0% found this document useful (0 votes)
15 views124 pages

Government of Tripura Public Works Department: Request For Proposal (RFP) FOR

The Government of Tripura's Public Works Department has issued a Request for Proposal (RFP) for engaging a consultant to provide comprehensive project planning, design, and management consultancy services for infrastructure development in the road and building sector. The RFP documents are available for download on the e-procurement portal, with the last date for online bidding set for February 4, 2025. Interested bidders must adhere to the instructions and conditions outlined in the RFP to submit their proposals.

Uploaded by

kundan modiya
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
15 views124 pages

Government of Tripura Public Works Department: Request For Proposal (RFP) FOR

The Government of Tripura's Public Works Department has issued a Request for Proposal (RFP) for engaging a consultant to provide comprehensive project planning, design, and management consultancy services for infrastructure development in the road and building sector. The RFP documents are available for download on the e-procurement portal, with the last date for online bidding set for February 4, 2025. Interested bidders must adhere to the instructions and conditions outlined in the RFP to submit their proposals.

Uploaded by

kundan modiya
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 124

P a g e |1

GOVERNMENT OF TRIPURA
PUBLIC WORKS DEPARTMENT

REQUEST FOR PROPOSAL (RFP)

FOR

ENGAGEMENT OF CONSULTANT FOR COMPREHENSIVE PROJECT PLANNING, DESIGN, AND


MANAGEMENT CONSULTANCY (PPDMC) SERVICES FOR INFRASTRUCTURE DEVELOPMENT IN
THE ROAD & BUILDING SECTOR, PWD, TRIPURA

RFP No.: CE (Buildings)/PWD/ACE/PROJECT UNIT/RFP/69/2024-25

(Participation through e-tender only)

Visit: https://tripuratenders.gov.in

CONTRACTOR EXECUTIVE ENGINEER


P a g e |2

GOVERNMENT OF TRIPURA

PUBLIC WORKS DEPARTMENT

NAME OF WORK: REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT


FOR COMPREHENSIVE PROJECT PLANNING, DESIGN, AND
MANAGEMENT CONSULTANCY (PPDMC) SERVICES FOR
INFRASTRUCTURE DEVELOPMENT IN THE ROAD & BUILDING SECTOR,
PWD, TRIPURA

Sd/- Sd/- Sd/-


Assistant Engineer Executive Engineer Superintending Engineer
Project Unit, PWD (Buildings) Project Unit, PWD (Buildings) Project Unit, PWD (Buildings)
Tripura Tripura
Tripura

Sd/-
Addl. Chief Engineer
Project Unit, PWD (Buildings)
Tripura

RFP No.: CE (Buildings)/PWD/ACE/Project Unit/RFP/69/2024-25

DETAILED NOTICE INVITING RFP IS HEREBY APPROVED

Sd/-
Chief Engineer
PWD (Buildings), Tripura

CONTRACTOR EXECUTIVE ENGINEER


P a g e |3

CONTENTS
Sl. Particulars Page No
No
1 COVER PAGE 1-2
2. INDEX 3-4
3. DISCLAIMER 5
4. PRESS NOTICE INVITING E- TENDER 6-7
5. CHECK LIST 8-12
6. DATA SHEET 13
7. NOTICE INVITING BID 14-17
8. INTRODUCTION 18
8.1 Background 18
8.2 Request for Proposal 18
8.3 Due Diligence by Applicant 18
8.4 Sale of RFP Document 18
8.5 Validity of the Proposal 18
8.6 Brief Description of the Bidding Process 18
8.7 Schedule of Bidding Process 18
8.8 Pre-Proposal Conference 18
8.9 Communication 18
9. INSTRUCTION TO BIDDERS 19-31
9.1 Scope of the Proposal 19
9.2 Conditions of Eligibility of Applicant 19-20
9.3 Conflict of Interest 20-22
9.4 Number of Proposals 22
9.5 Cost of Proposals 22
9.6 Verification of information 22
9.7 Acknowledgement by Bidder 22
9.8 Right to reject any or all Proposals 22-23
9.9 Contents of RFP 23
9.10 Clarifications 23-24
9.11 Amendment of RFP 24
9.12 Language 24
9.13 Format and signing of Proposal 24
9.14 Technical Proposal 24-25
9.15 Financial Proposal 25-26
9.16 Submission of Proposal 26
9.17 Proposal Due Date 26
9.18 Late Proposals 26
9.19 Modification/ substitution/ withdrawal of Proposals 26
9.20 Bid Processing Fee 26

CONTRACTOR EXECUTIVE ENGINEER


P a g e |4

9.21 Bid Security 26-27


9.22 Period of validity of bids 27-28
9.23 Performance Security 27
9.24 Evaluation of Proposals 28-29
9.25 Confidentiality 29
9.26 Clarifications 29
9.27 Negotiation 29-30
9.28 Substitution of Key Personnel 30
9.29 Indemnity 30
9.30 Award of Consultancy 30
9.31 Execution of Agreement 30
9.32 Commencement of the assignment 31
9.33 Proprietary Data 31
10. CRITERIA FOR EVALUATION 31-33
10.1 Evaluation of Technical Proposal 31-32
10.2 Shortlisting of Applicants 33
10.3 Evaluation of Financial Proposal 33
10.4 Combined and final evaluation 33
11. FRAUD AND CORRUPT PRACTICES 33-34
12. MISCELLANEOUS 34-35
13. SCHEDULE -1 [Terms of Reference- ToR] 36-76
14. SCHEDULE -2 [Draft Contract Agreement] 77-107
15. SCHEDULE -3 [Bid Submission Forms] 108-124

CONTRACTOR EXECUTIVE ENGINEER


P a g e |5

Disclaimer26
The information contained in this Request for Proposal ("RFP") or subsequently provided by Public
Works Department, Government of Tripura(hereinafter referred to as PWDor ‘Authority’)or any of
its employees or advisors, is provided to bidders on the terms and conditions set out in this RFP
and such other terms and conditions subject to which such information is provided.
The purpose of this RFP document is to provide the bidder with information to
assist the formulation of their proposals. This RFP document does not purport to contain all the
information each bidder may require. This RFP document may not be appropriate for all persons,
and it is not possible for PWD, Tripura, its employees or advisors to consider the business/
investment objectives, financial situation and particular needs of each bidder who reads or
uses this RFP document. The assumptions, assessments, statements and information contained in
this RFP, may not be complete, accurate, adequate or correct. Each Bidder should, therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which may
depend upon interpretation of law. The information given is not intended to be an exhaustive
account of statutory requirements and should not be regarded as a complete or authoritative
statement of law. Authority accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on law expressed herein.
Authority and its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Bidder under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense
which may arise from or be incurred or suffered on account of anything contained in this RFP or
otherwise, including the accuracy, adequacy, correctness, completeness or reliability of this RFP
and any assessment, assumption, statement or information contained therein or deemed to form
part of this RFP or arising in any way for participation in this bid stage.
Authority also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP
document.
Authority may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in this RFP document.
The issue of this RFP document does not imply that the Authorityis bound to select a Bidder or to
appoint the agency, as the case may be, for the project and the Authorityreserves the right to reject
all or any of the Proposals without assigning any reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission of
its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated
with any demonstrations or presentations which may be required by the Authority,or any other
costs incurred in connection with or relating to its Bid. All such costs and expenses will remain
with the Bidder and the Authority shall not be liable in any manner whatsoever for the same or for
any other costs or other expenses incurred by a Bidder in preparation or submission of the Bid,
regardless of the conduct or outcome of the Bidding Process.

CONTRACTOR EXECUTIVE ENGINEER


P a g e |6

GOVERNMENT OF TRIPURA

PUBLIC WORKS DEPARTMENT


PRESS NOTICE INVITING REQUEST FOR PROPOSAL (PNIRFP)

PNIT No.: 97 /EE/CCD/PWD/2024-25, Dated, 31st December, 2024

RFP forEngagement of Consultant for comprehensive Project Planning, Design, and Management
Consultancy (PPDMC) Services for Infrastructure Development in the Road & Building Sector, PWD,
Tripura.

RFP No.: CE (Buildings)/PWD/ACE/Project Unit/RFP/69/2024-25

The RFP documents can be downloaded from e-procurement portal https://tripuratenders.gov.in

Last date & time for online Bidding: February 4, 2025, upto 15.00 Hrs. Amendment/Modification in
RFP, if any, will be uploaded on the e-portal.

Sd/-
Executive Engineer
Capital Complex Division, PWD (Buildings)
ILS Hospital Road, Khejurbagan, Agartala,
West Tripura- 799010

CONTRACTOR EXECUTIVE ENGINEER


P a g e |7

Memo No. F.5(27)/EE/CCD/12097-12164 Dated, 31/12/2024

1. The Director of Information and Cultural Affairs, Government of Tripura, Agartala for
arranging publication of PNIRFP in 3 (three) widely published Local newspapers [Enclo-
6(six) copies] and in 3(three) widely published National newspapers [Enco-6(six) copies].
2. The Nodal Officer, I.T Application (PWD), O/O the Chief Engineer, PWD (R & B), Govt. of
Tripura, Agartala, West Tripura for information please.
3. The Superintendent, Printing & Stationary Department, Agartala for arranging publication
in the next issue of Tripura Gazette.
4. The Resident Commissioner, Tripura Bhawan, Kautilya Marg, Chanakyapuri, New Delhi –
21.
5. The Joint Resident Commissioner, Tripura Bhawan, 1, Pretoria Street, Kolkata – 700071.
6. The Joint Resident Commissioner, Tripura Bhawan, Ajanta Path, Baishisthya Road, PO:
Beltala, Guwahati – 781028.
7-12. The Chief Engineer, Tripura, PWD(R&B) / PWD (Buildings) / PWD (WR) / PWD (DWS) / PWD
(NH) / PWD (PMGSY), Agartala, West Tripura.
13-21. The Superintending Engineer, PWD(R&B), First Circle / Second Circle / Third Circle /
Fourth Circle / Fifth Circle/ Planning and Design Unit, PWD(R&B) / Project Unit,
PWD(Buildings) / SQC, Tripura PWD(PMGSY)/ Monitoring Cell.
22-23. The Addl. Chief Engineer, Planning and Design Unit, PWD(R&B) / Project Unit,
PWD(Buildings).
24-52. The Executive Engineer, Agartala Division No. I /III / V / Research, Investigation & Survey
Division, Agartala / Capital Complex, Agartala / Medical College Division/ Store Division,
Agartala / Santirbazar Division, Santirbazar/ Sonamura Division, Sonamura / Teliamura
Division, Teliamura / Belonia Division, Belonia/ Jirania Division, Jirania / Udaipur Division,
Udaipur/ Bisramganj Division, Bisramganj/ Bishalgarh Division, Bishalgarh/ Dharmanagar
Division, Dharmanagar / Ambassa Division, Ambassa / Amarpur Division, Amarpur
/Sabroom Division, Sabroom/ Khowai Division, Khowai/ Kanchanpur Division,
Kanchanpur / Kailashahar Division, Kailashahar / Kumarghat Division, Kumarghat /
Mechanical Division, Agartala / Kamalpur Division, Kamalpur / Mohanpur Division,
Mohanpur, Agartala/ Internal Electrification Division, PWD(R&B), Agartala/
Udaipur/Ambassa.
53-60. The District Magistrate, West / North / South / Dhalai / Unakoti / Khowai / Sepahijala /
Gomati District, Tripura.
61. The Sub-Divisional Officer.
62. The Sub-Regional Employment Exchange.
63-66. Divisional Accountant / Cashier / Notice Board / Office Copy.
67. The Secretary, All Tripura Contractor(s) Association, Agartala.
68. Contractor’s Association, ……………….*local name…………...

