public works department - e tenders · (public works department) request for qualification for...

37
GOVT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, AUARANGABAD PUBLIC WORKS CIRCLE, AURANGABAD WORLD BANK PROJECT DIVISION, AURANGABAD REQUEST FOR QUALIFICATION (RFQ) EMPANELMENT OF CONSULTANTS FOR VARIOUS CONSUTANCY SERVICES IN P.W.REGION, AURANGABAD, FORMAXIMUM THREE YEARS

Upload: others

Post on 16-Apr-2020

15 views

Category:

Documents


1 download

TRANSCRIPT

GOVT OF MAHARASHTRA

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS REGION, AUARANGABAD

PUBLIC WORKS CIRCLE, AURANGABAD

WORLD BANK PROJECT DIVISION, AURANGABAD

REQUEST FOR QUALIFICATION (RFQ)

EMPANELMENT OF CONSULTANTS

FOR VARIOUS CONSUTANCY

SERVICES IN P.W.REGION,

AURANGABAD, FORMAXIMUM

THREE YEARS

2

¯ÖÏןÖ, ��. �ह���� ����, (���ह���), ���ह�� � ������ �ह��������, ���� ������� �����, 17 �� ����, ����������, �� !-400032.

×¾ÖÂÖµÖ :- �-������ ��� � ��� ������ �� 2015-2016 (������)������ ���'( ��)* � �..

´ÖÆüÖê¤üµÖ, �� � �� ���+���� �-������ ���� � ��� ������ �� 2015-2016 (������) ����(� ,�� ���-� �ह� ��� � �.��� �� ���� ��/�*0�� 1ह*�. ��� 2�������)* ��3�� 2� 4��*0�� (5��� ����������'�* 6�

�*7 ���'(���-� ��-��)* � � ����� 1ह*.

1) ���+���* ��� : �������� 4�:���, ��;��� <� ��0� ��:�;, =�;� �(

2) ���ह��� �� ��-��>��� �?� : ���� ���)* 3) ���ह��� ���'(�� �(��� : 07.11.2015 4) ���'(�� ���7� � �������� : ��@� ���7� ���� 6� ���-� � 6� �.�� (5���/ ��:�;�� 3����� 6��

���-� � ��0ह� 3����� 6�� ���-� ����������'�*.

�� � –!-����(� ���� �.- �� 2015-16

(������) ������ ,�� ��� ���� ���-�� (�� �� �.��� ÛúÖµÖÔÛúÖ¸üß †×³ÖµÖÓŸÖÖ

•ÖÖÝÖןÖÛú ²ÖÑÛú ¯ÖÏÛú»¯Ö ×¾Ö³ÖÖÝÖ †Öî¸ÓüÝÖÖ²ÖÖ¤ü.

�� - ��.��C� �������, ��. �.��(*��� ��:�; – =�;� �( ���� ���ह����-� ����� ��(�. �� - ��.4D�E� �������, ��. �. �/7, =�;� �( – 1 ���� ���ह����-� ����� ��(�. �������� �� - �������� �������, ��. �. ��:�;, =�;� �( (�FG�) ��:�;, =�;� �(/����� H.1/����� H.2 ���� ���ह��3�� �3�*ह 4.*�I�. �� :- ��J�� �/�

ÛúÖµÖÖÔ»ÖµÖ,ÛúÖµÖÔÛúÖ¸üß †×³ÖµÖÓŸÖÖ, •ÖÖÝÖןÖÛú ²ÖÑÛú ¯ÖÏÛú»¯Ö ×¾Ö³ÖÖÝÖ, †Öî¸ÓüÝÖÖ²ÖÖ¤ü.

²ÖÖÓ¬ÖÛúÖ´Ö ³Ö¾Ö®Ö †¤üÖ»ÖŸÖ ¸üÖê›ü †Öî̧ ÓüÝÖÖ²ÖÖ¤ü 431005 ¤ãü¸ü¬¾Ö®Öß 0240-2331342

Email ID :- [email protected]

•ÖÖ.ÛÎú./ פü®ÖÖÓÛú :-

3

�� :- �* ��!J�� ���'(���-�

4

GOVT. OF MAHARASHTRA

World Bank Project Division, Aurangabad - 431001

Phone No. 020/26122457

Web- www.mahapwd.com & [email protected] E-TENDER NOTICE NO - FOR 2015-2016

Sealed online e - proposals for the following work are invited by the Executive Engineer, World Bank Project

Division, Aurangabad-431001 (Telephone No. 26122457) from the Consultants for various Consultancy services

in P.W. Region, AURANGABAD for maximum three years.

e-tender

work No. Name of Work

Total Time

Period Of

Empanelme

nt

Cost of Proposal

Form e-proposal

Fee Rs.

Class of Consultant

1 REQUEST FOR QUALIFICATION

FOR EMPANELLMENT OF

CONSULTANTS FOR VARIOUS

CONSULTANCY SERVICES IN P.W.

REGION, AURANGABAD, FOR

MAXIMUM THREE YEARS

Three

Years

(36 Months)

1000/-

(e-payment

gateway)

for each category

to be applied

Experienced

Project Consultancy

e-tender time table

1 Download Period of online Proposal Dt.18.11.2015 at 10.00 to

Dt.02.12.2015 at 23.00

2 Last date and time for online raising of technical

points for clarification (Pre-bid Meeting)

----- NIL----

3 Submit Hash to Create online Proposal by

Consultants (Technical Bid Last date and time)

Up to Dt. 04.12.2015, 23.00 Hrs

4 Period for online Super Hash generation (for Office

use only)

Dt. 05.12.2015 Up to 17.30 Hrs

5 Period of online Decryption and Re-encryption for

Proposal details by Consultants.

Dt. 05.12.2015 at 17.31 Hrs to

Dt. 07.12.2015 at 23.00 Hrs

6 Place, Date and timing of opening of Proposals. Dt. 09.12.2015 at 10.00 to Dt. 11.12.2015 at 18.00

in the office of Executive Engineer, World Bank

Project Division, Aurangabad (If Possible).

