RFP 5
RFP 5
June, 2025
1
INDEX
2
Ministry of Road Transport and Highways
Government of India
2. Proposals are hereby invited from eligible Consultants who meet the guidelines contained
in Public Procurement (Preference to Make in India) Order, 2017 (amended on 16.09.2020)
for “preparation of Detailed Project Report of Consultancy Services for Construction of 4-
Lane Access Controlled High Speed Corridor starting from Siliguri to Guwahati and
connecting Jorabat in the States of West Bengal and Assam”. Consultant submitting
Proposal in sole capacity or as a member of joint venture or as an associate shall meet the
guidelines contained in Public Procurement (Preference to Make in India) Order, 2017
(amended on 16.09.2020).The Letter of Invitation (LOI) and Terms of Reference (ToR)
including Request for Proposal (RFP) is available online on e-tender portal of
https://eprocure.gov.in.The document can also be downloaded from NHIDCL website
(www.nhidcl.com). Cost of the Document in the form of a Non-refundable document fee of
Rs.5,000 (Rupees Five Thousand only) +18% GST (Rs. 5,900/-) must be submitted into
the bank account of the NHIDCL through the online facility provided by the IndusInd Bank.
(For details refer at Clause 3.1.1 (iv) of the LOI).
4. All the bidders registered on Infracon shall form a Team on Infracon and which
would be assigned unique Infracon Team ID. Bidders while submitting the proposal
shall quote the Infracon Team ID.
3
Event Description Date
2 Bid document download /Start Date 04.06.2025 (1700 Hrs)
3 Clarification Start Date( Pre Bid Queries) 04.06.2025(1700 Hrs)
4 Clarification End Date(Last date for receipt of pre bid 18.06.2025 (1200 Hrs)
query)
5 Pre-bid meeting at venue 19.06.2025 at 1500 Hrs at
NHIDCL-HQ
Yours sincerely,
(Ankush Mehta)
General Manager (Technical)
NHIDCL, HQ.
1 Floor, Tower A, World Trade Centre,
st
4
Page 5 of 376
Letter of Invitation (LOI)
NHIDCL/DPR/Siliguri-Guwahati/2025-26/ Dated :
Dear Sir,
Sub: Consultancy Services for Preparation of Detailed Project Report for Construction
of 4-Lane Access Controlled High Speed Corridor starting from Siliguri to Guwahati and
connecting Jorabat in the States of West Bengal and Assam
1. Introduction
1.1 NHIDCL has decided to take up the Consultancy Services for preparation of Detailed
Project Report for Consultancy Services for Preparation of Detailed Project Report for
Construction of 4-Lane Access Controlled High Speed Corridor starting from Siliguri to
Guwahati and connecting Jorabat in the States of West Bengal and Assam. NHIDCL
now invites proposal from Technical consultants for carrying out detailed project report
as per details given in Annexure-1.
1.2 A brief description of the assignment and its objectives are given in the Appendix-I,
“Terms of Reference”.
1.3 NHIDCL invites Proposals (the “Proposals”) from eligible consultants who meet the
guidelines contained in Public Procurement (Preference to Make in India) Order, 2017
(amended on 16.09.2020) through e-tender (online bid submission) for selection of
Technical Consultant (the “Consultant”) who shall prepare detailed project report
(DPR).The consultant should have expertise in carrying out similar kind of job, in similar
geographical location (particularly for hill road projects). Consultants are here by invited
to submit proposal in the manner as prescribed in the RFP document.
A Consultant with “a Particular Team” may submit proposals for more than one
package. However, a Consultant is not allowed to bid for a package with more than
one team. For the sake of clarity, it is mentioned that one consultant cannot submit two
proposals/ bids for the same package. A consultant (either as sole or as in
JV/Association) can be awarded only upto 2 packages. A Consultant with “a Particular
Team” may submit only one “proof of eligibility (Part 1)” and “Technical Proposal (Part
II)” for any number of packages applied for by them. However, the packages for which
a Consultant with “a Particular Team” applies should be clearly mentioned.
Page 6 of 376
In case, a Consultant with “a Particular Team” turns out to be the most preferred bidder
(H-1) in more than one package, the package which is to be awarded to this Consultant
with “a Particular Team” shall be determined on the basis of least cost to NHIDCL
considering the financial quote of H-1 bidder and H-2 bidder limited to those packages,
which shall be worked out as per the procedure given in the RFP. The consultants are
hereby invited to submit proposals in the manner prescribed in the RFP.
1.4 The consultants shall submit proposals either in sole capacity or in JV or in Association.
In case of Joint Venture, the maximum number of Joint Venture partners is limited to 2
(i.e. one lead + 1 JV partner). The Applicant whether a sole applicant or joint venture
may include an Associate company also. Any entity which has been barred by the
Ministry of Road Transport and Highways (MORTH) or its implementing agencies for
the works of Expressways, National Highways, ISC and EI Works and the bar subsists
as on the date of application, would not be eligible to submit the bid, either individually
or as a member of a Joint Venture.
1.5 To obtain firsthand information on the assignment and on the local conditions, the
consultants are encouraged to pay a visit to the client, local State PWDs and the project
site before submitting a proposal and attend a pre-proposal conference. They must
fully inform themselves of local and site conditions and take them into account in
preparing the proposal.
1.6 Financial Proposals will be opened only for the firms found to be eligible and scoring
qualifying marks in accordance with Para 5 hereof. The consultancy services will be
awarded to the highest ranking consultant on the basis of Quality and Cost.
1.7 Please note that (i) costs of preparing the proposal and of negotiating the contract,
including visits to the Client, etc., are not reimbursable as a direct cost of the
assignment; and (ii) Client is not bound to accept any of the proposals submitted and
reserve the right to reject any or all proposals without assigning any reasons.
ii. by the partner holding the Power of Attorney in case of a firm in partnership (A
certified copy of the Power of Attorney on a stamp paper of Rs. 100 and duly
notarized shall accompany the Proposal).
iii. by a duly authorized person holding the Power of Attorney in case of a Limited
Company or a corporation (A certified copy of the Power of Attorney on a stamp
paper of Rs. 100 and duly notarized shall accompany the proposal).
Page 7 of 376
1.8.2 In case a Joint Venture/Association of firms, the proposal shall be accompanied by a
certified copy of legally binding Memorandum of Understanding (MOU) on a stamp
paper of Rs.100, signed by all firms to the joint venture confirming the following therein:
ii. Purpose of Joint Venture/Association (must include the details of contract works
for which the joint venture has been invited to bid)
iii. A clear and definite description of the proposed administrative arrangements
for the management and execution of the assignment. Name of Lead Firm and
other partner of JV should be clearly defined in the MOU
iv. Delineation of duties/ responsibilities and scope of work to be undertaken by
each firm along with resources committed by each partner of the JV/Association
for the proposed services
v. An undertaking that the JV firms are jointly and severally liable to the Employer
for the performance of the services
vi. The authorized representative of the joint venture/Association shall give a Letter
of Association, MOU as in i) to vi above except v, letter of Authorization, copies
of GPA/SPA for the person signing the documents and a certificate of
incorporation.
1.8.3 In case of Joint venture, one of the firms which preferably have relatively higher
experience, will act as the lead firm representing the Joint Venture. The duties,
responsibilities and powers of such lead firm shall be specifically included in the MOU
/agreement. It is expected that the lead partner would be authorized to incur liabilities
and to receive instructions and payments for and on behalf of the Joint Venture.
Payment to be made to the JV can also be made to the account of the JV. For a JV to
be eligible for bidding, the experience of lead partner and other partner should be as
indicated in data sheet.
1.8.4 A firm can bid for a project either as a sole consultant or in the form of joint venture with
other consultant or in association with any other consultant. However, alternative
proposals i.e. one as sole or in JV with other consultant and another in association / JV
with any other consultant for the same package will be summarily rejected. In such
cases, all the involved proposals shall be rejected.
1.8.5 Only firms from a country or countries, or a class of countries which shares land border
with India are restricted to participate in the bid and any Bidder from a country or
countries, or a class of countries which shares land border with India are not eligible
either individually or as a member of a joint Venture or as an associate. Participating
firms having origin from foreign countries are required to get themselves registered with
appropriate authorities before taking up assignments in India. The copy of
registration / its status / accorded approval from all concerned Competent
Authority in India shall be enclosed in the Technical proposal.
Page 8 of 376
1.9 Pre-proposal conference shall be held on the date, time and venue given in Data
Sheet.
1.10 The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to
have acknowledged that without prejudice to the NHIDCL any other right or remedy
hereunder or in law or otherwise, the Applicant shall be debarred from participating in
the future projects of the NHIDCL in the following situations 6
(a) If an Applicant withdraws its Proposal during the period of its validity as
specified in this RFP and as extended by the Applicant from time to time.
(b) In the case of a Selected Applicant, if the Applicant fails to sign the Agreement.
2. Documents
2.1 To enable you to prepare a proposal, please find and use the attached documents
listed in the Data Sheet.
2.2 Consultants requiring a clarification of the documents must notify the Client, in writing,
by the date and time mentioned in NIT. Any request for clarification in writing or by
telefax/e-mail must be sent to the Client’s address indicated in the Data Sheet. The
Client will upload replies to pre-bid queries on its website.
2.3 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 a Consulting firm,
modify the Documents by amendment or corrigendum. The amendment will be
uploaded on NHIDCL website. The Client may at its discretion extend the deadline for
the submission of proposals and the same shall also be uploaded on NHIDCL website.
3. Preparation of Proposal
3.1.1 The minimum essential requirement in respect of eligibility has been indicated in the
Data Sheet. The proposal found deficient in any respect of these requirements will not
be considered for further evaluation. The following documents must be furnished in
support of proof of eligibility as per Formats given in Appendix-II:
Page 9 of 376
(ii) Firm’s relevant experience and performance for the last 7 years: Project
sheets in support of relevant experience as per Form-E2/T3 supported by the
experience certificates from clients in support of experience as specified in data
sheet for the project size preferably in terrain of similar nature as that of
proposed project shall be submitted on Infracon portal in input data sheet.
Certificate should indicate clearly the firms Design/DPR experience, in 2/4-/6-
laning of highway, structures like bridges, Viaducts, tunnels, hill slope
stabilization, rock bolting, ground improvement, etc. Scope of services rendered
by the firm should be clearly indicated in the certificate obtained from the client.
The information given in Form E2/T3 shall also be considered as part of
Technical Proposal and shall be evaluated accordingly. The Consultants are
therefore advised to see carefully the evaluation criteria for Technical Proposal
and submit the Project Sheets accordingly.
(iii) Firm’s turnover for the last 5 years: A tabular statement as in Form E3
showing the turnover of the applicant firm(s) for the last five years beginning
with the last financial year certified by the Chartered Account along with certified
copies of the audit reports shall be submitted in support of the turnover shall be
submitted on Infracon Portal in input data sheet.
(iv) Document fee: The fee for the document is amounting to Rs.5,000 (Rupees
Five Thousand only) +18% GST (Rs. 5,900/-). The bidder will have the facility
to deposit the tender fees in to the bank account of NHIDCL through the online
facility provided by IndusInd Bank. No amount may be deposited directly in the
bank account of NHIDCL. The payment through bank portal will facilitate
issuance of invoice for the tender fee. Bidders may refer below steps to do the
transaction for payment of EMD and tender fee via payment gateway/generate
NEFT/RTGS Challan by visiting website as given below Visit Indus Collect
website : https://induscollect.indusind.com/pay/index.php .
Page 10 of 376
The Bid Security will be forfeited:
(vi) Power of Attorney on a stamp paper of Rs.100 and duly notarized authorizing
to submit the proposal.
(viii) Consultants shall comply with the provisions of Integrity Pact (IP) as given in
Form T-12 and the Integrity Pact (IP) duly signed by Authorised signatory shall
be submitted by the Consultant with technical Proposal & shall be part of the
Contract Agreement.
(ix) A Consultant is required to submit along with its Technical Proposal, a self-
certification that the services offered meets the local content requirement for
‘Class-I Local supplier’/’Class-II Local Supplier’ as the case may be. In case the
Consultant has not submitted the aforesaid certification, the Consultant will be
treated as ‘Non-Local supplier’. The definition of Class-I Local Supplier, Class-
II Local Supplier, Non-Local Supplier and Local Content shall be as given in
Public Procurement (Preference to Make in India) Order, 2017 (amended on
16.09.2020). In case of procurement of a value in excess of Rs. 10 crores, the
‘Class-I Local supplier’/’Class-II Local Supplier’ shall provide a certificate from
the statutory auditor or cost auditor of the company (in case of companies) or
from a practicing cost accountant or practicing chartered accountant (in respect
suppliers other than companies) giving the percentage of local content.
Page 11 of 376
3.1.2 The minimum essential requirement in respect of eligibility has been indicated in the
data sheet, the proposal found deficient in any respect of these requirements will not
be considered for further evaluation.
3.1.3 Requirements with respect to Technical Capacity Provision for maximum number of
consultancy services to be awarded to one consultant:
Page 12 of 376
More than More than
Rs. 10 Rs. 30
More
Average Annual Turnover of Firm Upto crores but crores but
Sl. than
in last 3 Financial Years (from Rs. 10 less less
No. Rs. 60
Consultancy Services) Crores than/equal than/equal
Crores
to Rs. 30 to Rs. 60
Crores Crores
the total number in Sl. No. 3.
Note: (1) Both the conditions of turn over and number of key professionals on full time
employment with the consultant have to be satisfied to be eligible for award of
maximum no. of consultancy assignments mentioned in Sr. No. 2, 3 & 4 of the above
table. In case one condition is fulfilled for higher slab but the other condition is fulfilled
for lower slab, consultant will be eligible for award of maximum number of consultancy
assignments corresponding to the condition meeting lower slab.
(2) (i) In case of JV bidding for the current assignment, the weighted average of
turnover and key professionals of the JV will be determined considering the
ratio of participation of the JV members in the current assignment. The total
consultancy assignments, DPR consultancy assignments and cap on the DPR
consultancy assignments that can be awarded to the JV during CFY shall be
determined in accordance with the note 1 above with respect to the weighted
turnover and number of key professionals. The ongoing consultancy
assignments (total & DPR) shall be determined by simple summation of the
respective figures of individual members.
Further, in case technical capacity of both the JV members make them ineligible
for award of a single DPR consultancy assignment individually, JV will not be
eligible for award of any consultancy assignment based on the weighted
average of turnover and key professionals of the JV members.
(ii) The consulting firms should be encouraged to carry out a mix of DPR and
Supervision Assignments like IE/AE/Construction Supervision Consultants
(CSC).
(b) DPR assignments where either (i) the bids for civil works have been
received; or (ii) original assignment period + one year has lapsed;
Page 13 of 376
(d) Assignments having less than 6 months contract period.
(iv) For the purpose of calculation of maximum no. of consultancy assignments, the
assignments awarded on the date of opening of financial proposal and in
progress will be taken into consideration as utilized capacity. Projects of
MoRTH and its executing agencies (awarded/ in progress) only shall be
considered for the purpose. The Consultant shall provide these details and they
shall be solely responsible for accuracy of such details provided.
(v) The applicants shall submit copies of Form-26 AS in the proposal in order to
certify their permanent key personnel (as given in Sr. No. 1 of above table).
(vi) The applicants shall submit the requisite details for determination of technical
capacity in the prescribed format Technical Capacity (Form T-11) enclosed.
1 2 3 4 5 6 7
Average No. of Key Max. no. of Maximum Total DPR Remaining
Annual Professionals consultancy no. of DPR ongoing/ consultancy DPR
Turnover of on full time assignments consultancy awarded assignments consultancy
firm in last rolls to be assignments consultancy awarded in CFY assignments
3 FY (from (minimum for Awarded to to be assignments (nos.) that can be
consultancy last one year) consultant awarded to (nos.) awarded to
services) of with (sole consultant consultant
consultant consultancy applicant) (sole (nos.) in
firm including applicant) CFY
ongoing including
consultancy ongoing
services at a consultancy
time on services at a
National time on
Highways or National
centrally Highways or
sponsored centrally
road works sponsored
of MoRTH road works
Including its of MoRTH
executing including its
agencies executing
agencies in
one financial
year
Total DPR Total DPR IE/AE/SC
1 2 3A 3B 4 5A 5B 5C 6 7
Page 14 of 376
10 26 8 6 3 6 1 5 1 2*
Note: (1) Both the conditions of turn over and number of key professionals on full time
employment with the consultant have to be satisfied to be eligible for award of
maximum no. of consultancy assignments mentioned in Sr. No. 2, 3 & 4 of the
above table. In case one condition is fulfilled for higher slab but the other
condition is fulfilled for lower slab, consultant will be eligible for award of
maximum number of consultancy assignments corresponding to the condition
meeting lower slab.
(2) (i) In case of JV bidding for the current assignment, the weighted average of
turnover and key professionals of the JV will be determined considering the
ratio of participation of the JV members in the current assignment. The total
consultancy assignments, DPR consultancy assignments and cap on the DPR
consultancy assignments that can be awarded to the JV during CFY shall be
determined in accordance with the note 1 above with respect to the weighted
turnover and number of key professionals. The ongoing consultancy
assignments (total & DPR) shall be determined by simple summation of the
Page 15 of 376
respective figures of individual members.
Further, in case technical capacity of both the JV members make them ineligible
for award of a single DPR consultancy assignment individually, JV will not be
eligible for award of any consultancy assignment based on the weighted
average of turnover and key professionals of the JV members.
(viii) The consulting firms should be encouraged to carry out a mix of DPR
and Supervision Assignments like IE/AE/Construction Supervision
Consultants (CSC)/PMC.
(b) DPR assignments where either (i) the bids for civil works have
been received; or (ii) original assignment period + one year has
lapsed;
(xii) The applicants shall submit the requisite details for determination of
technical capacity in the prescribed format Technical Capacity (Form T-
11) enclosed.
Page 16 of 376
2. Illustration for Determination of Technical Capacity (Sole Applicant)
* Compare 3B – 5B with 3A – 5A and take lower of the two and in this case, it is 2 (X). Compare
4-6 with X and take lower of the two and in this case, it is 2 (Y). Hence, Y is the remaining
DPR consultancy assignments that can be awarded to the consultant during the CFY.
3.2.1 You are expected to examine all terms and instructions included in the Documents.
Failure to provide all requested information will be at your own risk and may result in
rejection of your proposal.
Page 17 of 376
3.2.2 During preparation of the technical proposal, you must give particular attention to the
following:
3.2.3 The technical proposal shall be submitted strictly in the Formats given in Appendix-
III and shall comprise of following documents:
i) Forwarding letter for Technical proposal duly signed by the authorized person
on behalf of the bidder, as in Form-T-1
ii) Details of projects for which Technical and Financial Proposals have been
submitted by a Consultant with a particular Team as in Form-T-2
iii) Firm’s references - Relevant Services carried out in the last seven years as per
Form- E2/T-3. This information submitted as part of Proof of Eligibility shall be
evaluated and need not be submitted again as a part of the Technical proposal.
iv) Site Appreciation: limited to four A4 size pages in 1.5 space and 12 font
including photographs, if any (Form-T-4).
vi) Proposed methodology for the execution of the services illustrated with bar
charts of activities, including any change proposed in the methodology of
services indicated in the TOR, and procedure for quality assurance: The
proposed methodology should be accompanied by the consultants initial view,
key challenges they foresee and potential solutions suggested regarding: a)
proposed alignment and bypass required, b) land acquisition requirements,
c)access control, rehabilitation of existing road, drainage and utilities, d)
adoption of superior technology along with proof: limited to six A4 size pages in
1.5 space and 12 font including photographs, if any for items a to c, (Form-T-
6) and information in Form-T-8 (as covered in para viii below) for item d
vii) The proposal should clearly identify and mention the details of Material Testing
lab facilities to be used by the Consultants for the project (Form-T-7). In this
connection, the proposals of the Consultants to use in-house lab facilities up to
Page 18 of 376
a distance of maximum 400 km from the project site being feasible would be
accepted. For all other cases suitable nearby material Testing Laboratory shall
be proposed before Contract Agreement is executed.
viii) The proposal shall indicate as to whether the firm is having the facilities for
carrying out the following field activities or these are proposed to be outsourced
to specialized agencies in the Form- T-8.
In case the consultant envisages outsourcing any or all of the above services
to the expert agencies, the details of the same indicating the arrangement made
with the agencies need to be furnished. These agencies would however, be
subject to approval of the client to ensure quality input by such agencies before
award of the work. For out-sourced services, proposed firms/consultants should
have such experience on similar projects
ix) Details of office equipment and software owned by the firm in Form-T9
x) CVs of following 4 (four) key Personnel may be submitted only through Infracon
in Form–T-10
[Team Leader cum Sr. Highway Engineer, Sr. Bridge Engineer, Highway cum
Pavement Engineer & Traffic / Road Safety Expert in case of Normal Highway
Project]
For remaining key personnel, the CVs need to be submitted for approval prior
to signing of contract.
xi) The bidders shall submit the additional details in Form–T-11 for technical
proposal.
xii) In case consultant firms experience or document such as Form E2/T3, Form
E3, References (client certificate) is found to be false at any stage i.e. from
bidding to completion of services, the consultancy contract shall be terminated
and consultant firm shall be debarred for a period of 2 years.
i) The CVs of the four key personnel as mentioned in para 3.2.3(x) above in the
format as per Form T-10 is to be furnished on Infracon portal. It may please be
ensured that the format is strictly followed and the information furnished therein
is true and correct. The CV must indicate the work in hand and the duration till
which the person will be required to be engaged in that assignment. The Firm
shall ensure that details furnished in the CV by the personnel are correct.
Page 19 of 376
a. If an information is found incorrect/fake/inflated in the CV, at any stage,
debarment of the key personnel from future MoRTH or its Executing
Agencies projects upto 2 years may be taken by MoRTH or its Executing
Agencies.
ii. The minimum requirements of Qualification and Experience of all key personnel
are listed in Enclosure-II of TOR. CV of a person who does not meet the
minimum experience requirement as given at enclosure-II of TOR shall be
evaluated and the marks obtained shall be taken into consideration during
evaluation of Technical Proposal (except Team leader). However if a firm with
such key personnel is declared the “most preferred bidder” for a particular
package, such key personnel should be replaced before signing of contract with
a person meeting requirements of Qualification and Experience as given at
enclosure-II of TOR and whose CV secures 75 % marks and above. If a
proposed key personnel does not possess the minimum (essential) educational
qualification as given at enclosure-II of TOR, Zero marks shall be assigned to
such CV and such CV shall not be evaluated further. The CV of the proposed
Team Leader should score at least 80% marks otherwise the entire proposal
shall be considered to have failed in the evaluation of Technical Proposals and
shall not be considered for opening of Financial Proposals.
iii. [Team Leader cum Sr. Highway Engineer, Highway cum Pavement Engineer,
Senior Bridge Engineer, Geo- technical cum material engineer, Senior Survey
Engineer]* should be available from beginning of the project. Other Key
Personnel with intermittent input are allowed to be deployed/proposed in 2
teams at a time. If same CV is submitted by two or more firms, zero marks
shall be given for such CV for all the firms.
iv. The availability of key personnel must be ensured for the duration of project as
per proposed work programme. If a firm claims that a key personnel proposed
by them is a permanent employee of the firm (the personnel should have
worked in the firm continuously for a period of at least 1 year), a certificate to
the effect be furnished by the firm.
Page 20 of 376
v. The age limit for key personnel is 65 years as on the date of bid submission.
The proof of age and qualification of the key personnel must be furnished in the
technical proposal.
vi. An undertaking from the key personnel must be furnished that he/she will be
available for entire duration of the project assignment and will not engage
himself/herself in any other assignment during the period of his/her assignment
on the project. After the award of work, in case of non-availability of key
personnel in spite of his/her declaration, he/she shall be debarred for a period
of two years for all projects of MoRTH/State PWD/NHAI/NHIDCL/BRO.
vii. Age limit for supporting staff to be deployed on project is 65 years as on the
date of bid submission.
ix. Photo, contact address and phone/mobile number of key personnel should be
furnished in the CV.
xi. It may please be noted that in case the requirement of the ‘Experience’ of the
firm/consortium as mentioned in the “Proof of Eligibility’ is met by any foreign
company, their real involvement for the intended project shall be mandatory.
This can be achieved either by including certain man-months input of key
experts belonging to the parent foreign company, or by submitting at least the
draft feasibility report and draft DPR duly reviewed by the parent firm and their
paying visit to the site and interacting with MoRTH . In case of key personnel
proposed by the foreign company, they should be on its pay roll for at least last
six months (from the date of submission).
3.2.5 The technical proposal must not include any financial information.
Page 21 of 376
3.3 Financial Proposal
3.3.1 The Financial proposal should include the costs associated with the assignment. These
shall normally cover: remuneration for staff (foreign and local, in the field, office etc.),
accommodation, transportation, equipment, printing of documents, surveys,
geotechnical investigations etc. This cost should be broken down into foreign and local
costs. Your financial proposal should be prepared strictly using, the formats attached
in Appendix – IV. Your financial proposal should clearly indicate the amount asked for
by you without any assumptions of conditions attached to such amounts. Conditional
offer or the proposal not furnished in the format attached in Appendix-IV shall be
considered non- responsive and is liable to be rejected.
3.3.2 The financial proposal shall take into account all types of the tax liabilities and cost of
insurance specified in the Data Sheet.
3.3.3 Costs shall be expressed in Indian Rupees in case of domestic as well as for
foreign Consultant. The payments shall be made in Indian Rupees by the NHIDCL
and the Consultant themselves would be required to obtain foreign currency to the
extent quoted and accepted by NHIDCL. Rate for foreign exchange for payment shall
be at the rate established by RBI applicable at the time of making each payment
installment on items involving actual transaction in foreign currency. No compensation
done to fluctuation of currency exchange rate shall be made.
3.3.4 Consultants are required to charge only rental of equipments / software(s) use so as to
economize in their financial bid.
4. Submission of Proposals
4.1 The Applicants shall submit the proposal (Proof of Eligibility and Technical Proposal)
comprising the documents as mentioned under clause 3.1.1 and 3.2.3 respectively to
meet the requirements of ‘Proof of Eligibility’ and ‘Technical Proposal’ online only. A
Consultant with “a Particular Team” may submit only one proposal of “proof of eligibility
(Part 1 Para 5.1 i, ii &vii)” and “Technical Proposal (Part II)” to NHIDCL for all the
packages applied by them with a particular team on or before the deadline of
submission of bids. A consultant can apply for a particular package with one team only.
The packages for which a Consultant with “a Particular Team” applies should be clearly
mentioned in their proposal. However, Consultants are required to submit a copy of
Proof of Eligibility and Technical Proposal online separately for each package.
Financial proposal for each package are to be submitted separately. Financial proposal
are only to be submitted online and no hard copy of the financial proposal should be
submitted.
The document listed in para 3.1.1 (iv), (vi), (vii) shall be submitted in original by the H-
1 bidder to the Authority before issue of LOA.
4.2 The proposal must be prepared in indelible ink and must be signed by the authorized
Page 22 of 376
representative of the consultants. The letter of authorization must be confirmed by a
written power of attorney accompanying the proposals. All pages of the Proof of
Eligibility and Technical Proposal must be initialed by the person or persons signing
the proposal.
4.4 Your proposal must be valid for the number of days stated in the Data Sheet from the
closing date of submission of proposal.
5. Proposal Evaluation
iv) The documents are properly signed by authorized signatories and whether the
proposal contains proper POA as mentioned at para 1.8.1 above.
v) The proposals have been received on/ or before the deadline of submission.
In case answers to any of the above items is ‘No’ the bid shall be declared as non-
responsive and shall not be evaluated further.
Page 23 of 376
5.2 Stage II- Technical evaluation
In the second stage the Technical proposal shall be evaluated as per the detailed
evaluation criteria given in Data Sheet.
Technical Proposal: The technical proposal should score at least 80 points out of
100 to be considered for financial evaluation. The CV of the proposed Team
Leader should score at least 80 % marks otherwise the entire proposal shall be
considered to have failed in the evaluation of Technical Proposals and shall not
be considered for opening of Financial Proposals.
5.3.1 In case for a particular package, only one firm is eligible for opening of Financial
Proposals, the Financial Proposal shall not be opened, the bids for that package shall
be cancelled and NHIDCL shall invite fresh bids for this package. For financial
evaluation, total cost of financial proposal excluding Goods & Service Tax shall be
considered. Goods & Service Tax shall be payable extra.
5.3.2 The evaluation committee will determine whether the financial proposals are complete
(i.e. whether they have included cost of all items of the corresponding proposals; if not,
then their cost will be considered as NIL but the consultant shall however be required
to carry out such obligations without any compensation. In case, if client feels that the
work cannot be carried out within overall cost of financial proposal, the proposal can
be rejected. The client shall correct any computational errors and correct prices in
various currencies to the single currency specified in Data Sheet. The evaluation shall
exclude those taxes, duties, fees, levies and other charges imposed under the
applicable law & applied to foreign components/ resident consultants.
5.3.3 For a package, the procedure as mentioned at Clauses 5.3.4, 5.4 and, 5.5 as
mentioned below shall be followed for determining the “most preferred bidder (H-1
bidder)” for this package.
5.3.4 All the bid prices which are 25% or more below average bid prices will be given financial
score (SF) of 100 points. The financial score of other bidders shall be computed as
follows:
SF=100*amount equal to 25% below average bid prices/bid price of the particular
bidder
Proposals will finally be ranked according to their combined technical (ST) and
Financial (SF) scores using the weights indicated in the Data Sheet:
Page 24 of 376
S= STxT + SFxf
Where,
S= Combined Score,
For a particular package, a Consultant with a “particular Team” having the maximum
Combined score (S) shall be declared as the most preferred bidder (H-1).
5.6 In case work has to be awarded for multiple packages, award of work to a Consultant
with “a Particular Team” either as sole or as in JV/Association shall be limited to one
package only. At first, Consultants who become H-1 in one package each shall be
assigned the respective package. Then packages in which a Consultant with “a
Particular Team” turns out to be the most preferred bidder (H-1) in more than one
package shall be considered. In case, a Consultant with “a Particular Team” turns out
to be the most preferred bidder (H-1) in more than one package, the package which is
to be awarded to this team of a consultant shall be determined on the basis of least
cost to NHIDCL considering the Financial Quote of H-1 bidder and H-2 Bidder limited
to those packages. Procedure to be followed for awarding work based on QCBS
including assessment of least cost to NHIDCL under special circumstances i.e. When
a Consultant with “a Particular Team” turns out to be the most preferred bidder (H-1) in
more than one package is given at given at Annex-II.
6. Performance Security
6.1 The consultant will furnish within 15 days of the issue of Letter of Acceptance (LOA),
an unconditional Bank Guarantee equivalent to 10% of the total contract value from a
Nationalized Bank, IDBI or ICICI/ ICICI Bank/ Foreign Bank/ EXIM Bank / Any
Scheduled Commercial Bank approved by RBI having a net worth of not less than
Rs.1000 crore as per latest Annual Report of the Bank. In the case of a Foreign Bank
(issued by a Branch in India) the net worth in respect of Indian operations shall only be
taken into account. In case of Foreign Bank, the BG issued by Foreign Bank should be
counter guaranteed by any Nationalized Bank in India. In case of JV, the BG shall be
furnished on behalf of the JV or by the lead member of the JVs for an amount equivalent
to 10% of the total contract value to be received by him towards Performance Security
valid for a period of three years beyond the date of completion of services, or end of
civil works contract, whichever earlier. The Bank Guarantee will be released by
Page 25 of 376
NHIDCL upon expiry of 3 years beyond the date of completion of services, or end of
civil works contract, whichever earlier, provided rectification of errors if any, found
during implementation of the contract for civil work and satisfactory report by NHIDCL
in this regard is issued. However, if contract is foreclosed / terminated by NHIDCL at
Inception Stage, with no fault of Consultant, Performance Security shall be released
within three months from date of foreclosure / termination.
For E-BGs, Entity ID of NHIDCL is AAECN7759E, which may be quoted for getting E-
BG. The E-BGs shall be valid for 45 days beyond the validity of the bid. The bank
details (Bank Name, IFSC etc.) are given below :
S. No. Particulars Details
1. Name of Beneficiary MD-NHIDCL
2, Beneficiary Bank Account No. 90621010002659
3. Beneficiary Bank Branch Name and Canara Bank, Transport Bhawan, 1st
Address Parliament Street, New Delhi110001
4. Beneficiary Bank Branch IFSC CNRB0019062
No BG shall be accepted in the physical form. For Further details, the bidders may visit
the website of National E Governance Services Limited at https://nesl.co.in/e-bg/ .
Also, the bidders may refer to the Office Order of NHIDCL displayed on the website
https://nhidcl.com/wpcontent/uploads/2023/03/Notice-for-e-PBG-Tender-Fee-and-
EMD.pdf for ready reference. (copy attached at page no 362 to 372)
Performance Security
Cumulative Value of Consultancy Fee as per Ongoing BG Value (Rs. In
Contracts (Rs. In Crores) Crores)
0-10 0.2
10-20 0.4
20-30 0.5
30-40 0.6
Page 26 of 376
Performance Security
Cumulative Value of Consultancy Fee as per Ongoing BG Value (Rs. In
Contracts (Rs. In Crores) Crores)
40-60 0.8
60-80 1.0
80-100 1.2
100-150 1.5
150-200 1.75
>200-250 2.0
6.2 Further, in case where the bid of the successful consulting firm is less than 85% of the
average of all bids received, the successful consulting firm shall have to submit an
Additional Performance Security (APS) in the form of a Bank Guarantee for 30% of the
differential value between the successful bid and average of all the bids received. The
BG shall be valid for a period of [xx+2] months i.e. upto 2 months beyond the expiry of
the Contract of [xx] months. The other requirements of APS are same as those of
Performance Security.
6.3 In the event the Consultant fails to provide the security within 15 days of date of LOA,
it may seek extension of time for a period of 15 (Fifteen) days on payment of damages
for such extended period in a sum of calculated at the rate of 0.05% (Zero Point Zero
Five Percent) of the Bid price for each day until the performance security is provided.
For the avoidance of doubt the agreement shall be deemed to be terminated on expiry
of additional 15 days time period.
6.4 Notwithstanding anything to the contrary contained in this Agreement, the Parties agree
that in the event of failure of the Consultant to provide the Performance Security in
accordance with the provisions of Clause 6.1 and 6.2 within the time specified therein
or such extended period as may be provided by the Authority, in accordance with the
provisions of Clause 6.3, all rights, privileges, claims and entitlements of the Consultant
under or arising out of this Agreement shall be deemed to have been waived by, and
to have ceased with the concurrence of the Consultant and the LoA shall be deemed
to have been withdrawn by mutual agreement of the Parties. Authority may take action
to debar such firms for future projects for a period of 1-2 year.
7. 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 and as stated in General Conditions of Contract.
