QCBS RFP For Gweir SHPP PMC PDF

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 125

|| નમામમ દે વી નમમદે ||

SARDAR SAROVAR NARMADA NIGAM LIMITED


(SSNNL)
(A WHOLLY OWNED GOVERNMENT OF GUJARAT UNDERTAKING)

SARDAR SAROVAR NARMADA NIGAM LIMITED


REQUEST FOR FINANCIAL PROPOSAL

FOR
Consultancy Services for Preparation of Bid
Documents (RFP), Bid evaluation and providing
Project Management Consultancy (PMC) Services for
EPC Contract of Small Hydro Power Project at
Garudeshwar Weir of Sardar Sarovar Narmada Nigam
Limited in Gujarat

RFP No. : SSNNL/CE (E&M)/GWeir SHPP/T-7 OF 2018-19

Chief Engineer (Electrical & Mechanical),


Narmada Project Hydro Power
SARDAR SAROVAR NARMADA NIGAM LIMITED
Vadodara
GUJARAT STATE

DECEMBER-2018

1|Page
RFP CONSULTANCY SERVICES FOR PREPARATION OF
BID DOCUMENTS (RFP), BID EVALUATION AND
PROVIDING PROJECT MANAGEMENT CONSULTANCY
(PMC) SERVICES FOR EPC CONTRACT OF SMALL
HYDRO POWER PROJECT AT GARUDESHWAR WEIR
OF SARDAR SAROVAR NARMADA PROJECT.
INDEX
CHAPTER NO. DESCRIPTION PAGE NO.
CHAPTER 1 INVITATION OF PROPOSAL FROM EXPERIENCED 4
BIDDERS
1 SARDAR SAROVAR PROJECT 5
2 PURPOSE OF THE ASSIGNMENT 8
CHAPTER 2 INSTRUCTION TO THE APPLICANT CONSULTANT FOR 13
PREPARING THE PROPOSAL
1 PREPARATION OF PROPOSAL 14
2 CONTENTS OF PROPOSAL 15
3 INSTRUCTION TO APPLICANT CONSULTANTS 17
CHAPTER 3 DATA SHEET 32
CHAPTER 4 TERMS OF REFERENCE 38
1 THE PROPOSED PROJECT 39
2 OVERALL SCOPE OF SERVICES TO BE PROVIDED BY THE 41
BIDDER
3 DETAILS TERMS OF REFERENCE & SCOPE OF WORK FOR THE 42
CONSULTANT
4 CONSULTANT KEY PROFESSIONAL AND SUPPORT STAFF 49
5 TIME SCHEDULE FOR PROVIDING CONSULTANCY SERVICES 52
6 ELIGIBILITY & QUALIFICATION CRITERIA 53
7 EVALUATION OF BID 59
8 DOCUMENTS TO BE SUBMITTED BY CONSULTANT 60
CHAPTER 5 FORMS FOR CONSULTANT’S INFORMATION & 62
EVALUATION

2|Page
CHAPTER NO. DESCRIPTION PAGE NO.
FORM TECH 1 COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE 64
& 1(A) AND ON COUNTERPART STAFF AND FACILITIES TO BE
PROVIDED BY SSNNL
FORM TECH 2 & CONSULTANT ORGANISATION & EXPERIENCE 65
FORM TECH DESCRIPTION OF APPROACH, METHODOLOGY AND WORK
2(A) PLAN FOR PERFORMING THE ASSIGNMENT
FORM TECH 3 & TEAM COMPOSITION AND TASK ASSIGNMENTS 71
3(A)
FORM TECH 4 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL 74
STAFF
FORM TECH 5 TECHNICAL PROPOSAL SUBMISSION FORM 77
FORM TECH 6 STAFFING SCHEDULE 81
FORM TECH 7 WORK SCHEDULE 82
CHAPTER 6 FINANCIAL PROPOSAL 83
FORM FIN 1 FINANCIAL PROPOSAL SUBMISSION FORM 85
FORM FIN 2 SUMMARY OF COSTS & PAYMENT TERMS 86
FORM FIN 3 BREAKDOWN OF COST BY ACTIVITY-SEPARATE FOR EACH 88
OF THE PACKAGE
FORM FIN 4 BREAKDOWN OF REMUNERATION - SEPARATE FOR EACH OF 89
THE PACKAGE
CHAPTER 7 CONSULTANCY AGREEMENT 90
CHAPTER 8 GENERAL CONDITIONS OF CONTRACT 93
CHAPTER 9 SPECIAL CONDITIONS OF CONTRACT 110
CHAPTER 10 ANNEXURES 117
ANNEXURE I FORM OF BANK GUARANTEE FOR PERFORMANCE SECURITY 118
ANNEXURE IA FORM OF BANK GUARANTEE FOR PERFORMANCE SECURITY 120
ANNEXURE II FORM OF BANK GUARANTEE (EARNEST MONEY DEPOSIT) 123
ANNEXURE III SAMPLE CALCULATION FOR BID EVALUATION 124
ANNEXURE IV LIST OF BANKS FOR SUBMISSION OF EARNEST MONEY DEPOSIT 125
& SECURITY DEPOSIT

3|Page
CHAPTER

1
INVITATION OF
PROPOSAL FROM
EXPERIENCED
BIDDERS

4|Page
CHAPTER 1
INVITATION OF PROPOSAL FROM EXPERIENCED BIDDERS FOR
Preparation of Bid Documents (RFP), Bid Evaluation and providing Project
Management Consultancy (PMC) Services for EPC Contract of Small Hydro Power
Project at Garudeshwar Weir of Sardar Sarovar Narmada Nigam Limited in
Gujarat through a Quality and Cost Based Selection (QCBS) process

Date: ______ 2018.


To,
(Name & address of agency)
__________________________

Sub: Selection of a Agency for Preparation of Bid Documents (RFP), Bid


Evaluation and providing Project Management Consultant (PMC)
for EPC Contracts of Small Hydro Power Project at Garudeshwar
Weir of Sardar Sarovar Narmada Nigam Limited in Gujarat
through a Quality and Cost Based Selection (QCBS) process.

1. THE SARDAR SAROVAR PROJECT:


1.1. The Sardar Sarovar Narmada Nigam Limited is a multipurpose river valley
project on the west flowing river Narmada in Gujarat State located along
the west coast of India.
The project is expected to provide irrigation benefits to a gross area of
about 3.43 million hectares, and has hydropower of 1450 MW (installed
capacity). Power generation include installed capacity of 1200 MW (6x
200MW) at River Bed Power House (RBPH) and 250 MW (5x 50MW) at
Canal Bed Power House (CBPH). The project also provides partial flood
control. The project is estimated to cost about Rs.13183 million at 1991-92
price level. The key features of the Project are as under:
Dam

1 Length of main concrete gravity dam 1210.00 m


2 Maximum height above deepest foundation 163.00 m
level
3 Top R.L. of dam. 146.50 m

5|Page
4 Catchments area of river above dam site 88,000 Sq. km
5 Live storage capacity 0.58M.Ha.m (4.7 MAF)
6 Length of reservoir 214.00 km
Maximum width 16.10 km
Average Width 1.77 km
7 Spillway gates
Chute Spillway 7 Nos. 60' x 60'
Service Spillway 23 Nos. 60' x 55'
8 Spillway Capacity 84949.25 cumecs
(30 lakh cusecs)
Power Houses
1 River bed power house 1200 MW
2 Canal head power house 250 MW
Canal System
Main Canal
1 Full supply level (F.S.L.) at H.R. 91.44 m (300 ft)
2 Length upto Gujarat - Rajasthan border 458.00 km
3 Base width in head reach 73.01 m
4 Full supply depth (F.S.D.) in head reach 7.60 m
5 Design discharge capacity

(1) In head reach 1133 cumecs


(40,000 cusecs)
(2) At Gujarat Rajasthan border 71 cumecs
(2,500 cusecs)
Distribution System
1 Numbers of Branches 38
2 Length of distribution system network 66000.00 km
3 Culturable Command Area 18.45 lakh
hectares

6|Page
1.2. Garudeshwar Weir

River Bed Power House (RBPH) is located immediately downstream and on


the right bank of Sardar Sarovar dam built across Narmada river. RBPH
comprises of Pump Turbine Generator (PTG) units six numbers each of 200
MW.

The upper reservoir is formed by existing Sardar Sarovar dam and the
lower reservoir is to be created by Garudeshwar weir for the pump turbine
operation. The Garudeshwar weir is located about 12 km downstream of
Sardar Sarovar dam. Presently, as the weir is under construction and
hence, the PTG units of RBPH are operating only in the generating mode
and not in pumping mode.

The Full Reservoir Level (FRL) of Garudeshwar weir is fixed at EL. 31.57 m
and the Minimum Draw Down Level (MDDL) is proposed at EL. 26.71 m.
The tail water level downstream of the weir is about EL. 14.5 m.

7|Page
1.3. SSNNL is contemplating to design, develop, construct and
commission Small Hydro Power Project at Garudeshwar Weir to
advantageously utilize the head available across Garudeshwar
weir and flows released through the existing turbine units of SSP
at River Bed Power House (RBPH), spills during monsoon. For this
purpose, SSNNL intends to hire the Consultancy Services for PMC
work for EPC Contract of Small Hydro Power Project at
Garudeshwar Weir from the interested, experienced and qualified
bidders who are in the field of providing Consultancy since more
than 10 years and well experienced to consider various techno-
economical aspects with recent pros & cons of the Government
and Statutory requirement.

2. PURPOSE OF THE ASSIGNMENT:


SSNNL has decided to outsource the services of consultant with broad scope of

works as identified in the Detailed Terms of Reference (TOR) from qualified,

technically competent, experienced consultancy agencies with a view to ensure

quality assurance, timely completion of the work within the determined costs and

without any time and cost overrun.

This Request for Proposal (RFP) is for Consultancy Services for Preparation of Bid

Documents (RFP), Bid evaluation and providing Project Management Consultancy

(PMC) Services for EPC Contract of Small Hydro Power Project at Garudeshwar

Weir as described herein the TOR.

You are, therefore, invited through this Request for Proposal (RFP) to present
your Technical and Financial offers online for further consideration by SSNNL for
selection of the consultants.
A firm will be selected under the quality and cost based selection procedures
described in this RFP.
The brief scope of work is defined hereunder:

8|Page
1. SSNNL desire to hire Consultant, from experienced and qualified bidders,
for providing Consultancy services for EPC Contract for development of
Small Hydro Power Project at Garudeshwar Weir.
SSNNL intends to select and appoint a technical & financial competent and
experienced bidder who has the expertise to provide consultancy services
for EPC Contract as per the scope of work and detailed terms of reference
prescribed by the SSNNL.
2. This Request for Financial Proposal (RFP) is therefore for providing
consultancy services for EPC Contract of Small Hydro Power Project at
Garudeshwar Weir.
3. Instructions for preparation of Financial Proposals to be submitted to
SSNNL and the forms to be used are given in Chapter 6.
4. In case if the consultancy firm / company intending to participate in this
bidding process for selection and appointment of bidders need any further
information, they are requested to ask the following officer or his
authorized representative in the Sardar Sarovar Narmada Nigam Limited, to
familiarize themselves with the aims and objectives of the assignment,
wherein the Small Hydro Power Project at Garudeshwar Weir is to be put
up and other SSNNL requirements relating to the project. The consulting
agencies may also visit the site as many times, if they so desire, in
consultation with the officer nominated herein below:

Mr. A.F. Bhoraniya,


Chief Engineer (Elect. & Mech.),
Narmada Project Hydro Power
Sardar Sarovar Narmada Nigam Limited
Narmada Bhavan, Block_A, 2nd floor, Vadodara-390001
Tel:0265-2413395/96 Fax:0265-2413192 Mobile:09978441042
Email: ce.em.ssnnl2@gmail.com

5. The RFP document is available in electronic form from 24-12-2018 on the


web site www.ssnnl.nprocure.com. Interested bidder can view this bid
document online. Bidders who are interested in bidding for the work can
view this bid document online. Bidders who are interested in bidding for

9|Page
the works can down load the documents from the said web site upto 18:00
Hrs on 24-01-2019. Those bidders who wish to have the hard copy (Printed
Version) of the Bidding Documents can download the same and take the
printout of the same for their use.
6. Bidder who wish to submit their offer shall pay INR 3600/- (Thirty six
hundred only) in the form of Account Payee Demand Draft in favour of
„Executive Engineer, N.P.H.P., Vadodara‟ payable at Vadodara drawn on
any schedule bank listed by the Reserve Bank of India including the
cooperative bank approved by the Finance Department of Government of
Gujarat and SSNNL.
7. Pre-bid conference open to all intended bidder who have downloaded or
are intending to down load bid will be held on date 05-01-2019 at 12:00
hrs. at Committee Room, 3rd Floor, Block-12, New Sachivalaya Complex,
Gandhinagar.
8. SSNNL , as the employer shall not be responsible for any cost or expenses
incurred by the bidders in connection with the preparation and delivery of
bids, including costs and expenses related to visit the sites, pretender data
collection, investigations found necessary by the bidders.
9. The Techno-Financial Proposal must be submitted online on website
www.ssnnl.nprocure.com not later than the submission date shown in the
data sheet given in Chapter 3.
10. Tender fee of INR 3600/- (Thirty six hundred only) and Earnest Money
Deposit and other technical documents in physical form specifically listed in
this bid document shall be submitted to the office of Chief Engineer (Elect
& Mech), 2nd floor, Block-A, Narmada Bhavan, Vadodara from 10:30 to
16:00 Hrs upto 25-01-2019.
11. One hard copy of the Technical Bid only along with supporting documents
shall be submitted at the time of submission of EMD. Tender fee etc. to the
office of Chief Engineer (Elect & Mech), 2nd floor, Block-A, Narmada
Bhavan, Vadodara from 10:30 to 16:00 Hrs up to 25-01-2019.

10 | P a g e
Purchase of Demand Draft for Tender Fee shall be made on or
before the date of online submission of bids i.e. 24-01-2019 at
18:00 HRs
12. Technical bids will be opened in the presence of the bidder‟s
representatives who choose to attend, at the office of Chief Engineer (Elect
& Mech), 2nd floor, Block-A, Narmada Bhavan, Vadodara at 16:00 HRs
onwards on date 25-01-2019 (if possible).
The date of opening of financial bids will be communicated at a later date
in writing to technically responsive bidders meeting Qualifying criteria.
13. Following further notification, contract negotiations with representative(s)
of the selected firm will be held at SSNNL office at Office of Chief
Engineer (E&M), Narmada Project Hydro Power, Narmada Bhavan,
Block-A, 2nd floor, Vadodara. The bidders should be prepared at a short
notice (generally not less than seven days) to confirm availability of
personnel proposed, and undertake travel for negotiations.
The online financial proposal will be opened in the presence of the
representative(s) of the qualified firms who have submitted their price bids.
A tentative time table for contract negotiations and commencement of
services is shown in the Data Sheet in Chapter 3.
14. The representative conducting negotiations on behalf of the firm must have
written authority to negotiate and sign the contract.
15. Should it not be possible to successfully conclude the contract negotiations,
or should the firm fail to submit adequate details of the cost data and the
required authenticated supporting documents, the negotiations will be
terminated and the firm submitting the next-ranked technical proposal will
be invited to contract negotiations (and so on, if necessary, until an
agreement is concluded).
16. The final selection of a firm and the effectiveness of a negotiated contract
will be subject to the approval of SSNNL.
17. Selected bidder will have to sign the Consultancy contract with Sardar
Sarovar Narmada Nigam Limited (SSNNL).

11 | P a g e
18. Bidders shall propose separate and dedicated professional team as per the
Terms of Reference (TOR). No restructuring will be allowed except with the
permission of the SSNNL. In such a case replacement of a professional will
be by an equivalent or higher qualified person.
19. The competent authority of SSNNL reserves its absolute and
unquestionable authority to award the assignment to bidder taking into
consideration their ranking in the technical and financial evaluation. The
bidders are requested to offer their rates for package as whole as
mentioned in Terms of Reference (TOR) of Chapter 4 and quoting the part
thereof shall lead to disqualification of the bidder.
20. After the issuance of this Letter of invitation and before submission date of
proposals, the SSNNL may, if necessary, reply to your written request for
clarifications concerning the proposed services and copy the same reply to
all firms. However, any delay caused by seeking such clarification will not
be considered as a reason for extending the submission date for your
proposal. SSNNL may issue the corrigendum related to the particular clause
to this RFP which shall form the part of contract.

(A.F. BHORANIYA)
Chief Engineer (Elect.& Mech.),
Narmada Project Hydro Power
SSNNL, Vadodara

12 | P a g e
CHAPTER

2
INSTRUCTIONS
TO APPLICANT
CONSULTANTS
FOR PREPARING
THE PROPOSAL

13 | P a g e
CHAPTER – 2

1. PREPARATION OF PROPOSAL

1.1. The Bidder‟s Proposal should demonstrate the firm‟s capability and
approach for carrying out the task set forth in the Terms of Reference
(TOR) through the proposed personnel with clear understanding of
requirements of the assignments. The TOR is provided in Chapter 4.

1.2. The following table summarizes the contents and the maximum number of
pages that are expected for the technical proposal (A page means a printed
side of a paper sheet).