Sd/-

Executive Engineer
Capital Complex Division, PWD (Buildings)
ILS Hospital Road, Khejurbagan, Agartala,
West Tripura- 799010

CONTRACTOR EXECUTIVE ENGINEER


P a g e |8

CHECK LIST FOR BIDDERS/APPLICANTS FOR SUBMISSION OF BIDS

1. The bidder should read all the instructions, terms & Conditions, contract clauses etc.
contained in the RFP documents very carefully, before quoting the rates.
2. The bidder shall quote the rate for complete scope of work in figures in the financial
bid.
3. The bidder shall quote his rates keeping in mind the RFP, ToR, Payment Schedule, Terms
& Conditions etc. and nothing shall be payable extra whatsoever unless otherwise
specified.
4. The successful Consultant shall also furnish a Performance Guarantee of 5% of the
tendered amount in addition to the other deposits mentioned elsewhere in the contract
for proper performance of the agreement. The Performance Guarantee shall be in the
shape of FDR or Bank guarantee as per Performa given in Annexure enclosed.
5. In the event of the bid being submitted by a firm, it must be signed separately
by each partner thereof or in the event of the absence of any partner, it must
be signed on his behalf by a person holding a power of attorney authorizing him
to do so. Such power of attorney should be produced with the tender, and it must be
disclosed that the firm is duly registered under the Indian partnership act, 1952.
6. The Bidder will examine the various provisions of the Central Goods and Services
Tax Act/ Integrated Goods and Services Tax Act/Union Territory Goods and Services
Tax Act/respective state’s State Goods and Services Tax Act (SGST) also, as notified by
Central/State Govt. & as amended from time to time and applicable taxes before
bidding. Bidders will ensure that while quoting rates.
7. The successful Bidder who is liable to be registered under CGST/IGST/UTGST/SGST Act
shall submit GSTIN along with other details required under CGST/IGST/UTGST/SGST
Act to PWD immediately after the award of contract, without which no payment shall be
released to the Bidder. The Bidder shall be responsible for deposition of applicable GST
to the concerned authority.
8. Payment to the successful Bidder will be subjected to TDS as per rules in force from
time to time. The tax deduction at source (TDS) shall be done as per the provisions of
Income Tax Act & GST, as amended from time to time and a certificate to this effect
shall be provided to the successful Bidder by PWD.
9. In case any law requires PWD, GOVERNMENT OF TRIPURA to pay tax on the contract
price on reverse charge basis, the amount of tax deposited by PWD, GOVERNMENT OF
TRIPURA would be considered as paid to the successful Bidder and, accordingly, the
price payable to the successful Bidder would stand reduced to that extent.
10. In case the successful Bidder does not deposit the tax payable on execution of the
contract, or has not provided the tax invoice to PWD, GOVERNMENT OF TRIPURA
showing the amount of tax, or has not uploaded the document in computerized tax
network as per prevailing law, leading to non-availability of inputs credit of the tax to
PWD, GOVERNMENT OF TRIPURA, the amount equivalent to such tax shall be deducted
from the contract price.
11. Stamp duty and registration charges, if any, payable on the executed contract document,
shall be borne by the successful Bidder.
12. Tax deduction at source, if any, shall be made by PWD, GOVERNMENT OF
TRIPURA as per law applicable from time to time from the amount payable to the
successful Bidder.

CONTRACTOR EXECUTIVE ENGINEER


P a g e |9

13. No claim/ additional fees on account of any price variation/Escalation on whatsoever


ground shall be entertained at any stage of works. Quoted/agreed fees shall be firm and
fixed for entire contract period.
14. The bid which is not duly signed by an authorized signatory or is conditional shall be
treated as non-responsive and shall be summarily rejected.
15. Online bid documents submitted by intending bidders shall be opened, only of those
bidders, whose Bid Security/EMD, Cost of Bid Document” and “other documents
including eligibility documents as required as per this RFP” are found in order.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 10

CHECKLIST

Check List of items pertaining to Technical Proposal to be Uploaded by the Bidder/Applicant


in e-tender on or before the last Date & Time of Bid Submission
Sl. Particular of Item
No.
1. Earnest Money Deposit (EMD)/ Bid Security for an 15,00,000.00 to be paid electronically
over the online payment facility provided in the e-procurement portal or Electronic BG (e-
BG) or offline BG mode, any time after start date of bid submission and before bid
submission end date by the bidders.
In case of e-BG /offline BG mode[from a well-recognized scheduled/commercial Bank
guaranteed by the Reserve Bank of India having branch at Agartala, Tripura] drawn in favour
of the Executive Engineer, Capital Complex Division, PWD (Buildings), Khejurbagan, Agartala,
West Tripura, the full amount of Earnest money/Bid security as indicated submitted by the
bidder shall be valid for a period of 45 (forty-five) days beyond the bid validity period.
The Bidders will have to upload the scan copy of the drawn offline payment instrument (as a
single PDF file of 75-100 dpi resolution), against the related Earnest Money, along with the
bid/technical bid documents in the time of real time bidding.
The Bidders will also have to submit (to be delivered in person or by post) the original copy
(physical form) of the offline payment instrument related to the Earnest Money as stated
above, in a Sealed Envelope super-scribing the RFP No., & Tender ID, at the office of the
Executive Engineer, Capital Complex Division, PWD (Buildings), Khejurbagan, Agartala, West
Tripura, before the opening of technical bid, failing which, the bid will not be considered for
evaluation.
On receipt the original copy (physical form) of the offline payment instrument related to the
Earnest Money from all participating Bidders, the Executive Engineer, Capital Complex
Division, PWD (Buildings), Khejurbagan, Agartala, West Tripura, shall verify these
document’s authenticity, validity period and amount from the issuing bank immediately
before acceptance.
The full amount of the Earnest Money of all bidders (technically responsive & non-responsive)
including successful First Lowest bidder (L1) will be returned back to their respective bank
account, once the online process of “Award of Contract” (AOC) has been completed or tender
process has been cancelled in e-procurement portal.
2. The Bid Fee for an amount 10,000.00 to be paid electronically over the online payment
facility provided in the e-procurement portal any time after start date of bid submission and
before bid submission end date using Net Banking facility by the bidders, is Non-Refundable
(except in case of cancellation of tender before opening of technical bid, Bid Fee is
Refundable) and to be deposited to the Government account automatically as revenue.
Payment of Bid Fee is mandatory.
3. Letter of Proposal by the Bidder in the prescribed format (To be uploaded on e-tender
Portal) Form-“1”
4. Particulars of the Applicant in the prescribed format (To be uploaded on E-tender Portal)
(Form-“2”)
5. Statement of Legal Capacity in the prescribed format (To be uploaded on E-tender Portal)
(Form-“3”)
6. Power of Attorney for signing the Bid in the prescribed format (To be uploaded on e-
tender Portal) (Form-“4”)
7. Financial capacity of Applicant in the prescribed format (To be uploaded on e-tender Portal)
(Form-“5”)
8. Declaration of non-blacklisting in the prescribed format (To be uploaded on e-tender Portal)
(Form-“6”)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 11

Check List of items pertaining to Technical Proposal to be Uploaded by the Bidder/Applicant


in e-tender on or before the last Date & Time of Bid Submission
Sl. Particular of Item
No.
9. Particulars of Key Personnel in the prescribed format (To be uploaded on e-tender Portal)
(Form-“7”)
10. Proposed Methodology and Work Plan (To be uploaded on e-tender Portal) (Form-“8”)
11. Abstract of Experience of Applicant in the prescribed format (To be uploaded on e-tender
Portal) (Form-“9”)
12. Project Assignments of Applicant in the prescribed format (To be uploaded on e-tender
Portal) (Form-“10”)
13. Curriculum Vitae (CV) in the prescribed format (To be uploaded on e-tender Portal) (Form-
“11”)
14. Anti-Collusion Certificate in the prescribed format (To be uploaded on e-tender Portal)
(Form-“12”)
15. GST Registration details (To be uploaded on E-tender Portal)
16. PAN details (To be uploaded on E-tender Portal)
17. In case of Company – Upload following DOCUMENTs:
(i) MOA & AOA of the Company
(ii) Registration Certificate of Company
(iii) Power of Attorney duly registered & notarized by Company (backed by resolution of
Board of Directors) in favour of individual, signing the tender on behalf of Company
18. In case of Partnership Firm – Upload the following DOCUMENT on e-tender Portal:
(i) Self-attested copy of registered/notarized partnership deed.
(ii) Power of Attorney duly authorizing one or more partners of the firm OR any other
person authorized by all the partners to act on behalf of the firm to submit & sign
tenders
19. In case of Sole Proprietorship Firm - Notarized copy of Affidavit in support of proprietorship
(To be uploaded on e-tender Portal).
20. Entire RFP document is first to be downloaded from E-tender Portal (in PDF Format) and
then, to be uploaded with digital signature by the Authorized Signatory of the bidder.
21. All pages of all the Corrigendum/Addendum/Clarification etc. (if any) are first to be
downloaded from e-tender Portal and then to be uploaded with digital signature by the
Authorized Signatory of the bidder.
22. Financial proposal in the prescribed format (To be uploaded on e-tender Portal) (Form FIN-
“1”)
23. Financial Bid (Microsoft Excel file) to be filled, saved and uploaded in e-tender Portal i.e.
https://tripuratenders.gov.in
IMPORTANTNOTES:

