Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 68

REQUEST FOR PROPOSAL

Appointment of third party quality auditing Consultancy services for Construction


of Central Library & Examination Hall to the Bidar Institute of Medical Sciences
(BRIMS) Bidar

HEALTH & FAMILY WELFARE DEPARTMENT ENGINEERING DIVISION

KALABURAGI

OFFICE OF THE EXECUTIVE ENGINEER, H & FWD ENGINEERING DIVISION

BEHIND DISTRICT HOSPITAL KALABURAGI

300 bed RIMS 1 P


CONTENTS

SECTION DESCRIPTION PAGE NO

Section 1 Letter of Invitation 3-4

Section 2 Information to consultants (ITC) 5-13

Data sheet- Information to consultants 14-16

Section 3 Technical Proposal-Standard Forms 16-24

Section 4 Financial Proposal-Standard Forms 25-29

Section 5 Terms of Reference 30-31

Section 6 Contract for consultant’s Services

I Form of contract 32-35

II General Conditions of contract 36-48

III Special Conditions of contract

and Special instructions to eligible

consultants/firm 49-54

IV Annexure 55-63

300 bed RIMS 2 P


GOVERNMENT OF KARNATAKA
HEALTH AND FAMILY WELFARE DEPARTMENT ENGINEERING DIVISION
KALABURAGI
# Behind District Hospital,Kalaburagi-585105
Phone/Fax No-08472 – 241982. E –mail-ee.H & FWD .klb@gmail.com

No: HfW/EE/DIVN/KLB/AE-1/BIDAR/2019-20/245 date: 21-06-2019

SHORT TERM TENDER NOTIFICATION FOR QUALITY AUDITING


CONSULTANCY SERVICES
The Executive Engineer, H & FWD Engineering Division Kalaburagi invites
tenders from reputed consultants/firms for the following work;

Consultancy
Services Earnest Money
Sl. Period of
Description of work Estimated Deposit
No. Completion
cost (Rs. In (Rs. In Lakhs)
Lakhs)
Appointment of third party quality auditing Till the
Consultancy services for Construction of completio
1 3.75 0.10
Central Library & Examination Hall to the Bidar n of work
Institute of Medical Sciences (BRIMS) Bidar

Calendar of Events:
1. Last Date for uploading of completed tender documents : 17-07-2019 upto 16:30 hrs.
2. Date of Opening of Tenders (Technical Bids) : 18-07-2019 @ 16:31 hrs.

The tender details can be downloaded from the e-Procurement platform


(www.eproc.karnataka.gov.in). Tenders shall be submitted electronically at
www.eproc.karnataka.gov.in. and EMD and Tender Processing Fee shall also be paid
electronically. Interested firms shall register on the e-procurement platform to participate in
this tender.

* The period of completion of PM & QA will be till the completion of the works
inclusive of the extended period of the contract of the main agency.
* Please note henceforth, any changes in the schedule/Contents will not be published
through News papers and further changes will be updated only on e-procurement
portal only.

Sd/-
Executive Engineer,
H & FWD Engineering Division
Kalaburagi.

300 bed RIMS 3 P


Annexure-A

(Rs. in Lakhs)
Project Approximate
Sl Period of
District Name of the Works Estimate
completion
PM & QAS
No. cost cost
Appointment of third
party quality auditing
Consultancy services for
Construction of Central Rs.750 Rs.3.75
1 Bidar 15 Months
Library & Examination Lakhs Lakhs
Hall to the Bidar
Institute of Medical
Sciences (BRIMS) Bidar

Note:-

If the period of PMC is required to be extended beyond period of completion of PMC as above. The
rate, deployment staff and lab testing cost shall be decided by Employer after negotiation with the
consultant.

During the tender period if the work stopped/suspended by the construction contractor, the
deployment and payment for the staff deployed and test conducted shall be decided by the employer.

The Executive Engineer, H & FWD Engineering Division Kalaburagi, invites Proposals to Project
Monitoring and Quality Auditing Consultancy Services for the work Construction of
Central Library & Examination Hall to the Bidar Institute of Medical Sciences
(BRIMS) Bidar

1. For further details please refer attached Terms of reference.

2. A Consultant will be selected under Least Cost Selection (LCS) procedure described in this
RFP.
3. The RFP includes the following documents:

Section 1 – Letter of Invitation


Section 2 – Information to Consultants
Section 3 – Technical Proposal – Standard Forms
Section 4 – Financial Proposal – Standard Forms
Section 5 – Terms of Reference
Section 6 – Standard Form of Contract

4. Please confirm the receipt of the following: Not Applicable


 The letter of invitation;
 Whether you will submit the proposal alone or in association with others as Joint
Venture with joint and combined responsibilities.

300 bed RIMS 4 P


Yours sincerely
Executive Engineer
H & FWD Engineering Division Kalaburagi

300 bed RIMS 5 P


SECTION 2 INFORMATION TO CONSULTANTS
1. INTRODUCTION
1.1 The Client named in the “Data Sheet” will select a firm among those listed in the Letter of
Invitation, in accordance with the method of selection indicated in the Data Sheet.

1.2 The consultants are invited to submit a Technical Proposal and a Financial Proposal, as specified
in the Data Sheet (the Proposal) 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 Consultants.

1.3 The Assignment shall be implemented in accordance with the phasing indicated in the Data
Sheet. When the Assignment includes several phases, the performance of the consultant under
each phase must be to the client’s satisfaction before the work begins on next phase.

1.4 The Consultants must familiarize themselves with local conditions and take these into account
while preparing their proposals. To obtain first-hand information of the assignment and of the
local conditions, the consultants are encouraged to pay a visit to the Client before submitting
their proposal. The Consultant’s Representative should contact the officials named in the Data
Sheet to arrange for their visit or to obtain additional information if required. Consultants should
ensure that these officials are advised of the visit well in advance to allow them to make
appropriate arrangements.

1.5 The Client will provide the inputs specified in the Data Sheet, assist the firm in obtaining
licenses and permits needed to carry out the services, and make available relevant project data
and Reports.

1.6 Please note that (i) the costs of preparing the proposal and of negotiating the contract, including
visits to the Client, are not re-imbursable as a direct cost of the Assignment; and (ii) the Client is
not bound to accept any of the Proposals submitted.

1.7 Health & Family Welfare Department, Engineering Wing, Bengaluru expects consultants to
provide professional, objective, and impartial advice and at all times hold the Client’s interests
paramount, without any consideration for future work, and strictly avoid conflicts with other
assignment or their own corporate interests. Consultants shall not be hired for any assignment
that would be conflicting with their prior or current obligation to their clients or they may place
them in a position of not being able to carry out the assignment in the best interest of the Client.

300 bed RIMS 6 P


1.7.1 Without limitation on the generality of this rule, consultants shall not be hired under the
circumstances set forth below:
(a) A firm which has been engaged by the Client to provide goods or works for a project and
any of their affiliates shall be disqualified from providing consulting services for the same
project. Conversely, firm hired to provide consulting services for the preparation or
implementation of a project, and any of their affiliates, shall be disqualified from
subsequently providing goods or works or services related to the initial assignment other
than a continuation of the firm’s earlier consulting services for the same project.
The Information to Consultants section shall not be modified. Any necessary changes, to
address specific project issues, shall be introduced only through the data sheet (e.g., by
adding new clauses). Likewise modification to the standard form of contract should be made
only by including clauses outlining the Special Conditions and not by introducing changes in
the wording of the General Conditions.

(b) The Consultants or any of their affiliates shall not be hired for any assignment which, by
its nature, may be in conflict with another assignment of the consultants.

1.7.2 As pointed in Para 1.7.1 (a) above, consultants may be hired for downstream works, when
continuity is essential, in which case this possibility shall be indicated in the Data Sheet and
the factors used for the selection of the consultant should take the likelihood of continuation
into account. It will be the exclusive decision of the Client whether or not to have the down
stream assignment carried out, and if it is carried out, which consultant will be hired for the
purpose.

1.8 The policy of Health & Family Welfare Department, Engineering Wing, Bengaluru is that
consultants observe the highest standard of ethics during the execution of such contracts. In
pursuance of this policy, the client (Health & Family Welfare Department, Engineering Wing,
Bengaluru) lays down:

(a) For the purposes of this provision, the terms: below:


(i) “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to
influence the action of a public official in the selection process or in contract execution ;
and

(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a selection


process or the execution of a contract to the detriment of Health & Family Welfare
Department, Engineering Wing, Bengaluru and includes collusive practice among
consultants (prior to or after submission of proposals) designed to establish prices at
artificial, non competitive levels and to deprive Health & Family Welfare Department,
Engineering Wing, Bengaluru of the benefits of free and open competition.

300 bed RIMS 7 P


(b) will reject the proposal for award if it detects that the firm recommended for award has been
engaged in corrupt or fraudulent activities in competing for the contract in question;

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded
by Health & Family Welfare Department, Engineering Wing, Bengaluru - financed contract
if it at any time detects that the firm has engaged in corrupt or fraudulent practices in
competing for, or in executing, a Health & Family Welfare Department, Engineering Wing,
Bengaluru - financed contract; and

(d) Will have the right to inspect consultant’s accounts and records relating to the performance
of the contract and to have them audited by auditors appointed by Health & Family Welfare
Department, Engineering Wing, Bengaluru.
1.9 The Consultants should not be under a declaration of ineligibility for corrupt and
fraudulent practices issued by Health & Family Welfare Department, Engineering Wing,
Bengaluru in accordance with the above sub para .

1.10 The Consultants shall be aware of the provisions on fraud and corruption
stated in the standard contract under the clauses indicated in the Data Sheet.

2. CLARIFICATION AND AMENDMENT OF RFP DOCUMENTS

2.1 Consultants may request a clarification of any item of RFP documents up to the number of days
indicated in the Data Sheet before the date of Proposal submission . Any request for clarification
must be sent in writing by paper mail, cable, telex, facsimile, or electronic mail. The client will send
copies of the response including an explanation of the query but without identifying the source of
inquiry to all invited consultants who intend to submit proposals.

2.2 At any time before the submission of Proposals, the Client may, for any reasons, whether at
its own initiative or in response to a clarification requested by an invited firm, modify the RFP
documents by amendment. Any amendment shall be issued in writing through addenda and sent by
mail, cable, telex, facsimile, or electronic mail to all invited consultants and will be binding on them.
The Client may at his discretion extend the deadline for the submission of Proposals.

3. PREPARATION OF PROPOSAL
3.1 Consultants are requested to submit a Proposal (Para 1.2) written in the language (s) specified in
the Data Sheet.

Technical Proposal
3.2 In preparing the Technical Proposal, consultants are expected to examine the documents
comprising this RFP in detail. Material deficiencies in providing the information requested may
result in rejection of a Proposal.

300 bed RIMS 8 P


3.3 While preparing the Technical Proposal, consultants will give particular attention to the
following:

i) Joint ventures are not allowed.

ii) For assignments on a staff-time basis, the estimated number of key professional staff-months is
given in the Data Sheet. The proposal shall, however, be based on the number of key professional
staff-months estimated by the firm.

iii) It is desirable that the minimum of 60% of the key professional staff proposed are permanent
employees of the firm or have an extended and stable working relation with minimum 5 years &
above.
iv) Proposed key professional staff must have the minimum laid down experience indicated in the
Data Sheet.

v) Alternative key professional staff shall not be proposed, only one curriculum vitae (CV) to be
submitted for each position.

(vi) Reports to be issued by the consultants as part of this assignment must be in the language(s)
specified in the Data Sheet. It is desirable that the firm’s personnel have a working knowledge of the
Client’s official language.