8. Award of Contract
Page 27 of 376
The Client shall issue letter of award to selected Consultant and ask the Consultant to
provide Performance Security as in Para 6 above. If the selected Consultant fail to
provide performance security within the prescribed time or the Consultant fail to sign
the Contract Agreement within prescribed time, the Client may invite the 2nd highest
ranking bidder Consultant and follow the procedure outlined in Para 8 and 9 of this
Letter of Invitation.
While bidding is open to persons from any country, the following provisions shall apply:
(a) Where, on the date of the Application, not less than 50% (fifty percent) of the
aggregate issued, subscribed and paid up equity share capital in the H-1 Bidder or
its Member is held by persons resident outside India or where a Bidder or its Member
is controlled by persons resident outside India, then the eligibility and award of the
project to such H-1 Bidder shall be subject to approval of the competent authority
from national security and public interest perspective as per the instructions of the
Government of India applicable at such time. The decision of the authority in this
behalf shall be final and conclusive and binding on the Bidder.
(b) Further, where the LoA of a project has been issued to an agency, not covered under
the category mentioned above, and it subsequently wishes to transfer its share
capital in favour of another entity who is a resident outside India or where a Bidder
or its Member is controlled by persons resident outside India and thereby the equity
capital of the transferee entity exceeds 50% or above, any such transfer of equity
capital shall be with the prior approval of the competent authority from national
security and public interest perspective as per the instructions of the Government of
India applicable at such point in time.
(2) The holding or acquisition of equity control, as above shall include direct or
indirect holding, acquisition, including by transfer of the direct or indirect legal or
beneficial ownership or control, by persons acting for themselves or in concert and
in determining such holding or acquisition, the Authority shall be guided by the
principles, precedents and definitions contained in the Securities and Exchange
Board of India (Substantial Acquisition of Shares and Takeovers) Regulations, 2011,
or any substitute thereof, as in force on the date of such acquisition.
(3) The Bidder shall promptly inform the authority of any change in the
shareholding, as above, and failure to do so shall render the Bidder liable for
disqualification from the Bidding process.
(4) In case the H-1 Applicant under (a) above is denied the security clearance, for
whatsoever reasons, then the combined technical and financial scores of remaining
eligible bidders shall be re-assessed, and first ranked Applicant shall be awarded the
assignment, subject to security clearance, if required. In the event of non-availability
of another eligible Bidder, the bid process shall be annulled and fresh bids invited.
After having received the performance security and verified it, the Client shall invite the
selected bidder for signing of Contract Agreement on a date and time convenient to
both parties within 15 days of receipt of valid Performance Security.
10. The Client shall keep the bidders informed during the entire bidding process and shall
Page 28 of 376
host the following information on its website:
i) Notice Inviting Tender (NIT)
ii) Request For Proposal (RFP)
iii) Replies to pre-bid queries, if any
iv) Amendments / corrigendum to RFP
v) List of bidders who submitted the bids up to the deadline of submission
vi) List of bidders who did not pass the eligibility requirements, stating the broad
deficiencies
vii) List of bidders who did not pass the Technical Evaluation stating the reasons.
viii) List of bidders along with the technical score, who qualified for opening the
financial bid
ix) Final Score of qualified bidders
x) Name of the bidders who is awarded the Contract
11. It is the NHIDCL policy that the consultants observe the highest standard of ethics
during the selection and execution of such contracts. In pursuance of this policy, the
NHIDCL:
(a) Defines, for the purpose of this paragraph, the terms set forth below as
follows:
(b) will reject a proposal for award if it determines that the Consultant
recommended for award has, directly or through an agent, engaged in corrupt,
fraudulent, collusive or coercive practices in competing for the contract in
question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to
Page 29 of 376
be awarded a contract if it at any time determines that the firm has engaged in
corrupt or fraudulent practices in competing for, or in executing, a contract; and
(d) will have the right to require that a provision be included requiring consultants
to permit the Employer to inspect their accounts and records relating to the
performance of the contract and to have them audited by authorized
representatives of Employer.”
12. Confirmation
Thanking you.
Yours Sincerely,
(Ankush Mehta)
General Manager (Technical)
NHIDCL, HQ.
1st Floor, Tower A, World Trade Centre,
Nauroji Nagar, New Delhi- 110029
Contact No.: 011-26768956
Email: Sikkim_wb.hq@nhidcl.com
Page 30 of 376
ANNEX-1
The standards for development of High-Speed Corridors have been defined considering
prevailing vehicle specifications, traffic conditions and driver behavior in the country. The
details are provided in the table below:
Page 31 of 376
Details of the stretch proposed for DPR preparation
Tentative
S. Completion
Corridor Name Section State length
No. Period
(km)
Consultancy Services for
Preparation of Detailed
Project Report for
Construction of 4-Lane
Siliguri-
Access Controlled High
Guwahati West
Speed Corridor starting from
1 & Bengal & 400 12 Months
Siliguri to Guwahati and
connecting Assam
connecting Jorabat in the
Jorabat
States of West Bengal and
Assam
Page 32 of 376
ANNEX-II
1. At first, Consultants who become H-1 in one package each shall be assigned the
respective package. Then packages in which a Consultant with “a Particular Team”
turns out to be the most preferred bidder (H-1) in more than one package shall be
considered. In case, a Consultant with “a Particular Team” turns out to be the most
preferred bidder (H-1) in more than one package, the package which is to be awarded
to this team of a consultant shall be determined on the basis of least cost to NHIDCL
considering the Financial Quote of H-1 bidder and H-2 Bidder limited to those packages
which shall be worked out as per procedure illustrated with an example as mentioned
below.
2. Suppose there are 8 packages namely Package-1, Package-2, Package -3, Package-
4, Package -5, package -6, package-7 and Package-8 respectively. It is also assumed
that 10 consultants namely P, Q, R, S, T, U, V, W, X and Y has applied for these
packages. It is also assumed that three Consultants namely P, R and U has applied
with two Teams and the remaining Consultants have applied with only one team. It is
also assumed that the following is the position of various firms after opening of the
Financial proposals (and after arithmetic corrections if any of the Financial bids) of the
packages and after applying QCBS
Page 33 of 376
H-1 H-2 H-3 H-4 H-5 H-6
Package-8 V R(team-1) W S P (team-1) Y
190 lakhs 250 lakhs 220 lakhs 240 lakhs 255 lakhs 240 lakhs
2.1 Step-1:
In this case, Consultants P (team-1) and Q are the H-1 in only one package each
namely package-1 and package-6 respectively. Consultant V is H-1 in 3 packages
namely Package-2, Package-3 and Package-8 respectively. Consultant R (team-1) is
H-1 in 3 packages namely Package-4, Package-5 and Package-7 respectively. Since
Consultant P (team-1) is H-1 in Package-1 only and Consultant Qis H-1 in Package-6
only, Consultant P (team-1) shall be awarded Package-1 and Consultant Q shall
be awarded Package-6.
2.2 Step-2:
Consultant V shall be awarded only one package out of the 3 packages for which it is
H-1 namely Package-2, Package-3 and Package-8 respectively. Similarly Consultant
R (team-1) shall be awarded only one package out of the 3 packages for which it is H-
1 namelyPackage-4, Package- 5 and Package-7 respectively. The determination of
package to be awarded to Consultant V and Consultant R (team-1) shall be worked out
in a single step (i.e. one at a time) .New H-1 for the remaining packages (4 packages)
Page 34 of 376
shall be worked out only after determination of packages to be awarded to the H-1
bidders at this stage [i.e. Consultant V and R (Team-1) in the instant case] in one step
. Determination of Package to be awarded to each of Consultant V and Consultant R
(team-1) shall be worked out as follows
(i) After the award of Package-1 to Consultant –P (team-1) and Package -6 to Consultant
– Q and also considering that a Consultant with a particular team can be awarded only
one work, the details of H-1 and H-2 / New H-2 in the remaining 6 packages are as
mentioned below .Since V is H-1 in more than one package and shall be awarded
one of these packages, V has been deleted from all other packages .Similarly, since
R(Team-1) in more than one package and shall be awarded one of these packages, R
(Team-1) has been deleted from all other packages
H-1 H-2 / New H-2 Remarks
Package-2 V U(team-1)
240 lakhs 210 lakhs
Package-3 V U(team-1) Since Consultant P (Team-1) is awarded
200 lakhs 250 lakhs Package-1, Consultant U (team-1)
becomes the new H-2
Package-4 R (team-1) T
250 lakhs 220 lakhs
Package-5 R (team-1) S
220 lakhs 260 lakhs
Package-7 R (team-1) U (team-1)
200 lakhs 220 lakhs
Package-8 V W Consultant-R(team-1) has not been
190 lakhs 220 lakhs considered as H-2 since Consultant –C
(team-1) is to be awarded one package out
of the packages 4,5 and 7 in which it is H-1.
Hence Consultant – W is the new H-2
(ii) Package to be awarded to Consultant –V who is H-1 in three packages namely Package - 2, 3
and 8 respectively shall be determined on the basis of least cost to NHIDCL considering the
Financial Quote of H-1 bidder and H-2 Bidder limited to those packages The situation for least
cost to NHIDCL shall be when the firm with Consultant –G is awarded the package for which
Financial Bid of second ranked team (H-2) minus Financial Bid of the first ranked team
(H-1) is maximum. The same is illustrated as given below
Page 35 of 376
Financial Bid of H-2/
H-2 / New
H-1 New H-2 minus Remarks
H-2
Financial Bid of H-1
Package-3 V U(team-1) 250 – 200 = (+) 50 H-2 minus H-1 is
200 250 lakhs lakhs Maximum. Hence
lakhs Consultant V shall be
awarded Package-3
Package-8 V W 220 – 190 = (+) 30
lakhs
2.3 Step-3
(i) After the award of the above mentioned 4 packages namely, Package-1 to Consultant–P
(team-1), Package -6 to Consultant –Q, Package -3 to Consultant –V, Package -5 to Consultant
–R (team-1) and also considering that a Consultant with a particular team can be awarded only
one work, the details of new H-1 and New H-2 in the remaining 4 packages are as
mentioned below
Page 36 of 376
H-1 (New H-1) H-2 (New H-2) Remarks
220 lakhs 255 lakhs Package-5 , Consultant U (team-1)
becomes the new H-1 and Consultant S
becomes the new H-2
Package-8 W S Since Consultant V is awarded Package-3
220 lakhs 240 lakhs , Consultant W becomes the new H-1
and Consultant S becomes the new H-2
(ii) Consultant T is the new H-1 for only one package namely Package-4. Similarly Consultant W is
the new H-1 for only one package namely Package-8. Accordingly Package- 8 shall be
awarded to Consultant–W and Package -4 shall be awarded to Consultant–T.
2.4 Step-4:
Consultant U (team-1) is the new H-1 for package- 2 and Package-7 respectively and
Consultant U (team-1) shall be awarded only one package out of this 2 packages. Package to
be awarded to Consultant –U (team-1) shall be determined as illustrated below
2.5 Step-5 :
(i) After the award of the above mentioned 7 packages namely, Package-1 to Consultant–P
(team-1) , Package -6 to Consultant –Q, Package -3 to Consultant –V, Package -5 to Consultant
–R (team-1), Package-4 to Consultant -T, Package -8 to Consultant-W, package-7 to Consultant
–U (team-1) team and also considering that a Consultant with a particular team can be awarded
only one work , the details of new H-1 and / New H-2 in the remaining package i.e. package
-2 is as mentioned below
(ii) Consultant X is the new H-1 for only one package namely Package-2. Accordingly, Package -2
shall be awarded to Consultant –X.
Page 37 of 376
3. Thus as per the above mentioned procedure the 8 packages are awarded to the following
Consultant at the Financial Quoted (after arithmetic Corrections) by them for the
respective packages
Page 38 of 376
DATA SHEET
1. The Name of the Assignment and description of project as mentioned in Annex- I (Ref.
Para 1.1)
(The Name of project and Package No. should be indicated in the format given in the
technical proposal)
Date: 19.06.2025
Time: 03:00 PM
Venue: 1st Floor, Tower A, World Trade Centre, Nauroji Nagar, New Delhi 110029 or VC
link shall be provided
Pre-proposal conference shall be held through hybrid mode i.e. physical & video conferencing.
6. Deleted
(i). The Consultants and their personnel shall pay all taxes (including Goods & 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 /
decrease of any type of taxes levied by the Government shall be borne by the Client /
Consultant, as appropriate.
(ii). Limitations of the Consultant’s Liability towards the Client shall be as per Clause 3.4 of
Page 39 of 376
Draft Contract Agreement
(iii). The risk and coverage shall be as per Clause 3.5 of Draft Contract
Agreement.
8. Deleted
9. Deleted
(Ankush Mehta)
General Manager (Technical)
NHIDCL, HQ.
1st Floor, Tower A, World Trade Centre,
Nauroji Nagar, New Delhi- 110029
Contact No.: 011-26768956
email: Sikkim_wb.hq@nhidcl.com
11. Proposal Validity period (Number of days): 120 days (Ref. Para 4.5)
12.1 First stage evaluation – eligibility requirement. (Ref. Para 3.1 & 5.1)
Page 40 of 376
Note: The experience of a firm in preparation of DPR for a private
concessionaire/contractor shall not be considered.
Indicative length is 400 km
(i) The sole applicant shall fulfill all the requirements given in Table-1.
(ii) In case of JV, the Lead Partner should fulfill at least 75% of all eligibility
requirements and the other partner shall fulfill at least 50% of all eligibility
requirements.
(iii) If the applicant firm has / have prepared the DPR/FS projects solely on its own,
100% weightage shall be given. If the applicant firm has prepared the DPR/FS
projects as a lead partner in a JV, 75% weightage shall be given. If the applicant
firm have prepared the DPR projects as the other partner (not lead partner) in
a JV 50% weightage shall be given. If the applicant firm have prepared the
DPR/FS projects as an associate,25% weightage shall be given.
(iv) Similar project means 2/4/6 lane as applicable for the project for which RFP is
invited. For 2-lane projects experience of 4/6 lane also to be considered with a
multiplication factor of 1.5. Experience of 4/6 lane shall be considered
interchangeably for 4/6 laning projects. For 4/6 laning projects, experience of 2
lane will be considered with a multiplication factor of 0.4, but only for those 2
lane projects whose cost of consultancy services was more than Rs.1.0 crore.
S. Description Points
No.
1 Firm's relevant experience in last 7 years 50
Page 41 of 376
S. Description Maximum Sub-
No. Points Points
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane 10
projects
1.1.1 > 1 but <=2 the indicative Length of the package applied for 6
1.1.2 >2 but<=3 times the indicative length of the package applied 7
for
1.1.3 > 3 but <=4 times the indicative length of the package 8
applied for
1.1.4 > 4 but <=5 times the indicative length of the package 9
applied for
1.1.5 > 5 times the indicative length of the package applied for 10
1.2 DPR for 2/4/6 laning projects each equal to or more than 10
40 % of indicative length of a package applied for (or
Feasibility Study for 2/4/6 laning projects each equal to or
more than 60 % of indicative length of a package applied
for)
1.2.1 1 project 6
1.2.2 2 projects 7
1.2.3 3 projects 8
1.2.4 4 projects 9
1.2.5 ≥ 5 projects 10
2 DPR of Bridge having length more than 200 m 5
2.1 1 bridge 1
2.2 2 bridges 2
2.3 3 bridges 3
2.4 4 bridges 4
2.5 ≥ 5 bridges 5
3 Specific experience of firms in terms of turnover 5
3.1 Two Lane up to 50 km length or 4-lane up to 30 km length 5
3.1.1 Firm’s Average Turnover of last 5 years > 25 crore 5
3.1.2 Firm Average Turnover of last 5 years 10 - 25 crore 4
3.1.3 Firm Average Turnover of last 5 years > 5 but < 10 crore 3
3.2 Two lane 50-200 km length or 4/6 lane 30-120 km length
3.2.1 Firm’s Average Turnover of last 5 years > 50 crore 4
3.2.2 Firm Average Turnover of last 5 years 25 - 50 crore 4
3.2.3 Firm Average Turnover of last 5 years > 10 but < 25 crore 3
3.3 Two lanes more than 200 km or 4/6 lanes above 120 km in
length.
3.3.1 Firm’s Average Turnover of last 5 years > 75 crore 5
3.3.2 Firm Average Turnover of last 5 years 40 - 75 crore 4
3.3.3 Firm Average Turnover of last 5 years > 20 but < 40 crore 3
4 Highway Professionals * working with the firm 10
Page 42 of 376
S. Description Maximum Sub-
No. Points Points
4.1 <10 nos. 0
4.2 10-19 nos. 7
4.3 20-29 nos. 8
4.4 > 30 nos. 9
4.5 Additional one mark will be given if minimum 20% of the 1
above key personnel have M.Tech in any field of civil
engineering
*The professionals who possess degree in Civil
Engineering/Transport Planning/Transport
Economics/Traffic Management/Geology/Environment
Science or Engineering and 8 years Experience in
highway/bridge/tunnel with employment in the firm for
more than one year. The current Employment Certificate
shall be uploaded by Key Personnel on INFRACON.
5 Quality of Past Performance (based on self certification) 10
Page 43 of 376
S. Description Maximum Sub-
No. Points Points
5.4 Average use of new materials/waste materials/new 2.5
technology used in last 5 DPRs prepared by the firm as
percentage of total cost of civil works
5.4.1 <=2.5 0.0
5.4.2 >2.5 but <=5 1.0
5.4.3 >5 but <=7.5 1.5
5.4.4 >7.5 but<=10 2.0
5.4.5 >10 2.5
For special projects such as special bridges, tunnels and expressways that
require specialized capabilities and skill sets, the following is the break-up:
S. Description Maximum Sub-
No. Points Points
1 Specific experience of the DPR consultancy related to 15
the assignment for eligibility
1.1 Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane 8
projects
1.1.1 > 1 but <=2 the indicative Length of the package applied for 4
1.1.2 >2 but <=3 times the indicative length of the package applied 5
for
1.1.3 > 3 but <= 4 times the indicative length of the package 6
applied for
1.1.4 > 4 but <=5 times the indicative length of the package 7
applied for
1.1.5 > 5 times the indicative length of the package applied for 8
1.2 DPR for 2/4/6 laning projects each equal to or more than 7
40 % of indicative length of a package applied for (or
Feasibility Study for 2/4/6 laning projects each equal to or
more than 60 % of indicative length of a package applied
for)
1.2.1 1 project 3
1.2.2 2 projects 4
1.2.3 3 projects 5
1.2.4 4 projects 6
1.2.5 ≥ 5 projects 7
Page 44 of 376
S. Description Maximum Sub-
No. Points Points
2 DPR of Bridge having length more than 200 m 5
2.1 1 bridge 1
2.2 2 bridges 2
2.3 3 bridges 3
2.4 4 bridges 4
2.5 ≥ 5 bridges 5
3 Specific experience of firms in terms of turnover 5
3.1 Two Lane up to 50 km length or 4-lane up to 30 km length
3.1.1 Firm’s Average Turnover of last 5 years > 25 crore 5
3.1.2 Firm Average Turnover of last 5 years 10 - 25 crore 4
3.1.3 Firm Average Turnover of last 5 years > 5 but < 10 crore 3
3.2 Two lane 50-200 km length or 4/6 lane 30-120 km length
3.2.1 Firm’s Average Turnover of last 5 years > 50 crore 4
3.2.2 Firm Average Turnover of last 5 years 25 - 50 crore 4
3.2.3 Firm Average Turnover of last 5 years > 10 but < 25 crore 3
3.3 Two lanes more than 200 km or 4/6 lanes above 120 km in
length.
3.3.1 Firm’s Average Turnover of last 5 years > 75 crore 5
3.3.2 Firm Average Turnover of last 5 years 40 - 75 crore 4
3.3.3 Firm Average Turnover of last 5 years > 20 but < 40 crore 3
4 DPR for special category projects (Special bridges/
tunnels or expressways, whichever applicable). It is to be
noted that either 4.1 or 4.2 shall be applicable, and not
both.
4.1 DPR of number of special bridges/ tunnels (if applicable) 5
4.1.1 1 project 1
4.1.2 2 projects 2
4.1.3 3 projects 3
4.1.4 4 projects 4
4.1.5 ≥ 5 projects 5
4.2 Aggregate length of DPR/ Feasibility study for 5
expressways
4.2.1 Upto 50 km 2
Page 45 of 376
S. Description Maximum Sub-
No. Points Points
4.2.2 50km to 100 km 3
4.2.3 100km to 150 km 4
4.2.4 > 150 Km 5
5 Highway Professionals * working with the firm 10
5.1 <10 nos. 0
5.2 10-19 nos. 7
5.3 20-29 nos. 8
5.4 > 30 nos. 9
5.5 Additional one mark will be given if minimum 20% of the 1
above key personnel have M.Tech in any field of civil
engineering
*The professionals who possess degree in Civil
Engineering/ Transport Planning / Transport Economics /
Traffic Management / Geology / Environment Science or
Engineering and 8 years Experience in
highway/bridge/tunnel with employment in the firm for
more than one year. The current Employment Certificate
shall be uploaded by Key Personnel on INFRACON.
6 Quality of Past Performance (based on self certification) 10
6.1 Average CoS (net of positive and negative) as percentage of 2.5
contract price in last 5 DPRs prepared by the firm
6.1.1 0 2.5
6.1.2 > 0 but <=2.5 2.0
6.1.3 > 2.5 but <=5.0 1.5
6.1.4 > 5.0 but <=7.5 1.0
6.1.5 > 7.5 but <=10.0 0.5
6.1.6 >10 0.0
6.2 Delay in completion of DPR as percentage of original 2.5
contract period in last 5 DPRs prepared by the firm
6.2.1 0 2.5
6.2.2 > 0 but <= 25 2.0
6.2.3 >25 but <= 50 1.5
6.2.4 >50 but <= 75 1.0
6.2.5 >75 but <=100 0.5
Page 46 of 376
S. Description Maximum Sub-
No. Points Points
6.2.6 >100 0.0
6.3 Average delay in land acquisition in last 5 DPRs 2.5
prepared by the firm (delay in 90% site possession wrt
contract period)
6.3.1 <=3 months 2.5
6.3.2 >3 but <=6 months 2.0
6.3.3 >6 but <=9 months 1.5
6.3.4 >9 but <=12 months 1.0
6.3.5 >12 months 0
6.4 Average use of new materials/waste materials/new 2.5
technology used in last 5 DPRs prepared by the firm as
percentage of total cost of civil works
6.4.1 <=2.5 0
6.4.2 >2.5 but <=5 1.0
6.4.3 >5.0 but <=7.5 1.5
6.4.4 >7.5 but <=10 2.0
6.4.5 >10 2.5
Note: In case feasibility study is a part of DPR services the experience shall be counted
in DPR only. In case bridge is included as part of DPR of highway the experience will
be (1) and (2) Note:
Page 47 of 376
S. Description Maximum Sub-
No. Points Points
equipment
Note:1- The experience of firm in Lidar or equivalent technology, GPR and Induction Locator
or equivalent technologies and Experience in digitization of cadastral maps for land
Page 48 of 376
acquisition shall be supported by experience certificate. The experience of a firm in
Lidar or equivalent technology, GPR and Induction Locator or equivalent
technologies and Experience in Digitization of cadastral maps for land acquisition for
a private concessionaire/contractor shall be considered only if the experience
certificate is authenticated by the concerned competent Government
department/authority. In case of overseas experience the weightage to be assigned
to the certificate for experience in use of the equipment, a self-certificate followed by
the client certificate may be accepted.
List of minimum essential equipment which the firm must possess for eligibility:
The weightage for various key staff is as under: C-1 Normal Highway Project:
Page 49 of 376
2 Sr. Bridge Engineer 10
3 Highway cum Pavement Engineer 10
4 Traffic / Road Safety Expert 8
Total 40
The number of points assigned during the evaluation of qualification and competence
of key staff are as given below:
12.3 Detailed evaluation criteria which is to be used for evaluation of technical bids
is as indicated at Appendix-V.
Financial Proposals of all Qualified Consultants in accordance with clause 5.2 and 5.3
of Letter of Invitation shall be opened.
The consultancy services will be awarded to the consultant scoring highest marks in
combined evaluation of Technical and Financial proposals in accordance with clause
1.3 and 5.4 hereof.
Page 50 of 376
The Factors are:
The weight given to Technical Proposal (T) = 0.80. The weight given to Financial
Proposal (F) = 0.20
14. Commencement of Assignment (Date, Location): The Consultants shall commence the
Services within fifteen days of the date of effectiveness of the contract at locations as
required for the project stretch stated in TOR. (Ref. Para 1.2 of LOI and 2.3 of GCC/SC)
Page 51 of 376
APPENDIX-I
(Agency may suitably modify the ToR in respect of Standalone Bridge & Tunnel
Projects)
Consultancy Services for preparation of Detailed Project Report for Consultancy Services
for Preparation of Detailed Project Report for Construction of 4-Lane Access Controlled
High Speed Corridor starting from Siliguri to Guwahati and connecting Jorabat in the
States of West Bengal and Assam
1. General
1.1 NHIDCL has decided to take up the work of Consultancy Services for Preparation of
Detailed Project Report for Construction of 4-Lane Access Controlled High Speed
Corridor starting from Siliguri to Guwahati and connecting Jorabat in the States of West
Bengal and Assam. NHIDCL now invites proposal from Technical consultants for
carrying out detailed project report as per details given in Annexure-1.
1.2 NHIDCL will be the employer and executing agency for the consultancy services and
the standards of output required from the appointed consultants are of international
level both in terms of quality and adherence to the agreed time schedule. The
consultancy firm will solely be responsible for submission of quality work in stipulated
period.
1.3 Ministry has recently awarded works of consultancy services for construction of ROBs
for replacing level crossings in various states. In case a level crossing exists in a project
reach, consultant is required to co-ordinate with those consultants and finalize the
alignment & configuration of road accordingly. However, if the same is not covered in
the above assignment of DPR/feasibility study awarded by Ministry, the consultant
under this assignment shall be responsible for preparing DPR for such level crossings.
2. Objective
2.1 The main objective of the consultancy service is to establish the technical, economical,
and financial viability of the project and prepare detailed project reports for
rehabilitation and upgrading of the existing road to 4/6/8 lane configuration. These
corridors are proposed for development to at least 4-lane access-controlled
Highways/Expressway standard along with development of Emergency landing
facilities, however, DPR for access controlled/Expressway with 6-laning/8-laning may
be required, in certain stretches, depending upon traffic. The selected Consultant shall
mandatorily consult State/Central Governments, authorities, Corporations and bodies
dealing with works related to freight movement to assess the project requirement.
Page 52 of 376
2.2 The viability of the project shall be established taking into account the requirements
with regard to rehabilitation, upgrading and improvement based on highway design,
pavement design, provision of service roads wherever necessary, type of
intersections, rehabilitation and widening of existing and/or construction of new bridges
and structures, road safety features, quantities of various items of works and cost
estimates and economic analysis within the given time frame.
2.3 The Detailed Project Report (DPR) would inter-alia include detailed highway design,
design of pavement and overlay with options for flexible or rigid pavements, design of
bridges and cross drainage structures and grade separated structures, design of
service roads, quantities of various items, detailed working drawings, detailed cost
estimates, economic and financial viability analyses, environmental and social
feasibility, social and environmental action plans as appropriate and documents
required for tendering the project on commercial basis for international / local
competitive bidding.
2.4 The DPR consultant should ensure detailed project preparation incorporating aspects
of value engineering, quality audit and safety audit requirement in design and
implementation. The Consultant shall ensure to carry out Road Safety Audit at various
stages as per supplement-III (Additional Requirement for Safety Audit) of TOR.
2.5 The consultant should, along with Feasibility Report, clearly bring out through financial
analysis the preferred mode of implementation on which the Civil Works for the
stretches are to be taken up. The consultant should also give cost estimates along with
feasibility report/ detailed Project Report.
2.6 If at inception stage or feasibility stage, employer desires to terminated/ foreclose the
contract, the contract will be terminated/ foreclosed after payment up to that stage.
2.8 Employer will intimate consultant with notice to proceed or foreclose within 60 days of
submission of final feasibility report. The consultant should proceed accordingly.
2.9 Consultant may be on boarded on any portal (e.g. Datalake, etc.) for uploading DPR
data at different stages by the employer. The consultant should follow the instructions
of the employer regarding the same.
Page 53 of 376
3. Scope of Services
The general scope of services is given in the sections that follow. However, the entire
scope of services would, inter-alia, include the items mentioned in the Letter of
Invitation, terms of reference, general contract and any supplements and appendices
to these documents.
3.1.1 The Right of Way norms for National Highways should be as under:
(i) Expressways 90 m
(ii) Economic Corridors and major National Highways requiring 70 m
provisions for Service Roads and planned for expansion to 8-
lanes
(iii) National Highways with planed capacity to 6-lane Configuration 60 m
(iv) National Highways with planned capacity to 4-lane 45 m
(v) NH with planned capacity to two-lane + PS configuration requiring 30 m
provision of Service Roads
3.1.2 In case of upgradation of an existing two lane Highway to a 4/6/8 lane configuration, a
comparative cost-benefit analysis shall necessarily be carried out while recommending
development of existing route/alignment vis-a-vis alternate option of a green –field
alignment. While carrying out the cost benefit analysis of both the options, the following
factors shall be considered:
(ii) Number of structures required to be acquired along their extant and costs.
(iii) The quantum of utilities and costs required for their shifting.
(iv) The extent of tree –felling and the associated cost & time for obtaining the
requisite permissions.
3.1.3 However, green-field option may not be resorted to in cases where growth of traffic is
such that ultimate capacity does not require widening beyond 4 lanes in future.
3.1.4 In case the green field alignment option works out to be a preferred option, then-
(i) RoW width to be acquired shall be intimated to the Consultant by the client
on completion of feasibility study. No positive or negative variation to the
price shall be made on this account.
(ii) The lane status of the highway should be decided depending on the
anticipated traffic and ROW available. However, carriageway shall be
Page 54 of 376
placed in such a manner that additional land is left adjacent to the median
for future expansion.
(iii) The highway shall have provision for service roads in inhabited areas,
preferably of 10 mtrs width, with maximum access –control for the main
carriage way .
3.1.5 All efforts shall be made to avoid any road alignment through National Parks and Wild
life Sanctuaries, even if it requires taking a long route/bypass. However, where it
becomes absolutely unavoidable and necessary to keep the alignment through such
reserve forest / restricted areas, minimum land would be acquired such that highway
can be provided except the service road so as to meet all design requirements.
3.1.6 Similarly, though it may be difficult, while determining the alignment for any bypass,
efforts be made to see if these could be along the revenue boundaries of two revenue
estates thereby minimizing the compulsions of land owners / farmers for cross-overs
to the other side. In case such an alignment is not found feasible, it should be ensured
that access to common facilities for the local people (e.g. schools, Healthcare facilities
etc.) is maintained only on one side of the alignment, thereby minimizing the need for
cross-over for day-to-day life.
3.1.7 Protection of the acquired RoW against any possible encroachments is extremely
important. Boundary stones be provided at the end of the RoW as per provisions of
IRC:SP:84 and also supplemented as per Circular dated 08.12.2015 issued by
MoRTH. The boundary pillars alone, which are subject to removal with passage of
time, may not be enough to save against encroachments. As such, the typical cross-
section of a Highway Road is being re-visited separately with the intention of providing
permanent features in this behalf. For a typical RoW of 60 mtrs, starting from one end,
these will require the following:
(a) Use barricading of the RoW with plantation of hedge-like species (Ficus
/ Poplars) within a 3m wide strip area, dug up to 0.6 to 0.9 mtrs, of which
2.0 mtrs to serve as a Utility Corridor.
(b) Provision of a Service Road (along the inhabited area) with its drainage
slope towards the drain / area reserved for Strip Plantation, for a width
of 9.0 mtrs.
(d) Three lane with paved shoulders: Main carriageway – 10.5 mtrs, paved
Page 55 of 376
shoulder – 2.5 mtr and earthen shoulder – 1.5 mtr.
3.1.8 With regard to land acquisition, tree felling, utility shifting across the alignment,
Ministry’s Guidelines issued vide letter no. NH -15017/21/2018-P&M dated 10th May,
2018, or any amendment thereof, may be adhered to.
(i) To delineate and propose the most optimal alignment and take care of
geometrics of the road to meet safety parameters while finalizing the DPR;
(ii) Identify and avoid (to the extent feasible) all such structures (religious
structures, public utilities cremation grounds, private structures) in the RoW of
the road project that could become major hindrances at the time of project
execution;
(iii) Procure or create digitized, geo referenced cadastral/land revenue maps for the
purpose of land acquisition activities. Where state governments of local
agencies have already digitize cadastral maps, the consultant shall arrange to
procure such maps. The digitized map should exactly match the original map
so that the dimensions and area of plots can be extracted from the map itself.
(iv) Co-ordinate collection of all relevant land revenue records (including Khasra
maps, Khatiyan, Jamabandi etc.) from the local land revenue administration
office required for preparation of Draft notification under Section 3A of the NH
Act.
(v) Identify and list all land parcels that need to be acquired as part of project road.
Conduct Joint measurement survey in conjunction with CALA, the Executing
Agency and the Land Revenue Department to verify land records.
(vi) Assist the CALA and the Project Executing agency in preparation of statutory
notification under Sections 3A, the CALA during hearing of objections received
under Section 3C, recording of hearings and completion of this process,
preparation of draft notification under Section 3D and completion of the LA
process at every stage, timely publication of notifications and public notices in
Page 56 of 376
newspapers at every stage;
(vii) Clear identification and preparation of an inventory of the assets attached to the
land under acquisition (e.g. Structures, trees, crops or any such assets which
should be valued for payment of compensation);
(viii) Co-ordination with offices of various departments like Land Revenue Office (or
Tehsil), Registrar office and other State departments (public works department,
horticulture department, forest department etc.) for evaluation of assets
(Structures, tree, crops etc.) attached to the land and liaison with respective
State authority for authentication of the valuation.
(ix) Prepare and inventory of all the utilities (electrical/water supply lines/gas
pipelines etc.–
(x) both linear and cross overs) and all such structures (religious structure, public
utilities, cremation grounds, private structures) in the RoW of the road project
that could become major hindrances at the time of project execution;
(xii) Assist in demarcation of the acquired land and installation of the boundary
stones/pillars/peg makings along the RoW of the alignment;
(xiii) Identification of land parcels missed out from acquisition in the first round and
assist the Authority and the CALA in preparation of Draft Notification for
acquisition of the land under missing plots.
3.4.1 The structures on roads viz. Bridges, ROBs (Road Over Bridges, and Flyovers), RUBs
(Road Under Bridges) etc. are designed for more than 50 years. It is difficult to increase
the width of the structures at a later date which may also have larger financial
implications apart from construction related issues in running traffic. Therefore, it has
been decided to keep provision for all the structures including approaches comprising
of retaining structures as 6-lane (length of such approaches shall, in no case, be less
than 30m on either side) on all the four-lane highways except in the following cases (i)
Reserve Forest (ii) Wild life Areas (iii) Hilly Areas (iv) Urban Areas where site condition
do not permit this. Wherever elevated sections are designed through any inhabited
areas, these should be six-lane structures supported on single piers so that the road
underneath serves as effective service roads on both sides.