Contents Page Limit


Cover Letter Maximum two (2) pages excluding necessary
attachment.
General Approach & No limit but should be concise and to the point.
Methodology, Work
Program & Personnel
Schedule
Personnel Bio-data No limit, but normally should not exceed five (5)
pages for each expert‟s bio-data.
Comments on TOR No limit, but be concise and to the point
Counterpart staff and No limit
Facilities

1.3. The maximum number of pages as indicated in the table should not exceed
as far as possible.
1.4. The proposal should be prepared in English.

14 | P a g e
2. CONTENTS OF PROPOSAL

2.1. Cover Letter:


2.1.1. Proposal should have a cover letter signed by a person with authorization
from the Board of Directors or Management of consultancy organization.

2.1.2. Please note that (i) if you combine the functions of Bidders with those of
contractors / equipments suppliers; (ii) If you are associated with or
affiliated to a contractor or manufacturer or (iii) if you are owned by a
contractor or a manufacturing firm with departments or design offices
offering services as consulting engineers, you should include relevant
information of such relationships along with a statement in the cover letter
of Proposal to the effect that you will limit your role to that of bidder only
and if SSNNL found ambiguity in the role of bidder, SSNNL shall disqualify
yourself from the offered work in any other capacity/stage and/or on any
future project within the next five years that may emerge from the present
assignment (including bidding on any part of the future project). The
contract with the bidder selected to undertake this assignment would
contain an appropriate provision to that effect.

2.2. General Approach & Methodology:


Describe, in a concise, complete, logical, and creative manner, how your
team will carry out services to meet all the requirements of the TOR. Your
proposed approach and methodology should be supported with discussion
of your understanding of the project objectives and your assessment of the
project preferably through as many site visits. The number of pages
covering this section and the next one (work program and personnel
schedule) should be fifty (50) as far as possible.

2.3. Work Program and Personnel Schedule:


Present your work program in a clear and logical sequence supported by:

15 | P a g e
(i) A graphical presentation of the work activities (bar graph / Gantt
chart) with indication of the responsibilities of the team members for
these activities.
(ii) a personnel schedule indicating clearly the estimated duration in
terms of person-months and the probable timing of the assignments
of each team member including time required for as many site
visits.

2.4. Personnel:
2.4.1. The name, age, nationality, background, employment records and detailed
professional experience of each expert to be assigned for providing the
proposed services, with particular reference to the kind of experience
required for the project, should be presented in the bio-data format (CV)
provided in Form TECH – 4, Chapter-5.
2.4.2. In filing the employment record, the name of the expert‟s organization
should not be filled in as an employer, as it may cause confusion in making
a proper judgment on the expert‟s employment status.
SSNNL requires that each expert certify that the bio-data that refers to that
expert is correct. The experts themselves should sign the certification of
bio-data. Under special circumstances, the SSNNL may accept a senior
officer of the firm signing the bio-data on behalf of an expert. However,
should the firm be ranked first, copy(s) of the bio-data sign by the
expert(s) concern must be submitted to the SSNNL prior to commencement
of contract negotiations. If you are invited to submit a simplified Technical
Proposal, the bio-data of each expert should be limited to five pages.
2.5. Please check the TOR. If domestic consultancy is required, your Technical
Proposal should also include domestic bidders as a part of your team as
sub-bidder. However, your firm is not allowed to associate with any firm as
a joint venture/consortium and you have to offer your rates for the RFP in
your own capacity.

16 | P a g e
2.6. Comments on the Terms of References:
Provide comments, if any, on the TOR to improve performance in carrying
out the assignment. Innovativeness will be appreciated in consideration of
workable suggestions that could improve the quality / effectiveness of the
project.

3. INSTRUCTIONS TO THE APPLICANT CONSULTANTS

Introduction 3.1 The SSNNL will select a consulting firm / organization


(the consultant among those who submit their proposals
in response to the Letter of Invitation, in accordance with
the method of selection specified in the Data Sheet.
3.2 The consultants are invited to submit a Technical
Proposal and a Financial Proposal, as specified in the
Data Sheet for consulting services required for the
assignment named in the Data Sheet. The proposal will
be the basis for contract negotiations and ultimately for a
signed contract with the selected firm.
3.3 Consultants should familiarize themselves with local
conditions and take them into account in preparing their
Proposals. To obtain first hand information on the
assignment and local conditions, Consultants are
encouraged to visit the SSNNL before submitting a
proposal. Consultants should contact the SSNNL officials
named in the Data Sheet to arrange for their visit or to
obtain additional information required if any. Consultants
should ensure that these officials are advised of the visit
in adequate time to allow them to make appropriate
arrangements.
3.4 The SSNNL will timely provide at no cost to the
Consultants the inputs and facilities specified in the
Data Sheet, assist the firm in obtaining licenses

17 | P a g e
and permits needed to carry out the services, and
make available relevant project data and reports.
3.5 Consultants shall bear all costs associated with the
preparation and submission of their proposals and
contract negotiation. The SSNNL is not bound to accept
any proposal, and reserves the right to annul the
selection process at any time prior to Contract
award, without thereby incurring any liability
to the Consultants.
Origin of 3.6 Consultancy firms of Indian origin only are permitted to
Consulting participate in this selection process
Services Only 3.7 Consultants shall submit one proposal only. If a Consultant
one proposal submits or participates in more than one proposal, such
proposals shall be disqualified. However, this does not limit
the participation of the same Sub-Consultant, including
individual experts, to more than one proposal.
Proposal Validity 3.8 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 SSNNL will make its best effort to complete
negotiations within this period. Should the need arise,
however, the SSNNL may request Consultants to
extend the validity period of their proposals. Consultants
who agree to such extension shall confirm that they
maintain the availability of the Professional staff
nominated in the Proposal, or in the confirmation
of extension of validity of the Proposal, Consultants could
submit new staff in replacement, who would be considered
in the final evaluation for contract award. Consultants,
who do not agree, have the right to refuse to
extend the validity of their Proposals.

18 | P a g e
EMD 3.9 Consultant has to deposit Rs. 2,37,000/- (Rs. Two Lakh
Thirty Seven Thousand Only) Lump- Sum amount as
Earnest Money Deposit/Bid security.
Performance 3.10 Consultant has to provide performance security of 10% of
Security
Total accepted value of contract as per follows:
1) 5% of the total accepted fees in the form
of Bank Guarantee (BG) while signing the
contract for Complete Contract Period.
2) 5 % of the total accepted fees in the form of
BG within one month from the date of actual
start of the services for Complete Contract
Period.
Eligibility of Sub 3.11 SSNNL normally will not encourage appointment of sub
Consultants consultants. However, under very special circumstances,
SSNNL may allow appointment of sub consultants for very
specific purposes with their prior approval.
Site Visit & 3.12 Applicant Consultants are encouraged to Submit their
Verification of respective Proposals after visiting the Project site
Information and ascertaining for themselves the site conditions,
traffic, location, surroundings, climate, access to the site,
availability of drawings and other data with the SSNNL,
Applicable Laws and regulations or any other matter
considered relevant by them. Visits shall be organized for
the benefit of prospective Applicant Consultants on dates,
time and venue as specified in RFP Data Sheet. All costs
for such visits shall be met with by the Consultant
Clarification and 3.13 (1) Consultants may request a clarification of any of
amendment of the RFP documents up to the number of days indicated
RFP documents in the Data Sheet before the proposal submission date.
Any request for clarification must be sent in writing,
or by standard electronic means to the SSNNL‟s
address indicated in the Data Sheet. The SSNNL

19 | P a g e
will respond in writing, or by standard electronic means
and will send written copies of the response
(including an explanation of the query but without
identifying the source of inquiry) to all applicant
Consultants. Should the SSNNL deem it necessary to
amend the RFP as a result of a clarification, it
shall do so before last date of submission of bid.
(2) At any time before the submission of Proposals, the
SSNNL may amend the RFP by issuing an addendum.
The addendum shall be uploaded on website and all
applicant Consultants who have participated in the RFP
will be binding on them. To give Consultants reasonable
time in which to take an amendment into account in
their Proposals, the SSNNL may, if the amendment is
substantial, extend the deadline for the submission of
Proposals.
Preparation of 3.14 (1) The Proposal (see Para (2) & (3) below), as well as all
Proposal related correspondence exchanged by the Consultants
and the SSNNL, shall be written in the English language.
The documents other than English language shall have
to be submitted duly translated in English and notarized
accordingly.
(2) In preparing their Technical Proposal, consultants are
expected to examine the documents constituting this
RFP in detail. Material deficiencies in providing the
information requested may result in rejection of a
proposal
(3) While preparing the Technical Proposal, consultants
must give particular attention to the following
a) The bid has to be submitted in the own capacity of
consultant. No joint venture shall be entertained.
b) The estimated number of Professional staff-

20 | P a g e
months for executing the assignment shall be
shown in the separate bar chart for staffing
schedule. However, the Proposal shall be based on
the number of Professional staff-months leading to
a lump sum price, as estimated by the Consultants.
c) Alternative professional staff shall not be proposed,
and only one curriculum vitae (CV) may be
submitted for each position.
d) Documents to be issued by the Consultants as
part of this assignment must be in the English
language. It is desirable that the firm‟s Personnel
have a working knowledge of Gujarati/Hindi
Language.
Technical 3.15 Consultants are required to submit a Full Technical
Proposal Format Proposal (FTP). The Data Sheet indicates the format
and Content of the Technical Proposal to be submitted. Submission
of the wrong type of Technical Proposal will result in the
Proposal being deemed non-responsive. The Technical
Proposal shall provide the information indicated in the
following paras from (a) to (g) using the attached
Standard Forms (Chapter-5). A page is considered to be
one printed side of A4 or letter size paper
a) comments and suggestions on the Terms of
Reference including workable suggestions that could
improve the quality/ effectiveness of the assignment;
and on requirements for counterpart staff and
facilities including: administrative support, office
space, local transportation, equipment, data, etc. to
be provided by the SSNNL (Form TECH-1 & TECH-1
A of Chapter-5)
b) a brief description of the Consultants‟ organization
and an outline of recent experience of the

21 | P a g e
Consultants is required in Form TECH-2 of Chapter-5.
For each assignment, the outline should indicate the
names of Sub-Consultants/ Professional staff
who participated, duration of the
assignment, contract amount, and Consultant‟s
involvement. Information should be provided only
for those assignments for which the Consultant
was legally contracted by the client as a corporation
or as one of the major firms within a joint
venture. Assignments completed by individual
Professional staff working privately or through other
consulting firms cannot be claimed as the experience
of the Consultant, or that of the Consultant‟s
associates, but can be claimed by the
Professional staff themselves in their CVs.
Consultants should be prepared to substantiate the
claimed experience if so requested by the SSNNL.
c) a description of the approach, methodology and
work plan for performing the assignment covering
the following subjects: technical approach and
methodology, work plan, and organization and
staffing schedule. Guidance on the content of this
section of the Technical Proposals is provided under
Form TECH-2 A of Chapter 5. The work plan should
be consistent with the Work Schedule which will
show in the form of a bar chart the timing proposed
for each activity
d) The list of the proposed Professional staff team by
area of expertise, the position that would be
assigned to each staff team member, and their tasks
(Form TECH-3 of Chapter 5)
e) Estimates of the staff input (staff-months of foreign

22 | P a g e
and local professionals) needed to carry out the
assignment (Form TECH-3 A of Chapter 5). The staff
months input should be indicated separately for
home office and field activities, and for foreign and
local Professional staff (Form TECH-6 of Chapter 5)
f) CVs of the Professional staff signed by the staff
themselves or by the authorized representative of
the Professional Staff (Form TECH-4 of Chapter 5).
g) The Technical Proposal shall not include any financial
information. A Technical Proposal containing financial
information may be declared non responsive.
Financial 3.16 The Financial Proposal shall be prepared using the
Proposal attached Standard Forms FIN-1 to FIN-4 of Chapter-6. It
shall list all costs associated with the assignment, including
(a) remuneration for staff (foreign and local, in the field
and at the Consultants‟ home office), and (b)
reimbursable expenses indicated in the Data Sheet. If
appropriate, these costs should be broken down by activity
and, if appropriate, into foreign and local expenditures.
All activities and items described in the Technical
Proposal must be priced separately; activities and
items described in the Technical Proposal but not
priced, shall be assumed to be included in the prices
of other activities or items.
Taxes 3.17 (1) The Consultant may be subject to local taxes (such as:
value added or sales tax, service tax, social
charges or income taxes on nonresident Foreign
Personnel, duties, fees, levies) on amounts payable
by the SSNNL under the Contract. All such taxes will be
included in the total lump sum price.
(2) Consultants may express the price of their services in
Indian Rupees Only.

23 | P a g e
(3) SSNNL shall not allow payment of any commissions and
gratuities under this consultancy assignment
(4) While submitting the Financial Proposal, the
Applicant Consultant shall ensure the following:
a) All the costs associated with the assignment
shall be included in the Financial Proposal.
These shall normally cover remuneration for all the
Personnel (Expatriate and Resident, in the field,
home office etc), accommodation, airfare,
equipment, printing of documents, surveys,
and all services mentioned in the TOR etc.

The total amount indicated in the Financial Proposal


shall be without any condition attached or
subject to any assumption, and shall be final and
binding.

In case any assumption or condition is


indicated in the Financial Proposal, it shall be
considered non-responsive and liable to be
rejected.

b) The Financial Proposal shall take into account all


expenses and tax liabilities. For the avoidance of
doubt, it is clarified that all taxes, except for the
Goods and Service Tax as applicable, shall be
deemed to be included in the costs shown under
different items of the Financial Proposal.

Goods and Service Tax as applicable to the


Consultancy Organization as per Government of
India rules and regulations shall be paid by the

24 | P a g e
Consultant and reimbursed by the SSNNL.

As a condition, precedent for reimbursement of the


Goods and Service Tax, the Consultant shall
provide a valid GST registration number
issued by the concerned Statutory Authority.
Further, all payments shall be subject to deduction
of taxes at source as per Applicable Laws.

c) Costs (including break down of costs) shall be


expressed in INR

Submission, 3.18 (1) The original proposal (Technical Proposal) shall


receipt and contain no interlineations or overwriting, except as
opening of necessary to correct errors made by the Consultants
proposals themselves. The person who signed the proposal
must initial such corrections. Submission letters for
both Technical and Financial Proposals should
respectively be in the form of TECH-5 of Chapter-5,
and FIN- 1 of Chapter-6.
(2) An authorized representative of the Consultants shall
initial all pages of the original Technical Proposals.
The authorization shall be in the form of a written
power of attorney accompanying the Proposal or in
any other form demonstrating that the
representative has been dully authorized to sign.
The signed Technical shall be marked “ORIGINAL”
(3) The Technical Proposal shall be marked “ORIGINAL”
or “COPY” as appropriate. The Technical Proposals
shall be sent to the addresses referred to in Sr. no.4
of Chapter-3 and in the number of copies indicated
in the Data Sheet. All required copies of the

25 | P a g e
Technical Proposal are to be made from the original.
If there are discrepancies between the original and
the copies of the Technical Proposal, the original
governs.
(4) The Technical Proposal shall be placed in a sealed
envelope clearly marked “TECHNICAL PROPOSAL”
followed by the SSNNL RFP number and the name of
the assignment.
(5) The Proposals must be sent to the
address/addresses indicated in the Data Sheet and
received by the SSNNL not later than the time and
the date indicated in the Data Sheet, or any
extension to this date in accordance with para.
3.13(2). Any proposal received by the SSNNL after
the deadline for submission shall be returned
unopened.
(6) The SSNNL shall open the Technical Proposal
immediately after the deadline for their submission.
The financial proposal shall be opened ONLINE after
evaluation of Technical Proposal for the qualified
bidders only.
(7) All the forms of Financial proposal shall be submitted
online only. The evaluation shall be considered based
on the price quoted in form Fin-2. In no case the
submission of financial proposal in hard copy shall be
considered.
Proposal 3.19 From the time the Proposals are opened to the time
Evaluation the Contract is awarded, the Consultants should
not contact the SSNNL on any matter related to
its Technical and/or Financial Proposal. Any
effort by Consultants to influence the SSNNL in the
examination, evaluation, ranking of Proposals, and

26 | P a g e
recommendation for award of Contract may result in
the rejection of the Consultants‟ Proposal.
Evaluators of Technical Proposals shall have no
access to the Financial Proposals until the technical
evaluation is concluded.
Evaluation of 3.20 The evaluation committee shall evaluate the
Technical Technical Proposals on the basis of their
Proposal responsiveness to the Terms of Reference,
applying the evaluation criteria, sub criteria, and
point system specified in the Data Sheet. Each
responsive Proposal will be given a technical score
(St). A Proposal shall be rejected at this stage if it
does not respond to important aspects of the RFP,
and particularly the Terms of Reference or if it
fails to achieve the minimum technical score
indicated in the Para 6.8 of TOR.
Financial 3.21 Following the ranking of technical Proposals, when
Proposals for selection is based on quality & cost basis (QCBS),
QCBS the first ranked Consultant is invited to negotiate its
proposal and the Contract in accordance with the
instructions given under para. 3.22 (4) of these
Instructions.
Public Opening 3.22 (1) After the technical evaluation is completed, SSNNL
and Evaluation shall inform the Consultants, who have submitted
of Financial proposals, the technical scores obtained by their
Proposals Technical Proposals and shall notify those Consultants
whose Proposals did not meet the minimum qualifying
mark or were considered non responsive to the RFP
and TOR that their Financial Proposals will not
opened. The SSNNL shall simultaneously notify in
writing Consultants those have secured the
minimum qualifying mark, the date, time and

