survey shall be conducted in the month of March
within 30 days of appointment. The 2nd test/survey shall be conducted in March of next
year and so on.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Region State Survey before rains Survey after rains
Annexure V-OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD TESTING
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
[NAME & LOGO OF IMPLEMENTING AGENCY]
[PROJECT NAME]
Supervision Consultant
[NAME OF CONSULTING FIRM]
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Table of contents
Contents Page Nos.
149
151
153
154
155
156
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
159
160
161
163
2.2. Roughness
167
2.3. Rutting
169
170
171
173
177
Annexure V: OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD TESTING
(SECTION 1: TESTING WITHIN 1 MONTH OF APPOINTMENT, SECTION 2: FWD
ATTRIBUTES - ANNUALLY, BALANCE PARAMETERS –BIANNUALLY)
Worksheets under Section 1 (‘Road inventory data’) shall be updated from surveys
conducted only once within 30 days of appointed date of the Supervision Consultant.
Worksheets under Section 2 (‘Road condition data’) shall be updated from surveys
carried out annually for FWD attributes and biannually for the remaining attributes.
The fields to be updated in each of the worksheets are described below. Each
description is followed by an example of data for a sample project.
Road inventory data consists of parameters which provide basic information about roads
such as pavement type, number of lanes, topography, etc. These parameters are largely
static in nature, and therefore a survey to update this dataset shall be conducted only
once within 30 days of appointed date of the Supervision Consultant. The road inventory
data shall be used to update specific worksheets listed below.
The following table lists the fields which need to be populated for the ‘LRP Master’
attribute. The descriptions of the fields are given below.
NH
Survey Old NH Section
LRP Name Chainage Direction Latitude Longitude Altitude
Date Number Code
Number
NH0xxx Road Start 1.230 Increasing 9.98897 78.02671 63.07767 23-12-15 NH0yyy ABC-DEF
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
NH0xxx Km Stone 8 8.000 Increasing 9.98444 78.02934 68.60126 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 8 8.030 Increasing 9.98341 78.03004 68.15520 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 9.008 Increasing 9.98107 78.03078 65.17153 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 12.012 Increasing 9.96328 78.04160 56.03436 23-12-15 NH0yyy ABC-DEF
NH0xxx Km Stone 17 17.085 Increasing 9.95385 78.05255 56.24748 23-12-15 NH0yyy ABC-DEF
The following table lists the fields which need to be populated for the ‘Carriageway
Type’ attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
The following table lists the fields which need to be populated for the ‘Road Type’
attribute. The descriptions of the fields are given below.
The following table lists the fields which need to be populated for the ‘Pavement Type’
attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
SectionCode Code indicating starting and ending HYD-VIJ (Hyderabad-
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500
The following table lists the fields which need to be populated for the ‘Pavement Width’
attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
EndChainage Chainage of the end point (in km) 1.500
06-05-
NH00xx ABC-DEF 0.000 0.794 Both 7 – 10.5 m 7.00 9.98897 78.02671
17
7 – 10.5 m 06-05-
NH00xx ABC-DEF 0.794 1.000 Both 7.00 9.98444 78.02934
17
7 – 10.5 m 06-05-
NH00xx ABC-DEF 1.000 2.810 Both 7.00 9.98341 78.03004
17
7 – 10.5 m 06-05-
NH00xx ABC-DEF 2.810 4.335 Both 7.00 9.98107 78.03078
17
7 – 10.5 m 06-05-
NH00xx ABC-DEF 4.335 6.666 Both 7.00 9.96328 78.04160
17
7 – 10.5 m 06-05-
NH00xx ABC-DEF 6.666 12.906 Both 7.00 9.95385 78.05255
17
The following table lists the fields which need to be populated for the ‘Shoulder Type’
attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
1.7 ShoulderWidth
The following table lists the fields for the ‘Shoulder Width’ attribute, which need to be populated.
The descriptions of the fields are given below.
No 03-01-
NH0xxx ABC-DEF 0.000 0.785 Increasing 0.0 9.98897 78.02671
Shoulder 16
No 03-01-
NH0xxx ABC-DEF 0.785 2.612 Increasing 0.0 9.98444 78.02934
Shoulder 16
03-01-
NH0xxx ABC-DEF 2.612 3.170 Increasing 1-2m 2.0 9.98341 78.03004
16
03-01-
NH0xxx ABC-DEF 3.170 5.194 Increasing 1-2m 2.0 9.98107 78.03078
16
03-01-
NH0xxx ABC-DEF 5.194 6.793 Increasing 1-2m 2.0 9.96328 78.04160
16
03-01-
NH0xxx ABC-DEF 6.793 11.404 Increasing 1-2m 2.0 9.95385 78.05255
16
1.8 Topography
The following table lists the fields which need to be populated for the ‘Topography’
attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
NHNumber New National Highway number NH0065
The following table lists the fields which need to be populated for the ‘Cross Section’
attribute. The descriptions of the fields are given below.
The following table lists the fields which need to be populated for the ‘Drain Type’
attribute. The descriptions of the fields are given below.
Open
NH0xxx ABC-DEF 0.000 0.069 Increasing Unlined 09-01-16 9.98897 78.02671
Drain
Open
NH0xxx ABC-DEF 0.069 0.782 Increasing Lined 09-01-16 9.98444 78.02934
Drain
Open
Decreasin
NH0xxx ABC-DEF 0.288 0.000 Unlined 09-01-16 9.98341 78.03004
g
Drain
Open
NH0xxx ABC-DEF 0.782 0.846 Increasing Unlined 09-01-16 9.98107 78.03078
Drain
Open
NH0xxx ABC-DEF 0.846 1.254 Increasing Unlined 09-01-16 9.96328 78.04160
Drain
Open
NH0xxx ABC-DEF 1.254 2.265 Increasing Unlined 05-01-16 9.95385 78.05255
Drain
Open
Decreasin
NH0xxx ABC-DEF 1.929 0.288 Unlined 09-01-16 9.93102 78.05648
g
Drain
Decreasin
NH0xxx ABC-DEF 1.952 1.929 No Drain 09-01-16 9.91229 78.04961
g
Open
NH0xxx ABC-DEF 2.265 3.005 Increasing Unlined 05-01-16 9.89041 78.03458
Drain
Open
Decreasin
NH0xxx ABC-DEF 2.680 1.952 Unlined 09-01-16 9.88489 78.02995
g
Drain
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
NHNumbe SectionCod StartChainag EndChainag DrainTyp SurveyDat Latitud Longitud
Direction
r e e e e e e e
Drain
Open
Decreasin
NH0xxx ABC-DEF 3.109 2.680 Unlined 09-01-16 9.87363 78.02744
g
Drain
Decreasin Covered
NH0xxx ABC-DEF 3.320 3.109 09-01-16 9.84857 78.01535
g Line Drain
Open
Decreasin
NH0xxx ABC-DEF 3.917 3.320 Unlined 09-01-16 9.83764 78.00392
g
Drain
Open
NH0xxx ABC-DEF 4.424 4.601 Increasing Unlined 05-01-16 9.83711 77.98576
Drain
Open
NH0xxx ABC-DEF 4.601 5.693 Increasing Unlined 05-01-16 9.83386 77.97729
Drain
The following table lists the fields which need to be populated for the ‘Median Opening’
attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
Longitude Longitude of survey point 78.02671
A sample output is shown below for reference:
Section Start End Median Median Survey
NHNumber Direction Latitude Longitude
Code Chainage Chainage Type Width Date
NH00xx ABC-DEF 0.000 0.794 Both Raised 0.5 05-01-16 9.98897 78.02671
NH00xx ABC-DEF 0.794 1.000 Both Raised 0.5 05-01-16 9.98444 78.02934
No
NH00xx ABC-DEF 1.000 2.810 Both 0.0 05-01-16 9.98341 78.03004
Median
NH00xx ABC-DEF 2.810 4.335 Both Raised 1.5 05-01-16 9.98107 78.03078
No
NH00xx ABC-DEF 4.335 6.666 Both 0.0 05-01-16 9.96328 78.04160
Median
No
NH00xx ABC-DEF 6.666 12.906 Both 0.0 05-01-16 9.95385 78.05255
Median
The following table lists the fields which need to be populated for the ‘Right of Way’
attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
NH0xxx ABC-DEF 1.000 2.000 Increasing 24 05-05-15 9.98444 78.02934
The following table lists the fields which need to be populated for the ‘Pavement
composition’ attribute. The descriptions of the fields are given below.
