Tendernotice 2
Tendernotice 2
RFP DOCUMENT
ISSUED BY:
MADHYA PRADESH RURAL ROAD
DEVELOPMENT AUTHORITY, BHOPAL
April, 2025
1
INDEX
PAGE NO.
1
MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
(AN AGENCY OF PANCHYAT & RURAL DEVELOPMENT DEPARTMENT, GOVT. OF M.P.)
3rd Floor, Vikas Bhawan, Arera Hills, Bhopal (M.P.)
Online tenders are invited from the reputed Consultants for survey, investigation and
preparation of DPR of Bridges/Box culvert in the district named below for one or more
consultancy packages of MPRRDA as per details given in the table below:-
S. Package Name of Name of PIU No. of Approx Estimated Cost EMD Call
No. No. Nodal included in the Bridges Length of Bridges (In INR)
P.I.U. package Excluding (in INR)
Approach
Length
(in RM)
1 2 3 4 5 6 7 8 9
Eligibility Criteria
Consultants who, in last 10 years, have successfully designed No. of bridges mentioned under column
No. 2 of minimum 100 meter length each (which have been constructed also) and have a minimum
turn over from Road and Bridge Consultancy of amount mentioned under column No. 3 in any 3 years
individually during last 7 year. Length of Bridge are excluding both side approach length.
No. of Eligible for
[Link]. Minimum Turnover in Rs.
Bridges
1 2 3 4
Minimum 1 Package but upto sum of
1 5 Bridges Rs. 50.00 Lacs to Rs. 100.00 Lacs bridge length 800 RM
Minimum 2 Packages but upto sum of
2 7 Bridges Rs. 100.00 Lacs to Rs. 200.00 Lacs bridge length 1200 RM
Minimum 3 Packages but upto sum of
3 10 Bridges Rs. 200.00 Lacs to Rs. 300.00 Lacs bridge length 1500 RM
Minimum 4 Packages but upto sum of
4 10 Bridges Rs. 300.00 Lacs to Rs. 400.00 Lacs bridge length 1800 RM
Minimum 5 Packages but upto sum of
5 10 Bridges Rs. 400.00 Lacs to Rs. 500.00 Lacs bridge length 2000 RM
Minimum 6 Packages but upto sum of
6 10 Bridges More then Rs. 500.00 Lacs
bridge length 2200 RM
3
Consultants shall be allotted work as per their bid capacity. For calculating the
bid capacity the amount of consultancy fee yet to be received as on bid submission date
shall be deducted.
Key Dates
4
Note :1. Date of opening of Financial Bid will be notified after evaluation of
Technical Bid on e-tender portal.
2. Pre-bid meeting -------2025 from 11.30 hrs at MPRRDA, Head Office, Bhopal
5
Annexure „A‟
FORMAT OF AFFIDAVIT ON JUDICIAL STAMP of Rs. 500
Affidavit
4. Turnover shown in the accounts and in C.A certificate is from Road & Bridge
consultancy fee only.
5. The firm participating in bid is not Blacklisted / Debarred from participation in
tenders by any Govt. Department / under taking etc.
6. I hereby certify that I have been authorized by
………………………………………..……..……………… ……………………… (the
bidder) to sign on his / their behalf. Authorization document is enclosed.
Deponent
(……………………………..)
Authorized signature / for and on behalf
……………………………(Name of Firm)
Verification
I………………………………S/o………………………………. do here by affirm that the contents /
information submitted in Technical & Financial Bid and in this affidavit is true and correct to the best
of my knowledge and belief and are based on my / our record.
Verified that this…………….. date of …………………20__ at (Place)……………….
Deponent
(……………………………..)
Authorized signature / for and on behalf
……………………………(Name of Firm)
6
Annexure-B
Guidelines for Participating in e- Tender
(Percentage Rate)
1. For searching Tenders & Tender Document and procedure for submission of Tenders, Bidders are
advised to go through guidelines given below:
i) For submission of Financial Bid, BOQ Template (Price Schedule) is available on the portal. This
template must not be modified/ replaced by the bidder. This template may be downloaded and Name of
the Bidder should be filled in the relevant line. For quoting rates click the select button. If rates are
‗Above‘ SSR Select ‗Excess‘ and quote the rates, if quoted rate are ‗Below‘ SSR Select ‗Less‘ and
quote the rate, if rate is at par Select Excess or Less and quote zero ‗0‘ rate. Another BOQ (schedule of
items) as given an Annexure-IV will also appear online & bidder may view Name of Bridges its Length
and different items of work to be executed.
ii) Bidders are not to make entries in any other column or write any condition etc., If BOQ file is found to
modified by the bidder the bid will be rejected.
iii) After submission of bid, bidder has to click freeze button. If bidder intends to make any changes in the
bid submitted he will have to go to re-submission options available on the portal. After modification,
the Price Bid will have to be again uploaded and frozen. This can be done by the bidder any number of
times before last date of bid submission. Every time bidder will have to freeze the bid after submission.
After successful submission of bid the bidder will get Bid submission summary a Proof of Bid
Submission.
1. Scanned copies of the documents as given in Annexure-C are to be submitted with the Technical Bid
(refer clause 4, 12.1 & 12.2 (ITB) of tender document and Formats given in Section-3 of Bidding
Document).
3. Special Instructions to the Contractors/Bidders for the e-submission of the bids online' through
this e-Procurement Portal
1. Bidder should do Online Enrolment in this Portal using the option Click Here to Enroll
available in the Home Page. Then The Digital Signature enrollment has to be done with the e
token, after logging into the portal. The e-token may be obtained from one of the Authorized
Certifying Authorities such as eMudhraCA/GNFC/IDRBT/MtnlTrustline /SafeScrpt/TCS.
2. Bidder then logs into the portal giving user id / password chosen during enrollment.
3. The e-token that is registered should be used by the' bidder and should not be misused by
others.
4. DSC once mapped to an account cannot be remapped to any other account. It can only be
inactivated.
5. The Bidders can update well in advance, the documents such as certificates, purchase order
details etc., under My Documents Option and these can be selected as per tender requirements
and then attached along with bid documents during bid submission. This will ensure lesser
'upload of bid documents.
6. After downloading / getting the tender schedules, the Bidder should go through them carefully
and then submit the documents as per the tender document, otherwise, the bid will be rejected.
7. The BOQ template must not be modified/ replaced by the bidder and the same should be
uploaded after filling the relevant Columns, else the bidder is liable to be rejected for that
tender. Bidders are allowed to enter the Bidder Name and Values only.
7
8. If there are any clarifications, this may be obtained online through the e-procurement Portal, or
through the contact details given in the tender document. Bidder should take into account the
corrigendum published before submitting the bids online.
9. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender
schedule and they should be in PDF/XLSIRAR/DWF formats. If there is more than one
document, they can be clubbed together.
10. The bidder should read, the terms and conditions and accepts the same to proceed further to
submit the bids .
11. The bidder has to submit the tender document(s) online well in advance before the prescribed
time to avoid any delay or problem during the bid submission process.
12. There is no limit on the size of the file uploaded at the server end. However, the upload is
decided on the Memory available at the Client System as well as the Network bandwidth
available at the client side at that point of time. In order to reduce the file size, bidders are
suggested to scan the documents in 75-100 DPI so that the clarity is maintained and also the
size of file also gets reduced. This will help in quick uploading even at very low bandwidth
speeds.
13. It is important to note that, the bidder has to click on the Freeze Bid Button, to ensure that
he/she completes the Bid Submission Process. Bids which are not frozen are considered as
Incomplete/Invalid bids and are not considered for evaluation purposes.
14. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the
difficulties faced during the submission of bids online by the bidders due to local issues.
15. The bidder may submit the bid documents online mode only, through this portal. Offline
documents will not be handled through this system.
16. At the time of freezing the bid, the e-Procurement system will give a successful bid updation
message after uploading all the bid documents submitted and then a bid summary will be
shown with the bid no, date & time of submission of the bid with all other relevant details. The
documents submitted by the bidders will be digitally signed using the e-token of the
bidder and then submitted.