1. Document no. 3 to 19 of the Check List above should be scanned and uploaded at
website in ‘Document Library’ of the e-tender Portal https://tripuratenders.gov.in
through digital signature and after that, attach all above DOCUMENT in particular
tender.
2. Similarly, the document mentioned at Sl. No. 20 & 21 of the Check List should first be
downloaded from e-tender Portal (in PDF Format) and thereafter, upload them to e-
tender Portal, through digital signature in document library & after that, attach the same
in particular tender.
3. However, the bidder(s) must submit document no. 2 of the check list electronically over
the online payment facility provided in the e-procurement portal as Cost of Bid

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 12

Document any time after start date of bid submission and before bid submission end
date using Net Banking facility by the bidders, failing which, the offer of the tenderer
would be summarily rejected.
4. The document no. 1 of the check list electronically over the online payment facility/e-BG/
Offline BG provided in the e-procurement portal as against the related Earnest Money/Bid
security any time after start date of bid submission and before bid submission end date
by the bidders.

In case of e-BG /offline BG mode[from a well-recognized scheduled/commercial Bank


guaranteed by the Reserve Bank of India having branch at Agartala, Tripura] drawnin
favour of the Executive Engineer, Capital Complex Division, PWD (Buildings), Khejurbagan,
Agartala, West Tripura, the full amount of Earnest money/Bid security as indicated
submitted by the bidder shall be valid for a period of 45 (forty-five) days beyond the bid
validity period.
The Bidders will have to upload the scan copy of the drawn offline payment instrument (as
a single PDF file of 75-100 dpi resolution), against the related Earnest Money, along with
the bid/technical bid documents in the time of real time bidding.
The Bidders will also have to submit (to be delivered in person or by post) the original
copy (physical form) of the offline payment instrument related to the Earnest Money/Bid
security as stated above, in a Sealed Envelope super-scribing the RFP No., & Tender ID, at
the office of the Executive Engineer, Capital Complex Division, PWD (Buildings),
Khejurbagan, Agartala, West Tripura, before the opening of technical bid, failing which, the
bid will not be considered for evaluation.

5. For Document No. 22 of the Check List, the Bidder shall submit the financial proposal in
the form (FIN 1) should be uploaded after filling, digitally signed and attached in the
folder named Financial Proposal of the e-tender Portal.

6. For Document No. 23 of the Check List, only the downloaded ‘Financial Bid’ file should be
uploaded after filling, saving and digitally signed. Do not upload scanned copy of ‘Financial
Bid’ in ‘Document Library’. The financial bid (after filling the rates) should neither be
scanned & uploaded, nor, the hard copy of the same should be submitted to the office of
the Executive Engineer, Capital Complex Division, PWD(Buildings), Khejurbagan, Agartala,
West Tripura.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 13

DATA SHEET

SN Particular Details
1. Name of Employer Chief Engineer
Public Works Department (R&B and Building Wing)
Government of Tripura
New Secretariat, Agartala-799010
Email: planningse18@gmail.com/
cepwdbldtrp@gmail.com
2. Representative of the Client or RFP Inviting Executive Engineer,
Authority Capital Complex Division, PWD (Buildings), ILS
Hospital Road, Khejurbagan, Agartala, West Tripura-
799010
Email: eeccdpwd@gmail.com(M)+91 8974096130
3. Name of Assignment Engagement of Consultant for comprehensive
Project Planning, Design, and Management
Consultancy (PPDMC) Services for Infrastructure
Development in the Road & Building Sector, PWD,
Tripura
4. Method of Selection Quality & Cost Based Selection (QCBS): 80:20
5. Proposal Validity 180 days
6. Date of issue of RFP December 31, 2024
7. Last date and time of receiving pre-bid queries January 08, 2025, 5.30 PM
8. Date and Time of Pre-bid meeting January 10, 2025, 11:30 AM
9. Venue and Time of Pre-bid meeting Conference Hall No-3,
New Secretariat, Agartala-799010
Online
Link: PRE-BID MEETING OF PPDMC Services
January 10, 2025 11:30am – 1:00pm
Time zone: Asia/Kolkata
Google Meet joining info
The link for online meeting will be communicated
on receipt of request from the intended bidder to
email ID:
planningse18@gmail.com/cepwdbldtrp@gmail.com
10. Last date and time for submission of bids February 4, 2025, 3: 00 PM
11. Date and time for technical bid opening February 4, 2025, 3:30 PM
12. Date & Time of Financial bid opening To be communicated later to only those bidders
/consultants who found technically qualified after
opening of technical bid.
13. Expected date of commencement of services To be intimated later
14. Bid document fee 10,000/- (Rupees Ten Thousand Only)- through
online mode only as prescribed in e-procurement
procedure.
15. Bid Security 15,00,000(Rupees Fifteen Lakhs only) to be paid
online through e-tending portal.
16. Performance Security 5% of contract value
17. Representative/Contact Person of PWD where Capital Complex Division, PWD (Buildings), ILS
queries /correspondence concerning this RFP Hospital Road, Khejurbagan, Agartala, West Tripura-
to be made 799010.
Email:eeccdpwd@gmail.com(M)+91 8974096130

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 14

NOTICE INVITING RFP


RFP No.: CE (Buildings)/PWD/ACE/Project Unit/ RFP/69/2024-25
(Participation through e-tender only)
1. The Executive Engineer, Capital Complex Division, PWD (Buildings), Khejurbagan,
Agartala, West Tripura, on behalf of the ‘Governor of Tripura’, invites online Request
for Proposal in two bid system (Eligibility and Financial) for Engagement of Consultant
for comprehensive Project Planning, Design, and Management Consultancy (PPDMC)
Services for Infrastructure Development in the Road & Building Sector, PWD, Tripura
from eligible firms of repute under Public Works Department (R&B and Building
wings), Government of Tripura.
Name of Work Request for proposal for Engagement of Consultant for
comprehensive Project Planning, Design, and Management
Consultancy (PPDMC) Services for Infrastructure Development
in the Road & Building Sector, PWD, Tripura.
Location Agartala, West Tripura
Time period of The duration of the consulting services shall be for a period of
Assignment 36 (thirty six) months, subject to the satisfactory performance
of the successful Bidder. The Authority reserves the exclusive
right to review the Bidder’s performance at the end of each
financial year. In the event of unsatisfactory performance, the
Authority may, at its sole discretion, terminate the contract in
accordance with the terms and conditions of the agreement.
Type of Contract Consultancy services

Employer Chief Engineer


Public Works Department
(R&B and Building Wing),
Government of Tripura
Issuance of Tender Can be downloaded from the e-tender portal
Document https://tripuratenders.gov.in

Cost of Bid Document/Bid Rs.10,000.00 (Rupees Ten thousand) to be paid electronically


Fee over the online payment facility provided in the e-
procurement portal any time after start date of bid
submission and before bid submission end date using Net
Banking facility by the bidders, is Non-Refundable (except in
case of cancellation of tender before opening of technical bid,
Bid Fee is Refundable) and to be deposited to the Government
account automatically as revenue. Payment of Bid Fee is
mandatory.
Earnest Money 15,00,000.00 (Rupees Fifteen lakh) to be paid
Deposit/Bid Security electronically over the online payment facility provided in the
e-procurement portal or Electronic BG (e-BG) or offline BG
mode, any time after start date of bid submission and before
bid submission end date by the bidders.
In case of e-BG /offline BG mode[from a well-recognized
scheduled/commercial Bank guaranteed by the Reserve Bank
of India having branch at Agartala, Tripura] drawnin favour of
the Executive Engineer, Capital Complex Division, PWD
(Buildings), Khejurbagan, Agartala, West Tripura, the full
amount of Earnest money/Bid security as indicated submitted
by the bidder shall be valid for a period of 45 (forty-five) days
beyond the bid validity period.
The Bidders will have to upload the scan copy of the drawn
offline payment instrument (as a single PDF file of 75-100 dpi
resolution), against the related Earnest Money, along with the
bid/technical bid documents in the time of real time bidding.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 15

The Bidders will also have to submit (to be delivered in


person or by post) the original copy (physical form) of the
offline payment instrument related to the Earnest Money as
stated above, in a Sealed Envelope super-scribing the RFP No.,
& Tender ID, at the office of the Executive Engineer, Capital
Complex Division, PWD (Buildings), Khejurbagan, Agartala,
West Tripura, before the opening of technical bid, failing
which, the bid will not be considered for evaluation.
The full amount of the Earnest Money of all bidders
(technically responsive & non-responsive) including successful
First Lowest bidder (L1) will be returned back to their
respective bank account, once the online process of “Award of
Contract” (AOC) has been completed or tender process has
been cancelled in e-procurement portal.

Performance Guarantee 5% of the Awarded Contract Amount in the form of


“Irrevocable Bank Guarantee” drawn in favour of the Executive
Engineer, Capital Complex Division, PWD (Buildings),
Khejurbagan, Agartala, West Tripura from a well-recognized
scheduled/commercial Bank guaranteed by the Reserve Bank of
India having branch at Agartala, Tripura.
In case of failure to submit the “Performance Guarantee” by the
successful bidder within the prescribed time, including the
extended period if any, the full amount of bid security/earnest
money so deposited during the bid submission, will be
forfeited to the Government account without any notice to the
bidder.
The Performance Guarantee shall be initially valid for a period
of 60 (sixty) days beyond the date of completion of all
contractual obligations of the contractor. In case the time for
completion of work gets enlarged, the agency shall get the
validity of Performance Guarantee extended to cover such
enlarged time for completion of work. After issuing of the
completion certificate for the work by the competent authority,
the performance guarantee shall be returned to the contractor,
without any interest and after the contractor duly performs &
completes all obligations under the contract.
Validity of offer 180 days after the last date fixed for submission of bid
including the extension(s) given (if any).
Date & Time Schedule

Date of document Date: December 31, 2024 From 18.00 hrs.


