You are on page 1of 74

Karnataka Industrial Areas Development Board

(Government of Karnataka Enterprise)

Consultancy Services for preparation of Detailed Project


Report (DPR) for Providing 4 MLD of water supply including
Raising Main and treatment plant to Raichur Housing Area,
Raichur from existing source at Raichur Growth Centre,
Raichur District.

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP)


PROJECT PREPARATION CONSULTANTS

LIST OF CONTENTS

PAGE
Nos.

Invitation for bids

Section 1.

Letter of Invitation

Section 2.

Information to Consultants
1.

Introduction

2.

Modification

3.

Preparation of Proposal

4.

Submission, Receipt and Opening of Proposal

5.

Proposal Evaluation

Negotiations

7.

Award of Contract

8.

Performance Guarantee & Performance Clause

9.

Data Sheet

9-20

Section 3.

Terms of Reference

21

Section 4.

Technical Proposal - Submittals Required

34

Section 5.

Financial Proposal Submittals Required

47

Section 6.

Contract for consultants services

50

Karnataka Industrial Areas Development Board


( A Government of Karnataka Undertaking)
# 49, 4th and 5th Floor, East Wing, Khanija Bhavan,
Race Course Road, Bengaluru
Bangalore 560 001
Phone No. 080-22267891 / 40931272
website : www.kiadb.in
No. IADB/ENGG/ETND-DPR-05/9302 /2015-16
Date: 29.09.2015
NOTICE INVITING CONSULTANCY SERVICES FOR PREPARATION OF DPR
(Through GOK e Procurement Portal Only)

KIADB invites from reputed consultants/firms under two cover bid system having
an office at Bangalore with vast experience and proven record of similar nature of work for
preparation of Detailed Project Report of the project mentioned below:
EMD
Sl.
(Rs. in lakhs)
Name of the work
No.
Through epayment

Consultancy Services For Preparation of Detailed Project Report


(DPR) for providing 4MLD of water supply including Rising Main
and Treatment Plant to Raichur Housing Area, Raichur from
existing source at Raichur growth Centre Raichur.

1.00

Consultancy Services For Preparation of Detailed Project Report


(DPR) for Construction of Quarters, Store and KIADB office
building at Raichur Housing Area in Sy,No123 of Yeramous village,
Raichur Taluk & District.

1.00

The details long with the documents etc., can be accessed through e-portal of
Government of Karnataka. KIADB reserves the right to accept or reject the EOI without
assigning any reasons. For further queries contact the Chief Development Officer & Chief
Engineer, KIADB, Bengaluru and the Development Officer & Executive Engineer, KIADB ,
Ballari.
Applicants may Download Bidding Documents from the E-Procurement Portal
https://eproc.karnataka.gov.in from 13.10.2015 onwards.
Scheduled of dates are as follows:
Last date to receive pre bid Queries: 15.10.2015 Up to 04:00 pm.
Pre bid meeting will be held on : 17.10.2015 at 12:00 noon.
Last date for submission of Bid is: 02.11.2015 Upto 04:00 pm.
Time and date of opening Bid is on : 04.11.2015 at 11.30 am.
Sd/Chief Development Officer
& Chief Engineer

Note:1

INSTRUCTIONS, TERMS AND CONDITIONS:


1

The bids are to be submitted in the e-procurement system only as notified in


this tender document. The bid is under two cover system. Technical bid and
Financial bid.

The Opening of Technical Bid is on 04.11.2015 after 11.30 AM at Karnataka


Industrial Areas Development Board, No-49, East Wing, 5th Floor Khanija
Bhavan, Race Course Road, Bangalore-560001.

The tenderer comprises two-cover system of (a) Technical bid & (b) Financial
bid.

Technical Bid should contain scanned copies of the following documents


along with the technical proposals of section 4 filled through online in eprocurement portal ;
a) Financial statements in the form of Annual audited accounts for the financial
years from 2010-11, 2011 12, 2012-13, 2013-14, 2014-15.

b) Details of information and documents in respect of experience and past


performance in the execution of contracts.
c)EMD amount as specified in sub clause 1.13 of ITC this tender document to be
uploaded in the e-procurement portal only using any of the following four modes:

a. Credit Card.
b. Direct Debit.
c. National Electronic Fund Transfer (NEFT).
d. Over the Counter (OTC).
d) Capability with respect of quantity executed, survey equipments and managerial
capabilities.
5

Financial bid should contain Form 5A & 5B of the financial proposal of


section-5 filled through online in e-procurement portal

The financial bid of only those tenderers who are qualified in the technical
bid fulfilling the eligibility criteria and qualification information shall be

opened.
Aspiring tenderers who have not obtained the user ID and password for

participating in e-tendering in KIADB may now obtain the same from the
website http://www.eproc.karnataka.gov.in
8

Bidders can access tender documents on the website, fill them and submit
the completed tender document into electronic tender on the website itself.

Bidders should attach all the scanned copies of certificates pertaining to


their eligibility criteria, qualification information documents, attested from
Notary failing which the bid will not be considered. No physical documents
submitted without uploading in e-portal shall be considered for evaluation.
The bidder shall upload the similar work done certificate issued by the
competent authority not below the rank of Executive Engineer. work done
certificate issued from the Government/ Government under taking Board/
Corporations shall be considered for technical bid evaluation.

10

Non-submission of tender attracts action as per conditions stipulated in the


rules of registration of contractors.

11

EMD shall be paid in the e-payment form only and the technical bid will be
opened only on the confirmation of receipt of payment in Government of
Karnataka central pooling a/c held at the ICICI Bank, failing which the
tender will not be considered.

12

A successful tenderer will have to execute an agreement as per standard


tender document with the Chief Development officer & Chief Engineer,
KIADB, Bangalore. Within 7 days upon receipt of intimation, failing which
his tender will be rejected and EMD will be forfeited.

13

The work shall be commenced with all earnestness within seven days from
the date of issue of work order, failing which it would be presumed that he is
not interested in the work and action will be taken to get the work through
alternate agency.

14

Corrigendum / Modifications / Corrections / Cancellation / Postponents /


Clarifications / Extension etc, if any, will be published in the website
http://eproc.karnataka.gov.in only.

15

Chief Executive Officer & Executive Member, KIADB, Bangalore reserves the

right to accept / reject any or all tender without assigning any reasons.
16

If Authority desires, physical verification will be done both for previous work
done and for equipments.

17

If any of the dates mentioned above is declared as holiday, the next working
day will hold good without any change in the timings indicated.

18

Even though the tenderers meet the eligibility criteria, they are subjected to
be disqualified if they have;
a. Made misleading or false representations in the forms, statements and

attachments submitted in proof of the qualification requirement : and / or


b. Record of poor performance such as abandoning the works, not properly

completing the contract, inordinate delays in completion, litigation history


or financial failures, etc.,
19

The minimum required experience of proposed Key staff as per bid


document.

20

Financial bid for the work shall be unconditional. Conditional offers by


bidders will be rejected.

21

The financial bid shall be valid for a period of 135 Days from the last date of
submission of bids.

22

The rates shall be quoted for the whole work (including all components) as
may be assigned and shall be inclusive of all taxes.

23

No advance / mobilization amount will be provided.

24

The whole field survey work, data processing and presentation of complete
records and maps shall be carried out within the time limit specified in the
scope of work.

25

Payment will be made against the bill raised after formal verification and
acceptance of the quality and quantity of work.

26

Penalty will be levied if the time limit specified in the scope of work for the
submission of DPR is not adhered to at 0.10% of the Contract Amount per
day.

27

The decision of the Chief Engineer and Chief Development officer, KIADB,

Bangalore, shall be final and binding on the contracting firm / company in


the matters of determination of quality and quantity of work done,
acceptance or otherwise of the work done.
28

Further details of work can be obtained in the Office of the Chief Engineer
and Chief Development officer, KIADB, Bangalore on all working days
between 10.30 a.m. to 5.30 p.m.

30

The bidder either should own laboratories required for testing the material
samples or having tie up with NABL Accredited Laboratories. The proof of
same with relevant documents should be uploaded in the e-procurement
portal.
Sd/Chief Development Officer
& Chief Engineer

Request for Proposal


Project Preparation Consultants
SECTION 1. LETTER OF INVITATION (LOI)

Bangalore
(Date)

(Name and address of Consultant)


Dear Sir,

Karnataka Industrial Areas Development Board (KIADB) is


desirous of Providing 4 MLD of water supply including Raising Main and

treatment plant to Raichur Housing Area, Raichur from existing source at Raichur
growth Centre, Raichur District
The objectives and description of the services are:
To prepare Detailed Project Report including preparation detailed estimates tender
documents as per the scope of work for Karnataka Industrial Areas

Development Board (KIADB) is desirous of Providing 4 MLD of water supply

including Raising Main and treatment plant to Raichur Housing Area, Raichur from
existing source at Raichur growth Centre, Raichur District..
a) You are now invited to submit a proposal for the services required for the
above project.
The enclosed RFP contains the following documents:
Section
Section
Section
Section
Section

2
3
4
5
6

Information to Consultants (ITC)


Terms of Reference (TOR)
Technical Proposal - Standard Forms
Financial Proposal - Standard Forms
Contract of Consultants Service

Yours faithfully,
For KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD,

Chief Development Officer & Chief Engineer.

SECTION 2. INFORMATION TO CONSULTANTS (ITC)


1

INTRODUCTION :
1.1

Karnataka Industrial Areas Development Board (KIADB), "the client" is


desirous of obtaining Consultancy Services for preparation of Detailed
Project Report (DPR) for Providing 4 MLD of water supply including
Raising Main and treatment plant to Raichur Housing Area, Raichur
from existing source at Raichur growth Centre, Raichur District..
The objectives and description of the services are:
To prepare Detailed Project Report for the work of Providing 4 MLD of water

supply including Raising Main and treatment plant to Raichur Housing Area,
Raichur from existing source at Raichur growth Centre, Raichur District. and

1.2

to prepare tender documents suitable for local competitive Bidding and assist
with establishment of one or more constructions contracts as required.
The KIADB will select a consulting firm based on evaluation criteria mentioned
in this document.
The consultants are invited to submit a Technical Proposal and a Financial
Proposal, for Consultancy Services for preparation of Detailed Project Report
(DPR) for Providing 4 MLD of water supply including Raising Main and
treatment plant to Raichur Housing Area, Raichur from existing source at
Raichur growth Centre, Raichur District. The Proposal will be the basis for

1.3

1.4
1.5
1.7

1.8

1.9

contract negotiations and ultimately, signing of a contract with the selected


consulting firm.
The Assignment shall be implemented in accordance with the phasing
indicated in the Data Sheet. When the Assignment includes several phases,
continuation of services for the next phase shall be subject to satisfactory
performance of the previous phase, as determined by the Client.
The agency must familiarize themselves with local conditions and take them
into account in preparing the Proposal.
The Client will provide the inputs specified in the Data sheet and make
available relevant project data and reports.
Please note that (i) the costs of preparing the proposal and of negotiating the
contract, including a visit to the Project site, are not reimbursable as a direct
cost of the Assignment, and (ii) the Client is not bound to accept any of the
Proposals submitted without assigning any reason.
The firm which has been engaged by the KIADB to provide consultancy
services for this project shall be disqualified from providing goods or works or
services related to assignments for the same project to any other promoters.
Consultants should clarify their situation in that respect with the Client before
preparing the Proposal.
It is KIADBS policy to require that Consultants (including their affiliates
/associates) to observe the highest standard of ethics during the selection and
execution of such contracts. In pursuance of this policy, KIADB:-

1.10

1.11

a) Will reject a proposal for award if it determines that the firm recommended
for award has engaged in corrupt or fraudulent activities in competing for
the contract in question.
b) Will cancel the firm's contract if it at any time determines that corrupt or
fraudulent practices were engaged in by the representatives of the
Consultants or their associates during the selection process or the
execution of that contract.
c) will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a KIADB-financed contract if it at any time determines
that the firm has engaged in corrupt or fraudulent practices in competing
for, or in executing a KIADB- financed contract; and
d) Will have the right to require that, in contract financed by KIADB, a
provision be included requiring KIADB to inspect their accounts and
records relating to the performance of this contract and to have the same
audited by auditors appointed by KIADB.
For the purposes of above:
(i) corrupt practice means the offering, giving, receiving, or soliciting of
anything of value to influence the action of a KIADB official in the selection
process or in contract execution; and
(ii) "fraudulent practice" means a misrepresentation of facts in order to
influence a selection process or the execution of a contract to the
detriment of KIADB, and includes collusive practices among consultants
(prior to or after submission of proposals) designed to establish prices at
artificial, non-competitive levels and to deprive KIADB of the benefits of
free and open competition.
Consultants shall not be under a declaration of ineligibility for corrupt and
fraudulent practices issued by any clients in India or abroad, in accordance
with the above sub clause 1.9(c).