Note :- (All the payment towards cost of Proposal forms will be done online only. Generally RTGS/NFT requires time to update, hence Time will 23.00 hrs. is given to consultants. Please note that consultants should complete activity at least one day before for safer side)

5

1. All eligible/interested Consultants who want to participate in tendering process should compulsory

get enrolled on e-tendering portal "http://maharashtra.etenders.in" and further need to

empanelled online on sub portal "http://pwd.maharashtra.etenders.in" in the appropriate

category applicable to them.

2. Contact details for difficulties in submission of online tenders if any.

“ Sify Technotigies Ltd. Nextenders (India) Pvt. Ltd. On 020-25315555/ 25315556”

3. It is compulsory for all participants to submit all documents online.

4. Other term and condition displayed in online e-proposal forms. Right to reject any or all online

proposal of work without assigning any reasons thereof are reserved.

5. Consultants already empanelled earlier in the office of the Chief Engineer, P.W. Region Aurangabad

shall apply again with reference to this notice, as earlier empanelment will stand cancelled

automatically with completion of the process of this empanelment.

6. Above Tender Notice is displayed on P.W.D. website www.mahapwd.com

Executive Engineer,

World Bank Project Division,

Aurangabad-431001

6

INDEX

NAME OF

WORK

REQUEST FOR QUALIFICATION FOR

EMPANELLMENT OF CONSULTANTS FOR

VARIOUS CONSULTANCY SERVICES IN P.W.

REGION, AURANGABAD, FOR MAXIMUM

THREE YEARS

Senior Divisional Accounts Officer

World Bank Project Division, Aurangabad

Sr

No. Description Page No.

from to 1 2 3 4

SECTION-I

1 BRIEF TENDER NOTICE 7 7 2 DETAILED TENDER NOTICE 8 9 3 LETTER OF INVITATION 10 12

SECTION-II

4 INSTRUCTION TO AGENCIES FOR

SUBMISSION OF RFQ 14 23

SECTION-III

5 ELIGIBILITY CRITERIA 25 28 EVALUATION CRITERIA 29 29 SECTION-IV

TERMS OF REFERENCE FOR

VARIOUS CONSULTANCY

SERVICES

30 35

7

SECTION 1

NOTICE INVITING

PROPOSALS

8

BRIEF TENDER NOTICE

Government of Maharashtra

WORLD BANK PROJECT DIVISION, AURANGABAD

NOTICE FOR EMPANELMENT OF CONSULTANT

TENDER NOTICE NO. FOR 2015-2016

REQUEST FOR QUALIFICATION FOR EMPANELMENT OF CONSULTANTS

FOR VARIOUS CONSULTANCY SERVICES IN P.W. REGION, AURANGABAD,

FOR MAXIMUM THREE YEARS The Executive Engineer, World Bank Project Division, Aurangabad, has decided to carry out

the process for selection of the CONSULTANTS for various Consultancy Services ,in PW

Region, AURANGABAD, for MAXIMUM THREE YEARS. The Executive Engineer,World

Bank Project Division, Aurangabad, Bandhakam Bhavan, Adalat Road, Aurangabad

Phone No.0240-2331342

(email- [email protected].) now invites eligible consultancy firms/

companies/ joint ventures for REQUEST FOR QUALIFICATION for EMPANELMENT OF

CONSULTANTS FOR VARIOUS CONSULTANCY SERVICES IN P.W. REGION,

AURANGABAD, FOR MAXIMUM THREE YEARS. The details are available in the

Tender Notice no. is displayed on P.W.D. Website, “www.mahapwd.com and

www.maharashtraetenders.in”

The Proposal can be downloaded from www.maharashtraetenders.in. The Schedule of

submission mentioned in the e-tender notice should be strictly adhered to.

Address in case of any Communication,

Executive Engineer,World Bank Project Division, Aurangabad

Bandhakam Bhavan, Adalat Road, Aurangabad Phone No.0240-2331342

Email: [email protected]

Executive Engineer,

World Bank Project Division,

Aurangabad

9

DETAILED TENDER NOTICE

GOVERNMENT OF MAHARASHTRA

(Public Works Department)

REQUEST FOR QUALIFICATION FOR EMPANELMENT OF CONSULTANTS

FOR VARIOUS CONSULTANCY SERVICES IN P.W. REGION, AURANGABAD,

FOR MAXIMUM THREE YEARS

1. The Department invite REQUEST FOR QUALIFICATION from consulting engineering

firms or bodies corporate to undertake and perform the consultancy services for P.W.

Region, AURANGABAD, as per the duties and functions set forth.

2. The Engineer-In-Charge shall invite the Firms to submit their respective technical and

financial details. All the details so received shall be opened and pursuant to the

evaluation thereof, the Authority shall shortlist eligible firms on the basis of their scores

as per the eligibility criteria mentioned in Annexure IV.

3. As per the terms and conditions of this Agreement, the Consultant is required to

undertake the work as defined in the BRIEFSCOPE of the respective Consultancy

Service in TOR.

4. The Public Works Department, Government of Maharashtra now invites eligible

consulting engineering firms/ companies/ joint ventures for RFQ for EMPANELMENT

OF CONSULTANTS FOR VARIOUS CONSULTANCY SERVICES IN P.W.

REGION, AURANGABAD, FORMAXIMUM THREE YEARS.

5. Based on relevant experience of respective Consultancy Service, as detailed in Letter of

Invitation (LOI), P. W. D. will shortlist the firms and prepare a panel of consultants,

which will be valid for respective Consultancy Service only. Technical & Financial

Proposals will be invited from the consultants, out of the panel, so formed. The total time

period for the empanelled Consultant will be for maximum 3 years (period of

service).The time period for completion of Consultancy service will be decided by the

Engineer-In-Charge. It is proposed to invite the Technical and Financial Proposals(RFP),

for actual award of consultancy service, from shortlisted consultants as and when

required.