Download /Sale (Online)
Last Date of Receipt of Date: January 08, 2025, Up to 17:30 Hrs
Pre- Bid Query
Pre-Bid meeting with the Date: January 10, 2025, , Time: 11:30 Hrs
prospective bidders
Issue of Corrigendum, if On or before 7 days from date of submission of Tender
any (on https://tripuratenders.gov.in)

Last date & time of online February 4, 2025, upto 15: 00 Hrs.
submission of technical
bids
Time and date of opening February 4, 2025, at 15: 30 Hrs.
of Technical Bid(Online)
Date & Time of opening of To be communicated later to only those bidders who are
Financial Bid (online) found technically qualified after closure of Technical
Evaluation as defined in Bid document.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 16

2. Eligibility criteria of tenderer shall be assessed as per Eligibility Criteria of RFP


document.
3. The RFP can be downloaded from the website https://tripuratenders.gov.in. Bidders
are advised not to make any corrections, additions altercations in the downloaded RFP
document. In case, any corrections, additions or alterations in the downloaded RFP
DOCUMENT are made, such proposal shall be summarily rejected.
4. The intending Bidder(s) must read the terms and conditions of this RFP document Bid
carefully and should only submit the proposal bid if considers eligible and in
possession of all the DOCUMENT required.
5. Information and Instructions for bidders posted on website
https://tripuratenders.gov.in shall form part of Bid document.
6. Interested bidders who wish to participate should visit e-tender Portal on the
websitehttps://tripuratenders.gov.in, which is the only website for bidding their offer.
However, the Bid has also been uploaded on Central Procurement Portal
www.eprocure.gov.in for viewing only.
7. PWD may issue addendum(s)/corrigendum(s) to the RFP document. In
such case, the addendum(s)/corrigendum(s) shall be issued and placed only on e-
tender Portal https://tripuratenders.gov.in, at least seven days in advance of last date
fixed for submission of bid. The bidder must keep themselves updated about the latest
developments about the tender and ensure that the addendum(s)/Corrigendum(s), if
any are downloaded by them from the E-tender Portal (in PDF Format) and thereafter
is/are uploaded on the E-tender Portal through their digital signature.
8. The bid DOCUMENT should be submitted through online mode only in
websitehttps://tripuratenders.gov.in.The offer submitted other than online mode,
will not be accepted.

9. To participate in the E-Tender submission, it is mandatory for the bidders to have user
ID & password to login https://tripuratenders.gov.in, which has to be obtained by
submitting an annual registration charges through online mode. Bidders will have to
pay the Tender Processing Fee through e-payment at the time of request of bid.
Already registered vendors need not pay registration charges. For further details,
Please refer Section-3 (Preparation & Submission of Proposal) to know in detail about
procedure for submission of E-tender.
10. The intending bidder(s) must have valid class-III digital signature to submit the bid.
11. Bidder (s) should upload DOCUMENT in the form of JPG and PDF format.
12. The bidder (s) is/are required to quote strictly as per the terms and conditions,
specifications, standards given in the RFP DOCUMENT and not to stipulate any
deviations, else, the offer may be liable to be rejected.
13. Notwithstanding anything stated above, PWD, Tripura reserves the right to assess the
capabilities and capacity of the tenderers to perform the contract in the overall
interest of PWD, Tripura.
14. The bidder(s) if required, may submit questions in writing or e-mail at
eeccdpwd@gmail.com / planningse18@gmail.com/ cepwdbldtrp@gmail.comto seek
clarifications (on or before the last date of pre-bid query) to the Office of the Executive
Engineer, Capital Complex Division, PWD (Buildings), ILS Hospital Road, Khejurbagan,
Agartala, West Tripura.
15. Technical proposal shall be opened online on E-tender Portal at the address given
below at the time and date given in NIT. The bidder or their authorized representatives
may attend the opening of technical bid.
Office of the Executive Engineer,
Capital Complex Division, PWD (Buildings), ILS Hospital Road, Khejurbagan,
Agartala, West Tripura.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 17

16. Financial bid of only technically qualified bidders will be opened at a later stage. The
date & time of opening of financial bid will be communicated later to bidders
after closure of technical selection procedure only.
17. Any bid received without Earnest Money/ Bid security& Bid Fee in the form as
specified in RFP DOCUMENT (online) shall not be considered and shall be summarily
rejected.
18. PWD, Tripura reserves the right to cancel the tenders before submission/opening of
tenders, postpone the tender submission/opening date and to accept / reject any or all
tenders without assigning any reasons thereof. PWD’s assessment of suitability as per
eligibility criteria shall be final and binding. PWD also reserves the right for asking of
any clarification from the tenderers on the submitted bid for evaluation purpose and
the tenderer would have to promptly clarify the same.
19. Bidder(s) may note that, they are liable to be disqualified at any time during tendering
process in case any of the information furnished by them is not found to be true.
Earnest Money/ Bid security of such bidder(s) shall be forfeited. The decision of PWD
in this regard shall be final and binding.
20. Joint Venture/Consortium and special purpose vehicles of any kind will not be
permitted for this tender.
21. In case the BIDDER is a partnership firm then, the work experience, solvency,
turnover and other shortlisting criteria(s) (as specified in the RFP document) should
be in the name of Partnership firm only.

We look forward for your active participation.

For & On behalf of Governor of Tripura

Sd/-
Executive Engineer
Capital Complex Division, PWD (Buildings)
ILS Hospital Road, Khejurbagan, Agartala,
West Tripura- 799010

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 18

1. INTRODUCTION
1.1 Background
The Public Works Department, Government of Tripura (‘Authority’) is engaged in development
of roads, buildings and other infrastructure projects in the states including its design and
construction.
The Authority has now decided to setup a Project Planning Design &Management Consultancy
(PPDMC) for supporting the authority in design, feasibility assessment, preparation of
detailed project report, and providing support during construction and post construction
phase. The Authority invites proposals from eligible entities through a competitive bidding
process for setting up the ‘Project Planning Design &Management Consultancy’ (“Project”).
The Project would be implemented in accordance with the terms and conditions stated in the
Terms of Reference specified (the “TOR”).
1.2 Request for Proposal
The Authority invites proposals (the “Proposals”) for selection of a consultant firm
(‘Consultant’) for undertaking the Project in conformity with the TOR (collectively the
“Consultancy”). The total tenure of the consultancy shall be 3 (three) years, extendable further
based on mutual agreement. The Authority intends to select the Consultant through an open
competitive bidding process in accordance with the procedure set out herein.
1.3 Due Diligence by Applicant
Applicants are encouraged to inform themselves fully about the assignment and the local
conditions before submitting the Proposal by paying a visit to the Authority, sending written
queries to the Authority, and attending the Pre-Proposal Conference on the date and time
specified in Data Sheet.
1.4 Sale of RFP Document
RFP document can be obtained from the e-tender portal https://tripuratenders.gov.in
1.5 Validity of the Proposal
The Proposal shall be valid for a period of not less than 180 days from the Proposal Due Date
(the “PDD”).
1.6 Brief Description of the Bidding Process
The Authority has adopted a two-stage selection process (collectively the “Selection Process”)
for evaluating the Proposals comprising technical and financial bids to be submitted. In the
first stage, a technical evaluation will be carried out as specified in the RFP. Based on this
technical evaluation, a list of short-listed applicants shall be finalised. In the second stage, a
financial evaluation will be carried out. Proposals will finally be ranked according to their
combined technical and financial scores as specified in RFP The first ranked Applicant shall
be selected for negotiation (the “Selected Applicant”) while the second ranked Applicant will
be kept in reserve.
1.7 Schedule of Bidding Process
The schedule of bidding process shall be as provided in the Data Sheet
1.8 Pre-Proposal Conference
The date, time and venue of Pre-Proposal Conference shall be as specified in the Data Sheet.
1.9 Communication
All communications including the submission of Proposal should be addressed to:
Executive Engineer,
Capital Complex Division, PWD (Buildings),
ILS Hospital Road, Khejurbagan
Agartala, West Tripura- 799010, Email:eeccdpwd@gmail.com, (M)+91 8974096130

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 19

2. INSTRUCTI ON TO BIDDERS
A. General
2.1 Scope of the Proposal
2.1.1 Detailed description of the objectives, scope of services, Deliverables and other requirements
relating to this Consultancy are specified in this RFP. In case an applicant firm possesses the
requisite experience and capabilities required for undertaking the Consultancy, it may
participate in the Selection Process in response to this invitation. The term applicant (the
“Applicant”) means the entity submitting the Proposal. The manner in which the Proposal is
required to be submitted, evaluated and accepted is explained in this RFP.
2.1.2 Applicants are advised that the selection of Consultant shall be on the basis of an evaluation
by the Authority through the Selection Process specified in this RFP. Applicants shall be
deemed to have understood and agreed that no explanation or justification for any aspect of
the Selection Process will be given and that the Authority’s decisions are without any right of
appeal whatsoever.
2.1.3 The Applicant shall submit its Proposal in the form and manner specified in RFP. The
Technical and Financial proposal shall be submitted in the form specified in the RFP. Upon
selection, the Applicant shall be required to enter into an agreement with the Authority in the
form specified in the RFP.
2.2 Conditions of Eligibility of Applicant
2.2.1 Applicants must read carefully the minimum conditions of eligibility (the “Conditions of
Eligibility”) provided herein. Proposals of only those Applicants who satisfy the Conditions of
Eligibility will be considered for evaluation.
2.2.2 To be eligible for evaluation of its Proposal, the Applicant shall fulfil the following:
Sl. Particular Documentary Evidence
No.
1 Bidder must be a Company as registered under  Copy of Registration
Indian Companies Act, 1956/2013 or a Partnership Certificate/Partnership Deed
Firm registered under the relevant act / laws or a
 PAN,
Limited Liability Partnership registered under
relevant act / laws.  GST registration certificate.
Bidder must be single entity. Consortium/joint
venture not allowed.
2 The bidder should have been in business of Copy of Certificate of
Programme Management Consultancy / Project Commencement of business and
Management Consultancy Services for details of past experience.
infrastructure / construction projects for at least 5
years as on the date of proposal due date.
3 Minimum average annual turnover of the firm from Turnover Certificate to be certified by
Consultancy Services shall be Rs. 10 Cr. (Ten a Chartered Accountant or Audited
crore)only during any three financial years out of with UDIN. Financial Statements for
the last five financial years preceding bid due date the last five F.Y.s i.e. 2019-20 to 2023-
i.e., from 2019-20.2020-21.2021-22,2022-23, 2023- 24.
24. Values should be duly certified by the statutory
body like Chartered account or Independent
Auditors who are competent to do so as recognised
by the State Concerned.
4 Must have commenced and completed at least 3 Necessary documents issued by the
assignments of similar* nature (having contract client in support of the eligibility