1.12

Joint Venture are not allowed.

1.13

EMD
The consultants are requested to submit EMD of Rs.1,00,000/- (Rupees
One Lakh Only) along with the Technical Bid.
Any tender not accompanied by an acceptable earnest money deposit and not
secured in the payment modes as indicated below shall be rejected by the
Client as non responsive
The earnest money deposit of unsuccessful tenderers will be returned
within 30 days from the end of the tender validity period specified in SubClause 3.1 of information to consultants.
The earnest money deposit of the successful Tenderer will be discharged
when the Tenderer has signed the Agreement and furnished the required
Performance Security.
The Earnest Money Deposit may be forfeited:

3
3.1

3.2

a) if the Tenderer withdraws the Tender after tender opening during the
period of tender validity;
b) in the case of a successful Tenderer, if the Tenderer fails within the
specified time limit to:
(i) sign the Agreement; or
(ii) furnish the required Security deposit
The Consultant shall pay the Earnest Money Deposit (EMD) in the e
Procurement portal using any of the following payment modes:
Credit Card
Direct Debit
National Electronic Fund Transfer (NEFT)
Over the Counter (OTC)
The supplier/contractor/firms bid will be evaluated only on confirmation of
receipt of the payment (EMD) in the Government of Karnataka central pooling
a/c held at ICICI Bank.
EMD amount will have to be submitted by the supplier/contractor/firms
taking into account the following conditions:
a) EMD will be accepted only in the form of electronic cash (and not through
Demand Draft or Bank Guarantee) and will be maintained in the Govt.s
central pooling account at ICICI Bank until the contract is closed.
b) The entire EMD amount for a particular tender has to be paid in a single
transaction. It is responsibility of Contractors to ensure that payment
through NEFT reaches Payment to Government of Karnataka Bank before
Bid submission date and time, through online payment. In case of OTC
Payment , the DD to be drawn in favour of e-Procurement , Government
of Karnataka and submit to ICICI Bank before bid submission time and
update the transaction reference in e-Procurement portal
For details on e-Payment services refer to e-procurement portal for more
details on the process.
MODIFICATION
At any time before the submission of Proposals, the Client may, for any
reason, whether at its own initiative or in response to a clarification requested
by an interested firm, modify the RFP documents by amendment. The
amendment will be published in e-portal only. The Client may at its discretion
extend the deadline for the submission of Proposals.
PREPARATION OF PROPOSAL
Consultants are requested to submit a Proposal (sub clause 1.2) written in the
language(s) specified in the data sheet.
Technical Proposal
In preparing the Technical Proposal, Consultants are expected to examine the
documents comprising this RFP in detail. Material deficiencies in providing the
information requested may result in rejection of a Proposal.

3.3

While preparing the Technical Proposal, consultants


attention to the following:

must give particular

(i) The firm which have experience in preparation of DPR for a similar
work with minimum 2 MLD water supply schemes, in
Government/Pubic Sector/ Government undertaking Organizations in
the last five years for which certificates from competent authority
not below the rank of Executive Engineer is to be produced in the last
five years (2010-11 to 2014-15). Joint Ventures not allowed.
(ii) The firm should have executed alteast one similar projects costing
not less than Rs.350.00 lakhs in Government / public
sectors/Government undertaking Organizations in the last five years
for which certificates from competent authority not below the rank of
Executive Engineer is to be produced in the last five years (2010-11
to 2014-15). Joint Ventures not allowed
(iii) The Firm should have achieved in, atleast any two financial years an
average annual financial turnover of Rs.80.00 Lakhs in last 5years
i.e., 2010-11 to 2014-15.
Note: The Certificate of the above shall be in English language only.
The proposal should be based on the number of professional staff-months
estimated by the firm.
(ii) It is desirable that the majority of the Key Professional staff proposed be
permanent employees of the consultancy firm and shall be working with
the firm at least for the last 2 years. In case KIADB requires, consultants
must be in a position to provide proof in this respect. Submission of false
information may become sufficient cause to reject the tender and debar the
consultants from participating in the future tenders of KIADB.
(iii) Proposed professional staff must have at least the experience indicated in
the Data Sheet, preferably under conditions similar to those prevailing in
India.
(iv) Alternative professional staff shall not be proposed and only one
curriculum vitae (CV) be submitted for each key staff position.
(v) Reports to be issued by the consultants as part of this assignment must be
in the language(s) specified in the Data Sheet. It is desirable that the firm's
personnel have a working knowledge of English/Kannada.
3.4

The Technical Proposal should provide the information using the forms in
Section 4 and give the following:
(i) A brief description of the firm's organization and a list of recent
experience on assignments (Section 4B and 4I) of a similar nature.
(ii) Any comments or suggestions on the Terms of Reference and the data,
services and facilities to be provided by the Client (Section 4C), and a
description of the methodology (work plan) by which the firm proposes to
execute the services, illustrated, as appropriate, with bar charts of
activities and graphics, or the Program Evaluation Review Technique

3.5
3.6

3.7
3.8

(PERT) type (Section 4D). The decision to consider the suggestion is


reserved with the client only.
(iii) The composition of the proposed staff team, the tasks that would be
assigned to each staff team member, and their timing (Section 4E).
(iv) CVs recently signed by the proposed professional staff and the authorized
representative submitting the proposal (Section 4F), Key information
should include number of Years working for the firm/entity, and degree
of responsibility held in various assignments during the last fifteen(15)
years.
(v) Estimates of the total staff effort (professional and support staff, staff
time) to be provided to carry out the Assignment supported by bar chart
diagrams showing the time proposed for each key staff team member
(Sections 4G, 4H).
(vi) Names of specific sub-consultants, consulting firms to carry out
reconnaissance survey, topographic survey, total station survey, etc. to be
indicated. Preference will be given to the bidder if they have own survey
team.
(vii)
Equipment and Names of technical software to be specifically used for
detailed designs and drawings as per section 4J.
(viii) Any additional information requested in the Data Sheet.
The Technical Proposal shall not include any financial information
Financial Proposal
The financial proposal shall be a lumpsum quote inclusive all other expenses,
Service taxes, duties, cess, all types of taxes etc., as applicable which will be
the ceiling contract price. However, the break-up of costs for arriving at the
lumpsum contract price shall be submitted by the successful bidder before
executing the agreement and same shall be a part of agreement.
In preparing the Financial Proposal, consultants are expected to take into
account the requirements and conditions of the RFP document. The lump
sum fee shall be all inclusive, containing all costs associated with the
Assignment, including (a) remuneration for staff (foreign and local, in the field
and at headquarters), and (b) reimbursable such as subsistence (per diem,
housing), transportation (international and local, for mobilisation and
demobilisation), services and equipment (vehicles, office equipment, furniture,
and supplies), office rent, insurance, printing of documents and surveys, all
taxes, duties, levies and other impositions imposed under the applicable law,
on the consultants, and their personnel unless the Data Sheet specifies
otherwise.
Deleted
Commissions and gratuities, if any, paid or to be paid by Consultants and
related to the Assignment will be specified in the Financial Proposal
submission form.

3.9
3.10

3.11

Costs must be expressed, and will be paid, in the currency mentioned in the
data sheet.
The Data Sheet shows for how many days after the submission date the
proposals must remain valid, During this period; you are expected to keep
available the professional staff proposed for the assignment. The Client will
make its best effort to complete negotiations within this period. If the Proposal
validity period is extended, the consultants have the right not to maintain
their Proposals.
An agreement in usual format shall be drawn up and entered into with the
successful bidder for the consultancy work entrusted to him on negotiated
terms and conditions within the stipulated time as per LOI.
SUBMISSION OF BID

4.1

Sealing and Marking of Bids


The Bidder shall submit the bids separately i.e., Technical and Financial
electronically online in e-portal.

4.2

Deadline for Submission of Bids


The last date for submitting electronically in e-portal on or before 02.11.2015
upto 4.00 P.M.

4.3

Late Bids
Not possible

4.4

Modification and Withdrawal of Bids


The bidder may withdraw his bid before the last date of submission of bids.

4.5

4.6

Pre-tender meeting: (Pre bid meeting)

4.5.1. The Tenderer or his authorized representative is invited to attend


a pre-tender meeting which will take place at Chief Development Officer
& Chief Engineer KARNATAKA INDUSTRIAL AREAS DEVELOPMENT
BOARD, 49, 4th & 5th Floor, East Wing, Khanija Bhavan, Race Course
Road, Bengaluru 560 001
4.5.2. The purpose of the meeting will be to clarify issues and to
answer questions on any matter that may be raised at that stage.
4.5.3. The Tenderer is requested to submit any questions in writing or
by cable to reach the Employer not later than stipulated date mentioned
in the notification of the tender.
4.5.4. Minutes of the meeting, including the text of the questions raised
Bid Opening
(without identifying the source of enquiry) and the responses given will
(i)
The Technical Bids will be opened on 04.11.2015 after 11.30 AM. In
be posted online in the e-procurement portal which bidders should
the event of the announced date of bid opening being declared a holiday
download. Any modification of the tender document listed in clause2 of
for the Client, the Bids shall be opened at the specified time and
sectionlocation
2 of ITC
which
become
on the
next may
working
day. necessary as a result of the pretender
meeting
shall
madeonline
by the
Employer
exclusively
thorough
the
(ii)
Bid
opening
will be
be done
and
all the bidders
shall be
present and
issue of an Addendum and not through the minutes of the pre-tender
meeting.
4.5.5. Non-attendance at the pre-tender meeting will not be a cause for
disqualification of a tenderer.