10

6. The RFQ should be submitted online on www.maharashtraetenders.in

7. Interested consulting engineering firms/ companies/ joint ventures may obtain further

information at the following address.

Address for Communication:

Executive Engineer, World Bank Project Division, Aurangabad

Bandhakam Bhavan, Adalat Road, Aurangabad.

Phone No.0240-2331342

Email: [email protected]

11

Letter of Invitation (LOI)

Subject: RFQ FOR EMPANELMENT OF CONSULTANTS FOR VARIOUS

CONSULTANCY SERVICES IN P.W. REGION, AURANGABAD, FOR MAXIMUM

THREE YEARS

Dear Sir,

Chief Engineer, Public Works Region, AURANGABAD, intends to empanel

eligible persons/ consulting firms/ joint ventures who have proven experience as

Consultant. P. W. D. will engage eligible consulting firms/Joint ventures to act as

Consultant for Various Consultancy Services in P.W REGION, AURANGABAD for a

period of MAXIMUM THREE YEARS(3 years).

2. The sole applicant or Consortium should have an experience as specified in Annex-IV.

Experience of firm in projects that have been substantially completed (not less than 90%

of Contract value) shall be considered towards qualifying experience.

3. Only those consultants who satisfy minimum eligible criteria need apply. Client

certificates shall be required for experience in Consultancy Service. In case a consulting

engineering firm claims experience for a project undertaken as a member of JV, the

particular firm’s position in the JV needs to be clearly brought out in the Clients’

certificate or in a supporting sheet by the firm itself.

4. KEY PERSONNEL

Sr. No. of

Notice

Consultancy Services Staff/ Associates

1 Structural designer (building) 1. Senior Structural Engineer

2. Junior Structural Engineer

3. Civil Engineer

4. Auto cad Draftsman

5. Computer Operator

2 Structural designer (major bridge ) 1. Senior Structural Engineer

2. Junior Structural Engineer

3. Civil Engineer

4. Auto cad Draftsman

12

5. Computer Operator

3 Proof consultant (building) 1. Senior Structural Engineer

2. Junior Structural Engineer

3. Civil Engineer

4. Auto cad Draftsman

5. Computer Operator

4 Proof consultant (bridge) 1. Senior Structural Engineer

2. Junior Structural Engineer

3. Civil Engineer

4. Auto cad Draftsman

5. Computer Operator

5 Road survey, design & drawing preparation 1. Senior Civil Engineer (Expert in

Survey)

2. Junior Civil Engineer

3. Technical Supervisor

4. Computer Operator

6 Bridge survey, design & drawing preparation 1. Senior Civil Engineer (Expert in

Survey)

2. Junior Civil Engineer

3. Technical Supervisor

4. Computer Operator

7 Building Survey, design & drawing

preparation

1. Senior Civil Engineer (Expert in

Survey)

2. Junior Civil Engineer

3. Technical Supervisor

4. Computer Operator

8 Project administration and supervision 1.Senior Highway Engineer

2.Senior Bridge/ Structural Engineer

3.Traffic Regulation Expert

4. Senior Pavement Specialist

5.Site Engineer

6. Computer Operator

9 Architect / Building Proficient 1. Senior Architect

2. Junior Architect

3.Interior Decorator

4.Civil Engineer

5. Auto Cad Draftsman

6. Computer Operator

10 Acoustical designer 1. Senior Architect

2. Junior Architect

3.Civil Engineer

4. Auto Cad Draftsman

5. Interior Decorator

6. Computer Operator

11 Land scaping designer, Gardening &

Horticulture.

1. Architect

2. Graduate in Agriculture

3. Civil Engineer

4. Computer Operator

12 Fire and safety consultant 1. Fire Safety Expert in Obtaining

clearances from competent Authorities.

13

2. Electrical Engineer

3. Senior Plumber

13 Financial advisor 1. B.E.

2. Any Degree with M.B.A.

3. Expert in Cash Flow

14 Land Acquisition consultant 1. Civil Engineer

2. Advocate

3. Surveyor

4. Draftsman

5.Staff Having Relevant Experience in

L.A./ Agriculture.

6. Valuer.

15 Computer software developer 1. Software Engineer

16 Road Traffic Counting & Reporting 1. Traffic Expert

2. Latest Machinery for Auto Traffic

Count

3. Traffic Analyzer

17. Maharashtra Employees Pension Plan (MEPP)

& Heating, Ventilation & Air Conditioning

(HVAC) Consultant

1. B.Sc.

2. Interior Decorator

3. Expert in that Sector

18. B.O.T./ P.P.P Project Specialist / Annuity /

Annuity & Toll / V.G.F. Consultant

1.B.E./ M.E.

2. Financial Expert

3. Surveyor

4. Traffic Count Specialist

5.Estimate Preperatoty Staff.

5. The total time period for the empanelled Consultant will be for maximum 3 years

(period of service).

6. The Short listing of Consultant shall be done based on the marks obtained by the firm

after evaluation of firm’s experience, credential etc. The points assigned for evaluation

criteria have been given in Annex-V& at the discretion of Department.

7. Instructions for submission of the RFQ and Definitions are enclosed at Annex-I and

guidelines for the preparation for the RFQ proposal is enclosed at Annex-II. Eligible

Consulting Engineering firms/Joint ventures interested in short-listing for Consultant

should fill up the enclosed form (Annex-III) and submit together with a letter of intent

(LOI) online through www.maharashtraetenders.in.

Yours sincerely,

Encl. As above

Executive Engineer

World Bank Project Division

Aurangabad-431001.

14

SECTION 2

INSTRUCTION TO

AGENCIES FOR SUBMISSION

OF RFQ

15

Annexure-I

3. INSTRUCTIONS TO AGENCIES FOR SUBMISSION OF RFQ

1. DEFINITIONS:

In this Agreement, the following words and expressions shall, unless repugnant to the context or

meaning thereof, have the meaning hereinafter respectively assigned to them:

“Accounting Year” means the financial year commencing from the first day of April and ending

on 31st March .