3.4.2 Highway projects shall be designed for separation of local traffic especially for
Vulnerable Road Users (VRUs), for longitudinal movements and crossing facilities
Page 57 of 376
through viaduct(s) located at convenient walking distance. Provision of PUPs and
CUPs with size of 7.0m x 3.0m, as specified in para 2.10 of the IRC specifications, has
proved to be insufficient keeping in view the increased use of mechanization in
agriculture practices. These structures do not support the easy passage / crossing for
the tractors with trolleys so often used for agricultural operations. As traffic on cross
roads is increasing day-by-day, it has been decided to substitute the provision of
Pedestrian Underpass (PUP) / Cattle Underpass (CUP) [for para 2.10 of IRC specifies
the dimensions of 7.0m x 3.0m] with aLVUP with a minimum size of 12 (lateral
clearance) x 4m (vertical clearance). Out of 12m lateral width, 2.5m width on one side
shall be raised for pedestrian sidewalks with grills to make pedestrian movement
convenient and safe. A third smaller dimension VUP-SVUP (4m*7m) for all cross roads
carriageway width lesser than 5.5m may also be considered. Thus VUPs would be of
three grades i.e.VUP-5.5mx20m ; LVUP-4mx12m ; and SVUP-4mx7m These
structures shall be located at the most preferred place of pedestrian / cattle / day-to-
day crossings. Depending on the site conditions, feasibility of clubbing the crossing
facilities through service roads shall also be explored. Further, the bed level of these
crossings shall not be depressed as any such depression, in the absence of proper
drainage facilities becomes water-logged rendering the same unusable. Ideally, the
bed level of the crossings should be a bit higher with proper connectivity to a drain,
which could serve the drainage requirements of the main carriageway, the underpass
and the service road as well.
3.4.3 Wherever the alignment of 4-lane Highway road project is retained in-situ while passing
through inhabited areas (e.g. villages), it should be ensured that Service Roads are
provided on both sides of the carriageway, connected underneath with a cross- over
structure (VUP/ LVUP/SVUP). Thus each habitation should preferably have crossing
facility at the highways with a vertical clearance of 4 mtrs.
3.4.4 To ensure that bypass once constructed serves the intended purpose during its life, all
the bypasses shall be well designed and access controlled. The entry / exit from / to
side roads shall be controlled such that they are grade separated at major roads or at
spacing not less than 5 kms. Side roads at closer spacing shall be connected to the
service roads on either side and taken to major roads for provision of grade separated
interchange.
3.5 The provision of embankments shall be kept minimum so as to save land as well as
earth which are scarce resources. This can be decided on case to case basis with due
deliberations. However, economic considerations may also be given due weightage
before deciding the issue.
3.6 The Consultant shall study the possible locations and design of toll plaza if applicable
to the project. Wayside amenities Land (minimum 5 acres, length and depth preferably
in the ratio of 3:2) shall also be acquired for establishment of Way-side amenities at
suitable locations at distances varying between 30 to 50 kms on both sides of the
Highway. The local and slow traffic may need segregation from the main traffic and
Page 58 of 376
provision of service roads and fencing may be considered, wherever necessary to
improve efficiency and safety.
3.7 The Consultant will also make suitable proposals for widening/improvement of the
existing road and strengthening of the carriageways, as required at the appropriate
time to maintain the level of service over the design period. The Consultants shall
prepare documents for EPC/PPP contracts for each DPR assignment.
3.8 All ready to implement ‘good for construction’ drawings shall be prepared incorporating
all the details.
3.10 Wherever required, consultant will liaise with concerned authorities and arrange all
clarifications. Approval of all drawings including GAD and detail engineering drawings
will be got done by the consultant from the Railways. However, if Railways require proof
checking of the drawings prepared by the consultants, the same will be got done by
NHIDCL and payment to the proof consultant shall be made by NHIDC directly.
Consultant will also obtain final approval from Ministry of Environment and Forest for
all applicable clearances. Consultant will also obtain approval for estimates for shifting
of utilities of all types from the concerned authorities and NHIDCL. Consultant is also
required to prepare all Land Acquisition papers (i.e. all necessary schedule and draft
3a, 3A, and 3D, 3G notification as per L.A. act) for acquisition of land either under NH
Act or State Act.
3.11 The DPR consultant may be required to prepare the Bid Documents, based on the
feasibility report, due to exigency of the project for execution if desired by NHIDCL.
3.12 Consultant shall obtain all types of necessary clearances required for implementation
of the project on the ground from the concerned agencies. The client shall provide the
necessary supporting letters and any official fees as per the demand note issued by
such concerned agencies from whom the clearances are being sought to enable
implementation.
3.13 The consultant shall prepare separate documents for BoT as well as EPC contracts at
Feasibility stage / DPR stage. The studies for financing options like BoT, Annuity, EPC
will be undertaken in feasibility study stage.
3.14 The consultant shall be guided in its assignment by the Model Concession/ Contract
Agreements for PPP/ EPC projects, as applicable and the Manual of Specifications and
Standards for two/ four/ six laning of highways published by IRC (IRC:SP:73 or
IRC:SP:84 or IRC:SP:87, as applicable) along with relevant IRC codes for design of
long bridges.
Page 59 of 376
3.15 The consultant shall prepare the bid documents including required schedules (as
mentioned above) as per EPC/ PPP documents. For that it is suggested that consultant
should also go through the EPC/PPP documents of ministry before bidding the project.
The Consultant shall assist the NHIDCL and the Legal Adviser by furnishing
clarifications as required for the financial appraisal and legal scrutiny of the Project
Highway and Bid Documents.
3.16 Consultant shall be responsible for sharing the findings from the preparation stages
during the bid process. During the bid process for a project, the consultant shall support
the authority in responding to all technical queries, and shall ensure participation of
senior team members of the consultant during all interaction with potential bidders
including pre-bid conference, meetings, site visits etc. In addition, the consultant shall
also support preparation of detailed responses to the written queries raised by the
bidders.
4. General
First, the Feasibility Study of the project shall have to be completed then only the
consultancy assignment shall be taken to DPR stage after specific instructions from
Authority based on the outcome of the Feasibility Study. The duration of the entire
assignment shall <to be kept as per costing guidelines.> which can be reduced only
in compelling circumstances with approval of NHIDCL. The broad components of
Feasibility Study and DPR Study are (but not limited to) the following:
Page 60 of 376
11. Proposing Mode of Contract Execution–EPC/HAM/BOT (Toll)/BOT
(Annuity).
Note: In case feasibility study is not to be done, the activities relevant to the DPR should
be added to the scope of work DPR i.e. Part-II below:
Part-II: Components of DPR Study (To be started from < to be kept as per costing
guidelines >):
3. Hydrological Investigations
8. Drainage Plan
General Scope of Services shall cover but be not limited to the following major tasks
(additional requirements for Preparation of Detailed Project Report for Hill Roads and
Page 61 of 376
Major Bridges are given in Supplement I and II respectively):
i. Review of all available reports and published information about the project road
and the project influence area;
ii (a). Public consultation, including consultation with Communities located along the
road, NGOs working in the area, other stake-holders and relevant Government
departments at all the different stages of assignment (such as inception stage,
feasibility stage, preliminary design stage and once final designs are
concretized).
v. Traffic studies including traffic surveys and Axle load survey and demand
forecasting for next thirty years;
vii. Inventory and condition surveys for bridges, cross-drainage structures, other
Structures, river Bank training/Protection works and drainage provisions;
viii. Detailed topographic surveys using LiDAR equipped with minimum engineering
grade system or any other better technology having output accuracy not less
than (a) specified in IRC SP 19 (b) Total Station (c) GPS/ DGPS. The use of
conventional high precision instruments i.e Total Station or equivalent can be
used at locations such as major bypasses, water bodies etc. where it may not
be possible to survey using LiDAR. Use of mobile / Aerial LiDAR survey is
preferable.
xii. Detailed design of road, its x-sections, horizontal and vertical alignment and
design of embankment of height more than 6m and also in poor soil conditions
Page 62 of 376
and where density consideration require, even lesser height embankment.
Detailed design of structures preparation of GAD and construction drawings
and cross-drainage structures and underpasses etc.
xiv. Design of complete drainage system and disposal point for storm water
xviii Strip plan indicating the scheme for carriageway widening, location of all
existing utility services (both over- and underground) and the scheme for their
relocation, trees to be felled, transplanted and planted and land acquisition
requirements including schedule for LA: reports documents and drawings
arrangement of estimates for cutting/ transplanting of trees and shifting of
utilities from the concerned department;
xix Develop 3D engineered models of terrain and elevation, as-is project highway,
proposed and project highway along with all features, current and proposed
structures, current and proposed utilities and land acquisition plans.
xx To find out financial viability of project for implementation and suggest the
preferred mode on which the project is to be taken up.
xxi. Preparation of detailed project report, cost estimate, approved for construction
Drawings, rate analysis, detailed bill of quantities, bid documents for execution
of civil works through budgeting resources.
xxii. Design of toll plaza and identification of their numbers and location and office
cum residential complex including working drawings
xxvi. Preparation of social plans for the project affected people as per policy of the
lending agencies/ Govt. of India R&R Policy.
4.2 While carrying out the field studies, investigations and design, the development plans
being implemented or proposed for future implementation by the local bodies, should
be taken into account. Such aspect should be clearly brought out in the reports and
Page 63 of 376
drawings.
4.3 The consultant shall study the possible locations and design of toll plaza, wayside
amenities required and arboriculture along the highway shall also be planned.
4.4 The local and slow traffic may need segregation from the main traffic and provision of
service roads and physical barrier including fencing may be considered, wherever
necessary to improve efficiency and safety.
1. All activities related to field studies, design and documentation shall be done as
per the latest guidelines/ circulars of MoRT&H and relevant publications of the
Indian Roads Congress (IRC) and Bureau of Indian Standards (BIS). For
aspects not covered by IRC and BIS, international standards practices, may be
adopted. The Consultants, upon award of the Contract, may finalize this in
consultation with NHIDCL and reflect the same in the inception report.
2. All notations, abbreviations and symbols used in the reports, documents and
drawings shall be as per IRC:71.
1. (i) The Consultants should have detailed Quality Assurance Plan (QAP) for all field
studies including topographic surveys, traffic surveys, engineering surveys and
investigations, design and documentation activities. The quality assurance
plans/procedures for different field studies, engineering surveys and investigation,
design and documentation activities should be presented as separate sections like
engineering surveys and investigations, traffic surveys, material geo-technical and sub-
soil investigations, road and pavement investigations, investigation and design of
bridges & structures, environment and R&R assessment, economic & financial
analysis, drawings and documentation, preparation, checking, approval and filing of
calculations, identification and tractability of project documents etc. Further, additional
information as per format shall be furnished regarding the details of personal who shall
be responsible for carrying out/preparing and checking/verifying various activities
forming part of feasibility study and project preparation, since inception to the
completion of work. The detailed Draft QAP Document must be discussed and finalized
with the concerned NHIDCL officers immediately upon the award of the Contract and
submitted as part of the inception report.
(ii) It is imperative that the QAP is approved by NHIDCL before the Consultants start the
field work.
i. Required data formats for some reports, investigations and documents are
Page 64 of 376
discussed in ENCLOSURE-IV
iii. The consultants will need to propose data formats for use in all other field
studies and investigations not covered in enclosure IV.
iv. The proposed data forms will need to be submitted for the approval of NHIDCL
after the commencement of services.
1. The Consultants shall collect the available data and information relevant for the Study.
The data and documents of major interest shall include, but not be limited to, the
following:
i. Climate;
ii. Road inventory
iii Road condition, year of original construction, year and type of major
maintenance/rehabilitation works;
iv. Condition of bridges and cross-drainage structures;
v. sub-surface and geo-technical data for existing bridges;
vi. Hydrological data, drawings and details of existing bridges;
vii. Existing geological maps, catchment area maps, contour plans etc. for the
project area
viii. Condition of existing river bank / protection works, if any.
ix. Details of sanctioned / on-going works on the stretch sanctioned by
MoRT&H/other agencies for Tie-in purposes
x. Survey and evaluation of locally available construction materials;
xi. Historical data on classified traffic volume (preferably for 5 years or more);
xii. Origin-destination and commodity movement characteristics; if available
xiii. Speed and delay characteristics; if available;
xiv. Commodity-wise traffic volume; if available;
xv. Accident statistics; and,
xvi. Vehicle loading behavior (axle load spectrum), if available.
xvii Type and location of existing utility services (e.g. Fibre Optical Cable, O/H
and U/G Electric, Telephone line, Water mains, Sewer, Trees etc.)
xviii Environmental setting and social baseline of the project.
Page 65 of 376
4.8. Social Analysis
The social analysis study shall be carried out in accordance with the MORT&H/World
Bank/ADB Guidelines. The social analysis report will, among other things, provide a
socio-economic profile of the project area and address in particular, indigenous people,
communicable disease particularly HIV/AIDS poverty alleviation, gender, local
population, industry, agriculture, employment, health, education, health, child labor,
land acquisition and resettlement .
1. The type of traffic surveys and the minimum number of survey stations shall
normally be as under, unless otherwise specifically mentioned.
2. The number of survey locations indicated in the table above are indicative only for each
road stretch under a package. The Consultants shall, immediately upon award of the
work, submit to NHIDCL, proposals regarding the total number as well as the locations
of the traffic survey stations as of inception report. Suitable maps and charts should
accompany the proposals clearly indicating the rationale for selecting the location of
survey Station.
3. The methodology of collection and analysis of data, number and location of traffic
survey stations shall be finalized in consultation with NHIDCL prior to start of the traffic
survey.
1. Consultant shall make use of traffic survey done by Indian Highways Management
Company Limited (IHMCL) using ATCC systems. However in isolated locations where
there are site constraints, manual counting can be done. If required, especially in cases
where a particular stretch is not covered by IHMCL, DPR consultant should carry out
Page 66 of 376
classified traffic volume count survey using ATCC systems or latest modern
technologies.
2. Consultant shall use ATCC systems that can meet the following accuracy levels after
validation/ calibration:
Before validation and calibration, the ATCC system shall meet the following accuracy
levels:
For verification of above accuracy levels, audit of raw ATCC shall be done by the
consultant on a sampling basis and should submit a certificate in this regard.
3. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop, Video
Image Detection, and Infrared Sensor or latest technologies shall be adopted.
4. The classified traffic volume count surveys shall be carried out for 7 days (continuous,
direction-wise) at the selected survey stations. The vehicle classification system as
given in relevant IRC code may be followed. However, the following generalized
classification system is suggested in view of the requirements of traffic demand
estimates and economic analysis:
5. All results shall be presented in tabular and graphical form. The survey data shall be
analyzed to bring out the hourly and daily variations. The traffic volume count per day
shall be averaged to show a weekly average daily traffic (ADT) by vehicle type. The
annual average daily traffic (AADT) shall be worked out by applying seasonal factors.
Page 67 of 376
6. The consultant shall compile the relevant traffic volume data from secondary sources
also. The salient features of traffic volume characteristics shall be brought out and
variations if any, from the traffic census carried out by the State PWD shall be suitably
explained.
1. The consultants shall carry out 1-day (24 hour, both directions) O-D and commodity
movement surveys at locations finalized in consultation with NHIDCL. These will be
essentially required around congested towns to delineate through traffic. The road side
interviews shall be carried out on random sample basis and cover all four-wheeled
vehicles. The location of the O-D survey and commodity movement surveys shall
normally be same as for the classified traffic count.
2. The location of origin and destination zones shall be determined in relation to each
individual station and the possibility of traffic diversion to the Project Road from/to other
road routes including bypasses.
3. The trip matrices shall be worked out for each vehicle type information on weight for
trucks should be summed up by commodity type and the results tabulated, giving total
weight and average weight per truck for the various commodity types. The sample size
for each vehicle type shall be indicated on the table and also in the graphical
representations.
4. The data derived from surveys shall also be analyzed to bring out the lead and load
characteristics and desire line diagrams. The data analysis should also bring out the
requirement for the construction of bypasses.
5. The distribution of lead and load obtained from the surveys should be compared. The
axle load surveys shall normally be done using axle load pads or other sophisticated
instruments. The location(s) of count station(s) and the survey with those derived from
the axle load studies.
6. The commodity movement data should be duly taken into consideration while making
the traffic demand estimates.
1. The turning movement surveys for estimation of peak hour traffic for the design of major
and minor intersections shall be carried out for the Study. The details regarding
composition and directional movement of traffic shall be furnished by the Consultant.
2. The methodology for the surveys shall be as per IRC: SP: 41-1994. The details
including location and duration of surveys shall be finalized in consultation with NHIDCL
officials. The proposal in response to this TOR shall clearly indicate the number of
locations that the Consultants wish to conduct turning movement surveys and the
Page 68 of 376
rationale for the same.
3. The data derived from the survey should be analyzed to identify requirements of
suitable remedial measures, such as construction of underpasses, fly-overs,
interchanges, grade-separated intersections along the project road alignment.
Intersections with high traffic volume requiring special treatments either presently or in
future shall be identified.
1. Axle load surveys in both directions shall be carried out at suitable location(s) in the
project road stretch on a random sample basis normally for trucks only (both empty and
loaded trucks) for 2 normal days - (24 hours) at special count stations to be finalized in
consultation with NHIDCL. However, a few buses may be weighed in order to get an
idea about their loading behavior. While selecting the location(s) of axle load survey
station(s), the locations of existing bridges with load restrictions, if any, should be taken
into account and such sites should be avoided.
2. Axle load surveys shall normally be done using axle load pads or other sophisticated
instruments. The location(s) of count station(s) and the survey methodology including
the data formats and the instrument type to be used shall be finalized before taking up
the axle load surveys
3. The axle load data should be collected axle configuration-wise. The number of
equivalent standard axles per truck shall be calculated on the basis of results obtained.
The results of the survey should bring out the VDF for each truck type (axle
configuration, if the calculated VDF is found to be below the national average, then
national average shall be used. Furthermore, the data from axle load surveys should
be analyzed to bring out the Gross Vehicle Weight (GVW) and Single Axle Load (SAL)
Distributions by truck type (axle configuration).
4. The Consultant shall ascertain from local enquiries about the exceptional live loads that
have used the highway in the past in order to assess the suitability of existing bridges
to carry such loads.
The Consultants shall carry out appropriate field studies such as moving car survey to
determine running speed and journey speed. The data should be analyzed to identify
sections with typical traffic flow problems and congestion. The objective of the survey
would be to recommend suitable measures for segregation of local traffic, smooth flow
of through traffic and traffic safety. These measures would include the provision of
bypasses, under-passes, fly-overs, interchanges, grade-separated intersections and
service roads.
Page 69 of 376
1. These shall be conducted to determine if provision of viaduct for pedestrians/animals
is necessary to improve the traffic safety.
2. Consultant shall leverage information from local consultations, inputs from local
governmental/ non-governmental agencies in selecting sites for checking pedestrian/
animal crossing traffic surveys.
The data derived from the O-D, speed-delay, other surveys and also supplementary
surveys should be analyzed to assess requirements for present and future
development of truck terminals at suitable locations en route.
1. The consultants shall make traffic demand estimates and establish possible traffic
growth rates in respect of all categories of vehicles, taking into account the past trends,
annual population and real per capita growth rate, elasticity of transport demand in
relation to income and estimated annual production increase. The other aspects
including socio-economic development plans and the land use patterns of the region
having impact on the traffic growth, the projections of vehicle manufacturing industry in
the country, development plans for the other modes of transport, O-D and commodity
movement behavior should also be taken into account while working out the traffic
demand estimates.
2. The values of elasticity of transport demand shall be based on the prevailing practices
in the country. The Consultants shall give complete background including references
for selecting the value of transport demand elasticity.
3. It is envisaged that the project road sections covered under this TOR would be
completed and opened to traffic after 3 years. The traffic demand estimates shall be
done for a further period of 30 years from completion of two/four lane. The demand
estimates shall be done assuming three scenarios, namely, optimistic, pessimistic and
most likely traffic growth. The growth factors shall be worked out for five-yearly
intervals.
Page 70 of 376
should be estimated.
5. The methodology for traffic demand estimates described in the preceding paragraphs
is for normal traffic only. In addition to the estimates for normal traffic, the Consultants
shall also work out the estimates for generated, induced and diverted traffic.
6. The traffic forecasts shall also be made for both diverted and generated traffic.
7. Overall traffic forecast thus made shall form the basis for the design of each pavement
type and other facilities/ancillary works.
1. The Consultants should make an in-depth study of the available land width (ROW)
topographic maps, satellite imageries and air photographs of the project area,
geological maps, catchment area maps, contour plans, flood flow data and
seismological data and other available relevant information collected by them
concerning the existing alignment. Consultant himself has to arrange the required maps
and the information needed by him from the potential sources. Consultant should make
efforts for minimizing land acquisition. Greater use of technology for LA be adopted by
the consultant at the DPR stage so as to have a precise land acquisition process.
2. The detailed ground reconnaissance may be taken up immediately after the study of
maps and other data. The primary tasks to be accomplished during the reconnaissance
surveys include;
(ii). typical physical features along the existing alignment within and outside ROW
i.e. land use Pattern;
(viii). inventory of major aspects including land width, terrain, pavement type,
Page 71 of 376
carriageway type, bridges and structures (type, size and location),
intersections(type, cross-road category, location) urban areas (location,
extent), geologically sensitive areas, environmental features:
(xii). Type and extent of existing utility services along the alignment (within ROW).
3. The data derived from the reconnaissance surveys are normally utilized for planning
and programming the detailed surveys and investigations. All field studies including the
traffic surveys should be taken up on the basis of information derived from the
reconnaissance surveys.
4. The data and information obtained from the reconnaissance surveys should be
documented. The data analysis and the recommendations concerning alignment and
the field studies should be included in the Inception Report. The data obtained from the
reconnaissance surveys should form the core of the database which would be
supplemented and augmented using the data obtained from detailed field studies and
investigations.
5. The data obtained from the reconnaissance surveys should be compiled in the tabular
as well as graphical (chart) form indicating the major physical features and the
proposed widening scheme for NHIDCL’s comments. The data and the charts should
also accompany the rationale for the selection of traffic survey stations.
1. The basic objective of the topographic survey would be to capture the essential ground
features along the alignment in order to consider improvements and for working out
improvements, rehabilitation and upgrading costs. The detailed topographic surveys
should normally be taken up after the completion of reconnaissance surveys.
2. The carrying out of topographic surveys will be one of the most important and crucial
field tasks under the project. Technologies which can meet the following accuracy
levels shall be adopted. For land based surveys (a) Fundamental horizontal accuracy
of 5cm or better (b) Fundamental vertical accuracy of 5cm or better (c) More than 50
points shall be measured per sq. m and for aerial based surveys (a) Fundamental
Page 72 of 376
horizontal accuracy of 5 cm or better (b) Fundamental vertical accuracy of 5 cm or
better (c) More than 10 points shall be measured per sq. m. To establish accuracy, a
check point survey using DGPS (for horizontal accuracy) and Auto Level (for vertical
accuracy) shall be carried out to establish the fundamental horizontal and vertical
accuracy. A minimum of 25 check points, or check points once every 4 km should be
established, and these should be strictly different from any geo-referencing or control
network points.
3. The following are the set of deliverables which should be submitted after completion of
survey:
(a). Raw DGPS data for the entire highway length and adjoining areas of interest
(b). Point cloud data or equivalent for the entire highway length and adjoining areas
of interest in a format/ platform as per industry good practice which shall be
amenable to operations by NHIDCL / Consultant. NHIDCL may decide about
format/ platform of point cloud data
(c). Topographic map of scale as per IRC SP 19 of the entire highway length and
adjoining areas of interest.
(d). Contour map of 50 cm of entire highway length and adjoining areas of interest
(e). Cross section of the highway at every 20 m at straight sections and at every 10
m at sharp curved sections in drawing format
(f). Develop a digital elevation/surface model (bare earth model from survey data)
digital terrain model combining topographic data from LiDAR, road inventory
and other available sources of data for use while modeling the road alignment
and road and structure design.
(g). For land based surveys, Mobile LiDAR (Light Detection and Ranging) or better
technology that can meet above requirements shall be adopted. For aerial
based surveys, Aerial Mobile LiDAR (Light Detection and Ranging) or better
technology that can meet above requirements shall be adopted. Where
possible, mobile/terrestrial LiDAR and total station or better studies should be
used to supplement aerial LiDAR for the final alignment chosen. Aerial based
surveys shall be used as the primary source of topographical data only in cases
where a new/green field alignment is being planned and/or major junctions are
being planned where it is necessary to significantly increase the survey corridor
beyond the capabilities of mobile LiDAR. In shadow areas such as invert levels
below culverts, terrestrial LiDAR shall be used where LiDAR or better
technologies cannot survey accurately, traditional methods of Total Station/
Auto Level shall be used to complete the study.
(h). In case of mobile LiDAR or better technology, 360 degree panoramic images
Page 73 of 376
of the entire highway length and adjoining areas of interest shall be submitted.
In case of aerial LiDAR or better technology, ortho-images of the entire highway
length and adjoining areas of interest shall be submitted.
(i). The detailed field surveys would essentially include the following activities:
i. Topographic Surveys along the Existing Right of Way (ROW): Carrying out
topographic survey using LiDAR or better technology along the existing
road and realignments, wherever required and properly referencing the
same with reference pillars fixed on either side of the centre-line at safe
places within the ROW
ii. The detailed field surveys would essentially include the topographic surveys
along the proposed location of bridge and alignment of approach road.
iii. The detailed topographic surveys should be carried out along the approach
roads alignment and location of bridge approved by NHIDCL.
iv. Collection/ Extraction of details for all features such as structures (bridges,
culverts etc.) utilities, existing roads, electric and telephone installations
(both O/H as well as underground), huts, buildings, fencing and trees (with
girth greater than 0.3metre) oil and gas lines etc. falling within the extent of
survey.
(i). The width of the survey corridor should take into account the layout of the
existing alignment including the extent of embankment and cut slopes and the
general ground profile. While carrying out the field surveys, the widening
scheme (i.e. right, left or symmetrical to the centre line of the existing
carriageway) should be taken into consideration so that the topographic surveys
cover sufficient width beyond the centre line of the proposed divided
carriageway. Normally the surveys should extend a minimum of 30 m beyond
either side of the centre line of the proposed divided carriageway or land
boundary whichever is more
(ii). In case the reconnaissance survey reveals the need for bypassing the
congested locations, the traverse lines would be run along the possible
alignments in order to identify and select the most suitable alignment for the
bypass. The detailed topographic surveys should be carried out along the
bypass alignment approved by NHIDCL. At locations where grade separated
intersections could be the obvious choice, the survey area will be suitably
increased. Field notes of the survey should be maintained which would also
provide information about traffic, soil, drainage etc.
(iii). The width of the surveyed corridor will be widened appropriately where
Page 74 of 376
developments and / or encroachments have resulted in a requirement for
adjustment in the alignment, or where it is felt that the existing alignment can
be improved upon through minor adjustments.
(iv). Where existing roads cross the alignments, the survey will extend a minimum
of100 m either side of the road centre line and will be of sufficient width to allow
improvements, including at grade intersection to be designed.
(v). Survey corridor width shall be based on the extent of possible cut slope and
embankment toe lines so that all land falling within the cut fill of the proposed
road corridor are covered.
5. General Specifications and reporting requirement for Topographic Survey for DPR
are as under:
I. The Ground Survey shall be carried out with GNSS (Global Navigation Satellite
System) under the static mode to establish Primary Control Grids, in the RTK (Real
Time Kinematics). These control points shall be established as an interval of not
more than 5 kms. The collected coordinate has to be in Global Coordinate System.
These Primary Control Points shall be established utilizing the known Horizontal
and Vertical Benchmark coordinates already established by authorized agency.
The data observation time for this survey (static) shall be for a minimum duration
of 2 hours for a point. The accuracy of these points has to be 3 mm + 0.1 ppm RMS
in Horizontal and 3.5 mm +0.4 ppm RMS in Vertical.
II. The secondary control points shall be established along the alignment for not more
than 250 ‘meters. The data observation time for this survey (static) shall be for a
minimum duration of 30 ‘minutes for each point. The vertical levels of these
secondary control points shall be established using Digital Levels. Traversing by
Total Station and Levelling by Digital-level be conducted, Every Loop of about 5
km shall be closed by Traversing and closing error be fixed and distributed by back
fly, Raw Data shall be supplied in Excel format for DGPS, TBM, Traverse and
corrected Traverse,
The detailed topographic Survey must be carried out using GNSS in the RTK (Real
Time Kinematics) mode with an accuracy of 8mm+1 Pym RMS in Horizontal and
15mm+1 ppm RMS in Vertical.
III. ‘The software used for Survey data collection shall have following capabilities:
Availability of the Real Time satellite map to authenticate the alignment and other
‘survey parameters.
Capturing the attributes and features along the alignment using predefined features
with provision of existing symbols and appropriate annotations and flexibility of
creating new Features like trees, ‘structures, water bodies, transmission towers, or
Page 75 of 376
other points of interest.
Capturing the history log of collected data along with any correction made, for
Authentication of the data collected in the field. The parameters in the history log
shall be precision, correction/distribution of closing error, Tracked movement etc
should be as per specified Parameters to enable to accept the data.
The data collected (point, features, co-ordinate information) along with log history
during survey shall be shared with the stakeholders in near real time using Cloud
Platform.
The data so collected from Ground survey (Topography, features and over-ground
services) digital format shall be exported in standard formats including csv, dxf,
Landxml etc.
IV. The software used for demonstration of survey data in office shall have the
following capabilities:
Capable to the collected data (point, features, co-ordinate information) along with
log history during survey shall be viewed by the Stakeholders in near real time
using Cloud platform.
b. Establishing Bench marks at site connected to GTS Bench marks at a interval of250
metres on Bench mark pillar made of RCC as mentioned above with RL and BM No.
marked on it with red paint.
c. Boundary Pillars- Wherever the proposed alignment follows the existing alignment,
the boundary pillars shall be fixed by the DPR consultant at an interval of 200m on
either side of proposed Right of Way. Wherever there is a proposal of realignment of
the existing Highway and/or construction of New Bypasses, Consultant shall fix
boundary pillars along the proposed alignment on the extreme boundary on either side
of the project Highway at 50 m interval. Boundary pillars shall be strictly provided as
Page 76 of 376
per IRC:25:1967.
The topographic surveys for longitudinal and cross-sections shall cover the following:
i. Longitudinal section levels along final centre line shall be taken at every 10 m
interval. The levels shall be taken at closer intervals at the curve points, small
streams, and intersections and at the locations of change in elevation. The
interval shall also be modified as per IRC:SP-19 for rolling, mountainous &
steep terrain.
ii. Cross sections at every 50 m interval in full extent of survey covering sufficient
number of spot levels on existing carriageway and adjacent ground for profile
correction course and earth work calculations. Cross sections shall be taken at
closer interval at curves. The interval shall be modified as per IRC SP 19 for
rolling, mountainous & steep terrain.
iii. Longitudinal section for cross roads for length adequate for design and quantity
estimation purposes.
iv. Longitudinal and cross sections for major and minor streams shall cover Cross
section of the channel at the site of proposed crossing and few cross sections
at suitable distance both upstream and downstream, bed level upto top of banks
and ground levels to a sufficient distance beyond the edges of channel, nature
of existing surface soil in bed, banks & approaches, longitudinal section of
channel showing site of bridge etc. These shall be as per recommendations
contained in IRC Special Publication No. 13 (Guidelines for the Design of Small
Bridges and Culverts) and provisions of IRC:5 (“Standard Specifications & Code
of Practice for Road Bridges, Section 1 – General Features of Design”).
ii. Earth surface, road layers, utilities, buildings and trees with feature data
extracted and mapped in layers, marked on the map and tabulated data
provided separately.
iii. All road, surface, sub surface inventory, pavement investigation and soil survey
data to be super-imposed as layers using geo-referencing data
1. The Consultants shall collect details of all important physical features along the
Page 77 of 376
alignment. These features affect the project proposals and should normally include
buildings and structures, monuments, burial grounds, cremation grounds, places of
worship, railway lines, stream / river / canal, water mains, sewers, gas/oil pipes,
crossings, trees, plantations, utility services such as electric, and telephone lines (O/H
& U/G) and poles, optical fibre cables (OFC) etc. The survey would cover the entire
right-of-way of the road on the adequate allowance for possible shifting of the central
lines at some of the intersections locations.
2. Consultant shall also map out sub-surface utilities. Accurate mapping and resolution of
all sub-surface utilities up to a depth of 4 m shall be carried out. Differentiation between
sub-surface utilities such as live electric cables, metallic utilities and other utilities shall
be indicated and sub-surface utilities radargrams further processed into utility maps in
formats such as PDF, JPEG and AutoCAD shall be furnished. To meet the accuracy
levels, consultant shall use Ground Penetrating Radar, Induction Locator or better
technologies.
3. The information collected during reconnaissance and field surveys shall be shown on
a strip plan so that the proposed improvements can be appreciated and the extent of
land acquisition with LA schedule, utility removals of each type etc. assessed and
suitable actions can be initiated. Separate strip plan for each of the services involved
shall be prepared for submission to the concerned agency.
The Consultants shall carry out detailed field studies in respect of road and pavement.
The data collected through road inventory and pavement investigations should be
sufficient to meet the input requirements of HDM-IV.
1. Detailed road inventory surveys shall be carried out to collect details of all existing road
and pavement features along the existing road sections. The inventory data shall
include but not limited to the following:
iii. Carriageway width, surfacing type @ every 500m and every change of
feature whichever is earlier;
iv. Shoulder surfacing type and width @ every 500m and every change of
feature whichever is earlier;
v. Sub-grade / local soil type (textural classification) @ every 500m and every
change of feature whichever is earlier;
Page 78 of 376
vi. Horizontal curve; vertical curve
xii. Culverts, bridges and other structures (type, size, span arrangement and
location)
xiv. Existing utility services on either side within ROW. There shall be a provision
of utility corridor for appropriate categories / combination of utilities in the
construction of new 4/6 laning of National Highways. Such structures shall be
located at appropriate location preferably as close to the extreme edge of Right
of Way (RoW). In this connection, guidelines contained in IRC:98 shall be
followed.
2. The data should be collected in sufficient detail. The data should be compiled and
presented in tabular as well as graphical form. The inventory data would be stored in
computer files using simple utility packages, such as EXCEL.