(iii)

(iv)

5
5.1

5.2

5.3
5.4
(i)

submit the respective original document/sample to the evaluating


officer.
After opening the Eligibility envelope of each bidder, the Bidders name,
the list of documents submitted by the bidder will be recorded by the
Client. All the bidders representatives present at the bid opening will
sign the bid opening record.
Evaluation of the Eligibility of bidders shall be done independently by
the Client. The Financial bid of only those who are assessed to be
eligible shall be opened on a subsequent date to be notified by Client.
Only Eligible bidders shall be invited to be present for the Financial
Bid opening.

PROPOSAL EVALUATION
General
Consultants shall not contact the Client on any matter relating to their
Proposal from the time of opening of the Technical Proposal till the contract is
awarded. If a firm wishes to bring additional information to the notice of the
client, it should do so in writing at the address indicated in the Data Sheet.
Any effort by the firm to influence the Client in the Client's Proposal
evaluation, Proposal comparison or contract award decisions may result in the
rejection of the consultant's Proposal.
Evaluators of Technical Proposals shall have no access to the Financial
Proposals until the technical evaluation, including any Board reviews and no
objection, is concluded.
Deleted.
Evaluation of Technical Proposals
The Technical bids of only the firms satisfying the following criteria will be
evaluated further:
(i) The firm which have experience in preparation of DPR for a similar
work with minimum 2 MLD water supply schemes, in Government/Pubic
Sector/ Government undertaking Organisations in the last five years for
which certificates from competent authority not below the rank of
Executive Engineer is to be produced in the last five years (2010-11 to
2014-15). Joint Ventures not allowed.
(ii) The firm should have executed alteast one similar projects costing
not less than Rs.350.00 lakhs in Government / public sectors /
Government undertaking Organizations in the last five years for
which certificates from competent authority not below the rank of
Executive Engineer is to be produced in the last five years (2010-11
to 2014-15). Joint Ventures not allowed.
(iii) The Firm should have achieved in, atleast any two financial years an
average annual financial turnover of Rs.80.00 Lakhs in last 5years
i.e., 2010-11 to 2014-15.
Note: The Certificate of the above shall be in English language only.

The KIADB will carry out the evaluation of proposals of only the consulting
firms who satisfy the above criteria on the basis of their responsiveness to
the Terms of Reference, applying the evaluation criteria and marking system
specified in the Data Sheet. Each responsive proposal will be given a
technical score (St). A proposal to be considered unsuitable shall be rejected
at this stage if it does not respond to important aspects of the Terms of
Reference or if it fails to achieve the minimum technical score indicated in
the Data Sheet.
5.5
6
6.1
6.2

6.3

6.4

6.5

7
7.1

The Financial Bid of the Technically qualified bidders will only be


opened.
NEGOTIATIONS
Negotiations will be held at the address indicated in the data sheet. The aim
is to reach agreement on all points and sign a contract.
Negotiations will include a discussion on the Technical Proposal, the proposed
methodology (work plan), staffing and any suggestions made by the firm to
improve the Terms of Reference. The Client and firm will then work out agreed
final Terms of Reference, staffing, and bar charts indicating activities, staff,
periods in the field and in the home office, logistics and reporting. The agreed
work plan and final Terms of Reference will then be incorporated and form
part of the contract. Special attention will be paid to optimizing the required
outputs from the firm within the available budget and to clearly defining the
inputs required from the Client to ensure satisfactory implementation of the
Assignment.
The financial negotiations will include a clarification of the firm's tax liability
in India (if any), and how it will be reflected in the contract; and will reflect in
the agreed technical modifications in the cost of the services.
The Client expects to negotiate a contract on the basis of the experts named in
the Proposal. Before contract negotiations, the KIADB will require assurances
that the experts will be actually available. KIADB will not consider
substitutions during contract negotiations unless both parties agree that
undue delay in the selection process makes such substitution unavoidable or
that such changes are critical to meet the objectives of the assignment. If this
is not the case and if it is established that key staff was offered in the
proposal without confirming their availability, the firm may be
disqualified.
The negotiations will conclude with a review of the draft form of the contract.
To complete negotiations, the KIADB and the firm will initial the agreed
contract.
AWARD OF CONTRACT
The contract will be awarded following negotiations with the successful firm.
The successful consulting firm is expected to commence the assignment by
the date specified in the data sheet.
PERFORMANCE GUARANTEE & PERFORMANCE CLAUSE

8.1

8.2

8.3

Performance Guarantee:
Performance Guarantee for an amount equivalent to 10% of the contract
amount of the successful bidder (Consultancy fee towards detailed project
preparation) is to be given to KIADB towards Performance of the successful
consulting firm. This Performance Guarantee shall be in the form of Bank
Guarantee issued by a Nationalized Bank / Scheduled Bank in the format to
be approved by KIADB and shall be submitted at the time executing the
agreement which shall be valid for 18 months from the date of agreement.
Performance Clause:
Consultants shall be expected to fully comply with all the provisions of the
`Terms of Reference, and shall be fully responsible for preparation of DPR as
per TOR, keeping up the time schedule. Non-compliance of the provisions of
the Contract Agreement and other schedules by the consultant, nonadherence to the provision of ToR and non-adherence to the time schedule
prescribed under ToR shall amount to non-performance.
In the event of non-performance by the Consultant, KIADB will retain the right
to forfeit the Performance Guarantee.
DATA SHEET

1.1

1.2
1.3

Information to Consultants
Name of the Client:
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD (KIADB)
Client Details:
The clients address is :
Chief Development Officer & Chief Engineer.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
# 49, 4th & 5th Floor, East Wing, Khanija Bhavan,
Race Course Road, Bengaluru 560 001
Phone No. 080-22267891/40931272.
Clarification, information, submission of proposal and/or all correspondence
to be sent to the above address.
Proposal Requirements
In e-portal Technical proposal and Financial proposal.
Assignment Phasing:
The work for the proposed project is Consultancy Services for preparation
of Detailed Project Report (DPR) for Providing 4 MLD of water supply
including Raising Main and treatment plant to Raichur Housing Area,
Raichur from existing source at Raichur growth Centre, Raichur
District.
The work shall be completed in two phases:
PhaseI: Preliminary/Draft project Report as per the scope of work
PhaseII: Detailed Project Report as per scope of work. Tender
Documents and tendering Assistance

The consultant will be required to submit Preliminary/Draft project Report


and only on approval of the Preliminary/Draft project Report, the other
services will follow.
1.4
Deleted
1.5
No inputs will be provided by the client except for available relevant data and
reports available from the Client.
3.1
The language(s) to submit proposals is in English only
Reports which are part of the assignment must be written in the following
language: English
3.3(iii) The minimum required experience of proposed key staff in relevent
Engineering field is:
Sl
Staff
Minimum
Minimum
No.
Experience
Numbers
Required
Required
1
Team Leader
:
15 years
1
2
Other Key Professionals
:
10 years
1
3
Other professional support :
7/5 years
3
staff
4
Survey / Other Staff
:
5 Years
1
Team Leader:
This is the senior most position and the expert engaged as the team leader
shall be responsible for Investigation, Preparation of preliminary report,
viability Report, Detailed Project Report, Preparation of Tender documents,
concession agreement and Tender Assistance. This position requires Senior
Engineer who shall be graduate in relevant Engineering Field with minimum
experience of 15 years in similar works. Should have handled at least two
similar nature of works as Team Leader in preparation of DPR.
Other Key Professionals:
The Other Key professionals shall be Engineering graduates / Post
graduates in relevant fields and shall have minimum 10 years experience
in relevant fields.
Other professional support staff:
Shall be Diploma/graduates in Civil Engineering & shall have minimum 7/5
years experience.
Survey / Other Staff:
Shall have minimum 5 Years experience in the relevant field.
3.4

The Technical Proposal should include:


1) Details of back up facilities available with them in respect of surveying
facilities, computer facilities and drafting assignments.
2) A list of concurrent commitments and also indicate availability of their
staff with relevant experience, who could be mobilized by them at short

3.8
3.9

3.10
4.5

5.1

5.3

notice, which will allow him to complete the assignment within a short
period. The following details should be given:
a) Name of assignment
b) Date of' entering in to the assignment
c) No. of man months required to complete it
d) Is any of the key staff whose CV is enclosed working on the assignment
All these should be substantiated by relevant details. No change of key
personnel is permitted without prior written permission of KIADB. Such
changes may be permitted for valid reasons subject to satisfactory
replacement.
3) The Composition of the proposed staff team, the task assigned to them and
their timings.
4) Details to demonstrate capacity to mobilize resources properly so as to
complete the assignment in time.
Taxes: All taxes shall be included in the offer.
The currency in which the proposals can be expressed and contract payments
will be made is: Indian Rupees.
All the quotations should be made in Indian Rupees only with no
escalation charge and the price bid should contain no conditions.
Otherwise, the offer may, at the discretion of KIADB, be rejected.
Proposals must remain valid for 135 Days after the submission date i.e. from
02.11.2015
The date, time, and address of the opening of the technical proposal are:
04.11.2015 at 11.30 am.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
# 49, 4th & 5th Floor, East Wing, Khanija Bhavan,
Race Course Road, Bengaluru 560 001,Phone No. 080-22267891/40931272
The address to bring information to the client is:
Chief Development Officer & Chief Engineer.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
# 49, 4th & 5th Floor, East Wing, Khanija Bhavan,
Race Course Road, Bengaluru 560 001
Phone No. 080-22267891/40931272.
The Technical bids of firms having the minimum experience as per Sub clause
3.3(i)((a),(b) and (c))(refer 5.4)in Section 2 of ITC will only be considered for
evaluation and the following evaluation criteria is stipulated for
prequalification.

The marks given to technical evaluation criteria are:


1
2
3
4
5
6

Firm's relevant experience


Equipment and software proposed to be
used
Qualification and relevant experience of the
key personnel
Task assignment, manning schedule, work
plan
Performance of Consultants in KIADB
Presentation of Consultants

35
10
20
15
10
10

Only those applicants who score at least 80 marks will be deemed as qualified
for opening of Financial Proposal.
6.1

7.1

The address for negotiations is:


Chief Development Officer & Chief Engineer.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
# 49, 4th & 5th Floor, East Wing, Khanija Bhavan,
Race Course Road, Bengaluru 560 001
Phone No. 080-22267891/40931272.
The Assignment is expected to commence immediately after the completion of
this tender process.

SECTION 3
TERMS OF REFERENCE
1. BACKGROUND
2. THE PROPOSED STUDY
3. DETAILED SCOPE OF SERVICES
4. REPORTS , TIME SCHEDULE & PAYMENT SCHEDULE
5. SPECIFIC RESPONSIBILITIES OF THE CONSULTANT
6. OBLIGATIONS OF CLIENT

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD (KIADB)


Consultancy Services for preparation of Detailed Project Report (DPR) for
Providing 4 MLD of water supply including Raising Main and treatment plant to
Raichur Housing Area, Raichur from existing source at Raichur growth Centre,
Raichur District
TERMS OF REFERENCE (TOR)
1

BACKGROUND
Karnataka Industrial Areas Development Board (KIADB) is desirous of obtaining
Consultancy Services for preparation of Detailed Project Report (DPR) for
Providing 4 MLD of water supply including Raising Main and treatment plant to
Raichur Housing Area, Raichur from existing source at Raichur growth Centre,
Raichur District
The present Terms of Reference concerns the Consultancy Services for preparation
of Detailed Project Report (DPR) for Providing 4 MLD of water supply including
Raising Main and treatment plant to Raichur Housing Area, Raichur from existing
source at Raichur growth Centre, Raichur District
The proposed water supply scheme shall be formed at the land located in Raichur
Growth Centre, Raichur District.