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 20

Sl. Particular Documentary Evidence


No.
value each ≥ INR 2 Crores and contract duration of criteriahave to be submitted.
minimum 1 year in the infrastructure/ Completion Certificate should
construction sector under Central/State indicate clearly the kind services
Government/PSUs of Central/State Government provided.
during the last 7(seven) financial years ending
previous day of last date of submission of
tenderi.e. 2018-19 to 2024-25. The assignment
referred as above must be in single consultant’s
contract, not in consortium or joint venture or
partnership.
*Similar works refers to Project Planning Design &
Management Consultancy (PPDMC)/Project
Management Consultancy/Programme Management
Consultancy services which includes design and
DPR preparation as the scope of work for
**projects related to the construction of
roads,bridge, buildings, and other infrastructure
projects executed under a single contract /
agreement.
**at least 1 project should include design and DPR
preparation for roads & Bridges & 1 project should
include design and DPR preparation of multi-
storeyed buildings
Supervision consultancy (even though called by
various names such as IE, PMC, CSC etc.) will not be
considered.
5 The Applicant must not have been blacklisted or Affidavit.
debarred by the Central Government, any State
Government, a statutory authority or a public
sector undertaking, as the case may be, from
participating in any project, and the bar subsists as
on the date of Proposal
6 The Applicant or its Associate should have, during Affidavit.
the last three years, neither failed to perform on
any agreement with a public authority, as
evidenced by imposition of a penalty by an arbitral
or judicial authority or a judicial pronouncement
or arbitration award against the Applicant or its
Associate, nor been expelled from any project by a
public authority or agreement nor have had any
such agreement terminated for breach by such
Applicant or its Associate.
7 The bidder shall submit a Power of Attorney in Copy of Power of attorney
favour of the authorised signatory

2.3 Conflict of Interest


2.3.1 An Applicant shall not have a conflict of interest that may affect the Selection Process or the
Consultancy (the “Conflict of Interest”). Any Applicant found to have a Conflict of Interest
shall be disqualified.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 21

2.3.2 The Authority requires that the Consultant provides professional, objective, and impartial
advice and at all times hold the Authority’s interest’s paramount, avoid conflicts with other
assignments or its own interests, and act without any consideration for future work. The
Consultant shall not accept or engage in any assignment that would be in conflict with its
prior or current obligations to other clients, or that may place it in a position of not being
able to carry out the assignment in the best interests of the Authority.
2.3.3 Without limiting the generality of the above, determining the Conflictof Interest shall be the
prerogative of the Authority. Without limiting the generalityof the above, a Bidder shall be
deemed to have a Conflict of Interest affecting the Bidding Process, if,
a) the Applicant or Associate (or any constituent thereof) and any other Applicant, or
Associate (or any constituent thereof) have common controlling shareholders or other
ownership interest; provided that this disqualification shall not apply in cases where the
direct or indirect shareholding or ownership interest of an Applicant, its Member or
Associate (or any shareholder) thereof having a shareholding of more than 15% of the paid
up and subscribed share capital of such Applicant, Member or Associate, as the case may
be) in the other Applicant or Associate is less than 15 (fifteen) per cent of the subscribed
and paid up equity share capital thereof; provided further that this disqualification shall
not apply to any ownership by a bank, insurance company, pension fund or a public
financial institution referred to in subsection (72) of section 2 of the Companies Act,
2013.; or
For purposes of this RFP, Associate means, in relation to the Applicant, a person who
controls, is controlled by, or is under the common control with such Applicant (the
“Associate”). As used in this definition, the expression “control” means, with respect to a
person which is a company or corporation, the ownership, directly or indirectly, of more
than 50% (fifty per cent) of the voting shares of such person, and with respect to a person
which is not a company or corporation, the power to direct the management and policies
of such person by operation of law or by contract.
b) a constituent of such Applicant is also a constituent of another Applicant; or
c) such Applicant or its Associate receives or has received any direct or indirect subsidy or
grant from any other Applicant or its Associate; or
d) such Applicant has the same legal representative for purposes of this Application as any
other Applicant; or
e) such Applicant has a relationship with another Applicant, directly or through common
third parties, that puts them in a position to have access to each other’s information
about, or to influence the Application of either or each of the other Applicant; or
f) there is a conflict among this, and other consulting assignments of the Applicant
(including its personnel and Sub-consultant) and any subsidiaries or entities controlled by
such Applicant or having common controlling shareholders. The duties of the Consultant
will depend on the circumstances of each case. While providing consultancy services to
the Authority for this particular assignment, the Consultant shall not take up any
assignment that by its nature will result in conflict with the present assignment; or
g) a firm which has been engaged by the Authority to provide goods or works or services for
a project, and its Associates, will be disqualified from providing consulting services for
the same project save and except as provided in Clause 2.3.4; conversely, a firm hired to
provide consulting services for the preparation or implementation of a project, and its
Members or Associates, will be disqualified from subsequently providing goods or works
or services related to the same project; or
2.3.4 An Applicant eventually appointed to provide Consultancy for this Project, and its Associates,
shall be disqualified from subsequently providing goods, works or services related to the
development and operation of the same Project and any breach of this obligation shall be
construed as Conflict of Interest; provided that the restriction herein shall not apply after a
period of 5 (five) years from the completion of this assignment or to consulting assignments
granted by banks/ lenders at any time; provided further that this restriction shall not apply to

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 22

consultancy/ advisory services performed for the Authority in continuation of this


Consultancy or to any subsequent consultancy/ advisory services performed for the
Authority in accordance with the rules of the Authority. For the avoidance of doubt, an entity
affiliated with the Consultant shall include a partner in the Consultant’s firm or a person who
holds more than 15% (fifteen per cent) of the subscribed and paid-up share capital of the
PPDMC, as the case may be, and any Associate thereof.
2.4 Number of Proposals
No Applicant shall submit more than one Application for the Consultancy. An Applicant shall
not be entitled to submit another application either individually or as a member of any
consortium, as the case may be.
2.5 Cost of Proposals
The Applicants shall be responsible for all of the costs associated with the preparation of
their Proposals and their participation in the Selection Process including subsequent
negotiation and visits to the Authority. The Authority will not be responsible or in any way
liable for such costs, regardless of the conduct or outcome of the Selection Process.
2.6 Verification of information
Applicants are encouraged to submit their respective Proposals after attending the pre-
proposal meeting and evaluating the sample data and use-cases or any other matter
considered relevant by them. Pre-Proposal Conference shall be organised for the benefit of
prospective Applicants on the date, time and venue as specified in Data Sheet.
2.7 Acknowledgement by Bidder
2.7.1 It shall be deemed that by submitting the Proposal, the Agency has gone through the scope of
work and other stipulations in detail; and
a) Made a complete and careful examination of the requirements for the project, details
mentioned in RFP, general condition of contract, submission formalities and evaluation
mechanism.
b) Received all relevant information requested from Authority.
c) Acknowledged and accepted the risk of inadequacy, error or mistake in the information
provided in this invitation document or furnished by or on behalf of Authority.
d) Satisfied itself about all matters, things and information necessary and required for
submitting the proposal and performance of all of its obligations there under.
e) Agreed to be bound by the undertaking provided by it under and in terms hereof.
2.7.2 Authority shall not be liable for any omission, mistake or error on the part of the Agency in
respect of any of the above or on account of any matter or thing arising out of or concerning
or relating to this invitation document or the selection process, including any error or
mistake therein or in any information or data given by the Authority.
2.8 Right to reject any or all Proposals
2.8.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to accept or
reject any Proposal and to annul the Selection Process and reject all Proposals, at any time
without any liability or any obligation for such acceptance, rejection or annulment, and
without assigning any reasons thereof.
2.8.2 Without prejudice to the generality of Clause 2.8.1, the Authority reserves the right to reject
any Proposal if:
a) at any time, a material misrepresentation is made or discovered, or
b) the Applicant does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the Proposal.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 23

2.8.3 Misrepresentation/ improper response by the Applicant may lead to the disqualification of
the Applicant. If such disqualification / rejection occurs after the Proposals have been opened
and the highest-ranking Applicant gets disqualified / rejected, then the Authority reserves the
right to consider the next best Applicant or take any other measure as may be deemed fit in
the sole discretion of the Authority, including annulment of the Selection Process.
B. DOCUMENTS
2.9 Contents of RFP
This RFP comprises the Disclaimer set forth hereinabove, the contents as listed below and will
additionally include any Addendum / Amendment issued in accordance with Clause 2.11:
Request for Proposal
i. Instructions to Applicants
ii. Criteria for Evaluation
iii. Fraud and corrupt practices
iv. Pre-Proposal Conference
v. Miscellaneous
Schedules
i. Terms of Reference
ii. Form of Agreement
iii. Form of Bid Submission
 Form-1: Letter of Proposal
 Form-2: Particulars of the Applicant
 Form-3: Statement of Legal Capacity
 Form-4: Power of Attorney
 Form-5: Financial Capacity of Applicant
 Form 6: Declaration of non-blacklisting
 Form-7: Particulars of Key Personnel
 Form-8: Proposed Methodology and Work Plan
 Form-9: Abstract of Experience of Applicant
 Form-10: Project Assignments of Applicant
 Form-11: Curriculum Vitae (CV) of Key Personnel
 Form -12: Anti Collusion Certificate
 Standard Form for Financial Proposal
 Form FIN – 1: Financial Proposal Submission Form
 Form FIN – 2: Financial Bid (BoQ)
2.10 Clarifications
2.10.1 Applicants requiring any clarification on the RFP may send their queries to the Authority by
e-mail eeccdpwd@gmail.com/planningse18@gmail.com/cepwdbldtrp@gmail.comso as to
reach before the date mentioned in the Data Sheet. As a result of pre-bid meeting, the
employer may issue an amendment/corrigendum to the tender documents. All prospective
bidders need to visit https://tripuratenders.gov.infor any information relating to
amendments (if any) after the pre-bid meeting.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 24