27 | P a g e
location for opening the Financial Proposals. The
opening date should allow Consultants sufficient
time to make arrangements for attending the
opening. Consultants‟ attendance at the opening of
Financial Proposals is optional.
(2) Financial Proposals shall be opened publicly in the
presence of the Consultants‟ representatives who
choose to attend. The name of the Consultants
and the technical scores of the Consultants shall
be read aloud. The Financial Proposal of the
Consultants who met the minimum qualifying mark will
then be opened online. These Financial Proposals
shall be then opened, and the total prices read
aloud and recorded. SSNNL shall prepare a record of
the public opening of Financial Proposals.
(3) The Evaluation Committee will correct any
computational errors. When correcting
computational errors, in case of discrepancy
between a partial amount and the total amount,
or between word and figures, the formers will
prevail. In addition to the above corrections,
activities and items described in the Technical
Proposal but not priced, shall be assumed to be
included in the prices of other activities or items.
In case an activity or line item is quantified in
the Financial Proposal differently from the Technical
Proposal (i) if it is indicated in the Data Sheet that
remuneration shall be Time Based, the Evaluation
Committee shall correct the quantification indicated in
the Financial Proposal so as to make it consistent
with that indicated in the Technical Proposal, apply
the relevant unit price included in the Financial

28 | P a g e
Proposal to the corrected quantity and correct the
total Proposal cost, (ii) if it is indicated in the Data
Sheet that remuneration shall be Lump- Sum, no
corrections are applied to the Financial Proposal in
this respect.
(4) In case of QCBS,
a) The highest ranked technical Proposal (Tm) will
be given the maximum technical score (St) of
100 points. The technical scores (St) of the
other Technical Proposals will be computed as
indicated in the bid evaluation in TOR.
b) the lowest evaluated Financial Proposal
(Fm)will be given the maximum financial score
(Sf) of 100 points. The financial scores (Sf) of
the other Financial Proposals will be computed
as indicated in the bid evaluation in TOR.
Proposals will be ranked according to their combined
technical (St) and financial (Sf) scores using the weights
(T = the weight given to the Technical Proposal; P = the
weight given to the Financial Proposal; T + P = 1)
indicated in the bid evaluation in TOR:
S = St x T% + Sf x P%.
The firm achieving the highest combined technical and
financial score will be invited for negotiations.
If there is tie between the highest combined technical and
financial score of the bidders, the bidder with lowest
financial offer will be awarded.
Negotiations 3.23 Negotiations will be held at the date and address
indicated in the Data Sheet. The invited Consultant
will, as a pre-requisite for attendance at the
negotiations, confirm availability of all Professional
staff. Failure in satisfying such requirements may result in

29 | P a g e
the SSNNL proceeding to negotiate with the next-ranked
Consultant. Representatives conducting negotiations on
behalf of the Consultant must have written authority
to negotiate and conclude a Contract.
Technical 3.24 Negotiations will include a discussion of the Technical
Negotiations Proposal, the proposed technical approach and
methodology, work plan, and organization and staffing,
and any suggestions made by the Consultant to improve
the Terms of Reference. The SSNNL and the Consultants
will finalize the Terms of Reference, staffing schedule,
work schedule, logistics, and reporting. These documents
will then be incorporated in the Contract as “Description of
Services”. Special attention will be paid to clearly defining
the inputs and facilities required from the SSNNL
to ensure satisfactory implementation of the assignment.
The SSNNL shall prepare minutes of negotiations which
will be signed by the SSNNL and the Consultant.
Financial 3.25 If applicable, it is the responsibility of the Consultant,
Negotiations before starting financial negotiations, to contact the local
tax authorities to determine the local tax amount to be
paid by the Consultant under the Contract. The financial
negotiations will include a clarification(if any) of the firm‟s
tax liability in the beneficiary‟s country, and the manner in
which it will be reflected in the Contract; and will reflect
the agreed technical modifications in the cost of the
services. The financial negotiations will involve
neither the remuneration rates for staff nor other
proposed unit rates.
Availability of 3.26 Having selected the Consultant on the basis of,
professional staff among other things, an evaluation of proposed
/ experts Professional staff, the SSNNL expects to negotiate a
Contract on the basis of the Professional staff named in

30 | P a g e
the Proposal. Before contract negotiations, the SSNNL will
require assurances that the Professional staff will be
actually available. The SSNNL will not consider
substitutions during contract negotiations unless both
parties agree that undue delay in the selection process
makes such substitution unavoidable or for reasons such
as death or medical incapacity. If this is not the case and
if it is established that Professional staff were offered in
the proposal without confirming their availability, the
Consultant may be disqualified. Any proposed substitute
shall have equivalent or better qualifications and
experience than the original candidate and be submitted
by the Consultant within the period of time specified in the
letter of invitation to negotiate.
Conclusion of 3.27 Negotiations will conclude with a review of the draft
the negotiations Contract. To complete negotiations, the SSNNL and the
Consultant will initial the agreed Contract. If negotiations
fail, the SSNNL will invite the Consultant whose Proposal
received the second highest score to negotiate a contract.
Award of 3.28 (1) After completing negotiations the SSNNL shall award
Contract the Contract to the selected Consultant, and promptly
notify all Consultants who have submitted proposals.
(2) The Consultant is expected to commence the
assignment on the date and at the location specified in
the Data Sheet. However, the Consultant can only
commence work once the contract has been signed.
Confidentiality 3.29 Information relating to evaluation of Proposals and
recommendations concerning awards shall not be
disclosed to the Consultants who submitted the
Proposals or to other persons not officially concerned
with the process, until the winning firm has been
notified.

31 | P a g e
CHAPTER

3
DATA
SHEET

32 | P a g e
DATA SHEET
1. Type of Proposal Submission Procedure Online Bidding Process
2. Pre-Bid Conference at Committee 05-01-2019 at 12:00 hrs
Room, 3rd Floor, Block-12, New
Sachivalaya Complex, Gandhinagar
3. Last date of downloading of RFP 24-01-2019 up to 18:00 hrs
document and Online Submission Date of
Techno- commercial Proposal
4. Date of Submission of Technical 25-01-2019 from 10:30 hrs to 16:00
Proposal in Physical Form at O/o Chief hrs.
Engineer (Elect & Mech), 2nd floor, Block-
A, Narmada Bhavan, Vadodara.
5. Date of Opening of Technical Proposal 25-01-2019 from 16:00 hrs onwards
online. if possible.
6. Date of opening of financial proposal 01-02-2019 if possible
Online
7. Representative / Contact Person Mr. A.F. Bhoraniya,
& Address of the Implementing Chief Engineer (Elect & Mech),
Authority Narmada Project Hydro Power,
Sardar Sarovar Narmada Nigam Limited
Narmada Bhavan, Block_A, 2nd floor,
Vadodara-390001
Tel:0265-2413395/96
Fax:0265-2413192 Mobile:09978441042
Email: ce.em.ssnnl2@gmail.com
8. Validity of Proposal Proposal must remain valid for a period of
180 days from the date of receipt by
SSNNL.
9. Clarifications on RFP The bidders may request for clarifications
on the RFP and the terms of reference to
the contact person nominated
hereinabove not later than 15 days

33 | P a g e
before the designated date of submission.
10. Association/Joint Venture of bidders Not Permitted
with other bidders – whether permitted?
11. Amounts payable by the SSNNL to the Yes – SSNNL will reimburse GST as per
bidder under the contract – whether GOI guideline.
subject to local taxation ?
12. Amount of bid Security (EMD) and INR 2,37,000/- (Rupees Two Lakh Thirty
Tender fee. Seven Thousand Only) (refundable) to be
paid at the time of submission of bid as
EMD. The bid securities shall be in favour
of Executive Engineer, NPHP, Vadodara &
in form of either B.G or FDR from any
schedule bank.
Bidder who wishes to submit their offer
shall pay tender fee of INR 3600/- in the
form of account payee Demand Draft in
Executive Engineer, NPHP, Vadodara
payable at Vadodara.
13. Amount of S.D. 10% of value of consultancy work to be
paid as per RFP condition & same should
be in favour of Executive Engineer, NPHP,
Vadodara in form of either DD/FDR/BG of
any schedule bank. The S.D. will be
refunded after completion of work as per
TOR.
14. Submission of Reports a) 10(ten) hard copies & 2(two) soft
copies (CD-ROMs) of approved final
Documents with drawings and relevant
documents.
15. Method of Selection of Consultant Quality & Cost Based System (QCBS) as
per SSNNL‟s evaluation

34 | P a g e
16. Financial Proposal to be submitted together with Technical Proposal: Yes
(ONLINE ONLY)
Name of the assignment is: Selection and appointment of Consultant through
a quality and cost based selection process for Preparation of Bid Documents
(RFP), Bid evaluation and providing Project Management Consultancy (PMC)
Services for EPC Contract of Small Hydro Power Project at Garudeshwar Weir
of Sardar Sarovar Narmada Nigam Limited in Gujarat

17. The SSNNL will provide the following inputs and facilities:
 The details/salient features of the Small Hydro Power Project at
Garudeshwar Weir are to be set up with the base line engineering data
like proposed head & discharge, upstream max/min water level,
downstream max/min water level, etc.
 Drawing showing the indicative location of the proposed Small Hydro
Power Project at Garudeshwar Weir.
 The expected capacity of the TG units to be installed.
 The accompany of SSNNL engineer during the site visit of bidder.
18. CONSULTANT'S OFFICE:
The Consultant shall establish a Project Office at a suitable location in the
Project area for efficient and coordinated performance of its Services. All the
Key Personnel shall be deployed at this office as specified in the Staffing
Schedule (Form Tech-6) forming part of the Agreement. The authorised
officials of the SSNNL Authority may visit the Consultant's Project Office any
time during office hours for inspection and interaction with the Consultant's
Personnel. It is not expected of the Consultant to carry out the operations
from the Head/Home Office except for design work. The Consultant shall
mobilize and demobilize its Professional Personnel and Support Personnel with
the concurrence of the SSNNL Authority and shall maintain the time sheet/
attendance sheet of the working of all Personnel in the Project Office. These
time sheets/attendance sheets shall be made available to the SSNNL Authority
as and when asked for and a copy of such record shall be submitted to the
SSNNL Authority at the end of each calendar month with the bill. The
consultant has to make arrangement for the work area at site
35 | P a g e
/accommodation/ lodging and boarding/ required travelling during contractual
period etc. at his own cost.
18. Proposals must remain valid for 180 days after the submission. Proposals shall
be submitted in English language
19. Clarifications may be requested not later than 15 days before the submission
date. The address for requesting clarifications
Chief Engineer (E&M),
Narmada Project Hydro Power,
Sardar Sarovar Narmada Nigam Limited.,
Block – A , 2nd Floor,
Narmada Bhavan, Vadodara – 390 001
Phone No. : 0265-2413395 Fax : 0265-2413192
E-mail : ce.em.ssnnl2@gmail.com
20. RFP Document Fee: Rs. 3600/- the form of account payee Demand Draft in
favour of “Executive Engineer, NPHP, Vadodara” payable at Vadodara.
21. Consultants may associate with other Consultants but No Joint Venture
Association is permitted. Only domestic consultancy services are to be offered.
22. The format of the Technical Proposal to be submitted is: Full Technical
Proposal (FTP).
23. [List the applicable Reimbursable expenses in local currency. A sample list is
provided below for guidance: items those are not applicable should be deleted,
others may be added]
(1) a per diem allowance in respect of Personnel of the Consultant for every
day in which the Personnel shall be absent from the home office and, as
applicable, outside the beneficiary country for purposes of the Services;
(2) cost of necessary travel, including transportation of the Personnel by the
most appropriate means of transport and the most direct practicable route;
(3) cost of office accommodation, investigations and surveys;
(4) cost of applicable international or local communications such as the use of
telephone and facsimile required for the purpose of the Services;
(5) cost, rental and freight of any instruments or equipment required to be
provided by the Consultants for the purposes of the Services;

36 | P a g e
(6) cost of printing and dispatching of the reports to be produced for the
Services;
(7) other allowances where applicable and provisional or fixed sums (if any);
and
(8) Cost of such further items required for purposes of the Services not
covered in the foregoing.
24. Amounts payable by the SSNNL to the Consultant under the contract to be
subject to local taxation:
25. Consultants to state their cost in Indian national currency only.
26. Consultant must submit the original copy of the Technical Proposal.
27. The Proposal submission address is:
Chief Engineer (E&M),
Narmada Project Hydro Power,
Sardar Sarovar Narmada Nigam Limited.,
Block – A , 2nd Floor,
Narmada Bhavan,
Vadodara – 390 001
Phone No. : 0265-2413395 Fax : 0265-2413192
E-mail : ce.em.ssnnl2@gmail.com
28. Proposals must be submitted online before 24-01-2019 upto 18:00 hrs.
29. Date of site visit: Bidder may visit the site after taking permission from the
office of CE(E&M).
30. Performance Security:
Consultant has to provide performance security of 10% of Order Value.
Note:
Within Ten (10) days after the receipt of the notification of Award from the
EMPLOYER, the successful consultant shall furnish the Performance Security
Deposit, in accordance with the Conditions of Contract, in the form provided
in the Proposal Documents.
The form for Performance Security is given at Annexure-I, and at Annexure-
I-A.

37 | P a g e
CHAPTER

4
TERMS OF
REFERENCE

38 | P a g e
CHAPTER 4
TERMS OF REFERENCE

1. THE PROPOSED PROJECT:


SSNNL intends to execute the works of Small Hydro Power Project at
Garudeshwar Weir of Sardar Sarovar Project. The salient features of the
project are mentioned hereunder. However the bidder is requested to
verify for the correctness of the same.

The Small Hydro Power Project at Garudeshwar Weir is a dam toe type,
planned at the toe of Garudeshwar weir on the left bank of Narmada river
approximately 12 km downstream of Sardar Sarovar dam. The project site
is located at 21º 52‟ 57” N & 73º 39‟ 35” E, downstream of Garudeshwar
weir as shown in Figure.

The crest level of spillway at Garudeshwar weir is at EL. 31.75 m and the

39 | P a g e
minimum draw down level of Garudeshwar weir is EL. 26.71 m. Average
water level at the downstream of weir is expected at EL. 14.00 m.
However, the downstream water level will rise when higher discharges are
flowing in the river and the available head would be lesser. Thus, the
average gross head varies from 17.0 m to about 12.0 m.

The brief details of the project are as mentioned below:


Sr. No. Description Details
1 Location of Dam
Name Garudeshwar weir - Under construction
State Gujarat
Village Indravana
2 Hydrology
Name of the river Narmada
Design discharge 77 Cumecs
Maximum discharge 77 Cumecs
Minimum discharge 16 Cumecs
3 Design Head 14.0 m
4 Installed capacity 2 x 4.5 MW
5 Type of turbine S type Full Kaplan
6 Type of Generator Synchronous Generator

SSNNL have reserved the rights to award the Contract for consultancy work
of the project listed above to higher ranked bidder as per the techno-
financial evaluation of the offers submitted by the bidders and as per the
evaluation method mentioned in the TOR.

Selection of the bidders and award of consultancy contract will be solely


based on the SSNNL evaluation of the Bidder‟s proposal.

SSNNL have reserved the rights to cancel the bid without assigning the
reason.

40 | P a g e
2. OVERALL SCOPE OF SERVICES TO BE PROVIDED BY THE
BIDDER:

The scope of work for the bidder has been conceived and decided as
under:

Preparation of Bid Documents prepared by SSNNL (Stage-I), Bid Evaluation


( Stage-II) and Project Management Consultancy (PMC) Services (Stage-
III) for EPC Contract of Small Hydro Power Project at Garudeshwar Weir of
Sardar Sarovar Narmada Nigam Limited in Gujarat through a Quality and
Cost Based Selection (QCBS) process.

The Scope of work for the consultants has been conceived and decided
covering for project stage as under:

Stage I:
This stage will cover Preparation of the bid documents (RFP) having bill of
quantities, work specifications, product specifications, condition of contract
for invitation and award of comprehensive EPC contract prepared by SSNNL
and preparation of corrigendum of the bid documents (RFP) and its
submission to SSNNL for getting approval from competent authority of
SSNNL.

Stage II:
The consultant on receipt of submission of bid documents from EPC
contractor will evaluate the technical as well as the price bid submitted by
the participating EPC contractor and prepare a comprehensive evaluation
report for examination and approval by the SSNNL with the objective of
award of contract based on consultant‟s recommendations.

41 | P a g e
Stage III:
This stage will cover services relating to checking and vetting of all the
documents including preliminary designs, construction drawings for
civil/mechanical/electrical/instrumentation/miscellaneous work etc. that will
be submitted by the selected EPC Contractor and make recommendations
to SSNNL for its final approval.
During this stage, the consultants shall provide all design engineering
inputs for finalizing the designs and drawings that may be made and
submitted by the contractor including the compatibility of the design with
the design norms that are given by the SSNNL / consultant as per the Bid
Documents.
The scope will also cover construction planning and management,
construction supervision and project management services for construction,
testing and commissioning of Small Hydro Power Project at Garudeshwar
Weir as per the scope of the work contained hereinabove.
The consultant shall provide a very comprehensive quality assurance and
testing services so as to ensure that the EPC Contractor executes the
project as per the contract terms and conditions, work specifications,
engineering requirements contained in the contract documents as well as
the relevant codes of practices and standard engineering systems.
The consultant will assist SSNNL in taking decision in techno legal matter
related to project.