2
2.1

2.2

THE PROPOSED STUDY


Objectives and scope of work:
The Karnataka Industrial Areas Development Board is an ISO 9001 certified,
statutory organization established under KIADB Act 1966,with the purpose of promoting
speedy and orderly development of industries throughout the state of Karnataka, by
providing state of the art basic infrastructural facilities. These basic infrastructural
facilities are necessary and congenial for development of industries and include wide
asphalted roads, on-site and off-site water supply works, drawing of power lines and
providing street lights with substation works, providing avenue plants, greenery and
other civic amenities.
The KIADB has acquired around 240 Acres of land for Raichur Housing
Area,1745Acres for Raichur Growth Centre,155Acres of land for Raichur Industrial Area.
The Board has proposed to provide watersupply to the above areas. The objective is to
prepare Detailed Project Report, for Providing 4 MLD of water supply including
Raising Main and treatment plant to Raichur Housing Area, Raichur from existing
source at Raichur growth Centre, Raichur District and to survey, prepare estimate &
tender documents suitable for local competitive Bidding and assist with establishment of
one or more constructions contracts as required.
The KIADB will select a consulting firm based on evaluation criteria mentioned in this
document.
Description of Assignment
The work shall be completed in two phases:
Phase I Preliminary Report as per the scope of work Part A and B
Phase II Detailed Project Report as per scope of work - Part C, Tender Documents
and tendering Assistance

DETAILED SCOPE OF SERVICES


3
3.1

General
The Consultant shall perform all necessary planning, engineering and
economic analysis, field investigations and related works as described
herein with due care and diligence to attain the objectives of the study.
In the conduct of his work, the Consultant shall contact the KIADB,
Karnataka Public Works Department (KPWD), KUWS & DB, Irrigation
Department, BESCOM, KSPCB and other Government Departments, Local
Bodies

and

agencies

responsible

for

planning

and

implement

of

establishment of common effluent treatment plant.


The KIADB will provide the Consultant with available reports, data and
services appropriate to achieving the objectives of the study.

The

Consultant

and

shall

be

responsible,

however,

for

the

analysis

interpretation of all data received, undertake other studies to validate the


data and give conclusions and recommendations derived from these data.
As soon as possible, after being awarded the Contract, the Consultant shall
support KIADB in preparing the timetable required for the technical and
financial implementation of the project.
3.2

Scope of work
Phase I: Preliminary Report as per scope of work detailed below.
Within the scope of this study, the Consultant shall conduct all necessary
Reconnaissance

Survey, topographical surveys, hydrological/ hydraulic

studies, soils, sub-soils and materials surveys, and all other field and
laboratory investigations required for the water supply scheme.
The Consultant shall collect all available relevant data and information for
finalising a suitable and viable alignment.
Part A
Topographic survey using total station equipment shall be conducted and a
contour map shall be prepared showing contour line drawn at an interval
of 0.5m, it shall also indicate all the prominent existing features such as
roads, railway tracks, colonies, (independent houses also), power lines,
water bodies, farms, gardens, fields etc., Fences if found shall be marked.
Few reference stones shall be marked on the survey map and their level
shall be enlisted (smaller to larger scales). Providing and fixing of boundary
stones at an intervals of 50m and additionally wherever bends occurs as
per the directions of Engineer In charge.

Block level survey of the area using latest technology shall be taken up and
a contour map shall be prepared showing contours at intervals of 0.5m. It
shall also indicate land use and all the prominent existing features such as
roads, railway tracks, colonies, independent houses, water bodies, farms,
gardens, fields, fences etc., cardinal points shall be marked with reference
stones on the ground and marked on the survey map. The RL shall be
indicated based on either an established PBM, if available, or with
reference to a TBM to be established.
Surveying the alignment of the roads, drains, water supply pipeline and
others taking cross sections at every 30m interval longitudinally and
laterally at 5m intervals up to the road width. Preparation of longitudinal
section at every 30m interval and 5m intervals at CD works and road
intersections. Preparing L-section and Cross section of the roads taken at
30m intervals etc.,
Collection of tippani copies for the acquired survey numbers from Revenue
Department, plotting the same and incorporating in the survey drawings as
per the sketch provided from Special Land Acquisition Officer Section.
Part B
The layout plan of the Industrial Area to be prepared as per the guidelines
in conformity with Town Planning Norms, The Industrial area layout plan
shall be submitted along with line estimate for comprehensive Development
of the Industrial Area in hard and soft copies. Adequate area for gardens,
open spaces and civic amenities shall be provided. There shall be a well
defined hierarchy of roads along with cross drainages, storm water drains,
culverts etc., with proper linkages to existing roads network which shall
meet the present day traffic demands. Master plans approved by GOK
under Town & Country planning act shall be invariably followed. The size
of plots (and their percentage) shall be as per the approved norms.
The sites shall be numbered as per the latest street numbering procedure.
The scheme shall also have necessary water supply includes details of
water supply identifying the source, estimation of water requirement water
supply pipe line network and details of electrical supply from KPTCL and
also estimation of power requirements (internal, feeder lines, substation,
etc.,) proposals. Location & Design CETP covering disposal of rejects if any.
The design should be based on pollution norms. Relevant IS codes,

CPHEBO guidelines and other relevant codes. Suitable location for


installing sewage treatment plant shall be indicated in the layout map &
The suggest treatment for sewage if need be considering (a) whether
individual industrial units can provide package STPs or (b) to have
common STP with connected sewage Net work (c) Estimation of Sewage
flow. If any existing water bodies are found, suggestions shall be made to
improve and to convert them into recreational spots.
The Preliminary Study shall comprise but not be limited to the following:
3.2.1 Reconnaissance Survey and alignment options
The Consultant shall carry out a reconnaissance survey, ideally before he
submits his proposal, but at least in advance of submission of his
Inception Report.
The reconnaissance survey shall cover the area through which alignment of
Roads with in the Industrial Area would be fixed and shall form the basis
for identification of the extent of the field surveys. The following are to be
done before detailed survey:
a) Reconnaissance Survey
b) Preparation of alignment option using Topo-sheets.
c) Selection of optimal alignment in consultation with KIADB.
Based on the above, the Consultant shall plan his field surveys, and
subject to the approval of KIADB, initiate these. Provisions should be made
in agreements with field survey sub-consultants, if such are to be utilised,
to incorporate minor adjustments as found required during the execution
of the Services, i.e. when detailed surveys are carried out. Such additional
work shall only be initiated in agreement with KIADB

3.2.2. Inventory
A new inventory shall be established so that the following information is
available.
Water table / HFL with height above or below road surface
Trees (within ROW), No., Name of species and girth to be given
Land use (agriculture, barren, built-up, village, urban) in ROW
and adjoining area.
Utility lines, incl. type and location, each utility type to be
marked out and shown including presence of underground
utility services.
Existence of roads, cross roads, pathways etc., on the alignment.
The inventory shall be presented in tabular format giving chainages and

lengths of registered features.


Photographs representing typical issues and having a bearing on design
should also be taken.
Regular test pits shall be dug at the ROW at regular intervals as specified
by IRC for finding out the following.
Atterberg Limits and grain size
In situ density and moisture content
Laboratory CBR (4 day soaked at three energy levels)
Swelling index
3.2.3. Hydrology and Drainage Investigations
The Consultant shall conduct and provide a complete description of the
features of the area. Such features shall at least include:
a) Information about soils vegetation and drainage pattern along
the Project Road, flooding of flat
areas, etc.
b) All necessary hydrological and other data for storm water and
sub-surface drainage systems design;
c) Characteristics of water crossings and hydrological structures
The hydraulic investigations shall be carried out in accordance with
relevant IRC Standard and supplemented by other relevant sources of
information. Hydraulic calculations shall be made following these
Guidelines in order to design CD works, embankment heights, etc. to
justify and provide the basis for the Preliminary engineering
design/checking of all crossings, drainage systems, retaining walls/stone
pitching including preliminary costing.
3.2.4. Soils Investigations
Test pits shall be dug along the alignment. The minimum distance
within such sections shall be 200 mts, but closer intervals shall be used
where swelling soils and other unsuitable soils appear to be present. Test
pits shall be 1.5m x 1.5m and shall be dug to 1.5m depth. The soil strata
shall be recorded, and samples taken at 1.0m depth shall be tested as
follows:
Atterberg Limits and grain size
In situ density and moisture content
Laboratory CBR (4 day soaked at three energy levels)
Swelling index
Test pits shall also be dug at locations where new CD works are to be
provided. Sampling and testing shall be as described above.
3.2.5. Materials Investigation
The Consultant shall identify sources of suitable materials for the works
including embankment fill, unbound pavement materials, sand, quarry
products, cement, bitumen, steel and water in sufficient quantity and
quality to meet the requirements of the Project. He shall present test
reports and sketches/maps showing locations of material sources. Tests on
materials should be planned to document the quality as required by

relevant IS specifications.
The following tests are likely to be required:
For Fill and Sub base Material:
Atterberg Limits and Particle Size analysis
Compaction characteristics
CBR value (4 day soaked at three energy levels)
Swelling index
For Stone aggregate:
Flakiness
Aggregate impact value (or Los Angeles Abrasion Value)
Soundness
Stripping Test for assessing adhesion with bitumen (For stone to
asphaltic materials only)
3.2.6. Preliminary Design
Based on the traffic studies, Right-of-way (ROW) and geotechnical
investigations, the Consultant shall develop all possible preliminary
designs and strip maps necessary for the project.
The Consultant shall carry out the following activities:
i) Analyse all data collected and all available field survey data.
ii) Prepare preliminary designs for:
Formation of roads, drainage systems & other connected CD Work
Junction designs
Provision of roadside facilities, bus stops, bus bay,
Storm water drain
Rain water harvesting
STP/ ETP if any
Solid waste management covering, collection and disposal
Preparation of detailed drawings & estimates for all the above
works
Any other details required the project may also be worked out
Details to be collected from the consultants in consultations with the
concerned authorities / personals and preliminary designs are to be
provided.
This will inter alia include:
Definition of geometric design criteria and typical cross sections based on
projected traffic.
New pavement design shall be in accordance with as per relevant IRC
standards including MOST / ADB addendum expanding the design traffic
range. Shoulders shall permit drainage of the lower pavement layers under
the carriageway.
A bridge and CD works shall be designed and quantities shall be
established. GADs shall be prepared for bridges and typical drawings shall
be shown for the various types of CD works.
3.2.7. GIS
It is proposed to keep all data captured during surveys in a GIS. For this
purpose before commencement of surveys the reference points of Survey of

India maps be undertaken and the scheme plotted with various details.
The entire output should be made available to the client to be used in
MAPINFO and AutoCAD Software. For this purpose consultant must
thoroughly understand the requirement of the client and perform surveys
and capture the data accordingly. For pipeline works
3.2.8. Economic Viability
(i)

Construction Cost Estimates

The Consultant shall prepare preliminary estimates of quantities with an


accuracy of +/- 10% of the works under Phase 1 of the services.

