Download as pdf or txt
Download as pdf or txt
You are on page 1of 10

RW/NH-12011/02/2020/HP/AE/NH-70/EAP

Government of India
MINISTRY OF ROAD TRANSPORT & HIGHWAYS
(EAP Zone)
Transport Bhawan, 1, Parliament Street, New Delhi – 110 001
___________________________________________________________________________________

REQUEST FOR EXPRESSION OF INTEREST (REOI)

Consultancy Services for Authority’s Engineer for “Rehabilitation and Upgradation


to 2-lane configuration of Hamirpur-Mandi Section (km 141.000 to km 250.592) of
NH-70 in the State of Himachal Pradesh under Green National Highways Corridor
Project (GNHCP) with the loan assistance of World Bank on EPC mode”.

Package No.: GNHCP_HP_NH-70_AE_27


Date: 21.07.2020

1. The Ministry of Road Transport and Highways has applied for a loan from the
World Bank of about US$ 500 Million towards the cost of the Green National
Highways Corridor Project (GNHCP) and it intends to apply the proceeds of this
loan to payments for goods, works, related services and consulting services to
be procured under this GNHCP project.

2. The project consists of Rehabilitation and Upgradation to 2-lane configuration


of Hamirpur-Mandi Section (km 141.000 to km 250.592) of NH-70 in the State of
Himachal Pradesh under GNHCP and is proposed to be taken up on EPC mode of
contract. The project includes performance based maintenance of project
roads upon completion of up-gradation for a period of five years which is co-
terminus with Defects Liability Period (DLP). The project will be implemented
under 3 contracts i.e. (i) Hamirpur-Karnohal (Km 141.000 to Km 181.000), (ii)
Karnohal-Kalwahn (Km 181.000 to Km 208.950), (iii) Kalwahn-Mandi (Km
208.950 to Km 250.592). A brief overview of the scope of the project
comprising of all the contracts is given as under:

“The proposed improvement works will consist mainly concentric i.e. equal
widening on both sides; except in some reaches where realignments have
been proposed due to necessity of geometric improvements; of the existing
single lane (3.5m)/intermediate lane (5.5m approx) to 2 lane (7m)
configuration, raising the formation level where necessary,
upgrading/improvement of road geometrics, pavement
strengthening/reconstruction and improving cross drainage structures. The
scope of work also includes construction of new/reconstruction/widening of
bridges and culverts; construction of CC drains in built-up areas, bus bays,
truck lay-bye and safety measures such as traffic signs, road markings, safety
barriers etc.”

Page 1 of 10
3. The Consultancy Services for Authority Engineer will broadly include review of
design and drawings, quality assurance plan, methodology prepared by the
contractor, inspection of works, pre-construction review of manufacturer’s test
reports, project monitoring, sample quality control check, contract
management and making engineering decisions, providing advisory services to
the client for administering successful and timely implementation of the
construction contract mentioned in para 2 under EPC mode of construction,
which is envisaged to be completed in 30 months of construction periods plus
five years of performance based maintenance which is co-terminus with defects
liability period. The detailed scope of work shall be furnished in the Request
for Proposal (RFP) to be provided to the short-listed consultants.

4. The Ministry of Road Transport and Highways (MoRTH) now invites eligible
consulting firms having proven track record in construction supervision of
similar highway works involving modern equipment and construction
techniques, to submit their Expression of Interest (EoI). Interested consulting
firms must provide the following information in the format given in Annexure I:

a) Name, Address, Telephone & Facsimile No. and e-mail id of the consulting firm
b) The structure and organization of the consulting firm including year of
registration
c) Annual Turnover of the consulting firm during last three financial years
d) List of the similar assignments involving projects of similar nature that have
been completed/undertaken in the last five calendar years in any mode of
delivery such as item rate, Engineering Procurement Construction (EPC), Build,
Operate and Transfer (BOT) and variants thereof
e) Information in respect of technical experts/personnel employed/available with
the consulting firm.
f) Availability of infrastructure including Information Technology (IT) capabilities
in the consulting firm

4.1 Interested consulting firms must fulfill the following criteria:

a) The firm (Lead Member in case of JV) should have been operational during last
07 years

(i) Eligibility criteria for sole applicant firm.