“Assignment / job” means the work to be performed by the Consultant pursuant to the Contract.

“Agreement” means this Agreement, hereto and any amendments thereto made in accordance

with the provisions contained in this Agreement;

“Applicable Laws” means all laws, brought into force and effect by GOI or the State

Government of Maharashtra, including rules, regulations and notifications made there under, and

judgments, decrees, injunctions, writs and orders of any court of record, applicable to this

Agreement and the exercise, performance and discharge of the respective rights and obligations

of the Parties hereunder, as may be in force and effect during the subsistence of this Agreement;

“Applicable Permits” means all clearances, licenses, permits, authorizations, no objection

certificates, consents, approvals and exemptions required to be obtained or maintained under

Applicable Laws in connection with the Project during the subsistence of this Agreement;

“Arbitration Act” means the Arbitration and Conciliation Act, 1996 and shall include

modifications to or any re-enactment thereof, as in force from time to time;

“Associate” or “Affiliate” means, in relation to either Party {and/or Consortium Members}, a

person who controls, is controlled by, or is under the common control with such Party {or

Consortium Member} (as used in this definition, the expression “control” means, with respect to

a person which is a company or corporation, the ownership, directly or indirectly, of more than

50% (fifty per cent) of the voting shares of such person, and with respect to a person which is not

a company or corporation, the power to direct the management and policies of such person,

whether by operation of law or by contract or otherwise);

“Bid” means the documents in their entirety comprised in the bid submitted by the {selected

bidder/Consortium} in response to the in accordance with the provisions thereof;

“Bid Security” means the security provided by the Concessionaire to the Government along

with the Bid in a sum of 2 % of the total Project cost in accordance with the RFP, and which is to

remain in force until substituted by the Security deposit;

16

“Change in Law” means the occurrence of any of the following after the date of Bid:

(a) the enactment of any new Indian law as applicable to the State;

(b) the repeal, modification or re-enactment of any existing Indian law as

applicable to the State;

(c) the commencement of any Indian law, as applicable to the State, which

has not entered into effect until the date of Bid;

(d) a change in the interpretation or application of any Indian law, as

applicable to the State, by a judgment of a court of record which has

become final, conclusive and binding, as compared to such interpretation

or application by a court of record prior to the date of Bid; or

(e) any change in the rates of any of the Taxes that have a direct effect on the

Project;

“Company” means the company acting as the Consultant under this Agreement;

“Chief Engineer” shall have the meaning The Chief Engineer of the Public Works Region,

AURANGABAD, in which the Consultancy services work is proposed.

“Consortium” shall mean an association or combination of partnering entities, being consortium

members and includes one or more identified and named sub- Consultant(s), coming together

with Lead Member for submission of a Proposal.

“Contract” means the contract signed by and between Employer and the Consultant and all its attached documents.

“Dispute” shall have the meaning set forth in Any dispute, difference or controversy of whatever

nature howsoever arising under or out of or in relation to this Agreement (including its

interpretation) between the Parties, and so notified in writing by either Party to the other Party

(the “Dispute”) shall, in the first instance, be attempted to be resolved amicably, if not, the

decision of Superintending Engineer, P.W. Circle, will be final.

The Parties agree to use their best efforts for resolving all Disputes arising under or in

respect of this Agreement promptly, equitably and in good faith, and further agree to provide

each other with reasonable access during normal business hours to all non-privileged records,

information and data pertaining to any Dispute.

“Dispute Resolution Procedure” means the procedure for resolution of Disputes set forth in

Point 4 of Terms Of Reference(TOR).

“Document” or “Documentation” means documentation in printed or written form, or in tapes,

discs, drawings, computer programmes, writings, reports, photographs, films, cassettes, or

expressed in any other written, electronic, audio or visual form;

17

“Drawings” means all of the drawings, calculations and documents pertaining to the Project.

“DPR” means Detail Project Report of the Consultancy Project.

“Day” means calendar day.

“Executive Engineer” means The Executive Engineer of the Concerned Public Works Division

in which the Consultancy services work is proposed.

“Employer” means the Chief Engineer, Public Works Region, AURANGABAD.

“Engineer-in-charge” means the representative of the Employer. He is Executive Engineer, World Bank Project Division, AURANGABAD or any equivalent Officer appointed by the Employer.

“GOI” means the Government of India;

“Good Industry Practice” means the practices, methods, techniques, designs, standards, skills,

diligence, efficiency, reliability and prudence which are generally and reasonably expected from

a reasonably skilled and experienced operator engaged in the same type of undertaking as

envisaged under this Agreement and which would be expected to result in the performance of its

obligations by the Consultant in accordance with this Agreement, Applicable Laws and

Applicable Permits in reliable, safe, economical and efficient manner;

“Government” means the Government of the State of Maharashtra;

“Government Representative” means such person or persons as may be authorised in writing

by the Government to act on its behalf under this Agreement and shall include any person or

persons having authority to exercise any rights or perform and fulfill any obligations of the

Government under this Agreement;

‘Lead Partner’: shall mean the member of the consortium duly nominated/authorized by all members of that consortium as a lead partner.

“IRC” means the Indian Roads Congress;

“INR” shall have the meaning Indian Rupees.

“JV” Shall have the meaning Joint Venture.

“MORTH” means the Ministry of Road Transport and Highways or any substitute thereof

dealing with highways;

“NH” shall have the meaning National Highway.

“Period Of Service” The Period of empanelment of Consultant will be MAXIMUM THREE

YEARS(3 years) from issue of Empanelment Order or earlier, whichever decided by Chief

Engineer, P.W. Region, AURANGABAD.

“Project Management Consultant (herein after referred as PMC)” means any eligible entity

as per RFQ which submits a Proposal, either individually or as Consortium (in the latter case

18

through Lead Member), and which upon selection, would provide Services to the Employer

under the Contract.