1. Pavement Composition
i. The data concerning the pavement composition may be already available with
the PWD. However, the consultants shall make trial pits to ascertain the
pavement composition. The test pit interval will be as per Para 4 below.
ii. For each test pit, the following information shall be recorded:
Page 79 of 376
embankment (composition and geometry)
i. Detailed field studies shall be carried out to collect road and pavement surface
conditions. The data should generally cover:
shoulder condition;
drainage condition
Pavement Condition
rut depth, mm
Shoulder Condition
Embankment Condition
ii. The objective of the road and pavement condition surveys shall be to identify
defects and sections with similar characteristics. All defects shall be
systematically referenced, recorded and quantified for the purpose of
determining the mode of rehabilitation.
iii. In addition to visual means, the pavement condition surveys shall be carried
out using Network Survey vehicles mounted with equipments such as high
resolution cameras, digital laser profilometer, transverse profiler- the data from
Page 80 of 376
which should be geo- referenced using a DGPS receiver and in vehicle data
processing software or equivalent technology to accurately measure the
pavement surface properties covered earlier. This pavement condition survey
shall also be used as a repository for civil work and shall be carried out as per
the directions of NHIDCL.
vii. Middle 200m could be considered as representative sample for each one km.
of road and incase all other things are considered similar.
Drainage Condition
General condition
Phreatic line
The data obtained from the condition surveys should be analyzed and the road
segments of more or less equal performance may be identified using the criteria
given in IRC: 81-1997.
3. Pavement Roughness
i. The roughness surveys shall be carried out using a network survey vehicle
mounted laser profilometer or better technology with specifications as described
in para 2 above
Page 81 of 376
i (a) In addition, the following criteria should be met by the process of defect
detection:
The IRI shall be determined for both wheelpaths over a minimum length
of 250m for a minimum of 6 calibration sites with a roughness range
between 2m/km and 8m/km. Calibration shall be made for speeds of 20,
30, 40, 50, 60 km/h.
ii. The surveys shall be carried out along the outer wheel paths. The surveys shall
cover a minimum of two runs along the wheel paths for each direction.
iii. The results of the survey shall be expressed in terms of BI and IRI and shall be
presented in tabular and graphical forms. The processed data shall be analyzed
using the cumulative difference approach to identify road segments
homogenous with respect to surface roughness.
1. The Consultants shall carry out structural strength surveys for existing
pavements using Falling Weight Deflectometer (FWD) in accordance with IRC 115 or
IRC 117 as the case may be.
i. It is suggested that the deflection surveys may be carried out as per the scheme
given below:
ii. The deflection tests for the mainline shall be carried out at every 500 m along
the road sections covered under the study. The control section testing shall
involve carrying out deflection testing for each 100 m long homogenous road
segment along the road sections. The selection of homogenous segment shall
be based on the data derived from pavement condition surveys. The total length
of such homogenous segments shall not be less than 100 m per kilometre. The
deflection measurements for the control section testing should be at an interval
of not more than 10 m.
iii. Test pits shall be dug at every 500 m and also along each homogeneous road
segment to obtain pavement composition details (pavement course, material
type and thickness) so as to be able to study if a correlation exists between
Page 82 of 376
deflection and composition. If so, the relationship may be used while working
out the overlay thickness for the existing pavement.
iv. Falling weight deflectometre surveys may not be carried out for severely
distressed sections of the road warranting reconstruction. The Consultants,
immediately upon the award of the contract, shall submit to NHIDCL the
scheme describing the testing schedule including the interval. The testing
scheme shall be supported by data from detailed reconnaissance surveys.
1. Based on the data derived from condition (surface condition, roughness) and structural
strength surveys, the project road section should be divided into segments
homogenous with respect to pavement condition and strength. The delineation of
segments homogenous with respect to roughness and strength should be done using
the cumulative difference approach (AASHTO, 1993).
2. The data on soil classification and mechanical characteristics for soils along the
existing alignments may already be available with the PWD. The testing scheme is,
therefore, proposed as given under:
(i). For the widening (2-Laning) of existing road within the ROW, the Consultants
shall test at least three sub-grade soil samples for each homogenous road
segment or three samples for each soil type encountered, whichever is more.
(ii). For the roads along new alignments, the test pits for sub grade soil shall be
@5km or for each soil type, whichever is more. A minimum of three samples
should be tested corresponding to each homogenous segment.
(iii). Characterization (grain size and Atterberg limits) at each test pit and,
Page 83 of 376
(v). Laboratory CBR (unsoaked and 4-day soak compacted at three energy levels)
and swell.
4. For problematic soils, the testing shall be more rigorous. The characteristics with regard
to permeability and consolidation shall also be determined for these soils. The
frequency of sampling and testing of these soils shall be finalized in consultation with
the NHIDCL officers after the problematic soil types are identified along the road
sections.
5. The laboratory for testing of material should be got approved from NHIDCL before start
of work.
The Consultants shall make an inventory of all the structures (bridges, viaducts,
ROBs/RUB and other grade separated structures, culverts, etc.) along the road under
the project. The inventory for the bridges, viaducts and ROBs shall include the
parametres required as per the guidelines of IRC-SP:35. The inventory of culverts shall
be presented in a tabular form covering relevant physical and hydraulic parametres.
1. The hydrological and hydraulic studies shall be carried out in accordance with IRC
Special Publication No. 13 (“Guidelines for the Design of Small Bridges and Culverts”)
and IRC:5 (“Standard Specifications & Code of Practice for Road Bridges, Section I
General Feature of Design”). These investigations shall be carried out for all existing
drainage structures along the road sections under the study.
2. The consultant shall also collect information on observed maximum depth of scour.
4. The Consultants shall make a desk study of available data on topography (topographic
maps, stereoscopic aerial photography), storm duration, rainfall statistics, top soil
characteristics, vegetation cover etc. so as to assess the catchment areas and
hydraulic parametres for all existing and proposed drainage provisions. The findings of
Page 84 of 376
the desk study would be further supplemented and augmented by a reconnaissance
along the area. All-important hydrological features shall be noted during this field
reconnaissance.
5. The Consultants shall collect information on high flood level (HFL), low water levels
(LWL), high tide level (HTL), low tide level (LTL) where applicable, discharge velocity
etc. from available past records, local inquiries and visible signs, if any, on the structural
components and embankments. Local inquiries shall also be made with regard to the
road sections getting overtopped during heavy rains.
6. Conducting Model studies for bridges is not covered in the scope of consultancy
services If Model study is envisaged for any bridge, requirement of the same shall be
spelt out in the RPF documents separately indicating scope and time frame of such
study. Salient features of the scope of services to be included for model study are given
in the supplement- II Terms of Reference.
7. Wherever gauging sites are established by CWC, PWD, or other agencies, the
consultant shall also collect annual maximum peak flood data from the respective
authorities for all available records. This data shall be utilized to determine the peak
flood as per relevant codal provisions. The observed flood data shall be included in the
Detailed Project Report (DPR).
1. The Consultants shall thoroughly inspect the existing structures and shall prepare a
report about their condition including all the parametres given in the Inspection pro-
forma of IRC-SP:35. The condition and structural assessment survey of the bridges /
culverts / structures shall be carried out by senior experts of the Consultants.
2. For the bridges identified to be in a distressed condition based upon the visual
condition survey, supplementary testing shall be carried out as per IRC-SP:35 and
IRC- SP:40. Selection of tests may be made based on the specific requirement of the
structure.
3. The assessment of the load carrying capacity or rating of existing bridges shall be
carried out under one or more of the following scenarios:
i. when the design live load is less than that of the statutory commercial vehicle
plying or likely to ply on bridge;
ii. if during the condition assessment survey and supplementary testing the bridge
is found to indicate distress of serious nature leading to doubt about structural
and / or functional adequacy, and
iii. Design live load is not known nor are the records and drawings available.
Page 85 of 376
4. The evaluation of the load carrying capacity of the bridge shall be carried out as per
IRC-SP:37 (“Guidelines for Evaluation of Load Carrying Capacity of Bridges”). The
analytical and correlation method shall be used for the evaluation of the load carrying
capacity as far as possible. When it is not possible to determine the load carrying
capacity of the bridge using analytical and correlation method, the same shall be
carried out using load testing. The consultant has to exhaust all other methods of
evaluation of strength of bridges before recommending to take up load testing of
bridges. Road closure for testing if unavoidable shall be arranged by NHIDCL for
limited duration say 12 hours or so.
2. The deviation(s), if any, by the Consultants from the scheme presented above should
be approved by NHIDCL.
Page 86 of 376
4. Geotechnical Investigations and Sub soil Exploration shall be carried out to determine
the nature and properties of existing strata in bed, banks and approaches with trial pits
and bore hole sections showing the levels, nature and properties of various strata to a
sufficient depth below the level suitable for foundations, safe intensity of pressure on
the foundation strata, proneness of site to artesian conditions, seismic disturbance and
other engineering properties of soil etc. Geotechnical investigation and Sub-soil
Exploration will be done as per IRC 78.
5. The scheme for the borings locations and the depth of boring shall be prepared by the
Consultants and submitted to NHIDCL for approval. These may be finalized in
consultation with NHIDCL.
6. The sub-soil exploration and testing should be carried out as per IS 1892. The soil
testing reports shall be in the format prescribed in relevant IRC Codes.
7. For the approach road pavement, bore holes at each major change in pavement
condition or in deflection readings or at 2 km intervals whichever is less shall be carried
out to a depth of at least 2 m below embankment base or to rock level and are to be
fully logged. Appropriate tests to be carried out on samples collected from these bore
holes in NABL accredited laboratory to determine the suitability of various materials for
use in widening of embankments or in parts of new pavement structure.
1. The Consultants shall identify sources (including use of fly-ash/ slag), quarry sites and
borrow areas, undertake field and laboratory testing of the materials to determine their
suitability for various components of the work and establish quality and quantity of
various construction materials and recommend their use on the basis of techno-
economic principles. The Consultants shall prepare mass haul diagram for haulage
purposes giving quarry charts indicating the location of selected borrow areas, quarries
and the respective estimated quantities.
Technical and economic feasibility of using industrial byproducts, recyclable and waste
materials shall be assessed depending on their availability in the concerned region.
2. It is to be ensured that no material shall be used from the right-of-way except by way
of leveling the ground as required from the construction point of view, or for landscaping
and planting of trees etc. or from the cutting of existing ground for obtaining the required
Page 87 of 376
formation levels.
4. The Consultants shall make suitable recommendations regarding making the borrow
and quarry areas after the exploitation of materials for construction of works.
5. The Material Investigation aspect shall include preparation and testing of bituminous
mixes for various layers and concrete mixes of different design mix grades using
suitable materials (binders, aggregates, sand filler etc.) as identified during Material
Investigation to conform to latest MoRT&H specification.
4.12.1. General
1. The Consultants are to carryout detailed designs and prepare working drawings for the
following:
ii. Design of pavement for the additional lanes and overlay for the existing road,
paved shoulders, medians, verges;
v. ROB for railway crossings as per the requirement and the standards of the
Indian Railways; and,
vii. Designs for road furniture and road safety/traffic control features;
viii. Designs and drawings for service road/under passes/overpass / cattle passes
tree planting/fencing at locations where necessary / required
ix. Toll plazas and office-cum-residential complex for NHIDCL (one for each civil
contract package)
Page 88 of 376
xi. Drainage design showing location of turnouts, out falling structures, separate
drawings sheet for each 5 km. stretch.
xii. Bridges and structures rehabilitation plan with design and drawings
xiii. Traffic amenities (Parking Areas, Weighing Station and Rest Areas, etc.).
xv. Design of river bank protection / training works. Innovative type of structures
with minimum joints, aesthetically, pleasing and appropriate to the topography
of the region shall be designed wherever feasible.
1. The Consultants shall evolve Design Standards and material specifications for the
Study primarily based on IRC publications, MoRT&H Circulars and relevant
recommendations of the international standards for approval by NHIDCL.
2. The Design Standards evolved for the project shall cover all aspects of detailed design
including the design of geometric elements, pavement design, bridges and structures,
traffic safety and materials.
1. The design of geometric elements shall, therefore, take into account the essential
requirements of such facilities.
2. Based on the data collected from reconnaissance and topographic surveys, the
sections with geometric deficiencies, if any, should be identified and suitable measures
for improvement should be suggested for implementation.
3. The data on accident statistics should be compiled and reported showing accident type
and frequency so that black spots are identified along the project road section. The
possible causes (such as poor geometric features, pavement condition etc.) of
accidents should be investigated into and suitable cost-effective remedial measures
suggested for implementation.
4. The detailed design for geometric elements shall cover, but not be limited to the
following major aspects:
i. horizontal alignment;
ii. longitudinal profile;
iii. cross-sectional elements, including refuge lane (50m) at every 2kms.
iv. junctions, intersections and interchanges;
v. bypasses; and,
Page 89 of 376
vi. service roads as and when require i.e built up area.
5. The alignment design shall be verified for available sight distances as per the standard
norms. The provision of appropriate markings and signs shall be made wherever the
existing site conditions do not permit the adherence to the sight distance requirements
as per the standard norms.
6. The consultants shall make detailed analysis of traffic flow and level of service for the
existing road and workout the traffic flow capacity for the improved project road. The
analysis should clearly establish the widening requirements with respect to the different
horizon periods taking into account special problems such as road segments with
isolated steep gradients.
7. In the case of closely spaced cross roads the Consultant shall examine different options
such as, providing grade separated structure for some of them with a view to reduce
number of at-grade crossings, services roads connecting the cross-roads and closing
access from some of the intersections and prepare and furnish appropriate proposals
for this purpose keeping in view the cost of improvement, impact on traffic movement
and accessibility to cross roads. The detailed drawings and cost estimate should
include the provisions for realignments of the existing cross roads to allow such
arrangements.
8. The Consultant shall also prepare design of grade separated pedestrian crossings
(viaducts) for large cross traffic of pedestrians and / or animals on the basis of
passenger and animal cross traffic surveys conducted.
9. The Consultant shall also prepare details for at-grade junctions, which may be adopted
as alternative to the grade separated structures. The geometric design of interchanges
shall take into account the site conditions, turning movement characteristics, level of
service, overall economy and operational safety.
10. The Consultants shall prepare design and other details in respect of the parallel service
roads in urbanized locations and other locations to cater to the local traffic, their effect
of the viability of the project on commercial basis if service roads are constructed as
part of the project and the implications of not providing the service roads.
11. The consultant shall prepare complete road and pavement design including drainage
for new bypass option identified around congested town en-route.
Page 90 of 376
standard;;
3. The design of pavement shall be rigorous and shall make use of the latest Indian and
International practices. The design alternatives shall include both rigid and flexible
design options. The most appropriate design, option shall be established on life-
cycle costing and techno-economic consideration.
4. For the design of pavement, each set of design input shall be decided on the basis of
rigorous testing and evaluation of its suitability and relevance in respect of in-service
performance of the pavement. The design methodology shall accompany the design
proposals and shall clearly bring out the basic assumptions, values of the various
design inputs, rationale behind the selection of the design inputs and the criteria for
checking and control during the implementation of works. In other words, the design of
pavement structure should take due account of the type, characteristics of materials
used in the respective courses, variability of their properties and also the reliability of
traffic predictions. Furthermore, the methodology adopted for the design of pavement
shall be complete with flowcharts indicating the various steps in the design process,
their interaction with one another and the input parametre required at each step.
5. For the design of overlays for the existing 2-lane pavement, the strengthening
requirement shall duly take into account the strength of the existing pavement vis-à-
vis the remaining life. The overlay thickness requirements shall be worked out for each
road segment homogenous with respect to condition, strength and sub- grade
characteristics. The rehabilitation provisions should also include the provision of
regulating layer. For existing pavement with acceptable levels of cracking, provision of
a crack inhibiting layer should also be included.
5 (a) For rehabilitation and strengthening, consultant shall consider the alternatives of
rehabilitating the existing pavement, overlaying with the same or alternate pavement
type (e.g. white/black topping) and also the option of removal and replacement of
existing pavement layers and chose the best alternative basis lifecycle costing, and
any local considerations such as material availability, time available for construction
etc.
Page 91 of 376
to upgrade the pavements. These provisions notwithstanding, recycling of existing
bituminous materials is yet to be implemented in most of the NHIDCL projects. The
reclaiming and reprocessing of pavement materials involve both design (how the
pavement should be designed using reclaimed materials with the given properties) and
technology (the methods to reclaim and reprocess, equipment, knowhow and quality)
issues. After addressing these issues, the recycling of pavements will be
environmentally and economically better option for rehabilitation, repair or
reconstruction compared to the use of fresh or virgin materials. Indian Road Congress
has published IRC: 120-2015 on “recommended practice for recycling of bituminous
pavements” giving a detailed procedure for its implementation
7. The paved shoulders shall be designed as integral part of the pavement for the main
carriageway. The design requirements for the carriageway pavement shall, therefore,
be applicable for the design of shoulder pavements. The design of granular shoulder
should take into account the drainage considerations besides the structural
requirements.
8. The pavement design task shall also cover working out the maintenance and
strengthening requirements and periodicity and timing of such treatments.
1. The embankments design should provide for maximum utilization of locally available
materials consistent with economy. Use of fly ash wherever available with in
economical leads must be considered. In accordance with Government instructions,
use of fly ash within 300 km from Thermal Power Stations is mandatory as per
extra ordinary Gazette Notification No. S.O. 254 (E) Part Section – III – Sub Section (ii)
dated 25th January, 2016 and subsequent amendment, if any of Ministry of
Environment, Forest and Climate change, New Delhi.
2. The Consultants shall carry out detailed analysis and design for all embankments of
height greater than 6 m based on relevant IRC publications.
3. The design of embankments should include the requirements for protection works and
traffic safety features.
4. The design of cut slopes should include the requirements for protection works and
traffic safety features. Slope protection may include, solutions like, Breast Walls,
Gabion walls, rock bolting, slope benching, etc., based on details design (as per
relevant IRC codes) of the cut slope in terms of type of soil / rock, drainage conditions,
etc.
5. The Consultant shall identify areas for excess cut material disposal and muck disposal
and design suitable slope protection measures as required to contain the disposed
material. The area identified shall be part of the Detail Design Report and to be
discussed with local authorities and NHIDCL Team for agreement. While proposing
Page 92 of 376
these areas compliance to Environmental and Social factors, like avoiding blockage of
water bodies, glaciers, streams/ river courses, avoiding human and animal habitats,
etc. also need to be maintained and documented.
1. The data collected and investigation results shall be analyzed to determine the
following:
i. HFL
ii. LWL
iii. LBL
iv. Erodibility of bed/scour level
v. Design discharge
vi. Linear waterway and effective linear waterway
vii. Likely foundation depth
viii. Safe bearing capacity
ix. Engineering properties of sub soil
x. Artesian conditions
xi. Settlement characteristics
xii. Vertical clearance
xiii. Horizontal clearance
xiv. Free board for approach road
xv. Severity of environment with reference to corrosion
xvi. Data pertaining to seismic and wind load
xvii. Requirement of model study etc.
2. The Consultant shall prepare General Arrangement Drawing (GAD) and Alignment
Plan showing the salient features of the bridges and structures proposed to be
constructed/ reconstructed along the road sections covered under the Study. These
salient features such as alignment, overall length, span arrangement, cross section,
deck level, founding level, type of bridge components(superstructure, substructure,
foundations, bearings, expansion joint, return walls etc.) shall be finalized based upon
hydraulic and geo- technical studies, cost effectiveness and ease of construction. The
GAD shall be supplemented by Preliminary designs. In respect of span arrangement
and type of bridge a few alternatives with cost-benefit implications should be submitted
to enable NHIDCL to approve the best alternative. After approval of alignment and GAD
the Consultant shall prepare detailed design as per IRC codes /guidelines and working
drawings for all components of bridges and structures.
Page 93 of 376
3. The location of all at-grade level crossings shall be identified falling across the existing
level crossings for providing ROB at these locations. The Consultants shall prepare
preliminary GAD for necessary construction separately to the Client. The Consultant
shall pursue the Indian Railways Authorities or/and any statutory authority of
State/Central Government for approval of the GAD from concerned Authorities.
4. GAD for bridges/structures across irrigation/water way channels shall be got approved
from the concerned Irrigation/Water way Authorities. Subsequent to approval of GAD
and alignment plan by NHIDCL, the Consultants shall prepare detailed design as per
IRC codes/guidelines for all components of the bridges and structures.
5. Subsequent to the approval of the GAD and Alignment Plan by NHIDCL and Railways,
the Consultant shall prepare detailed design as per IRC and Railways guidelines and
working drawings for all components of the bridges and structures. The Consultant
shall furnish the design and working drawings for suitable protection works and/or river
training works wherever required.
9. Subsequent to the approval of the GAD and the alignment plan by NHIDCL, detailed
design shall also be carried out for the proposed underpasses, overpasses and
interchanges.
10. The Consultants shall also carry out the design and make suitable recommendations
for protection works for bridges and drainage structures.
11. In case land available is not adequate for embankment slope, suitable design for RCC
retaining wall shall be furnished. However, RES wall may also be considered
depending upon techno-economic suitability to be approved by NHIDCL.
12. All the bridge structures having a length of 100 m or less can be used for tapping of
water for serving dual purpose i.e., to cross the water body or to store water, if
technically feasible. Therefore, such structures shall be designed as bridge cum
Page 94 of 376
barrage structures (bridge cum bandhara). Ministry’s guidelines in this regard issued
vide letter no. RW/NH-34066/89/2015-S&R(B) dated 18.04.2017 may be referred.
1. The requirement of roadside drainage system and the integration of the same with
proposed cross-drainage system shall be worked out for the entire length of the project
road section.
2. In addition to the roadside drainage system, the Consultants shall design the special
drainage provisions for sections with super-elevated carriageways, high embankments
and for road segments passing through cuts. The drainage provisions shall also be
worked out for road segments passing through urban areas.
3. The designed drainage system should show locations of turnouts/outfall points with
details of outfall structures fitting into natural contours. A separate drawing sheet
covering every 5 km. stretch of road shall be prepared.
4. The project highway shall be designed to have well designed efficient drainage system,
which shall be subsurface, as far as possible. While constructing the underpasses, the
finished road level shall be determined so as to ensure that the accumulation of rain
water does not take place and run-off flows at the natural ground level. The drains,
wherever constructed, shall be provided with proper gradient and connected to the
existing outlets for final disposal.
5. The rain water harvesting requirements be assessed taking into consideration the
Ministry of Environment & Forest Notification Dt. 14.01.1997 (as amended on
13.01.1998, 05.01.1999 & 06.11.2000). The construction of rainwater harvesting
structure is mandatory in and around water scarce / crisis areas notified by the Central
Ground Water Board. The provisions for rainwater harvesting be executed as per the
requirements of IRC:SP:42-2014 (Guidelines for Road Drainage) and IRC:SP:50-2013
(Guidelines on Urban Drainage).
6. All the bridge structures having a length of 100m or less can be used for tapping of
water for serving dual purpose i.e. to cross the water body and to store water, if
technically feasible. Therefore, such structures should be designed as bridge cum
barrage structures (bridge cum bandhara). Ministry’s guidelines in this regard issued
vide letter no. RW/NH-34066/59/2015-S&R(B) dated 18.04.2017 may be referred.
7. The locations of the culverts should be planned in such a way that the proposed culvert
covers optimum catchment area & the location shall be decided on the basis of
topographical survey, local rainfall data, gradient of natural ground and enquiry from
the local habitants. All culverts should preferably be box culverts as pipe culverts get
filled up with silt, which is rarely cleared.
Page 95 of 376
1. The Consultants shall design suitable traffic safety features and road furniture including
traffic signals, signs, markings, overhead sign boards, crash barriers, delineators etc.
The locations of these features shall be given in the reports and also shown in the
drawings.
2. The Consultant should make the provisions for “the overhead (gantry-mounted) signs
on roads with two or more lanes in the same direction” as per provisions of IRC-67.
The minimum height of gantry mounted sign be 5.5 m above the highest point at the
carriageway.
3. Road safety shall be the focus of design. The roads shall be forgiving, having self-
explaining alignment, safe designed intersections / interchanges segregation and safe
crossing facilities for VRUs with crash barriers at hazardous locations. The details of
traffic signs and pavement markings with their locations, types and configuration shall
be shown on the plan so that they are correctly provided.
4. DPR shall undergo the exercise of Road Safety Audit through the Road Safety Auditor
(separate from design team) and recommendations mentioned be incorporated.
5. Road markings and proper signage constitute another important aspect of the Road
safety. The DPR shall contain a detailed signage plan, indicating the places, directions,
distances and other features, duly marked on the chainage plan. It shall specify the
suitable places where FoBs are to be provided. Road marking and signage plan shall
be included in DPR and shall be specifically approved by the NHIDCL.
6. Advanced Traffic Management System (ATMS) shall be in place for all 4/6 lane roads
of NHIDCL being put to tolling. This would provide real time information, guidance and
emergency assistance to users. ATMS would include outdoor equipment including
emergency call boxes, variable message sign systems, meteorological data system,
close circuit TV camera (CCTV) system in addition to any other equipment required to
meet the objective. Indoor equipment would include large display board, central
computer with Network Management System, CCTV monitor system and management
of call boxes system with uninterrupted power supply, all housed in a central control
centre. In this connection, MoRTH’s policy circular no.11041/218/2007-Admn dated
15.09.2016 may be referred.
7. As availability of suitable sight distance has a large effect on road safety, the alignment
of all the NHs should be finalized in such a way so as to have double the stopping sight
distance available to the road users at all locations.
The Consultants shall work out appropriate plan for planting of trees (specifying type
of plantation), horticulture, floriculture on the surplus land of the right-of way with a
view to beautify the highway and making the environment along the highway pleasing.
These activities should be included in the TOR for contractor/concessionaire and the
Page 96 of 376
cost of these activities shall also be added to the total project cost for civil works. The
existing trees / plants shall be retained to the extent possible. The Transplantation of
trees shall also be proposed wherever feasible.
1. The Consultants shall identify the possible toll plaza location(s) based on the data and
information derived from the traffic studies and a study of the existing physical features
including the availability of land. The location of the plaza should keep in view that the
project road is to be developed as a partially access controlled highway facility and it
is required to collect toll on rational basis from as much of the vehicular traffic as
possible consistent with economy of collection and operations. The location of the toll
plaza should be finalized in consultation with NHIDCL.
2. The minimum number of toll lanes at the toll plazas should be carefully designed taking
into consideration the projected peak hour tollable traffic, permissible service time,
adopted toll collection system and the capacity of service lanes. The number of lanes
at any toll plaza would, however, be not less than four times the number of lanes for
which the highway has been designed. Eventually, all the lanes have to be designed /
equipped with Electronic Toll Collection (ETC) systems and one lane at the extreme
outer side for Over Dimensioned Vehicles (ODV) should be earmarked in each
direction.
3. Car lanes and lanes for commercial vehicles shall be earmarked at the toll plaza with
outer lanes earmarked for the commercial vehicles. At least 50% of the total lanes on
each side shall be equipped with weigh-in-motion facility for dedicated use by
commercial vehicles followed by a static weigh bridge on either side. Number of lanes
with weigh-in-motion facility may be suitably increased depending on proportion of
commercial vehicles in total traffic Provision should be kept for acquisition and
earmarking of about one acre area for parking of the overloaded vehicles.
1. The consultant shall select suitable sites for weighing stations, parking areas and rest
areas and prepare suitable separate designs in this regard. The common facilities like
petrol pump, first-aid medical facilities, police office, restaurant, vehicle parking etc.
should be included in the general layout for planning. For petrol pump, the guidelines
issued by OISD of Ministry of Petroleum shall be followed. The facilities should be
planned to be at approximately 50 km interval. At least each facility (1 no.) is foreseen
to be provided for this project stretch. Weighing stations can be located near toll plazas
so that overloaded vehicles can be easily identified and suitably penalized and
unloaded before being allowed to proceed further. The type of weighing system suitable
for the project shall be brought out in the report giving merits of each type of the state-
Page 97 of 376
of-the art and basis of recommendations for the chosen system.
2. The Consultant should take into consideration the provisions for persons with
disabilities (PwD) in way side amenity centres / rest areas and provide ramp facilities,
exit / entrance door with minimum clear opening of 900 mm and special toilet facilities
for use of handicapped persons. The consultant shall also take into consideration, the
provisions for Pedestrians facilities as per IRC-103.
1. The Consultants shall make suitable designs and layout for miscellaneous works
including rest areas, bus bays, vehicle parking areas, telecommunication facilities etc.
wherever appropriate.
2. The Consultants shall prepare the detailed scheme and lay out plan for the works
mentioned in Para 1.
3. The Consultants shall prepare detailed plan for the traffic management and safety
during the construction period.
The consultant shall under take the detailed environmental and social impact
assessment in accordance with the standard set by the Government of India for
projects proposed to be funded by MORT&H/NHIDCL. In respect of projects proposed
to be funded by ADB loan assistance, Environmental Assessment Requirements,
Environmental Guidelines for selected infrastructure projects, 1993 of Asian
Development Bank shall be followed. Similarly, for projects proposed to be funded by
World Bank loan assistance, World Bank Guidelines shall be followed.
3. The consultant shall assess the potential significant impacts and identify the
mitigation measures to address these impacts adequately.
Page 98 of 376
concerns. This should include with and without scenario and modification
incorporated in the proposed project due to environment considerations.
(b) Bus bays and bus shelters including a review of their location,
7. The consultant shall establish a suitable monitoring network with regard to air,
water and noise pollution. The consultant will also provide additional inputs in
the areas of performance indicators and monitoring mechanisms for
environmental components during construction and operational phase of the
project.
8. The consultant shall provide the cost of mitigation measures and ensure that
environmental related staffing, training and institutional requirements are
budgeted in project cost.
9. The consultant shall prepare the application forms and obtain forestry and
environmental clearances from the respective authorities including the SPCBs
and the MOEF on behalf of NHIDCL. The consultants will make presentation, if
required, in defending the project to the MOEF Infrastructure Committee.
10. The consultant shall identify and plan for plantation and Transplantation of the
suitable trees along the existing highway in accordance with IRC guidelines.
12. Provision should be made for Noise Barriers wherever (especially where project
highway passes through dense habitation) required as a mitigation measure
against noise pollution and nuisance. Their location, dimension, type, material
and shapes should be determined and defined in environment impact
assessment studies forming part of DPR.
Page 99 of 376
4.13.2 Social Assessment
1 The consultant would conduct base line socio-economic and census survey to
assess the impacts on the people, properties and loss of livelihood. The
socioeconomic survey will establish the benchmark for monitoring of R&R
activities. A social assessment is conducted for the entire project to identify
mechanisms to improve project designs to meet the needs of different
stakeholders. A summary of stakeholder discussions, issue raised and how the
project design was developed to meet stakeholders need would be prepared.
2 The consultant shall prepare Land Acquisition Plan and assist NHIDCL in
acquisition of land under various Acts.
4.13.3 The consultant would prepare Resettlement and Rehabilitation Plan and assess
feasibility and effectiveness of income restoration strategies and suitability and
availability to relocation sites. The resettlement plan which accounts for land
acquisition and resettlement impacts would be based on a 25% socio-economic
survey and 100 % census survey of project affected people which provides the
complete assessment of the number of affected households and persons,
including common property resources. All untitled occupants are recorded at the
initial stages and identify cards will be issued to ensure there is no further influx of
people in to the project area. All consultations with affected persons (to include list
of participants) should be fully documented and records made available to
NHIDCL.
Assessment on the impact of the project on the poor and vulnerable groups
along the project road corridor.
Based on the identified impacts, developing entitlement matrix for the project
affected people.
Assessment on social issues such as indigenous people, gender, HIV/AIDS,
labourers including child labour.
Implementation budgets, sources and timing of funding and schedule of
tasks.
Responsibility of tasks, institutional arrangements and personnel for
delivering entitlement and plans to build institutional capacity.
Internal and external monitoring plans, key monitoring indicators and
grievance redress mechanism.
Incorporating any other suggestions of the ADB/ World Bank/ NHIDCL, till the
acceptance of the reports by the ADB/ World Bank/ NHIDCL
5.1.1.1 Coordinate all activities necessary for accurate and timely publication of notifications
as per NH Act including but not limited to
5.1.1.2 Liaison with relevant state departments throughout land acquisition process
i. Liaison with State Government departments including but not limited to Land
Revenue Office (or Tehsil), Sub - Registrar office, Directorate of Surveys and
with other State departments (like Public works department, horticulture
department etc.) to expedite the land acquisition process
ii. Co-ordinate collection of all the necessary land record documents and
information required to support CALA/CALA staff during the LA process
5.1.1.3 Facilitate communication between NHIDCL and CALA throughout land acquisition
process
5.1.1.4 Support CALA and NHIDCL with manpower and resources CALA throughout land
acquisition process
ii. Ensure comprehensive quality checks (4 Eye Checks) for all the notifications
prepared before submission in the Bhoomi Rashi portal
5.1.2.1 Provide copy of following documents to NHIDCL - 1 soft copy (less than 3MB
combined) + 1 hard copy, on finalization of alignment and approval of the alignment
from the competent authority
ii. Alignment plan: Engineering plan detailing relative position of Proposed Right
of Way to existing road, bypasses, realignments significant structures, affected
villages and chainage
5.1.2.2 Conduct enquiry at Village Administrative Office along approved alignment to ensure
inclusion of all villages
5.1.2.3 Ensure correct spelling of taluks and villages according to local revenue records
(Jamabandi) or State Government land record website. The same should be done for
English and Hindi
5.1.2.4 Obtain approval of taluk names, village names and other details mentioned in 3a from
CALA office
5.1.2.6 Co-ordinate with NIC to ensure correct village names and spelling are included in
Bhoomi Rashi portal
5.1.2.7 Assist NHIDCL in creating 3a notification and preamble on Bhoomi Rashi along with
all supporting documents in format prescribed to be sent for approval to NHIDCL HQ
5.1.3.1 Co-ordinate collection of all village maps from state land revenue department
i. Ensure all village maps are collected from the Taluk Office/Regional Deputy
Director of Survey and Land Records and bear a saleable copy mark.
5.1.3.2 Co-ordinate collection of all survey maps for all the affected survey numbers in the
proposed right of way from state land revenue department
i. Ensure collection of digitized survey maps from the state revenue department
prepared using CollabLand software of NIC for the purposes of land acquisition
activities, wherever available
ii. Ensure all survey maps collected are scaled to 1:500, 1:1000 or 1:2000
iii. Ensure survey maps contain all necessary information including boundary
dimensions, ladder diagrams, topographical details, sub division details and
adjoining survey numbers as available, in line with the norms of the State
Government
iv. Verify the level of accuracy in the maps and their suitability for the purposes of
supporting the land acquisition effort for the project road in terms of both
dimensional accuracy and details available
5.1.3.3 Ensure collection of geo referenced control points capable of being imported into
appropriate GIS system
ii. Ensure a minimum of 10 control points are identified and geo-referenced for
every 1 km
iii. Ensure the Geo-location information from the control points are imported into
the GIS system, to aid in superimposition of alignment map and the digitized
village map. Suitable land details and features should also be added to the
GIS system to enable review of individual land parcels.