2.10.2 The Authority shall endeavour to respond to the queries within the period specified therein
but not later than 7 (seven) days prior to the Proposal Due Date. The responses will be
uploaded in the e-tender portal.
2.10.3 The Authority reserves the right not to respond to any questions or provide any
clarifications, in its sole discretion, and nothing in this Clause 2.10 shall be construed as
obliging the Authority to respond to any question or to provide any clarification.
2.11 Amendment of RFP
2.11.1 At any time prior to the deadline for submission of Proposal, the Authority may, for any
reason, whether at its own initiative or in response to clarifications requested by an
Applicant, modify the RFP document by the issuance of Addendum/ Amendment and
posting it on the Official Website and by conveying the same to the prospective Applicants
(who have purchased the RFP document) by e-mail.
2.11.2 The amendments also be posted on the Official Website along with the revised RFP
containing the amendments and will be binding on all Applicants.
2.11.3 In order to afford the Applicants a reasonable time for taking an amendment into account,
or for any other reason, the Authority may, in its sole discretion, extend the Proposal Due
Date.
C. PREPARATION AND SUBMISSION OF PROPOSAL
2.12 Language
2.12.1 The Proposal with all accompanying documents (the “Documents”) and all communications
in relation to or concerning the Selection Process shall be in English language and strictly on
the forms provided in this RFP. No supporting document or printed literature shall be
submitted with the Proposal unless specifically asked for and in case any of these
Documents is in another Indian language, it must be accompanied by an accurate translation
of the relevant passages in English, in which case, for all purposes of interpretation of the
Proposal, the translation in English shall prevail.
2.13 Format and signing of Proposal
2.13.1 The Applicant shall provide all the information sought under this RFP. The Authority would
evaluate only those Proposals that are received in the specified forms and complete in all
respects.
2.13.2 The Proposal, and its copy, shall be typed and signed by the authorised signatory of the
Applicant who shall initial each page. In case of printed and published Documents, only the
cover shall be initialled. All the alterations, omissions, additions, or any other amendments
made to the Proposal shall be initialled by the person(s) signing the Proposal.
2.13.3 The Proposals must be properly signed by the authorised representative (the “Authorised
Representative”) holding power of attorney for signing of the bid. A copy of the Power of
Attorney notarised by a notary public in the specified form shall accompany the Proposal.
2.13.4 Applicants should note the Proposal Due Date, as specified in Data Sheet for submission of
Proposals. Except as specifically provided in this RFP, no supplementary material will be
entertained by the Authority, and that evaluation will be carried out only on the basis of
Documents received by the closing time of Proposal Due Date. Applicants will ordinarily not
be asked to provide additional material information or documents subsequent to the date of
submission, and unsolicited material if submitted will be summarily rejected. For the
avoidance of doubt, the Authority reserves the right to seek clarifications under and in
accordance with the provisions of Clause 2.24.
2.14 Technical Proposal
2.14.1 Applicants shall submit the technical proposal in the formats provided in the RFP (the
“Technical Proposal”).
2.14.2 While submitting the Technical Proposal, the Applicant shall, in particular, ensure that:

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 25

a) all forms are submitted in the prescribed formats and signed by the prescribed signatories.
b) Power of Attorney, if applicable, is executed as per Applicable Laws.
c) CVs of all Professional Personnel have been included.
d) Key Personnel have been proposed only if they meet the eligibility laid down in the ToR
e) no alternative proposal for any Key Personnel is being made and only one CV for each
position has been furnished.
f) the CVs have been recently signed and dated in blue ink by the respective Personnel and
countersigned by the Applicant. Photocopy or unsigned / countersigned CVs shall be
rejected.
g) the CVs shall contain an undertaking from the respective Key Personnel about his/her
availability for the duration specified in the RFP.
h) Professional Personnel proposed have good working knowledge of English language.
i) Key Personnel would be available for the period indicated in the TOR.
j) no Key Personnel should have attained the age of 65 (Sixty-five) years at the time of
submitting the proposal; and
k) the proposal is responsive in terms of Clause 2.2.3.
2.14.3 Failure to comply with the requirements spelt out in this Clause 2.14.2 shall make the
Proposal liable to be rejected.
2.14.4 If an individual Key Personnel makes a false averment regarding his qualification,
experience or other particulars, or his commitment regarding availability for the Project is
not fulfilled at any stage after signing of the Agreement, he shall be liable to be debarred for
any future assignment of the Authority for a period of 5 (five) years. The award of this
Consultancy to the Applicant may also be liable to cancellation in such an event.
2.14.5 The Technical Proposal shall not include any financial information relating to the Financial
Proposal.
2.14.6 The Authority reserves the right to verify all statements, information and documents,
submitted by the Applicant in response to the RFP. Any such verification or the lack of such
verification by the Authority to undertake such verification shall not relieve the Applicant of
its obligations or liabilities hereunder nor will it affect any rights of the Authority
thereunder.
2.14.7 In case it is found during the evaluation or at any time before signing of the Agreement or
after its execution and during the period of subsistence thereof, that one or more of the
eligibility conditions have not been met by the Applicant or the Applicant has made material
misrepresentation or has given any materially incorrect or false information, the Applicant
shall be disqualified forthwith if not yet appointed as the Consultant either by issue of the
LOA or entering into of the Agreement, and if the Selected Applicant has already been
issued the LOA or has entered into the Agreement, as the case may be, the same shall,
notwithstanding anything to the contrary contained therein or in this RFP, be liable to be
terminated, by a communication in writing by the Authority without the Authority being
liable in any manner whatsoever to the Applicant or Consultant, as the case may be.
2.15 Financial Proposal
2.15.1 Applicants shall submit the financial proposal in the specified BoQ format in excel as
provided in the e-tender portal the https://tripuratenders.gov.in.
2.15.2 The Bidder shall submit the financial proposal in the forms (FIN 1) included in this bidding
document and uploaded in the folder named Financial Proposal.
2.15.3 While submitting the Financial Proposal, the Applicant shall ensure the following:
i. All the costs associated with the assignment shall be included in the Financial Proposal.
These shall normally cover remuneration for all the Personnel, accommodation, air fare,

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 26

equipment, printing of documents etc. The total amount indicated in the Financial
Proposal shall be without any condition attached or subject to any assumption and shall
be final and binding. In case any assumption or condition is indicated in the Financial
Proposal, it shall be considered non-responsive and liable to be rejected.
ii. The Financial Proposal shall take into account all expenses and tax liabilities except
GST. For the avoidance of doubt, it is clarified that all taxes except GST shall be deemed
to be included in the costs shown under different items of the Financial Proposal.
Further, all payments shall be subject to deduction of taxes at source as per Applicable
Laws.
iii. GST shall be paid the by authority as per applicable rate.
iv. Costs (including break down of costs) shall be expressed in INR.
v. Prices quoted by the Bidder shall be fixed during the Bidder's performance of the
Contract and not subject to variation on any account.
2.16 Submission of Proposal
2.16.1 The Applicants shall submit the Proposal in (the Technical Proposal and the Financial
Proposal), on the e-procurement platform of the Authority at the
https://tripuratenders.gov.in, duly signed in digital form by the authorised signatory of the
Applicant, no later than the date and time specified as the Proposal Due Date, by uploading
the complete and legible scanned/digital copies of Technical and Financial Proposal in
pdf/digital format (i.e. scanned copy of original signed documents and the supporting
documents).
2.17 Proposal Due Date
2.17.1 Proposal should be submitted at or before 15.00 hrs on the Proposal Due Date specified in
Data Sheet in the manner and form as detailed in this RFP.
2.18 Late Proposals
2.18.1 Proposals received by the Authority after the specified time on Proposal Due Date shall not
be eligible for consideration and shall be summarily rejected.
2.19 Modification/ substitution/ withdrawal of Proposals
2.19.1 The Consultant may submit a modified Proposal or a modification to any part of it at any
time prior to the proposal submission deadline. No modifications to the Technical or
Financial Proposal shall be accepted after the deadline.Any alteration / modification in the
Proposal or additional information or material supplied subsequent to the Proposal Due
Date, unless the same has been expressly sought for by the Authority, shall be disregarded.
2.20 Bid Processing Fee
The Applicant shall pay a bid processing as specified in Data Sheet through e-tendering
portal. Bids without bid processing fee shall be rejected.
2.21 Bid Security
2.21.1 The Applicant shall furnish as part of its RFP, a Bid Security as specified in Data Sheet
through the e-tendering system.
2.21.2 The bid security shall be in Indian Rupees (INR) and to be paid electronically over the online
payment facility provided in the e-procurement portal or Electronic BG (e-BG) or offline BG
mode, any time after start date of bid submission and before bid submission end date by
the bidders.
In case of e-BG /offline BG mode[from a well-recognized scheduled/commercial Bank
guaranteed by the Reserve Bank of India having branch at Agartala, Tripura] drawnin
favour of the Executive Engineer, Capital Complex Division, PWD (Buildings), Khejurbagan,
Agartala, West Tripura, the full amount of Earnest money/Bid security as indicated