3.4 The Technical Proposal should provide the following information using the attached Standard
Forms (Section 3):

i) A brief description of the consultant’s organization and an outline of recent experience


on assignments (section 3B) of a similar nature. For each assignment, the outline
should indicate inter-alias, the profiles and names of the staff provided, duration of the
assignment, contract amount and firm’s involvement.
ii) Any comments or suggestion on the Terms of Reference and on the data, list of
services, and facilities to be provided by the Client (section 3C).
iii) A description of the methodology and work plan for performing the assignment
(section 3D) .
iv) The list of the proposed staff team by specialty, the tasks that would be assigned to each
staff team member, and their timing (section 3E).
v) The recent CVs signed by the proposed key professional staff and the authorized
Representative submitting the proposal (section 3F). Key information should include
number of years working for the firm, entity, and responsibilities held in various
assignments during the last ten (10) years.

300 bed RIMS 9 P


vi) Estimates of the total staff effort (professional and support staff, staff time) to be
provided to carry out the assignment, supported by bar chart diagrams showing the time
proposed for each key professional staff team member (section 3E and 3G).
vii) A detailed description of the proposed methodology, staffing and monitoring of
training, if the Data Sheet specifies training as a major component of the assignment.
viii) To qualify for the award of the Project Monitoring, Quality Auditing consultancy
services & Proof Checking consultancy services, each consultant/firm in its name
should have in the last 5 years i.e., (2014-15 to 2018-19) achieved at least in two
years a minimum annual financial turnover of Rs. 7.50 Lakh from Project
Monitoring & Quality Auditing Consultancy Services Only. The Annual financial
Turnover Certificate and certified copies of IT returns, audit report, profit and loss
statement etc., balance sheet, shall be issued by the registered Chartered Accountant
(The financial Turnover of the previous financial years shall be given weightage of
10% per year to bring them to 2019-20 price level).
ix) Credentials for the work done certificate obtained from the client not below the rank of
Executive Engineer/Head of the Institutions should be furnished indicting the work
done and other details. The client reserves the right for verification of such documents
submitted.
x) Any additional information requested in the data sheet.

3.5 The Technical Proposal shall not include any financial information other than the
specified technical criteria in the RFP
Financial Proposal

3.6 In preparing the Financial Proposal, consultants are expected to take into account the
requirements and conditions of the RFP documents. The financial proposal should follow
standard forms (section 4). It lists all costs associated with the Assignments, including (a)
remuneration for staff and (b) reimbursable such as subsistence (per diem, housing)
transportation (national and local, for mobilization and demobilization), services and equipment
(vehicles, office equipment, furniture and supplies), office rent, insurance, printing of
documents, surveys and training, if it is a major component of the assignment. If appropriate,
these costs should be broken down by activity.

3.7 Consultants shall express the price of their services in Indian Rupees.

3.8 The Data Sheet indicates how long the proposals must remain valid after the submission of data.
During this period, the consultant is expected to keep available the key professional staff
proposed for the assignment. The Client will make its best effort to complete negotiations with
in this period. If the Client wishes to extend the validity period of the proposals, the consultants
who do not agree have the right not to extend the validity of their proposals.

300 bed RIMS 10 P


4. SUBMISSION, RECEIPT, AND OPENING OF PROPOSALS
4.1 The original Proposal (Technical Proposal and Financial Proposal ;see Para 1.2) shall be
prepared in indelible ink. It shall contain no inter-lineation or overwriting, except as necessary to
correct errors made by the firm itself. Any such corrections must be initialed by the person or
persons who sign(s) the Proposals.

4.2 An authorized Representative of the Consultant initials all pages of the Proposal. The
Representative’s authorization is confirmed by a written power of attorney accompanying the
Proposal.

4.3 For each Proposal, you should prepare the number of copies indicated in the Data Sheet. Each
Technical Proposal and Financial Proposal should be marked “Original” and “Copy” as appropriate.
If there are any discrepancies between the original and the copies of the Proposal, the original
governs.

4.4 The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly
marked “Technical Proposal” and the original and all copies of the Financial Proposal in a sealed
envelope clearly marked “Financial Proposal and warning, Do Not Open with the Technical
Proposal”. Both envelopes shall be placed into an outer envelope and sealed. This outer envelope
shall bear the submission address and other information indicated in the Data Sheet and clearly
marked “DO NOT OPEN, EXCEPT IN PRESENCE OF THE EVALUATION
COMMITTEE”.

4.5 The completed Technical and Financial Proposal must be delivered at the submission address on
or before the time and date stated in the Data Sheet. Any Proposal received after the closing time for
submission of proposals shall be returned unopened.

4.6 After the deadline of submission of proposals, the Technical Proposal shall be opened by the
evaluating authority as notified. The Financial Proposal of the technically responsive firms will be
considered after the completion of the technical evaluation.

300 bed RIMS 11 P


5. PROPOSAL EVALUATION
5.1 General

From the time the proposals are opened to the time the contract is awarded, if any consultant wishes
to contact the client on any matter related to its proposal, it should do so in writing at the address
indicated in the Data Sheet. Any effort by the firm to influence the Client in the Client’s proposal
evaluation, proposal comparison or contract award decision may result in the rejection of the
consultant’s proposal.

Evaluators of Technical Proposals shall have no access to the Financial Proposals until the technical
evaluation, including its approval by competent authority is obtained.

5.2 Evaluation of Technical Proposals


The evaluation committee appointed by the Client as a whole, and each of its members individually
evaluates the proposals on the basis of their responsiveness to the Terms of Reference, applying the
evaluation criteria, sub-criteria (typically not more than three per criteria) and point systems
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 Terms of
Reference or if it fails to achieve the minimum technical score indicated in the Data Sheet.

5.3 Public Opening and Evaluation of Financial Proposals; Ranking

After the evaluation of technical proposal against the criteria and the marks specified in the RFP, the
technically qualified responsive firms will be intimated the date of opening of the financial proposal.
The financial proposal will opened on the date, time and venue as per the letter communicated to the
technically responsive firms by the client.

The Financial Proposals shall be opened in the presence of the consultants/ their authorized
Representatives who choose to attend. The name of the consultant, the quality scores, and the
proposed prices shall be read aloud and recorded when the Financial Proposals are opened.

The evaluation committee will determine whether the Financial Proposals are complete as per the
specified breakdown of cost as specified in section (4) of the information to consultants of RFP. The
Client will select the lowest proposal (evaluated price) among those of the technically qualified
firms. The selected Consultant will be invited for negotiations.

300 bed RIMS 12 P


6. NEGOTIATIONS

6.1 Negotiations will be held at the address indicated in the Data Sheet. The aim is to reach
agreement on all points and sign a contract.

6.2 Negotiations will include a discussion of the Technical Proposals, the proposed methodology of
work plan, staffing and any suggestions made by the firm to improve the Terms of Reference. The
Client and Consultant will then work out final Terms of Reference, staffing and bar charts indicating
activities, staff, periods in the field and in the home office, staff-months, logistics, and Reporting.
The agreed work plan and final Terms of Reference will then be incorporated in the “Description of
Services” and form part of the contract. Special attention will be paid to getting the most the
Consultant can offer within the available budget and to clearly defining the inputs required from the
Client to ensure satisfactory implementation of the Assignment.

6.3 Unless there are exceptional reasons, the financial negotiations will involve neither the
remuneration rates for staff (no breakdown of fees) nor other proposed unit rates.

6.4 Having selected the Consultant on the basis of among other things, an evaluation of proposed key
professional staff, the Client expects to negotiate a contract on the basis of the experts named in the
Proposal. Before contract negotiations, the Client will require assurances that the experts will be
actually available. The Client will not consider substitutions during contract negotiations unless both
parties agree that undue delay in the selection process makes such substitution unavoidable or that
such changes are critical to meet the objectives of the assignment. If this is not the case and it is
established that key staff was offered in the proposal without confirming their availability, the
Consultant may be disqualified.
6.5 The negotiations will conclude with a review of the draft from the contract. To complete
negotiations the Client and the Consultant will initial the agreed contract. If negotiations fail, the
Client will invite the firm whose proposal received the second higher score to negotiate a contract.

300 bed RIMS 13 P


7. AWARD OF CONTRACT

7.1 The contract will be awarded following negotiations. After negotiations are completed, the
Client will promptly notify other consultants on the shortlist that they were unsuccessful and return
the Financial Proposals of those consultants who did not pass the technical evaluation (Para 5.3).

7.2 The consultant is expected to commence the Assignment on the date and at the location specified
in the Data Sheet.

8. CONFIDENTIALITY
8.1 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 that it has been awarded the
contract.

300 bed RIMS 14 P


DATA SHEET
Information to Consultants
Clause Reference
1.1 The name of the Client is: The Executive Engineer, H & FWD Engineering
Division Kalaburagi.
The method of selection is: Least Cost Selection (LCS)
1.2 Technical and Financial Proposals are requested to be submitted Separately
The name, objectives and description of the Assignment are: Project Monitoring and Quality
Auditing Consultancy Services for the work of Construction of Central Library &
Examination Hall to the Bidar Institute of Medical Sciences (BRIMS) Bidar

The Consultant should deploy the technical staff and equipments to the site within one week
from the date of issue of notice to proceed with work.

The Client shall provide the following inputs:


i) Soil Investigation Reports
ii) All Structural Drawings and other relevant details required for
execution of the work including Water supply, sanitary , electrical
work including gas pipeline, drains and internal roads.
iii) Proof checking for all Designs
iv) Attending meetings and inspections of higher officer’s with relevant
records of the project.
1.7.2 The Client envisages the need for continuity for downstream work: -No-
1.11 The clauses on fraud and corruption in the contract are Sub-clause 2.7.1. of G.C.C.

2.1 Clarification may be requested upto one day prior to pre-proposal conference
The address for requesting clarification is: The Executive Engineer, H & FWD Engineering
Division, #Behind District Hospital, Kalaburagi-585105 Phone/Fax No-08472 – 241982.
E –mail-ee.khsdrp.klb@gmail.com

3.1 Proposals should be submitted in: English

3.3 (i) short listed consultant may associate with other short listed consultant: No
(iii) the estimated number of key professional staff months required for the assignment is:
given Annexure- ‘C’.
(iv) The required experience of proposed key professional staff is :
(Position, number of years of professional experience, specific expertise)
given Annexure- ’C’
(v)Reports which are part of the assignment must be written in: English

3.4 (vii) Training is an important feature of this Assignment: No


(viii) Additional Information in the Technical Proposal includes: Instructions to Consultants:

300 bed RIMS 15 P


3.10 Proposals must remain valid for 145 days after submission.
4.3 Consultants must submit the proposal through e-procurement portal.
4.4 The proposal submission address is e-procurement Plat Form
(www.eproc.karnataka.gov.in)

4.5 Proposal must be submitted not later than the date and time mentioned in e-Procurement Portal

5.1 The address to send information to the Client is : The Executive Engineer, H & FWD
Engineering Division, #Behind District Hospital, Kalaburagi-585105 Phone/Fax No-
08472 – 241982.