BituminousSurface 40
CourseThicknessM Thickness of BSC layer in mm
M
BituminousBaseCo 100
urseThick—ness Thickness of BBC layer in mm
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
PavementQualityC PQC
oncreteType Type of pavement quality concrete
PavementQuality 300
ConcreteThickness Thickness of PQC layer in mm
DryLeanConcreteT DLC
ype Type of dry lean concrete
GranularSubBase 200
Thickness Thickness of GSB layer in mm
GSBConstructionYe 2014
ar Year of construction of GSB layer
ABC- Both
NH00xx 0.0 5.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side
ABC- Both
NH00xx 5.0 11.0 Asphalt BC 40.0 2015 DBM 80 2015 WMM 250
DEF side
ABC- Both
NH00xx 11.0 20.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
DEF side
ABC- Both
NH00xx 20.0 22.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side
ABC- Both
NH00xx 22.0 30.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
DEF side
ABC- Both
NH00xx 30.0 31.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side
(table continued…)
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
GB Pavement Pavement PQC Dry Lean DLC
Dry Lean Granular Granular GSB
Constru Quality Quality Constru Concrete Constru Design Survey Latitu Longitu
Concrete SubBase SubBase Construc
ction Concrete Concrete ction Thicknes ction CBR Date de de
Type Type Thickness tion Year
Year Type Thickness Year s Year
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.99 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.96 78.04
15
05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.95 78.05
15
The following table lists the fields which need to be populated for the ‘Carriageway
Furniture’ attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
NHNumber SectionCode Chainage Direction EventType SurveyDate Latitude Longitude
Street Light
NH00xx ABC-DEF 0.012 Increasing 03-01-16 9.98897 78.02671
Start
Street Light
NH00xx ABC-DEF 0.287 Increasing 03-01-16 9.98444 78.02934
End
The following table lists the fields which need to be populated for the ‘Wayside
Amenities’ attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YY>
DataSource
Remarks
ABC- 05-01-
NH00xx 0.650 Increasing Restaurant/Motel 9.98897 78.02671
DEF 16
ABC- 05-01-
NH00xx 1.998 Increasing Restaurant/Motel 9.98444 78.02934
DEF 16
ABC- 05-01-
NH00xx 5.524 Increasing Petrol Pump 9.98341 78.03004
DEF 16
ABC- 05-01-
NH00xx 11.413 Increasing Restaurant/Motel 9.98107 78.03078
DEF 16
The following table lists the fields which need to be populated for the ‘Land Use’
attribute. The descriptions of the fields are given below.
Barren
NH00xx ABC-DEF 2.081 1.641 Decreasing 03-01-16 9.93102 78.05648
Land
The road condition data shall be used to update specific worksheets, which are listed
below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
2.1 Visual condition
The following table lists the fields which need to be populated for the ‘Visual Condition’
attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
Condition of the shoulder, which is Fair
converted to the following rating scale:
ShoulderCondition 1 - Poor
2 - Fair
3 - Good
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YY>
Latitude Latitude of survey point 9.98897
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
(table continued…)
Drain Date of
Disintegration Depression Bleeding Patching ShoulderCondition Latitude Longitude
Condition Survey
06-05-
4 4 4 4 2 2 9.98897 78.02671
17
06-05-
4 4 4 4 2 2 9.98444 78.02934
17
06-05-
5 5 5 4 2 2 9.98341 78.03004
17
06-05-
5 5 5 5 2 2 9.98107 78.03078
17
06-05-
5 5 5 5 2 2 9.96328 78.04160
17
06-05-
5 5 5 5 2 2 9.95385 78.05255
17
06-05-
5 5 5 5 2 3 9.93102 78.05648
17
06-05-
4 4 4 4 2 3 9.91229 78.04961
17
06-05-
4 4 4 4 2 2 9.89041 78.03458
17
06-05-
5 5 5 5 2 2 9.88489 78.02995
17
06-05-
5 5 5 5 2 2 9.87474 78.02828
17
06-05-
5 5 5 5 2 2 9.87363 78.02744
17
06-05-
5 5 5 5 2 2 9.84857 78.01535
17
06-05-
5 5 5 5 2 2 9.83764 78.00392
17
06-05-
5 5 5 5 2 2 9.83711 77.98576
17
06-05-
5 5 5 5 1 2 9.83386 77.97729
17
06-05-
5 5 5 5 2 2 9.81804 77.97875
17
06-05-
5 5 5 5 2 2 9.77426 77.98129
17
06-05-
5 4 4 4 2 2 9.73071 77.97999
17
06-05-
5 5 5 3 2 2 9.68686 77.97017
17
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
2.2 Roughness
The following table lists the fields which need to be populated for the ‘Roughness’
attribute. The descriptions of the fields are given below.
NH00xx ABC-DEF 0.0 0.1 Increasing L1 3.31 5.16 4.24 20 06-05-17 9.98897 78.02671
NH00xx ABC-DEF 0.1 0.2 Increasing L1 2.81 3.54 3.18 37 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 0.2 0.3 Increasing L1 2.31 1.92 2.12 42 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 0.3 0.4 Increasing L1 2.17 2.37 2.27 46 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 0.4 0.5 Increasing L1 2.11 1.72 1.92 42 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 0.5 0.6 Increasing L1 2.33 1.97 2.15 49 06-05-17 9.95385 78.05255
NH00xx ABC-DEF 0.6 0.7 Increasing L1 2.37 2.00 2.19 42 06-05-17 9.93102 78.05648
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
NH00xx ABC-DEF 0.7 0.8 Increasing L1 2.15 2.17 2.16 33 06-05-17 9.91229 78.04961
NH00xx ABC-DEF 0.8 0.9 Increasing L1 2.45 2.05 2.25 32 06-05-17 9.89041 78.03458
NH00xx ABC-DEF 0.9 1.0 Increasing L1 2.18 2.51 2.35 48 06-05-17 9.88489 78.02995
2.3 Rutting
The following table lists the fields which need to be populated for the ‘Rutting’
attribute. The descriptions of the fields are given below.
06-05-
NH00xx ABC-DEF 0.0 0.5 Increasing L1 15 14 15 20 9.98897 78.02671
17
06-05-
NH00xx ABC-DEF 0.5 1.0 Increasing L1 20 18 19 37 9.98444 78.02934
17
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
06-05-
NH00xx ABC-DEF 1.0 1.5 Increasing L1 10 8 9 42 9.98341 78.03004
17
06-05-
NH00xx ABC-DEF 1.5 2.0 Increasing L1 5 6 6 46 9.98107 78.03078
17
06-05-
NH00xx ABC-DEF 2.0 2.5 Increasing L1 10 10 10 42 9.96328 78.04160
17
06-05-
NH00xx ABC-DEF 2.5 3.0 Increasing L1 7 5 6 49 9.95385 78.05255
17
06-05-
NH00xx ABC-DEF 3.0 3.5 Increasing L1 20 18 19 42 9.93102 78.05648
17
06-05-
NH00xx ABC-DEF 3.5 4.5 Increasing L1 5 5 5 33 9.91229 78.04961
17
06-05-
NH00xx ABC-DEF 4.5 5.0 Increasing L1 5 5 5 32 9.89041 78.03458
17
The following table lists the fields which need to be populated for the ‘Texture Depth’
attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
Longitude Longitude of survey point 78.02671
06-05-
NH00xx ABC-DEF 0.0 0.5 Increasing L1 0.40 0.30 0.35 20 9.98897 78.02671
17
06-05-
NH00xx ABC-DEF 0.5 1.0 Increasing L1 0.60 0.50 0.55 37 9.98444 78.02934
17
06-05-
NH00xx ABC-DEF 1.0 1.5 Increasing L1 0.80 0.90 0.85 42 9.98341 78.03004
17
06-05-
NH00xx ABC-DEF 1.5 2.0 Increasing L1 0.40 0.40 0.4 46 9.98107 78.03078
17
06-05-
NH00xx ABC-DEF 2.0 2.5 Increasing L1 0.30 0.30 0.3 42 9.96328 78.04160
17
06-05-
NH00xx ABC-DEF 2.5 3.0 Increasing L1 0.70 0.60 0.65 49 9.95385 78.05255
17
06-05-
NH00xx ABC-DEF 3.0 3.5 Increasing L1 0.40 0.50 0.45 42 9.93102 78.05648
17
06-05-
NH00xx ABC-DEF 3.5 4.5 Increasing L1 0.90 0.80 0.85 33 9.91229 78.04961
17
06-05-
NH00xx ABC-DEF 4.5 5.0 Increasing L1 0.40 0.30 0.35 32 9.89041 78.03458
17
The following table lists the fields which need to be populated for the ‘Skid Resistance’
attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
SkidLeft Skid resistance of pavement measured 25
as skid number, measured from left
wheel path
SkidRight Skid resistance of pavement measured 24
as skid number, measured from left
wheel path
SkidAverage Average skid resistance measured from 24.5
left and right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YYYY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
A sample output is shown below for reference:
NH Section Start End Lane Skid Skid Skid Survey
Direction Speed Latitude Longitude
Number Code Chainage Chainage Number Left Right Average Date
NH00xx ABC-DEF 0.0 0.5 Increasing L1 25.0 24.0 24.5 20 06-05-17 9.98897 78.02671
NH00xx ABC-DEF 0.5 1.0 Increasing L1 23.0 23.0 23.0 37 06-05-17 9.98444 78.02934
NH00xx ABC-DEF 1.0 1.5 Increasing L1 23.0 24.0 23.5 42 06-05-17 9.98341 78.03004
NH00xx ABC-DEF 1.5 2.0 Increasing L1 22.0 22.0 22.0 46 06-05-17 9.98107 78.03078
NH00xx ABC-DEF 2.0 2.5 Increasing L1 20.0 21.0 20.5 42 06-05-17 9.96328 78.04160
NH00xx ABC-DEF 2.5 3.0 Increasing L1 24.0 24.0 24.0 49 06-05-17 9.95385 78.05255
NH00xx ABC-DEF 3.0 3.5 Increasing L1 28.0 28.0 28.0 42 06-05-17 9.93102 78.05648
NH00xx ABC-DEF 3.5 4.5 Increasing L1 21.0 21.0 21.0 33 06-05-17 9.91229 78.04961
NH00xx ABC-DEF 4.5 5.0 Increasing L1 25.0 24.0 24.5 32 06-05-17 9.89041 78.03458
The following table lists the fields which need to be populated for the ‘FWD’ attribute.