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 27

submitted by the bidder shall be valid for a period of 45 (forty-five) days beyond the bid
validity period.
The Bidders will have to upload the scan copy of the drawn offline payment instrument (as
a single PDF file of 75-100 dpi resolution), against the related Earnest Money, along with
the bid/technical bid documents in the time of real time bidding.
The Bidders will also have to submit (to be delivered in person or by post) the original
copy (physical form) of the offline payment instrument related to the Earnest Money as
stated above, in a Sealed Envelope super-scribing the RFP No., & Tender ID, at the office of
the Executive Engineer, Capital Complex Division, PWD (Buildings), Khejurbagan, Agartala,
West Tripura, before the opening of technical bid, failing which, the bid will not be
considered for evaluation.
2.21.3 The Authority shall not be liable to pay any interest on the bid Security deposit so made and
the same shall be interest free.
2.21.4 Any bid not accompanied by the Bid security shall be summarily rejected by the Authority
as non-responsive.
2.21.5 The Bid Security of unsuccessful Bidders will be returned by the Authority, without any
interest, after execution of the Agreement by the Successful Bidder or earlier if decided by
authority or when the bid process is cancelled by the Authority.
2.21.6 The Successful Bidder’s Bid Security will be returned, without any interest, upon the Service
Provider signing the Agreement and furnishing the Performance Security in accordance with
the provisionsthereof.TheSuccessfulBiddershallextend thevalidity periodofitsBidSecuritysoas
for it to be available until the execution of the Agreement.
2.21.7 The Authority shall be entitled to forfeit and appropriate the bid Security as liquidated
damages inter alia in any of the events specified in provision of RFP herein below and
pursuant to other provisions of this RFP providing for a forfeiture of Bid Security. The
Bidder, by submitting its Bid
pursuanttothisRFP,shallbedeemedtohaveacknowledgedandconfirmedthattheAuthoritywill
sufferlossand damage on accountof withdrawal of itsRFPorfor any otherdefault bythe Bidder
duringtheperiodof bid validityasspecifiedinthisRFP.Norelaxationof anykindonBid Security
shall be given to any Bidder.
2.21.8 The Bid Security shall be forfeited as liquidated damages without prejudice to any other
right or remedy that may be available to the Authority under the RFP documents and/ or
under the Agreement, or otherwise, under the following conditions:
a) If aBidder engagesin acorrupt practice,fraudulent practice,
coercivepractice,undesirable practice or restrictive practice as specified in this
RFP.
b) If a Bidder modifies or substitutes (without the prior written approval of the
Authority) or withdrawsitsbidduringtheperiodof Bidvalidityas specified inthisRFP
andasextendedin accordance with the terms of the Bidding Documents; or
c) InthecaseofSuccessfulBidder,ifwithinthespecifiedtimelimit
i. ItfailstosignandreturntheduplicatecopyofLoA;
ii. Fails/refusestosigntheAgreement.
iii. FailstoprovidethePerformanceSecurityin accordancewiththeRFP.
iv. TheSuccessfulBidderfailsorrefusestoprovideanydocumentsrequiredtobeprovide
d by it after its selection.
2.22 Period of Validity of Bids

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 28

i. Bids shall remain valid for 180 days after the date of bid opening prescribed by the
Employer. A bid valid for a shorter period shall be rejected by the Employer as non-
responsive.
ii. In exceptional circumstances, the Employer may solicit the Bidder's consent to an
Extension of the period of validity of Bids. The request and the responses thereto
shall be made in writing (or by e-mail). The bid security provided under Clause 2.21
shall also be suitably extended. A Bidder may refuse the request without forfeiting
its bid security. A Bidder granting the request will not be required nor permitted to
modify its bid.
iii. Bid evaluation will be based on the bid prices without taking into consideration the
above corrections.

2.23 Performance Security


2.23.1 Within 15 days of issuance of LoA from Authority to the selected Bidder, the selected Bidder
is required to submit a Performance Security in the form of Demand Draft/Bank Guarantee
for an amount equivalent to 5% of the total quoted financial bid.
2.23.2 The performance security shall be retained by the Authority till the completion of project or
6 months from the date of enforcement of agreement, whichever is later. The performance
security shall be forfeited at the sole discretion of Authority towards any liquidated
damages that may be payable by the selected agency, under the terms of the Agreement.
The validity of Performance Security should be up to 60 days beyond the end of all
contractual obligation of the Bidder.
D. EVALUATION PROCESS
2.24 Evaluation of Proposals
2.24.1 The Authority shall open the Proposals on the Proposal Due Date specified in Data Sheet in
the presence of the Applicants who choose to attend.. In the event of the specified date of
Bid opening being declared a holiday for the Employer, the Bids shall be opened at the
appointed time and location on the next working day.
2.24.2 The Technical Proposal shall be opened first. The Financial Proposal shall be opened as per
schedule given in Data Sheet.
2.24.3 Proposals for which a notice of withdrawal has been submitted in accordance with Clause
2.19 shall not be opened.
2.24.4 Prior to evaluation of Proposals, the Authority will determine whether each Proposal is
responsive to the requirements of the RFP. The Authority may, in its sole discretion, reject
any Proposal that is not responsive hereunder. A Proposal shall be considered responsive
only if
a) the Technical Proposal is received in the form specified in the RFP
b) it is received by the Proposal Due Date including any extension thereof pursuant to
Clause 2.17.
c) it is accompanied by the Bid processing fee &Bid Security as specified in Clause 2.20&
2.21 .
d) it is signed and marked as stipulated in Clauses 2.13 and 2.16;
e) it is accompanied by the Power of Attorney as specified in Clause 2.13.3.
f) it contains all the information (complete in all respects) as requested in the RFP.
g) it does not contain any condition or qualification; and
h) it is not non-responsive in terms hereof.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 29

2.24.5 The Authority reserves the right to reject any Proposal which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by the
Authority in respect of such Proposals.
2.24.6 The Authority shall subsequently examine and evaluate Proposals in accordance with the
Selection Process and the criteria specified the RFP. As a part of technical evaluation, the
applicants meeting the eligibility criteria shall be invited to make a technical presentation
regarding their proposed methodology & work plan on the date and time specified in Data
Sheet.
2.24.7 After the technical evaluation, the Authority shall prepare a list of pre-qualified and
shortlisted Applicants in terms of Clause 3.2 for opening of their Financial Proposals. A
date, time and venue will be notified to all Applicants for announcing the result of
evaluation and opening of Financial Proposals. Before opening of the Financial Proposals,
the list of pre-qualified and shortlisted Applicants along with their Technical Score will be
read out. The opening of Financial Proposals shall be done in presence of respective
representatives of Applicants who choose to be present. The Authority will not entertain any
query or clarification from Applicants who fail to qualify at any stage of the Selection
Process. The financial evaluation and final ranking of the Proposals shall be carried out in
terms of Clauses 3.3 and 3.4.
2.24.8 Applicants are advised that Selection shall be entirely at the discretion of the Authority.
Applicants shall be deemed to have understood and agreed that the Authority shall not be
required to provide any explanation or justification in respect of any aspect of the Selection
Process or Selection.
2.24.9 Any information contained in the Proposal shall not in any way be construed as binding on
the Authority, its agents, successors or assigns, but shall be binding against the Applicant if
the Consultancy is subsequently awarded to it.
2.25 Confidentiality
Information relating to the examination, clarification, evaluation, and recommendation for
the selection of Applicants shall not be disclosed to any person who is not officially
concerned with the process or is not a retained professional adviser advising the Authority
in relation to matters arising out of or concerning the Selection Process. The Authority shall
treat all information, submitted as part of the Proposal, in confidence and shall require all
those who have access to such material to treat the same in confidence. The Authority may
not divulge any such information unless it is directed to do so by any statutory entity that
has the power under law to require its disclosure or is to enforce or assert any right or
privilege of the statutory entity and/or the Authority or as may be required by law or in
connection with any legal process.
2.26 Clarifications
2.26.1 To facilitate evaluation of Proposals, the Authority may, at its sole discretion, seek
clarifications from any Applicant regarding its Proposal. Such clarification(s) shall be
provided within the time specified by the Authority for this purpose. Any request for
clarification(s) and all clarification(s) in response thereto shall be in writing.
2.26.2 If an Applicant does not provide clarifications sought under Clause 2.26.1 above within the
specified time, its Proposal shall be liable to be rejected. In case the Proposal is not rejected,
the Authority may proceed to evaluate the Proposal by construing the particulars requiring
clarification to the best of its understanding, and the Applicant shall be barred from
subsequently questioning such interpretation of the Authority.
E. APPOINTMNET OF THE CONSULTANT
2.27 Negotiation
2.27.1 The Selected Applicant as selected in accordance with Clause 3.4.2 may, if necessary, be
invited for negotiations. The negotiations shall generally not be for reducing the price of the
Proposal but will be for re-confirming the Applicant’s commitment under this RFP. Issues

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 30

such as deployment of Key Personnel, understanding of the RFP, methodology and quality
of the work plan shall be discussed during negotiations. A Key Personnel who did not score
70% (seventy per cent) marks as required under Clause 3.1.2 shall be replaced by the
Applicant with a better candidate to the satisfaction of the Authority. In case the Selected
Applicant fails to reconfirm its commitment, the Authority reserves the right to designate
the next ranked Applicant as the Selected Applicant and invite it for negotiations.
2.27.2 The Authority will examine the CVs of all other Professional Personnel and those not found
suitable shall be replaced by the Applicant to the satisfaction of the Authority.
2.28 Substitution of Key Personnel
2.28.1 The Authority will not normally consider any request of the Selected Applicant for
substitution of Key Personnel as the ranking of the Applicant is based on the evaluation of
Key Personnel and any change therein may upset the ranking. Substitution will, however, be
permitted if the Key Personnel is not available for reasons of any incapacity or due to
health, subject to equally or better qualified and experienced personnel being provided to
the satisfaction of the Authority.
2.28.2 The Authority expects all the Key Personnel to be available during implementation of the
Agreement. The Authority will not consider substitution of Key Personnel except for reasons
of any incapacity or due to health. Such substitution shall ordinarily be limited to one Key
Personnel subject to equally or better qualified and experienced personnel being provided to
the satisfaction of the Authority. As a condition to such substitution, a sum equal to 15%
(fifteen per cent) of the remuneration specified for the original Key Personnel shall be
deducted from the payments due to the Consultant. In the case of a second or third
substitution hereunder, such deduction shall be 30% (thirty per cent) of the remuneration
specified for the original Key Personnel. Any further substitution may lead to
disqualification of the Applicant or termination of the Agreement. Provided, however, that
for and in respect of any such substitution during the Operations Phase, the aforesaid
deduction shall be reduced to one half thereof. Without limiting the generality of the above,
any substation of key shall ensure that substituted resource joins before the original
resource is left so that proper transfer of knowledge takes place and work is not affected.
2.28.3 Substitution of the Team Leader will not normally be considered and may lead to
disqualification of the Applicant or termination of the Agreement. In exceptional cases,
substitution of Team Leader may be considered for reasons of any incapacity or due to
health.
2.28.4 In the event that any of the personnel is found by the PWD to be incompetent, or guilty of
misbehavior or incapable in discharging the assigned responsibilities satisfactorily, the PWD
may instruct by giving a notice of 7 (Seven) days to the consultant, at the expense of the
consultant, to forthwith provide a replacement with suitable qualifications and experience
acceptable to the PWD.
2.28.5 The decision of PWD in such event shall be final and binding on the consultant.
2.29 Indemnity
The Consultant shall, subject to the provisions of the Agreement, indemnify the Authority
for an amount equivalent to the value of the Agreement for any direct loss or damage that is
caused due to any deficiency in services.
2.30 Award of Consultancy
After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the Authority
to the Selected Applicant and the Selected Applicant shall, within 7 (seven) days of the
receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement
thereof. In the event the duplicate copy of the LOA duly signed by the Selected Applicant is
not received by the stipulated date, the Authority may, unless it consents to extension of
time for submission thereof, consider the next highest-ranking Applicant.
2.31 Execution of Agreement