5.3 The number of points to be given under each of the evaluation criteria as follows:
i) Specific experience of the consultancy related Assignment 15
(At-least Two similar type of building works ( Minimum cost of each work
Rs.7.50 Crores). The completion certificate should have been issued by not
below the rank of Executive Engineer of Government, Semi Government or
Autonomous bodies of State or Central Government or Head of the
Institution). Note: For Each similar type of completed assignment 7.5 points
is allocated.
ii) Adequacy of the proposed work plan and methodology 10
iii) Laboratory as per standards, preferably with NABL or NAAC Accreditation 30
(Both Mechanical & Chemical)
(The firm that does not have own laboratory can have the MOU with the firm
or institution, having NABL/ NAAC with in Karnataka State only )

iv) Qualifications and competence of the key professional staff 45

a) Qualification 20
b) Experience to related project 20
c) Experience in region and language 05
45
Total Points 100

The minimum technical score required to pass is : 80 points

6.1 The address for negotiations is: The Chief Engineer, Engineering Wing, H & FWD
PHI Building
Sheshadri Road,
Bangalore-560 001
Phone: 22132540

7.2 The Assignment is expected to commence on – After agreement.

Executive Engineer
H & FWD Engineering Division Kalaburagi

300 bed RIMS 16 P


SECTION: 3 TECHNICAL PROPOSALS – STANDARD FORMS

3A. Technical Proposal submission form.

3B. Consultant’s references

3C. Comments and suggestions on the Terms of Reference and on data services, and facilities
to be provided by the Client.

3D. Description of the methodology and work plan for performing the assignment.

3E. Team composition of task assignments.

3F. Format of Curriculum Vitae of proposed key professional staff.

3G. Time schedule for professional personnel.

3H. Activity (work) schedule.

300 bed RIMS 17 P


3A. TECHNICAL PROPOSAL SUBMISSION FORM
To:
From (Name of Consultant)
The Executive Engineer
H & FWD Engineering Division Kalaburagi-
585105

Dear Sir,

Sub:- Request for proposal for Project Monitoring and Quality Auditing Services for the
work of Construction of Central Library & Examination Hall to the Bidar Institute of
Medical Sciences (BRIMS) Bidar -reg – Technical Proposal-reg.

We, the undersigned, offer to provide consulting services for the above in accordance with
your request for Proposal dated ___________. We are hereby submitting our Proposal which
includes the Technical Proposal and a financial Proposal through e portal.

If negotiations are held during the period of validity of the Proposal, i.e., 90 days. We
undertake to negotiate on the basis of the proposed staff. Our proposal is binding upon us and
subject to the modifications resulting from contract negotiations.

We understand you are bound to accept any Proposal you receive.


We remain,

Yours sincerely

Authorized Signature:
Name and Title of Signatory:
Name of Consultant:
Address:

300 bed RIMS 18 P


3B CONSULTANTS REFERENCES
Relevant Services Carried out in the Last Five years
That best Illustrate Qualifications
Using the format below, provide information on each reference assignment of at least 3 similar
projects for which your firm/entity, either individually as a corporate entity or as one of the major
companies within an association, was legally contracted.
Assignment Name Country
Location within Country Key Professional staff provided by Your
firm/entity (profiles)
Name of Client No. of staff
Address No. of Staff-months, duration of assignment
Start Date (Month/Year) Completion Date Approx. value of Service
(Month.Date) (Rs.M)
Name of Associated Consultants, if any: No. of months of key professional staff,
provided by Associated Consultants
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions
performed
Narrative Description of Project

Description of Actual Services Provided by your Staff:

Consultant’s Name: --------------------------------------------------------------

300 bed RIMS 19 P


3C. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE
TERMS OF REFERENCE AND ON DATA, SERVICES AND
FACILITIES TO BE PROVIDED BY THE CLIENT
On the Terms of Reference:
1.

2.

3.

5.

On the date services and facilities to be provided by the Client:

1.

2.

3.

4.

5.

300 bed RIMS 20 P


CONSULTANT’S NAME:

3D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN


FOR PERFORMING THE ASSIGNMENT

300 bed RIMS 21 P


3E. TEAM COMPOSITION AND TASK ASSIGNMENTS

1. Technical / Managerial Staff


Sl Name Position Task
No

1.
2.
3.
4.
5.
--
--

2. Support Staff
Sl No Name Position Task
1.
2.
3.
4.
5.
--
--

300 bed RIMS 22 P


3F. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY
PROFESSIONAL STAFF

Proposed Position: -----------------------------------------------

Name of Consultant: …………………………………………

Name of Staff: ……………………………………………….

Profession: …………………………………………………….

Date of Birth: ……………………………………………………

Years with Firm/Entity: …………………………………… Nationality:………..

Membership in Professional Societies: ………………………………………….

……………………………………………………………………………………

Detailed Tasks Assigned: ………………………………………………………..

…………………………………………………………………………………….

Key Qualifications:
(Give an outline of staff member’s experience and training most pertinent to task an assignment.
Describe degree of responsibility held by staff member on relevant previous assignments and give
dates and locations. Use about half a Page)
……………………………………………………………………………………..
Education:
(Summaries college/university and other specialized education of staff member, giving names of
schools, dates attended and degrees obtained. (Use about one quarter of a page)
………………………………………………………………………………………
Employment Record:
(Starting with present position. list in reverse order every employment held. List all positions held
by staff member since graduation, giving dates, names of employing organizations, titles of positions
held, and locations of assignments. For experience in last ten years, also give types of activities
performed and client references where appropriate. Use about two pages)

…………………………………………………………………………………………

300 bed RIMS 23 P


Languages:

(For each language indicate proficiency, excellent, good, fair, or poor, in speaking, reading and
writing)
………………………………………………………………………………………
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe
me, my qualification, and my experience.

………………………………………………………………Date:…………….
(Signature of staff member and authorized Representative of the consultant)
Full name of staff member:……………………………….
Full name of authorized Representative:……………………….

300 bed RIMS 24 P


SECTION 4. FINANCIAL, PROPOSAL STANDARD FORMS

4A. Financial Proposal submission form.

4B. Summary of costs.

4C. Breakdown of cost.

300 bed RIMS 25 P


4A. FINANCIAL PROPOSAL SUBMISSION FORM
From: (Name of consultant) To:

Executive Engineer
H & FWD Engineering Division Kalaburagi
Dear Sir,

Subject: Request for proposal for Project Monitoring and Quality Auditing Services for
the work of Construction of Construction of Central Library & Examination Hall to
the Bidar Institute of Medical Sciences (BRIMS) Bidar -reg.

We, the undersigned, offer to provide the consulting services for the above in accordance with
your Request for Proposal dated __________ and our Proposal (Technical and Financial Proposals). Our
attached financial proposal is for the sum of Rs.--------------
( Amount in wards and Figures)

Our financial proposal shall be binding upon us subject to the modifications resulting from
contract negotiations, upto expiration of the validity period of the Proposal i.e., 90 days.

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

Authorised Signature.
Name and Title of Signatory:
Name of Consultant:
Address:

300 bed RIMS 26 P


4B. SUMMARY OF COSTS

No Description @ Amount (Rs.)


I Remuneration for Key professional staff
II Supporting Staff
III Transportation
IV Duty Travel to Site
V Office Rent
VI Office supplies, Utilities and Communication
VII Office Furniture and Equipment
VIII Reports and Document Printing
IX Testing of Construction Materials
X Surveys
Total Cost
GST and other taxes as applicable
Total costs (including GST as applicable)

Note: The ceiling cost of the consultancy is as shown in the Summary of Costs. Payments will be
made as per stipulations of the Special Conditions of Contract. The break-up of cost as given in
format 4C is to facilitate assessment of reasonableness of costs and conducting negotiations in
accordance with clause 6 of the Information to Consultants.

@ Modify the items as appropriate for the consultancy assignment

300 bed RIMS 27 P


4C BREAKDOWN OF COSTS (Rs)
I.REMUNERATION FOR STAFF

Sl Position Name Rate*(Rs)** SM Amount (Rs.)


No
Key Professional Staff

1
2
3
4
5
6
Sub-Total
Sub-Key Professional
Staff
1
2
3
4
5
6
Sub Total
Total
SM= Staff Month
II. Support Staff
Sl Position Name Staff Billing Rate Amount (Rs.)
No Months (Rs.)**
1
2
3
4
Total

* The rates should not include any adjustment for inflation which will be
separately paid for in accordance with Clause 6.2 (a) of S.C.C. where
applicable.

** Provide the break up of the rates to show the basic salary, social costs and
overhead.

300 bed RIMS 28 P


III. Transportation (Reimbursable)*

Total
IV. Duty Travel to Site (Reimbursable)*

Total
V. Office Rent(Reimbursable)*

Total
* Prepare details as appropriate for the consultancy assignment.

VI. Office Supplies Utilities and Communication (Reimbursable)

No. Item* Months Monthly Rate Amount in


(Rs.) (Rs.)
1
2
3
4
5
Total

 Prepare details as appropriate for the consultancy assignment.

300 bed RIMS 29 P


VII. Office Furniture and Equipment (Reimbursable)
Sl Description(*) Unit Quantity Rate Amount ( )
No
Office Furniture
(Purchase)
1
2
3
4
5
Office Equipment
(Purchase)*
1
2
3
4
5
Total

*Prepare details as appropriate for the consultancy assignment

VIII. Reports and Document Printing

Sl Description Number No.of Rate per copy Amount (Rs.)


No copies (Rs.)
1
2
3
4
5
Total

IX. Topographical Surveys (if any) *

Prepare details as appropriate for the consultancy assignment

300 bed RIMS 30 P


SECTION 5: TERMS OF REFERENCE

1. BACKGROUND

2. A CONCISE STATEMENT OF OBJECTIVES

3. AN OUTLINE OF THE TASKS TO BE CARRIED OUT

4. SCHEDULE FOR COMPLETION OF TASKS

5. DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT

6. FINAL OUTPUTS (I.E., RFPORTS, DRAWINGS ETC) THAT WILL BE REQUIRED OF

THE CONSULTANT

7. COMPOSITION OF REVIEW COMMITTEE TO MONITOR CONSULTANTS WORK

8. PROCEDURE FOR REVIEW OF PROGRESS RFPORTS, INSPECTION, STATUS,

FINAL DRAFT AND FINAL RFPORTS

9. LIST OF KEY PROFESSIONSAL POSITIONS WHOSE CV AND EXPERIENCE

WOULD BE EVALUATED (This should be same as indicated in Clause 3.3(iv) of Data

Sheet to Information to Consultants)

300 bed RIMS 31 P


SECTION 6: STANDARD FORM OF CONTRACT
FOR CONSULTANTS SERVICES

between

The Chief Engineer, Karnataka Health Systems Development & Reforms Project, Bangalore
(Name of Client)

and

(Name of Consultants)

Dated:

300 bed RIMS 32 P


CONTENTS
Page No.
I FORM OF CONTRACT………………………………………… 34-35
II GENERAL CONDITIONS OF CONTRACT 36
1. General Provisions---------------------------------------------- ,,
1.1 Definitions----------------------------------------------------- “
1.2 Law Governing the Contract ------------------------------- 37
1.3 Language ------------------------------------------------------ ,,
1.4 Notices --------------------------------------------------------- ,,
1.5 Location ------------------------------------------------------- ,,
1.6 Authorised Representatives -------------------------------- ,,
1.7 Taxes and Duties -------------------------------------------- ,,
2. Commencement, Completion, Modification, and Termination ,,
of Contract -----------------------------------------
2.1 Effectiveness of contract ---------------------------------- ,,
2.2 Commencement of services ------------------------------ ,,
2.3 Expiry of Contract --------------------------------------- 38
2.4 Modification ------------------------------------------------- ,,
2.5 Force Majeure ------------------------------------------------ ,,
2.5.1 Definition ------------------------------------------- ,,
2.5.2 No Breach of Contract ---------------------------- ,,
2.5.3 Extension of Time ---------------------------------- “
2.5.4 Payments -------------------------------------------- 39
2.6 Suspension ---------------------------------------------------- ,,
2.7 Termination --------------------------------------------------- ,,
2.7.1 By the Client ---------------------------------------- ,,
2.7.2 By the Consultants --------------------------------- 40
2.7.3 Cessation of Right and Obligations -------------- ,,
2.7.4 Cessation of Services ------------------------------ ,,
2.7.5 Payment upon Termination ----------------------- 41
2.7.6 Disputes about Events of Termination----------- ,,
3 Obligations of the Consultants -------------------------------- ,,
3.1 General -------------------------------------------------------- ,,
3.2 Conflict of Interest ------------------------------------------ ,,
3.2.1 Consultants Not to Benefit from Commissions, ,,
Discounts, etc., --------------------------------------
3.2.2. Procurement Rules of Funding Agencies-------- 42