The descriptions of the fields are given below.
Section Location
NHNumber Chainage Direction LaneNumber AirTemperature SurfaceTemperature PeakLoad Deflection0 Deflection1 Deflection2
Code 1
ABC-
NH00xx 0.500 RHS R2 32.6 43.7 45.7 333 188 300 243
DEF
ABC-
NH00xx 1.000 LHS L1 29.9 32.6 45.4 317 163 300 217
DEF
ABC-
NH00xx 1.499 RHS R1 33.0 39.3 45.7 246 110 300 153
DEF
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
ABC-
NH00xx 2.000 LHS L2 28.7 32.4 46.0 293 130 300 187
DEF
ABC-
NH00xx 2.500 RHS R2 33.7 45.8 45.3 429 232 300 316
DEF
ABC-
NH00xx 3.000 LHS L1 29.0 33.0 45.7 343 204 300 252
DEF
ABC-
NH00xx 3.500 RHS R1 33.5 45.4 44.5 373 194 300 268
DEF
ABC-
NH00xx 4.010 LHS L2 28.9 33.5 45.0 348 201 300 254
DEF
ABC-
NH00xx 4.500 RHS R2 33.3 40.3 46.0 393 241 300 301
DEF
(table continued…)
(table continued…)
Location
ElasticModulusBituminousE1 ElasticModulusGranularE2 ElasticModulusSubGradeE3 CorrectedElasticModulusBituminousE1 CorrectedElasti
8
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
2400 4570 137 97 4781 93
(table continued…)
The following table lists the fields which need to be populated for the ‘FWD Rigid’
attribute. The descriptions of the fields are given below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
LaneNumber Number of the lane: L1, L2, R1, R2, etc. L2
AirTemperature Air temperature recorded in °C 30.1
SurfaceTemperat Temperature of the pavement surface,
ure recorded in °C 39.4
PeakLoad Peak impulse load, measured in kN 103.7
ABC-
NH00xx 0.0 LHS L2 29.0 34.9 104.1 167 143 130 119 300
DEF
ABC-
NH00xx 0.5 RHS R2 30.5 38.1 104.4 141 130 122 115 300
DEF
ABC-
NH00xx 1.0 LHS L1 30.0 35.6 105.2 147 111 100 91 300
DEF
ABC-
NH00xx 1.5 RHS R1 28.9 38.3 102.4 140 126 116 107 300
DEF
ABC-
NH00xx 2.0 LHS L2 30.1 39.4 103.7 140 121 108 101 300
DEF
ABC-
NH00xx 2.5 RHS R2 29.0 37.5 104.6 150 134 126 117 300
DEF
ABC-
NH00xx 3.0 LHS L1 30.6 38.9 102.7 124 109 104 92 300
DEF
ABC-
NH00xx 3.5 RHS R1 29.3 39.1 105.9 149 136 128 119 300
DEF
ABC-
NH00xx 4.5 RHS R2 30.3 41.0 104.9 138 127 121 114 300
DEF
(table continued…)
25-06-
759 816 3 3 2 2 112 21590 19 3 9.98897 78.02671
16
28-06-
821 1214 3 3 3 2 62 58161 135 8 9.98444 78.02934
16
25-06-
684 580 3 3 2 1 246 12051 6 2 9.98341 78.03004
16
28-06-
796 1014 3 3 3 2 87 39783 63 6 9.98107 78.03078
16
25-06-
761 823 3 3 2 2 131 26118 27 4 9.96328 78.04160
16
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
28-06-
800 1040 3 3 3 2 79 39908 64 6 9.95385 78.05255
16
25-06-
789 971 3 3 3 2 107 41290 68 6 9.93102 78.05648
16
28-06-
814 1150 3 3 3 2 66 50086 100 7 9.91229 78.04961
16
28-06-
826 1257 3 3 3 2 59 64082 164 9 9.89041 78.03458
16
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
SECTION 7. DRAFT FORM OF CONTRACT
Note: This draft Agreement is a generic document and shall be modified based on
particulars of the DBFOT Project.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
CONTRACT FOR CONSULTANT’S SERVICES
Between
(Name of Client)
And
(Name of Consultant)
Dated:
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
National Highways Authority of India RFP for SCduring O&M Period
CONTENTS
Page No.
8. Settlement of Disputes
8.1. Amicable Settlement
8.2. Dispute Settlement
9. Fake CV
IV APPENDICES
V ANNEXURES..…………………………………………
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
I FORM OF CONTRACT
This CONTRACT (hereinafter called the “Contract”) is made the ______ day of the
______________________________________________________________________ Month of ______, 200 ______,
between, on the one hand ___________________ (hereinafter called the “Client) and, on the other
hand, ___________________ (hereinafter called the “Consultants”).
[Note* : If the Consultants consist of more than one entity, the above should be partially amended
to read as follows:
“…(hereinafter called the “Client”) and, on the other hand, a joint venture consisting of the
following entities, each of which will be jointly severally liable to the Client for all the Consultants’
obligations under this Contract, namely, and
(hereinafter called “Consultants”)]
WHEREAS
(a) the Client has requested the Consultants to provide certain consulting services
as defined in the General Conditions of Contract attached to this Contract
(hereinafter called the “Services”);
(b) the Consultants, having represented to the Client that they have the required
processional skills, and personnel and technical resources, have agreed to
provide the Services on the terms and conditions set forth in this Contract;
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an integral part
of this Contract:
[Note: If any of these Appendices are not used, the words “Not Used” should be
inserted below next to the title of the Appendix on the sheet attached hereto
carrying the title of that Appendix].
178
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
consultants……………..
Appendix D: Medical Certificate……………..
Appendix E: Hours of Work for Key Personnel……
Appendix F: Duties of the Client……………..
Cost Estimates in Local
Appendix G:
Currency………
Appendix H: Form of Performance Security………
Form of Bank Guarantee for
Appendix I:
Advance Payments……………
Appendix J: Letter of invitation……………..
Appendix K: Letter of Award……………..
Minutes of pre-bid
Appendix L:
meeting……………..
Appendix M: Memorandum of Understanding…
2. The mutual rights and obligations of the Client and the Consultants shall be as set
forth in the Contract; in particular
(d) The Consultants shall carry out the Services in accordance with the provisions of
the Contract; and
(e) The Client shall make payments to the Consultants in local currency only in
accordance with the Provisions of the Contract.
179
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.