3. DETAILED TERMS OF REFERENCE & SCOPE OF WORK FOR


THE CONSULTANT

The detailed Terms of Reference and Scope of work are prescribed


hereunder:
Stage 1:
This stage will cover Preparation of the bid documents (RFP) having bill of
quantities, work specifications, product specifications, condition of contract

42 | P a g e
for invitation and award of comprehensive EPC contract prepared by SSNNL
and preparation of corrigendum of the bid documents (RFP) and its
submission to SSNNL for getting approval from competent authority of
SSNNL. The consultant shall mention the requirement of all civil, E&M,
H&M, I&C etc parameters in bid documents in line with respective
standards like IS/IEC/IEEE/GETCO and prepare corrigendum accordingly if
required.

Stage 2:
The consultant on receipt of submission of bid documents from EPC
contractor will evaluate the technical as well as the price bid submitted by
the participating EPC contractor and prepare a comprehensive evaluation
report for examination and approval by the SSNNL with the objective of
award of contract based on consultant‟s recommendations.

Stage 3: Vetting Of Design Submitted By EPC Contractor And


Project Management Consultant (PMC):
 The consultant shall as a proof consultant examine and check the
detailed engineering designs and construction drawings submitted by
the EPC Contractor from the point of view of its compatibility with the
design criteria, work requirement and specifications, applicable codes
and manuals, standard engineering practices and cost effectiveness.
Consultant should release the drawing in 10 days after submission by
EPC Contractor.
 The consultant in consultation with SSNNL issue instructions to the EPC
Contractor for modifications, corrections / changes to be made in the
detailed engineering designs and construction drawings and finalize his
recommendations for approval of the designs and drawings by the
competent authority of SSNNL.
 Check and verify the governing ground levels and data relating to the
site and its interface with the designs and drawings submitted by the
EPC Contractor for implementation and give an expert opinion with

43 | P a g e
regard to reaching a solution Incase if there are significant variations in
these levels and data.
 Check and evaluate the EPC Contractor‟s mobilization on site with
respect to tools, plants and machinery related to the project
construction as per the provisions of the contract and advice the
Engineer-in-charge for granting permission to start the work.
 Inspect the equipments / machineries / tools and plants to be provided
by the EPC Contractor either at the place of manufacturing and / or the
project site for deployment in the works so as to determine their
suitability and acceptability on site within the framework of the work
specifications and the conditions of the contract.
 The consultant will check EPC Contractor's concrete mix design and If
found necessary will cross check it in a laboratory approved and
authorized by SSNNL and ensure that the cement content is optimum
for various grade of concrete prescribed under IS 456-2000. Mix design
with abnormally high cement level shall not be recommended to the
engineer-in-charge and immediate necessary opinion for rectification
shall be given to the engineer-in-charge.
 The consultant will witness calibration of testing equipments of EPC
Contractor as per standard frequency specified in relevant BIS /
specification.
 The consultant will witness all test carried out at site, OEM & lab for all
civil, E&M, H&M, T&C etc as per approved QAP. Also check all the
records required to be maintained as per quality assurance program of
EPC Contractor periodically. Consultant will review curing arrangement
and will ensure profuse curing be done in accordance with tender
specifications.
 Consultant will ensure a system for the quality assurance of the works.
 The system of control of quality of materials and completed works shall
also include sampling methods and acceptance criteria. The sampling
methods and the acceptance criteria shall be based on contract
documents, and the recommendations of the relevant latest IS codes,

44 | P a g e
SSNNL's quality manual and either relevant publications and
international practices.
 Consultant will take the sample of material for independent test in
approved lab.
 The consultant shall also furnish the summary of QC test results of all
material of construction in each activity of work and O.K. cards as
prescribed by the SSNNL and furnish a QC certificate (regarding quality
of material, workmanship and performance).
 The consultant shall supervise the works that are executed by the EPC
Contractor‟s through a team of site engineers and ensure that all the
works are executed as per the specifications and in consonance with
the quality assurance plan approved by the SSNNL. Any deficiencies
and defects in quality shall be reported to the EIC and Chief Engineer
(E&M) with a report on actions to be taken for immediate compliance.
 The consultant shall check and approve the reinforcement bar bending
schedules given by the EPC Contractor as per the designs and drawings
approved by the SSNNL and recommend its acceptance. Concreting
shall be allowed by the consultant only after the bar bending schedules
and the resultant reinforcement placed in the structure is approved.
 The consultant shall check the test reports provided by the EPC
Contactor for the cement / steel / equipments.
 To facilitate advance planning of inspection in addition to giving
Inspection notice, the EPC Contractor shall furnish monthly Inspection
program indicating schedule dates of inspection at customer hold
points and final inspection stages. Updated quarterly Inspection plan
will be made for each three consecutive months and shall be furnished
before beginning of each calendar month.
 If the consultant considers any items of works substandard or
unacceptable, consultant shall inform EIC and Chief Engineer
(E&M).Consultant with Consultation of EIC write to EPC contractor to
carry out required rectification.

45 | P a g e
 To prepare monthly reports of the works, fully describing the progress
of the works and the indicating also the problem areas and actions
required to overcome them by the relevant authority.
 Each quality aspect shall be reported item-wise as a summary report
periodically to the SSNNL.
a. Quality Assurance: Review and approval of Contractor‟s
quality assurance programme, Finalization of manufacturing
quality plan, sub vendor assessment and approval, field
quality plan & other services.
b. Inspection Services: This include verification of
implementation of quality plans, material inspection at
manufacturing works, furnishing MDCC, report major
deviation and deputing qualified personals for inspection.
c. Field Quality Services: This included on site field quality
checks, co-ordination of site activity, scheduling and planning,
field quality control and site supervision services.
 Quality Checks on all the work of Civil/Electrical/Mechanical/
Instrumentation carried out at site & preparation of Protocol for the
same. The necessary Pro-forma of OK card and related registers/log
sheets are to be maintained as per the practice of SSNNL and its
amendment time to time.
 Pre-dispatch Inspection of electrical/mechanical/instruments
equipments at manufacturer works. Also supervise all the activity
related to erection and commissioning of electro-mechanical and
instrumentation equipments.
 Electrical/Mechanical/Instrument Engineer has to carry out the material
testing as per standard quality assurance plan and specification of the
material as per tender documents. During erection and commissioning
of electro-mechanical equipments, Electrical/Mechanical/Instrument
Engineer of Consultant should be available and equipment to be
erected and commissioned as per manufacturer‟s recommendation.

46 | P a g e
 Certify the RA Bill Submitted by EPC Contractor before submitted to
SSNNL with all the required documents.
 Preserve all the records during execution of projects and handover the
same to SSNNL after completion of Project.
 Assist SSNNL to get prepared as built drawing through the EPC
contractors.
 Assist SSNNL to submit the application to MNRE and its approval for
getting subsidy as per policy in force.
o Review Meetings & Coordination Meeting
 Monthly review and coordination meetings with the consultant's team
leader and expert / specialist team members and representative of EPC
Contractor shall be held with the Chief Engineer (E&M) SSNNL/Engineer
in charge in order to appraise the implementation of progress of the
assignment. All the suggestions / comments by the SSNNL team during
the meeting shall be incorporated and the consultant shall ensure
implementation on site through the EPC contractor.
 A Monthly review and co-ordination meeting with the Consultant's team
leader & expert specialist team members and contractor shall be held
with the Chief Engineer (Electrical & Mechanical) and other senior
management of SSNNL at Gandhinagar / Vadodara in order to appraise
the implementation and progress of the assignment. All the suggestions
comments that are made during such meetings shall be implemented by
the Consultant and EPC Contractor.
o Reporting Requirements and Deliverables;
 Following reports are required to be submitted to the EIC and Chief
Engineer (E&M), Vadodara:
Sr. Particulars Submission time after commencement
No.
1 Inspection report Fortnightly
2 Quality assurance plan Fortnightly
of Consultant
3 Progress Report  Monthly by every 10th day of the month

47 | P a g e
 Quarterly within the first week of the
commencement of the next quarter
4 Final Structure wise item Within one month after work completion
wise quality certificate
 Inspection report shall be inclusive of details regarding the finalized work
schedule and tasks to be performed, finalized staff and officers to be
deputed by the consultant for the assignment including necessary
arrangements made available by the consultant for commencement of
the project.
 The quality assurance plan of consultant for the entire project shall cover
type and nature of QC tests to be conducted, place of testing acceptance
criteria, frequency of tests, standard observation sheets and
documentation based on approved construction tender documents.
 Monthly progress reports shall be inclusive mentioning of the activities in
progress and major issues including Quality Control tests required to be
performed and actual performed and the observations of the consultant's
engineers.
 Quarterly progress reports shall be covering summary of progress and
quality checks (activity-wise for each works), results of audits and notes
including remedial measures suggested and non-conformance reports
and their disposal.
 Certificates regarding quality of work executed for each activity of work
for all individual structures / Items.
 The consultant Team Leader has to co-ordinate with his team and will be
available at site as & when required. The site in-charge will be available
at site.
 In case of the technical field problems that may arise during execution of
the works, the consultant shall analyze these problems and recommend
necessary corrective actions.
 The consultant will ensure through EPC Contractor the safety
arrangements for works, property, personnel and the public at large are
provided and maintained by the contractor during the period of the

48 | P a g e
construction and suggest remedial measures if required In accordance
with the contract provisions.
 The consultant shall get prepared a detailed Project Completion Report
(PCR) through EPC Contractor along with a Project Completion
Certificate up to commercial operation of machines. The PCR will also
highlight the critical situations faced in the project implementation,
project outputs and lessons learned leading to Post Project Appraisal.
 Preparation of as built drawings through EPC Contractor.
 Preparation of Asset register through EPC Contractor.
 Preparation of operation & maintenance manual write up.
 Supervision during installation of the electro mechanical equipments as
per the approved designs and drawings and if required continuous
supervision during critical activities.
 The consultant will supervise and monitor the final testing and
commissioning of the hydro power stations and issue a certificate
declaring successful commissioning of the project.
 The consultant will also prepare a Certificate of Taking Over the works
by SSNNL from the contractor for the project to be handed over to
operating agency for O&M. In case of disputes relating to interpretation
of specifications, general conditions of contract, conditions of particular
applications, work specifications, the consultant shall prepare necessary
brief with required documentation for consideration at the level of the
Dispute Resolution Board, if invoked by the EPC contractor, and make
presentations before the Dispute Review Board (DRB) for and on behalf
of the SSNNL.

4. CONSULTANT’S KEY PROFESSIONAL AND SUPPORT STAFF


The consultant shall deploy and put in place on site, the following key
professionals (Mandatory). The consultant shall given an undertaking with
names of key professionals, qualification and experience to be deployed,
along with a letter of consent from each of named key professional along
with the proposal.
49 | P a g e
Sr. Position Qualification Experience Period of
deployment
in man
months
1 Team Leader – B.E./B.Tech (Civil) from 15 Years plus as a 24 Months
1No. reputed institute Project Leader /
OR Project Manager in
M.E./M.Tech (Civil) developing, designing,
from reputed institute constructing and
commissioning hydro
projects including its
construction planning
and management
OR
10 Years plus
experience as above
2 Structural M.E./M.Tech in 7 years plus as a 3 months
Engineer – 1 Structural Engineering Structural Engineer in
No. design office with
experience in hands
on design of
structures, checking
and vetting of designs
in
large/small/mini/micro
hydro projects.
3 Designer- Civil B.E/B.Tech.- Civil 10 years plus as a 14 months
& Hydro Civil & hydro
Mechanical – 1 Mechanical Engineer
No. in design office with
experience in hands
on design of Civil &
Hydro Mechanical
Structure and vetting
of designs in
large/small/mini/micro
hydro projects.
4 Designer- B.E./B.Tech 10 years plus as a 14 months
Electro- (Electrical/Mechanical) Electrical &
Mechanical – 1 Mechanical Engineer
No. in design office with
experience in hands
on design of Electro-
Mechanical
Equipments and
vetting of designs in
large/small/mini/micro

50 | P a g e
Sr. Position Qualification Experience Period of
deployment
in man
months
hydro projects.
5 Site Engineer B.E./B.Tech (Civil) 5 years plus on 21 Months
(Civil) – 1 Nos. project site in design
and construction of
Civil works and other
related structure for
electrical / mechanical
equipments and
services for
large/small/mini/micro
hydro projects.
6 Site Engineer B.E./B.Tech 5 years plus on site in 12 Months
(Mechanical) – (Mechanical) design and
1 No. construction of
electrical and
mechanical
equipments like the
power
generators/Motors /
pumps and other
related electrical
equipments and
services.
7 Site Engineer B.E./B.Tech (Electrical) 5 years plus on site in 12 Months
(Electrical) – 1 design and
No. construction of
electrical and
mechanical
equipments like the
power
generators/Motors/
pumps and other
related electrical
equipments and
services.
8 Quality Control B.E./B.Tech (Civil) 7 years plus in Quality 18 Months
Engineer (Civil) Control of Civil works
– 1 No. and other related
structure for electrical
/ mechanical
equipments.
9 Safety Officer – BE ( Elect./Mech.) with 7 years plus on site in 18 Months
1 no. certified safety degree relevant field of

51 | P a g e
Sr. Position Qualification Experience Period of
deployment
in man
months
Safety.
10 Planning BE (Civil/Elect/Mech.) Min 7 years of 15 Months
Engineer – 1 Experience & 5 Years
No. in the field of
planning for
large/small/mini/micro
capacity hydro
projects
11 Commissioning B.E./B.Tech 10 years plus as a 6 Months
Engineer (Electrical/Mechanical) Electrical &
Electro- Mechanical Engineer
Mechanical – 1 in design office with
No. experience in hands
on design of Electro-
Mechanical
Equipments and
vetting of designs in
large/small/mini/micro
hydro projects.

The Consultant will provide the details of the support staff to be deployed for the
assignment.

5. TIME SCHEDULE FOR PROVIDING CONSULTANCY SERVICES:

The consultant shall complete the assignment as defined hereunder:

Sr. Description Time Limit for


No. Completion

1 Preparation of RFP document for EPC contractors 30 Days


and preparation of its corrigendum

2* Bid Evaluation- Technical and financial (if required) 20 Days

3* Vetting of design submitted by EPC contractor and 24 (Twenty four)


working as PMC (if required) Months after award
of contract to EPC
contractor
* This work is optional and it is to be carried out as per the requirement of
SSNNL. However, the bidder is requested to quote the price for the same.

52 | P a g e
6. ELIGIBILITY & QUALIFICATION CRITERIA:
6.0 Eligibility & Qualification Criteria
6.1 Bid Security (EMD): Consultant has to furnish, as part of its proposal, Bid
Security/Earnest Money Deposit amounting to Rs. 2,37,000/- (i.e. Rupees
Two Lakh Thirty Seven Thousand Only) Lump Sum For all the Packages.
The Bid Security (EMD) shall be given in favour of Executive Engineer,
NPHP, Vadodara for the valid period of not less than 180 (One hundred
eighty) days and shall be in any one of the following form:
(a) Bank Guarantee issued by any scheduled bank listed in Annexure-IV
and with the Finance Department in the Government of
Gujarat/SSNNL in the Reserve Bank of India including co-operative
banks approved by the form prescribed in Annexure-II of Chapter-10
operable at its Branch in Vadodara/Ahmedabad / Gandhinagar
(b) A Fixed Deposit Receipt (FDR) issued by a scheduled bank pledged
in the name of the Executive Engineer, Narmada Project Hydro
Power, SSNNL , Vadodara.
Notes:
1. Cheques /Demand Drafts shall not be accepted.
2. Proposal without submission of EMD shall be rejected and treated as
non responsive.
3. EMD shall be forfeited if, (a) if they fail to furnish security of
performance, (b) if the consultant fails to sign the agreement within
ten days from the award, and (c) if the consultant withdraws or
modifies his proposal before the expiring of the validity (180 days)
of offer.
6.2 Applicant Consultants must read carefully the minimum conditions of
eligibility (the “Conditions of Eligibility”) provided herein. Proposals of only
those Applicant Consultants who satisfy the Conditions of Eligibility will be
considered for evaluation.

6.3 Organizational, Technical and Financial capacity requirement:


To be eligible for evaluation of its Proposal, the Applicant Consultant shall

53 | P a g e
fulfill the following minimum requirements:
(A) Technical Capacity: The Applicant Consultant shall have minimum
one PMC work for Hydro-Mechanical (Hydro Power Station/ Pumping
Station) project of the cost of at least INR 44 Crores. The applicant
Consultant shall submit client certificate in support of such
completed assignment. The copies of work awarded from various
clients and the work completion certificate of the completed work
should invariably be submitted with the proposal.
(B) Financial Capacity: The Consultant should have a minimum
financial turnover of INR 2.37 Crore (Two Crore Thirty seven Lakh
only) as an average of last three years proceeding 31st March, 2018.
As a support to these criteria, the certificate from the Chartered
Accountant shall be submitted.
(C) Availability of Key Personnel: As a part of technical qualification,
the bidder should have the key professionals which are required to
be available in their firm. The bidder shall give an undertaking with
names of key professionals, qualification and experience, along with
a letter of consent from each of named key professional along with
the proposal. The team leader, who is responsible to carry out the
work as per TOR should have 15 years experience and minimum 10
years in the field of consultancy. The bidder must define a dedicated
team for the project.