5.1.3.4 Ensure accurate digitization and projection of village maps on GIS system
3. Stitch the digitized survey maps to recreate a scaled and digitized village
map depicting all the survey numbers affected by the proposed right of way
iii. Ensure that the digitized map exactly matches the original map like a contact
print and contain all information contained in the original survey map
1. Where applicable, the consultant shall share back the digitized cadastral
maps in both soft and hard copy with the relevant local agency or state
government
5.1.3.5 Ensure accurate projection of survey revenue maps on Google Earth or similar GIS
software necessarily having the following layers
i. Alignment Map
5.1.3.6 Ensure proper superimposition of the alignment map, digitized village map by
accurately matching the topographical details and geo-referenced ground control
points on both the layers.
i. Divide the village maps at every 500 meters (in case of the same village) to
ensure proper projection of the planar map on Google Earth or equivalent
ii. Adjust the digitized map to exactly match the ground situation using the geo-
referenced ground control points identified
5.1.3.8 Co-ordinate collection all the relevant revenue records from state revenue department
required to ascertain type and nature of land
i. Collect the updated land revenue records with details on survey numbers, sub-
division, land type, land nature and owner from the Taluk office
5.1.3.9 Prepare and submit 3A draft and LA plan in the format prescribed by NHIDCL
5.1.3.10 Co-ordinate submission of copies of LA plan and Alignment map to CALA offices
through NHIDCL required for verification of 3A draft in the format prescribed by the
CALA Office
5.1.3.12 Assist CALA staff in preparation of 3A notification, preamble and forwarding letter to
be forwarded to NHIDCL
5.1.3.13 Assist NHIDCL in uploading 3A notification (as declared by CALA) along with preamble
on Bhoomi Rashi
ii. Ensure the 3A submitted on Bhoomi Rashi matches the signed copy verbatim
and no changes are made
5.1.3.14 Provide copy of 3A Gazette notification to the office of the CALA on publication in the
Gazette
i. Ensure the translated 3A sent to the newspaper matches the 3A Gazette copy
verbatim and no changes are made
5.1.3.16 Co-ordinate with the CALA to get a signed copy of the press ready version along with
the file reference number needed for future reference at the CALA office
5.1.3.18 Provide copies of newspaper publication of 3A notification to the CALA and NHIDCL
5.1.3.19 Ensure all activities are planned and adequate manpower is made available to ensure
the prescribed timelines are adhered to
iii. Provide adequate manpower including but not limited to AutoCAD draftsmen,
liaison officers, computer operators, retired tahsildars, etc. to ensure mandated
timelines are met
iv. Ensure adequate resources including but not limited to computers, software
licenses, scanner, printer etc. are deployed to ensure mandated timelines are
met.
5.1.4 Assist CALA and NHIDCL in conduction of 3C enquiry and compilation of final
orders
5.1.4.2 Assist CALA staff in sending notices to petitioners on respective hearing dates either
through newspaper notifications to be published in 2 newspapers: 1 Vernacular + 1
other or through respective village administrative offices
5.1.4.3 Provide copies of newspaper publication/ notices of 3C notification to the office of the
CALA
5.1.4.5 Assist CALA during objection hearings, recording of hearings, ensuring compliance of
corresponding orders and notification of final CALA order to petitioners
5.1.4.6 Assist CALA staff in dispatching and ensuring delivery of final 3C orders to petitioners
in a timely manner and obtain acknowledgement of receipt of 3C orders from the
aggrieved parties
5.1.5.1 Co-ordinate with the CALA office and state government departments and obtain all
permissions necessary to conduct JMS and center line marking
i. Ensure use of Differential GPS or Total Station systems to conduct center line
marking
ii. Ensure placing of boundary pillars (left and right) and the center line peg (in
case of brownfield sections), center line pillar (in case of greenfield sections) at
50-meter intervals, clearly demarcating the Proposed Right of Way.
iii. Ensure all boundary pillars are provided and planted as per IRC:25:1967
v. Provide daily reports to NHIDCL and CALA office by mail indicating progress
of boundary stone marking in terms of length and chainage covered
vi. Retain a Total Station system, controller and a prism holder for the entire
duration of the JMS to ensure prompt assistance to the survey team
5.1.5.3 Ensure accurate and timely conduction of JMS for the complete length of the project
i. Provide scaled revenue maps, latest ownership records, village map and other
revenue documents necessary for conducting JMS
iii. Ensure accurate measurement of revenue survey plots with respect to PROW
of project, by identifying physical features present on the ground & the survey
sketches, measuring the distance of the PROW stone from the physical
features and marking the distance on the survey sketch
vii. Ensure sub-division records are prepared as per the guidelines of the state
revenue surveyor clearly indicating the name of the land owner as per latest
ownership record
ix. Ensure submission of JMS records in format expected by the CALA office along
with all supporting documents
x. Co-ordinate with local land revenue office in updating of all land records as per
sub- division records submitted to CALA office, including vesting of acquired
land in the name of Government of India, post publication of the 3D notification
xi. Provide daily reports to NHIDCL and CALA office by mail indicating progress
of JMS in terms of length, villages and number survey numbers covered
i. Ensure all records are submitted at Taluk office in the correct format
ii. Facilitate creation of new sub-divisions based on the sub division records
submitted by the survey team, including vesting of acquired land in the name
of Government of India, post publication of the 3D notification
iii. Provide daily reports to MoRTH/Its agency and CALA office by mail indicating
progress of pre-scrutiny in terms of number of villages covered
5.1.5.5 Co-ordinate with CALA team and PIU to facilitate site inspection
5.1.6.2 Co-ordinate submission of copies of 3D draft and scrutinized JMS Statements to the
office of the CALA for verification
i. Ensure presence of surveyors to clarify/rectify any issue that may arise during
verification, both during on-ground inspection as well as during the document
verification
5.1.6.4 Assist CALA staff in preparation of 3D notification, preamble and forwarding letter to
be forwarded to NHIDCL
5.1.6.5 Assist NHIDCL in uploading 3D notification (as declared by CALA) along with
preamble on Bhoomirashi
ii. Ensure the 3D submitted on Bhoomirashi matches the signed copy verbatim
and no changes are made
5.1.6.6 Provide copy of 3D Gazette notification to the office of the CALA on publication in the
Gazette
i. Ensure the translated 3D sent to the newspaper matches the 3D Gazette copy
verbatim and no changes are made
5.1.6.8 Co-ordinate with the CALA to get a signed copy of the press ready version along with
the file reference number needed for future reference at the CALA office
5.1.6.10 Provide copies of newspaper publication of 3D notification to the CALA and NHIDCL
5.1.6.11 Ensure all activities are planned and adequate manpower is made available to ensure
the prescribed timelines are adhered to
iv. Ensure adequate resources including but not limited to computers, boundary
pillars, Total Station/DGPS systems, vehicles etc. are deployed to ensure
mandated timelines are met
5.1.7.1 Assist CALA in drafting public notice inviting claims (under sub-section 3 of section
3G) from all persons interested in the land to be acquired and 3D notification to be
published in 2 local newspaper - 1 vernacular and 1 other.
5.1.7.2 Co-ordinate with NHIDCL /CALA on publishing of claim invitation notification in 2 local
newspapers - 1 vernacular and 1 other. The public notice inviting claims (under sub-
section 3 of section 3G) from all persons interested in the land to be acquired can be
issued along with the newspaper publication of 3D notification
5.1.7.3 Provide 1 copy of newspaper notification of 3D and claim invitation to CALA, Ward,
Panchayat, Circle office, police station and Collector office.
5.1.7.4 Assist CALA during claim hearings, record hearings and compliance of corresponding
orders
i. Collate ownership claims and the documents received during the claim
hearings
ii. Assist the office of the CALA in verifying the claims and in finalizing the land
owners
5.1.7.5 Assist CALA office in collection of sales statistics and market value (Guideline value/
Collector rates) from the relevant State Government department
i. Collect the sales statistics for 3 years prior to the date of the 3A notification
from the Sub-Registrar’s Office
ii. Assess the sales statistics to evaluate the nature of land for all the sale deeds
based on the land records available with the State Government (Chitta/ A-
Register, etc.)
iii. Compute the average of the top 50% of the sales statistics after eliminating the
outliers, with proper justification
iv. Collect the Guideline Value/ Prevalent market rates, as issued by the order of
the Competent Authority of the State Government for all the relevant villages
5.1.7.6 Compute land valuation for the all the affected survey numbers in line with RFCTLARR
Act and the guidelines issued by MoRTH
5.1.7.7 Conduct valuation of land related assets (Structures, trees, crops etc.) and liaison with
respective State authority including but not limited to State Public Works Department,
Agriculture, Horticulture, Forest Department, etc. for authentication of the valuation.
5.1.7.8 Assist CALA in 3G award preparation and in drafting 3G award documents along with
the required annexures including but not limited to preparation of field book which
contains award by each beneficiary, list of sales statistics considered for finalizing the
market value, etc.
5.1.8.2 Assist CALA staff in drafting notification for beneficiaries for award collection and
vacating the land within 60 days (under section 3E)
5.1.8.3 Co-ordinate serving of notice to all beneficiaries for collection of award and to vacate
the land within 60 days (under section 3E)
5.1.9.1 Cost for publication of Gazette Notifications relating to land acquisition in Newspapers
shall be borne by the NHIDCL.
5.2.1 Identify type and location of all existing utilities within the proposed ROW
1. Consultant will review information available with all utilities agencies in the
region, consult maps/plans available with NHIDCL, MoRTH and state road
agencies, consult with locals and municipal bodies to ascertain the presence
and location of utilities , including but not limited to water-mains, gas,
telephone, electricity and fiber-optic installations in and around the project road
2. Incorporate space required for elevated and under-ground utilities corridors and
utilities crossings as required for existing and future utilities in consultation with
user departments
2. Plan and conduct discussions, consultations and joint site visits required for the
planning of utilities shifting and the development of required drawings and
proposals
4. Develop initial cost estimates based on suggested relocation plan and the latest
available schedule of rates for inclusion in the cost of the project at the time of
approval
2. Prepare utility shifting cost estimates using latest schedule of rates and obtain
approval from user departments
5. Obtain all required utilities shifting proposal estimates and required approvals
from both user departments and NHIDCL within the time stipulated in DPR
1. The Consultants shall prepare detailed estimates for quantities (considering designs
and mass haul diagram) and project cost for the entire project (civil packages wise),
including the cost of environmental and social safeguards proposed based on
MoRT&H’s Standard Data Book and market rate for the inputs. The estimation of
quantities shall be based on detailed design of various components of the projects.
The estimation of quantities and costs would have to be worked out separately for civil
work Package as defined in this TOR.
2. The Consultants shall make detailed analysis for computing the unit rates for the
different items of works. The unit rate analysis shall duly take into account the various
inputs and their basic rates, suggested location of plants and respective lead distances
for mechanized construction. The unit rate for each item of works shall be worked out
in terms of manpower, machinery and materials.
4. The Consultant should work out the quantity of Bitumen, Steel and Cement likely to be
used in the project and indicate in the summary sheet.
1. The Project Road should be divided into the traffic homogenous links based on the
findings of the traffic studies. The homogenous links of the Project Road should be
further subdivided into sections based on physical features of road and pavement, sub-
grade and drainage characteristics etc. The economic and commercial analysis shall
be carried out separately for each traffic homogenous link as well as for the Project
Road.
2. The values of input parametres and the rationale for their selection for the economic
and commercial analyses shall be clearly brought out and got approved by NHIDCL.
3. For models to be used for the economic and the commercial analyses, the calibration
methodology and the basic parametres adapted to the local conditions shall be clearly
brought out and got approved by NHIDCL.
4. The economic and commercial analyses should bring out the priority of the different
homogenous links in terms of project implementation.
1. The Consultants shall carry out economic analysis for the project. The analysis should
2. The economic analysis shall cover but be not limited to be following aspects:
i. assess the capacity of existing roads and the effects of capacity constraints on
vehicle operating costs (VOC);
ii. calculate VOCs for the existing road situation and those for the project;
iii. quantify all economic benefits, including those from reduced congestion, travel
distance, road maintenance cost savings and reduced incidence of road
accidents; and,
iv. estimate the economic internal rate of return (EIRR) for the project over a 30-
year period. In calculating the EIRRs, identify the tradable and non- tradable
components of projects costs and the border price value of the tradable
components.
3. Economic Internal Rate of Return (EIRR) and Net Present Value (NPV), “with “and
“without time and accident savings” should be worked out based on these cost-benefit
stream. Furthermore, sensitivity of EIRR and NPV worked out forth different scenarios
as given under:
Scenario – IV Base Costs plus 15% and Base Benefits minus 15%
The sensitivity scenarios given above are only indicative. The Consultants shall select
the sensitivity scenarios taking into account possible construction delays, construction
costs overrun, traffic volume, revenue shortfalls, operating costs, exchange rate
variations, convertibility of foreign exchange, interest rate volatility, non-compliance or
default by contractors, political risks and force majeure.
4. The economic analysis shall take into account all on-going and future road and
transport infrastructure projects and future development plans in the project area.
2. Therefore, the Consultant will need to study the financial viability of the project
under various available commercial formats and suggest a mode of funding and
execution that is most likely to be successful
3. The consultant shall study the financial viability of the project under several
different traffic volume, user fee scenarios and funding options to arrive at the
optimal execution mode and funding modalities
1. The Consultants shall in consultation with NHIDCL finalize the format for the
analysis and the primary parameters and scenarios that should be taken into
account while carrying out the commercial analysis
2. The Financial analysis for the project should cover financial internal rate of
return, projected income statements, balance sheets and fund flow statements
and should bring out all relevant assumptions.
1. The financial model so developed shall be handed over to and be the property
of NHIDCL.
2. The consultant shall also suggest positive ways of enhancing the project
viability and furnish different financial models for implementing on BOT format
6.3.1 Consultant shall assist the authority in preparing the required bid documents and
support the authority through the bidding process
1. The consultant shall prepare all required bid documents and technical
2. The Consultants shall prepare separate documents for each type of contract
(EPC/PPP) for each package of the DPR assignment
3. The consultant shall assist authority in reviewing bid documents and in making
any changes required basis their findings or the and finalising bid documents
4. The consultant shall assist the authority in collecting and providing all required
supporting documents for initiating bid as defined by the SOP for contracting
5. The DPR consultant may be required to prepare the Bid Documents, based on
the feasibility report, due to exigency of the project for execution if desired by
NHIDCL.
a. To enable this, consultant should study the financial viability and financial
options for the project for modes such as BOT Toll/ Annuity during the
feasibility stage.
6. Provide any and all clarifications required by the authority or other functionaries
such as the financial consultant and legal advisor as required for the financial
appraisal and legal scrutiny of the Project Highway and Bid Documents.
1. Consultant shall support NHIDCL through the entire bid process and shall be
responsible for sharing the findings from the preparation stages during the bid
process
3. During the bid process for a project, the consultant shall support the authority
in:
4. The consultant shall assist NHIDCL and its functionaries as needed in the
evaluation of technical bids
1. Time period envisaged for the study of the project is indicated in Enclosure-I to
LOI. The final reports, drawings and documentation shall be completed within
this time schedule.
2. NHIDCL shall arrange to give approval on all sketches, drawings, reports and
recommendations and other matters and proposals submitted for decision by
the Consultant in such reasonable time so as not to delay or disrupt the
performance of the Consultant’s services.
4. The Consultants shall establish an office at the project site manned by senior
personnel during the course of the surveys and investigations. All the project
related office work shall be carried out by the consultant in their site office
5. All key personnel and sub professional staff of the DPR Consultants shall use
the fingerprint based (biometric) attendance system for marking their daily
attendance. Attendance shall be marked at least once a day and anytime
during the day. Biometric Attendance System shall be installed by the DPR
Consultants at its own cost at the site office and design office in order to
facilitate the attendance marking. A copy of attendance records shall be
attached at the time of submission of their bills to the
NHIDCL from time to time. Proper justification shall be provided for cases of
absence of key personnel/ sub-professional staff which do not have prior
approval from Project Director of Concerned stretch. If NHIDCL so desires, it
shall facilitate electronic linking of the attendance system with the Central
Monitoring System of NHIDCL.
9.1 All reports, documents and drawings are to be submitted separately for each of the
traffic homogenous link of the Project Road. The analysis of data and the design
proposals shall be based on the data derived from the primary surveys and
investigations carried out during the period of assignment. The sources of data and
model relationships used in the reports shall be indicated with complete details for easy
reference.
9.2 Project preparation activities will be split into eight stages as brought out below.
Preliminary design work should commence without waiting for feasibility study to be
completed. Stage 3, 5 and 6 shall run in parallel with Stage 2 and 4
For stages 7 and 8 consultant will be required to submit a report at the completion of
90% of the activities for that stage. In addition, an updated report will need to be
submitted at the completion of all land acquisition activities covering receipt of 100%
of the land possession certificates for the land parcels pertaining to the project road.
Consultant shall be required to complete, to the satisfaction of the client, all the
different stages of study within the time frame indicated in the schedule of submission
in para 10 pertaining to Reports and Documents for becoming eligible for payment for
any part of the next stage.
1. The Consultant shall submit to the client the reports and documents in bound
volumes (and not spiral binding form) after completion of each stage of work as
per the schedule and in the number of copies as given in Enclosure-III. Further,
the reports shall also be submitted in floppy diskettes / CD’s in addition to the
hardcopies as mentioned in Enclosure-III. Consultant shall submit all other
reports mentioned specifically in the preceding paras of the TOR.
2. The time schedule for various submissions prescribed at Sl. No.1 above shall
be strictly adhered to. No time overrun in respect of these submissions will
1. The key stages, activities and deliverables for the detailed project report are
as described in these documents
2. The following section describes the detailed requirements for each report that
needs to be submitted
5. All reports must be submitted along with the relevant checklist form completed
and signed off by the consultant
1. Immediately upon the award, the Consultants shall submit four copies of the
QAP document covering all aspects of field studies, investigations design and
economic financial analysis. The quality assurance plans/procedures for
different field studies, engineering surveys and investigation, design and
documentation activities should be presented as separate sections like
engineering surveys and investigations, traffic surveys, material geo-technical
and sub-soil investigations, road and pavement investigations, investigation
and design of bridges &structures, environment and R&R assessment,
economic & financial analysis, drawings and documentation; preparation,
checking, approval and filing of calculations, identification and traceability of
project documents etc. Further, additional information as per format shall be
furnished regarding the details of personnel who shall be responsible for
carrying out/preparing and checking/verifying various activities forming part of
feasibility study and project preparation, since inception to the completion of
work. The field and design activities shall start after the QAP is approved by
NHIDCL.
i. Project appreciation;
ii. Detailed methodology to meet the requirements of the TOR finalized in
consultation with the NHIDCL officers; including scheduling of various sub
activities to be carried out for completion of various stages of the work;
stating out clearly their approach & methodology for project preparation
after due inspection of the entire project stretch and collection/ collation of
necessary information;
iii. Task Assignment and Manning Schedule;
ii. The available alignment options should be worked out on the basis of
available topographic maps, publicly available mapping services or
remote sensing based topography and land use maps
iii. The most appropriate alignment option for bypasses should be identified
on the basis of site conditions and techno-economic considerations
1. Basis review of the existing project road, local traffic patterns and initial
reconnaissance surveys, the consultant shall present possible alignment
alternatives for the project road
iii. Analysis of alignment alternatives bringing out the pros and cons of each
alternative including, but not limited to: new construction required, land
acquisition requirements, environmental impact, utilities and structures
affected, cost of construction, road geometry and road safety aspects,
input from local consultation, NHIDCL views
iv. Recommendations from among the alignment options presented for the
authority to consider
i. Executive summary
ii. Overview of NHIDCL organization and activities, and project financing
and cost recovery mechanisms
iii. Project description including possible alternative alignments/bypasses
and technical/engineering alternatives
iv. Methodology adopted for the feasibility study
v. Socioeconomic profile of the project areas
vi. Indicative design standards, methodologies and specifications
vii. Traffic surveys and analysis
viii. Environmental screening and preliminary environmental assessment
ix. Initial social assessment and preliminary land acquisition/resettlement
plan
x. Cost estimates based on preliminary rate analysis and bill of
quantities,
xi. Cost analysis of all alternate identified alignments
xii. Economic and financial analysis
xiii. Conclusions and recommendations
2. In view of para 1 above the consultant has to submit the following documents in
six sets:
ii. Rate Analysis: This volume will present the analysis of rates for all items
of works. The details of unit rate of materials at source, carriage charges,
any other applicable charges, labour rates, and machine charges as
considered in arriving at unit rates will be included in this volume.
iv. Bill of Quantities: This volume shall contain the detailed Bill of Quantities
for all items of works
3. The basic data obtained from the field studies and investigations shall be
submitted in a separate volume as an Appendix to Feasibility Report.
STAGE 3:
i. Details of the center line of the proposed widened NH along with the
existing and proposed right-of-way limits to appreciate the requirements
of land acquisition;
iii. Strip plans showing the position of existing utilities and services
indicating clearly the position of their relocation;
vi. The utility relocation plans should clearly show existing right-of-way and
pertinent topographic details including buildings, major trees, fences and
other installations such as water-mains, telephone, telegraph and
electricity poles, and suggest relocation of the services along with their
crossings the highway at designated locations as required and prepare
necessary details for submission to the Service Departments;
2. The strip plans and land acquisition plan shall be prepared on the basis of
data from reconnaissance and detailed topographic surveys.
3. The Report accompanying the strip plans should cover the essential aspects
as given under:
4. The strip plans shall clearly indicate the scheme for widening. The views and
suggestions of the concerned State PWDs should be duly taken into account
while working out the widening scheme (left, right or symmetrical). The
widening scheme shall be finalized in consultation with NHIDCL.
1. Consultant shall submit a detailed land acquisition plan that provides details on
kilometre-wise land acquisition requirements, all required details and draft
notifications made.
2. The Land acquisition plan and report shall be prepared and submitted for each
section (package). Details shall also be submitted in land acquisition proforma to
be supplied by NHIDCL, in both Hindi and English languages.
4. The land acquisition plan shall present details concerning the land area to be
acquired in conjunction with the strip plan:
iii. Details of properties, such as buildings and structures falling within the
right-of way
iv. Costs of acquisition as per revenue authorities and also based on realistic
market derived rates
5. The land acquisition plan shall report the progress of the land acquisition process
under the NH Land Acquisition act
iv. Village, district and CALA wise summary of land to be acquired, current
status of process and notifications published
6. The estimated cost of land acquisition shall invariably be worked out realistically
for all projects before finalization of 3(D) notifications for publication so as enable
taking a conscious decision regarding the feasibility of acquiring the land or
exploring of other alternatives (such as following alternative alignments, etc.).
1. The consultant shall prepare a kilometre-wise Utility Relocation Plan (URP) and
costs for relocation per civil construction package as per estimates from
concerned authorities.
1. The consultant shall prepare a report regarding all other clearances required to
enable the construction of the project road such as environment, forest, tree
cutting and railways clearances
5. Further, for Environmental & Wildlife Clearances, the firm should have been
accredited by National Accreditation Board for Education and Training (NABET) for EIA.
In case NABET accreditation is not available, the DPR Consultant should have atleast 1
retired or Ex Indian Forest Service officer and 2 retired or Ex State Forest Service officers
on regular payroll each with over 15 years of service in Forest & Wildlife Department.
STAGE: 4
3. The Documents and Drawings shall be submitted for the Package and shall be
in the following format:
i. Volume-I, Main Report: This report will present the project background,
social analysis of the project, details of surveys and investigations carried
out, analysis and interpretation of survey and investigation data, traffic
studies and demand forecasts designs, cost estimation, environmental
aspects, economic and commercial analyses and conclusions. The report
shall include Executive Summary giving brief accounts of the findings of
the study and recommendations. A sample executive summary has been
enclosed in Appendix VIII.
The Report shall also include maps, charts and diagrams showing
locations and details of existing features and the essential features of
improvement and upgrading. The Environmental Impact Assessment (EIA)
Report for contract package shall be submitted as a part of the main report.
The basic data obtained from the field studies and investigations and input
data used for the preliminary design shall be submitted in a separate
volume as an Appendix to Main Report.
ii. Volume - II, Design Report: This volume shall contain design calculations,
supported by computer printout of calculations wherever applicable. The
Report shall clearly bring out the various features of design standards
adopted for the study. The design report will be in two parts. Part-I shall
primarily deal with the design of road features and pavement composition
while Part-II shall deal with the design of bridges, tunnels and cross-
drainage structures, cut and fill slopes (slope protection type and stability
analysis). The sub-soil exploration report including the complete details of
boring done, analyses and interpretation of data and the selection of design
parametres shall be included as an Appendix to the Design Report.
The detailed design for all features should be carried out as per the
requirements of the Design Standards for the project. However, there may
be situations wherein it has not been possible to strictly adhere to the
design standards due to the existing site conditions, restrictions and other
considerations. The report should clearly bring out the details of these
aspect and the standards adopted.
iii. Volume - III, Materials Report: The Materials Report shall contain details
concerning the proposed borrow areas and quarries for construction
materials and possible sources of water for construction purposes. The
report shall include details on locations of borrow areas and quarries shown
The materials Report shall also include details of sampling, testing and test
results obtained in respect physical properties of subgrade soils. The
information shall be presented in tabular as well as in graphical
representations and schematic diagrams. The Report shall present soil
profiles along the alignment.
The material Report should also clearly indicate the locations of areas with
problematic soils, cut and fil slope material along the road, geological
information, geomorphological information. Recommendations concerning
the improvement of such soils for use in the proposed construction works,
such as stabilization (cement, lime, mechanical) should be included in the
Report.
vi. Volume - VI, Rate Analysis: This volume will present the analysis of rates
for all items of works. The details of unit rate of materials at source, carriage
charges, any other applicable charges, labour rates, machine charges as
considered in arriving at unit rates will be included in this volume.
vii. Volume - VII, Cost Estimates: This volume will present the contract
package wise cost of each item of work as well as a summary of total cost.
viii. Volume - VIII, Bill of Quantities: This volume shall contain the package-
wise detailed Bill of Quantities for all items of works.
ix. Volume - IX, Drawing Volume: All drawings forming part of this volume
shall be ‘good for construction’ drawings. All plan and profile drawings will
be prepared in scale 1:250V and 1:2500H scale to cover one km in one
sheet. In addition this volume will contain ‘good for construction’ drawings
STAGE: 5
1. Bid documents
a. The consultant shall prepare bid documents for EPC, PPP or other modes
of contracting as suggested by NHIDCL
b. Individual bid documents will be submitted for each mode suggested and
for each individual package or section identified for execution
c. Consultant shall assemble and provide all supporting documents from the
DPR assignment that will be required for the bid, in the format required by
the contracting SOP in force at the time of bidding or as maybe required by
the authority
2. Technical Schedules
1. The consultant shall prepare and submit a second report on Land Acquisition
providing details of further land acquisition activity, relevant documentation and
notifications until 3D and report the outcomes of the joint measurement survey
Clearances Report II
1. The consultant shall obtain all the necessary project related clearances such
as environment, forest and wildlife clearance from MOEF, Railways in respect
of ROB/ RUBs, Irrigation Deptt, CRZ clearances from concerned authorities,
and any other concerned agencies by the end of this stage
2. The final approvals shall be obtained and submitted to NHIDCL so that project
implementation can begin straight away
Utilities Report II
1. Consultant shall obtain final utility clearances from the relevant user agencies
to enable shifting of the utilities from project road
2. A report shall be submitted on the final completion status and costs of utilities
shifting along with other final clearances and land acquisition II report
3. The final utilities clearances report shall contain a summary view of utilities
shifting: type and extent of utility, length of road affected, chainage, user
agency, point of contact and approver at agency, date of approval at agency
and NHIDCL, shifting estimate, agency/super vision fees, executing agency –
user agency or NHIDCL
NHIDCL of award declared for 90% of area as per LA plan or as per the
timeline as given in Enclosure III, whichever is earlier
b. The Consultant shall also submit an updated report containing all required
details upon approval of award by NHIDCL of 100% of land required to be
acquired
total private and public land being acquired for the project (sq. m)
ii. Key issues being faced in completing land acquisition and tentative
timeline for completion
1. During entire period of services, the Consultant shall interact continuously with
NHIDCL and provide any clarification as regards methods being followed and
carryout modification as suggested by NHIDCL. A programme of various
activities shall be provided to NHIDCL and prior intimation shall be given to
NHIDCL regarding start of key activities such as boring, survey etc. so that
inspections of NHIDCL officials could be arranged in time.
2. The NHIDCL officers and other Government officers may visit the site at any
time, individually or collectively to acquaint/ supervise the field investigation and
survey works. NHIDCL may also appoint a Proof Consultant to supervise the
work of the DPR consultant including inter-alia field investigation, survey work,
Design work and preconstruction activities
4. All equipment, software and books etc. required for satisfactory services for this
project shall be obtained by the Consultant at their own cost and shall be their
1. The Consultant will be paid consultancy fee as a percentage of the contract values
as per the schedule given in the Draft Contract Agreement.
1. a. Consultants shall also deliver to NHIDCL all basic as well as the processed
data from all field studies and investigations, report, appendices, annexure,
documents and drawings in a digital format as described in Enclosure IV over the
course of this assignment and at the submission of the final report in the form of a
removable storage device (CD or USB pen drive) and hosted in a secure online
file hosting platform
iii. Rate Analysis: The Consultant shall submit the rate analysis for
various works items including the data developed on computer in this
relation so that it could be used by the Authority later for the purpose
of updating the cost of the project.
4. Consultant shall include editable soft copies of the final versions of all documents,
including but not limited to the strip plan, plan & profile drawings, cross sections
of right of way and details of structures as well as any cost workings.
1. The audit team should review the proposed check the following aspects design from a
road safety perspective and check the following aspects
CONTENTS ITEMS
Aspects to be checked A. Safety and operational implications of proposed
alignment and junction strategy with particular
references to expected road users and vehicle types
likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate
transport
E. Safety implications of the scheme beyond its physical
limits i.e. how the scheme fits into its environs and road
hierarchy
B1 : General Departures from standards
Cross-sectional variation
1. The audit team should satisfy itself that all issues raised at Stage 1 have been resolved.
Items may require further consideration where significant design changes have occurred.
2. If a scheme has not been subject to a stage 1 audit, the items listed in Checklists B1 to
B6 should be considered together with the items listed below.
CONTENTS ITEMS
Aspects to be A. Any design changes since Stage 1.
MANNING SCHEDULE.
4 Material-cum-Geo-technical
6 4 10
Engineer – Geologist
5 Senior Survey Engineer 8 4 12
10 Utility Expert 6 2 8
Sub-Total 50 40 90
Sub- Professional Staff
1 Assistant Highway Cum Pavement
12 x 4
Engineer (4 Nos.)
2 Survey Engineer (4 Nos.) 12 x 4
3 Assistant Quantity Surveyor /
12 x 4
Documentation Expert (4 Nos.)
4. Assistant Bridge/ Structural Engineer
8x2
(2 Nos).
5. Assistant Material cum Quality
10
Engineer
6. GIS Expert 8
7. CAD Expert 10
8. Hydrologist 4
9. ATMS & Toll Expert 2
10. Others / Additional sub- To be defined by
Sub-Total 194
Total 284
1. Consultants have to provide a certificate that all the key personnel as envisaged in the
Contract Agreement have been actually deployed in the projects. They have to furnish
the certificate at the time of submission of their bills to NHIDCL from time to time.
3. The Consultant shall provide one Land Acquisition Expert along with allied team and
supporting logistic as envisaged in Clause 5.1.5.1 of TOR for each CALA(s) for
stretches proposed for DPR preparation or part thereof.
i) Educational
Qualification
Essential Graduate in Civil Engineering or equivalent as approved by
AICTE.
Desirable Post graduate in Civil Engineering / Construction
Management /Transportation)
{AICTE Approved}.
ii) Essential
Experience
a)Total Min. 12 years.
Professional
Experience
b) Experience in Min. 8 years in Planning, project preparation and
Highway projects design of Highway projects, including 2/4/6 laning of NH/SH/
expressways. For hill roads, respective hill roads experience
is required.
c) Experience in In Feasibility of two / Four/Six Laning works and DPR/IC/
similar capacity Construction Supervision of Two/Four/six laning of major
(Either as Team highway projects(NH/SH/Expressways)/ feasibility cum
Leader or in detailed project report of two/ four laning projects of minimum
Similar capacity ) aggregate length of 80 km. For hill roads, respective hill roads
experience is required.
d)Training It is mandatory for the key personnel to have attended training
course on "Preparation of Feasibility Study and DPR for
Highway Projects" conducted by Indian Academy of Highway
Engineers (IAHE) or any other institute specifically approved
by MoRTH for minimum 6 days duration.
iii) Age Limit 65 years on the date of submission of proposal
i) Educational
Qualification
Essential Graduate in Civil Engineering or equivalent
Desirable Masters in Structural Engineering / Bridge
Engineering/Foundation Engineering/ Hydraulics
ii) Essential
Experience
a)Total Min. 8 years
Professional
Experience
b) Experience in Min.06 years in project preparation and design of
Bridge projects bridge projects.
c) Experience in Bridge Engineer in highway design
similar capacity consultancy projects (2/4/6 lane NH/SH/
Expressways)involving design of minimum two major bridges
(length more than 200 m)
d)Training It is mandatory for the key personnel to have attended training
course on "Preparation of Feasibility Study and DPR for
Highway Projects" conducted by Indian Academy of Highway
Engineers (IAHE) or any other institute specifically approved
by MoRTH for minimum 6 days duration.
iii) Age Limit 65 years on the date of submission of Proposal
i) Educational
Qualification
Essential Degree in Civil Engineering
Desirable Masters in Civil Engineering
ii) Experience
a)Total Professional Min. 08 years
Experience
b) Experience in Minimum 06 years’ experience in pavement design and
Highway projects maintenance of highways
c) Experience in Pavement design for major highway projects (2/4/6 lane
similar capacity NH/SH/Expressways) of minimum 2 projects
d)Training It is mandatory for the key personnel to have attended training
course on "Preparation of Feasibility Study and DPR for
i)Educational
Qualification
Essential Graduate in Civil Engineering or M.Sc. Geology
Desirable Masters in Foundation Engineering / Soil Mechanics / Phd in
Geology /Geo-Tech Engineering
ii)Essential
Experience
a) Total Professional Min. 8 years
Experience
b) Experience in Min. 6 years on similar projects in design and/or construction
Highway Projects
c) Experience in Material cum Geo-technical Engineer on highway projects (2/4/6
similar capacity lane NH/SH/Expressways) of minimum aggregate length of 80
km.
d)Training It is mandatory for the key personnel to have attended training
course on "Preparation of Feasibility Study and DPR for Highway
Projects" conducted by Indian Academy of Highway Engineers
(IAHE) or any other institute specifically approved by MoRTH for
minimum 6 days duration.
iii)Age Limit 65 years on the date of submission of Proposal
i) Educational
Qualification
ii) Essential
Experience
i) Educational
Qualification
Essential Graduate in Civil Engineering
Desirable Masters in Traffic Engineering/Transportation Engineering
/ Transport Planning
ii) Essential
Experience
a) Total Professional Min. 06 years
Experience
b) Experience in Min. 05 years on similar projects.
Highway projects
c) Experience in Traffic Engineer in highway Projects (NH/SH/Expressways)
similar capacity involving 2/4/6 laning of minimum aggregate length of 80 km.