FOR AND ON BEHALF OF
[NAME OF THE CLIENT]
By
(Authorized Representative)
FOR AND ON BEHALF OF
[NAME OF THE CONSULTANTS]
By
(Authorized Representative)
[Note: If the Consultants consist of more than one entity, all of these entities should appear as
signatures, e.g. in the following manner]
180
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
1. General Provisions
1.1. Definitions
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
a) “Applicable Law” means the laws and any other instruments having the
force of law in the Government’s country [or in such other country as may
be specified in the Special Conditions of Contract (SC)], as they may be
issued and in force from time to time.
b) “Contract means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed
in Clause 1 of such signed Contract;
c) “Effective Date’ means the date on which this Contract comes into force
and effect pursuant to Clause GC 2.1;
d) ‘foreign currency’ means any currency other than the currency of the
Government;
j) “Party’ means the Client or the Consultants, as the case may be, and
Parties means both of them.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
o) "Third Party" means any person or entity other than the Government, the
Client, the Consultants or a Sub-consultant.
This Contract, its meaning and interpretation, and the relation between the Parties
shall be governed by the Applicable Law.
1.4. Language
This Contract has been executed in the language specified in the SC, which shall be
the binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.
1.5. Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.6. Notices
1.6.1. Any notice, request or consent required or permitted to be given or made pursuant
to this Contract shall be routed through NHAI Data Lake only unless the law requires
such notice, request, etc. through physical/any other specified mode only. Any such
notice, request or consent shall be deemed to have been given or made when
delivered when given or made on the NHAI Data Lake to an authorized
representative of the party specified in the SC.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
1.6.3. A Party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SC with respect to
Clause GC 1.6.2.
1.7. Location
In case the Consultants consist of a joint venture of more than one entity, the
Members hereby authorize the entity specified in the SC to act on their behalf in
exercising all the Consultants' rights and obligations towards the Client under this
Contract, including without limitation the receiving of instructions and payments
from the Client.
This Contract shall come into force and effect on the date (the "Effective Date") of
the Client's notice to the Consultants instructing the Consultants to begin carrying
out the Services. This notice shall confirm that the effectiveness conditions, if any,
listed in the SC have been met.
If this Contract has not become effective within such time period after the date of
the Contract signed by the Parties as shall be specified in the SC, either Party may,
by not less than four (4) weeks' written notice to the other Party, declare this
Contract to be null and void, and in the event of such a declaration by either Party,
neither Party shall have any claim against the other Party with respect hereto.
183
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
The Consultants shall begin carrying out the Services at the end of such time period
after the Effective Date as shall be specified in the SC.
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall
expire when services have been completed and all payments have been made at
the end of such time period after the Effective Date as shall be specified in the SC.
This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and the
Parties shall not be bound by or be liable for, any statement, representation,
promise or agreement not set forth herein.
2.6. Modification
2.7.1. Definition
a. For the purposes of this Contract,” 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 is the circumstances, and includes, but is not limited to war,
riots, civil disorder, earthquake, fire, explosion, storm, flood or other adverse
conditions, strikes, lockouts or other industrial action (except where such strikes,
lockouts or other industrial action are within the power of the Party invoking Force
Majeure to prevent), confiscation or any other action by government agencies.
b. Force Majeure shall not include (i) any event which is caused by the negligence
or intentional action of a party or such Party’s Sub-consultants 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
Contract and (B) avoid or overcome in the carrying out of its obligations hereunder.
c. Force Majeure shall not include insufficiency of funds or failure to male any
payment required hereunder.
184
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract 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 Contract.
(a) A Party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party's inability to fulfill its obligations hereunder
with a minimum of delay.
(b) A Party affected by an event of Force Majeure shall notify the other Party of
such event as soon as possible, and in any event not later than fourteen (14)
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.
(c) The Parties shall take all reasonable measures to minimize the consequences of
any event of Force Majeure.
Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which such
Party was unable to perform such action as a result of Force Majeure.
2.7.5. Payments
During the period of their inability to perform the Services as a result of an event
of Force Majeure, the Consultants shall be entitled to be reimbursed for additional
costs reasonably and necessarily incurred by them 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 thirty (30) days after the Consultants, as the result of an event of
Force Majeure, have become unable to perform a material portion of the Services,
the Parties shall consult with each other with a view to agreeing on appropriate
measures to be taken in the circumstances.
2.8. Suspension
The Client may, by written notice of suspension to the Consultants, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of
their obligations under this Contract, including the carrying out of the Services,
provided that such notice of suspension (i) shall specify the nature of the failure,
and (ii) shall request the Consultants to remedy such failure within a period not
exceeding thirty (30) days after receipt by the Consultants of such notice of
suspension.
185
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
2.9. Termination
The Client may, by not less than thirty (30) days' written notice of termination to
the Consultants (except in the event listed in paragraph (f) below, for which
there shall be a written notice of not less than sixty (60) days), such notice to be
given after the occurrence of any of the events specified in paragraphs (a)
through (h) of this Clause GC 2.9.1, terminate this Contract.
e) If, as the result of force majeure, the consultants are unable to perform
a material portion of the services for a period of not less than sixty (60)
days; or
f) If the client, in its sole discretion and for any reason whatsoever,
decides to terminate this contract.
186
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
The Consultants may, by not less than thirty (30) days' written notice to the Client,
such notice to be given after the occurrence of any of the events specified in
paragraphs (a) through (d) of this Clause GC 2.9.2, terminate this Contract:
a) If the Client fails to pay any money due to the Consultants pursuant to
this Contract and not subject to dispute pursuant to Clause 8 hereof
within forty-five (45) days after receiving written notice from the
Consultants that such payment is overdue;
d) If the Client fails to comply with any final decision reached as a result
of arbitration pursuant to Clause GC 8 hereof.
(i) Such rights and obligations as may have accrued on the date of termination or
expiration;
(ii) The obligation of confidentiality set forth in Clause GC 3.3 hereof;
(iii) The Consultants' obligation to permit inspection, copying and auditing of their
accounts and records set forth in Clause GC 3.6 (ii) hereof; and
(iv) Any right which a Party may have under the Applicable Law
Upon termination of this Contract by notice of either Party to the other pursuant to
Clauses GC 2.9.1 or GC 2.9.2 hereof, the Consultants shall, immediately upon
dispatch or receipt of such notice, take all necessary steps to bring the Services to
a close in a prompt and orderly manner and shall make every reasonable effort to
keep expenditures for this purpose to a minimum. With respect to documents
prepared by the Consultants and equipment and materials furnished by the Client,
the Consultants shall proceed as provided, respectively, by Clauses GC 3.9 or GC
3.10 hereof.
187
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
If either Party disputes whether an event specified in paragraphs (a) through (e) of Clause
GC 2.9.1 or in Clause GC 2.9.2 hereof has occurred, such Party may, within forty-five (45)
days after receipt of notice of termination from the other Party, refer the matter to
arbitration pursuant to Clause GC 8 hereof, and this Contract shall not be terminated on
account of such event except in accordance with the terms of any resulting arbitral
award.
3.1. General
The Consultants shall perform the Services and carry out their 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 Consultants shall
always" act, in respect of any matter relating to this Contract or to the Services, as
faithful advisers to the Client, and shall at all times support and safeguard the
Client's legitimate interests in any dealings with Sub-consultants or Third Parties.
The Consultants shall perform the Services in accordance with the Applicable Law
and shall take all practicable steps to ensure that any Sub- consultants and or
Associates, as well as the Personnel of the Consultants and any Sub- consultants
and or Associates, comply with the Applicable Law. The Client shall advise the
Consultants in writing of relevant local customs and the Consultants shall, after
such notifications, respect such customs.
188
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and any entity affiliated with the Consultants,
as well as any Sub- consultant and or Associates and any entity affiliated
with such Sub- consultant and or Associates, shall be disqualified from
providing goods, works or services (other than the Services and any
continuation thereof) for any project resulting from or closely related to the
Services.
The Consultants shall not engage, and shall cause their Personnel as well as
their Sub-consultants and or Associates and their Personnel not to engage,
either directly or indirectly, in any of the following activities:
189
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(b) after the termination of this Contract, such other activities as may
be specified in the SC.
3.3. Confidentiality
The Consultants, their Sub-consultants and the Personnel of either of them shall
not, either during the term or within two (2) years after the expiration of this
Contract, disclose any proprietary or confidential information relating to the
Project, the Services, this Contract or the Client's business or operations without
the prior written consent of the Client.
Subject to additional provisions, if any, set forth in the SC, the Consultants’
liability under this Contract shall be as provided by the Applicable Law.
The Consultants (i) shall take out and maintain, and shall cause any Sub-consultants
to take out and maintain, at their ( or the Sub-consultants', as the case may be)
own cost but on terms and conditions approved by the Client, insurance against the
risks, and for the coverages, as shall be specified in the SC, and (ii) at the Client's
request, shall provide evidence to the Client showing that such insurance has been
taken out and maintained and that the current premiums therefore have been
paid.