6.4 Certificates in support of Consultant‟s capabilities:

The Applicant Consultant shall enclose with its Proposal, certificate(s) from
its Statutory Auditors stating its financial turn over during each of the past
three financial years proceeding 31st March, 2018.
o In the event that the Applicant Consultant does not have a statutory
auditor, it shall provide the requisite certificate(s) from the firm of
Chartered Accountants that ordinarily audits the annual accounts of the
Applicant Consultant.

54 | P a g e
o The Applicant Consultant shall also produce authentic and valid
certificates from the clients, establishing their experience in similar
projects. The SSNNL may, at its own discretion, verify the veracity and
validity of the certificates produced by the Applicant Consultant. Such
certificate has to be signed by the Executive Engineer or equivalent
signing authority in Govt. Sector and Authorized signatory of private
organization.
o If it is established that the Consultant has produced certificates which
are not correct and valid and the Consultant has misled the SSNNL,
SSNNL at its discretion reject the proposal submitted by the Consultant
and also debar the consultant from participating in the bidding
processes taken up by the SSNNL for appointing a consultant, for a
period of three (3) years.

6.5 Power of Attorney:


The Applicant Consultant should submit a Power of Attorney, duly granted
by the Competent Authority of the Consultants‟ Organization. In case of a
limited company registered under the Company‟s Act, the Power of Attorney
should be from the Managing Director of the Company under authority of
the Board of Directors.

In case of a Partnership firm, the Power of Attorney shall be from the firm
or its duly appointed Competent Authority.

The Power of Attorney shall be provided, however, that such Power of


Attorney would not be required if the Application is signed by a partner of
the Applicant Consultant, in case the Applicant Consultant is a partnership
firm or limited liability partnership.

6.6 Information relating to barring of business by Governmental Organizations:


Any Consultant who has been debarred by the Central Government, any of
the State Governments, a statutory or a public sector undertaking, SSNNL

55 | P a g e
or any other Gujarat State Undertaking from participating in any project,
and such bar subsists as on the date of Proposal, would not be eligible to
submit a Proposal either by itself or through its Associate. If any such
proposal from debarred Consultant is received, the same shall be out right
rejected without evaluation.

6.6.1 Past Performance:


An Applicant Consultant or its Associate, who during the last three years,
either failed to perform its obligations under any Consultancy Agreement as
evidenced by imposition of a penalty by an arbitral, judicial, statutory /
public sector organization, Government of India, State Governments, etc.,
shall be treated as non-responsive and its technical and financial proposals
shall be outright rejected by the SSNNL.

The Consultant while making a proposal to SSNNL shall provide all such
information relating to the imposition of penalties, non-performance of
contract, debarring by any Government or Statutory Organization along
with its technical proposal.

SSNNL at its own discretion may collect and verify such information of its
own. If SSNNL finds that the Consultant has not provided such information
and has tried to mislead SSNNL, it may reject the Consultant‟s proposal as
non-responsive.

6.7 While submitting a Proposal, the Applicant Consultant should attach clearly
marked and referenced continuation sheets in the event that the space
provided in the specified forms in the Appendices is insufficient.
Alternatively, Applicant Consultants may format the specified forms making
due provision for incorporation of the requested information.

6.8 Criteria, sub-criteria, and marking system for the evaluation of Full
Technical Proposals are as under:

56 | P a g e
Item Parameters Max. Criteria
Code Marks
1 Relevant Experience of 90 Maximum 15 marks for each work of
the Applicant Consultant similar/larger size and complexity of Hydro
Projects. Maximum up to 45 marks.
Additional 45 marks shall be given as
below:
a) If Consultant has completed the work
of larger assignments of well-known
projects (i.e. Cost more than 100 Cr).
= 15 marks for each project maximum
up to 45 marks.
b) If Consultant has completed the work
of larger assignments of well-known
projects (i.e. Cost more than 200 Cr).
= 30 marks for each project maximum
up to 45 marks.
c) If Consultant has completed the work
of larger assignments of well-known
projects (i.e. Cost more than 300 Cr).
= 45 marks for each project maximum
up to 45 marks
2 Experience in years of the 10  No of Years 0 -5 years =2 Marks
Applicant Consultant.  No of Years >5 -10 years =5 Marks
 No of Years >10 -15 years =8 Marks
 No of Years more than 15 years =10
Marks
3 Annual Turn over 15  Turn over more than Rs. 10 Cr.=15
Marks.
 Turn over Rs. 5 Cr.to Rs. 10Cr =10
Marks
 Turn over Rs. 2.5 Cr. to Rs. 5 Cr.=5
Marks
4 Proposed methodology 5 Evaluation will be based on the quality of
and work plan submissions.
5 Relevant experience of 130 Marks shall be given as per the
the key personnel qualification, experience, adequacy of
a. Team Leader 30 assignments, years with the firm and
b. Structural Engineer 10 language. If the no. of key personnel in
c. Designer- Civil & each cadre is more than one, the marks
10 will be equally divided among the cadre.
Hydro Mechanical

57 | P a g e
Item Parameters Max. Criteria
Code Marks
d. Designer- Electro- The evaluation of CV of the key personnel
10 shall be as per following norms.
Mechanical
e. Site Engineer (Civil) 10
f. Site Engineer Number of points to be assigned to each
10 of the positions shall be determined
(Mechanical)
considering the following sub-criteria and
g. Site Engineer
10 relevant weights (in % of assign marks):
(Electrical) 1) General Qualification (Education and
h. Quality Control Experience)
10
Engineer (Civil) i. Education – 10%
i. Safety Officer 10 ii. Overall Experience – 20%
j. Planning Engineer 10 2) Adequacy for the Assignment:
k. Commissioning i. Year of experience on similar
Engineer Electro- 10
projects – 15%
Mechanical ii. No. of total projects done as a
consultancy assignment. – 10%
iii. No of projects in similar nature
(position)-10%
iv. No. of projects done of similar field
TOTAL 250 – 15%
3) Year with the firm- 10%
4) Experience in region and language
(proficiency in Hindi/Gujarati/English)-
10%

The Consultant shall have to score a minimum of 200 marks out of 250 for
qualification and opening of the price bids.

6.9 Similar Assignments/Projects

For the purposes of determining Conditions of Eligibility and for evaluating


the Proposals under this RFP, advisory/ consultancy assignments in respect
of Project Management Consultancy Work for EPC Contract of Small Hydro
Power Project at Garudeshwar Weir as detailed in the terms of reference
and the scope of work, following projects shall be deemed as similar
assignments (the “Similar Assignments/Projects”):
(a) Providing Project Management Consultancy Work for EPC Contract of
hydro-mech. (pumping Stations/hydro power station) projects at Dam/run-
58 | P a g e
off-river/canal falls/weirs which includes deep excavation, heavy civil
construction work, Hydro-mechanical, Electro-mechanical works etc for the
projects costing at least INR 44 Crore.

7. EVALUATION OF BID:

7.1 Short-listing of Applicant Consultants

The Consultants who score 200 out of 250 marks as stated hereinabove
shall be post-qualified and included in the shortlist for opening and
evaluation of their financial proposal.
However, if the number of such post-qualified Applicant Consultants is less
than three, the SSNNL may, in its sole discretion, post-qualify the Applicant
Consultant(s) whose technical score is less than 200 marks but is more
than 150 marks. However decision of SSNNL shall be final and binding to all
bidders for post qualification.

7.2 Evaluation of Financial Proposal


1. In the second stage, the financial evaluation will be carried out as per
this Clause.
2. For financial evaluation, the total lump sum fee indicated in the Financial
Proposal shall be considered. On financial evaluation, the shortlisted
Consultants will be given total score which will be determined as under:
(a) 75% weight-age will be given to the Technical Score.
(b) 25% weight-age will be given to the Financial score.
3. The SSNNL will determine whether the Financial Proposals are complete,
and unconditional. The cost indicated in the Financial Proposal shall be
deemed as final and reflecting the total cost of services. Omissions, if
any, in costing any item shall not entitle the firm to be compensated and
the liability to fulfill its obligations as per the TOR within the total quoted
price shall be that of the Consultant.
7.3 Combined and final evaluation

59 | P a g e
1. Proposals of the post qualified applicant consultants during the process
of evaluation of the technical bid will finally be ranked according to the
total highest score (Technical Score + Financial Score).
2. The Selected Applicant Consultant shall be the first ranked Applicant
Consultant (whose total score as per para 3.22(4), Chapter-2 is the
highest). The second ranked Applicant Consultant shall be kept in
reserve and may be invited for negotiations in case the first ranked
Applicant Consultant withdraws, or fails to comply with the requirements
specified hereinabove.
7.4 Formula for determining the financial scores:
St = 100 x T / Tm, in which St is the technical score, Tm is the highest
technical score and T is the technical score of the bidder under
consideration.
Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price
and F the price of the proposal under consideration.
The weight age given to the Technical and Financial Proposals are:
T = 0.75, and
P = 0.25
7.5 Award of work:
The consultancy work defined in the RFP shall be awarded to the
consultancy firm whose total score is highest.
If there is tie between the highest combined technical and financial score
of the bidders, the bidder with lowest financial offer will be awarded.
Sample Calculation is attached as Annexure-III.

8. DOCUMENTS TO BE SUBMITTED BY CONSULTANT:


The consultant should submit the following documents along with the technical
bid (Online as well as in Physical form) :
1. A copy of work order received by consultant for the similar projects for
Project Management Consultancy Work for EPC Contract large capacity
Hydro-Mechanical/Hydro Electric work and the certificate by client of

60 | P a g e
successful completion of respective work having project cost of INR 44
Crore.
2. An audited data for turnover as prescribed in TOR for last three years
certified by Chartered Accountant.
3. All forms and proforma prescribed in RFP with required details (Form
TECH-1 to TECH-7).
4. DD/FDR for Tender fee & Bid Security as mentioned in RFP.
5. Programme to complete the work as per TOR.
6. Project implementation schedule.
7. ONLINE submission of price bid as per Form FIN-1 to FIN-4.
8. Original RFP duly signed by authorized signatory as a token of acceptance
of each clauses.
9. List of qualifying projects and project data sheet along with certificates
from the client regarding the successful completion of assigned work of
Project Management consultancy.
10. Letter of consent from each team member as per RFP.
11. The company profile including consultant‟s organization and experience.
12. Last three years income tax clearance certificate, PAN number & copy of
PAN card.
13. Proof of company as registered under companies Act, Memorandum &
Article of Association, Certificate of Incorporation.
14. GST registration details.
15. Power of Attorney to sign the bid documents along with board resolution.
16. Contact information & communication details (telephone number, mobile
number, Fax number, email id, address for correspondence etc) of the
authorized signatory.
17. Technical collaboration agreement with manufacturer if any.
18. Any other details asked in RFP.

61 | P a g e
CHAPTER

5
FORMS FOR
CONSULTANT’S
INFORMATION &
EVALUATION

62 | P a g e
CHAPTER 5
FORMS FOR BIDDER’S INFORMATION FOR EVALUATION

1. The bidder shall correctly and preciously fill up and provide, signed and
certified information for the following in the forms attached herewith.
a. Comments and suggestions on terms and reference and counterpart
staff and facilities to be provided by the SSNNL in form TECH – 1 and
TECH – 1(A)
b. Description of Consultant‟s organization and experience in Form TECH-2
c. Description of approach, methodology and work plan for performing the
assignment in form TECH – 2 A
d. Team composition and task assignments in form TECH – 3 & 3 A
e. Curriculum Vitae for proposed professional staff in form TECH– 4
f. Technical proposal submission form TECH-5
g. Staffing Schedule form TECH-6
h. Work Schedule in form TECH-7
These forms are as attached to this chapter.

2. Bidders have to quote for the whole assignment & part thereof
shall not be considered.

63 | P a g e
(COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE AND ON
COUNTERPART STAFF AND FACILITIES TO BE PROVIDED BY SSNNL)

FORM TECH-1

On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of


Reference you are proposing to improve performance in carrying out the
assignment (such as deleting some activity you consider unnecessary, or adding
another, or proposing a different phasing of the activities). Such suggestions
should be concise and to the point, and incorporated in your Proposal. SSNNL is
not bound to accept any or all suggestions furnished by bidder.]

________________________________________________________________

FORM TECH-1(A)

On Counterpart Staff and Facilities

[Comment here on counterpart staff and facilities to be provided by the SSNNL


according to Paragraph 17 of the Data Sheet including: administrative support,
office space, local transportation, equipment, data, etc.]

64 | P a g e
FORM TECH – 2
CONSULTANT’S ORGANIZATION AND EXPERIENCE

A – Consultant’s Organization
1.1 Title of Consultancy:
Consultancy Services for Preparation of Bid Documents (RFP), Bid
evaluation and providing Project Management Consultancy (PMC) Services
for EPC Contract of Small Hydro Power Project at Garudeshwar Weir of
Sardar Sarovar Narmada Nigam Limited in Gujarat.
1.2 Title of Project
Development of Small Hydro Power Project at Garudeshwar Weir of Sardar
Sarovar Narmada Nigam Limited in Gujarat.
1.3 State the Status of the Consultancy Organization namely Public Limited
Company / Private Limited Company / Partnership Firm / Proprietary Firm,
etc
1.4 State the following:
Name of Company or Firm:
Legal status (e.g. incorporated private company, unincorporated business,
partnership etc.):
Legal Status:
Country of incorporation:
Registered Address:
Year of Incorporation:
Year of commencement of business:
Principal place of business:
Brief description of the Company including details of its main lines of
business Name, designation, address and phone numbers of authorized
signatory of the Applicant:
Name :
Designation :

65 | P a g e
Company :
Address :
Phone No. :
Fax No :
E-Mail Address:
Does the Applicant‟s firm/company (or any member of Yes /
the consortium) combine functions as a consultant or No
adviser along with the functions as a contractor and/or
a manufacturer?
If yes, does the Applicant agree to limit the Applicant‟s Yes /
role only to that of a consultant/ adviser to the No
Authority and to disqualify themselves, their
Associates/ affiliates, subsidiaries and/or parent
organization subsequently from work on this
Project in any other capacity?
1.6 Does the Applicant intend to borrow or hire Yes /
temporarily, personnel from contractors, No
manufacturers or suppliers for performance of the
Consulting Services?
If yes, does the Applicant agree that it will only Yes /
be acceptable as Consultant, if those contractors, No
manufacturers and suppliers disqualify themselves
from subsequent execution of work on this
project (including tendering relating to any goods or
services for any other part of the Project) other than
that of the Consultant?
If yes, have any undertakings been obtained (and Yes /
annexed) from such contractors, manufacturers, etc. No
that they agree to disqualify themselves from
subsequent execution of work on this Project and they
agree to limit their role to that of consultant/ adviser
for the Authority only?

66 | P a g e
FORM TECH – 2
CONSULTANT’S ORGANIZATION AND EXPERIENCE

B – Financial Capacity of the Applicant

Sr. No. Financial Year Annual Turn Over Revenue from


Consultancy Fees
1. 2013 - 2014
2. 2014 - 2015
3. 2015 - 2016
4. 2016 - 2017
5. 2017 - 2018

Certificate from the Statutory Auditors

This is to certify that _____ (name of the Applicant)


has received the payments shown above against the
respective years on account of professional fees.

Name of the audit firm:


Seal of the audit firm:
Date:
(Signature, name and designation of the authorized
signatory)

67 | P a g e
FORM TECH – 2
CONSULTANT’S ORGANIZATION AND EXPERIENCE

C – Statement of Legal Capacity

[To be forwarded on the letter head of the Applicant]


Ref No.:
Date .:
To:
Chief Engineer (E&M),
Sardar Sarovar Narmada Nigam Limited
Block - A, 2nd Floor,
Narmada Bhavan, Indira Avenue,
Jail Road, Vadodara

Sub: Selection of a Consultancy for Preparation of Bid Documents (RFP), Bid


evaluation and providing Project Management Consultancy (PMC)
Services for EPC contract of Small Hydro Power Project at Garudeshwar
Weir of Sardar Sarovar Narmada Nigam Limited in Gujarat through a
Quality and Cost Based Selection (QCBS) process.

Dear Sir,

I/We hereby confirm that we, the Applicant satisfy the terms and conditions laid down
in the RFP document.

I/We hereby declare that M/s.……………….. (insert Applicant’s name) will act as a
Consultant by ourselves and we will not associate with any other Consultant or Sub
Consultant for the purpose of the subject assignment.

I/We have agreed that ……………….. (insert individual’s name) will act as our
Authorized Representative/ will act as the Authorized Representative on our behalf
and has been duly authorized to submit our this Proposal. Further, the authorized
signatory is vested with requisite powers to furnish such proposal and all other
documents, information or communication and authenticate the same.

Yours faithfully,
(Signature, name and designation of the authorized signatory)
For and on behalf of

68 | P a g e
FORM TECH – 2
CONSULTANT’S ORGANIZATION AND EXPERIENCE

D –Consultant’s Experience in Similar Assignments:

Sr. Name Name of Date of Date of Estimated # Period


No. of Client with Award of completion cost of Professional during
Project address assignment of Project fees which
and assignment received by services
contact the are
numbers Applicant provided
(Rs. In
Crore)
1 2 3 4 5 6 7 8

# The Applicant should provide details of only those projects that have been undertaken
and completed by it under its own name.