Environmental Specialist
i) Educational
Qualification
Quantity Surveyor
i) Educational
Qualification
Essential Graduate or equivalent in Civil Engineering / Certificate
course from ‘Institution of Quantity Surveying’
Desirable
ii) Essential
Experience
a) Total Professional Min. 8 years
Experience
b) Experience in Min. 6 years in Preparation of Bill of Quantities, Contract
Highway Projects documents and documentation for major highway projects
involving two/ four laning
c) Experience in Quantity Surveyor in highway projects (NH/SH/Expressways)
similar capacity involving two/four/six laning of minimum aggregate length of 80
km.
d)Training It is mandatory for the key personnel to have attended training
course on "Preparation of Feasibility Study and DPR for Highway
Projects" conducted by Indian Academy of Highway Engineers
(IAHE) or any other institute specifically approved by MoRTH for
i) Educational
Qualification
Essential Graduate or equivalent
ii) Essential Experience
a) Total Professional 15 years as Deputy-Tehsildar or above Desirable: Ex- revenue
Experience officers like Ex-ADM/SDM, Ex-Tehsildar, Ex-Deputy- Tehsildar
etc.
b) Role specific Min 10 years in Land acquisition for government/ authority
experience projects
iii) Age Limit 65 years on the date of submission of bid
Utility expert
i) Educational
Qualification
Essential Graduate or equivalent in major engineering disciplines viz.
mechanical/ electrical/ civil engineering
ii) Essential Experience
a) Total Professional Min 10 years Desirable: Ex- officers or engineers from utility
Experience agencies
b) Role specific Min. 8 years in Utility estimation and relocation/ erection of
experience electric/ gas/ other utilities Desirable: Experience with utilities
along the highway/road.
iii) Age Limit 65 years on the date of submission of bid
i) Educational
Qualification
Essential Graduate in Civil Engineering or equivalent as approved by
AICTE
Desirable Masters in Structural Engineering / Bridge
Engineering/Foundation Engineering/ Hydraulics
ii) Essential
Bridge/Structural Engineer
i) Educational
Qualification
Essential Graduate in Civil Engineering or equivalent
Desirable Masters in Structural Engineering / Bridge
Engineering/Foundation Engineering/ Hydraulics
ii) Essential Experience
a)Total Professional Min. 8 years
Experience
b) Experience in Bridge Min. 05 years in project preparation and design of bridge
projects projects.
I Educational
Qualification
Graduate in Civil Engineering/Tunnel Engineering/Mining
Essential
Engineering
Post Graduate in Civil Engineering/Tunnel
Desirable
Engineering/Mining Engineering
II Essential
Experience
a)Total Professional Min. 10 years
Experience
b)Experience in (i) Professional experience in handling major tunnel projects
Tunnel projects (Road/Rail/Metro)
(ii) Experience in major tunnel construction/construction
supervision projects (Road/Rail/Metro)
(iii) Experience in preparation of DPR or Feasibility report of
major tunnel projects (Road/Rail/Metro)
(iv) Experience in DPR preparation of minimum 5 km Tunnel
length
(v) Experience in construction/construction supervision/
preparation of DPR/feasibility report of major tunnel projects
(Road/Rail/metro) using NATM
I Educational
Qualification
Essential Degree in Civil/ Mining Engineering
Geotechnical Engineer
I Educational Qualification
Essential Civil Engineering/Mining Engineering / Engineering Geology
Geotechnical Engineering /Foundation Engineering/Rock
Desirable
Mechanics/Geo science or equivalent
II Essential
Experience
a) Total Min. 10 years
Professional
I Educational Qualification
Graduate in Geophysics/Geo science/ Earth science or
Essential
equivalent.
Post Graduation in Geophysics/Geo science/ Earth
Desirable
science or equivalent
II Essential
Experience
Geologist
i) Educational Qualification
Essential Post Graduate Degree in Geology/Related field.
Desirable Phd in Geology/Related fields.
ii) Essential Experience
a)Total Professional Min. 10 years
Experience
b) Experience in He should have a minimum 10 years of professional experience
Tunnel projects and should have involved in project preparation/ DPR/ Tunnel
Design for atleast two major Tunnel projects.
c) Experience in He should have experience in similar capacity per five years on
similar capacity Design/ Construction/ Supervision of Tunnel Projects.
The minimum cost of the project handled in the similar
capacity should be 2500 Millions.
iii) Age Limit 65 years on the date of submission of Proposal
E&M Expert
i) Educational Qualification
Essential Degree in Electrical/Mechanical Engineering.
Desirable Post Graduation in Degree in Electrical/Mech Engineering.
ii) Essential Experience
a) Total Professional Min. 10 years
Experience
b) Experience in 10 years in Tunnel Projects and should have worked for
Tunnel projects atleast five years as an E&M Expert for Tunnel Design/
Construction projects.
He should have handled atleast two tunneling projects in similar
c) Experience in
capacity.
Material Engineer
i) Educational Qualification
Graduate in Civil Engineering/Material Science and Engineering
Essential
or equivalent
Post-graduation in Material Science and Engineering or
Desirable
equivalent
ii) Essential Experience
a) Total Min. 12 years
Professional
Experience
Minimum 8 years on Tunnel projects in design and /or
b) Experience in
construction. Experience on Tunnel projects shall be preferred.
Highway Projects
Material Engineer on highway projects (2/4/6 lane
c) Experience in
NH/SH/Expressway) of minimum aggregate length of 80 km.
similar capacity
It is mandatory for the key personnel to have attended training
d)Training
course on "Preparation of Feasibility Study and DPR for Highway
Projects" conducted by Indian Academy of Highway Engineers
(IAHE) or any other institute specifically approved by MoRTH for
minimum 6 days duration
iii) Age Limit 65 years on the date of submission of proposal
6 Technical Schedules
i) i) Draft Technical Schedules 4 240
ii) Comments of client 1 270
iii) Final technical schedule 6 280
7 Land Acquisition II- Submission of draft 3D publication
4 240
report
8 Land Acquisition III, Award determination (3G) 280
9 Project Clearances & LA IV Report 6
Approval of Project clearances from Concerned agencies Original letters
e.g. from MOEF; Rly for approval of GAD and detail from the
engineering drawing of ROB/RUB; Irrigation Dept., Utility concerned
365
Report and Possession of Land agencies and 5
photocopies of
each
The checklist for different stages of submission of report has been enclosed as under and the same
shall be appended with proper references and page numbering. The checklist/s shall be appended with
the report without which no payment shall be made.
The checklist for different stages of submission of report has been enclosed as under
and the same shall be appended with proper references and page numbering. The
checklist/s shall be appended with the report without which no payment shall be made.
i. During the course of the assignment to prepare detailed project report, several
reports, drawings and documents will need to be submitted by the consultants
to NHIDCL.
ii. For the purposes of submission, format requirements have been laid out for
some of the reports and drawing deliverables in this enclosure, which shall be
adhered to strictly
iii. In addition, consultants are to align and agree with NHIDCL officials the format
of submission for all reports, during the inception stage as mentioned in clause
10.2 of this terms of reference
i. All reports and documents shall be submitted in both printed hard copy and
digital formats
ii. For hard copies, the consultant shall submit bound volumes (and not in spiral
binding form) after completion of each stage of work as per the schedule and in
the number of copies as given in Enclosure III
1. Every report shall also be submitted in digital format to the authority in the
following formats:
ii. An editable document in the relevant Open Document Format for Office
Applications (ODF) and if available the relevant Microsoft Office
document format (MS Office)
iii. All tables and models used to and referred to in the reports shall also be
submitted as spread-sheets in the relevant ODF format and MS Office
format
iv. The digital copies of reports shall be submitted in the form of removable
storage devices (CD or USB pen drive) and also hosted on a secured
online document storage and retrieval platform as described in clause 2
2. The removable storage device submitted at each deliverable stage shall contain:
v. Any communication, letters and approvals to and from other government and
local agencies and any other relevant body
vi. An updated index of all the contents on the removable storage device
2 Data products
1. During the course of the assignment, the consultant shall perform several
surveys and collect data that will be used for the design of the road and
delivered to the client.
4. In order to standardise data formats and simplify hand over and re-use of data,
some requirements for minimum content and format are laid down below.
Sr
Data product Contents required (definition) Data format
No
0 Formats to be List of data, drawing and design outputs, reporting CSV or ODF
used format, digital format suggested, key data to be sheet, .xlsx
included (column headers), units and system to optional
be used
1 Traffic surveys
1.1 List of Point no, location coordinates (lat, long), location CSV or ODF
traffic of survey point, chainage, no lanes/type of sheet, .xlsx
survey points junction, type of survey, date of survey, length of optional
survey, any commentary, equipment/technique
i. The consultant shall store all deliverables from this assignment on a secure online file
hosting platform that is remotely accessible by authorised users on the world wide web
ii. The consultant shall provide read only access to all relevant officers of NHIDCL and
provide further access to additional users as and when requested by NHIDCL
iii. Consultant shall provide a point of contact for access to these files, solving any
technical issues and shall respond to all requests in a timely manner
iv. Consultant shall ensure that the files are hosted in a platform that conforms to any file
hosting and file sharing security standards as may be laid down by the government of
India
i. Access to above mentioned files will be provided till the end of construction
(final commercial operations date of contractor/ concessionaire) of all packages
that form a part of this assignment at the cost of the consultant
ii. Access to additional users shall also be at no additional cost to the authority
Form-E1
Dear Sir,
With reference to your RFP Document dated ………, I/we i.e M/s----------------------------
-------------------------------------------- (Name of Bidder) having examined all relevant documents
and understood their contents, hereby submit our Proposal for selection as Consultant. The
proposal is unconditional and unqualified.
3. This statement is made for the express purpose of appointment as the Consultant for
the aforesaid Project.
4. I/We shall make available to the Authority any additional information it may deem
necessary or require for supplementing or authenticating the Proposal.
5. I/We acknowledge the right of the authority to reject our application without assigning
any reason or otherwise and hereby waive our right to challenge the same on any
account whatsoever.
6. I/We certify that in the last three years, we or any of our Associates have neither failed
to perform on any contract, as evidenced by imposition of a penalty by an arbitral or
judicial authority or a judicial pronouncement or arbitration award against the Applicant,
nor been expelled from any project or contract by any public authority nor have had
any contract terminated by any public authority for breach on our part.
7. I/We understand that you may cancel the Selection Process at any time and that you
are neither bound to accept any Proposal that you may receive nor to select the
Consultant, without incurring any liability to the Applicants in accordance with Clause
1.7 of the RFP document.
9. I/We certify that in regard to matters other that security and integrity of the country, we
or any of our Associates have not been convicted by a Court of Law or indicted or
adverse orders passed by a regulatory authority which would cast a doubt on our ability
to undertake the Consultancy for the Project or which relates to a grave offence that
outrages the moral sense of the community.
10. I/We further certify that in regard to matters relating to security and integrity of the
country, we have not been charge-sheeted by any agency of the Government or
convicted by a Court of Law for any offence committed by us or by any of our
Associates.
11. I/We further certify that no investigation by a regulatory authority is pending either
against us or against our Associates or against our CEO or any of our
Directors/Managers/employees.
12. I/We hereby irrevocably waive any right or remedy which we may have at any stage at
law or howsoever otherwise arising to challenge or question any decision taken by the
Authority [and/ or the Government of India] in connection with the selection of
Consultant or in connection with the Selection Process itself in respect of the above
mentioned Project.
13. Deleted.
14. I/We agree and understand that the proposal is subject to the provisions of the RFP
document. In no case, shall I/we have any claim or right of whatsoever nature if the
Consultancy for the Project is not awarded to me/us or our proposal is not opened or
rejected.
15. I/We agree to keep this valid for 120 (One hundred and twenty) days from the Proposal
Due Date specified in the RFP.
16. A Power of Attorney in favor of the authorized signatory to sign and submit this Proposal
and documents is attached herewith.
17. In the event of my/our firm/consortium being selected as the Consultant, I/we agree to
enter into any Agreement in accordance with the form Appendix V of the RFP. We
agree not to seek any changes in the aforesaid form and agree to abide by the same.
18. I/We have studied RFP and all other documents carefully and also surveyed the Project
site. We understand that except to the extent as expressly set forth in the Agreement,
we shall have no claim, right or title arising out of and documents or information
provided to us by the Authority or in respect of any matter arising out of or concerning
or relating to the Selection Process including the award of Consultancy.
20. I/We agree and undertake to abide by all the terms and conditions of the RFP
Document. In witness thereof, I/we submit this Proposal under and in accordance with
the terms of the RFP Document.
Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the Applicant/Lead Member)
Form-E2/T3
FIRM’S REFERENCES
Relevant Services Carried out in the Last Seven Years (2017-18 onwards) Which Best
Illustrate Qualifications
The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the major
companies within a consortium, was legally contracted by the client:
Assignment Name: Country:
Name of Applicant:
Sr. Annual Revenue
[2024-25]*
No. (Rs/US $ in million)
1 [2023-24]
2 2022-23
3 2021-22
4 2020-21
5 2019-20
Certificate from the Statutory Auditor$
This is to certify that ----- (name of the Applicant) has received the payments shown above
against the respective years on account of Consultancy Services.
$-In case he Applicant does not have a statutory auditor, it shall provide the certificate from its
chartered accountant that ordinarily audits the annual account of the Applicant.
Note:
(Form-T1)
TECHNICAL PROPOSAL
FROM: TO:
Sir:
Yours faithfully,
(Authorized Representative)
Relevant Services Carried out in the Last Seven Years Which Best Illustrate Qualifications
The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the major
companies within a consortium, was legally contracted by the client:
Shall give details of site as per actual site visit and data provided in RFP and
collected from site supported by photographs to demonstrate that responsible
personnel of the Consultant have actually visited the site and familiarized with the
salient details/complexities and scope of services.
I. Technical/Managerial Staff
3.
4.
……
1.
2.
3.
4.
….
….
The approach and methodology will be detailed precisely under the following topics.
1) Methodology for services, surveying, data collection [not more than 2 pages] and
analysis
2) Quality Assurance system for consultancy assignment [not more than 1 page]
3) The key challenges foreseen and proposed solutions will be detailed precisely under
the following topics
a) proposed alignment and bypass required
b) land acquisition requirements
c) access control, rehabilitation of existing road, drainage and utilities
d) adoption of superior technology along with proof (to be submitted in Form T9)
Replies to items 3) a) to c) should be limited to six A4 size pages in 1.5 space and 12
font including photographs, if any
1. State whether the Applicant has in-house Material Testing Facility Available /
Outsourced / Not Available
2. In case answer to 1 is Available, attach a list of Lab equipment and facility for testing
of materials and location of laboratory
3. In case laboratory is located at a distance of more than 400 km from the project site,
state arrangements made / proposed to be made for testing of materials
4. For experience in LIDAR or better technology for topographic survey, GPR and
Induction Locator or better technologies for detection of sub-surface utilities and
digitization of cadastral maps for land acquisition, references need to be provided in
following format:
The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the major
companies within a consortium, was legally contracted by the client:
CVs of the Key Personnel should be uploaded on INFRACON and the hard copies of
the CVs as uploaded on the INFRACON is to be submitted along with the Technical
Proposals.
I, the undersigned, also certify that to the best of my knowledge and belief, my biodata,
information and credentials uploaded on INFRACON portal truly describe myself, my
qualification and my experience. I shall be liable for any action, as deemed fit, in case there is
any mis-representation in this regard.
Date:
Place:
Signature
Name of Work:
Date:
Place:
Signature
Form T-11
Continuous
Sl. Name of the Key Nos. of Years with the
Designation Employment from
No. Professional firm
(Date)
Note: Attach copy of Form-26AS to certify permanent. However, Director of the Consultant’s
company is not required to submit Form-26AS.
(ii) Details of all in-hand DPR projects or DPR projects awarded by MoRTH or its
executing agencies for NH works and centrally sponsored road works:
Sl. Project Bids for Civil Start Scheduled Whether In case of JV,
No. Description Works received Date Completion awarded in share of
or Original Current Contract Fee
assignment Financial Year (%)
period+ one (Yes/ No)
year lapsed
(Yes/ No)
1 2 3 4 5 6 7
(iii) Details of all in-hand AE/ IE/ SC projects or AE/ IE/ SC awarded by
MoRTH or its executing agencies for NH works and centrally sponsored road works:
Format for undertaking by the firm for in-hand AE/ IE/ SC Projects:
Note 1:
The figures in Col 7 be rounded off to the nearest integer i.e. in case remaining bid-capacity
comes to 0.5 or more then it will be considered as 1, in case less than 0.5 then it will be
considered as 0 (Zero).
Note 2:
Clarification for technical capacity utilised in case of JV with other firm than proposed
in current assignment.
In case Firm-1 proposes for new JV with other partner, then capacity utilisation will be
calculated on the basis of JV share in existing assignments e.g.
JV in one project with 30% share:-One projectX0.3=0.3
JV in one project with 70% share:-One projectX0.7=0.7
JV in one project with 50% share:-One projectX0.5=0.5
JV in two projects with 80% share:-Two projectX0.8=1.6
The weighted utilization of the Capacity of Firm-1=3.1
Note 3:
The Consultant shall re-submit the bid capacity details as per above format at the time of
opening of Financial Bid.
Form T-12
(To be executed on plain paper and submitted along with Technical Bid/Tender documents for
tenders having a value of Rs. 5 cr or above for Consultancy projects and 100 cr. or above for
Construction projects. To be signed by the Bidder and same signatory competent/ authorized
to sign the relevant contract on behalf of the NHIDCL)
BETWEEN
AND
Preamble
Whereas, the Principal has floated the Tender {NIT No……….dtd…………………..} (here in
after referred to as “Tender/Bid”) and intends to award, under laid down organizational
procedure, contract/s for {Name of the work} (hereinafter referred to as the “Contract”).
And Whereas the Principal values full compliance with all relevant laws of the land, rules of
land, regulations, economic use of resources and of fairness/ transparency in its relations with
its Bidder(s) and/ or Contractor(s)/Concessionaire(s)/ Consultant(s).
And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this
Integrity Pact (hereafter referred to as “Integrity Pact” or “Pact”) the terms and conditions of
which shall also be read as integral part and parcel of the Tender documents and contract
between the parties.
Now, therefore, in consideration of mutual covenants contained in this pact, the parties hereby
agree as follows and this pact witnesses as under:
(1) The Principal commits itself to take all measures necessary to prevent
(a) No employee of the Principal, personally or through family members, will in connection
with the Tender for, or the execution of a Contract, demand, take a promise for or accept, for
self, or third person, any material of immaterial benefit which the person is not legally entitled
to.
(b) The Principal will, during the Tender process treat all Bidder(s) with equity and reason.
The Principal will in particular, before and during the Tender process, provide to all Bidder(s)
the same information and will not provide to any Bidder(s) confidential/ additional information
through which the Bidder(s) could obtain an advantage in relation to the tender process or the
contract execution.
(c) The Principal will exclude all known prejudiced persons from the process, whose
conduct in the past has been of biased nature.
(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act or any other Statutory Acts or if there be a substantive
suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can
initiate disciplinary actions as per its internal laid down Rules/Regulations.
(b) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not enter with other
Bidders into any undisclosed agreement or understanding, whether formal or informal.
(c) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not commit any
(f) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not instigate third
persons to commit offences outlined above or be an accessory to such offences.
(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any
outside influence through any Govt. bodies/quarters directly or indirectly on the bidding
process in furtherance of his bid.
Article - 3 Disqualification from tender process and exclusion from future contracts.
(3) A transgression is considered to have occurred if the Principal after due consideration
of the available evidence concludes that “On the basis of facts available there are no material
doubts”.
(5) The decision of the Principal to the effect that a breach of the provisions of this Integrity
Pact has been committed by the Bidder(s)/ Contractor(s)/
Concessionaire(s)/Consultant(s)shall be final and binding on the Bidder(s)/
Contractor(s)/Concessionaire(s)/ Consultant(s), however, the Bidder(s)/
Contractor(s)/Concessionaire(s)/ Consultant(s) can approach IEM(s) appointed for the
purpose of this Pact.
(6) On occurrence of any sanctions/ disqualification etc arising out from violation of
integrity pact, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) shall not be
entitled for any compensation on this account.
(7) Subject to full satisfaction of the Principal, the exclusion of the Bidder(s)/
Contractor(s)/Concessionaire(s)/ Consultant(s) could be revoked by the Principal if the
Bidder(s)/Contractor(s)/ Concessionaire(s)/ Consultant(s)can prove that he has restored/
recouped the damage caused by him and has installed a suitable corruption prevention system
in his organization.
(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award
according to Arcticle-3, the Principal shall be entitled to forfeit the Earnest Money Deposit/ Bid
Security or demand and recover the damages equivalent to Earnest Money Deposit/ Bid
Security apart from any other legal right that may have accrued to the Principal.
(2) In addition to 1 above, the Principal shall be entitled to take recourse to the relevant
provisions of the contract related to Termination of Contract due to
Contractor/Concessionaire/Consultant’s Default. In such case, the Principal shall be entitled
to forfeit the Performance Bank Guarantee of the Contractor/ Concessionaire/ Consultant and/
or demand and recover liquidated and all damages as per the provisions of the
contract/concession agreement against Termination.
(1) The Bidder declares that no previous transgressions occurred in the last 3 years
immediately before signing of this Integrity Pact with any other Company in any country
conforming to the anti corruption/ Transparency International (TI) approach or with any other
Public Sector Enterprise/ Undertaking in India or any Government Department in India that
could justify his exclusion from the tender process.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders/ Contractors/ Concessionaires/ Consultants and subcontractors.
(3) The Principal will disqualify from the tender process all Bidders who do not sign this
Pact or violate its provisions.
(1) The Principal has appointed Shri. R.S. Gujral as Independent External Monitor (herein
after referred to as “Monitor”) for this Pact. The task of the Monitor is to review independently
and objectively, whether and to what extent the parties comply with the obligations under this
agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Director General (Road
Development) & Special Secretary.
(5) As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he
will so inform the Management of the Principal and request the Management to discontinue or
take corrective action, or to take other relevant action. The monitor can in this regard submit
non-binding recommendations. Beyond this, the Monitor has no right to demand from the
parties that they act in a specific manner, refrain from action or tolerate action.
(6) The Monitor will submit a written report to the Director General (Road Development) &
Special Secretary within 8 to 10 weeks from the date of reference or intimation to him by the
Principal and, should the occasion arise, submit proposals for correcting problematic
situations.
(7) If the Monitor has reported to the Director General (Road Development) & Special
Secretary, a substantiated suspicion of an offence under relevant IPC/PC Act, and the Director
General (Road Development) & Special Secretary has not, within the reasonable time taken
visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the
Monitor may also transmit this information directly to the Central Vigilance Commissioner.
(8) The word 'Monitor' would include both singular and plural.
This Pact begins when both parties have legally signed it (in case of EPC i.e. for projects
funded by Principal and consultancy services). It expires for the Contractor/ Consultant 12
months after his Defect Liability Period is over or 12 months after his last payment under the
contract whichever is later and for all other unsuccessful Bidders 6 months after this Contract
has been awarded. (In case of BOT Projects) It expires for the concessionaire 24 months after
his concession period is over and for all other unsuccessful Bidders 6 months after this
Contract has been awarded. If any claim is made/ lodged during his time, the same shall be
binding and continue to be valid despite the lapse of this pact as specified above, unless it is
discharged/ determined by Director General (Road Development) & Special Secretary.
(1) This pact is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. New Delhi.
(2) Changes and supplements as well as termination notices need to be made in writing.
(5) Any disputes/ differences arising between the parties with regard to term of this pact,
any action taken by the Principal in accordance with this Pact or interpretation thereof shall
not be subject to any Arbitration.
(6) The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provision of the extent law in force relating to
any civil or criminal proceedings.
In witness whereof the parties have signed and executed this Pact at the place and date first
done mentioned in the presence of following witness:-
Place
Date
Witnessed
JV Partner}
(Form-I)
FINANCIAL PROPOSALS
FROM: TO:
Sir:
Yours faithfully,
Signature
Full Name
Designation
Address
(Authorized Representative)
(Form-II)
Format of Financial Proposal Summary of Cost in Local
Currency
No. Description Amount
(LC)* (INR)
I Local Consultants
Remuneration for Local Staff (inclusive of per diem allowance)
II Support Staff (inclusive of per diem allowance)
III Transportation
IV Duty Travel to Site
V Office Rent
VI Office Supplies, Utilities and Communication
VII Office Furniture and Equipment (Rental)
VIII Reports and Document Printing
IX Surveys & Investigations
AB Topographical Survey Investigations
C Network Survey and
GPR
X Cost of supply and fixing Boundary Pillars
XI Land Acquisition Team including support staff and logistics/
transportation
Subtotal Local Consultants :
Foreign Consultants
F-I Remuneration for Expatriate Staff
F-II Mobilization and Demobilization
Total Cost Net of Tax :
Taxes and I. Income Tax (Expatriate)
Duties ll. Other Taxes/ Duties (if any) Specify clearly
** Total Cost Net of Goods & Service Tax shall be considered for financial evaluation Note: No
escalation will be payable during the services except where period of consultancy services is
more than 18 months. In such cases, payment for any stage shall be modified (+/-) by following
formula:
Insurances shall not be allowed separately. These will be incidental to main items.
7. CAD Expert 10
8. Hydrologist 4
a.
b.
c.
d.
e.
f.
Sub-Total: 194
TOTAL 284
Note - For proper assessment of utility estimates and proper drainage system
provisions, DPR consultant shall also engage an utility expert and drainage expert at
sub-professional level, with relevant technical expertise in respective fields.
No. Position Name Staff Months Billing Rate( INR) Amount ( INR)
1 Office Manager
(2 No)
2 Typist (2 No)
3 Office Boy (2 12 x 2
No) 12 x 2
4 Night Watchman 12 x 2
(2 No) 12 x 2
Total :
Total__
TOTAL:--------------------------
Draft EMP 4
12 Draft Bidding Documents 4
13 Final Detailed Project Report with Bill of 6
Quantities, Cost Estimates, Updated
Drawings
etc.
Final EMP
6
14 Final Bidding Documents 6
15 Draft 3(a) ,3(A) and 3(D) notification for land 9
acquisition ( 3 copies each)
16 LA & Clearances II Report 6
Total
Note - In case of splitting of the project in packages after alignment is finalized, the additional payment
in respect of reports and document printing shall be made on prorate basis of accepted financial
proposal according to additional number of documents submitted, as mentioned above.
Note: * Quantities of borings shall be taken from Financial Proposal Form No. V. For financial
evaluation, these quantities and rates quoted by the consultant will be considered. However, Payment
shall be made on the actual quantity of boring at rates quoted above by the Consultant, which may be
substantially more or less than the estimated quantities.
Item Amount
(INR.)
Procuring and fixing boundary pillars and its installation, complete in all respect as
per IRC:25,1967: Wherever the proposed alignment follows the existing alignment,
the boundary pillars shall be fixed at an interval of 200m on either side of proposed
Right of Way. Wherever there is a proposal of realignment of the existing Highway
and/or construction of New Bypasses, Consultant shall fix boundary pillars along
the proposed alignment on the extreme boundary on either side of the project
Highway at 50 m interval. (lumpsum )
XI. Land Acquisition Team including support staff and logistics/ transportation
2 Printers 1 10
3 Vehicles (Bolero or equivalent) with monthly running limit 1 10
of 4000 km
Total
Number of logistics for Land acquisition
Teams (B)
Grand Total (B)
Grand Total for All Land acquisition Teams and Logistics (A) + (B)
Note: The Consultant shall provide one Land Acquisition Expert along with allied team and supporting
logistic as envisaged in Clause 5.1.5.1 of TOR for each CALA for stretches proposed for DPR
preparation.
3. Other Miscellaneous expenses (like DA, internal travel expenses other incidentals)
(fixed cost)
Cumulative Tentative
Stretch Approximate Quantities ( in m )
S. Package
proposed NH No. Length (in State In soil In
No. No.
for DPR km) other than hard
hard rock rock
For projects
As per As per
of length < As per
List at As per List at List at
1 110 km List at 1500 200
Annex- Annex-1 Annex-
<Details of Annex-1
packages> 1 1
For projects
As per As per
of length < As per
List at As per List at List at
2 110 km> List at 2000 300
Annex- Annex-1 Annex-
Details of Annex-1
packages> 1 1
The sole applicant firm shall satisfy the following 3 (Three) Nos. of criteria.
(a) & (b) Firm should have experience of preparation of DPR/Feasibility of 2/4/6 lane of aggregate
length as given below. The firm should have also prepared DPR/Feasibility of at least one
project of 2/4/6 laning of minimum length as indicated below in the last 7 years.
Note: Similar project means 2/4/6 lane as applicable for the project for which RFP is invited. For 2-
lane projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6
laning projects, experience of 2 lane will be considered with a multiplication factor of 0.4, but
only for those 2 lane projects whose cost of consultancy services was more than Rs.1.0 crore
(c) Annual Average Turn Over for the last 5 years {In cases where, Audited/Certified copy of
Balance Sheet for the FY 2023-24 is available, last five years shall be counted from 2019-20 to
2023-24. However, where audited/certified copy of the Balance Sheet for the FY 2023-24 is not
available (as certified by the Statutory auditor) then in such cases last five years shall be
considered from 2018-19 to 2022-23} of the firm from Consultancy services should be equal to
more than Rs.5 crore.
In case of JV, the Lead Partner should fulfill at least 75% of all eligibility requirements and the
other partner shall fulfill at least 50% of all eligibility requirements as given at 1.1 above. Thus
a Firm applying as Lead Partner/Other Partner in case of JV/Associate should satisfy the
following (a) & (b) Firm should have experience of preparation of DPR/Feasibility of 4/6 lane of
aggregate length as given below. The firm should have also prepared DPR/Feasibility of at least
one project of 4/6 laning of minimum length as indicated below in the last 7 years (i.e. from
2017-18 onwards)
c) Minimum Annual Average Turn Over for the last 5 years { In cases where, Audited/Certified
copy of Balance Sheet for the FY 2023-24 is available, last five years shall be counted from
2019-20 to 2023-24. However, where audited/certified copy of the Balance Sheet for the FY
2023-24 is not available (as certified by the Statutory auditor) then in such cases last five years
shall be considered from 2018-19 to 2022-23} of a firm applying as Lead Partner/Other Partner
in case of JV from Consultancy services should be as given below:
No. Mode of Submission by a Annual Average Turn Over for the last 5 years
firm
1 Lead Partner in a JV Rs.3.75 crore
2 Other Lead partner in a JV Rs.2.50 crore
Note: (i) Weightage to be given when experience by a Firm as Sole Firm/Lead Partner in a JV/Other
Partner in a JV/As Associate
No. Status of the firm in carrying out DPR/ Feasibility Weightage for experience
Study
1 Sole firm 100%
2 Lead partner in a JV 75%
3 Other partner in a JV 50 %
4 As Associate 25%
(ii) The experience of a firm in preparation of DPR for a private Concessionaire/contractor shall not be
considered.
5.1 Average CoS (net of positive and negative) as percentage of contract price 2.5
in last 5 DPRs prepared by the firm
5.1.1 0 2.5
5.1.2 > 0 but <=2.5 2.0
5.1.3 >2.5 but<=5 1.5
5.1.4 >5 but<=7.5 1.0
5.1.5 >7.5 but <=10 0.5
5.1.6 >10 0.0
5.2 st
Average area variation as percentage of acquired private land as per 1 3D 2.5
notification in last 5 DPRs prepared by the firm
5.2.1 0 2.5
5.2.2 > 0 but <=4 2.0
5.2.3 >4 but <=8 1.5
5.2.4 >8 but <=12 1.0
5.2.5 >12 but<=16 0.5
5.2.6 >16 0.0
5.3 Average delay in land acquisition in last 5 DPRs prepared by the firm 2.5
(delay in 90% site possession wrt contract period)
5.3.1 <=3 months 2.5
5.3.2 >3 but <=6 months 2.0
5.3.3 >6 but <=9 months 1.5
5.3.4 >9 but <=12 months 1.0
5.3.5 >12 months 0.0
5.4 Average use of new materials/waste materials/new technology used in last 2.5
5 DPRs prepared by the firm as percentage of total cost of civil works
5.4.1 <=2.5 0.0
5.4.2 >2.5 but <=5 1.0
5.4.3 >5 but <=7.5 1.5
5.4.4 >7.5 but<=10 2.0
5.4.5 >10 2.5
A. In case feasibility study is a part of DPR services the experience shall be counted in DPR
only. In case bridge is included as part of DPR of highway the experience will be (1) and (2)
B. Similar project means 2/4/6 lane as applicable for the project for which RFP is invited. For
2-lane projects experience of 4/6 lane also to be considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered interchangeably for 4/6 laning projects. For 4/6 laning
projects, experience of 2 lane will be considered with a multiplication factor of 0.4, but only for
those 2 lane projects whose cost of consultancy services was more than Rs.1.0 crore
Note: (i) Weightage to be given when experience by a Firm as Sole Firm/Lead Partner in a
JV/Other Partner in a JV/As Associate
3 Other partner in a JV 50 %
4 As Associate 25%
Note:1- The experience of firm in Lidar or equivalent technology, GPR and Induction
Locator or equivalent technologies and Experience in digitization of cadastral maps for
land acquisition shall be supported by experience certificate. The experience of a firm in
Lidar or equivalent technology, GPR and Induction Locator or equivalent technologies and
Experience in Digitization of cadastral maps for land acquisition for a private
concessionaire/contractor shall be considered only if the experience certificate is
authenticated by the concerned competent Government department/authority. In case of
overseas experience the weightage to be assigned to the certificate for experience in use
of the equipment, a self-certificate followed by the client certificate may be accepted.
