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
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
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,
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:
Sl. No.
Name of the work
EMD (Rs. in lakhs)
Through e- payment
1 2 3
1
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
2
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.
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 2 Information to Consultants (ITC)
Section 3 Terms of Reference (TOR)
Section 4 Technical Proposal - Standard Forms
Section 5 Financial Proposal - Standard Forms
Section 6 Contract of Consultant‟s 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
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.
1.2 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
contract negotiations and ultimately, signing of a contract with the selected
consulting firm.
1.3 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.
1.4 The agency must familiarize themselves with local conditions and take them
into account in preparing the Proposal.
1.5 The Client will provide the inputs specified in the Data sheet and make
available relevant project data and reports.
1.7 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.
1.8 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.
1.9 It is KIADB‟S 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:-
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.
1.10 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.
1.11 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 Sub-
Clause 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:
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. 2 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.
3 PREPARATION OF PROPOSAL
3.1 Consultants are requested to submit a Proposal (sub clause 1.2) written in the
language(s) specified in the data sheet.
Technical Proposal
3.2 In preparing the Technical Proposal, Consultants are expected to examine the
documents comprising this RFP in detail. Material deficiencies in providing the
information requested may result in rejection of a Proposal.
3.3 While preparing the Technical Proposal, consultants must give particular
attention to the following:
(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
(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.
3.5 The Technical Proposal shall not include any financial information
Financial Proposal
3.6 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.
3.7 Deleted
3.8 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 Costs must be expressed, and will be paid, in the currency mentioned in the
data sheet.
3.10 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.
3.11 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.
4 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 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
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
(without identifying the source of enquiry) and the responses given will
be posted online in the e-procurement portal which bidders should
download. Any modification of the tender document listed in clause–2 of
section 2 of ITC which may become necessary as a result of the pre-
tender meeting shall be made by the Employer exclusively thorough the
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.
4.6
Bid Opening
(i) The Technical Bids will be opened on 04.11.2015 after 11.30 AM. In
the event of the announced date of bid opening being declared a holiday
for the Client, the Bids shall be opened at the specified time and
location on the next working day.
(ii) Bid opening will be done online and all the bidders shall be present and
submit the respective original document/sample to the evaluating
officer.
(iii) 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.
(iv) 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.
5 PROPOSAL EVALUATION
General
5.1 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.
5.2 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.
5.3 Deleted.
Evaluation of Technical Proposals
5.4 The Technical bids of only the firms satisfying the following criteria will be
evaluated further:
(i) (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 The Financial Bid of the Technically qualified bidders will only be
opened.
6 NEGOTIATIONS
6.1 Negotiations will be held at the address indicated in the data sheet. The aim
is to reach agreement on all points and sign a contract.
6.2 Negotiations will include a discussion 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.
6.3 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.
6.4 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.
6.5 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.
7 AWARD OF CONTRACT
7.1 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.
8 PERFORMANCE GUARANTEE & PERFORMANCE CLAUSE
8.1 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.
8.2 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, non-
adherence to the provision of ToR and non-adherence to the time schedule
prescribed under ToR shall amount to non-performance.
8.3 In the event of non-performance by the Consultant, KIADB will retain the right
to forfeit the Performance Guarantee.
9 DATA SHEET
Information to Consultants
1.1 Name of the Client:
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD (KIADB)
Client Details:
The client‟s 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.
1.2 Proposal Requirements
In e-portal Technical proposal and Financial proposal.
1.3 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
No.
Staff Minimum
Experience
Required
Minimum
Numbers
Required
1 Team Leader : 15 years 1
2 Other Key Professionals : 10 years 1
3 Other professional support
staff
: 7/5 years 3
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
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.
3.8 Taxes: All taxes shall be included in the offer.
3.9 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.
3.10 Proposals must remain valid for 135 Days after the submission date i.e. from
02.11.2015
4.5 The date, time, and address of the opening of the technical proposal are:
5.1 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.
5.3 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 Firm's relevant experience 35
2 Equipment and software proposed to be used
10
3 Qualification and relevant experience of the key personnel
20
4 Task assignment, manning schedule, work plan
15
5 Performance of Consultants in KIADB 10
6 Presentation of Consultants 10
Only those applicants who score at least 80 marks will be deemed as qualified
for opening of Financial Proposal.
6.1 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.
7.1 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 THE PROPOSED STUDY
2.1 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.
2.2 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
3
DETAILED SCOPE OF SERVICES
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 shall be responsible, however, for the analysis and
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
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
components including structural designs of all the necessary items
for CETP and implementation of the project in total completed
manner.
2. Design of all the structures, pipeline network (Internal and External)
including conducting SBC of soil, marking out, structural drawings
3. 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
4. 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
5. 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
6. 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 Officer-
in-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
7. Any other clarifications required on designs‟ drawings, etc., required
by the Board for the successful completion of the scheme
8. Submission of three (3) sets of” As built” drawings in coordination
with the concerned executing agency
9. All drawings shall be submitted in hard copy as well as also in soft
copy
10. 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
11. 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
12. All equipment data sheets shall be verified for certification before
manufacture. The equipment shall include pumps, pipes, valves,
STP equipments, instruments, electrical items etc
13. KIADB will Assist in getting Pollution Control Board approval
14. Assist KIADB in working out water rates to be charged to the
entrepreneurs
15. Any other clarifications required on designs, drawings, etc., required
by the Board for the successful completion of the scheme
16. Assistance and association with installation of equipment and
machinery, pre- commissioning and post commissioning tests of
same
17. All drawings shall be submitted in “Original” on tracing films along
with blue prints/reproducible tracing films of extra copies as
indicated
18. 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
19. Design of water supply works /structures including conducting SBC
of soil , marking out, structural drawings, details design and
drawings, etc
20. Design of ducts/corridor for power supply, etc,
21. Marking of pipelines alignment and other details
22. Quality assurance and quality control tests
23. 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 sub-
base, 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,