300 bed RIMS 33 P


3.2.3. Consultants and Affiliates Not to engage in certain 42
Activities. -----------------------------------
3.2.4 Prohibition of Conflicting Activities------------- ,,
3.3 Confidentiality ------------------------------------------------ ,,
3.4 Insurance to be taken out by the Consultants ------------ ,,
3.5 Accounting, Inspecting and Auditing 43
3.6 Consultants actions requiring client’s prior approval --- ,,
3.7 Reporting obligations --------------------------------------- “
3.8 Documents prepared by the consultants to be the property of ,,
the client -----------------------------------------
3.9 Equipments and Materials furnished by the client ------ 44
4 Consultants Personnel and Sub-Consultants -------------- ,,
4.1 General -------------------------------------------------------- ,,
4.2 Description of Personnel ------------------------------------ ,,
4.3 Approval of Personnel --------------------------------------- 45
4.4 Working Hours, Overtime, Leave etc., -------------------- ,,
4.5 Removal and /or Replacement of personnel -------------- ,,
4.6 Resident project Manager ----------------------------------- 46
5 Obligations of the Client ----------------------------------------- “
5.1 Assistance and Exemptions --------------------------------- ,,
5.2 Access to land ------------------------------------------------ ,,
5.3 Services and facilities and Property of the Client-------- ,,
5.4 Payment ------------------------------------------------------- ,,
6 Payments to the Consultants -------------------------------------- 47
6.1 Cost Estimates, Ceiling amount ---------------------------- ,,
6.2 Remuneration and reimbursable expenditures ----------- ,,
6.3 Currency of Payment ---------------------------------------- ,,
6.4 Mode of billing and payment ------------------------------ ,,
7 Settlement of Disputes -------------------------------------------- 48
7.1 Amicable Settlement ----------------------------------------- ,,
7.2 Dispute Settlement ------------------------------------------ ,,
III SPECIAL CONDITIONS OF CONTRACT ------------------------ 49-51
IV ANNEXURE ------------------------------------------------------------ 52
Appendix F- Form of Bank Guarantee for Advance Payments------ 53-54
Annexure A-Description of the Services ------------------------------ 55-61
Annexure B- Reporting Requirements ---------------------------------- 62
Annexure C- Key Personnel and Sub-Consultants -------------------- 62-63

300 bed RIMS 34 P


I. FORM OF CONTRACT
This contract (herein after called the “Contract”) is made the ……….. of the month
…………. between, on the one hand H & FWD (hereinafter called the “client” and, on the other
hand …………….. (hereinafter called the “Consultants”)

H & FWD (hereinafter called the “Client”) and, on the other hand, a joint venture consisting of the
following entities, each of which will be jointly and severally liable to the client for all the
consultants obligations under this contract, namely …………and ……………. (hereinafter called the
“Consultants”)

WHEREAS
a) the Client has requested the consultants to provide certain consulting services as defined in
the General conditions of contract attached to this Contract (hereinafter called the “Services)

b) the Consultants, having represented to the Client that they have the required professional
skills, and personnel and technical resources, have agreed to provide the Services on the
terms and conditions set forth in this Contract:

NOW THEREFORE the parties hereto hereby agree as follows:-


I. The following documents attached hereto shall be deemed to form an integral
part of this Contract:
a) The General Conditions of Contract (hereinafter called “GC”);
b) The Special Conditions of contract (hereinafter called “SC”);
c) The following Appendices:
Appendix A: Description of the Services …………
Appendix B: Reporting Requirements …………
Appendix C: Key personnel and sub-consultants ……………
Appendix F: Form of Guarantee for Advance payments ……………

(Note: If any of these Appendices are not used, the works “Not used” should be inserted below next
to the title of the Appendix on the sheet attached hereto carrying the title of that Appendix)

2. The mutual rights and obligations of the Client and Consultants shall be as set forth in the
Contract, in particular:

a) The Consultants shall carry out the Services in accordance with the provisions of the
contract and

b) the Client shall make payments to the Consultants in accordance with the provisions of the
Contract.

300 bed RIMS 35 P


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 Health and Family Welfare Department, Engineering Wing
Bengaluru.

 All notes should be deleted in the final text


By

(Executive Engineer
H & FWD Engineering Division
Kalaburagi)

FOR AND ON BEHALF OF


by
( Authorized Representative)
Note: If the Consultants consist of more than one entity, all of these entities should appear as
signatories e.g., in the following manner:)

FOR AND ON BEHALF OF EACH OF THE MEMBERS OF THE CONSULTANTS


( Name of the Member)
By
(Authorised Representative)

( Name of the Member)


By
(Authorized Representative)

etc.,

300 bed RIMS 36 P


II. 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
INDIA, as they may be issued and in force from time to time;
b) “Contract” means the Contract signed by the Parties to which these General Conditions of
Contract (GC) are attached, together with all the documents listed in Clause I of such signed
Contract;
c) “Effective Date” means the date on which this Contract comes into force and effect pursuant
to Clause GC 2.1.
d) “Contract Price” means the price to be paid for the performance of the Services, in
accordance with Clause 6;
e) “GC” means these General Conditions of Contract;
f) “Government” means the Government of Karnataka;
g) “Local currency” means Indian Rupees;
h) “Member”, in case the Consultants consist of a joint venture of more than one entity, means
any of these entities, and “Members” means all of these entities; “Member in Charge” means
the entity specified in the SC to act on their behalf in exercising all the consultants right and
obligations towards the Client under this Contract.
i) “Party” means the Client or the Consultants, as the case may be, and parties means both of
them.
j) “Personnel” means persons hired by the Consultants or by any sub-consultants as employees
and assigned to the performance of the Services or any part thereof; and ‘Key personnel’
means the personnel referred to in Clause GC 4.2 (a).
k) “SC” means the Special Conditions of Contract by which these General Conditions of
Contract may be amended or supplemented; `
l) “Services” means the work to be performed by the Consultants pursuant to this Contract as
described in Appendix A; and
m) “Sub-consultant” means any entity to which the Consultants subcontract any part of the
Services in accordance with the provisions of Clauses 3.5 and 4.
n) “Third party” means any person or entity other than the Government, the Client, the
Consultants, or a sub-consultant.

300 bed RIMS 37 P


1.2 Law Governing the Contract
This Contract, its meaning and interpretation, and the relation between the parties shall be
governed by the applicable law.
1.3 Language
This Contract has been executed in English language, which shall be the binding of controlling
language for all matters relating to the meaning or interpretation of this contract.
1.4 Notices
Any notice, request or consent made pursuant to this Contract shall be in writing, and shall be
deemed to have been made when delivered in person to an authorized Representative of the party
to whom the communication is addressed, or when sent by registered mail, telex, telegram or
facsimile to such party at the address specified in the SC.
1.5 Location
The Services shall be performed at such locations as are specified in Appendix A and, where the
location of a particular task is not so specified, at such locations, whether in Karnataka or
elsewhere, the services shall be performed as the Client approves.

1.6 Authorized Representatives


Any action required or permitted to be taken, and any document required or permitted to be
executed, under this Contract by the Client or the Consultants may be taken or executed by the
officials specified in the SC.

1.7 Taxes and Duties


he Consultants, Sub-consultants and their Personnel shall pay GST, duties, fees and other
impositions as may be levied under the Applicable Law, the amount of which is deemed to have
been included in the Contract Price including GST & other all taxes applicable.

1. Commencement, Completion, Modification and termination of Contract


2.1 Effectiveness of Contract
This Contract shall come into effect on the date the contract is signed by both parties or such other
date as may be stated in the SC.
2.2 Commencement of Services
The Consultants shall begin carrying out the Services within thirty (30) days after the date the
Contract becomes effective, or at such other date as may be specified in the SC.

300 bed RIMS 38 P


2.3 Expiry of Contract
Unless terminated earlier pursuant to Clause 2.7, this contract shall terminate at the end of such time
period after the Effective Date as is specified in the SC.

2.4 Modification

Modification of the terms and conditions of this contract, including any modification of the scope of
the Service or of the Contract Price, may only be made by written agreement between the parties.

2.5 Force Majeure

2.5.1. Definition

For the purpose of this contract, “Force Majeure” means an event which is beyond the reasonable
control of a Party, and which makes a Party’s performance of its obligations under the Contract
impossible or so impractical as to be considered impossible under the circumstance.

2.5.2. No Breach of Contract


The failure of a Party to fulfill any of its obligations under the contract shall not be considered to be
a breach of, or default under this Contract insofar as such inability arises from an event of Force
Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions,
due care, 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.

2.5.3. Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall
be extended for a period equal to the time during which such Party was unable to perform such
action as a result of Force majeure.

300 bed RIMS 39 P


2.5.4. Payments

During the period of their inability to perform the Services as a result of an event of Force Majeure,
the Consultants shall be entitled to 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 Services after the end of such period.

2.6 Suspension:

The Client may serve written notice of suspension to the Consultants, suspend all payments to the
Consultants hereunder if the Consultants fail to perform any of their obligations under this contract,
including the carrying out of the Services, provided that such notice of suspension (i) shall specify
the nature of the failure, and (ii) shall request the Consultants to remedy such failure within a period
not exceeding thirty (30) days after receipt by the Consultants of such notice of suspension.

2.7 Termination
2.7.1. By the Client

The Client may terminate this Contract, by not less than thirty (30) days written notice of termination
to the Consultants, to be given after the occurrence of any of the event specified in paragraphs (a)
through (d) of this Clause 2.7.1. and sixty (60) days in the case of event referred to in (e):
a) If the Consultants do not remedy a failure in the performance of their obligations under the
Contract, within thirty (30) days of receipt after being notified or within such further period
as the Client may have subsequently approved in writing.
b) If the Consultants (or any of their Member) become insolvent or bankrupt;
c) If, as the result of Force majeure, the Consultants are unable to perform a material portion of
the Services for a period of not less than sixty (60) days; or
d) If the consultant, in the judgment of the Client has engaged in corrupt or fraudulent practices
in competing for or in executing the Contract.

For the Purpose of this clause;


“corrupt practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the selection process or in contract execution.

“fraudulent practice” means a misrepresentation of fact in order to influence a selection process or


the execution of a contract to the detriment of GOK, and includes collusive practice among
consultants prior to or after submission of proposals designed to establish prices at artificial non-
competitive levels and to deprive GOK of the benefits of free and open competition.

e) If the Client, in its sole discretion and for any reason whatsoever, decides to terminate this
Contract.