List of minimum essential equipment which the firm must possess for eligibility:
a. Aggregate testing facility including flakiness index, elongation index, abrasion, impact,crushing,
stripping value etc.
b. Soil testing facility including Atterberg limits, soil classifications, moisture content, density, CBR
value, etc.
c. AutoCAD
h. HDM-4 or equivalent
I General Qualification 25
i) Degree in Civil Engineering or equivalent[AICTE Approved] 20
<2 numbers 0
3 numbers 18
4 numbers 21
5 numbers 24
6 numbers 27
> 6 numbers 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject to maximum of 2
marks
Total 100
2.4.4 Traffic / Road Signage / Marking and Safety Expert
S. Description Max.
No. Points
I General Qualification 25
i) Degree in Civil Engineering[AICTE Approved] 20
ii) Post graduation in Traffic Engineering /Transportation Engineering / Transportation 5
Planning[AICTE Approved]
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<6 years 0
≥6 but <8 years 11
≥8 but <10 years 12
≥10 but < 12 years 13
≥12 but <14 years 14
≥ 14 years 15
b) Experience in Highway Projects – Experience on Similar Projects (2/4/6 laning of 20
NH/SH/ Expressways)
<5 years 0
≥5 but <7 years 13
≥7 but <9 years 15
≥9 but < 11 years 17
≥11 but <13 years 19
≥ 13 years 20
Total 100
2.4.5 MATERIAL ENGINEER cum GEOTECHNICAL ENGINEER
S. Description Max.
No. Points
I General Qualification 25
i) Degree in Civil Engineering /M. Sc. in Geology[AICTE Approved] 20
ii) Post graduation in Foundation Engineering / Soil Mechanics / Geo Tech Engineering 5
or Phd in Geology[AICTE Approved]
<6 years 0
6-9 years 19
>9 -11 years 22
>11 years 25
Total 100
2.4.6. Sr. Survey Engineer
S. No. Description Max.
Points
I General Qualification 25
i) Degree or equivalent in Civil Engineering / Diploma in Civil Engineering / Diploma in 20
Surveying[AICTE Approved]
Yes 5
No 0
c) Experience as Survey Engineer or in Similar Capacity for project preparation of 30
highway project (2/4/6 laning of NH/SH/Expressways) (Minimum Aggregate
Length of to 80km)
Total 100
2.4.10 Utility Expert
S. Description Max.
No. Points
I General Qualification 25
i) Graduation or equivalent 20
ii) Post Graduation 5
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<10 years 0
>10-12 years 11
>12-15 years 13
>15 years 15
b) Experience in Utility estimation and its laying/ erection 30
<8 years 0
>8 -10 years 24
Nil project 0
1 project 19
2 projects 22
3 projects 25
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject to maximum of 2
marks
Total 100
2.4.11 Team Leader cum Bridge Engineer
S. No. Description Max.
Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent [AICTE Approved] 20
ii) Post Graduation in Structural Engineering, Degree/Diploma/Certificate in 5
Construction Management
II Relevant Experience & Adequacy for the Project 70
a) Total Professional Experience 15
<12 years 0
≥12 but <14 years 11
≥14 but <16 years 12
≥16 but < 18 years 13
≥18 but <20 years 14
≥ 20 years 15
(b) Experience in Bridge Project - Experience in major Bridge Construction / 25
Development Project
< 8 years 0
≥8 but <10 years 14
≥10 but <12 years 19
≥12 but < 14 years 21
≥14 but <16 years 23
≥ 16 years 25
c) Experience in Similar Capacity 30
I General Qualification 25
i) Degree in Civil Engineering or equivalent[AICTE Approved] 20
<2 numbers 0
2 projects 18
3 projects 21
4 projects 24
5 projects 27
>5 projects 30
III Employment with Firm 5
Less than 1 Year 0
1 year 3
Add 0.5 marks for each subsequent year subject to maximum of 2
marks
Total 100
S. Description Max.
No. Points
I General Qualification 25
i) Degree in Civil Engineering/Tunnel Engineering / Mining Engineering 20
ii) Post Graduation in Civil Engineering /Tunnel Engineering/Mining Engineering 5
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 10
<10 years 0
≥10 but <12 years 6
≥12 but <14 years 7
≥14 but < 16 years 8
≥16 but <18 years 9
≥ 18 years 10
(b) Experience in Tunnel Projects 40
(i) Professional experience in handling major tunnel projects (Road/Rail/Metro) 8
≥ 9 years 8
< 3 projects 0
3 projects 4
4projects 5
5 projects 6
>5 projects 7
III Employment with Firm 10
Less than 1 Year 0
1-2 years 7.5
Add 0.5 marks for each subsequent year subject to maximum of 2.5 marks
Total 100
≥ 13 years 8
(iv) Experience in construction/construction supervision/ preparation of 7
DPR/feasibility report of major tunnel projects (Road/Rail/metro) using
NATM
<5 years 0
≥5 but <7 years 3
≥7 but <9 years 4
≥9 but < 11 years 5
≥11 but <13 years 6
≥ 13 years 7
III Employment with Firm 10
Less than 1 Year 0
1-2 years 7.5
Add 0.5 marks for each subsequent year subject to maximum of 2.5 marks
Total 100
2.4.16 Geophysicist
Sr. Description Max.
No. Points
I General Qualification 25
i) Graduate in Geophysics/Geo science/ Earth science or equivalent 20
ii) Post Graduation in Geophysics/Geo science/ Earth Science or equivalent 5
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 15
<10 years 0
≥10 but <12 years 8
≥12 but <14 years 9
≥14 but < 16 years 11
≥16 but <18 years 13
≥ 18 years 15
b) Experience in Relevant works 50
(i) Professional Experience in handling tunnel/ mineral and oil exploration 12
projects
<8 years 0
≥8 but <10 years 7
≥10 but <12 years 9
≥12 but < 14 years 10
≥ 16 years 12
(ii) Experience of carrying out AEM survey for tunneling/ mineral and oil 12
exploration or any other similar work for area of more than 2.7 sq km
< 2 projects 0
2 projects 8
3 projects 9
4 projects 10
5 projects 11
>5 projects 12
(iii) Processing, Interpreting, generating 3D resistivity model of AEM survey’s 12
raw data for tunneling/ mineral and oil exploration or any other similar work for
area of more than 2.7 sq km
< 2 projects 0
2 projects 8
3 projects 9
4 projects 10
5 projects 11
>5 projects 12
< 3 projects 0
3 projects 8
4 projects 9
5 projects 10
6 projects 12
>6 projects 14
II Employment with Firm 10
Less than 1 Year 0
1-2 years 7.5
Add 0.5 marks for each subsequent year subject to
maximum of 2.5 marks
Total 100
Assumptions to be made regarding Similar Capacity for various positions.
Environmental Specialist/
Environmental Expert
environment/forest matter.
8. Quantity Surveyor/Documentation Expert
and above
above
Consultant has to assess the major utility shifting involved and propose the CV accordingly.
Note: While carrying out evaluation of key personnel, the experience in similar capacity is also a
criteria of evaluation and assumptions to be made regarding similar capacity have been mentioned
above. However, if a key personnel has worked in next lower category to the similar capacity, the
marks allotted to key personnel in the category ‘experience in similar capacity’ shall be reduced
to two thirds of marks in this category. This shall be applicable for evaluation of all key personnel.
Between
And
For
1. General Provisions
1.1 Definitions
1.2 Relation between the Parties
1.3 Law Governing the Contract
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
1.8 Authority of Member in Charge
1.9 Authorized Representatives
1.10 Taxes and Duties
2. Commencement, Completion, Modification and Termination of Contract
2.7.6 Consultation
2.7.7 Suspension
2.7.8
2.8 Suspension
2.9 Termination
2.9.1 By the Client
7.1 General
7.2 Retention money
IV. APPENDICES
Appendix A: Terms of reference containing, inter-alia, the Description of the Services and
Reporting Requirements
Appendix B: Consultants’ Sub consultants, Key Personnel and Sub Professional Personnel,
Task assignment, work programme, manning schedule, qualification
requirements of key personnel, schedule for submission of various report.
Appendix H(1): Format for Bank Guarantee for Performance Security for
individual work
Appendix H(2): Format for Bank Guarantee for Performance Security for a number of
works
This CONTRACT (hereinafter called the “Contract”) is made on the ---------- day of the month
of -----------------2018 , between, on the one hand, (NHIDCL), New Delhi (hereinafter called the
“Client”) and, on the other hand, M/s ------------------------------------------ in JV with -----------------
----------------- and in Association with-------------------------------------------------- (hereinafter called
the “Consultants”).
WHEREAS
(A) the Client has requested the Consultants to provide certain consulting services as
defined in the General Conditions attached to this Contract (hereinafter called the “Services”);
(B) the Consultants, having represented to the Client that they have the required
professional skills, personnel and technical resources, have agreed to provide the Services
on the terms and conditions set forth in this Contract;
1 The following documents attached hereto shall be deemed to form an integral part of
this Contract:
Appendix A: Terms of reference containing, inter-alia, the Description of the Services and
Reporting Requirements
Appendix B: Consultants’ Sub consultants, Key Personnel and Sub Professional Personnel,
Task assignment, work programme, manning schedule, qualification
requirements of key personnel, and schedule for submission of various report.
Appendix C: Hours of work for Consultants’ Personnel Appendix D: Duties of the Client
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) 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.
(NHIDCL)
1. Signature
2. Name
3. Address
By
2. Signature Name
(Consultant)
By
Address
1. GENERAL PROVISIONS
1.1 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
the Government’s country as they may be issued and in force from time to time;
(b) “Contract” means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed in Clause 1
of such signed Contract;
(c) “Effective Date” means the date on which this Contract comes into force and effect
pursuant to Clause GC 2.1;
(d) “foreign currency” means any currency other than the currency of the Government;
(h) “Member”, in case the Consultants consist of a joint venture or consortium of more
than one entity, means any of these entities, and “Members” means all of these
entities;
(i) “Personnel” means persons hired by the Consultants or by any Sub consultant as
employees and assigned to the performance of the Services or any part thereof;
“foreign Personnel” means such persons who at the time of being so hired had their
domicile outside India; and “local Personnel” means such persons who at the time of
being so hired had their domicile inside India;
(j) “Party” means the Client or the Consultants, as the case may be, and Parties means
both of them;
(k) “Services” means the work to be performed by the Consultants pursuant to this
Contract for the purposes of the Project, as described in Appendix A hereto;
(l) “SC” means the Special Conditions of Contract by which these General Conditions of
Contract may be amended or supplemented;
(m) “Sub consultant” means any entity to which the Consultants subcontract any part of
the Services in accordance with the provisions of Clause GC 3.7; and
This Contract, its meaning and interpretation, and the relation between the Parties shall
be governed by the Applicable Laws of India and the Courts at ..................... shall
have exclusive jurisdiction over matters arising out of or relating to this Agreement.
1.4 Language
This Contract has been executed in the language specified in the SC, which shall be
the binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.
The table of contents, headings or sub-headings in this agreement are for convenience
for reference only and shall not be used in, and shall not limit, alter or affect the
construction and interpretation of this Contract.
1.6 Notices
1.6.3 A party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SC with respect
to Clause GC 1.6.2.
1.7 Location
In case the Consultants consist of a joint venture of more than one entity, with or
without an Associate the Members hereby authorize 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, including without limitation the receiving of instructions and
payments from the Client.
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 SC.
Unless otherwise specified in the SC, the Consultants shall pay all such taxes, duties,
fees and other impositions as may be levied under the Applicable Law.
This Contract shall come into force and effect on the date of the Client’s notice to the
Consultants instructing the Consultants to begin carrying out the Services. This notice
shall confirm that the effectiveness conditions, if any, listed in the SC have been met.
If this Contract has not become effective within such time period after the date of the
Contract signed by the Parties as shall be specified in the SC, either Party may, by not
less than four (4) weeks’ written notice to the other Party, declare this Contract to be
null and void, and in the event of such a declaration by either Party, neither Party shall
have any claim against the other Party with respect hereto.
The Consultants shall begin carrying out the Services at the end of such time period
after the Effective Date as shall be specified in the SC.
In case final DPR and 3D has been submitted and no further action is taken by the
Client, the DPR shall be considered as completed after 3 year or submission of both
final DPR and 3D notification, whichever is earlier.
One year after scheduled completion period when delay is not attributable to the
Consultant.
2.4.1 In case the contract has expired in pursuance to Clause 2.4 of GC and later the Client
desires to get the DPR completed with/without modification of original scope and the
Consultant agrees to the same, the Client and the Consultant will sign a supplementary
agreement to get the DPR completed. The original financial proposal of the consultant
shall form the basis for payment of balance/additional services duly enhanced by
indexing to WPI (all commodities). The key personnel deployment will also be firmed
up in supplementary agreement keeping in view the key personnel proposed by the
Consultant in its original proposal.
This Contract contains all covenants, stipulations and provisions agreed by the Parties.
No agent or representative of either Party has authority to make, and the Parties shall
not be bound by or be liable for, any statement, representation, promise or agreement
not set forth herein.
2.6 Modification
Modification of the terms and conditions of this Contract, including any modification of
the scope of the Services, may only be made by written agreement between the
Parties. Pursuant to Clause GC 8.2 hereof, however, each party shall give due
consideration to any proposals for modification made by the other Party.
2.7.1 Definition
(a) For the purposes of this 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 hereunder impossible or so impractical as
reasonably to be considered impossible in the circumstances, and includes, but
is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm, flood
or other adverse weather conditions, strikes, lockouts or other industrial action
(b) Force Majeure shall not include (i) any event which is caused by the negligence
or intentional action of a Party or such Party’s Sub consultants or agents or
employees, nor (ii) any event which a diligent Party could reasonably have been
expected to both (A) take into account at the time of the conclusion of this
Contract and (B) avoid or overcome in the carrying out of its obligations
hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.
The failure of a Party to fulfill any of its obligations hereunder shall not be considered
to be a breach of, or default under, this Contract insofar as such inability arises from
an event of Force Majuere, provided that the Party affected by such an event has taken
all reasonable precautions, due care and reasonable alternative measures, all with the
objective of carrying out the terms and conditions of this Contract.
(a) A party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party’s inability to fulfill its obligations hereunder with
a minimum of delay.
(b) A party affected by an event of Force Majuere shall notify the other Party of
such event as soon as possible, and in any event not later than fourteen (14)
days following the occurrence of such event, providing evidence of the nature
and cause of such event, and shall similarly give notice of the restoration of
normal conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the consequences
of any event of Force Majeure.
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.
2.7.5 Payments
During the period of their inability to perform the Services as a result of an event of
Force Majeure, the Consultants shall be entitled to be reimbursed for additional costs
2.7.6 Consultation
Not later than thirty (30) days after the Consultants, as the result of an event of Force
Majeure, have become unable to perform a material portion of the Services, the Parties
shall consult with each other with a view to agreeing on appropriate measures to be
taken in the circumstances.
2.8 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
2.9 Termination
The Client may, by not less than thirty (30) days’ written notice of termination to the
Consultants (except in the event listed in paragraph (f) below, for which there shall be
a written notice of not less than sixty (60) days), such notice to be given after the
occurrence of any of the events specified in paragraphs (a) through (f) of this Clause
2.9.1, terminate this Contract:
(a) if the Consultants fail to remedy a failure in the performance of their obligations
are under, as specified in a notice of suspension pursuant to Clause
2.8 hereinabove, within thirty (30) days of receipt of such notice of suspension
or within such further period as the Client may have subsequently approved in
writing;
(b) if the Consultants become (or, if the Consultants consist of more than one
entity, if any of their Members becomes) insolvent or bankrupt or enter into any
agreements with their creditors for relief of debt or take advantage of any law
for the benefit of debtors or go into liquidation or receivership whether
compulsory or voluntary;
(c) if the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 8 hereof;
(d) if the Consultants submit to the Client a statement which has a material effect
(e) 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
(f) if the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
The Consultants may, by not less than thirty (30) day’s written notice to the Client, such
notice to be given after the occurrence of any of the events specified in paragraphs (a)
through (d) of this Clause 2.9.2, terminate this Contract:
(a) if the Client fails to pay any money due to the Consultants pursuant to this
contract and not subject to dispute pursuant to Clause 8 hereof within forty-
five(45) days after receiving written notice from the Consultants that such
payment is overdue;
(b) if the Client is in material breach of its obligations pursuant to this Contract and
has not remedied the same within forty-five (45) days (or such longer period as
the Consultants may have subsequently approved in writing) following the
receipt by the Client of the Consultants’ notice specifying such breach;
(c) if, as the result of Force Majeure, the Consultant are unable to perform a
material portion of the Services for a period of not less than sixty (60) days; or
(d) if the Client fails to comply with any final decision reached as a result of
arbitration pursuant to Clause 8 hereof.
Upon termination of this Contract pursuant to Clauses 2.2 or 2.9 hereof, or upon
expiration of this Contract pursuant to Clause 2.4 hereof, all rights and obligations of
the Parties hereunder shall cease, except (i) such rights and obligations as may have
accrued on the date of termination or expiration, (ii) the obligation of confidentiality set
forth in Clause 3.3 hereof, (iii) the Consultant’s obligation to permit inspection, copying
and auditing of their accounts and records set forth in Clause 3.6 (ii) hereof, and (iv)
any right which a Party may have under the Applicable Law.
Upon termination of this Contract by notice of either Party to the other pursuant to
Clauses 2.9.1 or 2.9.2 hereof, the Consultants shall, immediately upon dispatch or
receipt of such notice, take all necessary steps to bring the Services to a close in a
prompt and orderly manner and shall make every reasonable effort to keep
Upon termination of this Contract pursuant to Clauses 2.9.1 or 2.9.2 hereof, the Client
shall make the following payments to the Consultants (after offsetting against these
payments any amount that may be due from the Consultant to the Client):
(iii) except in the case of termination pursuant to paragraphs (a) through (d) of
Clause 2.9.1 hereof, reimbursement of any reasonable cost incident to the
prompt and orderly termination of the Contract including the cost of the return
travel of the Consultants’ personnel and their eligible dependents.
If either Party disputes whether an event specified in paragraphs (a) through (e) of
Clause 2.9.1 or in Clause 2.9.2 hereof has occurred, such Party may, within forty-five
(45) days after receipt of notice of termination from the other Party, refer the matter to
arbitration pursuant to Clause 8 hereof, and this Contract shall not be terminated on
account of such event except in accordance with the terms of any resulting arbitral
award.
2.9.7
2.9.7.1 Without prejudice to any provision of this Agreement, the Client and Consultant may
foreclose this Agreement by mutual consent in circumstances which does not
constitute either party’s default without any liability or consequential future liability for
either party except as mentioned in this Clause.
2.9.7.2 Should a Party intend to foreclose this Agreement by mutual consent, the intending
Party shall issue a notice to the other Party and upon issuance of such notice, the other
Party may within 15 days from receipt of such notice either agree to such
foreclosure or raise objection(s) to the same by intimating either of the two possible
positions to the intending Party in writing. In case the contract is foreclosed on mutual
consent, payment upto the completed stage will be paid as per CI 6.3 (b) of GC and
remuneration & logistics beyond completed stage will be paid as per actual using the
rates quoted in Consultants’ financial proposal.
2.9.7.4 Any attempt or endeavour for foreclosure by mutual agreement shall be without
prejudice to the rights and obligations of the Parties herein and the factum of such an
attempt or exercise shall not stop either of the Parties from discharging their contractual
obligations under this Agreement.
2.9.7.5 For the avoidance of doubt, it is clarified that such foreclosure will be without prejudice
to the Consultant and shall not affect the Consultant in any way if it wishes to bid in
future projects of the Client.
3.1 General
The Consultants shall perform the Services and carry out their obligations here under
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 and effective
equipment, machinery, materials and 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.
The Consultants shall perform the Services in accordance with the Applicable Law and
shall take all practicable steps to ensure that any Sub consultants, as well as the
Personnel and agents of the Consultants and any Sub consultants, comply with the
Applicable Law. The Client shall advise the Consultants in writing of relevant local
customs and the Consultants shall, after such notifications, respect such customs.
The remuneration of the Consultants pursuant to Clause 6 hereof 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 obligations hereunder, and the Consultants shall
use their best efforts to ensure that any Sub consultants, as well as the Personnel and
The Consultants agree that, during the term of this Contract and after its termination,
the Consultants and any entity affiliated with the Consultants, as well as any Sub
consultant and any entity affiliated with such Sub consultant, shall be disqualified from
providing goods, works or services (other than the Services and any continuation
thereof) for any project resulting from or closely related to the Services.
Neither the Consultants nor their Sub consultants nor the Personnel of either of them
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 SC.
3.3 Confidentiality
The Consultants, their Sub consultants and the Personnel of either of them shall not,
either during the term or within two (2) years after the expiration of this Contract,
disclose any proprietary or confidential information relation to the Project, the Services,
this Contract or the Client's business or operations without the prior written consent of
the Client.
Subject to additional provisions, if any, set forth in the SC, the Consultants' liability
under this Contract shall be as provided by the Applicable Law.
The Consultants (i) shall take out and maintain, and shall cause any Sub consultants
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 Special Conditions (SC), and (ii) 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 therefore have been
paid.
The Consultants shall obtain the Client's prior approval in writing before taking any of
the following actions:
(b) entering into a subcontract for the performance of any part of the Services, it
being understood (i)that the selection of the Sub-consultant and the terms 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;
The Consultants shall submit to the Client the reports and documents specified in
Appendix A/E here to, in the form, in the numbers and within the time periods set forth
in the said Appendix. Reporting stages, review progress and checklist shall be as
reflected in the DPR.
All plans, drawings, specifications, designs, reports and other documents prepared by
the Consultants in performing the Services 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 to the Client, together with a detailed
inventory thereof. The Consultants may retain a copy of such documents. Restrictions
about the future use of these documents, shall be as specified in the SC.
4. CONSULTANTS' PERSONNEL
4.1 General
The Consultants shall employ and provide such qualified and experienced Personnel
as are required to carry out the Services.
(a) The titles, agreed job descriptions, minimum qualification and estimated periods
of engagement in the carrying out of the Services of each of the Consultants' Key
Professional / Sub Professional Personnel are described in Appendix B.
(b) If required to comply with the provisions of Clause 3.1.1 of this Contract,
adjustments with respect to the estimated periods of engagement of Key
Professional / Sub Professional Personnel set forth in Appendix B may be made
by the Consultants by written notice to the Client, provided
(i) that such adjustments shall not alter the originally estimated period of
engagement of any individual by more than 10% or one week, whichever
is larger, and
(ii) that the aggregate of such adjustments shall not cause payments under
this Contract to exceed the ceilings set forth in Clause 6.1 (b) of this
Contract. Any other such adjustments shall only be made with the Client's
written approval.
(c) If additional work is required beyond the scope of the Services specified in
Appendix A, the estimated periods of engagement of Key Personnel set forth in
Appendix B may be increased by agreement in writing between the Client and
the Consultants.
The Key Personnel and Sub consultants listed by title as well as by name in Appendix
B are hereby approved by the Client. In respect of other Key Personnel which the
Consultants propose to use in the carrying out of the Services, the Consultants shall
submit to the Client for review and approval a copy of their biographical data. If the
Client does not object in writing (stating the reasons for the objection) within twenty-
one (21) calendar days from the date of receipt of such biographical data, such Key
(a) Working hours and holidays for Key Professional / Sub Professional Personnel
are set forth in Appendix C hereto. To account for travel time, foreign Personnel
carrying out Services inside the Government's country shall be deemed to have
commenced (or finished) work in respect of the Services such number of days
before their arrival in (or after their departure from) the Government's country is
specified in Appendix C hereto.
(b) The Key Professional / Sub Professional Personnel shall not be entitled to be
paid for overtime nor to take paid sick leave or vacation leave except as specified
in Appendix C hereto, and except as specified in such Appendix, the Consultants'
remuneration shall be deemed to cover these items. All leave to be allowed to
the Personnel is included in the staff- months of service set for in Appendix B.
Any taking of leave by Personnel shall be subject to the prior approval of the
Client by the Consultants, who shall ensure that absence for leave purposes will
not delay the progress and adequate supervision of the Services.
(c) All key personnel and sub professional staff of the DPR consultants shall use the
Aadhar based biometric attendance /geo-tagged selfie-based attendance system
for marking their daily attendance for the duration in site office. Aadhar based
biometric attendance /geo-tagged selfie-based attendance system shall be
marked at least once a day and any time during the day. Aadhar based biometric
attendance /geo-tagged selfie- based attendance system shall be installed by the
DPR Consultants at its own cost at the site office in order to facilitate the
attendance marking. A copy of Aadhar based biometric attendance /geo-tagged
selfie-based attendance records shall be attached at the time of submission of
their bills to the MoRTH Proper justification shall be provided for cases of
absence of key personal /sub-professional staff which do not have prior approval
from project director of concerned stretch. If MoRTH so desires, it shall facilitate
electronic linking of the Aadhar based biometric attendance /geo-tagged selfie-
based attendance system with the central monitoring system of MoRTH.
4.5.1 In case notice to commence services pursuant to Clause 2.1 of this Contract is not
ordered by Client within 120 days of signing of contract the key personnel can excuse
4.5.2 In case notice to commence services is given within 120 days of signing of contract
the, the Authority expects all the Key Personnel specified in the Proposal to be
available during implementation of the Agreement. The Authority will not consider any
substitution of Key Personnel except under compelling circumstances beyond the
control of the Consultant and the concerned Key Personnel. Such substitution shall be
limited to not more than three Key Personnel subject to equally or better qualified and
experienced personnel being provided to the satisfaction of the Authority.
Replacement of the Team Leader will not normally be considered and may lead to
disqualification of the Applicant or termination of the Agreement. Replacement of one
Key Personnel shall be permitted subject to reduction of remuneration equal to 5 %
(five per cent) of the total remuneration specified for the Key Personnel who is
proposed to be replaced. In case of second replacement the reduction in remuneration
shall be equal to 10% (ten per cent) and for third and subsequent replacement, such
reduction shall be equal to 15% (fifteen per cent). The maximum age limit of replaced
key personnel shall be 65 years as on the date of submission of proposal for such
replacement. The Consultant shall make all endevours to ensure that replacement of
a Key Personnel is approved before the concerned Key Personnel leaves the
consultancy assignment, in any case the Consultant shall submit replacement
acceptable to Client not more than 3 weeks after the Key Personnel leaves the
consultancy assignment, failing which Client may terminate the Contract in pursurance
to Clause 2.9.1(a) of GC.
4.5.3 If the consultant finds that any of the personnel had made false representation
regarding his qualification and experience, he may request the Employer for
replacement of the personnel. There shall be no reduction in remuneration for such
replacement. The replacement shall however be of equal or better score. The
personnel so replaced shall be debarred from future projects for 2 years.
4.5.5 If the Employer (i) finds that any of the Personnel has committed serious misconduct
or has been charged with having committed a criminal action or (ii) has reasonable
ground tobe dissatisfied with the performance of any of the Personnel, then the
consultant shall, at the Employer’s written request specifying the grounds therefore,
forthwith provide a replacement with qualifications and experience acceptable to him.
For such replacement there will be no reduction in remuneration.
4.5.7 In case, person permanently employed with the firm is to be replaced, technical score
of both the CVs shall be compared excluding the marks given for employment with firm.
Replacement would be allowed when the Technical Score (excluding the marks
given for employment with firm) of the new key person is equal or better than the
existing key person's Technical Score excluding marks assigned for permanent
employment with the firm. However, the remuneration of such replacement shall be
reduced on proportionate basis in case the overall score of the replacement person
is less than the overall score of original person.
The person designated as the Team Leader of the Consultant’s Personnel shall be
responsible for the coordinated, timely and efficient functioning of the Personnel. In
addition, the Consultant shall designate a suitable person from its Head Office as
Project Coordinator who shall be responsible for day to day performance of the
Services.
5.1 Assistance and Exemptions unless otherwise specified in the SC, the Client shall
use its best efforts to ensure that the Government shall:
(a) provide the Consultants, Sub consultants and Personnel with work permits and
such other documents as shall be necessary to enable the Consultants, Sub
consultants or Personnel to perform the Services;
(b) assist for the Personnel and, if appropriate, their eligible dependents to be
provided promptly with all supporting papers for necessary entry and exit visas,
residence permits, exchange permits and any other documents required for their
stay in India;
(c) facilitate prompt clearance through customs of any property required for the
Services;
(d) 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;
The Client warrants that the Consultants shall have, free of charge, unimpeded access
If, after the date of this Contract, there is any change in the Applicable Law with respect
to taxes and duties which increases or decreases the cost or reimbursable expenses
incurred by the Consultants in performing the Services, then the remuneration and
reimbursable expenses otherwise payable to the Consultants under this Contract shall
be increased or decreased accordingly by agreement between the Parties hereto, and
corresponding adjustments shall be made to the ceiling amounts specified in Clause
6.1(b),
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 Parties shall agree on (i) any time extension
that 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 pursuant to Clause 6.1(c) hereinafter.
5.5 Payment
In consideration of the Services performed by the Consultants under this Contract, the
Client shall make to the Consultants such payments and in such manner as is provided
by Clause 6 of this Contract.
(a) An abstract of the cost of the Services payable in local currency (Indian Rupees)
is set forth in Appendix E.
(b) Except as may be otherwise agreed under Clause 2.6 and subject to Clause
6.1(c), the payments under this Contract shall not exceed the ceiling specified in
the SC. The Consultants shall notify the Client as soon as cumulative charges
incurred for the Services have reached 80% of the ceiling.
(a) The Client shall cause to be paid to the Consultants an advance payment as
specified in the SC, and as otherwise set forth below. The advance payment
will be due after provision by the Consultants to the Client of a bank guarantee
by a bank acceptable to the Client in an amount (or amounts) and in a currency
(or currencies) specified in the SC, such bank guarantee (i) to remain effective
until the advance payment has been fully set off as provided in the SC, and ii)
in such form as the Client shall have approved in writing.
(c) No payment shall become eligible for the next stage till the consultant
completes to the satisfaction of the client the work pertaining to the preceding
stage. The payment for the work of sub-soil investigation (Boring)will be as per
plan approved by the client and will be paid as per actual at the rates quoted
by the consultants .The payment for the quantity given by the client for boring
will be deemed to be included in the above mentioned payment schedule. Any
adjustment in the payment to the consultants will be made in the final payment
only.
(d) The Client shall cause the payment of the Consultants in Para 6.4 (b) above as
given in schedule of payment within thirty (30) days after the receipt by the
Client of bills. Interests at the rate specified in the SC shall become payable as
from the above due date on any amount due by, but not paid on, such due date.
(e) The final payment under this Clause shall be made only after the final report
and a final statement, identified as such, shall have been submitted by the
Consultants and approved as satisfactory by the Client. The Services shall be
deemed completed and finally accepted by the Client and the final report and
final statement shall be deemed approved by the Client as satisfactory one
hundred and eighty (180) calendar days after receipt of the final report and final
statement by the Client unless the Client, within ninety(90) day period, gives
written notice to the Consultants specifying in detailed deficiencies in the
Services, the final report or final statement. The Consultants shall thereupon
promptly make any necessary corrections, and upon completion of such
corrections, the foregoing process shall be repeated. Any amount which the
Client has paid or caused to be paid in accordance with this Clause in excess
of the amounts actually payable in accordance with the provisions of this
Contract shall be reimbursed by the Consultants to the Client within thirty (30)
days after receipt by the Consultants of notice thereof. Any such claim by the
Client for reimbursement must be made within twelve (12) calendar months
after receipt by the Client of a final report and a final statement approved by
the Client in accordance with the above.
(f) All payments under this Contract shall be made to the account of the
Consultants specified in the SC.
(g) Efforts need to be made by the Consultant to submit the schedule reports of
(h) Consultants will make payment of salary to all key personnel in their respective
bank accounts through electronic mode only. No cash transaction w.r.t salary
will be made. Proof of salary transfer through electronic mode shall be
submitted by the Consultant with his bill.
7.1 General
7.1.1 The Consultant shall be responsible for accuracy of the data collected, by him directly
or procured from other agencies/authorities, the designs, drawings, estimates and all
other details prepared by him as part of these services. He shall indemnify the Authority
against any inaccuracy in the work which might surface during implementation of the
project. The Consultant will also be responsible for correcting, at his own cost and risk,
the drawings including any re-survey / investigations and correcting layout etc. if
required during the execution of the Services.
7.1.2 The Consultant shall be fully responsible for the accuracy of design and drawings of
the bridges and structures. All the designs and drawings for bridges and structures
including all their components shall be fully checked by a Senior Engineer after
completion of the designs. All drawings for bridges and structures shall be duly signed
by the (a) Designer, (b) Senior Checking Engineer, and (c) Senior Bridge / Structure
Expert. The designs and drawings not signed by the three persons mentioned above
shall not be accepted. The Consultant shall indemnify the Client against any inaccuracy
/ deficiency in the designs and drawings of the bridges and structures noticed during
the construction and even thereafter and the Client shall bear no responsibility for the
accuracy of the designs and drawings submitted by the Consultants.
7.1.3 The survey control points established by the Consultant shall be protected by the
Consultants till the completion of the Consultancy Services.
An amount equivalent to 5% of the contract value shall be retained at the end of the
contract for accuracy of design and quantities submitted and the same will be released
at earlier of project COD or 3 years from start of civil work.
i. If variation in project cost occurs due to Change of scope requests of more than 10%
of the total project cost as estimated by the consultant and these change of scope
requests arise due to deficiencies in the design provided by the consultant, the penalty
equivalent to 4% of the contract value shall be imposed. For this purpose retention
money equivalent to 4% of the contract value will be forfeited. This shall exclude any
additional/deletion of items/works ordered by the client during the execution
ii. If there is a discrepancy in land to be acquired during the execution of the project upto
an extent of +/- 2% of the area of land, a penalty equivalent to 3% of the contract value
shall be imposed. For this purpose retention money equivalent to 3% of the contract
value will be forfeited. This shall exclude any additional/deletion of items/works ordered
by the client during the execution. For discrepancy of more than + / - 2% of the area of
land to be acquired, the firm shall be declared as non performing as per para 7.4.2.
iii. If there is a variation in quantities of various itmes of utilities shifting during the
execution of the project upto an extent of +/- 10% of the quantity estimated by the
design consultant, a penalty equivalent to 3% of the contract value shall be imposed.
For this purpose retention money equivalent to 3% of the contract value will be forfeited.
This shall exclude any additional/deletion of items/works ordered by the client during
the execution
(b) In case, the information contained in the CV for the duration in which the key
personnel was employed by the firm, proposing his candidature is found
incorrect/fake/inflated at any stage, action including termination of the
consultancy agreement and debarment of the firm upto 2 years from future
MoRTH or its Executing Agencies projects shall be taken by MoRTH or its
Executing Agencies.
(d) Incase consultant firms experience or document such as Form E2/T3, Form E3,
References (client certificate) is found to be false at any stage i.e. from bidding
to completion of services, the consultancy contract shall be terminated and
consultant firm shall be debarred for a period of 2 years.
7.3.4 NHIDCL is in process of evolving performance based rating system for DPR
Consultants. Performance of Consultants shall be monitored by NHIDCL and will be
taken into account in technical evaluation of future DPR projects. For this purpose,
performance of Consultant in the current project shall also be taken into account to
create rating of Consultant.
Consultant shall be liable to indemnify the client for any direct loss or damage accrued
or likely to accrue due to deficiency in service rendered by him.
In case of major deficiencies in the Detailed Project Report involving time and cost
overrun and adverse effect on reputation of MoRTH, the firm shall be declared as non-
performing and the firm will not be eligible for participating in future projects of the
Ministry (including NHAI, NHIDCL, BRO, etc.) for a period of 5 years. Decision as to
major deficiencies by Client shall be final and binding. However, the Consultant will be
given an opportunity to present its case before it is declared non-performer by the
Client.
The Parties undertake to act in good faith with respect to each other’s rights under this
Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.
The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby
agree that it is their intention that this Contract shall operate fairly as between them,
and without detriment to the interest of either of them, and that, if during the term of
this Contract either Party believes that this Contract is operating unfairly, the Parties
will use their best efforts to agree on such action as may be necessary to remove the
cause or causes of such unfairness, failure to agree on any action pursuant to this
Clause shall give rise to a dispute subject to arbitration in accordance with Clause 9
hereof.
9. SETTLEMENT OF DISPUTES
The Parties shall use their best efforts to settle amicably all disputes arising out of or
in connection with this Contract or the interpretation thereof.
9.2.1 Any dispute, difference or controversy of whatever nature howsoever arising under or
out of or in relation to this Agreement (including its interpretation) between the Parties,
and so notified in writing by either Party to the other Party (the “Dispute”) shall, in the
first instance, be attempted to be resolved amicably in accordance with the conciliation
procedure set forth in Clause 9.3.
9.2.2 The Parties agree to use their best efforts for resolving all Disputes arising under or in
respect of this Agreement promptly, equitably and in good faith, and further agree to
provide each other with reasonable access during normal business hours to all non –
privileged records, information and data pertaining to any dispute.
9.3 Conciliation
In the event of any Dispute between the Parties, either Party may call upon [MD
of NHIDCL] and the Chairman of the Board of Directors of the Consultant or a
substitute thereof for amicable settlement, and upon such reference, the said
persons shall meet no later than 10(ten) days from the date of reference to
discuss and attempt to amicably resolve the Dispute. If such meeting does not
take place within the 10(ten) day period or the Dispute is not amicably settled
within 15(fifteen) days of the meeting or the Dispute is not resolved as evidenced
by the signing of written terms of settlement within 30 (thirty) days of the notice
in writing referred to in Clause 9.2.1 or such longer period as may be mutually
agreed by the Parties, either Party may refer the Dispute to arbitration in
accordance with the Provisions of Clause 9.4.
9.4 Arbitration
9.4.2 Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator to
be appointed as per the procedure below
a) Parties may agree to appoint a sole arbitrator or, failing agreement on the
identity of such sole arbitrator within thirty(30) days after receipt by the other
Substitute Arbitrator If for any reason an arbitrator is unable to perform his function, a
substitute shall be appointed in the same manner as the original arbitrator.
The sole arbitrator selected pursuant to Clause 8.2.1 hereof shall be expert with
extensive experience in relation to the matter in dispute.
9.4.4 The Arbitrators shall make a reasoned award (the “Award”). Any Award made in any
arbitration held pursuant to this Clause 9 shall be final and biding on the Parties as
from the date it is made, and the Consultant and the Authority agree and undertake to
carry out such Award without delay.
9.4.5 The Consultant and the Authority agree that an Award may be enforced against the
Consultant and/or the Authority, as the case may be, and their respective assets
wherever situated.
9.4.7. This Agreement and the rights and obligations of the Parties shall remain in full force
and effect, pending the Award in any arbitration proceedings hereunder
9.4.8 Miscellaneous
(a) Proceedings shall, unless otherwise agreed by the parties be held in Delhi.
(b) The English language shall be the official language for all purposes;
(c) The decision of sole arbitrator shall be final and binding and shall be
enforceable in any court of competent jurisdiction, and the Parties hereby
waive any objections to or claims of immunity in respect of such
enforcement; and
(d) The schedule of Expenses and Fee payable to the Arbitrator shall be as
under
Note: Being sole arbitrator, an additional amount of twenty five per cent on the fee set out
above shall be paid. The above fee is to be shared equally by both the parties to the
arbitration i.e. claimant and respondent, which is inclusive of fee of arbitrator for claim
and counter claims i.e. total “Sum in Dispute”, reading charges, declaration/publishing
of award. The expenses, such as stay and travelling charges will be paid as per Client’s
guidelines.
10.1.1 The Consultancy fee shall be revised on account of change of length as below:
10.1.2 In case the project highway or part of it is proposed to be designed as green field
project whereas it is not so specifically mentioned in the Annex-1 to Letter of Invitation
of the RFP, the consultancy fee applicable for the affected part of the project highway
shall be enhanced by 5%.
10.2 In case of increase in configuration of lanes in the project after the submission under
a particular stage, the original consultancy fee shall be enhanced by 10%.
10.3 In case there is change of mode of delivery i. e. EPC/HAM/BOT (Toll) etc.is done after
submission of Final DPR, the original consultancy fee shall be enhanced by 2.5%.
10.4 In case of revision of DPR is done after submission of Final DPR due to revision in
standards/guidelines of Indian Roads Congress/MoRTH, the original consultancy fee
shall be enhanced by 2.5%.
11. The Consultant shall be evaluated based on its performance in this consultancy
services as per rating system given in Appendix- IX and the said rating of the
Consultant will be utilised in subsequent proposal evaluation.
1.1(a) The words “in the Government’s country” are amended to read “in INDIA”
For the Client : Managing Director, NHIDCL, 1st & 2nd Floor, Tower A, World Trade
Centre, Nauroji Nagar, New Delhi – 110029
Attention : General Manager, NHIDCL, 1st & 2nd Floor, Tower A, World Trade Centre,
Nauroji Nagar, New Delhi – 110029. email :- Sikkim_wb.hq@nhidcl.com
1.8 Entity to Act as Member in charge (In case of Joint Venture of Consultants) with or
without an Associate: - ………………………..
1.10 The Consultants and the personnel shall pay the taxes, duties, fees, levies and other
impositions levied under the existing, amended or enacted laws (prevailing 7 days
before the last date of submission of bids) during life of this contract and the Client shall
perform such duties in regard to the deduction of such tax as may be lawfully imposed.
2.2 The time period shall be “Four months” or such other time period as the parties may
agree in writing.
2.3 The time period shall be “fifteen days” or such other time period as the Parties may
agree in writing.
2.4 The time period shall be ---------- months or such other time period as the parties may
agree in writing.
(a) Except in case of negligence or willful misconduct on the part of the Consultants or on
the part of any person or firm acting on behalf of the Consultants in carrying out the
Services, the Consultants, with respect to damage caused by the Consultants to the
Client’s property, shall not be liable to the Client:
(ii) for any direct loss or damage that exceeds (A) the total payments for
Professional Fees and Reimbursable Expenditure made or expected to be
made to the Consultants hereunder, or (B) the proceeds the Consultants may
be entitled to receive from any insurance maintained by the Consultants to
cover such a liability, whichever of (A) or (B) is higher.
(b) This limitation of liability shall not affect the Consultants’ liability, if any, for damage to
Third Parties caused by the Consultants or any person or firm acting on behalf of the
Consultants in carrying out the Services.
(a) Third Party motor vehicle liability insurance as required under Motor Vehicles Act, 1988
(b) Third Party liability insurance with a minimum coverage, for Rs.1.00 million
(c) (i) The Consultant shall provide to NHIDCL Professional Liability Insurance (PLI) for a
period of Five years beyond completion of Consultancy services or as per Applicable
Law, whichever is higher.
(ii) The Consultant will maintain at its expense PLI including coverage for errors and
omissions caused by Consultant’s negligence in the performance of its duties
under this agreement, (A) For the amount not exceeding total payments for
Professional Fees and Reimbursable Expenditures made or expected to be made
to the Consultants hereunder OR (B) the proceeds, the Consultants may be
entitled to receive from any insurance maintained by the Consultants to cover such
a liability, whichever of (A) or (B) is higher.
(iii) The policy should be issued only from an Insurance Company operating in India.
(iv) The policy must clearly indicate the limit of indemnity in terms of “Any One
Accident” (AOA) and “Aggregate limit on the policy” (AOP) and in no case should
be for an amount less than stated in the contract.
(v) If the Consultant enters into an agreement with NHIDCL in a joint venture or ‘in
association’, the policy must be procured and provided to NHIDCL by the joint
venture/in association entity and not by the individual partners of the joint venture/
association.
(vi) The contract may include a provision thereby the of Consultant does not cancel
the policy midterm without the consent NHIDCL. The insurance company may
provide an undertaking in this regard.
(d) Employer’s liability and workers’ compensation insurance in respect of the Personnel
of the Consultants and of any Sub consultant, in accordance with the relevant
provisions of the Applicable Law, as well as, with respect to such Personnel, any such
life, health, accident, travel or other insurance as may be appropriate; and all
insurances and policies should start from the date of commencement of services and
remain effective as per relevant requirements of contract agreement.
3.9 The Consultants shall not use these documents for purposes unrelated to this Contract
without the prior written approval of the Client.
4.6 The person designated as Team Leader cum Senior Highway Engineer in Appendix
B shall serve in that capacity, as specified in Clause 4.6.
6.1 (b) The ceiling amount in local currency is Rs……… Excluding Goods & Service
Account Number :
IFSC Code :
9.2 Disputes shall be settled by arbitration in accordance with the following provisions:
a) Parties may agree to appoint a sole arbitrator or, failing agreement on the
identity of such sole arbitrator within thirty(30) days after receipt by the
other Party of the proposal of a name for such an appointment by the Party
who initiated the proceedings, either Party may apply to the President,
Indian Roads Congress, New Delhi for a list of not fewer than five nominees
and, on receipt of such list, the Parties shall alternately strike names
therefrom, and the last remaining nominee on the list shall be sole arbitrator
for the matter in dispute. If the last remaining nominee has not been
determined in this manner within sixty (60) days of the date of the list, the
president, Indian Roads Congress, New Delhi, shall appoint, upon the
request of either Party and from such list or otherwise, a sole arbitrator for
the matter in dispute.
Terms of reference containing, inter-alia, the Description of the Services and Reporting
Requirements
The Consultant’s personnel shall normally work for 8 hours in a day and six days a
week. Normally Sundays shall be closed for working. In addition they shall also be
allowed to avail holidays as observed by the Client’s office in the relevant state without
deduction of remunerations. In case any person is required to work on Sunday or
Holiday due to exigency of work, he/she shall be given compensatory leave within the
next 15 days.
Cost Estimate
In consideration of NHIDCL (hereinafter referred as the “Client”, which expression shall, unless
repugnant to the context or meaning thereof include its successors, administrators and
assigns) having awarded to M/s.………………………………………………having its office at
……………….. (Hereinafter referred to as the “Consultant” which expression shall repugnant
to the context or meaning thereof, include its successors, administrators, executors and
assigns), a contract by issue of client’s Contract Agreement no. / Letter of Acceptance No.
……………….. dated ……………… and the same having been unequivocally accepted by the
Consultant, resulting in a Contract valued at Rs…………../- (Rupees….………………….)
excluding Goods & service tax for Consultancy Services for Preparation of Detailed
Project Report for Construction of 4-Lane Access Controlled High Speed Corridor
starting from Siliguri to Guwahati and connecting Jorabat in the States of West Bengal
and Assam (Hereinafter called the “Contract”), and the Consultant having agreed to furnish a
Bank Guarantee to the Client as “Performance Security as stipulated by the Client in the said
contract for performance of the above Contract amounting to Rs.……………./- (Rupees ).
The Client shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee, from time to time to vary or to extend the time for performance of the
contract by the Consultant. The Client shall have the fullest liberty without affecting this
guarantee, to postpone from time to time the exercise of any powers vested in them or of any
right which they might have against the consultant and to exercise the same at any time in
any manner, and either to enforce or to forbear to enforce any covenants, contained or implied,
in the Contract between the Client and the Consultant any other course or remedy or security
available to the Client. The bank shall not be relieved of its obligations under these presents
by any exercise by the Client of its liberty with reference to the matters aforesaid or any of
them or by reason of any other act or forbearance or other acts of omission or commission on
the part of the Client or any other indulgence shown by the Client or by any other matter or
thing whatsoever which under law would but for this provision have the effect of relieving the
Bank.
The Bank also agrees that the Client at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the
Consultant and notwithstanding any security or other guarantee that the Client may have in
relation to the Consultant’s liabilities. Notwithstanding anything contained herein,
c) We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or before
(date of expiry of Guarantee).
The guarantee shall also be operatable at our …………… Branch at New Delhi, from
whom, confirmation regarding the issue of this guarantee or extension / renewal thereof
shall be made available on demand. In the contingency of this guarantee being invoked
and payment thereunder claimed, the said branch shall accept such invocation letter
and make payment of amounts so demanded under the said invocation.
NOTE:
(i) The bank guarantee(s) contains the name, designation and code number of the
officer(s) signing the guarantee(s).
(ii) The address, telephone no. and other details of the Head Office of the Bank as
well as of issuing branch should be mentioned on the covering letter of issuing Branch.
(iii) The bank guarantee for Rs 10,000 and above is signed by at least two officials
(or as per the norms prescribed by the RBI in this regard).
Bank Guarantee:
Date:
WHEREAS, (Name of Bidder) (hereinafter called “the
bidder”) has submitted his bid dated (date) for the Tender No.
_________, dated (hereinafter called “the Bid”).
SEALED with the Common Seal of the said Bank this day of 201_
This Guarantee will remain in force up to and including the date 180 (one hundred
and eighty) days after the deadline for submission of bids as such deadline is
stated in the Instructions to Bidders or as it may be extended by the Client, notice
of which extension(s) to the Bank is hereby waived. Any demand in respect of
this Guarantee should reach the Bank not later than the above date.
This guarantee shall also be operatable at our New Delhi Branch located at ,
from whom, confirmation regarding the issue of this guarantee or extension /
renewal thereof shall be made available on demand. In the contingency of this
guarantee being invoked and payment there under claimed, the said branch shall
DATE
SIGNATURE OF THE
BANK _ SEAL OF THE BANK SIGNATURE OF
THE WITNESS
Name and Address of the Witness
4. The address, telephone no. and other details of the Head Office of
the Bank aswell as of issuing branch should be mentioned on the covering
letter of issuing Branch.
5. The bank guarantee for Rs. 10,000 and above is signed by at least two
officials (oras per the norms prescribed by the RBI in this regard).
6. The Bank Guarantee shall be transmitted through SFMS
gateway to our banker with following details:
General Details
Project Name
Consultant's Name
Date of Review
Details /
S.No SECTION OF THE REPORT YES/ NO/ NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
2 Overview of client organization / Yes ☐ No ☐ NA ☐ NA
activities
3 Methodology adopted for feasibility Yes ☐ No ☐ NA ☐ NA
study
4 Socioeconomic profile of the project Yes ☐ No ☐ NA ☐ NA
areas
4.1 Regional economic profile basis last 10 Yes ☐ No ☐ NA ☐ NA
years data as per IRC
4.2 Economic profile of project influence Yes ☐ No ☐ NA ☐ NA
area basis last 10 years data as per
IRC
4.3 Socio Economic status of project Yes ☐ No ☐ NA ☐ NA
influence area
5 Indicative design standards, Yes ☐ No ☐ NA ☐ NA
methodologies, and specifications
6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA
6.1 Classified traffic volume counts using Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day data)
6.2 Traffic projection methodology as per Yes ☐ No ☐ NA ☐ NA
IRC:108
6.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
General Details
Project Name
Consultant's Name
Date of Review
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Main Report Yes ☐ No ☐ NA ☐ NA
2 Introduction and project background Yes ☐ No ☐ NA ☐ NA
2.1 Overview of project location, project Yes ☐ No ☐ NA ☐ NA
objectives etc.
2.2 Overview of report structure, deliverables Yes ☐ No ☐ NA ☐ NA
etc.
3 Social analysis of the project Yes ☐ No ☐ NA ☐ NA
3.1 Project impact on stakeholders such as Yes ☐ No ☐ NA ☐ NA
local people
3.2 Project impact on residential, commercial Yes ☐ No ☐ NA ☐ NA
and public properties
3.3 Any other details relevant to the project Yes ☐ No ☐ NA ☐ NA
4 Reconnaissance survey Yes ☐ No ☐ NA ☐ NA
4.1 Geometric Features of the Existing Road Yes ☐ No ☐ NA ☐
Design Speed
Sight distance details
Horizontal Alignment Details
Vertical Alignment Details
Height of Embankment
4.2 Topographical Survey using LiDAR (or Yes ☐ No ☐ NA ☐ NA
equivalent technology) as per IRC:SP:19
Gradient
Terrain
4.3 Pavement composition and condition Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19
4.4 Pavement roughness survey as per Yes ☐ No ☐ NA ☐ Na
IRC:SP:16
4.5 Pavement structural strength survey as per Yes ☐ No ☐ NA ☐ NA
IRC:81
4.6 Geological Survey Yes ☐ No ☐ NA ☐ NA
Geological Map of the Area
Seismicity
4.7 Climatic Conditions Yes ☐ No ☐ NA ☐ NA
Temperature
Rainfall
Wind
General Details
Project Name
Consultant's Name
Date of Review
Details /
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
On State Map
On District Map
Latitude & Longitude
Coordinates of the LC
2.6 Details of Existing Level Crossing Yes ☐ No ☐ NA ☐
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
Overview of client organization /
2 Yes ☐ No ☐ NA ☐ NA
activities
Methodology adopted for feasibility
3 Yes ☐ No ☐ NA ☐ NA
study
Socioeconomic profile of the project
4 Yes ☐ No ☐ NA ☐ NA
areas
Regional economic profile basis last 10
4.1 Yes ☐ No ☐ NA ☐ NA
years data as per IRC
Economic profile of project influence area
4.2 Yes ☐ No ☐ NA ☐ NA
basis last 10 years data as per IRC
Socio Economic status of project
4.3 Yes ☐ No ☐ NA ☐ NA
influence area
Indicative design standards,
5 Yes ☐ No ☐ NA ☐ NA
methodologies, and specifications
6 Traffic surveys and analysis Yes ☐ No ☐ NA ☐ NA
Classified traffic volume counts using
6.1 Yes ☐ No ☐ NA ☐ NA
IHMCL data (7 day)
Traffic projection methodology as per
6.2 Yes ☐ No ☐ NA ☐ NA
IRC:108
6.3 Projected Traffic data for 20 years Yes ☐ No ☐ NA ☐ NA
Design Speed
Sight distance elements
Horizontal Alignment Details
Vertical Alignment Details
Height of Embankment
Topographical Survey as per IRC:SP:19 Yes ☐ No ☐ NA ☐
7.4 NA
using LiDAR or equivalent technology
Gradient
Terrain
7.5 Review of topographical survey by client Yes ☐ No ☐ NA ☐ NA
Pavement composition and condition
7.6 Yes ☐ No ☐ NA ☐ NA
survey as per IRC:SP:19
7.7 Geological Survey Yes ☐ No ☐ NA ☐ NA
General Details
Project Name
Consultant's Name
Date of Review
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Project background Yes ☐ No ☐ NA ☐ NA
1.1 Project description
Yes ☐ No ☐ NA ☐
Existing LC number
Start and End Chainage
Village/District
1.2 Project location map Yes ☐ No ☐ NA ☐
On State Map
On District Map
Latitude & Longitude
Coordinates of the LC
1.3 Details of Existing Level Crossing Yes ☐ No ☐ NA ☐
2 Cost of Viaduct
Foundation
Substructure
Superstructure
Total-Viaduct
4 Cost of RE Wall
6 Miscellaneous Costs
Cost of Subway
Cost of Toll Plaza
Cost of Culverts
Any Other Costs
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Bid documents- EPC Yes ☐ No ☐ NA ☐ NA
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
Details/
S.No SECTION OF THE REPORT YES/NO/NA Remarks
Specifications
1 Executive Summary Yes ☐ No ☐ NA ☐ NA
Government of India
DPR Consultant
1 Introduction 293
2 Project overview 294
The NHIDCL proposes to implement the <re> the development, maintenance and management
of the <NH-xx> stretch from <Origin> to <Destination> from chainage <aa km> to <bb km> into
<proposed improvement, xx lane road/ expressway etc.> under the NHDP Phase V programme. The
proposed project road has been selected to <primary reason for project- e.g. to improve connectivity
and ease congestion between aa bb>
<Consultant> was appointed in <mm/yyyy> to prepare the detailed project report for the project
road, and this executive summary covers is submitted along with the <draft/final> detailed project report
to cover the key aspects of the project.
<Any special circumstances or requests made by the Authority for the project that affect the
consultancy assignment e.g.: NHIDCL desired to restructure project into two packages, bifurcating the
project road at Betulnagar, this report has been revised and resubmitted providing improvement
proposals and bid documents separately for the two stretches>
2. Project overview
As described earlier the project road lies on NH xx (previously NH yy) and connects <orgin>
with <destination>, passing through the states of <state 1, state 2>. The proposed project alignment
passess through <towns/junctions a, b, c, d> for a total length of <xx km>.
For the purposes of traffic projections and lane design, <xx> individual sections of road were
considered:
Table 2: Traffic survey locations
Volume
Section Chainages Length Count Remarks
(Kms) Locations
Km 163.0 - Km 177.0, Kasia/Tonta mines near 192.000
1 29.0
192.0 45.0
2 27.0 Km 201.50 End point of proposed Koida bypass at
Km 192.0 -
km 218.250
219.0
Traffic volume surveys for the project road were < available from IHMCL for x locations> and
were carried out at <x> additional locations along the project road in the month of
<mm/yyyy>. The results are as follows:
Table 3: Results of traffic surveys conducted
Homogenous section 1 1 2
Chainage 45.00 177.00 201.50
Source of data IHMCL Consultant Consultant
Bicycle 47 75 61
2 Wheeler 3320 3288 2630
3 Wheeler 32 47 30
Tractor 24 18 22
Tractor with Trailer 389 385 341
2 Axle SCV 436 386 388
LMV 2 axle 3561 3545 3327
LCV 2 Axle 577 603 563
2 Axle Truck or Bus 908 987 1014
3 Axle Truck or Bus 1142 1062 1086
Multi Axle Vehicles MAV 2033 1962 1994
Oversized Vehicle OSV 2 1 3
Cycle 0 0 0
Earth Moving Equipment 0 0 0
AADT (in vehicles) 12471 12359 11459
Axle load surveys were conducted at <x> locations using <xxxx> to understand the actual load
spectrum of commercial vehicles plying on the prject road. The results of the load survey, were
converted to Vehicle Damage Factor (VDF) using equivalency factors from <IRC xx> for the purpose
of MSA calculations
Table 4: Axle load survey results
Mode Section 1 Section 2 Section 2
Observed-
Observed- at Observed- at
at chainage Recommended Recommended Recommended
chainage xx chainage xx
xx
Traffic volume forecast was developed using the <xx> method and converted to Million Standard
Axles (MSA) for the purposes of pavement design. The cumulative load in MSA for each section is
given as under for various horizon years:
Table 5: Projected traffic load on project road in MSA
MSA In x+15 In x+30
Section LHS RHS LHS RHS
1 23.31 22
2 33 40
Classified direction wise turning movement surveys were conducted at <x> intersections to
determine the need for re-design and addition of structure at the intersection
Table 6: Turning movement survey results
The overall pavement condition <description of overall pavement condition- e.g. from poor to
very poor, with high roughness and significant presence of potholes and raveling>
Table 7: Condition survey of existing pavement
<xxx FWD/BBD> was carried out to test the strength of the existing pavement, and the
characteristic deflection values have been calculated for each homogeneous section of road to enable
design of an overlay for the road.
Table 9: Strength of existing pavement
Section Characteristic deflection
Chainage Distance
Start End Km Mm
1 0.400 2.400 2.000 1.6
2 2.400 10.000 7.600 1.3
Extensive review of available soil information and testing was done to understand the sub-grade
characteristics. Summary of soil investigation surveys is as follows:
Table 10: Soil investigation survey results
Attribute Results Comments
Sub-grade CBR range (%) 0.6%-14% Low over large lengths of section
Degree of compaction (% of MDD) ~95% Sufficient as per MoRTH guidelines
Swelling ratio (%) 2.5 to 32% Significant variation seen across stretch
<other attributes>
5. Improvement proposals
The final alignment chosen for the project in consultation with <xx, yy> will <be along current
project road/ pass through xx, yy new towns- short description of alignment with changes if any>.
Given increasing urban traffic and congestion and the lack of available RoW in urban areas
through the project route, <x> urban areas are proosed to be by-passed in the proposed project
alignment
The project road has been re-designed to accommodate speeds of <xx>, adopted as per
<standard or consultation with MoRTH >. Enabling this higher speed will require re-design and
re-alignemnt of the road in certain sections given their <description of poor geometry>.
5.4. Widening scheme
Basis traffic information available, level of service requirements and consultation with
<MoRTH , local authorities etc.>, the following lane configuration is adopted for the project
road:
Basis availability of RoW and land acquisition constraints, a widening scheme has been
proposed that makes optimum use of existing ROW and minimizes need for land acquisition in urban
areas, a summary of which is given below:
Table 14: Summary of widening type proposed
Sl no Type of widening Length, Km
1 Concentric 2.400
2 Eccentric, Right 34.600
3 Eccentric, Left 33.800
4 Green field 16.000
Using the projected traffic, VDF values,lane and directional distribution factors, the design traffic
loading used for the project is <xx to yy> MSA.
Considering the soil investigations conducted in the prject road area, and the availability of
suitable soil in the region, the following sub-grade strength has been assumed to vary from <xx%> to
<yy%> for various sections of the highway
5.5.3. Pavement composition for new carriageway
The proposed pavement composition for the new sections carriageway basis <standards>,
subgrade strength and design traffic is:
Table 15: Proposed pavement composition
Section Sub-grade Pavement loading
Design Layer thickness (mm)
strength
Chainage
Start End Min % CBR MSA GSB WMM DBM BC xx
1 0.400 2.400 10% 40 200 250 95-125 40
The strengthening requirements for the existing pavement have been estimated fromt eh
deflection measurements and estimated traffic loadings. The designed overlay proposed is as below:
Along the project stretch, there are several bridges, culverts, under/overpasses and flyovers. A
summary of the total number and proposed additions is given in the table below
Table 18: Proposed improvement to structures along project road
Sl Construct in New
No Structure Existing Dismantle Widen Reconstruct parallel construction Total
1 Major bridge 4 1 - 1 2 3 7
2 Minor bridge
3 Flyover
4 Vehicle
overpass
5 Vehicle
underpass
6 Passenger
under pass
7 Culverts
8 xxx
5.7. Intersections and grade separators
Based on the traffic and turning movement surveys conducted, <xx> junctions have been
identified for redesign or grade separation, the details of which are given below
Table 19: Proposed intersection improvement
SL. Existing Location Est total vol (k Est Peak Hour Vol Improvement
No. Chainage PCU) (k PCU) proposed
1 10.200 xxx 53333 3599 Grade separator
2 28.000 xxx 64315 3884 Grade separator
3
4
Based on the traffic surveys, O-D surveys and layout of project road, <xx> toll plazas are
proposed along the project road:
Table 20: Location of current and proposed toll plazas
Sl Existing Design Existing no Proposed no
Location
No chainage chainage of lanes of lanes
1 20.400 22.600 Near origin 2 6
2 95.000 101.500 Near via-nagar junction New 6
x xx xx
<local discussions, discussions with authority, demand modelling etc.> was conducted to locate
various way-side amenities across the project road. A summary of the improvements proposed is given
below:
A environmental impact study was undertaken during the process of creating the detailed project
report to understand impact of the project road on the surrounding ecology and environment. The
project road is categorized as a category <xx> project by the MoEF and as it is <xx km> in length, it
<will/will not> require environmental clearances.
The proposed project <involves/does not involve> the acquisition of forest/ecologically sensitive
land, felling of trees and will impact wildlife habitat and will hence require individual clearances for each.
A summary of the environmental impact and clearances required is provided below
The Environmental Mitigation and Management Costs were developed based on the estimation
of resources required to implement the mitigation measures proposed and also number of places where
intervention is required. Environmental mitigation cost for the proposed project is Rs. <xx> cr.
The existing RoW (x-y m) is <adequate/ in adequate> for the proposed widening and RoW
requirements as required by <MoRTH /Authority>. This will lead to the additional acquisition of <xx>Ha
across the states of <states1, 2>, affecting a total of <yy> villages in <zz> districts. In addition to
structures found to be encroaching the current Row, the required acquisition is poised to affect <xx>
Preliminary interactions have been held with locals to understand their issues and concerns and
help communicate the project plan and its impact on them. The key concerns of title and non-title holders
centered around:
<Key issues expressed over and above land being acquired, and compensation
norms>
7.2. Land acquisition requirements
The state and district wise details and status of land acquisition as on the date of publishing of
this report is as follows:
A total of <xx cr> is expected to be awarded for the acquisition of land required for this project.
The land acquisition process is underway with a total of <xx> CALAs appointed, and 90% of land is
expected to be in possession by <xx, 20xx>.
Despite the best efforts of the consultant and various lad acquisition teams working to complete
land acquisition, it is envisaged that acquiring possession of the RoW for some specific sections of the
project road may prove to be difficult or be delayed inordinately. Such potential risks are highlighted
below:
Utilities belonging to <x> user agencies have been identified that fall within the project road
ROW and will need to be shifted to enable road construction. Shifting proposals have been submitted
to the user agencies and initial estimates have been received from the concerned agencies. The
process of site inspection, review and revision of the proposals for utilities shifting is in process.
<To enable better management of utilities and installation going forward, all utilities are being
shifted underground/into a utilitiy corridor/out of the road RoW/ utilities trench is being planned as part
of construction>
The total cost of utilities shifting for all the utilities identified in the road RoW is estimated to be
<xx cr> with supervision charges of <yy cr> being paid as supervision charges to the <z> concerned
agencies.
The cost estimates for the project has been carried out based on detailed design, bill of
quantities, and the schedule of rates for <state/district/authority> of year <xx-yy>.
Material investigations were carried out to explore the availability and identify sources of suitable
material for the construction of the road.
Material investigation of <xxx> locations indicates that soil suitable for embankment (of
CBR>xx% and density yy g/cc) and for sub-grade (CBR>xx% and density yy g/cc) is available at an
average lead of aa to bb km for the project stretch.
<include details on additional material sources like construction rubble, moorum etc>
10.2. Sand
Sand is available in <close proximity> of the project site. Test results show that xx of yy sand
sources satisfy the minimum requirement for use in the project.
<Include details of additional potential for sources such as pond bed desilting, other excavation
happening>
10.3. Gravel
Several quarries were identified for sourcing aggregates in the project zone. Xx of yy quarries
were found to be suitable for use in the construction of the road. <further details on gravel available and
suitability for construction>
Fly ash is available in close proximity of the project road due to the presence of <xx steel
plant/power plant>. Test results show that the available fly ash <satisfies/does not satisfy> the minimum
requirement of <specification> to use as <material for embankment/cement mixture/other layers>. The
10.5. Bitumen
Bulk bitumen of the <required grades> is available <closest sources> with an average lead of
<xx km>. For the project road <grade> of bitumen has been proposed for <yy layer> due to <reason>
and <grade of bitumen> has been proposed for <zz layer> due to <reason>.
10.6. Cement
Bulk bitumen of the <required grades> is available <closest sources> with an average lead of
<xx km>. For the project road <grade> of bitumen has been proposed for <yy layer> due to <reason>
and <grade of bitumen> has been proposed for <zz layer> due to <reason>.
2 xx xxxx
Despite the best efforts of the consultant, there continue to be some materials and sections of
the project road where material will have to brought from significant leads.
Throughout the detailed design of the project, several opportunities for value engineering and
introduction of new technology were explored that will help in reducing the cost of the project or increase
quality and longevity of project road. Approval of these elements as part of the construction design and
suitable instructions to all stakeholders of the project can help significantly lower the projected cost of
construction.
The EIRR and NPV of the project has been carried out using <model/software> under multiple
scenarios, and the project returns <justify/do not justify> construction given an EIRR of xx in the best
case and yy in the worst case.
With the most likely traffic scenario and assumed costs of construction, maintenance, financing
and tolling over the period of the project, the return on equity at various periods of concession was
calculated. Equity IRR for this project will pass <15%> in year <x> of this project, hence it <is/is not>
possible to bid the project
Figure 5: Equity IRR with increasing concession period for project road
In consultation with MoRTH , it is proposed to complete the proosed project road in a period of
<xx> months. Planning for the project packaging, bidding process and construction was conducted as
a part of this project.
13.1. Packaging
Given the length of the project, the entire project is planned to be bid out in <xx> packages with
<yy> packages.
Upon reviewing the improvements planned and in consultation with MoRTH , the design and
construction period for this project has been arrived at <xx> months from the date of appointment of the
contractor/concessionaire. To enable this construction schedule, a detailed construction plan and
timeline has been included in the detailed project report. This also includes a traffic management and
lane closure plan for the period of construction.
The project as envisaged is economically viable with an estimated EIRR >12%. The project with
a 30 year concession period is expected to return an equity IRR of <xx%> with <yy%> <grant/premium>
and is hence recommended for implementation in the <BOT/EPC/HAM> mode.
Table 31: Salient features and key financial aspects of the project road a
Project road
Project road length Xx km
Connecting <origin>- <destination>
On national highway NH No
Proposed features Current road Proposed
Lanes 2 4
Bypasses proposed - 5
Major junctions 5 5
Minor Junctions 18 18
Grade separated interchanges 1 4
Major Bridges 4 6
Minor Bridges 19 21
Land acquisition 40
Utilities shifting 30
Rehabilitiation and resettlement costs 20
Other pre-construction expenses 20
Implementation mode proposed BOT (Toll)
Total project cost 1486
Concession period 18 years
<Authority> support (Grant/Premium) 18%
Estimated NPV 50
Project IRR 12%
Equity IRR 15%
PROJECT NAME:
Name of Consultant:
STATE: Names of JV partners/associates with % of
Shareholding:
Sl. KPI DESCRIPTION Total Marks Marks Supporting
No. Obtained Documents to
be submitted by
the consultant
Category I: Quality of DPR
Change of Cumulative sum of change of scope (net of 20
scope and de- positive and negative) and de-scoping (Positive
scoping value of each CoS order and de-scoping to be
summed up)
Percentage of Marks
contract price
0 20
>0%≤5% 15
>5%≤10% 10
>10%≤15% 5
>15% 0
Traffic Percentage variation of projected traffic in the year 5
accuracy of commencement of construction with actual
IHMCL data, data from adjacent toll plaza or any
other source choosen by the client.
Percentage Marks
variation
>0%≤3% 5
>3%≤5% 3.75
>5%≤10% 2.5
>10% 0
RoW variation Percentage area variation of acquired land 4
(Private land) during construction.
Percentage Marks
variation
0% 4
>0%≤5% 3
>5%≤10% 2
>10% 0
Utility shifting Percentage variation in utility shifting cost during 4
execution.
Percentage Marks
variation
0% 4
>0%≤5% 3
>5%≤10% 2
>10% 0
Use of new Use of new material/waste material/new 4 i) Self certified
material technology as a percentage of total cost. calculations for %
Percentage Marks use of new
variation material/waste
material/new
≥5% 4
≤0% 5
>0%≤5% 3.75
>5%≤10% 2
>10% 0
Category II: Adherence to timelines
Land % delay period in land acquisition [(Actual Date
Acquisition of Submission - Stipulated Submission Date) /
(Stipulated Submission Date in Agreement -
Date of Commencement)]*100
i) 3A 4
Delay Marks
Percentage
0% 4
>0%≤5% 3
>5%≤10%
2
>10% 0
ii) 3D 4
Delay Percentage Marks
0% 4
>0%≤5% 3
>5%≤10% 2
No Marks
0 5
01-05 3.75
06-10 2.5
>10 0
(Signature)
Name of Consultant's Authorized Representative