The Consultants (i) shall keep accurate and systematic accounts and records in
respect of the Services, hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as will clearly identify all
relevant time charges and cost, and the bases thereof (including such bases as may
be specifically referred to in the SC); (ii) shall permit the Client or its designated
representative periodically, and up to one year from the expiration or termination
of this Contract, to inspect the same and make copies thereof as well as to have
them audited by auditors appointed by the Client; and (iii) shall permit the client
to inspect the Consultant's accounts and records relating to the performance of the
Consultant and to have them audited by auditors appointed by the client.
The Consultants shall obtain the Client's prior approval in writing before taking any
of the following actions:
190
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(b) Entering into a subcontract for the performance of any part of the Services, it
being understood (i) that the selection of the Sub-consultant and the terms and
conditions of the subcontract shall have been approved in writing by the Client
prior to the execution of the subcontract, and (ii) that the Consultants shall
remain fully liable for the performance of the Services by the Sub- consultant
and its Personnel pursuant to this Contract; and
(c) Any other action that may be specified in the SC
The Consultants shall submit to the Client the reports and documents specified in
Appendix B hereto, in the form, in the numbers and within the time periods set
forth in the said Appendix.
All plans, drawings, specifications, designs, reports, other documents and software
prepared by the Consultants for the Client under this Contract shall become and
remain the property of the Client, and the Consultants shall, not later than upon
termination or expiration of this Contract, deliver all such documents to the Client,
together with a detailed inventory thereof. The Consultants may retain a copy of
such documents and software. Restrictions about the future use of these
documents and software, if any, shall be specified in the SC.
4.1. General
The Consultants shall employ and provide such qualified and experienced Personnel
and Sub-consultants as are required to carry out the Services.
(a) The titles, agreed job descriptions, minimum qualification and estimated
periods of engagement in the carrying out of the Services of each of the
Consultants' Key Personnel are described in Appendix C. If any of the Key
Personnel has already been approved by the clients his/her name is listed as
well.
191
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(b) If required to comply with the provisions of Clause GCC 3.1.1 hereof,
adjustments with respect to the estimated periods "of engagement of Key
Personnel set forth in Appendix C may be made by the Consultants by written
notice to the Client, provided (i) that such adjustments shall not alter the
originally estimated period of engagement of any individual by more than 10% or
one week, whichever is larger, and (ii) that the aggregate of such adjustments
shall not cause payments under this Contract to exceed the ceilings set forth in
Clause GC 6.1(b) of this Contract. Any other such adjustments shall only be
made with the Client's written approval.
(c) If additional work is required beyond the scope of the Services specified in
Appendix A, the estimated periods of engagement of Key Personnel set forth in
Appendix C may be increased by agreement in writing between the Client and
the Consultants, provided that any such increase shall not, except as otherwise
agreed, cause payments under this Contract to exceed the ceilings set forth in
Clause GC 6.1 (b) of this Contract.
The Key Personnel i.e. Professional Staff and Sub-consultants listed by title as well
as by name in Appendix C are hereby approved by the Client. In respect of other
Key Personnel which the Consultants propose, to use in the carrying out of the
Services, the Consultants shall submit to the client for review and approval a copy
of their biographical data and (in the case of Key personnel to be used within the
country of the Government) a copy of a satisfactory medical certificate in the form
attached hereto as Appendix D. If the Client does not object in writing (stating the
reasons for the objection) within thirty (30) calendar days from the date of receipt
of such biographical data and (if applicable) such certificate, such Key Personnel
shall be deemed to have been approved by the Client.
(a) Working hours and holidays for Key Personnel are set forth in Appendix E hereto.
To account for travel time, foreign Personnel carrying out Services inside the
Government's country shall be deemed to have commenced (or finished) work in
respect of the Services such number of days before their arrival in (or after their
departure from) the Government's country as is specified in Appendix E hereto.
(b) The Personnel of all types engaged by Consultant to provide Services on this
Contract shall not be entitled to be paid for overtime nor to take paid sick leave
or vacation leave except as specified in Appendix E hereto, and except as
specified in such Appendix, the Consultants' remuneration shall be deemed to
cover these items. All leave to be allowed to the Personnel is included in the
staff-months of service set for in Appendix C. Any taking of leave by Personnel
shall be subject to the prior approval by the Client and the Consultants shall
ensure that absence for leave purposes will not delay the progress and adequate
supervision of the Services.
192
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(c) All Key Personnel and sub professional staff of the Supervision Consultant shall
use the Aadhaar based Biometric attendance/ Geo-tagged selfSCbased
attendance system for marking their daily attendance. Aadhaar based
attendance shall be marked at least once a day and anytime during the day. 01
Aadhaar based Biometric attendance/ Geo-tagged selfiebased attendance
system shall be installed by the Supervision Consultant at its own cost at the site
office in order to facilitate the attendance marking. More systems can be
installed near the project highway upto a maximum of 1 system per 50 km in
order to encourage frequent visits of project highway by key personnel and sub
professional staff. A copy of monthly Aadhaar Biometric attendance/ Geo-tagged
selfie-based based Biometric attendance/ Geo-tagged selfie-based attendance
records shall be attached with Monthly Status Report. Proper justification shall
be provided for cases of absence of key personnel/ sub professional staff which
do not have prior approval from Project Director of concerned stretch.
Supervision Consultant have to provide a certificate that all key personnel as
envisaged in the Contract Agreement has been actually deployed in the project.
(d) Supervision Consultant will intimate concerned Project Director/ Project In-
charge immediately after establishing its site office regarding installation of
Aadhaar based Biometric attendance/ Geo-tagged selfie based attendance
system and complete address of its site office.
(a) Except as the Client may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Consultants,
it becomes necessary to replace any of the Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better
qualifications.
(b) If the Client (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action, or (ii)
has reasonable cause to be dissatisfied with the performance of any of the
Personnel, then the Consultants shall, at the Client's written request specifying
the grounds therefore, forthwith provide as a replacement a person with
qualifications and experience acceptable to the Client.
(c) Any of the Personnel provided as a replacement under Clauses (a) and (b) above,
the rate of remuneration applicable to such person as well as any reimbursable
expenditures (including expenditures due to the number of eligible dependents)
the Consultants may wish to claim as a result of such replacement, shall be
subject to the prior written approval by the Client. Except as the Client may
otherwise agree, (i) the Consultants shall bear all additional travel and other
costs arising out of or incidental to any removal and/or replacement, and (ii)
the remuneration to be paid to any of the Key Personnel provided as a
replacement shall be 90% of the remuneration which would have been payable
to the Key Personnel replaced. However, for the reason other than
death/extreme medical ground, (i) for total replacement upto 33% of key
personnel, remuneration shall be reduced by 5% (ii) for total replacement upto
193
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
between 33% to 50%, remuneration shall be reduced by 10% and (iii) for total
replacement upto between 50% to 66%, remuneration shall be reduced by 15%
(iv) For total replacements beyond 66% of the key personnel the client shall
initiate action of higher penalty/termination/debarment upto 2 years as
considered appropriate.
(d) In order to prevent the tendency of the personnel and consulting firm to submit
incorrect and inflated CV, they should sign every page of CV before submission
in order to authenticate that CV furnished by them is correct. The consulting
firm and the personnel through consulting firm should be informed by NHAI
while accepting CV of the new personnel that if CV is found in correct and
inflated at a later date, the personnel accepted would be removed from his
assignment and debarred from further NHAI works for 3 years and the new
proposed personnel in place of removed personnel would be paid 15% less salary
than the original personnel. 15% reduction in the salary will be imposed as a
penalty for submitting the incorrect information. This penalty will be imposed
only once. If the same consulting firm submits incorrect information again
second time, necessary action will be taken by NHAI to black-list that firm.
(e) In case of extension of contract, the Consultant can propose one time
replacement of each key personnel without attracting any penalty or reduction
in remuneration, subject to approval of the authority taking into consideration
the progress of work at site. Qualifications of replacements shall be better or
equivalent to the original key personnel. Any further replacement will be
governed as per contract provisions.
(f) In case, person permanently employed with the firm is to be replaced, Technical
score of both the CVs shall be compared excluding the marks given for
employment with firm. Replacement would be allowed when the technical score
(excluding the marks given for employment with firm) of the new key person is
equal or better than the existing key person’s technical score excluding marks
assigned for permanent employment with the firm. However, the remuneration
of such replacement shall be reduced on proportionate basis in case the overall
score of the replacement person is less than the overall score original person.