300 bed RIMS 40 P


2.7.2. By the Consultants

The Consultants may terminate this Contract, by not less than thirty (30) days written notice to the
Client, such notice to be given after the occurrence of any of the events specified in paragraphs(s)
through © of this Clause 2.7.2:

a) if the Client fails to pay any monies due to the Consultants pursuant to this Contract and not
subject to dispute pursuant to Clause 7 hereof within forty five (45) days after receiving
written notice from the Consultants that such payment is overdue;
b) If the Client is in material breach of its obligations pursuant to this Contract and has not
remedied the same within forty-five (45) days or such long period as the Consultants may
have subsequently approved in writing following the receipt by the Client of the
Consultants’ notice specifying such breach;
c) If, as the result of Force majeure, the Consultants are unable to perform a material portion of
the Services for a period of not less than sixty (60) days.

2.7.3. Cessation of Right and Obligations

Upon termination of this Contract pursuant to Clause GC 2.7, or upon expiration of this Contract
pursuant to Clause GC 2.3, all rights and obligations of the Parties hereunder shall cease, except;
i) such rights and obligations as may have occurred on the date of termination or
expiration;
ii) the obligation of confidentiality set forth in Clause GC 3.3 hereof;
iii) the Consultants obligations to permit inspection, copying and auditing of their accounts
and records set forth in Clause GC 3.5 (ii) hereof; and
iv) any right which a Party may have under the Applicable Law.

2.7.4. Cessation of Services

Upon termination of this Contract by notice of either Party to the other, pursuant to Clauses GC
2.7.1. or GC 2.7.2. hereof, the Consultants shall, immediately upon dispatch or receipt of such
notice, take all necessary steps to bring the Services to a close in a prompt and orderly manner
and shall make every reasonable effort to keep expenditures for this purpose to a minimum.
With respect to documents prepared by the consultants and equipment and materials furnished
by the Client, the Consultants shall proceed a provided, respectively, by Clauses GC 3.8 and
GC 3.90.

300 bed RIMS 41 P


2.7.5. Payment upon Termination
Upon termination of this Contract pursuant to Clauses 2.7.1 or 2.7.2, the Client shall make the
following payments to the Consultants after offsetting against these payments any amount that
may be due from the Consultant to the Client.
a) Remuneration pursuant to Clause 6 for Services satisfactorily performed prior to the
effective date of termination.
b) reimbursable expenditures pursuant to Clause GC 6 hereof for expenditures actually incurred
prior to the effective date of termination; and
c) Except in the case of termination pursuant to paragraphs (a) and (b) of Clause 2.7.1.
Reimbursement of any reasonable cost incident to the prompt and orderly termination of the
Contract.

2.7.6. Disputes about Events of Termination


If either Party disputes whether an event specified in paragraphs (a) through (e) of Clause 2.7.1. or in
Clause GC 2.7.2. hereof has occurred, such Party may, within forty five (45) days after receipt of
notice of termination from the other Party, refer the matter to the Principal Secretary, Health &
Family Welfare Department, Government of Karnataka, Bangalore.

2. Obligation of the Consultants:


3.1 General

The Consultants shall perform the Services and carry out their obligations hereunder with all due
diligence, efficiency and economy, in accordance with generally accepted professional techniques
and practices, and shall observe sound management practices, and employ appropriate advanced
technology and safe methods. The Consultants shall always act, in respect of any matter relating to
this Contract or to the Services, as faithful advisers to the Client, and shall at all times support and
safe guard to the Client’s legitimate interests in any dealings with sub-consultants or third parties.

3.2 Conflict of Interests

3.2.1. Consultants Not to Benefit from Commission, Discounts etc.,


The remuneration of the Consultants pursuant to Clause 6 shall constitute the Consultants sole
remuneration in connection with this Contract of the Services, and the Consultants shall not accept
for their own benefit any trade commission, discount or similar payment in connection with the
activities pursuant to this Contract or to the Services or in the discharge of their obligations under
Contract, and the Consultants shall use their best efforts to ensure that the Personnel, any sub-
consultants, and agents of either of them similarly shall not receive any such additional
remuneration.

300 bed RIMS 42 P


3.2.2. Procurement rules of Funding Agencies
If the Consultants, as part of the Services, have the responsibility of advising the Client on the
procurement of goods, works or services, the Consultants shall comply with any applicable
procurement guidelines of the funding agencies and shall at all times exercise such responsibility in
the best interest of the Client. Any discounts or commissions obtained by the Consultants in the
exercise of such procurement responsibility shall be for the account of the Client.

3.2.3. Consultants and Affiliates not to engage in certain Activities


The Consultants agree that, during the term of this contract and after its termination, the consultants
and their affiliates, as well as any sub-consultant and any of its affiliates, shall be disqualified from
providing goods, works or services other than the Services and any continuation thereof for any
project resulting from or closely related to the Services.

3.2.4. Prohibition of Conflicting Activities

The Consultants shall not engage, and shall cause their Personnel as well as their Sub-consultants
and their personnel not to engage, either directly or indirectly, in any of the following activities;

a) during the term of this Contract, any business or professional activities in H & FWD which
would conflict with the activities assigned to them under this Contract; and
b) After the termination of this Contract, such other activities as may be specified in the SC.

3.3 Confidentiality

The Consultants, their Sub-Consultants, and the Personnel of either of them shall not, either during
the term or within two (2) years after the expiration of this Contract disclose any propriety or
confidential information relating to the Project, the Services, this Contract, or the Client’s business or
operations without the prior written consent of the Client.

3.4 Insurance to be taken out by the Consultants

The consultants (a) shall take out and maintain, and shall cause any sub-consultants to take out and
maintain, at their (or sub-consultants as the case may be) own cost but on terms and conditions
approved by the Client, insurance against the risks, and for the coverage, as shall be specified in the
SC; and (b) at the Client’s request, shall provide evidence to the Client showing that such insurance
has been taken out and maintained and that the current premiums have been paid.

300 bed RIMS 43 P


3.5 Accounting, Inspection and Auditing

The Consultants (i) shall keep accurate and systematic accounts and records in respect of the
Services, hereunder, in accordance with internationally accepted principles and in such form and
detail as will clearly identify all relevant time charges and cost, and the basis thereof (including such
bases as may be specifically referred to in the SC); (ii) shall permit the Client or its designated
Representative periodically, and up to one year from the expiration or termination of this Contract, to
inspect the same and make copies thereof as well as to have them audited by auditors appointed by
the Client.

3.6 Consultants action requiring Client’s prior Approval

The consultant shall obtain the client’s prior approval in writing before taking any of the following
actions;

a) entering into a subcontract for the performance of any part of the Services, it being
understood (i) that the selection of the sub-consultant and the terms and condition of the
subcontract have been approved in writing by the Client prior to the execution of the
subcontract, and (ii) that Consultants shall remain fully liable for the performance of the
Services by the sub-consultant and its Personnel pursuant to the Contract; and
b) appointing such members or the Personnel not listed by name in Appendix C, (“Consultants,
Sub consultants Key Personnel), merely by title and not by name;
c) any other action that may be specified in the SC

3.7 Reporting Obligations

The Consultants shall submit to the Client the Reports and documents specified in Appendix B in
the from, in the numbers, and within the periods set forth in the Appendix.

3.8 Documents prepared by the Consultants to be the Property of the Client

All plans, drawings, specifications, designs, Reports and other documents and software submitted by
the Consultants in accordance with Clause 3.6 become and remain the property of the Client, and the
Consultants shall, not later than upon termination or expiration of this contract, deliver all such
documents and software to the client, together with a detailed inventory thereof. The Consultants
may retain a copy of such documents and software. Restrictions about the future use of these
documents, if any, shall be specified in the SC.

300 bed RIMS 44 P


3.9 Equipment and materials Furnished by the Client

Equipment and materials made available to the consultants by the Client or purchased by the
Consultants with funds provided by the Client shall be the property of the Client and shall be marked
accordingly. Upon termination or expiration of this contract, the Consultants shall make available to
the Client an inventory of such equipment and materials and shall dispose of such equipment and
materials in accordance with the Clients instructions. While in possession of such equipment and
materials, the Consultants, unless otherwise instructed by the Client in writing, shall insure them at
the expense of the Client in an amount equal to their Replacement value.

4. Consultants Personnel and sub-consultants

4.1 General

The Consultants shall employ and provide such qualified and experienced Personnel and sub
Consultants as are required to carry out the Services.

4.2 Description of Personnel

a) The title, agreed job descriptions, minimum qualifications and estimated periods of
engagement in the carrying out of the Services of the Consultants Key Personnel are
described in Appendix C. If any of the Key Personnel has already been approved by the
clients his/her name is listed as well.
b) If required to comply with the provisions of Clause GCC 3.1.1. hereof, adjustments with
respect to the estimated periods of engagement of Key Personnel set forth in Appendix C
may be made by the Consultants by written notice to the Client, provided (i) that such
adjustment shall not alter the originally estimated period of engagement of any individual by
more than 10% or one week, whichever is larger, and (ii) that the aggregate of such
adjustment shall not cause payment under this contract to exceed the ceilings set forth in
Clause GC 6.1(b) of this Contract. Any other such adjustments shall be made with the
Clients written approval.
c) If additional work is required beyond the scope of the Services specified in Appendix A, the
estimated periods of engagement of Key Personnel set forth in appendix C may be increased
by agreement in writing between the Client and the Consultants, provided that any such
increase shall not, except as otherwise agreed, cause payments under this Contract under this
Contract to exceed the ceilings set forth in Clause GC GC 6.1 (b) of this Contract.

300 bed RIMS 45 P


4.3 Approval of Personnel

The Key Personnel and Sub-consultants listed by title as well as by name in Appendix C are hereby
approved by the Client. In respect of other Key Personnel which the Consultants propose to use in
the carrying out of the Services, the Consultants shall submit to the client for review and approval a
copy of their bio data. If the Client does not object in writing (stating the reasons for the objection)
within twenty-one (21) calendar days from the date of receipt of such biographical data, such Key
personnel shall be deemed to have been approved by the Client.

4.4 Working Hours, Overtime, Leave etc.,

a) Working hours and holidays for Key Personnel are set forth in Appendix C.
b) The Key Personnel shall not be entitled to be paid for overtime nor to take paid sick leave or
vacation leave except as specified in appendix C hereto, and except as specified in such
Appendix, the consultants remuneration shall be deemed to cover these items. All leave to
be allowed to the Personnel is included in the staff-months of service set forth in Appendix
C. Any taking of leave by Personnel shall be subject to the prior approval by the
Consultants who shall ensure that absence for leave purposes will not delay the progress and
adequate supervision of the Services.

4.5 Removal and/or Replacement of Personnel

a) Except as the Client may otherwise agree, no changes shall be made in the Key Personnel.
If, for any reason beyond the reasonable control of the Consultants, it becomes necessary to
replace any of the key personnel, the consultants shall forthwith provide as a Replacement a
person of equivalent or better qualification.
b) If the Client finds that any of the Personnel have (i) committed serious misconduct or has
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 Consultants shall, at the
Client’s written request specifying the grounds there of, forthwith provide as a Replacement
a person with qualifications and experience acceptable to the Client.
c) Any of the Personnel provided as a Replacement under clauses (a) and (b) above, the rate of
remuneration applicable to such person as well as any reimbursable expenditures the
Consultants may wish to claim as a result of Replacement, shall be subject to the prior
written approval by the Client. Except as the Client may otherwise agree, (i) Consultants
shall bear all additional travel and other costs arising out of or incidental to any removal
and/or Replacement, and (ii) the remuneration to be paid for any of the Personnel provided
as a Replacement shall not exceed the remuneration which would have been payable to the
Personnel Replaced.