Certificate from the Statutory Auditor

This is to certify that the information contained in Column 6 & 7 above is


correct as per the accounts of the Applicant and / or the clients.

Name of the audit firm :


Seal of the audit firm :
Date :

Signature, name and designation of the authorized signatory)

In case the Applicant does not have a statutory auditor, it shall provide the
certificate from its chartered accountant that ordinarily audits the annual
accounts of the Applicant.

Note: The Applicant may attach separate sheets to provide brief particulars of
other relevant experience of the Applicant.

69 | P a g e
FORM TECH-2A
(DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR
PERFORMING THE ASSIGNMENT)
[Technical approach, methodology and work plan are key components
of the Technical Proposal. You are suggested to present your Technical
Proposal (50 pages, inclusive of charts and diagrams) divided into the
following three chapters:
a) Technical Approach and Methodology,
b) Work Plan, and
c) Organization and Staffing,
a) Technical Approach and Methodology: In this chapter you should explain
your understanding of the objectives of the assignment, approach to the services,
methodology for carrying out the activities and obtaining the expected output,
and the degree of detail of such output. You should highlight the problems being
addressed and their importance, and explain the technical approach you would
adopt to address them. You should also explain the methodologies you propose to
adopt and highlight the compatibility of those methodologies with the proposed
approach.
b) Work Plan: In this chapter you should propose the main activities of the
assignment, their content and duration, phasing and interrelations, milestones
(including interim approvals by the SSNNL if any), and delivery dates of the
reports. The proposed work plan should be consistent with the technical approach
and methodology, showing understanding of the TOR and ability to translate them
into a feasible working plan. A list of the final documents, including reports,
drawings, and tables to be delivered as final output, should be included here. The
work plan should be consistent with the Work Schedule.
c) Organization and Staffing: In this chapter you should propose the
structure and composition of your team. You should list the main disciplines of the
assignment, the key expert responsible, and proposed technical and support staff.

70 | P a g e
FORM TECH-3
(Team Composition and Task Assignments)

1. Professional Staff

Sr. Name of Area of Position Task


Firm
No. Staff Expertise Assigned Assigned

71 | P a g e
2. Support Staff

Sr. Name of Area of Position Task


Firm
No. Staff Expertise Assigned Assigned
1

72 | P a g e
FORM TECH-3 A

SR. PROFESSI SUBJECT CATEGORY- TASK ASSIGNMENT MAN-


NO. ONAL ELECT/MECH/ INDIGENOUS/ HOME/FIELD MONTHS
STAFF CIVIL/ FOREIGN
INSTRUMENTATION

73 | P a g e
FORM TECH-4
(CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF)

1. Proposed Position [only one candidate shall be nominated for each


position]:

2. Name of Firm [Insert name of firm proposing the staff]:

3. Name of Staff [Insert full name]:

4. Date of Birth: Nationality:

5. Education [Indicate college/university and other specialized education of


staff member, giving names of institutions, degrees obtained, and dates of
obtainment]:

6. Membership of Professional Associations:

7. Other Training [Indicate significant training since degrees under 5 above -


Education were obtained]:

74 | P a g e
8. Countries of Work Experience: [List countries where staff has worked in
the last ten years]:

9. Languages [For each language indicate proficiency: good, fair, or poor in


speaking, reading, and writing]:

10.Employment Record [Starting with present position, list in reverse order


every employment held by staff member since graduation, giving for each
employment (see format here below): dates of employment, name of
employing organization, positions held.]:
Employer:

Positions held:

11. Detailed Tasks 12. Work Undertaken that Best Illustrates


Assigned for this RFP Capability to Handle the Tasks Assigned

[Among the assignments in which the staff has been


[List all tasks to be involved, indicate the following information for those
performed under this assignments that best illustrate staff capability to
assignment] handle the tasks listed under point 11.]

Name of assignment or project:


Year:
Location:
SSNNL:
Main project features:
Positions held:

75 | P a g e
Activities performed:

13. Certification:
Date:
[Signature of staff member or authorized representative of the staff]Day/Month/Year

Full name of authorized representative:

I, the undersigned, certify that to the best of my knowledge and belief,


this CV correctly describes myself, my qualifications, and my
experience. I understand that any wilful misstatement described
herein may lead to my disqualification or dismissal, if engaged.

76 | P a g e
FORM TECH – 5
TECHNICAL PROPOSAL SUBMISSION FORM

[Location, Date]
To:
Chief Engineer (E&M),
Sardar Sarovar Narmada Nigam Limited
Block - A, 2nd Floor,
Narmada Bhavan, Indira Avenue,
Jail Road, Vadodara

Sub: Selection of a Consultancy for Preparation of Bid Documents (RFP), Bid


evaluation and providing Project Management Consultancy (PMC)
Services for Consultancy Work for EPC Contract of Small Hydro Power
Project at Garudeshwar Weir of Sardar Sarovar Narmada Nigam Limited
in Gujarat through a Quality and Cost Based Selection (QCBS) process.

Dear Sir,

With reference to your Notice Inviting Proposals and the Request for Proposal
dated….........I/we, having examined all relevant documents and understood their
contents, hereby submit our Technical and Financial Proposal for selection as a
Consultancy for Preparation of Bid Documents (RFP), Bid evaluation and
providing Project Management Consultancy (PMC) Services for Consultancy
Work EPC contract of Small Hydro Power Project at Garudeshwar Weir of the
Sardar Sarovar Narmada Nigam Limited (SSNNL) in the state of Gujarat.

1. We also state that the proposal is unconditional and complete.

2. All information provided in the Proposal and in the Appendices are true and
correct and all documents accompanying such Proposal are true copies of their
respective original.

3. This statement is made for the express purpose of appointment as the


Consultant for the aforesaid Assignment.

4. I/We shall make available to the SSNNL any additional information it may deem
necessary or require for supplementing or authenticating the Proposal.

77 | P a g e
5. I/We acknowledge the right of the SSNNL to reject our application without
assigning any reason or otherwise and hereby waive our right to challenge the
same on any account whatsoever.

6. I/We certify that in the last three years, we or any of our Associates have neither
failed to perform on any contract, as evidenced by imposition of a penalty by an
arbitral or judicial SSNNL or a judicial pronouncement or arbitration award
against the Applicant consultant nor been expelled from any project or contract
by SSNNL nor have had any contract terminated by any public sector unit for
breach on our part.

7. I/We declare that:


(a) I/We have examined and have no reservations to the RFP Documents,
including any Addendum issued by the SSNNL.
(b) I/We do not have any conflict of interest in accordance with the prescriptions
in the RFP Document;
(c) I/We have not directly or indirectly or through an agent engaged or indulged
in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice, as defined in RFP document, in respect of
any tender or request for proposal issued by or any agreement entered into
with the SSNNL or any other public sector enterprise or any government,
Central or State; and
(d) I/We hereby certify that we have taken steps to ensure that in conformity
with the provisions of the RFP, no person acting for us or on our behalf will
engage in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice.

8. I/We understand that you may cancel the Selection Process at any time and that
you are neither bound to accept any Proposal that you may receive nor to select
the Consultant, without incurring any liability to the Applicant consultants in
accordance with the RFP document.

9. I/We declare that we are not a Member of any Consortium applying for Selection
as a Consultant.

78 | P a g e
10. I/We certify that in regard to matters other than security and integrity of the
country, we or any of our Associates have not been convicted by a Court of Law
or indicted or adverse orders passed by a regulatory SSNNL which would cast a
doubt on our ability to undertake the Consultancy for the Project or which relates
to a grave offence that outrages the moral sense of the community.

11. I/We further certify that in regard to matters relating to security and integrity of
the country, we have not been charge-sheeted by any agency of the
Government or convicted by a Court of Law for any offence committed by us or
by any of our Associates.

12. I/We further certify that no investigation by a regulatory authority is pending


either against us or against our Associates or against our CEO or any of our
Directors/Managers/ employees.

13. I/We hereby irrevocably waive any right or remedy which we may have at any
stage at law or howsoever otherwise arising to challenge or question any
decision taken by the SSNNL [and/ or the Government of India] in connection
with the selection of Consultant or in connection with the Selection Process itself
in respect of the above mentioned Project.

14. I/We agree and understand that the proposal is subject to the provisions of the
RFP document. In no case, shall I/we have any claim or right of whatsoever
nature if the Consultancy for the Project is not awarded to me/us or our proposal
is not opened or rejected.

15. I/We agree to keep this offer valid for 180 (One Eighty Days) days from the
Proposal Due Date specified in the RFP.

16. A Power of Attorney in favour of the authorized signatory to sign and submit this
Proposal and documents is attached herewith.

17. In the event of my/our firm/ consortium being selected as the Consultant, I/we
agree to enter into an Agreement in accordance with the form at Chapter - 7 of

79 | P a g e
the RFP. We agree not to seek any changes in the aforesaid form and agree to
abide by the same.

18. I/We have studied RFP and all other documents carefully and also surveyed the
Project site. We understand that except to the extent as expressly set forth in the
Agreement, we shall have no claim, right or title arising out of any documents or
information provided to us by the SSNNL or in respect of any matter arising out
of or concerning or relating to the Selection Process including the award of
Consultancy.

19. The Financial Proposal is being submitted in a separate cover. This Technical
Proposal read with the Financial Proposal shall constitute the Application which
shall be binding on us.

20. I/We agree and undertake to abide by all the terms and conditions of the RFP
Document. In witness thereof, I/we submit this Proposal under and in
accordance with the terms of the RFP Document.

Yours sincerely,
Authorized Signature [In full and initials]
Name and Title of Signatory:
Name of Firm:
Address:

80 | P a g e
FORM TECH – 6
STAFFING SCHEDULE

Sr. Name Staff input in the form of BAR CHART Total staff month input
No. of Staff
1 2 3 4 5 N Home Field Total
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
n

81 | P a g e
FORM TECH – 7
WORK SCHEDULE

No. Activity Months

1 2 3 4 5 6 7 8 9 10 11 12 n

10

82 | P a g e
CHAPTER

FINANCIAL
PROPOSAL
( TO BE SUBMITTED ONLINE ONLY )

83 | P a g e
CHAPTER 6
FINANCIAL PROPOSAL
(Bidder’s Financial Proposal to be submitted online as per requirement
contained in this chapter)
1. The bidder will prepare his financial proposal in the formats attached with
this chapter and shall submit the comprehensive price proposal “ONLINE”
to SSNNL as per the dates of submissions contained in the Data Sheet
under Chapter 3.
2. This is a Request for Financial Proposal to the bidder for making a firm
and fixed lump sum price proposal based on the “Scope of Work” and
“Terms of Reference” as provided as a part of this document and
considering the details of the key professionals and their man months
shown in the Terms of the Reference.
3. The bidder‟s quoted and accepted price shall remain firm and fixed during
the period of the contract and will be inclusive of all taxes, duties, levies,
cess etc. but excluding Goods and Service tax which will be paid extra at
the prevailing rate.
4. The following formats shall be used.
 FIN-1 Financial Proposal Submission Form
 FIN-2 Summary of Costs
 FIN-3 Breakdown of Cost by Activity- Separate by Each of the
package
 FIN-4 Breakdown of Remuneration- Separate by Each of the
package
5. The assignment is for Small hydro power project at Garudeshwar Weir;
dedicated professionals are to be suggested for the assignment.
6. The bidder should arrange for office & all required infrastructure to carry
out the assign work at his own.
7. Travelling allowances & accommodation during pre-dispatch inspection
shall be borne by EPC Contractor.

84 | P a g e
FORM FIN-1
(FINANCIAL PROPOSAL SUBMISSION FORM)

[Location, Date]
To: [Name and address of SSNNL]

Dear Sirs:

We, the undersigned, offer consultancy services for Preparation of Bid Documents (RFP),
Bid evaluation and providing Project Management Consultancy (PMC) Services for
Consultancy Work for EPC contract of Small Hydro Power Project at Garudeshwar Weir
of Sardar Sarovar Narmada Nigam Limited in Gujarat in accordance with the Request for
Proposal dated ___________ and our Technical Proposal ___________.

Our Financial Proposal is for all the locations is ` _______ as a total lump sum amount of
Rupees in words ___________________________ excluding service tax. The amount of
the local taxes, as identified/estimated is shown in the summary separately.

Our Financial Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, up to expiration of the validity period of the Proposal, i.e.
before the date indicated in Data Sheet.

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.

We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:

85 | P a g e
FORM FIN-2
(SUMMARY OF COSTS)
Sr. Item Lump sum Costs in
Rupees (Excluding
GST)
Project Management Consultancy services for EPC Contract
of Small Hydro Power Project at Garudeshwar Weir of Sardar
Sarovar Project in Gujarat as per the scope of work and
detailed Terms of Reference contained in Chapter 4 of the
RFP document issued by SSNNL for this assignment
1 Preparation of RFP document for EPC contractors and
preparation of its corrigendum
2* Bid Evaluation (if required by SSNNL)

3* Vetting of design submitted by EPC Contractor and working


as Project Management Consultant (i.e. PMC) (if required by
SSNNL)
Total Cost for the Package
* This work is optional and it is to be carried out as per the requirement of
SSNNL. However, the bidder is requested to quote the price for the same.

Payment Terms:
Stage-I and Stage-II:
Upon completion of Stage-I and Stage-II, the respective payment shall be
released. However, it may be noted that if SSNNL has completed these works, no
payment shall be made to consultant.

Stage-III:
Based on quoted price of PMC, the percentage value of PMC work will derived
from the award value of the EPC Contract. The payment for PMC will be released
on monthly basis based on percentage of work completed by EPC Contractor and
its RA Bill raised & certified by PMC in the particular month.

86 | P a g e
Example:
A ) PMC order Value: X amount
B ) EPC award value : Y amount
C ) % PMC work with respect to EPC award value : ( X/Y )
D ) RA Bill amount of EPC Contract for the month certified by PMC : Z
Then Payment eligible for PMC work = Z * ( X/Y )
The remaining quoted amount of PMC work after completion of Stage-III period
will be released only after completion of assignment i.e. providing the complete
man month as defined earlier.

87 | P a g e
FORM FIN-3
(BREAKDOWN OF COST BY ACTIVITY-SEPARATE FOR EACH
OF THE PACKAGE)

Sr. No. Cost Component Cost in Rupees


1 Remuneration to the key professionals
2 Remuneration to supporting Staff
3 Overheads
4 Expenditure on logistics like office
accommodation, communication facilities,
computer facilities, stationary, printing etc.
5 Expenditure on hired / own vehicles
6 Expenditure on travel of the key
professionals to the project area and site of
work
7 Taxes, duties, cess, levies other than GST
TOTAL

88 | P a g e
FORM FIN-4
(BREAKDOWN OF REMUNERATION- SEPARATE FOR EACH OF
THE PACKAGE)
(This Form FIN-4 shall be used when the Lump-Sum Form of Contact has been
included in the RFP. Information to be provided in this Form shall only be used to
establish payment to the consultant for possible additional services requested by
the SSNNL)

Sr. Name Position Staff Time to Total


No. month deployment in Amount
Rate man Months
1
2
3
4
5
6
7
8
n

89 | P a g e
CHAPTER

7
CONSULTANCY
AGREEMENT

90 | P a g e
CHAPTER 7
CONSULTANCY AGREEMENT
(All notes should be deleted in final text)

This CONTRACT (hereinafter called the “Contract”) is made the [day] day of the month
of [month], [year], between Sardar Sarovar Narmada Nigam Limited (SSNNL), a
Company set up by the Government of Gujarat under the Company Law of India for
implementation of the Sardar Sarovar Project, having its registered office at Block No.
12, 1st Floor, New Sachivalaya, Gandhinagar – 382 010, Gujarat on the one hand
(hereinafter called the “SSNNL”) and, on the other hand, [name of Bidder] having its
registered office at __________________(hereinafter called the “Bidder”).
WHEREAS
(a) the SSNNL has requested the Bidder to provide Consultancy Services for
Preparation of Bid Documents (RFP), Bid evaluation and providing Project
Management Consultancy (PMC) Services for EPC contract of Small Hydro Power
Project at Garudeshwar Weir of Sardar Sarovar Project in Gujarat as defined in
the scope of work and Detailed Terms of Reference contained in the RFP
document which are made as part of this contract (hereinafter called the
“Services”);
(b) the Bidder, having represented to the SSNNL that it has the required professional
skills, and personnel and technical resources, has 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:
a. Bidder‟s technical Proposal submitted in response to RFP.
b. Bidder‟s financial Proposal submitted in response to RFP.
c. Scope of Work and Terms of Reference for Bidder as contained in this RFP.
d. Price Proposal for Bidder as per Request for financial Proposal this RFP.
e. General Conditions of Contract;
f. Special Conditions of Contract;
g. Corrigendum, if any.