“Personnel” means professionals and support staff provided by the PMC or by any Sub- Consultant and assigned to perform the Services or any part thereof.

“PWD” or “Public Works Department” means the Public Works Department of the State

Government or any substitute thereof dealing with State Highways and “Secretary, PWD”

means the Secretary to the State Government in that Department;

“P.W.Region, AURANGABAD” Shall have the meaning Public Works Revenue Region of

AURANGABAD, under Chief engineer, Public Works Region, AURANGABAD.

“Parties” means the parties to this Agreement collectively and “Party” shall mean any of the

parties to this Agreement individually;

“Proposal” means the Technical Proposal and the Financial Proposal, considered together.

“RBI” means the Reserve Bank of India, as constituted and existing under the Reserve Bank of

India Act, 1934, including any statutory modification or replacement thereof, and its successors;

“Re.”, “Rs.” or “Rupees” or “Indian Rupees” means the lawful currency of the Republic of

India;

“RFQ” means the REQUEST FOR QUALIFICATION document issued by the Engineer-in-

charge for the selection of Consultant.

“RFP” means the REQUEST FOR PROPSAL document issued by the Engineer-in-charge for the selection of Consultant.

“Specifications and Standards” means the specifications and standards relating to the quality,

quantity, capacity and other requirements for the Project, and any modifications thereof, or

additions thereto, as included in the design and engineering for the Project submitted by the

Consultant to, and expressly approved by, the Department;

“State” means the State of Maharashtra and “State Government” means the government of that

State;

“Suspension” shall have the meaning temporary halt of the consultancy services by the PWD;

“Security Deposit” shall have the meaning 5 % of the Total Cost of Project mentioned in RFP;

“SH” shall have meaning State Highway.

“Superintending Engineer” shall have the meaning The Superintending Engineer of the

Concerned Public Works Circle in which the Consultancy services work is proposed.

“Taxes” means any Indian taxes including excise duties, customs duties, value added tax, sales

tax, local taxes, cess and any impost or surcharge of like nature (whether Central, State or local)

on the goods, materials, equipment and services incorporated in and forming part of the Project

19

Highway charged, levied or imposed by any Government Instrumentality, but excluding any

interest, penalties and other sums in relation thereto imposed on any account whatsoever. For the

avoidance of doubt, Taxes shall not include taxes on corporate income;

“Termination” means the expiry or termination of this Agreement and the Consultant Firm by

PWD;

“Termination Notice” means the communication issued in accordance with this Agreement by

one Party to the other Party terminating this Agreement;

“TOR” means the Term Of References given in this agreement.

2. STATEMENT:

1. Accomplished statement must be submitted online on www.maharashtraetenders.in

2. The document shall be the basis of drawing up a shortlist of Consultants who will be

invited to submit proposals for the services required.

3. All applications shall be submitted in English.

4. In case of the application made by a Joint Venture, either Joint Venture MoU/Agreement

or the Letter of Intent to form the joint venture shall be attached along with all necessary

details.

5. The empanelment of the Consultants shall be done for the project to be taken up.

6. All Documents shall be scanned from the origionals copies and certified / self-attested

7. Submission must be addressed to the following:

Executive Engineer,

World Bank Project Division, Aurangabad.

Phone No. 0240-2331342 Email: [email protected]

20

Annexure-II

GUIDELINES FOR PREPARATION OF REQUEST FOR QUALIFICATION

Statement of Consultant, interested to be considered for the services

contemplated shall fill up the enclosed form in single copy.

The numbers below correspond to the numbers contained in the enclosed form (Annex-

III):

1. The Short listing of Consultant shall be done based on the marks obtained by the firm

after evaluation of firm’s work done , availability of key personals, availability of

equipments and softwares and experience of the firm in relevant consultancy service. A

Consulting engineering firm may submit the proposal either as a sole applicant or as a

member of Joint venture for different categories. However, if a firm submits for the same

category in different combinations, all such involving the firm shall be treated as non-

responsive.

2. Complete name of firm, date of establishment and type of organization whether

Individual, proprietorship, partnership, private limited company, limited company etc

3. Name of affiliate firms, their years of establishment, countries of origin and type

of organization.

4. Exact and complete home, office address, business address, telephone number, Fax

number, E-mail and cable address. For consulting firms of foreign registry, indicate if

there is any branch office(s) established in India with details in the aforesaid manner.

Information is to be furnished by the sole applicant or members of JV individually.

5. If present firm is the successor to or outgrowth of one or more predecessor firms, fresh

name(s) of former entity (ties) and the year(s) of their original establishment. Information

is to be furnished by the sole applicant or members of JV individually.

6. Present a brief narrative description of the firms. Information is to be furnished by the

sole applicant or members of JV individually.

7. List not more than two (2) principals who may be contacted by this Office. Listed

principals must be empowered to speak for the firm on policy and contractual matters.

Information is to be furnished by the sole applicant or members of JV individually.

21

8. (i) Indicate the number of employees by discipline. While some personnel may be

qualified in several disciplines, each person should be counted only once in accordance

with his/her primary functions.

(ii) Indicate the number of permanent / regular employees by discipline with experience

of minimum 2 to 5 years, 5 to 10 years, more than 10 years.

9. This item represents the completed consultancy projects of the consultant and those

handled on the last five (5) years. The first column represents the list of all eligible

projects. The second column represents the name of the project was started and how it

was accomplished, i.e., as Prime Consultant or through joint venture or as an associate

with other Consultants. If it was implemented as an associate with other consultant,

indicate name of the consultant. Third column represents the consulting services

rendered, defined as clearly as possible. Fourth column represents length of project. Fifth

column represents the Client whom the services were rendered and the address of the

Client. Sixth and seventh column represents the fee received by the Consultant and the

last column represents the duration of services. The fee should be stated in Indian

Rupees. The currency conversion rate shall be furnished, if applicable. Attach services

completion certificates or any equivalent proof to substantiate the experience. The firm

should furnish the project-wise supporting statement which best illustrates the experience

of the firm relevant to the project.