S. No. Experience of the firm in last 7 years Annual Turnover


Preparation of DPR Project Supervision/IC
(NH/SH/Equivalent) (NH/SH/Equivalent)
1 (a). The firm should have The firm should have minimum Annual turnover
minimum experience of experience of Project (updated average of
preparation of detailed Supervision/Independent last 3 years) of the
Project Report/ Feasibility Engineer/Consultantof 2/4/6**- firm from
Study cum Preliminary laning/Bridge project of aggregate length consultancy

Page 2 of 10
S. No. Experience of the firm in last 7 years Annual Turnover
Preparation of DPR Project Supervision/IC
(NH/SH/Equivalent) (NH/SH/Equivalent)
Design Report of 2/4/6**- equal to 330 KM or more of similar business should be
laning/Bridge project of category**. equal to or more
aggregate length equal to than Rs. 14.00
220 KM. crores
1 (b) Firm should also have experience of
Project Supervision/ Independent
Engineer/ Authority’ Engineer of at least
one project of similar category of
two/four/six** laning/bridge work of length
equal to 44 KM.

** Similar project means 2/4/6 lane as applicable for the project for which RFP is
invited. For 2-lane projects experience of 4/6 lane also to be considered with a
multiplication factor of 1.5. Experience of 4/6 lane shall be considered
interchangeably for 4/6 laning projects. For 4/6 laning projects, experience of 2 lane
will be considered with a multiplication factor of 0.4, but only for those 2 lane
projects whose cost of consultancy services was more than Rs.3.0 crores. For
standalone bridge projects, experience in bridge work (either standalone project or as
a part of road project) only be considered.

(ii) Eligibility Criteria for partners in case of JV (not more than 1 JV partners shall be
allowed) shall be as under:

The lead partner must fulfill atleast 50% of requirements at 1(a) of table in para (A)
above and other JV partner should fulfill atleast 30% of eligibility criteria as indicated
at 1(a) of table in para (A) above. Also the lead partner and JV partner jointly should
meet the eligibility criteria as mentioned at 1(a) of table in para (A) above. Lead
partner should meet the criteria 1 (b) of table in para (A) above.

Note: While claiming experience for those projects which were executed in JV as per
Clause 1(a) & 1(b) of table in para (A) above, proof of share in JV in the form of JV
Agreement/Joint Bidding Agreement etc., is to be submitted along with the REOI.

5. The consultant will be selected in accordance with Quality and Cost based
Selection method set out in the Consultant Guidelines.

6. The attention of interested Consultants is drawn to paragraph 1.9 of the World


Bank’s Guidelines: Selection and Employment of Consultants [under IBRD Loans
and IDA Credits & Grants] by World Bank Borrowers January 2011 (“Consultant
Guidelines”), setting forth the World Bank’s policy on conflict of interest.

Page 3 of 10
7. Interested consulting firms may refer to E-TENDERING INSTRUCTIONS TO
APPLICANTS at Annexure II to this document to obtain further information.

8. MoRTH now invites Request for Expressions of Interest (REOI) from reputed
National/International consulting firm as a sole or as a joint venture/
association with other consulting firm to indicate their interest in providing
the services. Interested Consultants should provide information demonstrating
that they have the required qualifications and relevant experience to perform
the Services in the format specified in Annexure-I.

9. REOI is available online at e-tendering portal https://eprocure.gov.in/


cppp/from 21.07.2020 to 21.08.2020 (up to 11:00 hours IST) for viewing/
downloading free of cost.

10. To participate in the e-tendering process, a Consultant is required to enroll


on the e-Procurement module of the Central Public Procurement Portal
(URL: https://eprocure.gov.in/cppp/) by clicking on the link “Online
bidder Enrolment” on the CPP Portal which is free of charge. Upon
enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class III Certificates with signing & Encryption key usage) issued
by any Certifying Authority recognized by CCA India (e.g. Sify /(n)Code /
eMudhra etc.), with their profile. (The Consultants can see the list of
licensed CA’s from the link http://www.cca.gov.in).

11. REOI can be requested from e-procurement portal


https://eprocure.gov.in/cppp/ from 21.07.2020 to 21.08.2020 (up to 11:00
hours IST). E-tendering instructions to applicants are enclosed at Annexure-II.

12. Request for Expression of Interest (REOI) must be submitted online only
at https://eprocure.gov.in/cppp/ on or before 21.08.2020 (up to 11:30 hours
IST). EOI submitted through any other mode shall not be entertained.