If required by the SC, the Consultants shall ensure that at all times during the
Consultants' performance of the Services in the Government's country a resident
project manager, acceptable to the Client, shall take charge of the performance of
such Services.
Unless otherwise specified in the SC, the Client shall use its best efforts to ensure
that the Government shall:
194
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(a) Provide the Consultants, Sub-consultants and Personnel with work permits and
such other documents as shall be necessary to enable the Consultants, Sub-
consultants or Personnel to perform the Services;
(b) Assist for the Personnel and, if appropriate, their eligible dependents to be
provided promptly with all necessary entry and exit visas, residence permits,
exchange permits and any other documents required for their stay in
Government's country;
(c) Facilitate prompt clearance through customs of any property required for the
Services and of the personal effects of the Personnel and their - eligible
dependents;
(d) Issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services;
(e) Assist the Consultants and the Personnel and any Sub-consultants and or
Associates employed by the Consultants for the Services from any requirement
to register or obtain any permit to practice their profession or to establish
themselves either individually or as a corporate entity according to the
Applicable Law;
(f) Grant to the Consultants, any Sub-consultants and or Associates and the
Personnel of either of them the privilege, pursuant to the Applicable Law, of
bringing into Government's country reasonable amounts of foreign currency for
the purposes of the Services or for the personal use of the Personnel and their
dependents and of withdrawing any such amounts as may be earned therein by
the Personnel in the execution of the Services: and
(g) Provide to the Consultants, Sub-consultants and or Associates and Personnel any
such other assistance as may be specified in the SC.
The Client warrants that the Consultants shall have, free of charge, unimpeded
access to all land in the Government's country in respect of which access is
required for the performance of the Services. The Client will be responsible for any
damage to such land or any property thereon resulting from such access and will
indemnify the Consultants and each of the Personnel in respect of liability for any
such damage, unless such damage is caused by the default or negligence of the
Consultants or any Sub-consultant or the Personnel of either of them.
If, after the date of this Contract, there is any change in the Applicable Law with
respect to taxes and duties which increases or decreases the cost or reimbursable
expenses incurred by the Consultants in performing the Services, then the
remuneration and reimbursable expenses otherwise payable to the Consultants
under this Contract shall be increased or decreased accordingly by agreement
between the Parties hereto, and corresponding adjustments shall be made to the
ceiling amounts specified in Clause GC 6.1(b).
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
The Client shall make available to the Consultants and the Personnel, for the
purposes of the services and free of any charge, the services, facilities and
property described in Appendix F at the times and in the manner specified in said
Appendix F, provided that if such services, facilities and property shall not be made
available to the Consultants as and when so specified, the Parties shall agree on (i)
any time extension that it may be appropriate to grant to the Consultants for the
performance of the Services, (ii) the manner in which the Consultants shall procure
any such services, facilities and property from other sources, and (iii) the
additional payments, if any, to be made to the Consultants as a result thereof
pursuant to Clause GC 6.l(c) hereinafter.
5.5. Payment
(a) If so provided in Appendix F hereto, the Client shall make available to the
Consultants, as and when provided in such Appendix F, and free of charge, such
counterpart personnel to be selected by the Client, with the Consultants' advice,
as shall be specified in such Appendix F. Counterpart personnel shall work
under the exclusive direction of the Consultants. If any member of the
counterpart personnel fails to perform adequately any work assigned to him by
the Consultants which is consistent with the position occupied by such -
member, the Consultants may request the replacement of such member, and
the Client shall not unreasonably refuse to act upon such request.
(b) If counterpart personnel are not provided by the Client to the Consultants as and
when specified in Appendix F, the Client and the Consultants shall agree on (i)
how the affected part of the Services shall be carried out, and (ii) the additional
payments, if any, to be made by the Client to the Consultants as a result thereof
pursuant to Clause GC 6.1(c) hereof.
(a) An estimate of the cost of the Services payable in local currency is set forth in
Appendix H.
(b) Except as may be otherwise agreed under Clause GC 2.6 and subject to Clause
GC 6.1(c), payments under this Contract shall not exceed the ceilings in foreign
currency and in local currency specified in the SC. The Consultants shall notify
the Client as soon as cumulative charges incurred for the Services have reached
80% of either of these ceilings.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
currency, as the case may be, shall be made to the Consultants in order to cover
any necessary additional expenditures not envisaged in the cost estimates
referred to in Clause GC 6.1(a) above, the ceiling or ceilings, as the case may
be, set forth in Clause GC 6.1 (b) above shall be increased by the amount or
amounts, as the case may be, of any such additional payments.
Note: Annual contract value shall be calculated as = Total contract value divided by
number of years of original contract period
(c) It is mandatory to deploy the key personnel and sub-professional as per the Man
months Input specified in the Terms of Reference. Inadequate deployment of
key personnel and sub-professional shall lead to deduction in the monthly
payment as per the following table. The key personnel and sub-professional shall
be considered to be inadequately deployed if he / she is not present for at least
90% of the time stipulated in the month, as per the Man-months input in the
Terms of Reference and the deployment schedule proposed by the firm.
197
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(d) It is mandatory to use all the equipment mentioned in Section 6.4 of TOR for
road inspection surveys. Non-use of equipment in the survey month as
specified in Annexure- IV (Month of survey for equipment based road condition
assessment) can be considered only in unavoidable circumstances. However,
non-use of equipment shall lead to deduction in monthly payment as per the
following table
5 Retro-reflectometer 5%
6 ATCC 15%
Total 100%
198
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
For avoidance of doubt, in case no equipment is used in the survey month, then no
monthly payment shall be released. In the case that only Network Survey Vehicle is
used then 50% of monthly payment (which is 50% of 12.5% of annual contract value)
shall be released. Payment linked to equipment based report shall be released only on
completion of equipment based road inspection and submission of equipment based
report.
(e) The consultant can use the equipment during the next 3 months of survey
month. However, 10% penalty per month shall be imposed for delay in use of
equipment. Thus, payment linked to the specific equipment shall be released
after deducting 10% penalty per month. In case 1 or more equipment is not used
during next 3 months of survey month, then this shall be treated as Breach of
Contract and performance security shall be liable to be forfeited.
(f) If any of the reports is found to be misleading or containing incorrect
information as determined by the Authority, 10% of payment linked to that
report shall be deducted as penalty.
(g) Payment during Extension of services- In case of extension of contract,
payment shall be governed by the similar criteria as applicable for contract
duration i.e., 7.5% for monthly reports which do not include equipment-based
inspection and 12.5% for monthly reports which include equipment based
inspection.
(a) Local currency payments shall be made in the currency of the Government.
(a) The Client shall cause to be paid to the Consultants an interest-bearing advance
payment as specified in the SC, and as otherwise set forth below. The advance
payment will be due after provision by the Consultants to the Client of a bank
guarantee by a bank acceptable to the Client in an amount (or amounts) and in a
currency ( or currencies) specified in the SC, such bank guarantee (I) to remain
effective until the advance payment has been fully set off as provided in the SC,
and (ii) to be in the form set forth in Appendix I hereto or in such other form as
the Client shall have approved in writing.
(b) As soon as practicable and not later than fifteen (15 days) after the end of each
calendar month during the period of the Services, the Consultants shall submit
to the Client, in duplicate, itemized statements, accompanied by copies of
receipted invoices, vouchers and other appropriate supporting materials, of the
amounts payable pursuant to Clauses GC 6.3 and 6.4 for such month. Separate
monthly statements shall be submitted in respect of amounts payable in foreign
currency and in local currency.
(c) The Client shall cause the payment of the Consultants periodically as given in
the schedule of payment above within thirty (30) days after the receipt by the
Client of bills with supporting documents.
199
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(d) The final payment under this Clause shall be made only after the final report
and a final statement, identified as such, shall have been submitted by the
Consultants and approved as satisfactory by the Client. The Services shall be
deemed completed and finally accepted by the Client and the final report and
final statement shall be deemed approved by the Client as satisfactory ninety
(90) calendar days after receipt of the final report and final statement by the
Client unless the Client, within such ninety (90)-day period, gives written notice
to the Consultants specifying in detail deficiencies in the Services, the final
report or final statement. The Consultants shall thereupon promptly make any
necessary corrections, and upon completion of such corrections, the foregoing
process shall be repeated. Any amount which the Client has paid or caused to be
paid in accordance with this Clause in excess of the amounts actually payable in
accordance with the provisions of this Contract shall be reimbursed by the
Consultants to the Client within thirty, (30) days after receipt by the
Consultants of notice thereof. Any such claim by the Client for reimbursement
must be made within twelve (12) calendar months after receipt by the Client of
a final report and a final statement approved by the Client in accordance with
the above.