17. After the bid submission, the bid summary has to be printed and kept as an acknowledgement
as a token of the Submission of the bid. The bid summary will act as a proof of bid submission
for a tender floated and will also act as an entry point to Participate in the bid opening event.
18. Successful bid submission from the system means, the bids as uploaded by the bidder is
received and stored in the system does not certify for its correctness.
19. The bidder should see that the bid documents submitted should be free from virus and if the
documents could not be opened, due to virus, during tender opening, the bid is liable to be
rejected.
20. The time that is displayed from the server clock at the top of the tender Portal, will be valid for
all actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The
Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The
bidders should adhere to this time during bid submission.
21. All the data being entered by the bidders would be encrypted at the client end, and the software
uses PKI encryption techniques to ensure the secrecy of the data. The data entered will not be
viewable by unauthorized persons during bid submission and not viewable by anyone until the
8
time of bid opening. Overall, the submitted bid documents become readable only after the
tender opening by the authorized individual.
22. During transmission of bid document, the confidentiality of the bids is maintained since the
data is transferred over secured Socket Layer (SSL) with 256 bit encryption technology. Data
encryption of sensitive fields is also done.
23. The bidders are requested to submit the bids through online e-Procurement system to the TIA
well before the bid submission end date and time (as per Server System Clock).
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the relevant
contact person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to MP
TENDERS Portal in general may be directed to the 24x7 MP TENDERS Portal Helpdesk.
3) The More information useful for submitting online bids on the MP TENDERS Portal may be
obtained at: [Link]
****
9
Annexure-C
10
Annexure-D
TENDER CONDITION ACCEPTANCE LETTER
(To be given by Consultants)
Date:
To,
The Chief General Manager (Tender & e-govereance)
MPRRDA,
Bhopal (M.P.)
2. I / We hereby certify that I / we have read the entire terms and conditions of the
tender documents from Page No. _______ to ______ (including all documents like
annexure(s), schedule(s), etc .,), which form part of the contract agreement and I / we
shall abide hereby by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organisation too
have also been taken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned
tender document(s) / corrigendum(s) in its totality / entirety.
5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any
Govt. Department/Public sector undertaking.
6. I / We certify that all information furnished by the our Firm is true & correct and in
the event that the information is found to be incorrect/untrue or found violated, then
your department/ organisation shall without giving any notice or reason therefore or
summarily reject the bid or terminate the contract , without prejudice to any other
rights or remedy including the forfeiture of the full said earnest money deposit
absolutely.
Yours Faithfully,
(Signature of the Bidder, with Official Seal)
11
Annexure „E‟
Special condition
A (i) After acceptance of tender, consultant shall be informed that tender has been accepted subject to
his/their providing services of a suitable Team Leader, Resident Engineer/Bridge Engineer/Geo
Technical Expert/Structure Engineer proposed in the technical Bid. Consultant will also have to
submit a joint undertaking for each of the key personnel regarding their availability during the
whole contract period
(ii) If bidder applies for bid in different packages, then team members in all the packages shall be
different. In case of dispute, decision of tender committee shall be final and binding.
(iii) If Team Leader/RE/Bridge Engineers proposed in the technical bid is not appointed within 15
days by the consultant for the assignment, a penalty of Rs. 20000/- will be levied and recovered
from the consultant for each non appoint of team member. Further non appointment in 15 days
will lead to termination notice, post 15 days of notice will lead to termination of agreement.
(iv) Frequent replacement of Team Leader/Resident Engineer/Bridge Engineer and other technical
staff without valid reason can also form a cause for termination of agreement.
(v) If a Team Leader/RE/Bridge Engineer working with a consultant leaves his assignment during
the currency of contract without valid reason/approval by CGM, he will not be allowed to work
with any other consultant in MPRRDA for a period one year.
B (i) DPR Consultant will have to arrange for the proof checking of one DPR of Bridge more than 60
mtr. Span of each PIU included in the package, as identified by the GM PIU, from IIT or NIT
other than STA and PTA for which no extra payment will be made.
(ii) If during construction of bridge there is increase/decrease of more than 10% in the cost of
bridge in comparison to estimate given by the consultant (for the reasons other than variation in
the designed depth of foundation), 15% of the consultancy fee of that particular bridge, payable
after construction of bridge will be forfeited as decided by competent authority (Cl. 8 of TOR).
C. Geo Tagged Photographs are also required during soil investigation. Soil investigation
shall be done in presence of PIU Engineer.
D. Permanent bench mark made of M-15 concrete of size 90cmx90cmx90cm is to be
established near proposed bridge site at both banks above H.F.L. and should also marked
location on GAD of benchmark.
E. Consultant will also have to design the approaches of bridge upto the length beyond the
spread of water due to afflux HFL, for which no additional amount shall be payable.
F. One set of core in soil/hard soil/soft rock/hard rock etc. extracted from exploratory boring,
shall be handed over to concerning GM PIU in core box, for record after testing for which
no extra payment shall be made.
12
GOVERNMENT OF MADHYA PRADESH
MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
(AN AGENCY OF PANCHYAT & RURAL DEVELOPMENT DEPARTMENT, GOVT. OF M.P.)
3rd Floor, Vikas Bhawan, Arera Hills, Bhopal (M.P.)
Subject: - Consultancy for Survey investigation and preparation of DPR for the
work of construction of bridges/box culverts, in MPRRDA.
1 INTRODUCTION: -
1.2 Consultants are invited to submit technical and financial offers for consultancy services
required for Survey investigation and preparation of DPRs for the construction of
bridges, in Madhya Pradesh under PMGSY. Consultant's proposal will form the basis
for ultimately drawing a contract between firm and the client.
1.3 Consultants who, in last 10 years, have successfully designed and prepared DPR of at
least 5 bridges of minimum 100 meter length each (which has been constructed also)
will be eligible to participate in the tenders. For this purpose consultants will have to
submit the certificate of the client indicating the year of construction of such bridges.
1.4 To obtain first hand information of the assignment and local conditions,
consultants are advised to visit to the work site and office of General Manager of
concerned PIU. Before submitting the proposal consultants must fully acquaint
themselves of the local conditions and take them into account in preparing the
proposal.
1.5 Consultant to please note following:-
1.5.1 Cost of preparing the proposal including visits to the Client and the project area, are
not reimbursable as a direct cost of the assignment.
13
2 DOCUMENTS: -
2.1 The complete tender documents consist of NIT and;
3.1.1 Consultants are expected to examine all terms and instructions included in the
Documents. Failure to provide all or any of the requested information will be at your
risk and may result in the rejection of your proposal.
3.1.2 During preparation of the technical proposal, consultants must give particular attention
to the following: -
(i) Total assignment period is indicated in the NIT. Consultants should feel free to
make their own assessment considering the requirement of the work out put as
per TOR, including assessment of the support personnel both technical and
administrative and submit their proposal on the basis of assignment and period of
completion which they consider necessary to undertake the assignment. The
consultant shall have the complete responsibility for the timely completion of
assignment and no additional fee on any account shall be paid for.
(ii) No alternative key professional staff may be proposed and only one C.V. may be
submitted for each position in each team individully.
(iii) The availability of key personnel must be ensured at site during the period shown
in the manning schedule; and
(iv) A good working knowledge of English and Hindi language is essential for key
professional staff on this assignment.
14
(v) All reports must be in the English language.
(vi) The client reserves the right to increase/decrease the scope of work i.e. no. of
bridges included in the NIT.
3.1.3 Online technical proposal shall include but be not limited to the following:
(i) Firm‘s organization, structure and relevant experience (including details of the
previous experience Annexure-VI (A & B).
(ii) Any comments or suggestions on Terms of Reference and data.
(iii) Description of methodology and work plan for performance of assignment.
(iv) Consultant has to give team composition with names of individual Team
members, qualification & experience for each package in his Technical Bid. The
composition of the proposed team/teams will consist of Team Leader, Bridge
Engineer, Structural Engineer, Material Engineer, Geo Technical Expert and
other staff. The tasks to be assigned to each member of the proposed team should
also be indicated by the Consultant. The Consultant should take into account the
various stipulations in the Terms of Reference and assign tasks to individual
members of the team. Composition of team and general qualifications of key
personnel is given in Annexure-III & Annexure-III (A) respectively.
(v) Curriculum Vitae (C.V.) recently signed with date by the proposed key
professional staff (Team Leader, Bridge Engineer, Structural Engineer,
Material Engineer, Geo Technical Expert) and also counter signed by an
authorized official of the firm. The key information shall be as per the format
given in Annexure-III-A.
(vi) Audited Balance sheet of last 5 years
(vii) Experience certificates.
[Link] (a) The financial proposal shall be submitted as percentage of the estimated cost
without GST and other taxes of the bridge on the prescribed form as appearing on e-
tender portal. Estimates prepared by the consultant after detailed survey investigation
and correction suggested by PIU-MPRRDA/CGM and after scrutiny by Technical
Committee/STA/ IIT/NIT will be the basis for calculation of the fee. Changes made
during execution and contractor‘s tender premium will not be taken into account.
(b) For exploratory bores consultant shall be paid at SOR rates+GST for
drilling as given in the SOR applicable for preparation of the estimates.
3.2.2 Financial proposals will include expenditure on survey and investigation, component
of key personnel and supporting staff as well as transportation, equipment, vehicles,
communication facilities etc. The format for the financial proposal is appearing in the
e-tender portal.
3.2.3 The financial proposals shall be prepared to cover the tasks mentioned in the TOR and
also the tasks you may think should be carried out in order to meet the objective of the
task.
15
3.2.4 The financial proposals shall take into account the tax liability and cost of insurance, if
any except GST which will be paid separately as applicable on the date of payment.
3.2.5 Payments shall be made in Indian Rupees by General Manager of Nodal PIU.
3.2.6 Financial proposal is to be submitted online as per procedure given in Annexure-‗IV‘
4 Bid validity
Proposal must be valid for 90 days from the last date of submission of bid during which
consultant must ensure availability of professional staff proposed for the assignment.
Validity can be extended upon the mutual consent of both the parties i.e. client and
consultant.
4.1 Forfeiture of EMD
The Earnest Money may be forfeited & Black Listed for one year.
a. If the Consultant withdraws the offer after submission during the period of
tender validity.
b. In the case of a successful Consultant- if Consultant fails within the specified
time limit to
(i) Furnish the required Performance Security and Sign the Agreement.
5 Proposal Evaluation: -
A two-stage procedure will be adopted in evaluating the proposals;
(i) A technical evaluation, which will be carried out prior to opening the financial
proposals; if bid is technically disqualified then financial evaluation will not
be carried out.
(ii) A financial evaluation,
6. Negotiations: -
Normally negotiation shall not be conducted, however, in exceptional cases, with the
approval of competent authority negotiation may be conducted with the lowest tenderer
with a view to withdraw the conditions and reduce the rates.
7. Award of Contract: -
16
7.1 The Contract will be awarded to the successful consultant. Other consultants will be
informed that their offers have not been accepted. Successful consultant shall draw
agreement with the client in the prescribed form as given in Annexure-V. The
consultants shall have to procure stamp paper of required amount to draw the agreement
over it. Failure to furnished required performance security and signing the agreement
will result in cancellation of award and forfeiture of bid security. In addition, consultant
will also be debarred from participation in tenders for one year. On furnishing required
performance security EMD of consultant will be refunded.
8. Preparation of estimates
Estimates are to be prepared on the SOR issued by Engineer in Chief MP PWD
effective from 25.03.2022 and amended upto date.
Contact Persons: -
1. Shri Vijay Kumar Gupta,
Engineer-in-Chief
Ph. No. 0755-4003110, Fax 0755-2573396.
E-mail: eincmprrda@[Link]
17
Appendix-I
18
List Attached in Detailed NIT
Appendix II
Name & Address of GMs
Name of the General Mobile STD
S.N. Name of PIU Phone No. Email_ID
Managers No. Code
9425402811
8 Betul-1 Shri R K Jain , Add Charge 7141 231733 piubetul@[Link]
7999146035
9406743527
14 Chhindwara-1 Smt Kavita Patwa 7162 248720 gmrrdachw@[Link]
6268027976
Chhindwara-2
15 Smt Kavita Patwa , Add Charge 7162 244520 9425402811 piu2chhindwara@[Link]
(Pandurna)
19
20 Dhar-2 Shri Anupam Saxena 7297 244467 9425113548 piu_kukshi@[Link]
254735
22 Guna Shri Sohan Garwal 7542 9630587271 gmrrdaguna@[Link]
254639
20
43 Sagar-1 Shri Sourabh Jain 7582 241970 8989808037 mprrdasgr@[Link]
9425824608
45 Satna-1 Shri G P Mishra 7672 227539 gmpiusatna@[Link]
7898183608
46 Satna-2 (Maihar) Shri G P Mishra, Add Charge 7672 228933 9425824608 gmpiusatna2@[Link]
9424966585
49 Shahdol Shri S K Mahobiya, Add Charge 7652 248748 piushahdol@[Link]
7987940294
9424720410
53 Sidhi Shri Anoop Mishra, Add Charge 7822 251049 gmpiusidhi1@[Link]
9131891083
Tikamgarh-
55 Shri M I Qureshi, Add Charge 7683 240441 9425813852 mprrdatkg@[Link]
2 (Niwari)
21
ANNEXURE-I
TERMS OF REFRENCE (TOR)
Government of Madhya Pradesh (GOMP) through the Madhya Pradesh Rural Roads
Development Authority (MPRRDA) intends to Construct bridges on rural roads constructed
by MPRRDA.
2.1 Within 10 days of award of work, DPR Consultant and GM PIU concerned should have
joint visit of site to decide the (i) alignment of the bridge (ii) availability of land (iii)
approx. length of bridge and approaches (iv) HFL, LWL, LBL and permanent Bench-
Mark.
Consultant, after conducting necessary survey/investigation will also suggest the safest
and economical type of bridge design for the particular site keeping in mind that these
bridges are to be constructed on Rural Roads, and submit GAD accordingly along with
a report mentioning the technical reasons for selection of a particular type of
bridge. Consultant should also ensure that approaches of bridge is to be designed
for any length upto level of afflux HFL+600 mm.
The Bench-Mark (Permanent), catchment area (by topo-sheet), L-section, Cross-
section, LBL and HFL should be got verified by the GM of the concerned PIU.
2.2 (1) Part-1- Hydraulic and Preparation of General Arrangement Drawing
1. Consultant will have to conduct Survey and investigation of site as recommended by
IRC:5-2015, IRC:SP. 13/[Link]:2018/IR[Link] and other relevant IRC codes.
which will include but not limited to;
(a) L. Section of river and slope of river bed.
(b) Cross section of river at site and at different two places at D/S and U/S of proposed site
where clear banks and narrow section of river available and to provide information
regarding approaches/alignment of road as per proposed/changed and also explain the
22
feasibility and suitability of type of structure for alternate site for construction of
bridge.
(c) Type of soil on banks whether erodible or rigid.
(d) Type of bed of river and its particle size.
(e) Whether the banks of stream are in regime conditions.
(f) L.W.L. of river and water table during the year.
(g) H.F.L. of river and whether it is flowing within its bank or over flow on banks. (fixing
of H.F.L. by theoretical and local inquiries)
Velocity of stream in middle main flow portion of river and in over flow portion of
river.
(h) Catchments area of river at site and percentage of forest area, hilly area and plain area
are separately marked on area seat, and calculation of design discharge is based on 50
years rain fall of the area.
(i) Calculation of depth of foundation of pier and abutment required below bed of river as
per scour depth calculation, findings of exploratory bore holes and as per provisions
contained in IRC:5-2015, IRC:78-2014 and other relevant IRC codes.
(j) Discharge of water during flood as per catchment area and area velocity method. The
bridge is to be designed for 100 years of design life hence extreme rainfall dates with
100 years of return period or as applicable as per relevant IRC codes shall be taken into
consideration by the Consultants.
(k) Complete hydraulic calculation as per IRC codes.
2.2 (2) Consultant shall carry Survey of approach road of bridge to assess;
(a) If curvatures on alignment are required position of curve and its radius.
(b) If gradient are required, whether it is within recommended limit as per IRC or not.
(c) If filling in approach road is required, whether protection work are necessary or not.
(d) If cutting is required, whether road side drain and catch water drain on banks are
required.
(e) Type of pavement suitable for approach road.
23
attach the site plan indicating locations and depth of each bore. For detailed guidelines of
foundation investigation Annexure-VII may be referred to.
(ii) It may happen that an old bridge/CD structure is already existing at the proposed bridge
location and the proposed bridge in required at the same location due to existing road
alignment/approach alignment etc. It shall be the responsibility of the DPR Consultant to
undertake exploratory bores at such old structure site itself at the location of abutment and
pier of the proposed new bridge. Nothing extra shall be paid on account of conducting bore
holes on/through approaches near abutments or on top or near such structures.
(iii)To assess such number and location of bore holes as correctly ascertain the depth and type
of foundation shall be sole responsibility of the DPR Consultant. In case of change of
strata encountered during actual execution of foundation leading to change in depth of
foundation/type of foundation and consequent cost escalation, DPR Consultant shall be
liable for imposition of penalty and other action as per relevant conditions of the contract.
(b) For open foundation investigation required minimum 1.50 times width of
foundation below foundation level.
(i) 1.5 times estimated length of pile in soil or 15m below the proposed founding
level.
(ii) 1.5 times diameter of pile in ordinary / jointed rock but minimum 15m in such
rock.
(iii) 4 times diameter of pile in hard rock but minimum 3m in such rock.
(c) The depth of soil investigation for a well foundation should extend at least to a
depth equal to 1.5 times the well's outer diameter or least dimension below the
anticipated founding level additionally, boring should penetrate atleast 3 meters
into any rock strata encountered.
(d) If rock strata met at surface or other depth continuity of rock upto minimum 5 m.
(e) L-section of river marked with different colors for different strata in respect of
depth should be prepared.
(f) The detail calculation of SBC should also be provided.
(g) The bore hole location should be finalized in consultation with the GM of the concerned
PIU /his authorized representative.
(h) The bore log samples should be verified by the GM of the concerned PIU/his
authorized representative and the one set of core in soil/hard soil/soft rock/hard
rock etc. extracted from exploratory boring, shall be handed over to concerning
GM PIU in core box for record after testing for which no extra payment shall be
made and other set of core shall be used for testing.
(a) Provide linear water way of bridge equal to the regime width of the stream.
(b) For streams with rigid bank but erodible bed or rock in bed if economical
structure with contraction are suitable it can be examined.
(c) Prepare General Arrangement Drawing.
Looking to the its economy, safety, durability minimum maintenance of bridge
and its approach road, minimum two types of economical structure layout of
General Arrangement Drawing at proposed site shall be submitted for approval.
24
2.5 Part-4-Design of bridge as per approved General Arrangement
Drawing-Consultant shall provide;
(a) Design of foundation and sub structure of pier and abutment.
(b) Design of super structure, bearings and formwork.
(c) Design of other items like approach slab, kerb, railing wearing cost etc.
(d) Design of protection work of approach road and pavement. The Design shall be as
per IRC:5-2015, IRC:6-2017, IRC:78-2014, IRC:112-2020 and other relevant IRC
codes.
2.6 If required Consultant will have to modify the design, drawing, estimate etc.
during the construction period or within three years from the date of submission
of DPR if construction of bridge is not started.
4. SPECIFICATIONS:
(e) The specification for the various items of works should be as per latest revision of
"Specifications for Road & Bridge works (MORTH) and IRC code of practice for Road
Bridges (IRC-5-2015, IRC:83-2015, IRC:112-2020, IRC:78-2014, IRC:SP:05-2015,
IRC:SP:12-2017 and other relevant IRC codes. Design shall be done as per IRC:112-
2020 and IRC:78-2014 (Amended upto date)
4.1 SOR - For preparation of cost estimates SOR for “Road and bridge works” issued by
Engineer in chief M.P.P.W.D. Bhopal in force from 25/03/2022 and amended upto the
date of issue of NIT will be adopted. If SOR is changed/revised the estimates of roads,
CDs and Bridges are also to be revised by the consultant without any extra cost.
The consultant will be required to submit the following reports and documents within
schedule time period and in the number of copies indicated against each. (Both hard copy and
soft copy).
25
i) Draft detailed Works Programme within 10 days from the date of receipt of work order,
based on the reconnaissance and condition surveys etc.
ii) Progress report with adequate details indicating the physical progress of various items
of works: Each month to be submitted latest by the 10th of following month in two
copies.
iii) General arrangement of drawing as per time period mentioned under clause-7
iv) Final DPR with detailed design in six copies as per time period mentioned under
clause-7
v) Cost estimates and bill of quantity as per time period mentioned under clause-7
Note : Consultant is required to prepare complete DPR for 7.5 m wide bridge but he will
have to give cost estimate of each bridge with 5.5m width also.
If no comments are received within the specified period from GM the above reports
will be treated to have been approved by client and consultant shall go ahead and submit his
reports within specified time frame.
6. PROPOSED TEAM
The consultant shall give details of proposed team (refer Clause 3.1.3 (iv) of ITB) for
the assignment, with his proposal. The consultant‘s team shall be manned with adequate
number of experts having relevant experience in the similar assignments in order to complete
the work within the given time frame, CVs of key personnel should be given in the prescribed
form.
7. DURATION OF SERVICES
A total time period as per given table is envisaged for completing the assignment. The
consultant should feel free to make his/her own assessment considering the requirement of
work output in terms of TOR including their assessment of support personnel both technical
and administrative and submit their proposal accordingly. The final reports, drawings and
documentation shall be completed within this time schedule from the date of signing the
agreement between the client and the consultant. Scheduling of the work within this period is
indicated below which should be adhered to. Period w.e.f. date of signing the aggrement
(Cumulative time)
Submisssion of Bridges upto Bridges upto Bridges above
5 Nos. (a) 6 to 10 Nos. 10 Nos. (c)
(b)
Cumulative time period
Detailed work programme 10 days 10 days 10 days
26
General arrangement of 1 month 1 ½ months 2 months
drawing (GAD)
Ex.- If a consultant is awarded preparation of Bridge DPR upto 8 Nos. of bridges, the
time period for 1st 5 Nos. of bridges will be as per time period mentioned under table (a) i.e. 3
months and for remaining 3 Nos. of bridges additional time period can be granted as per time
period mentioned under table (b) within the total time period of 4 months. Similarly additional
time period will be applicable for DPR of Bridge above 10 Nos.
8. PAYMENT SCHEDULE
Stage of Submission of DPR Fee payable
27
which ever is earlier, incorporation of
the corrections is permitted on the satisfaction of G.M.
Soft copy of all the drawings in AutoCAD, DPR reports and statements in
relevant soft form are also to be submitted.
Note : This last installment of 15% amount may be released to the
consultant on submission of unconditional Bank guarantee of Nationalized Bank valid
for 3 years.
The consultant shall be responsible for the accuracy of the data collected,
designs/drawings and estimates prepared by him as a part of the project. He shall indemnify
the client against any inaccuracies in the work which might surface out at the time of ground
implementation of the project. Consultant will be responsible to correct the drawings/design
including resurvey & investigation as required. If during the above period the required
corrections as directed by GM PIU are not attended to by the consultant. Actual correction cost
will be recovered from the payment available under para 8 (v) of TOR.
In addition action may also be taken against erring empanelled consultants. which
includes forfeiture of 5% of performance security and/or debarment from participation
in future tenders for 02 years.
11. Penalties
(a.) In case, delay in satisfactory completion of services occurs due to consultant beyond the
stipulated period, the consultant shall be liable to pay penalty @ 0.5% per calendar day
subject to maximum of 10 % of contract sum. In case of delay beyond 30 days, DPR
28
may not be accepted and in addition to penalty amount, payment already made to
consultant shall be recovered. Decision of CEO, MPRRDA in this regard shall be final.
(b) If consultant fails to achieve mile stone as per clause -7 (DURATION OF
SERVICES) of contract agreement, the part of the work may be, withdrawn from
consultant and work may be allotted to other consultant who have qualified in bid
invited of same work and 10% consultancy fee as penalty shall be imposed on
agreemented consultant. The penalty under this clause is apart from clause 11(a)
of contract agreement.
Additional Services
The consultants shall also provide any of additional services on the request of client on
mutually agreed terms and conditions.
29
14. Time extension
If for any reason work is not completed within the given time frame, the client may grant
extension of time on the request of consultant subject to the provisions of clause 11 (a).
16. (A)Termination of contract - The client may, by not less than 15 days written notice to the
consultant terminate the contract if in his opinion,
(i) Consultant is not carrying out the assignment as per terms and conditions of the agreement.
(ii) If the progress of the work is not as per given time schedule.
(iii) If the consultant fails to remedy a failure in the performance of his obligations within the
period given in the notice.
(iv) If the consultant, in the judgment of the client, has engaged in corrupt or fraudulent practices in
competing for or in executing the agreement.
16 (B) On termination of contract,
a. Performance Security of the consultant shall stand forfeited and/or he will be debarred
for Participation in future tenders for 02 years.
b. The consultant will be entitled to the fee of the assignment which has been fully completed
(relating to a particular bridge)
c. Fee, if any, paid for the assignment which has not been fully completed will be recovered
d. Any loss suffered by the client shall be recovered post termination.
18. Jurisdiction
This contract has been entered into the State of Madhya Pradesh and its validity, construction
interpretation and legal effect shall be subjected to the exclusive jurisdiction of the courts
in………………., (Concerned district)
30
Technical Bid Submission Form
[Location, Date]
To
The Chief General Manager
MPRRDA Bhopal
Dear Sir,
With reference to above NIT I/we am/are submitting my technical proposal on the
terms and conditions given in NIT and RFP document.
31
ANNEXURE-II
1. Name of firm :
2. Whether partnership/ proprietorship or Limited company :
3. Head Office Address
Email address :
Telephone No. :
4. Local/Regional Address (if any) :
Email address :
Telephone No.:
5. Name of Partners :
a.
b.
6. In case of proprietorship firm, name of proprietor with PAN no. :
7. Name(s) of authorized signatory :
8. Name of contact person with mobile no. :
9. Following documents should be furnished in support:
a. Copies of original documents defining the constitution or legal status, place of
registration, and principal place of business; written power of attorney of the signatory
of the Tender to commit the Tenderer;
32
ANNEXURE-III
The Team Leader (TLDR) shall be responsible for all technical presentations concerning the
various facets of the survey investigation and preparation of DPR and shall maintain close
communication with GM, PIU, MPRRDA. TLDR shall be the Consultants Authorized
Representative and shall interact with MPRRDA on behalf of the Consultants appointed for
the services. TLDR shall be full-time on the job.
33
3. Structural Engineer (SE)
1 Education Qualification Graduate in Civil Engineering and
ME in Structural Engineering.
2 Experience -
a) Total professional Experience Min. 10 years.
b) Experience in Highway projects Minimum 07 years experience in
Structural design and construction.
Must have knowledge of Design
Related Software (CAD)
3 Max. Age Limit Not more than 60 years, on the date
of submission of proposal relaxable
up to 65 years in case of more
qualified, experienced, meritorious
candidates maintaining good health.
34
ANNEXURE - III-A
[Link] Position
[Link] of Staff Member
[Link] of Birth
[Link] Details.
[Link]
[Link] with Firm /Organization
[Link] of Professional Societies
1 2 3 4 5 6 7
Key Qualifications
(Give an outline of staff Member's experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by the staff member on previous
assignments and give dates and locations. Use up to half a page).
---------------------------------------------------------------------------------------------------
Education
(Summaries College/University and other specialized education of staff Member, giving
names of schools, dates attended and degrees obtained. Use up to a quarter page.)
---------------------------------------------------------------------------------------------------
Employment Record
(Starting with present position, list in reversed order, every employment held. List all
positions held by the Staff Member since graduation, giving dates, names of employing
organization, little of position held and location of assignments. For experience in the last ten
years, also given types of activities performed and Client reference, wherever appropriate. Use
up to three-quarter of a page)
---------------------------------------------------------------------------------------------------
35
Publications
(List details of major technical reports/papers published in recognized national and
international journals. Use up too quarter of a page)
---------------------------------------------------------------------------------------------------
Language
(Indicate Proficiency in speaking, reading and writing of each language by "Excellent",
"Good" "fair" Working knowledge"," Poor"
---------------------------------------------------------------------------------------------------
Certification
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications and my experience.
Date
Signature of Signature and Seal of
Staff member Authorised Official
of the Firms
(Note: (I) The CV shall be signed by both the Staff Member and the Authorised Officer of the
Firm)
36
ANNEXURE - IV
37
ANNEXURE-V
AGREEMENT
This AGREEMENT is made on this _______ day of _________, ________ between the Chief General Manager,
Madhya Pradesh Rural Road Development Authority, ----------------, Bhopal, Madhya Pradesh on behalf of Madhya
Pradesh, Rural Road Development Authority, 3rd Floor, Vikas Bhawan, Arera Hills, Bhopal (M.P.) and GM-PIU (Nodal
PIU) (hereinafter referred to as the ―Client‖) expression shall herewith where the context so admits, includes his successors
in office and assigns of the one part, and _____________________________________________________________
____________________________________________________ (hereinafter called the ―Consultants‖) expression shall
herewith where the context so admits, includes his successors in office and assigns of the other part.
WHEREAS
(a) The Client intends to carry out a Bridge Construction Project as defined (hereinafter called the ―Project‖);
(b) The Client has requested the Consultants to provide certain consulting services required for the project as
defined in the TOR;
(c) The Consultants, has represented to the Client that he has the required professional skills, personnel and
technical resources and have agreed to provide the Services on the terms and conditions set forth in the
Agreement;
The following documents attached hereto shall be deemed to form an integral part of this agreement and interpreted in
the following order:
1. Letter of Acceptance
2. NIT
3. TOR, SCC and GCC with all the annexure and contract data
4. Instruction to bidders
The mutual rights and obligations of the Client and the Consultants shall be set forth in the agreement; in particular:
(a) The consultant shall carry out the services in accordance with the provisions of the agreement; and
(b) The Client shall make payments to the consultant in accordance with the provisions of the agreement .
IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be signed in their respective names as
of the day and the year written.
FOR AND ON BEHALF OF Madhya Pradesh, Rural Road Development Authority, Bhopal
(M.P)
38
By ……………………………………
(Authorised Representative)
By……………………………………
(Authorised Representative)
(Note: If the consultant consist of more than one entity then all of these entities should appear as
Signatories e.g. in the following manner)
By……………………………………
(Authorised Representative)
etc.
39
GENERAL CONDITIONS OF AGREEMENT
1. GENERAL PROVISIONS
1.1 Definitions:
Unless the context otherwise requires, the following term whenever used in this Agreement shall have following
meaning:
a) ―Applicable Law‖ means the laws and any other instruments having the force of law in India and the
state of Madhya Pradesh as they may be issued and in force form time to time;
b) ―Bank‖ means any scheduled bank so designated by the Madhya Pradesh Rural Roads Development
Authority for their banking transactions relating to this agreement.
c) ―Chief Executive Officer‖ means an Officer designated as Chief Executive Officer of Madhya Pradesh
Rural Roads Development Authority by Government of Madhya Pradesh.
d) "Chief General Manager" means an officer of the rank of CE appointed by Government of M.P. as such.
e) ―Client‖ means Madhya Pradesh Rural Roads Development Authority, with its present address at 3rd
Floor, Vikas Bhawan, Arera hills, Bhopal (M.P.), (hereinafter called the ―MPRRDA‖);
f) ―Consultant‖ means____________________________ and includes sub-consultant and their Personnel
engaged for carrying out of services under this agreement;
g) ―Agreement‖ means the Agreement signed by the Parties, together with all documents/Appendices
attached hereto and includes all modifications made in term of the Provisions of Clause 2.6 hereof;
h) ―Effective Date‖ means the date on which this Agreement comes into force and effect pursuant to Clause
2.1 hereof;
i) ―General Manager‖ means General Manager of concerned Project implementation Unit of Madhya
Pradesh Rural Road Development Authority (hereinafter called the ―GM PIU‖);
j) ―Currency‖ means the Indian Rupees;
k) ―Personnel‖ means persons hired by the Consultants or by any sub-consultant as employees and assigned
to the performance of the Services or any part thereof;
l) ―Key personnel‖ means the personnel referred to in Clause 4.2(a) of GC.
m) ―Party‖ means the Client or the Consultants, as the case may be, and Parties means both of them;
n) ―Project‖ means survey & investigation of roads CDs and Bridges under Madhya Pradesh Rural Road
Development Authority, Project packages described in NIT under Kshatigrast pulon ke punarnirman kee
yojna.
o) ―Services‖ means the work to be performed by the Consultants pursuant to this Agreement for the
purposes of the project as per the Term of Reference (TOR) hereto;
p) ―Starting Date‖ means the date referred to in Clause 2.3 hereof;
q) ―Sub-Consultant‖ means any entity to which the consultant sub-contracts any part of the services in
accordance with the provisions of GC Clause 3.6, and;
r) ―Third Party‖ means any person or entity other than the Government, the Client, or the Consultants;
Nothing contained herein shall be construed as establishing a relation of master and servant or of agent and
principal between the Client and the Consultants. The Consultants, subject to this Agreement, have complete
charge of Personnel and sub-consultants, if any, performing the Services and shall be fully responsible for the
Services performed by them or on their behalf hereunder.
1.4 Language
This Agreement has been executed in English, which shall be the binding and controlling language for all matters
relating to the meaning or interpretation of this agreement.
1.5 Headings
40
The Headings shall not limit, alter or affect the meaning of this Agreement.
1.6 Notices
1.6.1 Any notice, request or consent required or permitted to be given or made pursuant to this Agreement
shall be in writing. Any such notice, request or consent shall be deemed to have been given or made
when delivered in person to an authorized representative of the Party to whom the communication is
addressed, or when sent by registered mail, telex, speed post, Telegram or facsimile to such Party at the
addresses specified hereunder: -
Phone 0755-4265737
E-mail: ceomprrda@[Link],
Consultants: -----------------
-----------------
Attention: ----------------
E-mail -------------------
Telex: -------------------
Facsimile: -------------------
The notice shall be deemed to be effective in the manner and at time as specified as follows:
(a) In the case of personal delivery, speed post or registered mail, on delivery;
(b) In the case of telexe, telegram and facsimile 24 hours following confirmed transmission;
1.7 Location:
The services shall be performed at such locations as are specified in TOR.
Any action required or permitted to be taken, and any document required or permitted to be executed under this
Agreement by the Client or the Consultants shall be taken or executed by the officials as under:
Phone – 0755-4003329
41
1.9 Taxes and Duties
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 agreement and the Client shall perform
such duties in regard to the deduction of such taxes as may be lawfully imposed.
The Client shall pay or reimburse any taxes, duties, levies and other impositions, under the applicable
law, in respect of equipment purchased by the consultant with the prior approval of the client, for the
purpose of carrying out services and paid for out of funds provided by the Client and which is treated as
property of the Client.
This agreement shall come into force and effect on the date (the ―Effective Date‖) of the Client‘s notice to the
consultants instructing them to begin carrying out of the services. The notice shall confirm that the effective
conditions, if any, listed in SC have been met.
If this Agreement has not become effective within such time period after the agreement signed by the Parties as
shall be specified in the SC, either party may, by not less than fifteen (15) days written notice to the other Party,
declare this Agreement to be null and void, and in the event of such a declaration by either party, neither Party
shall have any claim against the other party with respect hereto.
The consultants shall begin carrying out the Services at the end of such period after the effective date as specified
in the SC.
Unless terminated earlier pursuant to GC Clause 2.9 hereof, the Agreement shall expire when services have been
completed and all payments have been made at the end of such time period after the ‗Effective date‘ as shall be
specified in the SC.
This agreement contains all covenants, stipulations and provisions agreed by the parties. No agent or
representative of either Party has authority to make, any statement, representation, promise or agreement not set
forth herein and the Parties shall not bound by or be liable for the above.
2.6 Modification
Modifications of the terms and conditions of this agreement, including any modification to the scope of the
services, may only be made by written agreement between the parties. Pursuant to GC Clause 7.2 hereof,
however, each Party shall give due consideration to any proposals for modification made by the other Party.
2.7.1 Definition: -
(a) For the purposes of this agreement, ―Force Majeure‖ means an event which is beyond the reasonable
control of a party, and which makes a party‘s performance of its obligations hereunder impossible or so
42
impractical as reasonably to be considered impossible in the circumstances, and includes, war, riot, civil
disorder, earthquake, fire, explosion, storm, flood or other adverse weather conditions, strikes, lockouts
or other industrial action are within the power of the party invoking force majeure to prevent,
confiscation of Bank Guarantee or any other action by Government agencies.
(b) Force Majeure shall not include
(i) Any event which is caused by the negligence or intentional action of a party or such party‘s sub-
consultant or agent or employees, nor
(ii) Any event which a diligent party could reasonably have been expected to both (A) take into account at
the time of the conclusion of this Agreement and (B) avoid or overcome in the carrying out of its
obligations hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make any payment required
hereunder.
The failure of a party to fulfill any of its obligations hereunder shall not be considered to be a breach of
or default under, this agreement insofar as such inability arises from an event of Force Majeure, provided
that the party affected by such an event has taken all reasonable precautions, due and reasonable
alternative measures, all with the objective of carrying out the terms and conditions of this agreement.
a) A party affected by an event of Force Majeure shall take all reasonable measures to remove such party‘s
inability to fulfill its obligations hereunder with a minimum of delay.
b) A Party affected by an event of Force Majeure shall notify the other party of such event as soon as
possible, and in any event not later than fourteen (14) days following the occurrence of such event,
providing evidence of the nature and cause of such event, and shall similarly give notice of the
restoration of normal conditions as soon as possible.
c) The Parties shall take all reasonable measures to minimize the consequences of any event of Force
Majeure.
2.7.3 Consultation
Within 30 days the Parties shall consult with each other with a view to agreeing on appropriate
measures to be taken in the circumstances as the result of an event of Force Majeure, have become
unable to perform a material portion of the Services.
2.7.5 Extension of Time
Any period within which a Party shall, pursuant to this Agreement, 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. Time period shall be calculated by the client i.e. MPRRDA.
2.7.6 Payments
During the period of their inability to perform the Services as a result of an event of Force Majeure, the
Consultants shall be entitled to be reimbursed for additional costs reasonably and necessarily incurred by
them during such period for the purposes of services and in reactivating the Services after the end of such
period. The cost shall be decided by the client i.e. MPRRDA.
2.8 Suspension
The Client by written notice of suspension to the Consultants, may suspend all payments to the Consultants
hereunder, if the Consultants fail to perform any of their obligations under this Agreement, 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 fifteen (15) days after receipt by the
Consultants of such notice of suspension.
The client for any reasons beyond his reasonable control, may ask the consultant to suspend whole or part of the
work/services for such time till the reasons are removed or settled. The extra time period of such duration shall be
granted as time extension on the original terms and conditions.
43
2.9 Termination
The Client, may by not less than fifteen (15) days written notice of termination to the consultant, such notice to be
given after the occurrence of any of the events specified in paragraphs (a) to (h) of this Clause, terminate this
Agreement:
a) If consultant is not carrying out the assignment as per terms and conditions of the
agreement.
b) the consultant fail to remedy any failure in the performance of their obligations hereunder, as specified in a
notice of suspension pursuant to GC Clause 2.8 hereinabove, within fifteen (15) days of receipt of such notice
of suspension or within such further period as the Client may have subsequently approved in writing;
c) If the consultants (or if the consultants consists of more than one entity, if any of their members) become
insolvent or bankrupt or enter into any agreements with their creditors for relief of debt or take advantage of
any law for the benefit of debtors or go into liquidation or receivership whether compulsory or voluntary;
d) If the Consultants fail to comply with any final decision reached as a result of arbitration proceedings
pursuant to GC Clause 8 hereof;
e) If the Consultants submit to the Client a statement which has a material effect on the rights, obligations or
interests of the Client and which the Consultants know to be false;
f) 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;
g) If the Client, in its sole discretion and for any reason whatsoever, decides to terminate this Agreement.
h) If the consultant, in the judgment of the Client, has engaged in corrupt or fraudulent practices in competing
for or in executing the agreement.
―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 agreement execution.
―Fraudulent Practice‖ means a misrepresentation of facts in order to influence a selection process or the
execution of a agreement to the detriment of the Borrower, 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 the Borrower of the benefits of free and open competition.
The consultants may, by not less than thirty (30) days written notice to the Client, such notice to be given after the
occurrence of any of the events specified in paragraphs (a) to (d) of this Clause, terminate this agreement:
(a) If the Client fails to pay any money due to consultants pursuant to this agreement and not subject to
dispute pursuant to GC Clause 8 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 agreement and has not remedied the
same within forty five (45) days (or such longer period as the consultants may have subsequently
approved in writing) following the receipt by the Client of the consultant‘s notice specifying such breach;
(c) If as the result of Force Majeure, the Consultants are unable to perform a material potion of the services
for a period of not less than sixty (60) days; or
(d) If the Client fails to comply with any final decision reached as a result of arbitration pursuant to GC
clause 8 hereof.
Upon termination of this Agreement pursuant to GC Clauses 2.2 or 2.9 hereof, or upon expiration of this
Agreement pursuant to GC Clause 2.4 hereof, all rights and obligations of the Parties hereunder shall cease,
except:
(i) Such rights and obligations as may have accrued on the date of termination or expiration,
(ii) The obligation of confidentiality set forth in GC Clause 3.3 hereof,
44
(iii) The consultant's obligation to permit inspection, copying and auditing of their accounts and record set
forth in GC Clause 3.6 hereof,
(iv) The consultant‘s obligations regarding default in performance of the services in accordance of the
provisions of the agreement and for any loss suffered by the Client, whereof, as a result of such default,
and
(v) Any right, which a party may have under the Applicable Law.
(vi) Right of client against consultant regarding any fraud committed during execution of agreement.
Upon termination of this agreement by notice of either to the other pursuant to GC Clauses 2.9 or GC 2.9.2 hereof,
the Consultants shall, immediately upon dispatch or receipt of such notice, take all necessary steps to bring the
Services to a close in a prompt and orderly manner and shall make every reasonable effort to keep expenditures
for this purpose to a minimum. With respect to documents prepared by the consultants and equipment and
materials furnished by the Client, the Consultants shall proceed as provided, by GC Clause 3.8.
On termination of contract,
a. Performance Security of the consultant shall stand forfeited and/or he will be debarred
for participation in future tenders for 2 years.
b. The consultant will be entitled to the fee of the assignment which has been fully
completed (relating to a particular bridge)
c. Fee, if any, paid for the assignment which has not been fully completed will be recovered from the
consultant.
If either Party disputes whether an event specified in paragraphs (a) to (c) GC Clause 2.9.1 or in GC Clause 2.9.2
hereof has occurred, such party may, within (30) days after receipt of notice of termination from the other party,
refer the matter to arbitration pursuant to GC Clause 8 hereof.
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, safe and effective equipment,
machinery, materials and methods. The Consultants shall always act, in respect of any matter relating to this
Agreement or to the Services, as faithful advisers to the Client, and shall at all times support and safeguard the
Client ‘s legitimate interests in any dealings with Sub-consultants or Third Parties.
The Consultants shall perform the Services in accordance with the Applicable Law and shall take all practicable
steps to ensure that any Sub-consultants, as well as any personnel of the consultant and/or sub-consultants and
agents, comply with the Applicable Law during time being in force. The Client shall advise the consultants in
writing of relevant local customs and the consultants shall, after such notice, respect such customs and work
accordingly.
45
The remuneration of the Consultants pursuant to GC Clause 6 hereof shall constitute the Consultant‘s sole
remuneration in connection with this agreement or the services and subject to GC Clause 3.2.2 hereof, the
Consultants shall not accept for their own benefit any trade commission, discount or similar payment in
connection with activities pursuant to this Agreement or to the Services or in the discharge of their obligations
hereunder, and the Consultants shall use their best efforts to ensure that any of the Personnel and agents of either
of them, similarly shall not receive any such additional remuneration.
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 applicable in
the state of Madhya Pradesh and shall at all times perform 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.
The Consultants agree that, during the term of this agreement and after its termination, the consultants and any
entity affiliated with the consultants, as well as any sub-consultant and any entity affiliated with such sub-
consultant, shall be disqualified from providing goods, works or services (other than the services and any
continuation thereof) for any Project resulting to the Services.
The Consultants shall not engage and shall cause their personnel as well as sub-consultants and their personnel not
to engage, either directly or indirectly in any of the following activities:
(a) During the term of this agreement, any business or professional activities in the State of Madhya Pradesh,
which would conflict, with the activities assigned to them under this Agreement.
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 Agreement, disclose any proprietary or confidential information
relating to the project, the services, this agreement or the Client ‘s business or operations without the prior written
consent of the Client.
The Consultants (i) shall keep accurate and systematic accounts and records in respect of the Services, hereunder,
in accordance with accepted accounting principles and in such form and detail as will clearly identify all relevant
time charges and cost, and the bases thereof and; (ii) shall permit the Client or its designated representative
periodically, and up-to one year from the expiration or termination of this agreement, to inspect the same and
make copies thereof as well as to have them audited by auditors appointed by the Client .
The Consultants shall obtain the Client‘s prior approval in writing before taking any of the following actions:
46
(a) Appointing such members of the Personnel as are listed in Appendix-3 TOR merely by title but not by
name;
(b) Entering into a subcontract for the performance of any part of the Services, it being understood (i) that
the selection of the sub-consultant and the terms of conditions of the sub-Contract shall have been
approved in writing by the Client prior to the execution of the sub-contract, and (ii) that the Consultants
shall remain fully liable for the performance of the Services by the sub-consultant and its personnel
pursuant to this agreement;
(c) Any other action as may be specified in SC.
3.7 Reporting Obligations
The Consultants shall submit to the Client the reports and documents specified in the TOR hereto, in the form,
numbers and within the time period set forth and also furnish specific data/information called for by the Client as
and when required.
All plans, drawings, specifications, designs, reports, other documents and software prepared by the Consultants
for the Client under this agreement shall become and remain the property of the Client. The Consultants shall, not
later than upon termination or expiration of this Agreement, deliver all such documents etc. to the Client, along
with a detailed inventory thereof. The Consultants may retain a copy of such documents and software. Restrictions
about the future use of these documents and software, if any, shall be specified in the SC.
4.1 General
The Consultants shall employ and provide such qualified and experienced personnel and sub-consultants as are
required to carry out the Services.
(a) The titles, agreed job descriptions, minimum qualifications and approximate period of engagement in carrying out
of the Services of each of the Consultant‘s key personnel are described in Appendix-III.
(b) If additional work is required beyond the Scope of the Services as specified in TOR, the estimated periods of
engagement of Key Personnel set forth in Appendix-I, 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 Agreement to exceed the ceilings set forth in GC Clause 6.1 (b) of this agreement.
4.3 Approval of Personnel
The Key Personnel and sub-consultants listed by title as by name are hereby approved by the Client. In respect of
other personnel, which the Consultants propose to use in carrying out of the Service, the Consultants shall submit
to the Client for review and approval of a copy of their biographical data and a copy of medical certificate. If the
Client does not object in writing (stating the reasons for the objection) within thirty (30) calendar days from the
date of receipt of such biographical data and such certificate, such Key Personnel shall be deemed to have been
approved by the Client.
4.4 Deleted
a) Except as the Client may otherwise agree, no changes shall be made in the Key Personnel. If for any
reason beyond the reasonable control of the Consultants, it becomes necessary to replace any of the
Personnel, the Consultants, shall forthwith provide as a replacement, a person of equivalent or better
qualifications acceptable to the Client, such replaced person shall be inducted only after approval by the
Client;
b) If the Client (i) finds that any of the Personnel has committed serious misconduct or has been charged
with having committed a criminal action, or (ii) has reasonable cause to be dissatisfied with the
performance of any of the personnel, then the consultants shall, at the Client ‘s written request specifying
47
the grounds therefore, forthwith provide as a replacement a person with qualifications and experience
acceptable to the Client.