The

estimates shall be prepared, showing separately the quantity required and


estimated cost of each item.
Preliminary cost estimates with an accuracy of +/- 10% shall be based on
locally derived unit prices (State KPWD, KUWS & DB, MI WRD, Electrical
Schedule of rates applicable to the state of Karnataka), for materials, as
appropriate for the previously estimated quantities. The estimates will also
indicate tax and duty components of the costs of works, and provision
shall be made for unforeseen contingencies and for costs of consultant's
fees and project administration. All cost estimates shall be expressed in
Indian Rupees at price level of current existing year.
3.2.9. Land Acquisition
All lands acquired for this project shall be clearly marked on Revenue
(Village) Survey Maps with Survey numbers, Part numbers, Structure
details, Khata holder so that land acquisition can be speedily proceeded
with. Consultants may specifically note this
3.3

Phase 2: Detailed Project Report as per scope of work part C detailed


below. Tender Documents and tendering Assistance , Assisting KIADB
in finalizing the tender etc.
3.3.1. General
The Consultant shall provide detailed engineering design for the water
supply scheme with cost estimates, prequalification and bidding
documents prepared on the basis of the findings of the
Feasibility/Preliminary Study, all as agreed with KIADB The Tender
Documents shall be suitable for calling tenders by Engineering
procurement contract (EPC), Turnkey, BOT, BOOT, ANNUITY and be in
such detail as to enable the rehabilitation works to be satisfactorily
implemented by contract..
The tender Documents shall include provisions for maintenance of the
water supply scheme for a period of 3 years after completion of the Works.
The maintenance shall be performance based and the requirement shall be
specified.
1. Design, detailed drawings and working drawings, other connected

2.
3.

4.

5.

6.

7.
8.
9.
10.

11.

12.

13.
14.
15.
16.

17.

components including structural designs of all the necessary items


for CETP and implementation of the project in total completed
manner.
Design of all the structures, pipeline network (Internal and External)
including conducting SBC of soil, marking out, structural drawings
Preparation of detailed and abstract estimates of all the components
as detailed above, based on Current SRs of KPWD, , KUWS & DB,
MI WRD, Electrical Schedule of rates etc., for the current year
Preparing technical specifications for all items of work and preparing
draft tender documents for inviting tenders and assisting KIADB in
evaluation of tenders Technical bid and finalizing the tender
Submission of draft tenders papers in two sets, after approval of one
set of tender document including tender drawings, general
conditions of contract, specifications, schedules, particular
specification, prices of quantities etc., complete, prepared on the
basis of KIADB norms for inviting tenders
Regular inspection of works by a qualified Supervisor / Engineer
during execution of the project and furnishing technical
clarifications as required in writing on the requisition of the Officerin-charge during execution of works and periodical inspection by the
Chief Consultants, the visits will made by the consulting agency at
their own cost. The project period to be considered is 12 months
Any other clarifications required on designs drawings, etc., required
by the Board for the successful completion of the scheme
Submission of three (3) sets of As built drawings in coordination
with the concerned executing agency
All drawings shall be submitted in hard copy as well as also in soft
copy
All modification suggested by the Board/Engineer-in-charge should
be incorporated in the designs/reports till all the works are
completed and commissioned. No additional payments will be made
for incorporation of any modification suggested by the
Board/Engineer-in-charge
Quality assurance and quality control tests of various components
of work to be conducted by the implementing agency or their
representatives / PWD shall be verified and certified
All equipment data sheets shall be verified for certification before
manufacture. The equipment shall include pumps, pipes, valves,
STP equipments, instruments, electrical items etc
KIADB will Assist in getting Pollution Control Board approval
Assist KIADB in working out water rates to be charged to the
entrepreneurs
Any other clarifications required on designs, drawings, etc., required
by the Board for the successful completion of the scheme
Assistance and association with installation of equipment and
machinery, pre- commissioning and post commissioning tests of
same
All drawings shall be submitted in Original on tracing films along

18.

19.

20.
21.
22.
23.

with blue prints/reproducible tracing films of extra copies as


indicated
All modification suggested by the Board/Engineer in charge should
be incorporated in the designs/reports till all the works are
completed and commissioned. No additional payments will be made
for incorporation of any modification suggested by the
Board/Engineer in charge
Design of water supply works /structures including conducting SBC
of soil , marking out, structural drawings, details design and
drawings, etc
Design of ducts/corridor for power supply, etc,
Marking of pipelines alignment and other details
Quality assurance and quality control tests
Any other works as suggested by the KIADB

PART-C
After approval of the layout plan by the Board, the detailed estimate to
be prepared based on Geometric and pavement design of roads, cross
drainage works, study of the drainage pattern of the area, longitudinal
design of storm water drains, design of electrical infrastructure such as
LT lines such as street lights, Pump House, design of accessories for
water supply, etc., Design of water supply works such as No. of Bore
wells, OHT, GLSR, and distribution network (Internal) etc., design of
ducts/corridor for power supply, telephone lines, rain water
harvesting, solid waste management, UGD, EST / STP etc., with all the
mentioned and other relevant details, preparation of detailed estimate
of the project based on the specifications of the current Schedule Rates
of KPWD, KUWS & DB,MI WRD, PHE and as per the directions of the
Development Officer/ Engineer in Charge. The consultants shall
provide all relevant drawings, designs, marking out and alignment of
roads, water supply, electricity and all relevant works to the
Development Officer/ Engineer in charge.
All the above details should be submitted both in soft copy and hard copies
in five sets. The DPR shall contain all the above details and the Consultant
shall incorporate all the valid suggestions made by the Board from time to
time before finalizing.
3.3.2 Detailed Engineering Design
The Consultant shall carry out detailed engineering design of
the water supply scheme using technically and economically sound
engineering practices. While performing the detailed engineering
design, the Consultant shall inter alia carry out:
i) Supplementary field surveys, as described under Phase 1.
ii) Detailed horizontal and vertical alignment and cross sections each
50m,including super elevation over proposed pavement. The
Consultant shall identify road sections subject to flooding and

provide design for raising such sections


iii) Identification of locations and provision of bus bays, sight
distance improvements, signs and markings, speed reducing
measures etc.
iv) Design of junctions, road signs and markings, other road
furniture and roadside features as deemed necessary
v) Designs shall be done for the alternatives i.e., flexible pavement
and rigid pavement.
vi) Construction drawing
3.3.3 Technical Specifications
The Consultant shall develop technical specifications for the
recommended project including specifications for materials and
methods of work, including e.g. specifications for pavement subbase, base and surface materials, materials for structures, concrete
and concrete mix materials. The Consultant will take into account
the Ministry of Surface Transport Road Works Specifications, make
modifications where appropriate, based on careful assessment of
locally available materials and will determine the technically
acceptable and the most cost-effective technical specifications and
construction/improvement methods. Design of water supply works
/structures including conducting SBC of soil, marking out,
structural drawings, details design and drawings, etc. Design of
ducts/corridor for power supply, etc, Marking of pipelines
alignment and other details, Quality assurance and quality control
tests shall be included.
All the above details should be submitted both in soft copies (two sets)
and hard copies Six (copies) after finalization of the draft estimate and
draft tender schedule by the KIADB.
The Chief Executive Officer & Executive Member reverses the right to
accept/reject the Consultancy Services without assigning any reasons.
3.3.4 Cost Estimates
(a)The Consultant shall develop cost estimates based on Bill Of
Quantities (BOQ) within a level of accuracy of plus/minus 10 percent
of true cost. The base prices shall be based on PWD Schedule of Rates
applicable to the state of Karnataka. And for the bridges & CD works
Schedule of Rates Category I/Category II, KUWS and DB as applicable,
should be adopted. Provision shall be made for items such as
relocation of utilities, compensation for property, land and crops,
shoulder improvement, drainage structures, pavement markings,
treatment of road junctions and road sections passing through
villages/towns, slope protection, carriageway protection and traffic
signs, construction of temporary diversion of roads wherever needed.
3.3.5. Project Reports and Drawings
The Consultant shall prepare the following:

i) Comprehensive plan and profile drawings on A1 paper to the scale of


1:1,000 and longitudinal profiles 1:1000 / 1:100 for water supply scheme
works indicating relevant landmarks, reference points, bench mark
locations of maintenance activities, drainage facilities and their required
improvements.
ii) Schedule of proposed bridges, culverts, 1ined drains, retaining walls,
stone pitching and other protective works describing location, waterway
dimensions, designed invert levels, deck levels, bed slopes and parapet
levels. GAD and construction drawings for bridges
iii) Bill of Quantities, cost estimates and updated economic evaluation for
the Project of the water supply schemes.
iv) Typical drawings for culverts, road cross-sections, junctions, drains,
safety devices, distribution network and road appurtenances.
v) Synthesized reports of all field investigations, traffic and other data
collected during the study.
vi) The results of the study shall be presented in the form of;
Main Report comprising i.e. the methodology adopted for
improvements, design, cost estimation and project evaluation.

Soils and Materials Report.

Drawings as described above.

Data collected.

REPORTS, TIME SCHEDULE AND PAYMENT SCHEDULE


4.1

Reports
The Consultant shall submit Phase I reports both in hard and soft copies
in English and in MS-WORD/MS-EXCEL/MS-ACCESS/MS-POWER POINT
format and presented on metric A-4 sized paper. Each of the reports will
be presented to a Board Committee as an audio-visual presentation.
Phase 1: Preliminary Report
a) Inception Report - 4 copies to be submitted
This shall summarize:
the initial findings of the Consultant based on his Reconnaissance
Survey Give defined proposals
covering the methodologies of the economic evaluation
for preliminary engineering study
for the detailed work plan to conduct the Phase 1 study
b) Alignment options
c) Monthly Progress Reports
Any other necessary details to implement the project.
This shall detail all work performed during the reporting period including
utilization of the study personnel and provide details of planned activities

for the following reporting period. It shall also identify actual and
anticipated difficulties and delays in the work, causes, and the remedies
proposed to solve them - 4 copies to be submitted.
d) Draft preliminary Report
This shall summarize the findings, analysis, results and recommendations
of the Phase 1 study with all supporting material - 4 copies to be
submitted.
e) Final Preliminary Report
This shall incorporate all revisions deemed necessary arising from
comments received from the KIADB. Ten (10) copies to be submitted
Phase 2:

Detailed Engineering Design & Project Report,

a) Monthly Progress Reports


These shall be prepared at monthly intervals as described under Phase 1.
b) Draft Project Report:
This shall summarize the findings, analysis, results, and recommendations
of the detailed engineering design and shall contain Draft Tender
Documents and all supporting material - 4 copies to be submitted.
The Consultant shall make a presentation of the Design at this stage of the
study before submitting the final report.
c) Final Project Report.
This shall incorporate all revisions deemed necessary arising from
comments received from the KIADB Ten (10) copies to be submitted.
d) All Applications with Annexures filled in with all details for utility
shifting; land acquisition, tree cutting permission and other
statutory permissions shall be submitted.
Note: KIADB will assist the consultant to obtain the statutory
permission from the concerned authorities
All reports and documents relevant to the project, maps, field survey
notes/calculations,

Investigation

reports,

Survey

Data,

computer

programmes etc., shall become the property of the KIADB. The Consultant
shall provide the originals and soft copies of maps, plans and all drawings
with final tender documents.
4.2

Time Schedule
The following time schedule shall be in weeks for carrying out the

Consultancy Services for preparation of Detailed Project Report


(DPR) for Providing 4 MLD of water supply including Raising Main
and treatment plant to Raichur Housing Area, Raichur from existing

source at Raichur growth Centre, Raichur District.