300 bed RIMS 46 P


4.6 Resident Project Manager

If required by the SC, the Consultants shall ensure that at all times during the Consultants
performance of the Services a resident project manager, acceptable to the client, shall take
charge of the performance of such Services.

5. Obligations of the Client


5.1 Assistance and Exemptions

Unless otherwise specified in the SC, the Client shall use its best efforts to ensure that the
Government shall;
a) issue to officials, agents and Representatives of the Government all such instructions as may
be necessary or appropriate for the prompt and effective implementation of the Services;
b) Assist the Consultants and the Personnel and any sub-consultants employed by the
Consultants for the Services from any requirement to register or obtain any permit to
practice their profession or to establish themselves either individually or as a corporate entity
according to Applicable Law.
c) Provide to the Consultants, sub-consultants and Personnel any such other assistance as may
be specified in the SC.

5.2 Access to land


The Client warrants that the Consultants shall have, free of charge, unimpeded access to all land in
the Government’s country in respect of which access is required for the performance of the Services.
The Client will be responsible for any damage to such land or any property thereon resulting from
such access and will indemnify the consultants and each of the Personnel in respect of liability for
any such damage, unless such damage is caused by the default or negligence of the Consultants or
any sub-consultant or the Personnel of either of them

5.3 Services, facilities and Property of the Client

- NIL -

5.4 Payment
In consideration of the Services performed by the consultants under this Contract, the Client shall
make to the Consultants such payments and in such manner as in provided by the Clause GC 6 of
this Contract.

300 bed RIMS 47 P


6 Payments to the Consultants:

6.1 Cost Estimates; Ceiling amount


a) An estimate of the cost of the Services payable is in local currency. (Indian Rupees).
b) except as may be otherwise agreed under Clause GC 2.6 and subject to Clause GC 6.1 (c),
payments under this Contract shall not exceed the ceilings specified. The consultants shall
notify the Client as soon as cumulative charges incurred for the Services have reached 80%
of either of these ceilings.

c) Notwithstanding Clause GC 6.1(b) hereof, if pursuant to clauses GC 5.3, 5.4 hereof, the
Parties shall agree that additional payments, shall be made to the Consultants in order to
cover any necessary additional expenditures not envisaged in the cost estimated referred to
in Clause GC 6.1 (a) above, the ceiling or ceilings, as the case may be, set forth in Clause
GC 6.1 (b) above shall be increased by the amount or amounts, as the case may be, of any
such additional payments.

6.2 Remuneration and Reimbursable Expenditures

a) Subject to the ceilings specified in Clause GC 6.1 (b) hereof, the Client shall pay to the
consultants (i) remuneration as set forth in Clause GC 6.2 I(b) and (ii) reimbursable
expenditures as set forth in Clause GC 6.3(c). If specified in the SC, said remuneration shall
be subject to price adjustment as specified in SC.
b) Remuneration for the Personnel shall be determined on the basis of time actually spent by
such Personnel in the performance of the Services after the date determined in accordance
with Clause GC 2.3 and Clause 2.3 or such other date as the Parties shall agree in writing at
the rates referred to, and subject to such additional provisions as are set forth, in the SC.
c) Reimbursable expenditure actually and reasonably incurred by the Consultants in the
performance of the Services, as specified in Clause SC 6.2 (c).

6.3 Currency of Payment


All payments (Remuneration and Reimbursable) shall be made as INDIAN rupees.

300 bed RIMS 48 P


7. Settlement of Disputes

7.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection
with this Contract or its interpretation thereof.

7.2 Dispute Settlement


Any dispute arising out of the Contract, which cannot be amicably settled between the parties, shall
be referred to the Commissioner, Health & Family Welfare Services, Bengaluru (State Sector works)
/ Mission Director, NHM, Bengaluru (NHM works)/ Director, AYUSH, Bengaluru (AYUSH works)/
Director, Drug Controller, Bengaluru (works pertaining to drug controller department) /Director,
Medical Education, Bengaluru (Medical Education works).
.

300 bed RIMS 49 P


III. SPECIAL CONDITIONS OF CONTRACT
No. of GC Clause

A. Amendments of, and Supplements to, Clauses in the General Conditions of Contract.

1.1 (h) The Member in Charge is The Executive Engineer, H & FWD Engineering Division
Kalaburagi
1.1. The addresses are
Client:
The Executive Engineer, H & FWD , Division, #Behind District Hospital,
Kalaburagi-585105 Phone/Fax No-08472 – 241982. E –mail-ee.khsdrp.klb@gmail.com
Consultants:
Attention: ……………………….
Cable address. ……………………….
Telex: ---------------------------------
Facsimile: : ………………………. E-mail:- ……………………….
(Note: Fill in the blanks)
1.4.2. Notice shall be deemed to be effective as follows:
a) in the case of personal delivery or registered mail, on delivery;
b) in the case of telexes/e-mail, 24 hours following confirmed transmission;
c) in the case of telegrams, 24 hours following confirmed transmission; and
d) in the case of facsimiles, 24 hours following confirmed transmission
1.6 the Authorized Representatives are :
For the Client : Assistant Executive Engineer, H & FWD Engineering
Sub- Division Kalaburagi
For the Consultant: ………………………………….
1.7.1 The consultants and the personnel shall pay the taxes, duties; fees, levies and other
impositions levied under the existing, amended or enacted laws during life of this contract
and the client shall perform such duties in regard to the deduction of such tax as may be
lawfully imposed.

1.7.2. However the Consultancy Services tax payable for this Consultancy Services shall be paid/
reimbursed by the Client separately.

2.1 The effectiveness of contract shall be on the date : This contract shall come into effect on the
date the contract is signed by the both parties or such other later date as may be stated in the SC

2.2 The time period shall be 30 days after the date the contract becomes effective or at such other
date as may be specified in the SC.

300 bed RIMS 50 P


2.3 Unless terminated earlier pursuant to Clause 2.7, this contract shall terminate at the end of such
time period of the effective date as is specified in the SC
3.4 The risks and the coverage shall be follows:-

1. Third party motor vehicle liability insurance as required under Motor Vehicles Act,
1988, in respect of motor vehicles operated in India by the Consultants or their
Personnel or any sub consultants or their personnel, for the period of consultancy;
2. third Party liability insurance, with a minimum coverage for R.1.6 for the period of
Consultancy;(as per the labour act)
3. Professional liability insurance, with a minimum coverage equal to total contract
value for this consultancy; and
4. Clients liability and workers compensation insurance in respect of the Personnel of
the Consultants and of any sub-consultant 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 appropriate; and
5. Insurance against loss of or damage to (i) equipment purchases in whole or in part
with funds provided under this Contract (ii) the Consultants property used in the
performance of the Services, and (iii) any documents prepared by the Consultants in
the performance of the Services

3.6 (c) The other actions are:

3.7 – Deleted-

3.8 The Consultants shall not use these documents for purposes unrelated to this Contract without
the prior written approval of the Client.

4.6 Note: If there are resident project manager, state here: “The person designated as resident project
manager in appendix C shall serve in that capacity, as specified in Clause GC 4.6”. If there is no
such manager, delete this Clause SC 4.6 form the Sub Centres.

5.1 Note: List here any changes or additions to Clause GC5. If there are no such changes or
additions, delete this Clause SC 5.1 from the Sub Centers.
6.1 The amount of Civil work is Rs.750.00 Lakhs
6.2 (a) Note: In order to adjust the remuneration for inflation, a price escalation provision should be
included here if the contract has a duration of more 24 months of if the inflation is expected to

300 bed RIMS 51 P


exceed 5% per annum. The escalation should be made every 12 months after the date of the contract
for remuneration. A sample provision is provided below for guidance.

“Payment for remuneration made in accordance with Clause G C 6.2(a) shall be adjusted as follows:
6.2 (a)
(1) It is understood (i) that the remuneration rates shall cover such salaries and allowances as the
Consultants shall have agreed to pay to the Personnel as well as factors for social charges, overhead
and Consultants fee (ii) that bonuses or other means of profit-sharing shall not be allowed as an
element of overhead and (iii) that any rates specified for persons not yet appointed shall be
provisional and shall be subject to revision, with the written approval of the Client, once the
applicable salaries and allowances are known.

(2) Remuneration for periods of less than one month shall be calculated on a calendar-day basis for
time spent and attributable to the assignment (one day being equivalent to 1/30th of a month)

6.3 (a) the interest rate is Rs.5% per annum

6.3 (b) The account is …………………..


(Note: fill in the blanks)

Special Instructions to eligible consultants/firm


(1) Tenders for appointment/hiring of consultants/firm for project monitoring and quality auditing
consultancy services is invited for the works coming under four Health & Family Welfare
Department, Engineering Divisions from the office of the Chief Engineer, Health & Family
Welfare Department, Engineering Wing, Bengaluru.

(2) The eligible consulting agency/firm should have an established office with qualified technical
person for easy communication and timely supervision of works in any one of the following
places in Karnataka (1) Bengaluru, (2) Mysuru, (3) Hubli-Dharwad and (4) Kalaburagi.
(3) The eligible and approved consultants/firm shall get the entrusted works executed by the
contractor as per the standard technical specifications in vogue.
(4) The professional fee for project monitoring and quality auditing consultancy services will be
inclusive of GST and all other taxes as applicable.
(5) (a) 0.1% of the (tender amount) work will be levied as penalty for any defective works
during the supervision.

(b) As per the deployment plan, if the Site Engineer’s are absent for more than a week at
site twice the salary per day will be penalised.

The Manpower for (a+b) shall not exceed 10% of the contract value.

(6) The Lab test shall be carried out only in the Labs for which the Consultants have produced
the records in the technical bid and any deviation it is liable for termination of contract.

(7) Once the site Engineer deployed to the particular work he shall not be deployed for other

300 bed RIMS 52 P


works and any deviation it is liable for termination of contract.
(8) Beyond the Tender period, PMC cost will be calculated as per the necessity of the staff for
the balance work after negotiation with the Employer.
(9) Earnest Money: The Earnest Money Deposit (EMD) as indicated in the
e-procurement portal shall be paid. The EMD shall be paid through e-payment under any one of
the options as prescribed in the e-procurement portal. For details regarding the payment methods
and processes please visit e-procurement portal.

(10) Refund of EMD: Based on the instructions of Tender Accepting Authority (TAA) the EMD of
the unsuccessful consultants/firms will be refunded to the respective registered Bank Accounts of
the consultants/firm in the e-procurement system within 30 days from the last date of the Bid
Validity period.

(11) The concerned Executive Engineer will be retaining additional Performance Security Deposit
(SD) of five (5) percent of the amount claimed from each payment due to the consultant/firm. The
Security Deposit (SD) so recovered from the consultant/firm from the Running Account Bills will
be returned after 2 Months, only after ensuring the successful Monitoring and Quality Auditing of
portion of works executed during the period for which the agency has claimed the bill.

(12) Details of turn over for the last 5 financial year of the consultant/firm certified by the Chartered
Accountant should be provided.

(13) Details of work done during the last 5 years duly signed by the authority not below the rank of
Executive Engineer/head of the institutions of the particular assignment should be provided.
(14) Details of existing commitments should be provided.

(15) A description of methodology and work plan for performing the assignment should be provided
by the consulting agency /firm.

(16) The eligible consulting agency/firm should not deploy unnecessarily any field staff to the site
during the non execution period of works which might have stopped due to un-avoidable reasons.

(17) The eligible consulting agency/firm should monitor the BOQ items and inform if there is any
variations in quantities for BOQ items of work to the concerned Executive Engineer.