(e) All payments under this Contract shall be made to the account of the
Consultants specified in the SC.
The Parties undertake to act in good faith with respect to each other's rights under
this Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.
The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby
agree that it is their intention that this Contract shall operate fairly as between
them, and without detriment to the interest of either of them, and that, if during
the term of this Contract either Party believes that this Contract is operating
unfairly, the Parties will use their best efforts to agree on such action as may be
necessary to remove the cause or causes of such unfairness, but no failure to agree
on any action pursuant to this Clause shall give rise to a dispute subject to
arbitration in accordance with Clause GC 8 hereof.
8. Settlement of Disputes
The Parties shall use their best efforts to settle amicably all disputes arising out of
or in connection with this Contract or the interpretation thereof.
200
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
Any dispute between the Parties as to matters arising pursuant to this Contract
which cannot be settled amicably within thirty (30) days after receipt by one Party
of the other Party's request for such amicable settlement may be submitted by
either Party for settlement in accordance with the provisions specified in the SC.
9 Fake CV
(C) was not employed by the firm, proposing his candidature is found
incorrect/fake/inflated at any stage, the consultancy firms will have to refund the twice
of salary and perks drawn in respect of the person.
201
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
GC Clause
1.1(a) The words “in the Government’s country” are amended to read “in INDIA”
Attention:
Cable address:
Telex:-
Fax:-
Consultants: Attention:
Cable address:
Telex
Facsimile
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(Note: If the Consultants consist of a joint venture of more than one entity, the name of
the entity whose address is specified in SC 1.6.1 should be inserted here. If the
Consultants consist of one entity, this Clause 1.8 should be deleted from the SC)
1.10 The Consultants, Sub-consultants and the Personnel shall pay the taxes, duties,
fees, levies and other impositions levied under the existing, amended or enacted
laws during life of this contract and the client shall perform such duties in regard
to the deduction of such tax as may be lawfully imposed.
2.2 The time period shall be four months or such other time period as the parties may
agree in writing.
2.3 The time period shall be 15 days or such other time period as the Parties may agree
in writing.
203
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(III) The policy should be issued only from an Insurance Company operating in
India.
(IV) The policy must clearly indicate the limit of indemnity in terms of “Any One
Accident” (AOA) and “Aggregate limit on the policy period” (AOP) and in no
case should be for an amount less than stated in the contract.
(V) If the Consultant enters into an agreement with NHAI in a joint venture or
‘in association’, the policy must be procured and provided to NHAI by the
joint venture/in association entity and not by the individual partners of the
joint venture/association.
(VI) The contract may include a provision thereby the Consultant does not
cancel the policy midterm without the consent of NHAI. The insurance
company may provide an undertaking in this regard.
b. This limitation of liability shall not affect the Consultants' liability, if any,
for damage to Third Parties caused by the Consultants or any person or firm
acting on behalf of the Consultants in carrying out the Services.
c. Professional Liability Insurance may be accepted for initially one year which
shall be extended annually for three years. PLI shall be uniformly taken for
a period of three years.
b. Third Party liability insurance with a minimum coverage of Rs.1.0 million for
the period of consultancy.
204
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
"(i) taking any action under a civil works contract designating the Consultants as
"Engineer", for which action, pursuant to such civil works contract, the written
approval of the Client as "Employer" is required".
3.9 The Consultants shall not use these documents for purposes unrelated to this
Contract without the prior written approval of the Client.
4.6 "The person designated as Team Leader cum Sr. Highway Engineer in Appendix C
shall serve in that capacity, as specified in Clause GC 4.6."
6.1(c) "Payments made in accordance with Clause GC 6:2(a) in local currency shall be
adjusted as follows:
i. Annual contract value shall be adjusted every twelve (12) months (and, the
first time, applicable for the Annual contract value to be computed in the
13th calendar month after the date of the contract) by 5% per annum. Thus,
Annual contract value in second year shall be 105% of Annual contract value
in first year, so on and so forth.
6.2 Payment shall be released as per rates quoted in Appendix C3 – Breakup of Local
currency costs.
However, the proof of remuneration paid to professional staffs in previous month shall
be submitted along with current month’s bill. The remuneration to professional staff
shall be paid by the Supervision Consultant after adjusting overhead charges as
mentioned in Appendix-C-1 “Financial proposal submission form”.
6.4(a) The following provisions shall apply to the interest-bearing advance payment
and the advance payment guarantee:
b. The bank guarantee shall be in the amount and in the currency of the foreign and
local currency portion of the advance payment.
205
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
c. Interest rate shall be 10% per annum (on outstanding amount) for local currency
including converted foreign component into local currency.
[Note: Insert account number, type of account and name and address of the Bank]
8.2 Disputes shall be settled by arbitration in accordance with the following provisions:
If for any reason an arbitrator is unable to perform his function, a substitute shall
be appointed in the same manner as the original arbitrator.
The list of five and the sole arbitrator selected pursuant to Clause 8.2.1 hereof
shall be expert(s) with extensive experience in relation to the matter in dispute.
8.2.5 Miscellaneous
206
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(a) Proceedings shall, unless otherwise agreed by the parties be held in Delhi.
(b) The English language shall be the official language for all purposes;
(c) The decision of sole arbitrator shall be final and binding and shall be
enforceable in any court of competent jurisdiction, and the Parties hereby
waive any objections to or claims of immunity in respect of such enforcement;
and
(d) Fee structure shall be as given below:
Particulars of fee and other Schedule Amount payable per Arbitrator / per
S. No.
charges case
1. Arbitrator fee Rs.25,000/- per day
Or
Rs.7 lakhs (lump-sum) subject to publishing the
Award within 6 months.
Or
Rs.5 lakhs (lump-sum) subject to publishing the
Award after 6 months but before 12 months.
Note:- The amount of fees already paid for the days
of hearing @ Rs.25,000/- would be adjusted in the
lump- sum payment.
2. Reading Charges Rs.25,000/- per Arbitrator per case including
counter claim.
3. Secretarial Assistance and Rs.20,000/-
Incidental Charges
(telephone, fax, postage
etc.)
4. Charges for Publishing / Rs.35,000/-
declaration of the Award
5. Other expenses (As per actuals against bills subject to maximum of the prescribed
ceiling given below)
Traveling Expenses Economy class (by air), First class AC (by train) and
AC car (by road)
Lodging and Boarding (a) Rs.15,000/- per day (Metro cities)
(b) Rs.7,000/- per day (in other cities)
(c) Rs.3,000/- per day, if any Arbitrator makes
own arrangement.
6. Local Travel Rs.1,500/- per day
7. Extra charges for days other Rs.5,000/- per day for outstation Arbitrator
than hearing / meeting days
(maximum for 2 days)
Note: 1. Lodging, boarding and travelling expenses shall be allowed only for those
members who are residing 100 kms. away from place of meeting.
2. Delhi, Mumbai, Chennai, Kolkata, Bangalore and Hyderabad shall be
considered as Metro Cities.
207
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
APPENDICES
208
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
[Give detailed descriptions of the Services to be provided; dates for completion of various
tasks, place of performance for different tasks; specific tasks to be approved by Client,
etc.]
209
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
[List format, frequency, contents of reports and number of copies; persons to receive
them; dates of submission, etc. If no reports are to be submitted, state here "Not
applicable".]
210
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
[List under: C-l Titles [and names, if already available}, detailed job descriptions and
minimum qualifications. experience of Personnel to be assigned to work in India, and
staff- months for each.
C-3 Same as C-l for Key foreign Personnel to be assigned to work outside India.
211
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
The form of Medical Certificate as required under the rules of Govt. of India.
212
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
The Consultants Key personnel and all other Professional / Sub Professional / Support Staff
/ Sub-Consultancy personnel shall work 6 days (Mondays through Saturday) every week and
observe the Gazetted Holidays of Government of India as Holidays. The Consultant shall
work as per the work program of the concessionaire. In this context incase the work plan
of the Consultant needs suitable modifications, the same shall be carried out and
submitted to the client for consideration. The Consultants hours of work normally shall
match with that of Contractor’s activities on the site. No extra remuneration shall be
claimed or paid for extra hours of work required in the interest of Project completion.
In respect of foreign personnel, one day per trip as travel time from and to the country of
the Government shall be allowed.
In addition, casual leave for 12 days shall be permitted in a year to each key personnel /
Sub Professional with prior intimation to the Authority. Out of this, a maximum of 03 CLs
can be availed either separately or together in a quarter and the periods of CLs would be
counted as key personnel / Sub Professional being on duty.