4.3

Commencement of the Services:

Inception Report:

Second Week

Progress Report:

Fourth Week

Draft Preliminary Report

Comments and Approval by KIADB:

Eighth Week

Final Project Report:

Twelfth Week

Sixth Week

PAYMENT SCHEDULE
Sl
No.

Completion of component

Submission of Draft survey report as per the scope


of work specified in TOR Phase I part A & B.
Final survey report as per the scope of work
specified in TOR Phase I.
Submission of Draft Detailed project report (DPR) in
one set as per the scope of work specified in TOR
Phase II part C.
Submission of Finalized detailed project report in
stipulated number of sets as per the detailed scope
of services specified in Clause 3 of TOR.
Amount will be released after completion of the
project.

2
3
4
5

4.4

First Week

Percentage of total
amount to be
released
20%
20%
30%
20%
10%

Key Professional Staff


Key personnel for the study shall include but not limited to the following:
1
2
3

Team Leader
:
Other Key Professionals
:
Other professional support :
staff
4 Survey / Other Staff
:
Minimum qualifications required as per 3.3 (iii) Data

3 Months
3 Months
3 Months
2 Months
sheet of ITC

CVs of the proposed Key Personnel are required to be submitted in


required format signed by authorized representation of firm and the
concerned person.
5

SPECIFIC RESPONSIBILITIES OF THE CONSULTANT


The consultant shall be fully responsible for collecting data and
information from Government agencies after paying any necessary charges.
All information, data and reports obtained from the Government agencies
in the execution of the services shall be properly reviewed and analyzed by
the Consultant. The responsibility for the correctness of using such data
shall rest with the Consultant. All such information, data and reports shall
be treated as confidential.
The Consultant shall be responsible for arranging necessary living
accommodation,

office

facilities,

transportation, equipment

supplies,

surveys, investigations, testing, secretarial services and all other input


required for the purpose of the services.
The

Consultant

shall

make

his

own

arrangements

for

document

reproduction, printing and reproduction of all study reports during the


course of the study.
5.1

Any lapses in wrong data collection from Government or any others


Agencies in the preparation of DPR leading to financial implication to the
concessionaire the Responsibility of Correctness is with the consultant.

5.2

The

consultant

should

Redesign

the

project

if necessary

due

to

Circumstantial change in sital conditions.


6

OBLIGATIONS OF THE CLIENT


6.1

Documents
The KIADB shall provide the Consultant with copies of all the available
data and reports, considered relevant to the execution of the Consultants
work.

6.2

Liaison and Access


The KIADB shall provide liaison with other Government agencies and
Departments for the introduction of the Consultant. The Consultant shall
be given unhindered access to the relevant agencies in order to carry out
the study.

SECTION 4

TECHNICAL PROPOSAL SUBMITTALS REQUIRED

4A

Technical proposal submission form

4B

Firms References

4C

Firms comments and suggestions on the Terms of Reference and on


data, services, and facilities to be provided by the client.

4D

Approach paper on methodology and work plan for performing the


assignment.

4E

Composition of the team and task(s) of each team member.

4F

Curriculum vitae of proposed professional staff

4G

Time schedule for professional personnel.

4H

Activity (work) schedule.

4I

SUMMARY SHEET Relevant Project Experience (Last Five Years)

4J

Equipment and Names of Technical Software.

4A. TECHNICAL PROPOSAL SUBMISSION FORM


[Location, Date]

FROM: (Name of Consultant)


______________________
______________________
______________________
______________________

TO: (Name and Address of Client)


Chief Development Officer
& Chief Engineer
KARNATAKA INDUSTRIAL AREAS
DEVELOPMENT BOARD

49, 4th & 5th Floor, East Wing,


Khanija Bhavan, Race Course
Road, Bengaluru 560 001

Ladies/Gentlemen:
Subject: Hiring of Consultants for Consultancy Services for preparation of
Detailed Project Report (DPR) for Providing 4 MLD of water supply including
Raising Main and treatment plant to Raichur Housing Area, Raichur from
existing source at Raichur growth Centre, Raichur District.. Technical Proposal.
We, the undersigned, offer to provide the consulting services for the above in
accordance with your Request for Proposal dated [Date], and our Proposal. We are
hereby submitting our Proposal which includes this Technical Proposal, and a
Financial Proposal sealed under a separate envelope.
If negotiations are held during the period of validity of the Proposal, i.e., before
[Date] we undertake to negotiate on the basis of the proposed staff. Our Proposal is
binding upon us and subject to the modifications resulting from contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Consultant:
Address:

4B. FIRM'S REFERENCES


Relevant Services carried out in the last Five Years (2010-11 to 2014-15) that best
illustrate qualifications
Using the format below, provide information on each reference assignment for which
your firm/entity, either individually as a corporate entity or as one of the major
companies within an association, was legally contracted.
Assignment Name:
Country:
Location within Country:

Professional Staff Provided by your


Firm/Entity (profiles):
No of Staff:
No of Staff Months:
Duration of Assignment:

Name of the Client:


Address:
Start Date (Month/Year):

Completion Date
(Month/Year):

Name of the Associated Consultants if any

Aprox Value of Services


in Rs:
Number of Months of Prof.
Staff provided by
Associated Consultants:

Name of Senior Staff involved and functions performed


Narrative description of the project

Description of Actual Services provided by your Staff:

Name of Firm:
*Note:
1. Completed projects only will be considered for experience and the ongoing
projects will be considered if 80% of the work (substantially) completed.
2. The certificates from the competent authority not below rank of Exeuctive
Engineer shall be enclosed as proof of experience.
3. Separate list of the projects with proof shall be enclosed for considering
the criteria mentioned in 3.3(i) and (ii) under Section 2 - preparation of
proposal.

4B-(i) Ongoing commitments of the bidder


Descript
ion
of
work

Place

Name
&
addre
ss of
Emplo
yer

Contr
act
no.
and
date

Value of
contract
(Rs.
In
lakhs)

Stipulate
d period
of
completio
n

Reaming
portion of
the project
(in
percentag
e)

Reamin
g Value
of the
(Rs. In
lakhs)

Anticipat
ed date of
completio
n of the
project

remarks

10

4C. CONSULTANT'S COMMENTS AND SUGGESTIONS ON


THE TERMS OF REFERENCE AND ON DATA, SERVICES.

On the Terms of Reference:

1.
2.
3.
4.
5.

4D.

APPROACH PAPER ON METHODOLOGY


PERFORMING THE ASSIGNMENT

AND

WORK

PLAN

FOR

CONSULTING FIRM'S NAME:

Please structure this text in a manner corresponding to the Scope of Work, as given in
the Terms of Reference.

4E.
1

COMPOSITION OF THE TEAM PERSONNEL, AND TASK(S) OF EACH TEAM


MEMBER
Technical/ Managerial Staff

Sl.
No
.

Name

Position

Task

Position

Task

1.
2.
3.
4.

Support Staff

Sl.
No
.
1.
2.
3.
4.

Name

4F. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

Proposed Position: __________________________________________________________________


Name of Firm: ____________________________________________________________________
Name of Staff: ____________________________________________________________________
Profession: ____________________________________________________________________
Date of Birth: ____________________________________________________________________
Years with Firm/Entity: _____________

Nationality: ____________________

Membership in Professional Societies:


___________________________________________________
_____________________________________________________________________
Detailed Tasks Assigned: ________________________________________________
____________________________________________________________________
Key Qualifications:
[Give an outline of staff member's experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant
previous assignments and give dates and locations. Use about half a page]
_____________________________________________________________________
Education:
[Summarise college/university and other specialised education of staff member, giving
names of schools, dates attended, and degrees obtained. Use about one quarter of a
page. ]
_____________________________________________________________________
Employment Record:
[Starting with present position, list in reverse order every employment held. List all
positions held by staff member since graduation, giving dates, names of employing
organisations, titles of positions held, and locations of assignments. For experience in
last ten years, also give types of activities performed and client references. where
appropriate. Use about three-quarters of a page.]
_____________________________________________________________________

Languages:
[For each language indicate proficiency: excellent, good, fair, or poor; in speaking,
reading, and writing]
____________________________________________________________________

Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data
correctly describe me, my qualifications, and my experience. I also undertake that I
am available for this project during entire duration.
____________________________________________Date:____________________
[Signature of staff member]

Day / Month / Year

Full name of staff


member:____________________________________________________________

I hereby give an undertaking to the effect that the above mentioned staff would be
available for Karnataka Road Development Corporation Limited during the period of
consulting service.

____________________________________________Date:____________________
[Signature of authorised representative of the Firm]
Day / Month / Year

Full name of authorised representative of firm___________________________.

4G.

Sl.
No.

TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

Name

Position

Reports Due/
Activities

Weeks (in the form of a Bar Chart)

1 2 3 4 5 6 7 8 9 10 -- -- Number of
Weeks
Subtotal (1)

Subtotal (2)

Subtotal (3)

Subtotal (4)

---Full-time:
________
Reports Due:
________
Activities Duration: ________

Part-time:

______________

Signature: _________________________________
(Authorised Representative)
Full Name: _______________________________
Title: ____________________________________
Address: _________________________________

4H.

ACTIVITY (WORK) SCHEDULE

A.

Field Investigation and Study Items:

[1st,

Sl.
No.

Item of Activity
(Work)

1st

2nd

3rd

______________
______________
______________
______________
______________

B.
Rep
orts
:
I
n
c
e
p
t
i
o

Completion and Submission of Reports

Weekwise Program (in form of Bar Chart)


etc. are months from the start of assignment]

2nd,
4th

5th

6th

7th

8th

9th

10th

---th

----th

n
R
e
p
o
r
t
*
In
c
e
p
t
i
o
n
R
e
p
o
r
t
*
1. I
n
c
e
p
t
i
o
n
R

e
p
o
r
t
*

Pr
e
l
i
m
i
n
a
r
y
D
r
a
f
t
R
e
p
o
r
t
2. P
r
e
l
i
m

i
n
a
r
y
D
r
a
f
t
R
e
p
o
r
t

Dr
a
f
t
P
r
o
j
e
c
t
R
e
p
o
r
t

a
n
d
D
r
a
f
t
T
e
n
d
e
r
D
o
c
u
m
e
n
t
s
3. D
r
a
f
t
P
r
o
j
e
c
t

R
e
p
o
r
t
a
n
d
D
r
a
f
t
T
e
n
d
e
r
D
o
c
u
m
e
n
t
s

Fi
n
a
l

P
r
o
j
e
c
t
R
e
p
o
r
t
a
n
d
F
i
n
a
l
T
e
n
d
e
r
D
o
c
u
m
e
n
t

s
4. F
i
n
a
l
P
r
o
j
e
c
t
R
e
p
o
r
t
a
n
d
F
i
n
a
l
T
e
n
d
e
r
D
o

c
u
m
e
n
t
s

*Modify as required for the assignment

4I.
SU
M
M
A
R
Y
S
H
EE
TRe
le
va
nt
Pr
oj
ec
t
Ex
pe
rie
nc
e
(L
as
t
fiv
e
ye
ar
s
20
10
11
to
20
14
15
)
Proje
ct
Name

N
am
e of
the
Em
ploy
er
Na
me
of
the
Em
ploy
er
Des
crip
tion
of
the
wor
k P
rim
e/
sub
con
sult
ant
V
alu
e of
Con
trac
t for
app
lica
nt
Pri
me
/
sub
con
sult
ant
V
alu
e of
Con
trac
t for
app
lica
nt
Val
ue
of
Con
trac
t for
app
lica
nt
Dat

e of
issue
of
work
order
Stip
ulate
d
perio
d of
comp
letion
Act
ual
date
of
comp
letion
(*) R
emar
ks to
expla
in
any
delay
in
comp
letion
of
work
Stipu
lated
perio
d of
comp
letion
Act
ual
date
of
comp
letion
(*) R
emar
ks to
expla
in
any
delay
in
comp
letion
of
work
Actua
l date
of
comp
letion
(*) R
emar
ks to

expla
in
any
delay
in
comp
letion
of
work
Rema
rks to
expla
in
any
delay
in
comp
letion
of
work

*Atta
ch
certifi
ed
proof

4J.Equipment & Name of Technical Software

Sl
No.
1
2
3
4

Type of equipment
Total Stations with accessories
Computers
Colour Plotters
Printers

Required
Minimum No.
6
10
1
3

Software to be provided is as per the detailed scope of service specified in


Section 3 of Terms of Reference (TOR).

Auto CAD.

MAPINFO.

M.S. Office.

SECTION 5. FINANCIAL PROPOSAL STANDARD FORMS

5A. Financial Proposal submission form.


5B. Financial Bid.

5A. FINANCIAL PROPOSAL SUBMISSION FORM


[Location, Date]
FROM: (Name of Consultant)
TO: (Name and Address of Client)
Chief Development Officer & Chief Engineer
KARNATAKA INDUSTRIAL AREAS
DEVELOPMENT BOARD
49, 4th & 5th Floor, East Wing, Khanija Bhavan,
Race Course Road, Bengaluru 560 001
Phone No. 080-22267891/40931272..
______________________
Ladies/Gentlemen:
Subject: Hiring of Consultants for Consultancy Services for preparation of
Detailed Project Report (DPR) for Providing 4 MLD of water supply including
Raising Main and treatment plant to Raichur Housing Area, Raichur from
existing source at Raichur growth Centre, Raichur District.
We, the undersigned, offer to provide the consulting services for the above in
accordance with your Request for Proposal dated [Date], and our Proposal (technical
and Financial Proposals). Our attached financial proposal is for the sum of [Amount in
words and figures].
Our financial proposal shall be binding upon us subject to the modifications resulting
from contract negotiations, up to expiration of the validity period of the Proposal, i.e.,
[Date].
We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in
India namely Prevention of Corruption Act1988.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of the Consultant:
Address:

5B: FINANCIAL BID


Description of the work
Unit

Sl
No
.
1

Consultancy Services for


preparation
of
Detailed
Project Report (DPR) for
Providing 4 MLD of water
supply including Raising
Main and treatment plant to
Raichur
Housing
Area,
Raichur
from
existing
source at Raichur growth
Centre, Raichur District.
periodical inspection of works
for till completion (12 to
24months) etc as per the scope
of work and tender conditions
specified in this bid document
and as per the directions of the
KIADB.
The work shall be completed in
two phases: Phase I:
Preliminary Report as per
scope of work. Part- A & B
Phase II: Detailed Project
Report as per scope of work
Part C, Tender Documents
and Tendering Assistance.

Consultant

Offer (Inclusive of all taxes)


Rs. in
Rs.in words
figures

Lumpsum

Chief Development Officer &


Chief Engineer

SECTION 6 : CONTRACT FOR CONSULTANTS SERVICES

Between

____________________________

[Name of Client]

and
____________________________

[Name of Consultants]

Dated :

I. FORM OF CONTRACT
This CONTRACT (hereinafter called the "Contract") is made the _________ day of the
month of______________, 20___ , between, on the one hand, ___________ (hereinafter
called the "Client") and, on the other hand,
_______________(hereinafter called the
"Consultants").
[*Note: If the Consultants consist of more than one entity, the above should be
partially amended to read as follows:
......(hereinafter called the "Client") and, on the other hand, a joint venture consisting of
the following entities, each of which will be jointly and severally liable to the Client for
all the Consultants' obligations under this Contract, namely, ________________ and
_______________________ (hereinafter called the "Consultants.")]
WHEREAS
(a) The Client has requested the Consultants to provide certain consulting services as

defined in the General Conditions of Contract attached to this Contract (hereinafter


called the "Services");
(b) The Consultants, having represented to the Client that they have the required
professional skills, and personnel and technical resources, have agreed to provide
the Services on the terms and conditions set forth in this Contract;
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an integral part of
this Contract:
(a) The General Conditions of Contract (hereinafter called "GC");
(b) Letter of invitation.
(c) Information to Consultants.
(d) Terms of Reference.
(e) Technical proposals.
(f) Financial Proposals.
(g) Any other document listed in this RFP &
(h) The following Appendices:
Appendix A: Description of the Services
______________
Appendix B: Reporting Requirements ______________
Appendix C: Key Personnel and Sub-consultants ----------------------Appendix D: Services and Facilities to be provided by the Client ______________
Appendix E: Breakdown of Contract Price
______________
[Note: If any of these Appendices are not used, the words "Not Used" should be inserted
below next to the title of the Appendix on the sheet attached hereto carrying the title of
that Appendix.]
2. The mutual rights and obligations of the Client and the Consultants shall be as set
forth in the Contract, in particular:
a. The Consultants shall carry out the Services in accordance with the provisions of
the Contract; and
b. the Client shall make payments to the Consultants in accordance with the
provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in
their respective names as of the day and year first above written.

FOR AND ON BEHALF OF


[NAME OF CLIENT]

By
(Authorized Representative)

FOR AND ON BEHALF OF


[NAME OF CONSULTANT]

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

FOR AND ON BEHALF OF EACH OF


THE MEMBERS OF THE CONSULTANTS
[Name of Member]
By
(Authorized Representative)

[Name of Member]

By
(Authorized Representative)
etc.

1
1.1

1.2

1.3

1.4

II. GENERAL CONDITIONS OF CONTRACT


GENERAL PROVISIONS
Definitions
Unless the context otherwise requires, the following terms whenever used in
this Contract have the following meanings:
a) "Applicable Law" means the laws and any other instruments having the
force of law in India, as they may be issued and in force from time to
time;
b) Board means KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
c) "Contract" means the Contract signed by the Parties, to which these
General Conditions of Contract (GC) are attached, together with all the
documents listed in Clause 1 of such signed Contract;
d) Effective Date means the date on which this Contract comes into force
and effect pursuant to Clause GC 2.1
e) Contract Price means the price to be paid for the performance of the
Services, in accordance with Clause 6;
f) "GC" means these General Conditions of Contract;
g) "Government" means the Government of Karnataka;
h) "Local currency" means Indian Rupee;
i) "Member", in case the Consultants consist of a joint venture of more than
one entity, means any of these entities, and "Members" means all of these
entities; Member in Charge means the entity specified in the SC to act on
their behalf in exercising all the Consultants rights and obligations
towards the Client under this Contract.
j) "Party" means the Client or the Consultants, as the case may be, and
Parties means both of them;
k) "Personnel" means persons hired by the Consultants or by any Subconsultant as employees and assigned to the performance of the Services
or any part thereof; and key personnel means the personnel referred to in
Clause GC4.2 (a)
l) "SC" means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;
m) "Services" means the work to be performed by the Consultants pursuant
to this Contract as described in Appendix A; and
n) "Sub-consultant" means any entity to which the Consultants subcontract
any part of the Services in accordance with the provisions of Clauses 3.5
and 4.
o) Third party means any person or entity other than the Government, the
Client, the Consultants, or a Sub-Consultant.
Law Governing the Contract
This Contract, its meaning and interpretation, and the relation between the
Parties shall be governed by the Applicable Law except arbitration, price
escalation and advance payment clauses as decided by the Board
Language
This Contract has been executed in English language, which shall be the
binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.
Notices
Any notice, request or consent made pursuant to this Contract shall be in
writing and shall be deemed to have been made when delivered in person to

1.5

1.6

1.7

2
2.1

2.2

2.3

2.4

2.5

an authorized representative of the Party to whom the communication is


addressed, or when sent by registered mail, telex, telegram or facsimile to
such Party at the address specified in the Contract.
Location
The Services shall be performed at such locations as are specified in Appendix
A and, where the location of a particular task is not so specified, at such
locations, whether in Karnataka or elsewhere, as the Client may approve.
Authorized Representatives
Any action required or permitted to be taken, and any document required or
permitted to be executed, under this Contract by the Client or the
Consultants may be taken or executed by the officials specified in the
Contract.
Taxes and Duties
The Consultants, Sub-consultants and their Personnel shall pay such taxes,
duties, fees and other impositions as may be levied under the Applicable Law,
the amount of which is deemed to have been included in the Contract Price.
Commencement, Completion, Modification and termination of Contract
Effectiveness of Contract
This Contract shall come into effect on the date the Contract is signed by both
Parties or such other later date as may be stated in the Contract
Commencement of Services
The Consultants shall begin carrying out the Services within seven (07) days
after the date the Contract becomes effective, or at such other date as may be
specified in the Contract
Expiration of Contract
Unless terminated earlier pursuant to Clause 2.7, this Contract shall
terminate at the end of such time period after the Effective Date as is
specified in the Contract.
Modification
Modification of the terms and conditions of this Contract, including any
modification of the scope of the Services or of the Contract Price, may only be
made by written agreement between the Parties.
Force Majeure
2.5.1. Definition
For the purposes of this Contract, "Force Majeure" means an event which is
beyond the reasonable control of a Party, and which makes a Party's
performance of its obligations under the Contract impossible or so impractical
as to be considered impossible under the circumstances.
2.5.2. No Breach of Contract
The failure of a Party to fulfill any of its obligations under the contract shall
not be considered to be a breach of, or default under this Contract insofar as
such inability arises from an event of Force Majeure, provided that the Party
affected by such an event (a) has taken all reasonable precautions, due care
and reasonable alternative measures in order to carry out the terms and
conditions of this Contract, and (b) has informed the other Party as soon as
possible about the occurrence of such an event.
2.5.3. Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete
any action or task, shall be extended for a period equal to the time during
which such Party was unable to perform such action as a result of Force