(18) The eligible consulting agency/firm shall provide present existing commitments and also ensure
that the consulting agency/firm are litigant free.

300 bed RIMS 53 P


IV. Annexure
Annexure A: Description of the Services
(Give detailed description of the Services to be provided dates for completion of various tasks, place
of performance for difference tasks: specific tasks to be approved by Client. etc)

Annexure B: Reporting Requirements

(List format, frequency contents of Reports and number of copies: persons to receive them; dates of
submission, etc., If no Reports are to be submitted, state here “Not applicable”)

Annexure C: Key Personnel and Sub consultants

List under: C-I Titles and names, if already available, detailed job descriptions and minimum
qualifications, experience of key personnel to be assigned to work, and staff months for each.

C-2 (List approved sub-consultants (if already available): same information with respect to their
personnel as in C-1 through C-2).

300 bed RIMS 54 P


(Appendix F not used)
Appendix F: Form of Bank Guarantee for Advance Payments
(Reference SC Clause 6.4 of Contract)
(To be stamped in accordance with Applicable Stamp Act, if any)

Ref…………………… Bank Guarantee………………


Date……
Dear Sir,
In consideration of Executive Engineer, H & FWD Engineering Division Kalaburagi (Hereinafter referred at the
“Client”, which expression shall, unless Repugnant to the context or meaning thereof it successors, administrators and
assigns) having awarded to ………( here in after referred to as the “Consultant” which expression shall unless Repugnant
to the context or meaning thereof, include its successors, administrator, executors and assigns), a contract by issue of
client’s Contract Agreement No…………… dated ………… and the same having been unequivocally accepted by the
Consultant, resulting in a Contract valued at Rs……………………./- for …………………. Contract called the
“Contract”)

(Scope of work)
and the Client having agreed to make an advance payment to the Consultant for performance of the
above Contract amounting to…………….. (in words and figures) as an advance against bank
Guarantee to be furnished by the Consultant.

We………………… (Name of the Bank) having its head Office at ……….. (hereinafter referred to as
the Bank) which expression shall, unless Repugnant to the context or meaning thereof, include its
successor, administrator executors and assign) do hereby guarantee and undertake to pay the client
immediately on demand any or, all monies payable by the consultant to the extent of …………….. as
aforesaid at any time upto……………… at……………… without any demur, reservations, contest,
recourse or protest and/or without any reference to the consultant. any such demand made by the
client on the Bank shall be conclusive and binding notwithstanding any difference between the Client
and the Consultant or any dispute pending before any Court, Tribunal, Arbitrator or any other
authority. We agree that the Guarantee herein contained shall be irrevocable and shall continue to
be enforceable till the Client discharges this guarantee.

The Client shall have the fullest liberty without affecting in any way liability of the bank under this
Guarantee, from time to time to vary the advance or to extend the time for performance of the
contract by the Consultant. The client shall have the fullest liberty without affecting this guarantee,
to postpone from time to time the exercise of any powers vested in them or of any right which they
might have against the Client and to exercise the same at any time in any manner, and either to
enforce or to forebear to enforce any covenants, contained or implied, the Contract between the
Client and the consultant any other course or remedy or security available to the Client. The bank
shall not be relieved of its obligations under these presents by any exercise by the Client of its liberty
with reference to the matters aforesaid or any of them or by reason of any other act or forbearance

300 bed RIMS 55 P


or other acts of commission or commission on the part of the Client or any other indulgence shown
by the Client or by any manner or thing whatsoever which under law would but this provision have
the effect of relieving the Bank.

The bank also agrees that the Client at its option shall be entitled to enforce this Guarantee against
the Bank as a principal debtor, in the first instance without proceeding against the Consultant and
not withstanding any security or other guarantee that the Client may have in relation to the
Consultant’s liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is limited to ……
and it shall remain in force upto and including…………………. and shall be extended from time to
time for such period (not exceeding one year), as may be desired by
M/s…………………………………… on whose behalf this guarantee has been given.
Dated this…………………. day of …………………20…………at…….
WITNESS
………………….. ………………….(Signature)
(Signature)
----------------------- ----------------------- (Name)
(Name)
------------------------- -----------------------(Designation) (with Bank Stamp)
Official Address)

Attorney as per Power of


Attorney No. ------------------ Dated ---------------------------------------

300 bed RIMS 56 P


Annexure-A

A. TERMS OF REFERENCE FOR APPOINTMENT OF THIRD PARTY


QUALITY SUPERVISION CONSULTANTS
A. 1. BACKGROUND

A.1.1 The Engineering wing of Health & Family Welfare Department (H & FWD ) has
decided to avail services for appointment of Project Monitoring & Quality Auditing
Services for the work of Construction of Central Library & Examination Hall to the
Bidar Institute of Medical Sciences (BRIMS) Bidar at an estimate cost (PM &QA) of
Rs.3.75 lakhs.

A.2.1 The objective is to employ a firm which has expertise in undertaking project
monitoring and quality auditing which includes soil investigation, quality
test/inspection and quantity surveying for building work having civil, electrical,
water supply and sanitary, mechanical, firefighting and lift works.

Description of services are as follows:

 Supervision of works to ensure their compliance with specifications


 Checking and monitoring the quality of works and testing of construction
materials.
 Monitoring the progress of works.
 To check the measurements of bill of quantity and certification of the work done.
 Overall project management & construction supervision for ensuring timely
completion.

A.2.2 The tests to be carried out by the consultants and the method of testing adopted will
depend upon the type of test as described later in this document. The Consultant will
undertake himself the workmanship inspections and tests.

A.2.3 Project Monitoring and Quality Auditing services Consultants shall carryout quality
inspections and tests at regular intervals as specified in relevant IS and other
applicable statuary codes and also to guide the contractors in adopting implementing
and executing standard practices as per applicable IS & statuary codes. The
consultants shall also report the progress in terms of both physical and financial to
the employer with objective evidence (photos) every month during the course of
execution and also as & when required. The following quality auditing / tests are
mandatory:

a) After excavation for foundation before foundation works to certify soil strata,
layout markings (grids) etc.,
b) During foundation and RC wall concreting.
c) During water proofing to basements etc.,
d) Roof beam, slab shuttering and reinforcement fabrication checking and clearing
for concreting
e) During slab concreting.
f) During Bricks/ Solid blocks/ Hollow blocks/SSM Masonry works

300 bed RIMS 57 P


g) Inspections and quality auditing during the finishing works Like, Plastering,
Flooring, Dadoing, Doors and window fixing, Electrical and MEP fixtures
fixing, waterproofing, painting etc.,.
h) Prior, during installation and commissioning of pipelines, valves, pressure
gauges, sprinkler system, smoke detectors, fire alarming console installation etc.,
for firefighting works.
i) Prior , during installation and commissioning of Chillers, AHU units, Ducting and
piping etc., for HVAC works handing over the building to the user department.
j) Prior, during installation and commissioning of lift works.

A.3. Infrastructure

A.3.1 The Project Monitoring and Quality Auditing Consultants should be located in
Karnataka. The consultants must be familiar with local conditions and take these into
account for planning and supervision of the works.

A.3.2 The consultants must have their own laboratories with accreditation of NABL or
NAAC or Accredited Associate firms with NABL or NAAC accreditation for testing
construction materials as the scope of work also includes testing of materials to be
used by the contractors. The details of the laboratories, equipment and testing
facilities should be furnished by the consultants. Each consultants having own
laboratory with accreditation of NABL or NACC can enter into MOU for association
with two more consultants if the consultant is not participating in tenders and one
more consultant if it is participating in tenders. In such cases, the MOU should be on
a stamp paper of value Rs 200/-.

A.3.3 The consultant must have necessary equipments and software for carrying out the
said work to the full satisfaction of H&FWD, Engineering Wing,

A.3.4 The consultant will locate its Engineers suitably to be able to supervise the works
periodically and effective without any delays and problems.

A.3.5 The consultant will provide suitable transport to its engineer to be able to visit the
sites periodically and at the requests of Executive Engineer.

A 3.6 To qualify for the award of the consultancy services, each consultant in its name
should have in the last 5 years i.e., (2014-15 to 2018-19) achieved at least in two
years a minimum annual financial turnover of Rs. 7.50 Lakhs from Project
Monitoring & Quality Auditing Consultancy Services Only. The Annual financial
Turnover Certificate and certified balance sheet etc., shall be issued by the registered
Chartered Accountant (The financial Turnover of the previous financial years shall be
given weight age of 10% per year to bring them to 2019-20 price level).

300 bed RIMS 58 P


A.4. Data Services & Facilities:
The consultants shall be provided with the entire copy of the contract document,
sanctioned estimate copy and clarifications, if there arises a need with regard to the
specifications, tests, etc.

The consultant will have to make their own arrangement for office and transport at
division level and district level.

300 bed RIMS 59 P


A.5 Scope of Services

The Quality Supervision Consultant's scope of service will include the following:
(i) Approve Contractor's material sources, Quality Assurance and quality
control systems, and other submissions required under the Contracts;
(ii) Conduct quality tests to an extent of 25% of the tests required for the work.
(iii) Quality reports

(iv) Check the Contractors’ test reports on materials.


(v) Inspect the works at appropriate intervals during the defects liability period
and recommend the issuance of defects liability certificate by the employer's
representative;
(vi) Hand over to the employer complete records, reports and as built drawings
for the Contracts;

A.5.1 Quality test on construction materials.

The consultant shall undertake the following:


 Review test reports on materials that are tested by the Contractor as per Bureau of
Indian Standard norms and standard Testing procedures.

 Select additional materials on a random basis for independent testing by the QSC
( about 25% of tests to be carried out by the Quality Supervision Consultants)

 Dispatch the materials to the identified independent laboratory or own laboratory as


per the requirement

 Receive test report and report findings of test reports of contractor as well as Quality
Supervision Consultants.

 Incorporate test results in monthly testing report and contract monitoring report

A.5.2 Quality of materials

The checking of quality of materials includes :


 Physical examination
 Review of test reports
 Collecting representative samples wherever possible and conducting necessary
tests for confirmation
 Informing the department regarding the acceptance of material or otherwise
 Witnessing the testing of materials carried out by the contractor at laboratory.