213
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
a. Access to the quality control laboratory for performing various types of tests,
which will be provided by the concessionaire including the testing personnel.
b. RFQ, RFP, Concession Agreement, Bid submission, Site Data and information for
field surveys and investigations
c. Detailed Work plan and Programme for Operation and Maintenance of Project
Highway from Concessionaire.
d. Quality Assurance Plan and Quality Control Procedures from the Concessionaire.
e. All the reports and necessary data as per the reporting obligation of
concessionaire under the concession Agreement.
f. Necessary letters, which will be required for Visa’s of foreign personnel and
procuring other services by the consultant for performing project services.
214
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
2. Monthly rates for foreign Personnel (Key Personnel and other Personnel)
e. International communications.
215
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
3. Monthly rates for local Personnel (Key Personnel and other Personnel)
a. Per diem rates for subsistence allowance for foreign short-term Personnel
plus estimated totals.
216
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(Clause-20 of TOR)
To
The Chairman,
Dwarka,
India
AND WHEREAS it has been stipulated by you in the said Contract that the Consultants shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Consultants such a Bank Guarantee;
NOW THEREOF we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Consultants up to a total of ___________________________ [amount of
Guarantee]2 ___________________________ [in words], such sum being payable in the
types and proportions of currencies in which the Contract Price is payable, and we
undertake to pay you, upon your first written demand and without cavil or argument, any
sum or sums within the limits of [amount of Guarantee] as aforesaid without your needing
to prove or to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Consultants
before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the services to be performed there under or of any of the Contract
documents which may be made between you and the Consultants shall in any way release
us from any liability under this guarantee, and we hereby waive notice of any such
change, addition or modification.
217
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
The liability of the Bank under this Guarantee shall not be affected by any change in the
constitution of the consultants or of the Bank.
Notwithstanding anything contained herein before, our liability under this guarantee is
restricted to Rs. ___________ (Rs. _____________) and the guarantee shall remain valid
till ______________. Unless a claim or a demand in writing is made upon us on or before
______________ all our liability under this guarantee shall cease.
This guarantee shall be valid for a period of 62 months i.e. upto 2 months beyond the
expiry of contract of 60 months.
…………[Name of Consultants] on whose behalf this guarantee has been given Bank hereby
confirms that it is on the SFMS (Structural Finance Messaging System) platform and shall
invariably send an advice of this Bank Guarantee to the designated bank of NHAI after
obtaining details thereof from NHAI.
In presence of
Address ___________________________ 2.
218
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
1.
Give names of all partners if the Consultants is a Joint Venture.
219
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank)
Ref: ___________________________
Date: ___________________________
Dear Sir,
(scope of work)
and the Client having agreed to make an advance payment to the Consultant for
performance of the above Contract amounting to (in words and figures) as an advance
against Bank Guarantee to be furnished by the Consultant.
We ___________________________
The Client shall have the fullest liberty without affecting in any way the liability of the
Bank under this Guarantee, from time to time to vary the advance or to extend the time
for performance of the contract by the Consultant. The Client shall have the fullest
liberty without affecting this guarantee, to postpone from time to time the exercise of
any powers vested in them or of any right which they might have against the Client and
220
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
to exercise the same at any time in any manner, and either to enforce or to forebear to
enforce any covenants, contained or implied, in the Contract between the Client and the
Consultant any other course or remedy or security available to the Client. The bank shall
not be relieved of its obligations under these presents by any exercise by the Client of its
liberty with reference to the matters 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 Client or
any other indulgence shown by the Client or by any other matter or thing whatsoever
which under law would but for this provision have the effect of relieving the Bank.
The Bank also agrees that the Client at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without proceeding
against the Consultant and notwithstanding any security or other guarantee that the
Client may have in relation to the Consultant's liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is
limited to ___________________________ and it shall remain in force upto and including
___________________________ and shall be extended from time to time for such period
(not exceeding one year), as may be desired by M/s. ___________________________ on
whose behalf this guarantee has been given.
…………[Name of Consultants] on whose behalf this guarantee has been given Bank hereby
confirms that it is on the SFMS (Structural Finance Messaging System) platform and shall
invariably send an advice of this Bank Guarantee to the designated bank of NHAI after
obtaining details thereof from NHAI.
WITNESS
___________________________ (signature)
(Signature)
___________________________
(Name)
(Name)
___________________________
221
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
___________________________
___________________________
___________________________
Dated
_____________
Note 1: The stamp papers of appropriate value shall be purchased in the name of bank
who issues the "Bank Guarantee”.
Note 2: The bank guarantee shall be from a Nationalized Indian Bank or reputed foreign
commercial Bank acceptable to client for Foreign Consultant with counter guarantee from
Nationalized Bank. Bank guarantee furnished by Foreign consultant shall be confirmed by
any Nationalized Bank in India.
222
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
223
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
224
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
225
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
___________________________
And
___________________________
Whereas National Highways Authority of India (hereinafter called NHAI) has invited
proposal for appointment of Supervision Consultant for (Name of project) hereinafter
called the Project.
(i) ___________ will be the lead partner and ____________ will be the other JV partner/s and
percentage share* will be as under:-
(iii) All JV partners do hereby undertake to be jointly and severely responsible for all the
obligation and liabilities relating to the consultancy work and in accordance with the
Terms of Reference of the Request for Proposal for the Consultancy Services.
_______________________
Address
_______________________
Address
226
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
Note: *The bidder cannot revise their share among Lead/JV partner which was declared at the
time of bidding of respective consultancy assignments.
227
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
Appendix-O:
Penal actions in case of lapses of Supervision Consultant and concerned key personnel on their
part/deficiencies in services provided:
1.1 Following penal actions shall be taken against Supervision Consultant in case of lapses on
their part/ deficiencies in services provided under this contract:
Key Firm
personnel
228
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
229
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
Improper/wrong interpretation of
provision in contract agreement; or
wrong certification of payment/COS
value/cost & time claims; or poor
performance of services leading to cost
(1% of civil work cost) and/or time (5%
of project completion period) claims
against NHAI awarded by
DRB/CCIE/Arbitration/Court.
(i) Foundation, sub-structure and super-structure of flyovers, road over bridges, road under
bridges, vehicular under passes, vehicular over passes, major bridges and minor bridges
etc.
(ii) Tunnels
(iii) Expansion joint and bearings
(iv) RE wall/Retaining walls
(v) The crust layers of flexible pavements
(vi) The crust layers of rigid pavements
(vii) Embankment and slope protection
(viii) Issues affecting Road Safety
(ix) Any other work endangering/impacting/stability/reliability/ durability/performance of
pavement/structures
*The items not covered in above list shall be in the category of Non-Key Components.
# excluding the delay solely attributable to the contractor beyond stipulated time.
1.2 The following penal actions shall be taken in case of any reports on failure of structures after
ensuing proper investigation:
230
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
(i) Minor failure of structures/highway due Token penalty of Rs. 5 lakhs on The key personnel may be kept
to design/construction/maintenance consultancy firm engaged on watch list for any future
defect wherein no casualties are during recurrence besides issuing
reported. construction/maintenance written warning.
besides issuing written warning.
(ii) Major failure of structures/highway due Monetary penalty of Rs. 20 Debarment of concerned key
to design/construction/maintenance lakhs on consultancy firm personnel up to 2 years in NHAI
defect wherein no casualties are engaged during works.
reported. construction/maintenance
and/or debarment up to 1 year
(iii) Major failure of structures/highway due Monetary penalty of Rs. 40 Debarment up to 3 years.
to construction/maintenance defect lakhs on consultancy firm
leading to loss of human lives besides engaged during
loss of reputation etc. construction/maintenance
and/or debarment up to 2 years
Note:
i. The term Consultant refers to Supervision Consultant, Design Consultant, Proof Consultant &
Safety Consultant.
ii. In case of delayed failure i.e., failure due to construction but reported during maintenance
period after the defaulting consultant has been demobilized, action shall be taken against the
concerned consultant only.
iii. For each repeated lapse by the firm, the penalty for the subsequent offence shall be
enhanced by an additional 50% as compared to penalty imposed in the previous instance
applicable against the category of penalty under consideration.
iv. In case the outcome of investigation is unclear or on the basis of conjectures, no action on
debarment shall be taken and only suitable monetary penalty shall be imposed on all
consulting firms engaged in construction/maintenance.
231
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
232
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period
DISCLAIMER
The Applicant must read all the instructions in the RFP and submit the same accordingly.
233
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP