Sunteți pe pagina 1din 22

Mughal Road Project RFP Document

CONSULTANCY SERVICES FOR DETAILED GEOLOGICAL & GEOMORPHOLOGICAL STUDY AND FRAMING UP OF PROPOSAL DETAILED PROJECT REPORT FOR TREATMENT OF UNSTABLE HILL SLOPES ON MUGHAL ROAD

ORGANIZATION CHIEF ENGINEER, PROJECTS ORGANIZATION (J&K) AUGUST, 2012 AUGUST, 2012

DISCLAIMER
The information contained in this Request for Proposal document (RFP) or subsequently provided to Applicants, whether verbally or in documentary or any other form by or on behalf of the Mughal Road Organisation (MRO) or any of its employees or advisers, is provided to Applicants on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided. This RFP is not an agreement and is neither an offer nor invitation by the MRO to the prospective Applicants or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of their Proposals pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by the MRO in relation to the Consultancy. Such assumptions, assessments and statements do not purport to contain all the information that each Applicant may require. This RFP may not be appropriate for all persons, and it is not possible for the MRO, its employees or advisers to consider the objectives, technical expertise and particular needs of each party who reads or uses this RFP. The assumptions, assessments, statements and information contained in this RFP, may not be complete, accurate, adequate or correct. Each Applicant should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this RFP and obtain independent advice from appropriate sources. Information provided in this RFP to the Applicants is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The MRO accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein. The MRO, its employees and advisers make no representation or warranty and shall have no liability to any person including any Applicant under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this Selection Process. The MRO also accepts no liability of any nature whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon the statements contained in this RFP. The MRO may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP. The issue of this RFP does not imply that the MRO is bound to select an Applicant or to appoint the Selected Applicant, as the case may be, for the Consultancy and the MRO reserves the right to reject all or any of the Proposals without assigning any reasons whatsoever. The Applicant shall bear all its costs associated with or relating to the preparation and submission of its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the MRO or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the Applicant and the MRO shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by an Applicant in preparation or submission of the Proposal, regardless of the conduct or outcome of the Selection Process.

Government of Jammu and Kashmir Office of the Superintending Engineer, Mughal Road Project Lalmandi, Srinagar, J&K INVITATION OF PROPOSALS SEEKING CONSULTANCY SERVICES FOR DETAILED INVESTIGATION AND STUDIES OF GEOLOGICALLY UNSTABLE STRETCHES ON MUGHAL ROAD (J&K) INCLUDING PREPARARTION OF DETAILED PROJECT REPORT 1. BRIEF SCOPE OF WORK The Govt. of Jammu and Kashmir is constructing Mughal Road 84 Km, long two lane flexible pavement road from Bafliaz (Poonch) to Shopian (Kashmir). Mughal Road being a typical hill road is plagued with number of stretches which are geologically/geotechnically unstable. Since this road is likely to be declared as National Highway soon, it is mandatory to take all such measures in order to make it all safe for road users and this primarily involves stabilization of hill slopes. The Mughal Road Organization (MRO) intends to stabilize/ treat such geologically unstable stretches and accordingly consultancy is required to carry out detailed studies and investigations of various stretches along the alignment of Mughal Road and frame the comprehensive proposal/DPR for the treating such unstable slopes. 2. MODE OF ACCESS FOR BID DOCUMENTS The EOI document can be downloaded from the URL address www.scribd.com/---------.The non- refundable document fee of Rs. 1000/- (Rs. one Thousand only) in the form of Demand Draft in favor of Superintending Engineer, Mughal Road Project Lalmandi Srinagar, J&K Payable at Srinagar has to be reimbursed with Technical bid in separate envelope with clear inscription COST OF EOI DOCUMENT 3. SUBMISSION OF DOCUMENT (i) Sealed proposals s h o ul d reach Superintending Engineer, Mughal Road Project, Lalmandi Srinagar not later than 1500 hrs on 18-08-2012. 4. OPENING OF BID: The technical proposal of bids received on or before the last date of submission shall be opened on 1530 hrs on 18-08-2012 or any other date convenient to tender opening authority in presence of the bidders/who may wish to participate. The bidders who have been declared successful on the basis of technical evaluation shall be informed regarding the schedule of opening of the financial proposal separately. 5. The Consultancy firms will be selected as elaborated in RFP document.

Sd/Superintending Engineer Mughal Road Project

LETTER OF INVITATION

Subject: CONSULTANCY SERVICES FOR DETAILED GEOLOGICAL GEOMORPHOLOGICAL STUDY AND FRAMING UP OF PROPOSAL (DPR) FOR TREATMENT OF UNSTABLE HILL SLOPES ON MUGHAL ROAD Dear Sirs, 1. You are hereby invited to submit technical and financial proposals for consultancy services required for i n v e s t i g a t i n g a n d s t u d yi n g t h e u n s t a b l e h i l l s l o p e s a l o n g M u g h a l R o a d a n d f r a m e a c o m p r e h e n s i v e DPR highlighting the methods/techniques for short term and long tem stabilization of unstable slopes including the drawings and cost estimates as well. 2. The purpose of this assignment is to prepare a comprehensive DPR so that MRO can take up successful treatment/stabilization of these hill slopes based on the recommendations/ suggestions of the consultant in the DPR. 3. The following documents are enclosed to enable you to submit your proposal: (a) (b) Terms of reference (TOR) (Annexure 1); Supplementary information for consultants, including a suggested format of curriculum vitae (Annexure 2); and (c) A Sample Form of Contract for Consultants' Services under which the services will be performed (Annexure 3). 4. To obtain first hand information on the assignment and on the local conditions, you are

encouraged to pay a visit to the client, and the project site before submitting a proposal. You must fully acquaint yourself of local and site conditions and take them into account in preparing your proposal. 5. The Submission of Proposals: The proposals shall be submitted in two parts, viz., Technical and Financial and should follow the form given in the "Supplementary Information for Consultants." 5.1 The "Technical" and "Financial" proposals must be submitted in two separate sealed envelopes (with respective marking in bold letters) following the formats/schedules given in the supplementary information for consultants. The first envelope marked "Technical proposal" should include the description of the firm/organization, the firms general experience in the field of assignment, the qualification and competency of the personnel

proposed for the assignment and the proposed work plan methodology and approach response to suggested terms of reference. The first envelope should not contain any cost information whatsoever. The second envelope marked 'FINANCIAL PROPOSAL' must also be sealed with sealing wax and initialed twice across the seal and should contain the detailed price offer for the consultancy services. Your price offers should be covered with transparent tape. Both the sealed envelopes should again be placed in a sealed cover which will be received in the office of Superintending Engineer, Mughal Road Project, Lal Mandi Srinagar, up to 1500 hours on 18-08-2012. 5.2 Opening of proposal The proposals (first envelope containing technical proposal only) will be opened in the office of Superintending Engineer, Mughal Road Project, Lalmandi Srinagar 1530 hours on 18-08-2012. It may please be noted that the second envelope containing the detailed price offer will not be opened until technical evaluation has been completed and the result of comparative statement notified to all eligible consultants. 6. 6.1 Evaluation A two-stage procedure will be adopted in evaluating the proposals: i) a technical evaluation, which will be carried out prior to opening any financial proposal; ii) a financial evaluation. 6.2 Technical Proposal: The evaluation committee will carry out detailed evaluation of the technical proposals in order to determine whether consultants are qualified and whether technical proposals submitted as per Annexure-2 (Supplementary Information to Consultants) are substantially responsive. In addition, Curriculum vitae of senior personnel in each discipline for assessing the qualifications and experience of the personnel proposed to be deployed for the studies should be included with the technical proposal (in the format of the sample curriculum vitae as per Form-5). The price envelopes of others will not be considered and returned unopened after completing the selection process. The client shall notify the consultants, results of the technical evaluation and invite only those who qualify for opening of the financial proposals indicating the date and time.

6.3

Financial Proposal:

6.3.1 Opening: The financial proposal shall be opened in the presence of the consultants representatives who choose to attend. The name of the consultant and the proposed prices shall be read out and recorded. 6.3.2 Evaluation: The evaluation committee will determine if the financial proposals are complete and without computational errors. The consultant who has submitted lowest financial proposal will be invited for negotiations, subject to the fulfillment of all other prerequisites. 7. 7.1 Negotiations Prior to the expiration period of proposal validity, the Client will notify the successful Consultant in writing by registered letter, cable telex or facsimile and invite him for negotiating the Contract. 7.2 7.3 Each key personnel of the preferred consultant shall be called for interview at the time of negotiation at the cost of consultant before the award of work. The aim of negotiation is to reach agreement on all points, and initial a draft contract by the conclusion of Negotiations. 7.4 Negotiations will commence with a discussion of your technical proposal, the proposed methodology (work plan), staffing and any suggestions you may have made to improve the TOR. Agreement must then be reached on the final TOR, the staffing and minimum man days, logistics and reporting. Special attention will be paid to optimize the required outputs from the Consultants and to define clearly the inputs required from the Client to ensure satisfactory implementation of the Assignment. 7.5 7.6 Changes agreed upon will then be reflected in the draft contract, using proposed unit rates. Having selected Consultants, among other things, on the basis of an evaluation of proposed key professional staff, the Client expects to negotiate a contract on the basis these staff named in the proposal. However, prior to contract negotiations, the consultant will be required to give assurance that these staff will be actually available. The Client will not consider substitutions during contract negotiations except in case of incapacity of key professional staff for reasons of health. 7.7 The negotiations will be concluded with a review of the draft form of Contract. The Client and the Consultants will finalize the contract to conclude negotiations.

7.8

The Contract will be awarded after successful negotiations, with the selected Consultant. If negotiations fail, the Client will invite the Consultants having submitted the second lowest financial offer to Contract negotiations. Upon successful completion, the Client will promptly inform the other Consultants that their proposals have not been selected.

8.

The Mughal Road Organization does not bind itself in any way to select the firm offering the lowest price.

9.

You are requested to hold your proposal valid for 90 days from the last date of submission without change of the personnel proposed for the assignment and your proposed price. The Mughal Road Organization will make its best efforts to select a consultant firm within this period.

10.

Please note that the cost of preparing a proposal and of negotiating a contract including visits to Srinagar and other places, if any is not reimbursable.

11.

We wish to remind you that any manufacturing or construction firm, with which you might be associated with, will not be eligible to participate in bidding for any goods or works resulting from or associated with the project of which this consulting assignment forms a part.

12.

The Consultants and their personnel shall pay all taxes (including service tax), custom duties, fees, levies and other impositions levied under the laws prevailing seven days before the last date of submission of the bids. The effects of any increase any type of taxes levied by the Government shall be borne by the Consultant. The effects of any decrease of any type of taxes levied by the Government shall accrue towards the client.

13.

For any queries and Clarifications, please feel free to contact the following person: Er. Shuja Showkat I/C Technical officer SEMRP Email: semrp_sgr@yahoo.com Mob:+91-9419446936 Official address: (I) Office of the Superintending Engineer, Mughal Road Project Lalmandi Srinagar (Phone: 0194-2310870) Email: semrp_sgr@yahoo.com

Yours faithfully, Sd/Superintending Engineer Mughal Road Project Lalmandi, Srinagar (J&K)

Enclosures: 1. 2. 3. Terms of Reference. Supplementary Information to Consultants. Draft contract under which service will be performed.

Annexure - 1 TERMS OF REFERENCE

1.

Background and Importance: The Jammu and Kashmir divisions of J&K state are separated by Pir Panjal Ranges and are

presently connected by the circuitous Jammu-Srinagar National Highway No.1A (NH-1A).In order to provide a direct link between the districts of Poonch and Rajouri in Jammu Division with Kashmir valley, a pressing need was felt to construct a road in the missing link between Bafliaz (Poonch district, Jammu) and Shopian district (Kashmir).The road is under execution from March 2006. The ancient route Mughal Road, when developed, will help in overall development of the area and mitigate the hardships of People of Poonch & Rajouri. It will considerably reduce the travel distances between Poonch and Rajouri Districts with Srinagar. As against distances of 540Kms and 455Kms between Poonch & Rajouri District respectively with Srinagar via Jammu and NHIA, the distance along Mughal road between Srinagar with Poonch and Rajouri Districts shall be only 175Kms and 200Kms respectively. The Historical background of the proposed road and the beautiful meadows at Pir Panjal is expected to attract a large number of tourists, thereby boosting economy of the people. Besides the road will benefit the pilgrims from Kashmir Valley who visit the famous shrine of Baba Gulam Shah Badshah at Rajouri. The National Highway between Jammu & Srinagar (NH-1A) is under tremendous pressure with the increase in traffic. The road passes through steep mountainous terrain which are prone to landslides, rock falls and geological failures. As a result the road remains closed for days together not only in winter, but also in summer during rainy season. The two-lane road between Bafliaz and Shopian, cutting across the Pir-Panjal mountains, will provide substantial traffic relief to NH-1A by diverting traffic of Rajouri and Ponch districts to this new road heading for valley and hence shall serve as an alternate seasonal road (AprilNovember) connecting Kashmir valley with rest of the country. The proposed road will promote economic, industrial, social and cultural development of the project influence area. It will help in raising living standards of the people,

advancement of the community, improvement in medical, educational, post & telegraph and recreational facility. Employment potential in the area will be generated to a large extent. The proposed road will give a boost to the agricultural, industrial, building and commercial activities in the project influence area, which will create opportunities for economic uplift of the people. With the opening of this area to communications, the land value will go up. Farmers will get motorable access to the markets for selling their produce and this will give impetus to the agricultural production in this area. With the adoption of higher standards of proposed road, there will be reduction in the vehicle operating costs, fuel consumption, wear& tear of tyres, saving in time of passengers and vehicles and faster mobility of essential services. The fatigue and discomfort during travel will also be considerably reduced. 2. Salient Features of Mughal Road:(i) Original and Destination Bafliaz (Poonch in Jammu Province) and Shopian

(Kashmir Province) (ii) Location Longitude Latitude (iii) (iv) Length of road Altitude of obligatory point Bafliaz (Ch: 0) Pir Ki Gali (Ch: 43) Shopian (Ch: 84) 3. Objective: The objective of this assignment is to prepare a comprehensive DPR after conducting thorough studies and investigations, so that MRO can take up short term as well as long term successful treatment and stabilization of these hill slopes based on specific the recommendations of the consultant in the DPR. 5. Framing the DPR The consultant must identify remedial measures in two categories short term measures and long term measures and the DPR shall depict lucid details accordingly on case to case basis. Such categorization shall help MRO in prioritizing whilst execution and arranging 1650 Mtr (5412 Feet) 3494 Mtr (11460 Feet) 2048 Mtr (6717 Feet) 720 22/ to 740 50/ (East) 330 37/ to 330 43/ (North) 84 Km double lane

funds for making road safer in limited period after its commissioning. 6. Scope of Work: The scope of the work shall cover the stretches as elaborated in Para (13) of TOR and shall include: a) Shall conduct necessary Geological & Geomorphological studies and field investigations as may be required for effecting appropriate methods of stabilization and stability of hill slopes in order to mitigate the hazards. b) Shall study various alternatives and recommend most feasible type stabilization techniques on case to case basis keeping in view long term safety of the road as well as economy. c) Shall suggest workable techniques most fitting to the particular slope and with sufficient details for execution of the same. d) Shall precisely evaluate the cost for treating the slopes for affected portions of the road. e) Shall prepare the Interim as well as Detailed Project Report for the entire work for submission to the Mughal Road Organization. f) Shall prepare the bidding documents so that Mughal Road Organization can tender the work in lieu with DPR submitted by the consultant. g) Shall incorporate the details of the firms in the DPR having sufficient expertise of treating geologically unstable hill slopes especially in India. 7. Schedule of Completion of Tasks:

The entire tasks shall be completed within 60 days from the date of award of Contract. 8. Terms of Payment:

The mode of payments to be made in consideration of the work to be performed by the consultants shall be as follows:

(i) (ii)

20% of contract value 30% of contract value

On submission of the Preliminary Report On submission of the Draft Detailed Project Report

(iii)

30% of contract value

On submission of the Detailed Project Report

(iii) 9.

20% of contract value

In Conjuction with Para 10 of TOR.

Performance Security

Within 10 Days of letter of acceptance, the consultant shall deliver to the client a performance security in the form of bank guarantee for an amount equivalent to 5% of the contract price. The bank guarantee will be released at the time of final payment to the consultant. 10. Responsibility for accuracy of Project Reports The consultants shall be responsible for accuracy of all data used in the project preparation and estimates prepared by him as a part of the project. He shall indemnify the client against any inaccuracies in the work. For this purpose, he shall furnish bank guarantee for an amount to the extent of 20% of total consultancy fees to be received by him. The bank guarantee shall be valid for a period of 2 years from the date of submission of DPR.The final installment of 20% shall be released only on receipt of this bank guarantee. 11. Penalty The consultant will indemnify for any direct loss or damage that accrue due to deficiency in services in carrying out Detailed Project Report. Penalty shall be imposed on the consultants for poor performance/deficiency in service as expected from the consultant.

12.

List of key professional* positions whose CV and experience would be evaluated: The CVs of top five Key personnel should be submitted subject to following minimum

criteria: a) Team Leader: Preferably a geologist/ geotechnical Engineer having ample

experience not less than 3 years in dealing with problems of slope stability. b) Others: The Key personnel other than Team leader should be competent having good background of the subject directly or indirectly related to the similar nature of assignment. Experience of less than 2 years in any case will not be considered. * Key professionals shall not be ex-staff of Mughal Road Organization, PW(R&B) Department J&K.

13. List of Problematic Stretches with Chainage and Affected length S.No 1 2 3 4 5 6 7 8 9 10 11 12 Chainage 04+250-04+320 06+800-06+900 32+500-32+700 33+100-33+250 35+800-35+900 36+100-36+200 40+400-40+700 41+000-41+300 66+200-66+000 63+200-63+100 52+370-52+330 49+400-49+300 Affected Length(m) 70 100 200 150 100 100 300 300 200 100 40 100 1760 mts Affected Height(m) 120 90 80 100 60 15 40 50 5 20 15 30

Annexure - 2 SUPPLEMENTARY INFORMATION FOR CONSULTANTS Proposals

(1)

Proposals should include the following information:

(a) (i)

Technical Proposal A brief description of the firm/organization and an outline of recent experience on assignments/projects of same nature executed during the last 5 years in the format given in Form F-2.

(ii) (iii)

Any comments or suggestions of the consultant on the Terms of Reference (TOR). A description of the manner in which consultants would plan to execute the work. Work plan time schedule in Form F-3 and approach or methodology proposed for carrying out the required work including softwares description

(iv)

The composition of the team of personnel which the consultant would propose to provide and the tasks which would be assigned to each team member in Form F-4.

(v)

Curricula Vitae of the individual key staff members to be assigned to the work and of the team leader who would be responsible for supervision of the team. The curricula vitae should follow the attached Format (F-5) duly signed by the concerned personnel.

(vi)

The consultant's comments, if any, on the data, services and facilities to be provided by Mughal Road Organization indicated in the Terms of Reference (TOR).

(vii)

Brief outline of various tests /field investigations which the consultant feels will essentially be required while proposing effective solution to the problem with appropriate technical reasoning.

(b)

Financial Proposals The financial proposals should include the following:

(i)

Schedule of Price Bid in Form No.F-6 with cost break-up.

(2)

The proposals should be submitted to Superintending Engineer, Mughal Road Project, Lalmandi, Srinagar

(3)

Terms of Payment The mode of payments to be made in consideration of the work to be performed by the consultant shall be as follows: (i) (ii) 20% of contract value 30% of contract value On submission of the Preliminary Report On submission of the Draft Detailed Project Report

(iii) (iii)

30% of contract value 20% of contract value

On submission of the Detailed Project Report In Conjuction with Para 10 of TOR.

Note: All payments shall be made on submission of pre-receipted bills by the consultants in duplicate for respective stages.

FORM F-1

From

To

Superintending Engineer Mughal Road project Lal Mandi, Srinagar

Sir,

Subject: - Preparation of DPR for Geologically Unstable Stretches on Mughal Road in J&K

I/We consultant/consultancy firm/organization herewith enclose Technical and Financial Proposal for selection of my/our firm as consultant for Preparation of DPR for Geologically Unstable Stretches on Mughal Road in J&K

Yours faithfully,

Signature: Full name

and address: Signature of (Authorized Representative)

FORM F-2 ASSIGNMENTS OF SIMILAR NATURE SUCCESSFULLY COMPLETED DURING LAST 5 YEARS

1. 2. I

Brief Description of the Firm/Organization: Outline of recent experience on assignments of similar nature: II III IV V VI VII VIII

Sl.No.

Name of Name of assign- project ment

Owner or sponsoring authority

Cost of assignment

Date of commenceme nt

Date of Was completio assignn ment satisfactorily complet ed

Note: 1) Please attach certificates from the employer by way of documentary proof. (Issued by the Officer of rank not below the rank of Superintending Engineer or equivalent.). 2) Similar nature work will essentially mean wherein the consultants have actually dealt/studied and proposed solutions to slope instability problems. Generic nature geotech/geological assignments handled may not find acceptance.

FORM F-3 WORK PLAN TIME SCHEDULE A. Sl. No. Field Study/ Survey/Investigations Item 1st 2nd Week wise Program 3rd 4th 5th

6th

B. Compilation and submission of reports supplemented with necessary documents/ drawings* 1. 2. 3. C. Preliminary Report Draft Final Report Final Report A short note on the line of approach and methodology outlining various steps for performing the study. D. Comments or suggestions on "Terms of Reference." } } As indicated under TOR

* Note: Soft Copies ( 3 CD Roms) and Hard Copies (5 sets )

FORM NO.F-4 Composition of the Team Personnel and the task which would be assigned to each Team Member 1. Technical/Managerial Staff Sl.No. Name Position Task assignment

2.

Support Staff Sl.No. Name Position Task assignment

FORM F-5 SUGGESTED FORMAT OF CURRICULUM VITAE FOR MEMBERS OF CONSULTANT'S TEAM 1. 2. 3. 4. 5. 6. Name: Profession/ Present Designation: Years with Firm/Organization: Area of Specialization: Proposed Position on Team: Key Qualifications: (Under this heading, give outline of staff member's experience and training most pertinent to assigned work on proposed team. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use up to half-a-page.) 7. Education: (Under this heading, summarize college/university and other specialized education of staff member, giving names of schools/colleges, etc., dates attended and degrees obtained. Use up to a quarter page.) 8. Experience: (Under this heading, list all positions held by staff member since graduation, giving dates, names of employing organization, title of positions held and location of assignments. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use up to three quarters of a page.) 9. Languages: (Indicate proficiency in speaking, reading and writing of each language by 'excellent', 'good' or 'poor'.) Nationality:
Recent Photograph

Signature of Staff Member

Date:

FORM NO.F-6 SCHEDULE OF PRICE BID

Items

Amount In figures In words

1.

Consultancy Services for Preparation of DPR for Geologically unstable stretches on Mughal Road (With separate Cost break up appended herewith)

Signature of Consultant (Authorized representative)

S-ar putea să vă placă și