Chief Engineer (EAP)


Ministry of Road Transport and Highways,
Transport Bhawan,
1, Parliament Street,
New Delhi – 110 001 (India)
Email: khushal.20@gov.in

Page 4 of 10
Annexure I

I. Particulars of the Consulting Firms/JVs/Bidders

1. Name of the Consulting Firm (or JV):

2. Address:

3. Telephone & Facsimile No.:

4. E-mail id of the consulting firm:


[Furnish the details as required.
Attach certificate of incorporation from Company registrar.]

5. The structure and organization of the consulting firm:


[Give a brief note not more than 2 pages long.
Additional documents/printed materials may
be attached with proper indexing.]

6. Name of the Lead Partner in case of JV:

II. Particulars of Annual Turnover of the Consulting Firm/JV Partner having


experience of executing a job/assignment for State Govt./Central
Govt./Local Authority during last Three Financial Years:

1. Annual Turnover of the consulting firm during last three financial years:

Year Annual Turn Over from consultancy/research works


1*
2*
3*

*Means the number of years before the financial year in which the REOI is
invited. For the avoidance of doubt, financial year shall for the purpose
mentioned here above means the accounting year followed by the applicant
in the course of its normal business.

For Turn Over figure in currency other than INR, the source for determining
exchange rate is Reserve Bank of India. In case Reserve Bank of India does not
publish exchange rate for a particular currency, the exchange rate of
International Monetary Fund shall be first used to convert amount in particular
currency to US Dollar which will be later converted to INR using exchange rate of
Reserve Bank of India. Exchange rate prevailing as on 1st August of the
concerned year shall be considered.

Page 5 of 10
2. List of the similar assignments involving projects of similar nature that have
been completed/undertaken in the last seven financial years in any mode of
delivery such as item rate, Engineering Procurement Construction (EPC), Build,
Operate and Transfer (BOT) and variants thereof:

Sl. NameName, Date of Date of Payments Nature of If the


No of address, commencement completion received services assignment
work telephone during rendered* performed
no. and 01.04.2012 was in JV,
e-mail id to share of the
of client 31.03.2019 applicant

*Experience of dealing maintenance works, if any, may be mentioned.


[Assignments involving completion of civil works upto 90% may only
be listed. Certificate from client should be attached.]

3. Availability of technical experts/personnel employed/available with


the consulting firm:

5. Availability of infrastructure including Information Technology (IT) capabilities in


the consulting firm:

III. Particulars of Partners of JV (if applicable)

1. In case of JV, details of experience and turnover of all partners:

Sl. Name & Address of theTurnover in last three Details of experience in


No Partners financial years (year wise) last seven financial
years and list of clients

Note:

1. An index should be attached in the beginning giving page numbers serially.

2. In case a document is in a language other than English, translation of the said


document in English language shall be provided.

3. Instructions given as text in square bracket may be deleted from the submission.

Page 6 of 10
Annexure II
Instructions for Online Bid Submission

The bidders are required to submit soft copies of their bids electronically on the
CPP Portal, using valid Digital Signature Certificates. The instructions given below
are meant to assist the bidders in registering on the CPP Portal, prepare their bids
in accordance with the requirements and submitting their bids online on the CPP
Portal.
More information useful for submitting online bids on the CPP Portal may be
obtained at: https://eprocure.gov.in/cppp/ .

REGISTRATION:

1) Bidders are required to enroll on the e-Procurement module of the Central


Public Procurement Portal (URL: https://eprocure.gov.in/cppp/ ) by clicking
on the link “Online bidder Enrolment” on the CPP Portal which is free of
charge.
2) As part of the enrolment process, the bidders will be required to choose a
unique username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile
numbers as part of the registration process. These would be used for any
communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital
Signature Certificate (Class III Certificates with signing & Encryption key
usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify
/(n)Code / eMudhra etc.) with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the
bidders are responsible to ensure that they do not lend their DSC’s to
others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their
user ID / password and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS:

1) There are various search options built in the CPP Portal, to facilitate
bidders to search active tenders by several parameters. These parameters
could include Tender ID, Organization Name, Location, Date, Value, etc.
There is also an option of advanced search for tenders, wherein the bidders
may combine a number of search parameters such as Organization Name,
Form of Contract, Location, Date, Other keywords etc. to search for a
tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they
may download the required documents / tender schedules. These tenders
can be moved to the respective ‘My Tenders’ folder. This would enable the
CPP Portal to intimate the bidders through SMS / e-mail in case there is any
corrigendum issued to the tender document.