91 | P a g e
h. Correspondence after opening technical bid and price bid, if any.
i. Clarification
2. The mutual rights and obligations of the SSNNL and the Bidder shall be as set
forth in the Contract, in particular:
(a) the Bidders shall carry out the Services in accordance with the provisions of
the Contract; and
(b) the SSNNL shall make payments to the Bidders in accordance with the
provisions of the Contract.
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 SSNNL]

[Authorized Representative]

In presence of

For and on behalf of [name of Bidder]

[Authorized Representative]

In presence of

92 | P a g e
CHAPTER

8
GENERAL
CONDITIONS OF
CONTRACT

93 | P a g e
CHAPTER 8
GENERAL CONDITIONS OF CONTRACT

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) “Bidder” means any private or public entity that will
provide the Services as per TOR to the SSNNL under the
Contract.
(d) “Contract” means the Contract signed by the Parties and
all the attached documents listed in its Clause 1, that is
these General Conditions (GC), the Special Conditions
(SC), and the Appendices.
(e) “Contract Price” means the price to be paid for the
performance of the Services, in accordance with Clause
GC-6 of this chapter;
(f) “Consultant” means any entity or person that may provide
or provides operational consulting Services to the SSNNL
under the Contract
(g) “Data Sheet” means such part of the Instructions to
Consultants used to reflect specific country and
assignment conditions
(h) “Day” means calendar day

(i) “Effective Date” means the date on which this Contract

94 | P a g e
comes into force and effect pursuant to Clause GC 2.1.
(j) “Foreign Currency” means any currency other than the
Indian National currency.
(k) “GC” means these General Conditions of Contract.
(l) “Government” means the Government of India and the
Government of Gujarat.
(m) “Instructions to Consultants” (Chapter 2 of the RFP)
means the document which provides Consultants with all
information needed to prepare their Proposals
(n) “Local Currency” means the Indian National currency.
(o) “Member” means any of the person who is in charge of
the particular assignment given to him to execute the
assignment as per TOR.
(p) “Party” means the SSNNL or the Bidder, as the case may
be, and “Parties” means both of them.
(q) “Personnel” means persons hired/owned by the Bidder
and assigned to the performance of the Services or any
part thereof.
(r) “Proposal” means the Technical Proposal and the
Financial Proposal
(s) “SC” means the Special Conditions of Contract by which
the GC may be amended or supplemented.
(t) “Services” means the work to be performed by the
Bidder/personnel pursuant to this Contract.
(u) “Sub-Bidders” means any person or entity to whom/which
the Bidder subcontracts any part of the Services to form
consolidated DPR with prior permission/approval of
SSNNL.
(v) “SSNNL” means the Sardar Sarovar Narmada Nigam
Limited, a wholly owned Government of Gujarat
undertaking, Gandhinagar

95 | P a g e
(w) “In writing” means communicated in written form with
proof of receipt.
(x) “DPR” means the detailed Project Report as per the terms
of reference and all other conditions of this RFP.
(y) “Small/mini hydro power projects” means the definition
provided in Govt. Of Gujarat resolution no. MMH-1097-
CM-17-B dated 10th January 2005.
(z) “Terms of Reference” (TOR) means the document included
in the RFP as Chapter 4 which explains the objectives,
scope of work, activities, tasks to be performed,
respective responsibilities of the SSNNL and the
Consultant, and expected results and deliverables of the
assignment.
(aa) “EPC” means Engineering Procurement & Construction.
1.2 Law This Contract, its meaning and interpretation, and the relation
Governing between the Parties shall be governed by the Applicable Law.
Contract
1.3 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. If the documents/certificates of the owner are
available in the language other than English, the bidder has to
make it translated in to English language duly notarized and
submitted the translated copy along with the copy of original
version of the documents/certificates.

96 | P a g e
1.4 Notices
1.4.1 Any notice, request or consent required or permitted to be
given or made pursuant to this Contract shall be in writing.
Any such notice, request or consent shall be deemed to have
been given or made when delivered in person to an authorized
representative of the Party to whom the communication is
addressed, or when sent to such Party at the address specified
in the SC.
1.4.2 A Party may change its address for notice hereunder by giving
the other Party notice in writing of such change to the address
specified in the SC.
1.5 Location The Services shall be performed at such location as specified
in bid document hereto
1.6 Authority of The team leader is hereby require to authorize the entity
team leader specified in the SC to act on their behalf in exercising all the
Bidder‟s rights and obligations towards the SSNNL under this
Contract, including without limitation the receiving of
instructions and payments from the SSNNL.
1.7 Authorized Any action required or permitted to be taken, and any
Representa- document required or permitted to be executed under this
tives Contract by the SSNNL or the Bidder may be taken or
executed by the officials specified in the SC.
1.8 Taxes and The Bidder and their Personnel shall pay such indirect taxes,
Duties duties, fees, and other impositions levied under the Applicable
Law as specified in the SC, the amount of which is deemed to
have been included in the Contract Price.
1.9 Fraud and Corruption
1.9.1 (a) defines, for the purpose of this provision, the terms set
Definitions forth below as follows:
(i) “corrupt practice” means the offering, receiving, or
soliciting, directly or indirectly, of anything of value to

97 | P a g e
influence the action of a public official in the selection
process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or
omission of facts in order to influence a selection
process or the execution of a contract;
(iii) “collusive practices” means a scheme or arrangement
between two or more bidders, with or without the
knowledge of the Borrower, designed to establish
prices at artificial, noncompetitive levels;
(iv) “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;

1.9.3 This will require the successful Bidder to disclose any


Commissions commissions or fees that may have been paid or are to be
and Fees paid to agents, representatives, or commission agents with
respect to the selection process or execution of the contract.
The information disclosed must include at least the name and
address of the agent, representative, or commission agent,
the amount and currency, and the purpose of the commission
or fee.

2. COMMENCEMENT, COMPLETION, MODIFICATION AND

TERMINATION OF CONTRACT

2.1 This Contract shall come into effect on the date the
Effectiveness of Contract is signed by both Parties or such other later
Contract date as may be stated in the SC. The date on which
the Contract comes into effect is defined as the
Effective Date.

98 | P a g e
2.2 The Bidder shall begin carrying out the Services not later than
Commencement the number of days after the Effective Date specified in the SC.
of Services

2.3 Unless terminated earlier pursuant to Clause GC 2.6 hereof,


Expiration of this Contract shall expire at the end of such time period after
Contract the Effective Date as specified in the SC.

2.4 Any modification or variation of the terms and conditions of


Modifications or this Contract, including any modification or variation of the
Variations scope of the Services, may only be made by written
agreement between the Parties. However, each Party shall
give due consideration to any proposals for modification or
variation made by the other Party.
2.5 Force Majeure
2.5.1 For the purposes of this Contract, “Force Majeure” means an
Définition event which is beyond the reasonable control of a Party and
which makes a Party‟s performance of its obligations under the
Contract impossible or so impractical as to be considered
impossible under the circumstances.
2.5.2 The failure of a Party to fulfill any of its obligations under the
No Breach of contract shall not be considered to be a breach of, or default
Contract under, this Contract insofar as such inability arises from an
event of Force Majeure, provided that the Party affected by
such an event (a) has taken all reasonable precautions, due
care and reasonable alternative measures in order to carry out
the terms and conditions of this Contract, and (b) has informed
the other Party as soon as possible about the occurrence of
such an event.

99 | P a g e
2.5.3 The Consultant has to provide services for the period of
Extension of construction as specified in the contracts awarded to the
Time construction contractors. In case if, these construction
contracts are extended beyond the specified period, the
consultant's contract (this contract) may be extended by
mutual understanding. During the extended period, the
consultant shall provide the services and deploy his staff as per
the requirement of the work. The manpower requirement shall
be decided by the Engineer in charge. The fees may be worked
out on the basis of actual man power deployed during
extended period by mutual understanding. The rates shall be
decided as per quoted rates in the financial proposal of the
Consultants.
2.5.4 During the period of their inability to perform the Services as a
Payments result of an event of Force Majeure, the Bidder shall be entitled
to continue to be paid under the terms of this Contract, as well
as 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 Service after
the end of such period.
2.6 Termination The SSNNL may terminate this Contract in case of the
occurrence of any of the events specified in
2.6.1
paragraphs (a) to (c) and (f) of this Clause GC 2.6.1. In
By the SSNNL
such an occurrence the SSNNL shall give a not less
than thirty (30) days’ written notice of termination to
the Bidder, and sixty (60) days’ in the case the event
referred to in (d) and (e).
(a) If the Bidder does not remedy a failure in the
performance of their obligations under the Contract,
within thirty (30) days after being notified or within any
further period as the SSNNL may have subsequently

100 | P a g e
approved in writing.
(b) If the Bidder becomes insolvent or bankrupt.
(c) If the Bidder, in the judgment of the SSNNL has engaged
in corrupt, fraudulent, Collusive or Coercive practices in
competing for or in executing the Contract.
(d) If, as the result of Force Majeure, the Bidder are unable
to perform a material portion of the Services for a period
of not less than sixty (60) days.
(e) If the SSNNL, in its sole discretion and for any reason
whatsoever, decides to terminate this Contract.
(f) If the Bidder fails to comply with any final decision
reached as a result of arbitration proceedings pursuant to
Clause GC 8 hereof.
2.6.2 The Bidders may terminate this Contract, by not less than
By the Bidder
thirty (30) days‟ written notice to the SSNNL, such notice to be
given after the occurrence of any of the events specified in
paragraphs (a) through (c) of this Clause GC 2.6.2:
(a) If the SSNNL fails to pay any money due to the Bidder
pursuant to this Contract and not subject to dispute
pursuant to Clause GC 8 hereof within forty-five (45) days
after receiving written notice from the Bidder that such
payment is overdue.
(b) If, as the result of Force Majeure, the Bidder is unable to
perform a material portion of the Services for a period of
not less than sixty (60) days.
(c) If the SSNNL fails to comply with any final decision
reached as a result of arbitration pursuant to Clause GC 8
hereof.

101 | P a g e
2.6.3 Upon termination of this Contract pursuant to Clauses GC 2.6.1
Payment upon or GC 2.6.2, the SSNNL shall make payments to the Bidder
Termination equivalent to the cost of services actually provided up to date
of termination. Such cost of services shall be paid as per
contract provided that the services are found to be satisfactory
and acceptable to SSNNL.

3. OBLIGATIONS OF THE BIDDER

3.1
General
3.1.1 The Bidder shall perform the Services and carry out their
Standard of obligations hereunder with all due diligence, efficiency and
Performance economy, in accordance with generally accepted professional
standards and practices, and shall observe sound management
practices, and employ appropriate technology and safe and
effective equipment, machinery, materials and methods. The
Bidder shall always act, in respect of any matter relating to
this Contract or to the Services, as faithful advisers to the
SSNNL, and shall at all times support and safeguard the
SSNNL‟s legitimate interests in any dealings with Sub-Bidders
or third Parties.
3.2 The Bidder shall hold the SSNNL‟s interests paramount,
Conflict of without any consideration for future work, and strictly avoid
Interests conflict with other assignments or their own corporate
interests.
3.2. The payment of the Bidder pursuant to Clause GC 6 shall
Bidders Not to constitute the Bidder‟s only payment in connection with this
Benefit from Contract or the Services, and the Bidder shall not accept for
Commissions, their own benefit any trade commission, discount, or similar
Discounts, etc. payment in connection with activities pursuant to this Contract

102 | P a g e
or to the Services or in the discharge of their obligations under
the Contract, and the Bidder shall use their best efforts to
ensure that the Personnel, any Sub-Bidders, and agents of
either of them similarly shall not receive any such additional
payment
3.2.2 The Bidder agrees that, during the term of this Contract and
Bidder and after its termination, the Bidder and any entity affiliated with
Affiliates Not to the Bidder, as well as any Sub-Bidders and any entity affiliated
be Otherwise with such Sub-Bidders, shall be disqualified from providing
Interested in goods, works or services (other than consulting services)
Project resulting from or directly related to the Bidder‟s Services for
the preparation or implementation of the project.
3.2.3 The Bidder shall not engage, and shall cause their Personnel
Prohibition of as well as their Sub-Bidders and their Personnel not to
Conflicting engage, either directly or indirectly, in any business or
Activities professional activities which would conflict with the activities
assigned to them under this Contract.

3.3 Except with the prior written consent of the SSNNL, the
Confidentiality Bidder and the Personnel shall not at any time communicate
to any person or entity any confidential information acquired
in the course of the Services, nor shall the Bidder and the
Personnel make public the recommendations formulated in
the course of, or as a result of, the Services.
3.4 The Bidder (a) shall take out and maintain, at their own cost
Insurance to be but on terms and conditions approved by the SSNNL,
Taken Out by the insurance against the risks, and for the coverage, as shall be
Bidder specified in the SC; and (b) at the SSNNL‟s request, shall
provide evidence to the SSNNL showing that such insurance
has been taken out and maintained and that the current
premiums have been paid.

103 | P a g e
3.5 The Bidder shall obtain the SSNNL‟s prior approval in writing
Bidder’s Actions before taking any of the following actions:
Requiring (a) entering into a subcontract for the performance of any
SSNNL’s Prior part of the technical Services relating to performance of
Approval work as defined in the TOR,
(b) appointing such members of the Personnel not listed by
name in the Bidder‟s Technical Proposal and
(c) any other action that may be specified in the SC.

3.6 (a) The Bidder shall submit to the SSNNL the reports and
Reporting documents specified in the Terms of Reference, in the
Obligations form, in the numbers and within the time periods set
forth in the said Appendix.
(b) Final reports shall be delivered in CD ROM in addition to
the hard copies specified in said Terms of Reference.
3.7 (a) All investigations, plans, drawings, specifications, designs,
Documents reports, other documents and software submitted by the
Prepared by the Bidder under this Contract shall become and remain the
Bidder to be the property of the SSNNL, and the Bidder shall, not later
Property of the than upon termination or expiration of this Contract,
SSNNL deliver all such documents to the SSNNL, together with a
detailed inventory thereof.
(b) The Bidder may retain a copy of such documents and
software. Restrictions about the future use of these
documents, if any, shall be specified in the SC.

3.8 The Bidder (i) shall keep accurate and systematic accounts
Accounting, and records in respect of the Services hereunder, in
Inspection and accordance with internationally accepted accounting principles
Auditing and in such form and detail as will clearly identify all relevant
time changes and costs, and the bases thereof, and (ii) shall

104 | P a g e
periodically permit the SSNNL or its designated
representative, and up to two years 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 SSNNL or the Bank, if so required by the
SSNNL or the Bank as the case may be.

4. BIDDER’S PERSONNEL

4.1 The Bidder shall employ and provide such qualified and
Description of experienced Personnel as specified in the bid document to
Personnel carry out the Services. The titles, agreed job descriptions,
minimum qualifications, and estimated periods of engagement
in the carrying out of the Services of the Bidder‟s Key
Personnel are described in the Terms of Reference. The Key
Personnel and Sub-Bidders listed by title as well as by name in
FORM TECH – 3, 3A & 4 are to be got approved from SSNNL.
4.2 (a) Except as the SSNNL may otherwise agree, no changes
Removal and/or shall be made in the Key Personnel. If, for any reason
Replacement of beyond the reasonable control of the Bidder, such as
Personnel retirement, death, medical incapacity, among others, it
becomes necessary to replace any of the Key Personnel,
the Bidder shall provide as a replacement a person of
equivalent or better qualifications.
(b) If the SSNNL finds that any of the Personnel have (i)
committed serious misconduct or have been charged with
having committed a criminal action, or (ii) have
reasonable cause to be dissatisfied with the performance
of any of the Personnel, then the Bidder shall, at the
SSNNL‟s written request specifying the grounds thereof,
provide as a replacement a person with qualifications and

105 | P a g e
experience acceptable to the SSNNL.
(c) The Bidder shall have no claim for additional costs arising
out of or incidental to any removal and/or replacement of
Personnel.
4.3 (a) As per Deployment Schedule, the Consultant is required
Action when to provide deployed Personnel with qualifications and
Deployed experience as laid down in Clause 4 of Chapter “Term of
Personnel not Reference”. The team given in technical proposal will
provided have to be employed on the work site.
(b) If services of required staff are not made available at the
proper time and in the specified number, deductions at
the rates as given in the financial proposal shall be made
from the consultant's bills.
(c) In addition action under other clauses of contract, which
may ultimately result in termination of contract, shall be
taken.
(d) Leaves rule of Company act shall be applicable on
consultant firm. If a personal takes the leave, consultants
have to substitute the personal during leave.

5. OBLIGATIONS OF THE SSNNL

5.1 The SSNNL shall use its best efforts to ensure that the they
Assistance and shall provide the Bidder such assistance and exemptions as
Exemptions specified in the SC.
5.2 If, after the date of this Contract, there is any change in the
Change in the Applicable Law with respect to taxes and duties which
Applicable Law increases or decreases the cost incurred by the Bidder in
Related to Taxes performing the Services, then the remuneration and
and Duties reimbursable expenses otherwise payable to the Bidder under
this Contract shall be increased or decreased accordingly by

106 | P a g e
agreement between the Parties, and corresponding
adjustments shall be made to the amounts referred to in
Clauses GC 6.2 (a) or (b), as the case may be.
5.3 The SSNNL shall make available free of charge to the Bidder
Services and the Services and Facilities listed in the clause 17 Data Sheet
Facilities under Chapter 3 of the RFP.

6. PAYMENTS TO THE BIDDER


6.1 The total payment due to the Bidder shall not exceed the Contract
Lump-Sum Price which is an all inclusive fixed lump-sum covering all costs
Payment required to carry out the Services described the Terms of
Reference (Except Goods and Service Tax). Except as provided in
Clause 5.2, the Contract Price may only be increased above the
amounts stated in Clause 6.2 if the Parties have agreed to
additional payments in accordance with Clause 2.4.