300 bed RIMS 60 P


A.5.3 Testing of Construction Materials

The relevant tests are included in the standard specifications, they shall include all
tests required as per Bureau of Indian Standards and other standard testing procedures, but
not be limited to the following :

Sl.
Name of material Types of tests
No.
1 Cement Consistency test
Initial and final setting time test
Compressive strength test
Soundness test
Fineness test
2 Admixtures Tests for compatibility and suitability
3 Course aggregate Sieve analysis test
Bulk density test
Flakiness index test
Elongation index test
Water absorption test
Aggregate impact value test
Abrasion resistance test
Crushing value test
4 Fine aggregate Sieve analysis test
Silt content test
5 Tests on Water Suitability for use in concrete
6 Reinforcing steel Tensile test – 0.2% proof stress,
Bend tests ultimate strength
elongation
Rebound test
Weight per metre

7 Structural steel Tensile test


Bend test
Thickness test
8 Bricks Compressive strength test
Water absorption test
Efflorescence test
Dimensional tolerance

9 Concrete Blocks Compressive strength test


Water absorption test
Density test
10 Cement concrete Compressive strength on cubes
Workability tests
11 Glazed Tiles Water absorption test
Wet transverse strength test
Abrasion/ wear resistance test
12 Ceramic tiles Water absorption test
Wet Transverse strength test

300 bed RIMS 61 P


Crazing test
13 Vitrified tiles Water absorption test
Wet Transverse strength test
Crazing test

14 Water proofing compounds Tests for permeability and compatibility


15 Paints Performance tests
Thickness
16 Plumbing and sanitary fixtures Dimensional verification, physical
examination and relevant tests as per
Bureau of Indian Standards.
17 Non destructive tests on reinforced Ultrasonic pulse velocity test
concrete members Rebound hammer test
Profometer studies
Core test if required
18 Non destructive tests on existing RCC Ultrasonic pulse velocity test
members at renovation regions and Rebound hammer test
feasibility study for additional loads Profometer studies
Core test if required
Half cell potention meter test
Carbonation test
Chemical tests on concrete samples
19 Electrical works Insulation tests
Earth resistance tests
Continuity tests

20 Water proofing on Roof slab Pond test

21 Load Test On roof/floor (if necessary)

22 Joinary Dimensional verification, physical


examination and relevant tests as per
Bureau of Indian Standards.
23 Proof checking For all designs including soil
investigation
A.5.4 Quality Monitoring of various works during different stages of construction
The total quality monitoring of various works will be included but not to be limited to
the following :
1. Quality of materials
2. Quality of construction of various works during different stages of
construction
3. Performance of mechanical and electrical equipment and systems

A.5.5 Quality monitoring during construction


During the course of construction, the Quality Supervision Consultants shall
make at least 25% of visits as independent unannounced visits to check the quality
of construction. The visits shall be made at the following stages:

A.5.5.1 Foundation stage

300 bed RIMS 62 P


 Checking the foundation with respect to the soil reports and its suitability as
bearing strata
 Dimensional verification of selected footings, size stone masonry works
 Checking the layout marking and centre lines, at random
 Checking the fabrication of reinforcement steel and its positioning properly.
 Checking the concreting arrangements and witnessing concreting of a few
footings at random
 Checking of shuttering and form work for columns and column footings.

A.5.5.2 Plinth stage

 Checking the quality of stone masonry with emphasis to quality of stones,


joints, joint materials, etc.
 Checking the fabrication of reinforcement steel for plinth beams
 Checking the adequacy and compaction of earth filling for foundation.

A.5.5.3 Lintel stage

 Checking the quality of wall masonry with emphasis to Quality of Bricks,


Concrete blocks etc., joints, joint mortar, curing etc.
 Checking the quality of column concrete
 Checking the fabrication of reinforcement step of lintels.
 Checking the quality of concrete in lintels

A.5.5.4 Roof stage / slab stage

 Checking the quality of shuttering and formwork, with emphasis on lines and
levels, joints and safety considerations
 Checking the fabrication of reinforcement steel and its position
 Checking the arrangements for concreting, vibration and curing
 Checking the concrete while concreting, with respect to mix-proportion, w/c
ratio and compaction. Casting independent set of cubes for verification of
strength

A.5.5.5 Finishing stage

 Checking the quality of flooring with respect to levels and smoothness at


random
 Checking the door and window opening locations
 Checking the quality of flooring materials such as granite, vitrified tiles,
ceramic tiles, etc.,
 Check the quality of materials used for doors and windows.
 Checking the quality of joinery with respect to workmanship and fixtures, at
random
 Checking the plaster in walls and ceiling with regard to proportions, line and
level and curing, at random
 Checking the finishing works at random, such as painting, dadooing, fixing of
ceramic tiles, fixing of sanitary fixtures, steel grill works, etc.

300 bed RIMS 63 P


Electrical Works

A.5.5.6 The standard and special specifications shall be referred, to determine the scope of
the works to be undertaken. Test of ear thing and lightening protection systems
shall be included.

A.5.5.7 Water supply and sanitary works

Pressure test for water supply pipes and smoke test for sanitary pipes, checking inlet out
let levels at chambers and manhole junctions shall be certified

A.5.5.8 Fire fighting works


The relevant IS codes and other relevant, statutory specifications shall be referred for
quality inspection and testing - Prior, installation and commissioning of pipelines,
valves, pressure gauges, sprinkler system, smoke detectors, fire alarming console
installation etc., for firefighting works.

A.5.5.9 Lift works


The relevant IS codes and other relevant, statutory specifications shall be referred for
quality inspection and testing - Prior, installation and commissioning of lift works.

A.6.0 Final out puts

The following outputs shall be furnished by Project Monitoring and Quality Auditing
Consultancy Services consultant:

A.6.1 The Project Monitoring and Quality Auditing Consultancy Services consultant shall
submit a report on 1st week of every month to the concerned Executive Engineer &
Assistant Executive Engineer, covering Quality of materials used, Quality of
workmanship, corrective measures ( if any) required with a copy to the Chief
Engineer, H&FWD, Engineering Wing, Bengaluru.

A.6.2 The Project Monitoring and Quality Auditing Consultancy Services consultant shall
submit a report on Final Quality of the building covering all aspects including civil
works, electrical, water supply and sanitary works and the Final fitness of building
with respect to National Building Code to the concerned Executive Engineer and
Assistant Executive Engineer with a copy to Chief Engineer, H&FWD, Engineering
Wing, Bengaluru.

A6.3 The Project Monitoring and Quality Auditing Consultancy Services consultant shall
check the measurements of bill of quantity and certification of the work done for each
RA Bills and Final bill along with QA report for approval.

300 bed RIMS 64 P


A.7 Terms of payment

A 7.0 Terms of payment


The Consultants shall be paid as per the following norms:

A 7.1 17% of the agreed fees will be paid after completion of 20% of the financial progress
of concerned work and 3% fee will be paid after conducting relevant test and
submission of report.

A 7.2 37% of total fee will be paid after completion of 25% of the financial progress of the
concerned work and 3% fee will be paid after conducting relevant tests and
submission of report.

A 7.3 57% of total fee will be paid after completion of 50% of the financial progress of the
concerned work and 3% fee will be paid after conducting relevant tests and
submission of report.

A 7.4 77% of total fee will be paid after completion of 75% of the financial progress of the
concerned work and 3% fee will be paid after conducting relevant tests and
submission of report.
A 7.5 Balance fee will be paid at the end of the physical completion of work, to be certified
by the Executive Engineer, Certification of as built Drawings and after submitting the
final quality auditing report.

Note: Beyond the Tender period PMC cost will be calculated as per the necessity of the
staff for the balance work after negotiation with the Employer.

Annexure-B
B. Reporting:
B.1.0 The Consultant is requested to report directly to the Executive Engineer and
Assistant Executive Engineer of H&FWD of concerned Engineering Division and
Sub Division. The Engineers representative in charge of the work may also provide
direction to the components of the work that should be independently inspected and
tested.

B.1.1 The Consultant will prepare field reports in an agreed format on their inspections.
This report will indicate the tests they have undertaken in the field, materials sent for
laboratory testing as well as if considered appropriate advice on the rectification of
defects. They will return to the particular problem until it is resolved to the
satisfaction of the Employer.

B.1.2 The consultants may also make presentations to H&FWD, Engineering Wing,
Bengaluru on particular difficult aspects of the works or problems faced in quality
control.

B.1.3 The Project Monitoring and Quality Auditing Services consultant shall submit
following reports to Chief Engineer, H&FWD, Engineering Wing, Bengaluru with a
copy to concerned Executive Engineer & Assistant Executive Engineer, covering

300 bed RIMS 65 P


Quality of materials used, Quality of workmanship, corrective measures ( if any)
required.

a) CPM/PERT & BAR chart H&FWD, Engineering Wing, Bengaluru


approval to be sought prior to
the commencement of the work.
b) Inception Report and QAP Within 15 days after mobilization

c) Monthly -Progress Reports By the 5th of the each month except the
month following the Inception Report.

d) Final Report One (1) month after physical completion


of the works (provisional acceptance).

e) Q.A. Report Along with the R.A .Bills.

300 bed RIMS 66 P


Annexure-C
CONSULTANTS PERSONEL
C. 1 Description of The Project Monitoring and Quality Auditing consultancy Services,
Personnel shall employ and provide such qualified and experienced Personnel
and Sub-Consultants as required to carry out the Services. The
titles, agreed job descriptions, minimum qualifications, and
estimated periods of management in the carrying out of the
Services of the Consultant’s Key Personnel are described below.
The Key Personnel and Sub- Consultants listed by title as well as
by name as listed below are hereby approved by the Client.
C 1.2 Team leader Must be a Post Graduate Degree in Civil Engineering or building
construction technology from recognized University and having
experience in the field of building construction & management with
a minimum of 15 years experience in Handling similar type of
Civil Engineering building works with basement having services
like MEP, HVAC, Firefighting and lift works – 1 Number.
C.1.3 Structural Must be a Post Graduate in Structural Engineering from recognized
Engineer University and having experience of minimum 15 years in Proof
checking of similar type of Multistoried building works with
basement having services like MEP, HVAC, Firefighting and lift
works – 1 Number.
C 1.4 Site Must be Graduate in Civil Engineering from recognized University
Engineer/Quantity with minimum 8 years experience in Handling Similar type of
Surveyor (Civil) Civil Engineering building works with basement having services
like MEP, HVAC, Firefighting and lift works or Diploma in civil
Engineering from Govt., recognized Polytechnic with 12 years
experience in Handling similar type of Civil Engineering building
works with basement having services like MEP, HVAC,
Firefighting and lift works. – 1 Number(to be deployed at site)
C.1.5 Electrical Must be Graduate in Electrical Engineering from recognized
Engineer University with minimum of 8 years experience in Handling
Similar type of Electrical works in building works or Diploma in
1.5 electrical engineering from Govt., recognized Polytechnic with 15
years experience in Handling similar type of Electrical works in
building – 1 Number. (to be deployed at site)
C 1.6 Mechanical Must be Graduate in Mechanical Engineering from recognized
Engineer University with minimum of 8 years experience in Handling
Similar type of like MEP, HVAC, Firefighting and lift works in
building works or Diploma in Mechanical engineering from Govt.,
recognized Polytechnic with 15 years experience in Handling
similar type of like MEP, HVAC, Firefighting and lift works in
building – 1 Number. (to be deployed at site).
C 1.7 Supporting Staff Supporting Staff such as Draftsman , Stenographer, Typist, Drivers
and Group-D (to be employed at site)

300 bed RIMS 67 P


C 2.0 Removal and/or Replacement of Personnel
C 2.1 a) Expect as the Client may otherwise agree, no changes shall be
made in the Key Personnel. If, for any reason beyond the
reasonable control of the Consultant, such as death, medical
incapacity, it becomes necessary to replace any of the Key
Personnel, the Consultant shall provide as a replacement a
person of equivalent or better qualifications with the prior
approval of the client. If for any other reason, the consultant
want to replace the key personnel, for such replacement a
penalty of Rs.50,000/- will be imposed for first replacement
and for subsequent replacement a penalty of Rs.1,00,000/-
(Rs.One lakh only) will be imposed.

C 2.2 b) If the Client 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 Consultant shall, at the Client’s written
request specifying the grounds thereof, provide as a
replacement a person with qualifications and experience
acceptable to the Client.
C 2.3 c) The Consultant shall have no claim for additional costs arising
out of or incidental to any removal and/or replacement of
Personnel.

Note:
1. For Evaluation capabilities and credentials of Team leader, Structural Engineer, Site
Engineer/Quantity Surveyor (Civil), Electrical Engineer, Mechanical Engineer only will be
considered.
2. The consultant shall submit the degree certificates and photo identity proof such as Aadhar
card/Voter ID/Employee ID/Pass port/Driving License etc., for the key personnel as
mentioned in the above list to be deployed at each of the work site.

300 bed RIMS 68 P

You might also like