10. List of minimum essential equipment which the firm must possess for eligibility is given

in Annexure III. The equipments owned by all the members of JV shall be considered in

case of JV.

22

Annexure-III

FORM FOR CONSULTING ENGINEERING FIRM/ JOINT VENTURE

(To be filled up by each of the constituent firm in case of a Joint Venture)

1. Consultancy Services for various Projects in Public Works, Region, AURANGABAD

2&3.

Consultant Year

Established

Country Type of Organization

Individual Partnership Corporation Other

2. Name

3. Affiliated

Firms

4. OFFICE / BUSINESS ADDRESS / TELEPHONE NOS. / CABLE ADDRESS

5. CONSULTING FIRMS FORMER NAME AND YEAR OF ESTABLISHMENT

6. NARRATIVE DESCRIPTION OF FIRMS (Use other sheet, if necessary)

7. NAME OF, NOT MORE THAN TWO (2) PRINCIPALS WHO MAY BE

CONTACTED WITH TITLE AND TELEPHONE NUMBER/FAX NUMBER

8. NUMBER OF PERSONNEL IN THE ORGANISATION or ASSOSIATE FIRMS.

**KEY PERSONNEL NUMBER

Experience >10

years

Experience

between 5 to 10

years

Experience

between 2 to 5

years

(Note: **The Details Of the Key Personnel for Corresponding Consultancy Service must be

Entered)

23

9.CONSULTANCY PROJECTS HANDLED BY THE CONSULTING FIRMS DURING

THE LAST FIVE YEARS [Only those projects be included ,which are supported by the

certificate of the clients mentioning that the consultancy work has been completed

satisfactorily or has been substantially completed in case of project supervision works

substantial completion means 90% work in financial value having been executed)

satisfactorily].

*** Sr.

No

Projects Name /Year Type of

Consultancy

Services

Rendered

Length of

Project /

Scope of

Project

Client (with

complete address,

contact person,

telephone

Nos. and Fax

Nos.)

Fee in INR (Applicant’s share in

case of JV)

Duration

Prime Consultant or Joint

Venture

Fee for CONSULTANCY

services

1 2 3 4 5 6 7 8

(***Note:- Details of the Respective Consultancy Service Provided by the Consultant must be

furnished. For avoidance of doubt, if a Firm is applying for Structural Designer Building

Consultancy service, then, he must furnish the details of that particular service only.)

Supporting Statements to Clients’ certificates may be furnished giving full details of the projects

carried out as below:

Name of Overall Project: _______________________________________________________

Location of Overall Project :_____________________________________________________

Owner’s Name and Address :__________________________________ _________________

Completion (Actual and Estimated):_______________________________________________

Description of Project :____________________________________ _____________________

Description of Services Provided by the Firm

10. List of minimum essential equipment which the firm or their associates must possess for

eligibility

Sr. No. Consultancy Services Equipment and Latest Version

Software’s

1 Structural designer (building)

2 Structural designer (major bridge )

3 Proof consultant (building)

4 Proof consultant (bridge)

5 Road survey, design & drawing

preparation

6 Bridge survey, design & drawing

preparation

24

7 Building Survey, design & drawing

preparation

8 Project administration and supervision

9 Architect / Building proficient

10 Acoustical designer

11 Land scaping designer, gardening &

horticulture,

12 Fire and safety consultant

13 Financial advisor

14 Land Acquisition consultant

15 Computer software developer

16 Road traffic counting and reporting

17 Maharashtra Employees Pension Plan

(MEPP) & Heating, Ventilation & Air

Conditioning (HVAC) Consultant

18. B.O.T./ P.P.P Project Specialist / Annuity /

Annuity & Toll / V.G.F. Consultant

I certify that the information in the above (EOI) forms is true to the best of my

knowledge.

PRESIDENT / MANAGING DIRECTOR OR

AUTHORIZED SIGNATORY#

SUBSCRIBED AND SWORN to before me this _________________________________ date

of _________, 2015___ at________________________________________________.

NOTARY PUBLIC

# Please attach Power of Attorney as described or valid authorization.

25

SECTION 3

ELIGIBILITY CRITERIA AND

EVALUATION CRITERIA

26

Annexure - IV

4. ELIGIBILIY CRITERIA

1. The eligibility criteria for each group in respect of experience of firms has been

mentioned below:

Eligibility Criteria for sole applicant firm or lead partner in case of JV/Association

2. Details of work done/ in hand (Projects) shall be filled in and attached in format at Sr.

No.9 of Annexure III

Sr.

No.

Consultancy Services Qualification in Civil

Engineering

Experience in

No. of years

1 Structural designer (building) B.E./B.TECH

or M.E./ M.TECH

6 Years

4 Years

2 Structural designer (major

bridge )

B.E./B.TECH

or M.E./ M.TECH

6 Years

4 Years

3 Proof consultant (building) B.E./B.TECH

or M.E./ M.TECH

6 Years

4 Years

4 Proof consultant (bridge) B.E./B.TECH

or M.E./ M.TECH

6 Years

4 Years

5 Road survey, design & drawing

preparation

B.E./B.TECH

or M.E./ M.TECH

6 Years

4 Years

6 Bridge survey, design &

drawing preparation

B.E./B.TECH

or M.E./ M.TECH

6 Years

4 Years

7 Building Survey, design &

drawing preparation

B.E./B.TECH

or M.E./ M.TECH

6 Years

4 Years

8 Project administration and

supervision

B.E./B.TECH

or M.E./ M.TECH

6 Years

4 Years

9 Architect / Building proficient B. Arch

or M. Arch

6 Years

4 Years

10 Acoustical designer B. Arch

or M. Arch

6 Years

4 Years

11 Land scaping designer,

gardening & horticulture,

B. Arch

or M. Arch

6 Years

4 Years

12 Fire and safety consultant B.E./B.TECH

In Fire & Safety

6 Years

13 Financial advisor B.COM/M.COM C.A 6 Years

14 Land Acquisition consultant Any Degree Holder 6 Years

15 Computer software developer B.E/B.Tech Computer

M.E/M.Tech Computer

6 Years

4 Years

16 Road traffic counting and

report

B.E. 4 Years

17 Maharashtra Employees Pension

Plan (MEPP) & Heating,

Ventilation & Air Conditioning

B.E. 4 Years

27

(HVAC) Consultant

18. B.O.T./ P.P.P Project Specialist /

Annuity / Annuity & Toll / V.G.F.