6.2 (a) The price payable in foreign currency/currencies is set forth


Contract Price in the SC.
(b) The price payable in local currency is set forth in the SC.
6.3 Not applicable
Payment for
Additional
Services

107 | P a g e
6.4 Payments will be made to the account of the Bidder and according
Terms and to the payment schedule stated in the SC. Payment shall be made
Conditions of after the conditions listed in the SC. For such payment to be
Payment made, the Bidder has to submit an invoice in triplicate to the
SSNNL specifying the amount due.

6.5 SSNNL shall make the payment to the bidder within 30 days from
Interest on the date of the invoice if possible. In case if the payment is
Delayed delayed for reasons beyond the reasonable control of SSNNL, no
Payments interest thereon shall be paid to the Bidder.

6.6 SSNNL shall make penalty on delayed work as mentioned in SC.


Penalty on
delayed work
(Liquidated
damages for
delay)

7. GOOD FAITH

7.1 The Parties undertake to act in good faith with respect to each
Good Faith other‟s rights under this Contract and to adopt all reasonable
measures to ensure the realization of the objectives of this
Contract.

8. SETTLEMENT OF DISPUTES

8.1 The Parties agree that the avoidance or early resolution of


Amicable disputes is crucial for a smooth execution of the Contract and the
Settlement success of the assignment. The Parties shall use their best efforts

108 | P a g e
to settle amicably all disputes arising out of or in connection with
this Contract or its interpretation.
8.2 Any dispute between the Parties as to matters arising pursuant to
Dispute this Contract that cannot be settled amicably within thirty (30)
Resolution 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.

109 | P a g e
CHAPTER

9
SPECIAL
CONDITIONS OF
CONTRACT

110 | P a g e
CHAPTER 9
SPECIAL CONDITIONS OF CONTRACT
(Clauses in brackets { } are optional)

Number Amendments of, and Supplements to, Clauses in the


of GC General Conditions of Contract
Clause

{1.1(a)} {The words “in the Government‟s country” are amended to read “in India”.

1.3 The language is : English

1.4 The addresses are:


SSNNL: Chief Engineer (Elect & Mech), NPHP,SSNNL, Vadodara
Attention: Mr. A.F. Bhoraniya
Facsimile: 0265-2413192
E-mail: ce.em.ssnnl2@gmail.com

Bidder:

Attention:
Facsimile:
E-mail:

111 | P a g e
{1.6} Joint venture/ consortium/ association of is not allowed to be formed for this
contract. The bidder is allowed to offer his quote in his own capacity.

1.7 The Authorized Representatives are:


For the SSNNL: Chief Engineer (Elect & Mech)
For the Bidder: As authorized by bidder‟s authority

{2.1} The Effective Conditions are the following:


[a] approval of the Bidder‟s Technical and Price Proposal by the SSNNL,
[b] signing of the Consultancy Contract

2.2 The date for the commencement of Services after four days from signing the
contract.

2.3 Stage-I: 30 days from the date of LOA to consultant


Stage-II: 20 days from the date opening of tender for EPC contractor
Stage-III: The time period shall be Twenty Four (24) months for the work
assignment covered under the scope of work in Chapter 4 of the RFP
document from the date of LOA issued to EPC contractor.

3.4 The risks and the coverage shall be as follows:


(a) Third Party motor vehicle liability insurance in respect of motor vehicles
operated in the Government‟s country by the Bidder or its Personnel or
any Sub-Bidders or their Personnel, with a minimum coverage as per
Motor Vehicles Act 1988;
(b) Third Party liability insurance, with a minimum coverage of Rs. Five (5)
Lakhs
(c) Professional liability insurance, with a minimum coverage equivalent to
the total fees payable to the Bidder as per the accepted price proposal.
(d) employer‟s liability and workers‟ compensation insurance in respect of
the Personnel of the Bidder, in accordance with the relevant provisions
of the Applicable Law, as well as, with respect to such Personnel, any
such life, health, accident, travel or other insurance as may be

112 | P a g e
appropriate; and
(e) insurance against loss of or damage to (i) the Bidder‟s property used in
the performance of the Services, and (ii) any documents prepared by
the Bidder in the performance of the Services.

{3.7 The Bidder shall not use these documents and software for purposes
(b)} unrelated to this Contract without the prior written approval of the SSNNL.

{5.1} “Not Applicable.”

6.2(a) The amount in foreign currency or currencies is – Not Applicable

6.2(b) The amount in Indian Rupees

6.4 Payments shall be made according to the following schedule:


No advance payment shall be made. SSNNL shall deduct Income tax at
source and other dues from the invoice. The GST shall be paid as actual.
The details of PAN card & GST registration shall be mentioned by bidder.
The detailed break up of payment for Project Management Consultancy
Services for EPC Contract of Small Hydro Power Project at Garudeshwar
Weir shall be governed as mentioned under FORM FIN-2 “ Payment Terms”

6.5 Payment shall be made within 30 days of receipt of the invoice and the
relevant documents specified in Clause 6.4 and within 60 days in the case of
the final payment if possible.

6.6 In case of delay in completion of Services, liquidated damages not


exceeding an amount equal to 0.2% (zero point two per cent) of the
Agreement Value per day, subject to a maximum of 10% (ten per cent) of
the Agreement Value will be imposed and shall be recovered by
appropriation from the Performance Security or otherwise. However, in case
of delay due to reasons beyond the control of the Consultant, suitable
extension of time shall be granted.

113 | P a g e
8.2 Disputes shall be settled by arbitration in accordance with the following
provisions:

Dispute Settlement

8.2 (i) Any dispute, controversy, or claim arising out of or relating to this
contract, or the breach, termination or invalidity thereof shall be
settled by arbitration in accordance with following provisions:

8.2 (ii) Each dispute submitted by a Party to arbitration shall be heard by a


sole arbitrator or an arbitration panel composed of three arbitrators,
in accordance with the following provisions:

(a) Where the Parties agree that the dispute concerns a technical matter,
they may agree to appoint a sole arbitrator or, failing agreement on
the identity of such sole arbitrator within thirty (30) days after receipt
by the other Party of the proposal of a name for such an appointment
by the Party who initiated the proceedings, either Party may apply to
the President, Institution of Engineers India, Kolkata, for a list of not
fewer than five nominees and, on receipt of such list, the Parties shall
alternately strike names there from, and the last remaining nominee
on the list shall be the sole arbitrator for the matter in dispute. If the
last remaining nominee has not been determined in this manner within
sixty (60) days of the date of the list, the President, Institution of
Engineers India, Kolkata, shall appoint, upon the request of either
Party and from such list or otherwise, a sole arbitrator for the matter
in dispute.

(b) Where the Parties do not agree that the dispute concerns a technical
matter, the SSNNL and the Bidders shall each appoint one arbitrator,
and these two arbitrators shall jointly appoint a third arbitrator, who

114 | P a g e
shall chair the arbitration panel. If the arbitrators named by the
Parties do not succeed in appointing a third arbitrator within thirty
(30) days after the later of the two arbitrators named by the Parties
has been appointed, the third arbitrator shall, at the request of either
Party, be appointed by Secretary, the Indian Council of Arbitration,
New Delhi.

(c) If, in a dispute subject to Clause 8.2 (ii) (b), one Party fails to appoint
its arbitrator within thirty (30) days after the other Party has
appointed its arbitrator, the Party which has named an arbitrator may
apply to the Secretary, Indian Council of Arbitration, New Delhi, to
appoint a sole arbitrator for the matter in dispute, and the arbitrator
appointed pursuant to such application shall be the sole arbitrator for
that dispute.

8.2(iii) Rules of Procedure

Arbitration proceedings shall be conducted in accordance with


procedure of the Arbitration & Conciliation Act 1996, of India.

8.2(iv) Substitute Arbitrators

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.

8.2(iv) Qualifications of Arbitrators

The sole arbitrator or the third arbitrator appointed pursuant to


paragraphs (a) to (c) of Clause 8.2 (ii) hereof shall be a Nationally /
Internationally recognized legal or technical expert with extensive

115 | P a g e
experience in relation to the matter in dispute.

8.2(vi) Miscellaneous

In any arbitration proceeding hereunder:

(a) Proceedings shall, unless otherwise agreed by the Parties, be


held in Gandhinagar.
(b) the English language shall be the official language for all
purposes;
(c) the decision of the sole arbitrator or of a majority of the
arbitrators (or of the third arbitrator if there is no such
majority) shall be final and binding and subject to the
provisions of the Indian Arbitration & Conciliation Act, 1996

116 | P a g e
CHAPTER

10

ANNEXURES

117 | P a g e
ANNEXURE I
FORM OF BANK GUARANTEE (UNCONDITIONAL)*

FOR PERFORMANCE SECURITY


(INITIAL AND ADDITIONAL SECURITY DEPOSIT)

To ,

[Name of Employer]________________________________________________

[Address of Employer] ______________________________________________


___________________________________________________________

WHEREAS [Name and Address of Consultant] ___________________________

_________________________________________________________

(Hereinafter called "The Consultant") has undertaken, in pursuance of contract

No.__________ Dated __________________ to execute (Name of contract and brief

description of works) (Hereinafter called "The Consultant”)

AND WHEREAS it has been stipulated by you in the said contract that the Consultant

shall furnish you with a Bank Guarantee by a Nationalized 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 Consultant such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to

you, on behalf of the Consultant, upto a total of [Amount of Guarantee]**

` (In figures)_____________________ Rupees (In words) ________________

______________________________________________ such sum being payable in

118 | P a g e
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 herein We here by waive the necessity of your demanding the said debt

from the Consultant 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 works to be performed there under or of any of the contract

documents which be made between you and the Consultant shall in any way release

us from any liability under this guarantee, and we hereby waive notice of any such

change, addition of modification.

This Guarantee is valid until the 180 (one eighty) days after the date of issuing the

completion Certificate.

SIGNATURE AND SEAL OF THE GUARANTOR____________________

Name of Bank _____________________________________________

Address___________________________________________________

Date : - _______________

* Bidders are not required to complete this form.


** An amount is to be inserted by the Guarantor, representing the percentage of
the contract price specified in the contract and denominated either in the currency
(ies) of the contract or in a freely convertible currency acceptable to the Employer.

119 | P a g e
ANNEXURE-IA*
FORM OF BANK GUARANTEE (UNCONDITIONAL)+
FOR PERFORMANCE SECURITY
(INITIAL AND ADDITIONAL SECURITY DEPOSIT)

TO,

(Name of employer)__________________________________ ____________

(Address of Employer)_________________________________ _____________

WHERE AS (Name and Address of Consultant)__________________________

(hereinafter called "The Consultant ") has undertaken, in pursuance of contract No.

______________ dated _______________ to execute [Name of contract and Brief

Description of work] (hereinafter called "The Contract"),

AND WHEREAS it has been stipulated by you in the said contract that the

Consultant shall furnish you with a bank guarantee by a Nationalized 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 Consultant such bank guarantee ; NOW

THEREFORE we hereby affirm that we are the guarantor and responsible to you, on

behalf of the Consultant, upto a total of (Amount of Guarantee)** (In

figure)__________________________Rupees (In words)

_________________________________________________________

Such sum being 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

120 | P a g e
[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 form the Consultant

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 work to be performed there under or of any of the contract

documents which may be made between you and the Consultant shall in any way

release us from any liability under this guarantee, and we hereby waive notice of

any such change, addition or modification. This guarantee is valid until the

date________ months after the issuing of the completion certificate.

We hereby affirm that we are aware of the stipulation for acceptance of our

guarantee by Sardar Sarovar Narmada Nigam Limited, Gandhinagar, that the said

Nigam will be for all matters relating to this guarantee shall deal with our bank

branch located at __________and all communication including invocation, notice of

demand and such other matter deemed essential to be advised to and / or served on

the said branch, on our behalf, of our bank, who without demur shall in accordance

with the provisions of this guarantee.

We unequivocally surrender our rights to be informed / advised give notice in

respect thereof in favour of the said branch of our bank in consideration of the

aforesaid terms and conditions incorporated in this guarantee, we agree that for all

the operative part and enforceability in the court of law. This guarantee shall be

deemed to have issued by the said branch of our bank. The obligation under this

121 | P a g e
guarantee shall be performed and discharged at __________and the court located

thereat shall have jurisdiction for all the matters covered under and / or arising out

of this guarantee.

SIGNATURE AND SEAL OF THE GUARANTOR

Name of Bank ___________________________________________________

Address______________________________________________________________

____________________________________________________________________

__________________________________

Date: - _________________

Confirmed by : -
Bank Branch located at Vadodara / Ahmedabad / Gandhinagar
We hereby confirm the above Bank Guarantee given by our Branch
at___________and will honour the same as if it has been issued by us.
Signature & Seal
_____________________________________Bank.

* This form shall be used when the bank guarantee to be issued by the branch
other than Ahmedabad / Gandhinagar but operatable at its Vadodara / Ahmedabad /
Gandhinagar branch.
+ Bidders are not required to complete this form.
** An amount is to inserted by the guarantor, representing the percentage of the
contract price specified in the contract.

122 | P a g e
Annexure – II
FORM OF BANK GUARANTEE
(EARNEST MONEY DEPOSIT)
Whereas M/s............................................................... (here in after called the
Tenderer) is desirous and prepared to tender for work in accordance with terms and
conditions of Tender Notice no. of 2018-19 dated.........................And whereas
We, ...................... .. ... ... Bank; agree
to give the Tenderer a Guarantee for the Earnest Money Deposit.
1. Therefore, we here by affirm that we are Guarantors on behalf of the
Tenderer upto a total of Rupees.......................(i.e.
Rs..........................................................) and we undertake to pay the
Executive Engineer, N.P.H.P., SSNNL, Vadodara, upon his first written
demand and without demur, without delay and without necessity of previous
notice of individual or administrative procedure and without necessity to
prove the bank the defects or short coming or debit of the Consultant any
sum within the limit of Rupees.....................................
2. We further agree that the guarantee here in contained shall remain in full
force and effective during the period that would be taken for the acceptance
of tender. However, unless a demand or claim under this guarantee is made
only in writing on or before the......................................... We shall be
discharged from all liabilities under the guarantee thereafter.
3. We undertake not to revoke the guarantee during its currency except with the
previous consent of the Executive Engineer, N.P.H.P., SSNNL, Vadodara in
writing.
4. We lastly undertake not to revoke the guarantee for any change in
constitution of the Tenderer or the Bank.

Date: Signature and Seal of Guarantor


Bank:
Address:

123 | P a g e
Annexure – III
Sample Calculation for Bid Evaluation:
Bidder No. Technical Marks Obtained out of 250 Financial offer in Rs.Lakh
1 205 68
2 200 50
3 240 70
4 210 75

Technical Score (St) Financial Score (Sf)


Highest Score bidder Tm=240 ( bidder-3) Lowest Price bidder Fm=50 (bidder-2)
St=100 x (205/240)= 85.41 (for bidder-1) Sf=100 x (50/68)= 73.52 (for bidder-1)
St=100 x (200/240)= 83.33 (for bidder-2) Sf=100 x (50/50)= 100 (for bidder-2)
St=100 x (240/240)=100 (for bidder-3) Sf=100 x (50/70)= 71.42 (for bidder-3)
St= 100 x (210/240)= 87.50 (for bidder-4) Sf=100 x (50/75)= 66.67 (for bidder-4)

Total Combined Score S = St X T% + Sf X P%, where T=75% & P=25%


S = 85.41 X 0.75 + 73.52 X 0.25 = 82.44 (for bidder-1)
S = 83.33 X 0.75 + 100 X 0.25 = 87.49 (for bidder-2)
S = 100 X 0.75 + 71.42 X 0.25 = 92.85 (for bidder-3)
S = 87.50 X 0.75 + 66.67 X 0.25 = 82.28 (for bidder-4)

Bidder-3 has highest combined score of 92.85 so, work will be awarded to
BIDDER-3

124 | P a g e
Annexure – IV
List of Banks for Submission of Earnest Money Deposit
& Security Deposits

A) All nationalized Banks including the Public Sector Bank – IDBI Ltd.
B) Guarantees issued by following Banks will be accepted as SD/EMD for the period
up to Dt.31-03-2019 as per Nigam Circular.
1) Rajkot Nagrik Sahkari Bank Ltd.
2) The Mehsana Urban Co-Operative Bank Ltd.
3) The Surat District Co-Op. Bank Ltd.
4) The Ahmedabad Mercantile Co-Op. Bank Ltd.
5) Nutan Nagrik Sahakari Bank Ltd
6) The Kalupur Commercial Co-Operative Bank Ltd.
7) Saurashtra Gramin Bank
8) Baroda Gujarat Gramin Bank
9) RBL Bank
10) Karur Vysya Bank
11) AXIS Bank
12) ICICI Bank
13) HDFC Bank
14) Kotak Mahindra Bank
15) Induslnd Bank
16) DCB Bank
17) FEDERAL Bank
18) YES Bank

Note: List of banks are as per Nigam Circular no.CPC/MD Meeting


/Contractor/2009/373-Pt-III Dtd.10.05.2018 for accept bank Guarantee/Fixed
Deposit/ Demand Draft towards Security Deposit and Earnest Money Deposit. Any
future amendment/s to this circular will apply to this tender.

125 | P a g e

You might also like