Page 7 of 10
3) The bidder should make a note of the unique Tender ID assigned to each
tender, in case they want to obtain any clarification / help from the
Helpdesk.

PREPARATION OF BIDS:

1) Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
2) Please go through the tender advertisement and the tender document
carefully to understand the documents required to be submitted as part of
the bid. Please note the number of covers in which the bid documents have
to be submitted, the number of documents - including the names and
content of each of the document that need to be submitted. Any deviations
from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender document / schedule and generally, they can be in
PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with
100 dpi with black and white option which helps in reducing size of the
scanned document.
4) To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a
provision of uploading such standard documents (e.g. PAN card copy,
annual reports, auditor certificates etc.) has been provided to the bidders.
Bidders can use “My Space” or ‘’Other Important Documents’’ area
available to them to upload such documents. These documents may be
directly submitted from the “My Space” area while submitting a bid, and
need not be uploaded again and again. This will lead to a reduction in the
time required for bid submission process.

SUBMISSION OF BIDS:

1) Bidder should log into the site well in advance for bid submission so that
they can upload the bid in time i.e. on or before the bid submission time.
Bidder will be responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one
by one as indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee
/ EMD as applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the
tender document. The original should be posted/couriered/given in person
to the concerned official, latest by the last date of bid submission or as
specified in the tender documents. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available
in the scanned copy and the data entered during bid submission time.
Otherwise the uploaded bid will be rejected.

Page 8 of 10
5) Bidders are requested to note that they should necessarily submit their
financial bids in the format provided and no other format is acceptable. If
the price bid has been given as a standard BoQ format with the tender
document, then the same is to be downloaded and to be filled by all the
bidders. Bidders are required to download the BoQ file, open it and
complete the white coloured (unprotected) cells with their respective
financial quotes and other details (such as name of the bidder). No other
cells should be changed. Once the details have been completed, the bidder
should save it and submit it online, without changing the filename. If the
BoQ file is found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be
considered as the standard time for referencing the deadlines for
submission of the bids by the bidders, opening of bids etc. The bidders
should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using
PKI encryption techniques to ensure the secrecy of the data. The data
entered cannot be viewed by unauthorized persons until the time of bid
opening. The confidentiality of the bids is maintained using the secured
Socket Layer 128 bit encryption technology. Data storage encryption of
sensitive fields is done. Any bid document that is uploaded to the server is
subjected to symmetric encryption using a system generated symmetric
key. Further this key is subjected to asymmetric encryption using
buyers/bid openers public keys. Overall, the uploaded tender documents
become readable only after the tender opening by the authorized bid
openers.
8) The uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking
“Freeze Bid Submission” in the portal), the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and
the date & time of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass
for any bid opening meetings.

Additional Instruction to Bidder

1. Bids shall be submitted online only at CPPP website:


https://eprocure.gov.in/cppp/ .Bid documents may be scanned with 100 dpi
with black and white option which helps in reducing size of the scanned
document.
2. Not more than one tender shall be submitted by one contactor or
contractors having business relationship. Under no circumstance will father
and his son(s) or other close relations who have Business relationship with
one another (i.e when one or more partner(s)/director(s) are common) is

Page 9 of 10
allowed to tender for the same contract as separate competitors. A breach
of this condition will render the tenders of both parties liable to rejection.
3. Tenderer who has downloaded the tender from the Central Public
Procurement Portal (CPPP) website https://eprocure.gov.in/cppp/ shall not
tamper/modify the tender form including Downloaded price bid template in
any manner. In case if the same is found to be Tempered/modified in any
manner, tender will be completely rejected and EMD would be forfeited and
tenderer is liable to be banned from doing business with Ministry of Road
Transport and Highways.

4. Intending tenderers are advised to visit Ministry of Road Transport and


Highways website www.morth.nic.in and CPPP website
https://eprocure.gov.in/cppp/ regularly till closing date of submission of
tender for any corrigendum /addendum/ amendment

Signature Not Verified


Digitally signed by KHUSHAL CHAND
Date: 2020.07.21 11:23:08
Page 10 IST
of 10
Location: eProcure-EPROC

You might also like