Majeure.
2.6 Suspension
The Client may by written notice of suspension to the Consultants, suspend
all payments to the Consultants hereunder if the Consultants fail to perform
any of their obligations under this contract, including the carrying out of the
Services, provided that such notice of suspension (i) shall specify the nature
of the failure, and (ii) shall request the Consultants to remedy such failure
within a period not exceeding thirty (30) days after receipt by the Consultants
of such notice of suspension.
2.7 Termination
2.7.1. By the Client
The Client may terminate this Contract, by not less than thirty (30) days
written notice of termination to the Consultants, to be given after the
occurrence of any of the events specified in paragraphs (a) through (d) of this
Clause 2.7.1 and sixty (60) days in the case of the event referred to in (e):
a) if the Consultants do not remedy a failure in the performance of their
obligations under the Contract, within thirty (30) days of receipt after
being notified or within such further period as the Client may have
subsequently approved in writing;
b) if the Consultants (or any of their Members) become insolvent or
bankrupt;
c) if, as the result of Force Majeure, the Consultants are unable to
perform a material portion of the Services for a period of not less than
sixty (60) days; or
d) if the consultant, in the judgment of the Client has engaged in corrupt
or fraudulent practices in competing for or in executing the Contract.
For the purpose of this clause:
Corrupt practice means the offering, giving, receiving or soliciting of
anything of value to influence the action of a public official in the selection
process or in contract execution. Fraudulent practice means a
misrepresentation of facts in order to influence a selection process or the
execution of a contract to the detriment of GOK, and includes collusive
practice among consultants (prior to or after submission of proposals)
designed to establish prices at artificial non-competitive levels and to deprive
GOK of the benefits of free and open competition.
e) if the Client, in its sole discretion and for any reason whatsoever,
decides to terminate this Contract
2.7.2. deleted
2.7.3. Cessation of Rights and Obligations
Upon termination of this Contract pursuant to Clause GC 2.7 , or upon
expiration of this Contract pursuant to Clause GC 2.3, all rights and
obligations of the Parties hereunder shall cease, except :
(i) such rights and obligations as may have accrued on the date of
termination or expiration;
(ii) the obligation of confidentiality set forth in Clause GC 3.3 hereof;
(iii) any right which a Party may have under the Applicable Law.
2.7.4. Cessation of Services
Upon termination of this Contract by notice pursuant to Clauses GC 2.7.1
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, respectively, by Clauses
GC 3.7 and GC 3.8.
2.7.5. Payment upon Termination
Upon termination of this Contract pursuant to Clauses 2.7.1, the Client shall
make the following payments to the Consultants:
a) remuneration pursuant to Clause 6 for Services satisfactorily
performed prior to the effective date of termination;
b) Except in the case of termination pursuant to paragraphs (a) and (b) of
Clause 2.7.1, reimbursement of any reasonable cost incident to the
prompt and orderly termination of the Contract.
c) As decided by the Board based on the merit and reason of termination
of the contract.
Obligations of the Consultants
3.1 General
The Consultants shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance with
generally accepted professional techniques and practices, and shall observe
sound management practices, and employ appropriate advanced technology
and safe methods. The Consultants shall always act, in respect of any matter
relating to this Contract or to the Services, as faithful advisers to the Client,
and shall at all times support and safeguard the Client's legitimate interests
in any dealings with Sub- consultants or third parties.
3.2 Conflict of Interests
3.2.1. Consultants Not to Benefit from Commissions, Discounts, etc.
The remuneration of the Consultants pursu ant to Clause 6 shall constitute
the Consultants' sole remuneration in connection with this Contract or the
Services, and the Consultants shall not accept for their own benefit any trade
commission, discount or similar payment in connection with activities
pursuant to this Contract or to the Services or in the discharge of their ob
ligations under the Contract, and the Consultants shall use their best efforts
to ensure that the Personnel, any Sub-consultants, and agents of either of
them, similarly shall not receive any such additional remuneration
3.2.2. Procurement Rules of Funding Agencies
If the Consultants, as part of the Services, have the responsibility of advising
the Client on the procurement of goods, works or services, the Consultants
shall comply with any applicable procurement guidelines of the funding
agencies and shall at all times exercise such responsibility in the best interest
of the Client. Any discounts or commissions obtained by the Consultants in
the exercise of such procurement responsibility shall be for the account of the
Client.
3.2.3. Consultants and Affiliates Not to engage in certain Activities
The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and their affiliates, as well as any Subconsultant and any of its affiliates, shall be disqualified from providing goods,
works or services (other than the Services and any continuation thereof) for
any project resulting from or closely related to the Services.

3.3

3.4

3.5

3.6

3.7

3.8

3.2.4. Prohibition of Conflicting Activities


Neither the Consultants nor their Sub-consultants nor the Personnel shall
engage, either directly or indirectly, in any of the following activities:
a) during the term of this Contract, any business or professional activities
in the Government's country which would conflict with the activities
assigned to them under this Contract; or
b) after the termination of this Contract, such other activities as may be
specified in the Contract.
Confidentiality
The Consultants, their Sub-consultants, and the Personnel of either of them
shall not, either during the term or within two (2) years after the expiration of
this Contract, disclose any proprietary or confidential information relating to
the Project, the Services, this Contract, or the Client's business or operations
without the prior written consent of the Client.
Insurance to Be Taken out by the Consultants
The Consultants (a) shall take out and maintain, and shall cause any Subconsultants to take out and maintain, at their (or the Sub-consultants', as the
case may be) own cost but on terms and conditions approved by the Client,
insurance against the risks, and for the coverage, as shall be specified in the
Contract; and (b) at the Client's request, shall provide evidence to the Client
showing that such insurance has been taken out and maintained and that
the current premiums have been paid.
Consultants Actions Requiring Clients Prior Approval
The Consultants shall obtain the Clients prior approval in writing before
taking any of the following actions:
a) entering into a subcontract for the performance of any part of the
Services, it being understood (i) that the selection of the Subconsultant and the terms and conditions of the subcontract shall have
been approved in writing by the Client prior to the execution of the
subcontract, 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 Contract;
b) appointing such members of the Personnel not listed by name in
Appendix C (Key Personnel and Sub-consultants), and
c) Any other action that may be specified in the Contract.
Reporting Obligations
The Consultants shall submit to the Client the reports and documents
specified in Appendix B in the form, in the numbers, and within the periods
set forth in the said Appendix
Documents Prepared by the Consultants to Be the Property of the Client
All plans, drawings, specifications, designs, reports and other documents and
software submitted by the Consultants in accordance with Clause 3.6 shall
become and remain the property of the Client, and the Consultants shall, not
later than upon termination or expiration of this Contract, deliver all such
documents and software to the Client, together with a detailed inventory
thereof. The Consultants may retain a copy of such documents and software.
Restrictions about the future use of these documents, if any, shall be
specified in the Contract.
Equipment and Materials Furnished by the Client
Equipment and materials made available to the Consultants by the Client or

4
4.1

4.2

5
5.1

5.2

purchased by the Consultants with funds provided by the Client shall be the
property of the Client and shall be marked accordingly. Upon termination or
expiration of this Contract, the Consultants shall make available to the Client
an inventory of such equipment and materials and shall dispose of such
equipment and materials in accordance with the Clients instructions. While
in possession of such equipment and materials, the Consultants, unless
otherwise instructed by the Client in writing, shall insure them at the expense
of the Client in an amount equal to their replacement value.
Consultants Personnel and Sub-Consultants
Description of Personnel
The titles, agreed job descriptions, minimum qualifications and estimated
periods of engagement in the carrying out of the Services of the Consultants'
Key Personnel are described in Appendix C. The Key Personnel and Subconsultants listed by title as well as by name in Appendix C are hereby
approved by the Client.
Removal and/or Replacement of Personnel
a) Except as the Client may otherwise agree, no changes shall be made in
the Key Personnel. If, for any reason beyond the reasonable control of
the Consultants, it becomes necessary to replace any of the Key
Personnel, the Consultants shall forthwith provide as a replacement a
person of equivalent or better qualifications.
b) If the Client finds that any of the Personnel have (i) committed serious
misconduct or has been charged with having committed a criminal
action, or (ii) have reasonable cause to be dissatisfied with the
performance of any of the Personnel, then the Consultants shall, at the
Client's written request specifying the grounds therefor, forthwith
provide as a replacement a person with qualifications and experience
acceptable to the Client.
c) The Consultants shall have no claim for additional costs arising out of
or incidental to any removal and/or replacement of Personnel.
Obligations of the Client
Assistance and Exemptions
Unless otherwise specified in the Contract, the Client shall use its best efforts
to ensure that the Government shall:
a) issue to officials, agents and representatives of the Government all
such instructions as may be necessary or appropriate for the prompt
and effective implementation of the Services;
b) assist the Consultants and the Personnel and any Sub-consultants
employed by the Consultants for the Services from any requirement to
register or obtain any permit to practice their profession or to establish
themselves either individually or as a corporate entity according to the
Applicable Law;
c) Provide to the Consultants, Sub-consultants and Personnel any such
other assistance as may be specified in the Contract.
Services and Facilities
The Client shall make available to the Consultants and the Personnel, for the
purposes of the services and free of any charge, the services, facilities and
property described in Appendix D at the times and in the manner specified in
said Appendix D, provided that if such services, facilities and property shall
not be made available to the Consultants as and when so specified, the

6
6.1

6.2
6.3

6.4

Parties shall agree on (i) any time extension that it may be appropriate to
grant to the Consultants for the performance of the Services, (ii) the manner
in which the Consultants shall procure any such services, facilities and
property from other sources, and (iii) the additional payments, if any, to be
made to the Consultants as a result thereof.
Payment to the Consultants:
Lump Sum Remuneration
The Consultants total remuneration shall not exceed the Contract Price and
shall be a fixed lump sum including all staff costs, Sub-consultants costs,
printing, communications, travel, accommodation, and the like, and all other
costs incurred by the Consultant in carrying out the Services described in
Appendix A. Except as provided in Clause 5.2, the Contract Price may only
be increased above the amounts stated in clause 6.2 if the Parties have
agreed to additional payments in accordance with Clause 2.4.
Contract Price
The Contract price is set forth in the Contract.
Payment for Additional Services
For the purpose of determining the remuneration due for additional services
as may be agreed under Clause 2.4, a breakdown of the lump sum price is
provided in Appendices D and E.
Terms and Conditions of Payment
Payments will be made to the account of the Consultants and according to
the payment schedule stated in the Contract. Unless otherwise stated in the
Contract, the first payment shall be made against the provision by the
Consultants of a bank guarantee for the same amount, and shall be valid for
the period stated in the Contract. Any other payment shall be made after the
conditions listed in the Contract for such payment have been met, and the
Consultants have submitted an invoice to the Client specifying the amount
due.
6.5 in the document wherever reference is given on sub consultants is
considered to be deleted and relevant to this work.

ANNEXURE A
(Description of the services)

As per scope of the work

__________________________________________________________________________________________

ANNEXURE B
(Reporting Requirements)
Concerned Development officer & Executive Engineer, KIADB, as per the scope of the
work.

__________________________________________________________________________________________

ANNEXURE C
(Key Personnel and sub-consultants)

As per the bid document. Sub consultants are not allowed.

__________________________________________________________________________________________

ANNEXURE D
(Services Facilities to be provided by the client)

The details such as location of the project site will be furnished by the concerned
Development Officer & Executive Engineer, KIADB zonal office.

__________________________________________________________________________________________
ANNEXURE E
(Breakdown of contract Price in Indian Rupees)

NOT APPLICABLE

You might also like