The Consultants shall ensure that at all times during the Consultants performance of the Services in State of
Madhya Pradesh, a Resident Engineer (Team Leader), acceptable to the Client, shall take charge of the
performance of such services.
The Client will assist consultant in grant of following from the Government:
(a) Provide the Consultants, the sub-consultants and personnel with work permits and such other documents
as shall be necessary to enable the Consultants, sub-consultants and personnel to perform the Services;
(b) Assist the Consultants, sub-consultants and the Personnel employed by them for the Services from any
requirement to register or obtain any permit to practice their profession or to establish themselves either
individually or as a corporate entity according to the Applicable Law;
(c) Grant to the Consultants, any sub-Consultants and the Personnel of either of them the privilege, pursuant
to the Applicable Law, of bringing into State of Madhya Pradesh reasonable amount of currency for the
purposes of the Services or use of the personnel and their dependants and of withdrawing any such
amounts as may be earned therein by the Personnel in the execution of the Services.
The Client warrants that the Consultants shall have free of charge unimpeded access to all land in the State of
Madhya Pradesh in respect of which access is required for the performance of the Services.
5.3 Payment
In consideration of the Services performed by the Consultants under this agreement, the Client shall make to the
Consultants such payments and in such manner as is provided by GC Clause 6 of this agreement.
6.1 The payment shall be made as per schedule given in Para- 6 of T.O.R.
Except as may be otherwise agreed between the Client and the Consultants all payments under this agreement
shall be made in India Rupees only. The payments shall be made by Cheques.
6.4 Recovery
Any sum falling due or any loss caused due to this agreement shall be recoverable by the client from the
consultant as if it were arrears of land revenue.
48
The Parties undertake to act in good faith with respect to each other‘s rights under this agreement and to adopt all
reasonable measures to ensure the realization of the objectives of this agreement.
The parties recognize that it is impractical to provide for every contingency in this agreement which may arise
during the life of the agreement, and the parties hereby agree that it is their intention that this agreement shall
operate fairly as between them, and without detriment to the interest of either of them and that if during the term
of this agreement either party believes that this agreement is operating unfairly, the parties will use their best
efforts to agree on such action as may be necessary to remove the cause or causes of such unfairness, but on
failure to agree on any action pursuant to this Clause shall give rise to a dispute subject to arbitration in
accordance with GC Clause 8 thereof.
8. SETTLEMENT OF DISPUTES
The parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this
agreement or the interpretation thereof.
IN WITNESS THEREOF, the parties hereto have caused this agreement to be signed in their respective names of
the day and year first above written.
BY
BY
49
GENERAL CONDITIONS
PART-II
Number of Amendments of, and Supplements to, Clauses in the General Conditions of
Agreement
GC Clause :
2.1 --------
2.2 The time period shall be 15 days unless any other time period parties may agree in
writing.
2.3 The time period shall be 07 days unless any other time period parties may agree in
writing.
2.4 The time period shall be 3 months unless any other time period parties may agree in
writing.
3.8 The Consultants shall not use these documents for purposes unrelated to this agreement
without the prior written approval of the Client.
8.2 If any dispute or difference of any kind whatsoever arise in connection with or out of
this contract and which is not amicably settled between consultant and General
Manager as per provisions of Clause 8 of the agreement, the same shall be referred for
settlement to the concerned Chief General Manager of the area.
Chief General Manager shall give its decision within 30 days.
Any party not satisfied with the decision of the concerned Chief General Manager shall
be free to refer the case to the Arbitration Tribunal constituted under M.P.
Madhyastham Adhikaran Adhiniyam, 1983 within 30 days decision by CGM.
50
Annexure –VI-A
Details of the works executed as DPR Bridge consultant (in the same name) during last
10 years
Name & Date of Agreem Name Cost of Length of Stipulated Actual date Consultancy Date of Performance
Address work ent of Project Bridge for period of of fee completion Certificate
of order consulti Bridge which completion completion received of Bridge of
Employe ng fee with DPR had construction Constructed
r Amount location been for which Bridge for
prepared DPR had which DPR
been had been
prepared prepared.
Certificate
issued by
the officer
not below
the rank of
EE
1 2 3 4 5 6 7 8 9 10 11
51
Annexure –VI-B
52
Annexure VII
Guidelines for foundation investigation of Bridges
53
(ii) 1.5 times diameter of pile in ordinary / jointed rock but minimum 15m in such
rock.
(iii) 4 times diameter of pile in hard rock but minimum 3m in such rock.
(C) The depth of soil investigation for a well foundation should extend at least to a
depth equal to 1.5 times the well's outer diameter or least dimension below the
anticipated founding level additionally, boring should penetrate atleast 3 meters
into any rock strata encountered.
(D) If rock strata met at surface or other depth continuity of rock upto minimum 5 m.
(E) L-section of river marked with different colors for different strata in respect of
depth should be prepared.
(F) The detail calculation of SBC should also be provided.
A staged programme may be given allowing for exploratory, borings, and subsequent
infill borings at additional pier and embankment, locations..
Sub-surface exploration for Bridge foundation works should be conformity with the
clause,No.2411.2 of MORT&H (Fourth Revision).
The total number of boreholes shall be decided based on the length of bridge as follows:
54
Form of Bank Guarantee for Performance Security
(To be used by approved scheduled banks)
(To be stamped in accordance with Stamp act, if any, of the country of issuing bank)
Date: ____________
Dear Sir,
1. In consideration of the Chief Executive Officer/General Manager Madhya Pradesh Rural Road Development
Authority (hereinafter called ―the Authority) having agreed to exempt M/s…………. (Herein after called ―the said
consultant(s)‖) from the demand, under the terms and conditions of an Agreement dated………….. made between
……………… And ……………………… …………………………….(hereinafter called ―the said Agreement‖)
for performance/security deposit for the due fulfillment by the said consultant(s) of the terms and conditions
contained in the said agreement on production of Bank Guarantee for (Rupees…………..only).
We……………………………. Bank Limited (hereinafter referred to as ―the Bank‖) do hereby undertake to pay
to Authority an amount not exceeding Rs………………………………………. Against any loss or damage
caused to or suffered or would be caused to or suffered by the Authority by reason of any breach by the said
Contractor (s) of any terms of conditions contained in the said agreement.
2 We……………………………Bank Limited, do hereby undertaken to pay the amount due and payable under this
guarantee without any demure merely on a demand from the Authority starting that the amount claimed is due by
way of loss or damage caused to or suffered by the Authority by reason of any breach by said Consultant(s) of any
of the terms or conditions Contained in the said agreement or by reason of the Consultant(s) failure to perform the
said agreement. Any such demand made on the bank shall be conclusive as regard the amount due and payable by
the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs………………….
3. We …………………. Bank Limited further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said agreement and that it shall
continue to be enforceable till all dues of the Authority under or by virtue of the said Agreement have been fully
paid and its claim satisfied or till Authority certifies that the terms of the said agreement have been fully and
properly carried out by the said Contractor(s) and accordingly discharges the guarantee. Unless a demand or claim
under this guarantee is made on in writing on or before the ……………………… we shall be discharged from all
liability under this guarantee thereafter.
4. We……………………………………Bank Limited further agree with the Authority that the Authority that the
Authority shall have the fullest liberty without our consent and without effecting in any manner obligations her
under or very any of the terms and condition of the said agreement or to extend time of performance by the said
contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by
the Authority against the said contractor (s) and to force-bear or enforce any of the terms and conditions relating
to the said Agreement and we shall not be relieved from our liabilities by reasons of any such variation of
extension having granted to the said contractor (s) for any forbearance act, or commission on the part of the
Authority or any indulgence by the Authority of the said contractor (s) or by any such matter or thing whatsoever
which under the law relating to sureties would but for this provision have effect of so relieving us.
5. We bank …………….. hereby also undertake to have the signature of Branch Manager issuing the Bank
Guarantee verified from the local branch of the bank in M.P.
6. We …………………Bank Limited Lastly undertake not to revoke this guarantee during its currency except with
the previous consent of the Authority in writing.
55