Consultant

Note:1 For each category 1 to 17as specified above, empanelment will be done based on

application for that category of services, independently of each other.

Separate Application for each for which to apply more than one shall be submitted

separately. Company profile and all details booklet may be submitted as one.

Rs.1000/- shall be deposited by E-Payment gateway for each category separately.

Note: 2 If the applicant firm (s) has / have completed projects as lead partner in a JV/

Association with some other firms, 75% weightage shall be given However, if the

applicant firm has executed the project in a JV/Association with some other firms other

than in the capacity of a lead partner, 50% weightage shall be given to the applicant firm

for the projects in a JV / Association.

2. List of equipment which the firm shall possess for eligibility:

Applicant shall submit this information in to format given in & as Annexure III

Sr. No. List of Consultancy service Equipment and Latest Version Software’s

1 Structural designer (building) 1. Stadd-pro (Bentley) software

2. E-Tabs Software

3. Struds Software

4. Build Master Software

5. Steel Master Software

6. Revet Software

7. MS-Office Software

8. Auto Cad Software

2 Structural designer (major bridge ) 1. Stadd-pro (Bentley) software

2. E-Tabs Software

3. Struds Software

4. Build Master Software

5. Steel Master Software

6. Revet Software

7. MS-Office Software

8. Auto Cad Software

3 Proof consultant (building) 1. Stadd-pro (Bentley) software

2. E-Tabs Software

3. Struds Software

4. Build Master Software

5. Steel Master Software

28

6. Revet Software

7. MS-Office Software

8. Auto Cad Software

4 Proof consultant (bridge) 1. Stadd-pro (Bentley) software

2. E-Tabs Software

3. Struds Software

4. Build Master Software

5. Steel Master Software

6. Revet Software

7. MS-Office Software

8. Auto Cad Software

5 Road survey, design & drawing preparation 1. Survey (Total Station)

2. Auto-CAD software

3. Mix-road software

4. MIDAS software

5. G.I.S sets

6.HECRAS software

7. HDM-4 ( four laneing ) Software.

6 Bridge survey, design & drawing preparation 1. Survey (Total Station)

2. Auto-CAD software

3. Mix-road software

4. MIDAS software

5. G.I.S sets

6.HECRAS software

7. HDM-4 ( four laneing ) Software.

7 Building Survey, design & drawing

preparation

1. Survey (Total Station)

2. Auto-CAD software

3. Mix-road software

4. MIDAS software

5. G.I.S sets

6.HECRAS software

7. HDM-4 ( four laneing ) Software.

8 Project administration and supervision 1. Well Equipped Testing Laborites for Buildings,

Roads, and Bridges Materials

2. Necessary equipments for Ratting of bridges and

Buildings

3. Prime Vera Software

4. Auto Cad Software

5.MS-Office Software

9 Architect / Building proficient 1. Auto Cad Latest Version Software

2.3D Animation/ Walkthrough

3.All relevant Required Software and Equipments

10 Acoustical designer 1. Auto Cad Latest Version Software

2.All relevant Required Software and Equipments

29

11 Land scaping designer, gardening &

horticulture,

1. Auto Cad Latest Version Software

2.3D Animation/ Walkthrough

12 Fire and safety consultant 1.All Required Software and Equipments

13 Financial advisor 1. Tally Cash Flow Software

14 Land Acquisition consultant 1.All relevant Required Software and Equipments

15 Computer software developer 1.All Relevant Software and Equipments

16 Road traffic counting and report 1. High Definition Camera’s

2. Sensor Auto Traffic Count

3. All Relevant Software and equipments

17 Maharashtra Employees Pension Plan

(MEPP) & Heating, Ventilation & Air

Conditioning (HVAC) Consultant

1. All Relevant Software and equipments

18. B.O.T./ P.P.P Project Specialist / Annuity /

Annuity & Toll / V.G.F. Consultant

1. All Relevant Software and equipments

30

Annexure – V

(Qualification Process)

POINTS ALLOCATED FOR EVALUATION CRITERIA

S. No. Description Marks

1 Number of Projects executed and cost of the projects in last five

years 20

2 Number of Key personnel 30

3 Availability of Equipments and Softwares. 20

4 Experience of the firm in relevant Consultancy service for projects

during the last 5 years more than minimum required. 30

TOTAL 100

The firms should score at least 60 marks for qualifying to the Empanelment of Consultants for

P.W. Region, AURANGABAD. Qualification for all applicants will be done by the committee

headed by Chief Engineer, P.W. Region, Aurangabad.

31

SECTION 4

TERMS OF REFERENCE

FOR

CONSULTANCY SERVICES

32

TERMS OF REFERENCE FOR VARIOUS CONSULTANCY SERVICES

1. Scope- Detailed scope of work and terms of reference will be finalized by the concerned

Executive Engineer as per requirement of the work.

Brief scope is as tabulated below.

Sr. No. Consultancy Services Scope of work

1 Structural designer (building) 1. Seismic analysis by using software

2. Ductile Detailing as per latest IS codes

3. Detailed Structural Drawings

4. Detailed Calculation booklets

5. Detailed R.C.C. and Steel Quantity

statement as per design

2 Structural designer (major bridge ) 1. Seismic analysis by using software

2. Ductile Detailing as per latest IS codes

3. Detailed Structural Drawings

4. Detailed Calculation booklets

5. Detailed R.C.C. and Steel Quantity

statement as per design

3 Proof consultant (building) 1. Checking of R.C.C. Design with relevant

proofs of I.R.C.& IS standards

4 Proof consultant (bridge) 1. Checking of R.C.C. Design with relevant

proofs of I.R.C.& IS standards

5 Road survey, design & drawing

preparation

1. Detail Survey

2. Design

3. Design Review

4. Preparing Inventory

5. Soil Investigation

6. Estimate Preparation

7. Submission at all Governments Level

6 Bridge survey, design & drawing

preparation

1. Detail Survey

2. Design

3. Design Review

4. Preparing Inventory

5. Soil Investigation

6. Estimate Preparation

7. Submission at all Governments Level

7 Building Survey, design & drawing

preparation

1. Detail Survey

2. Design

3. Design Review

4. Preparing Inventory

5. Soil Investigation

6. Estimate Preparation

33

7. Submission at all Governments Level

8 Project administration and supervision 1. Presenting Key Personal Network

2. Submission of C.P.M & PERT Charts

3. Assurance of Quality and Quantity

4. Submission of all measurement and Test

Result

5. Certification as and if required.

9 Architect / Building proficient 1. Checking of Service ability

2. Checking Norms, Rules and Byelaws of

Local Authorities.

10 Acoustical designer 1. Designing in confirmation to IS codes and

N.B.C.

11 Land scaping designer, gardening &

horticulture,

1. Contour map

2. Drainage Plan

3. Working Drawing

4. Estimating and Their Approvals

12 Fire and safety consultant 1. As per IS Codes and Prevailing Rules and

Regulation of Fire Codes.

13 Financial advisor 1. Block Estimate

2. Suggesting the ways to raise the funds

3. Cash Flows and Analysis

14 Land Acquisition consultant 1. Preparation of Land Acquisition proposal

complete.

2. Valuation of structures.

3. Valuation of trees.

4. Valuation of bore-wells, water supply

pipes.

5. Preparing of various notices of collector

office.

6. Complete L.A. process completion

including J.M.S.Co-ordination between

various govt.agencies, till land is transferred

to PWD ownership including all transfer

entries.

7. Private negotiation proposal preparation

including market value calculation, structure

valuation, tree valuation .And presentation

to collector.

8. All approval including collector office,

irrigation, PWD, Town-Planning, Forest,

34

Agricultural Dept. etc

9. Collecting Ownership record from Gram

Panchayat, municipal corporations.

10. Demarcation of site by Dy.

Superintendent of Land records.

11. videography of site

12. Social Impact Analysis.

15 Computer software developer 1. Estimation

2. Tender preparation

3. Billing

4.Supervision

5. Accounting

6. Stores

7. Documentation and their interconnection.

8. Crosschecking of activities.

16 Road traffic counting and reporting. 1. Regulating Traffic

2. Founding the Required Machineries

3. Recording and Processing

4. Submission in Required Format in Hard

and Soft Copies

17 Maharashtra Employees Pension Plan

(MEPP) & Heating, Ventilation & Air

Conditioning (HVAC) Consultant

1. As per Rules and Regulation

18. B.O.T./ P.P.P Project Specialist / Annuity /

Annuity & Toll / V.G.F. Consultant 1.Working out Project Cost

2. Preparation of feasibility Report &

Financial Analysis including Cash-flow.

3. Submission to State and Central

Government and obtaining approvals thereof

2 Definitions and interpretation

2.1 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.

3 Role and functions of the Consultant.

3.1 The role and functions of the Consultant shall include the following:

(i) Consultant must complete the activities as defined in the scope of the individual

Consultancy services. Preparing all information in soft and hard forms till finalization

and approval. Submitting Final report in Five sets in Hard Bound Coloured Format and

Final soft copy as suggested by the Authority.

35

(ii) Undertaking all other duties and functions in accordance with this Agreement and as

directed by Engineer-in-Charge..

3.2 The Consultant shall discharge its duties in a fair, impartial and efficient manner,

consistent with the highest standards of professional integrity and Good Industry Practice.

4 Dispute resolution

Superintending Engineer is the final authority for any kind of Dispute arised.The decision

of Superintending Engineer will be final and binding on Consultant.

5 Termination

Chief Engineer, P.W. Region will have all rights to terminate the consultant from the

work at any stage and from empanelment.

6 Subletting the work

NO subletting of work is allowed.

7 Arbitration (Arbitration act)

No Arbitration is allowed.

8 Other duties and functions

The Consultant shall perform all other duties and functions specified by the Engineer-in-

Charge.

9 Miscellaneous

9.1 The Consultant shall notify its program of inspection to the Government, who may, in

their discretion, depute their respective representatives to be present during the

inspection.

9.2 A copy of all communications, comments, instructions, Drawings or Documents sent by

the Consultant to the Department pursuant to this TOR, and a copy of all the test results

with comments of the Consultant thereon shall be furnished by the Consultant to the

Engineer - in- Charge.

36

9.3 The Consultant shall retain at least one copy each of Report and Documents received by

him and keep in their safe custody.

37

Draft for Request for qualification for empanelment of consultancy services is

hereby approved by the Scrutinizing Committee.

Sr

No

Name Designation Sign

1. Shri Pravin Kide ,

Chief Engineer, P.W.Region, Aurangabad.

President

2. Shri U.K. Aher,

Superintending Engineer, Public Works

Circle, Aurangabad.

Member

3. Shri D.D.Ukirde,

Assistant Chief Engineer (Roads),

P.W.Region, Aurangabad.

Member

4. Shri Renukadas Chaudhari ,

Assistant Chief Engineer (Buildings),

P.W.Region, Aurangabad.

Member

5. Shrimati Arundhati Sharma,

Executive Engineer, World Bank Project

Division, Aurangabad

Member Secretary

6. Shrimati Smeeta Pawar,

Assistant Engineer Gr-I,, Bridge Design

Division, Aurangabad

Member

Place : Aurangabad