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 31

After acknowledgement of the LOA as aforesaid by the Selected Applicant, it shall execute
the Agreement within the period as specified in the LoA. The Selected Applicant shall not be
entitled to seek any deviation in the Agreement.
2.32 Commencement of the assignment
The Consultant shall commence the Services within 15 (Fifteen) days of the date of the
Agreement, or such other date as may be mutually agreed. If the Consultant fails to either
sign the Agreement as specified or commence the assignment as specified herein, the
Authority may invite the second ranked Applicant for negotiations.
2.33 Proprietary Data
All documents and other information provided by the Authority or submitted by an
Applicant to the Authority shall remain or become the property of the Authority. Applicants
or the Consultant, as the case may be, are to treat all information as strictly confidential.
The Authority will not return any Proposal, or any information related thereto. All
information collected, analysed, processed or in whatever manner provided by the
Consultant to the Authority in relation to the Consultancy shall be the property of the
Authority.
3. CRITERIA FOR EVALUATION
3.1 Evaluation of Technical Proposal
3.1.1 In case the Selected Applicant has Key Personnel(s), other than the Team Leader, who scores
less than 70% (seventy per cent) marks, he would have to be replaced during negotiations,
with a better candidate who, in the opinion of the Authority, would score 70% (seventy per
cent) or above.
3.1.2 The scoring criteria to be used for evaluation shall be as follows.

Evaluation Criteria
Criteria Marks
Years of Experience of the Organisation
1 Minimum 5 years & up to 10 years:3 marks 5
More than 10 years:5 marks
Average annual turnover in any three financial years out of the last five
financial years preceding bid due date.
2 5
Minimum 10Crores to up to 20Crores– 3marks
More than 20 crores – 5 marks
Assignments of similar* nature (having contract value each ≥ INR 2 Crores and
contract duration of minimum 1 year in the infrastructure / construction
sector under Central / State Government/PSUs of Central/State Government
during the last 7(seven)financial years ending previous day of last date of
submission of tender i.e. 2018-19 to 2024-25. The assignment referred as
above must be in single consultant’s contract, not in consortium or joint
3 20
venture or partnership. *Similar works refers to Project Planning Design
&Management Consultancy/Project Management Consultancy / Programme
Management Consultancy services which includes design and DPR preparation
as the scope of work, for **projects related to the construction of roads,bridge,
buildings, and other infrastructure projects executed under a single contract /
agreement. .

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 32

**at least 1 project should include scope of service for design and DPR
preparation for roads & Bridges & 1 project should include design and DPR
preparation of multi-storeyed buildings
Supervision consultancy (even though called by various names such as IE, PMC,
CSC etc.) will not be considered.
Minimum 3 assignment – 10 marks
More than 3 and up to 5 assignments – 15 marks
More than 5 assignments – 20 marks
4 Proposed Approach & Methodology and work plan 10

5 Relevant Experience of the Key Personnel 60


5.1 Team Leader cum Project Manager
7
5.2 Dy. Team Leader (Road & Bridge)
5
Bridge Design Engineer 3 marks
5.3
each
5.4 Pavement Specialist
3
5.5 Geo-Technical Engineer (Common)
3
5.6 Traffic cum Road Safety Expert
3
5.7 Environmental Safeguard Expert (Common)
2
5.8 Social Safeguard Expert (Common) 2
5.9 Project Monitoring Expert (Common)
3
5.10 Dy Team Leader (Building)
5
5.11 Architect
3
5.12 Structural Engineer 3 marks
each
5.13 Engineer (Civil)
2
5.14 Engineer (Electrical)
2
5.15 Engineer (Mechanical)
2
5.16 Procurement and Contract Management Specialist (Common)
2
5.17 Auto-Cad Expert 2 marks
each

The number of points to be assigned to each of the above positions shall be determined
considering the following three sub-criteria and relevant percentage weights:

Sl Description Percentage Percentage


No
1 General Qualification 25
1.1 Essential education qualification 20
1.2 Education qualification greater than essential qualification 5
2 Professional Experience 70
2.1 Excellent 70
2.2 Very Good 60

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 33

2.3 Good 50
3 Relevant experience of road & Building project in Similar 5
Geographical area (in hilly terrain)

3.2 Shortlisting of Applicants


3.2.1 Of the Applicants ranked as aforesaid, not more than 8 (eight) bidders shall be pre-qualified
(whose score is more than or equal to 70) and short-listed for financial evaluation in the
second stage. However, if the number of such pre-qualified Applicants is less than two, the
Authority may, in its sole discretion, pre-qualify the Applicant(s) whose technical score is less
than 70 (seventy) points but more than 60 (sixty) points; provided that in such an event, the
total number of pre-qualified and short-listed Applicants shall not exceed two.
3.3 Evaluation of Financial Proposal
3.3.1 In the second stage, the financial evaluation will be carried out as per this Clause 3.3. Each
Financial Proposal will be assigned a financial score (SF).
3.3.2 For financial evaluation, the total cost indicated in the Financial Proposal, will be considered.
3.3.3 The Authority will determine whether the Financial Proposals are complete, unqualified and
unconditional. The cost indicated in the Financial Proposal shall be deemed as final and
reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the
firm to be compensated and the liability to fulfil its obligations as per the TOR within the
total quoted price shall be that of the Consultant. The lowest Financial Proposal (FM) will be
given a financial score (SF) of 100 points. The financial scores of other Proposals will be
computed as follows:
SF = 100 x FM/F
(F = amount of Financial Proposal)
3.4 Combined and final evaluation
3.4.1 Proposals will finally be ranked according to their combined technical (ST) and financial (SF)
scores as follows:
S = ST x Tw + SF x Fw
Where S is the combined score, and Tw and Fw are weights assigned to Technical Proposal
and Financial Proposal, which shall be 0.80 and 0.20 respectively.
3.4.2 The Selected Applicant shall be the first ranked Applicant (having the highest combined
score). The second ranked Applicant shall be kept in reserve and may be invited for
negotiations in case the first ranked Applicant withdraws or fails to comply with the
requirements specified in the RFP.
4. FRAUD AND CORRUPT PRACTI CES
4.1 TheBiddersandtheirrespectiveofficers,employees,agentsandadvisersshallobservethehighest
standard of ethics during the biding processand subsequent to theissue of the LoA and
during
thesubsistenceoftheAgreement.Notwithstandinganythingtothecontrarycontainedherein,inthe
LoA,theAgreement, theAuthoritymayrejectaBid,withdrawtheLoA,orterminatetheAgreement, as
the case may be, without being liable in any manner whatsoever to the Bidder or service
provider, asthe case maybe,if it determinesthat the Bidderorserviceprovider, as the case may
be, has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process.
In such an event, theAuthorityshall be entitled toforfeit and appropriate theBidSecurityand/or
Performance
Security,asthecasemaybe,asliquidateddamages,withoutprejudicetoanyotherrightorremedy that
may be available to the Authority under the Bidding Documents and/or the Agreement or
otherwise.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 34

4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and the rights
and remedies which the Authority may have under the LoA or the Agreement, or otherwise, if
a Bidder or service provider, as the case may be, is found by the Authority to have directly or
indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice,undesirablepracticeorrestrictivepracticeduringthebiddingprocess,
oraftertheissueof the LoA or theexecution of the Agreement, such Bidder or service provider
shall not be eligible to participate in any tender or RFP issued by the Authority during a
period of 2 (two) years from the datesuchBidder or ServiceProvider, asthecasemaybe,
isfoundbytheAuthoritytohave directly or indirectly or through an agent, engaged or indulged
in any corrupt practice, fraudulent practice, coercive practice,undesirable practice
orrestrictive practices, as the case may be.
4.3 ForthepurposesofthisClause4,thefollowingtermsshallhavethemeaninghereinafter respectively
assigned to them:
a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly,ofanythingofvaluetoinfluencedirectlyorindirectlytheactionsofanypersonconnecte
dwiththeBiddingProcess(for theavoidanceofdoubt,offeringof employment
tooremployingorengaginginanymannerwhatsoever, directlyorindirectly, anyofficial of the
Authority who is or has been associated in any manner, directly or indirectlywith the
Bidding Process or the LoA or has dealt with matters concerning the Agreement or
arisingthereform,beforeor after theexecutionthereof,atany timeprior totheexpiry of
1(one)yearfromthedatesuchofficialresignsorretiresfromorotherwiseceasestobeintheserviceo
ftheAuthority, shall bedeemedtoconstituteinfluencingtheactionsof a person connected
with the Bidding Process); or (ii) acting contrary to applicable anti- bribery or anti-
corruption laws;
b) “Fraudulentpractice”meansrepresentationoromissionoffactsorsuppressionof facts or
disclosure of incompletefacts, in order toinfluencetheBiddingProcess.
c) “Coercive practice” means impairing or harming or threatening to impair or harm, directly
or indirectly, any person or property to influence any person’s participation or action in
the Bidding Process.
d) “Undesirablepractice”means(i) establishing contact withanyperson connected with
oremployedorengagedbytheAuthoritywiththeobjectiveofcanvassinglobbyingorin any
manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict
of Interest; and
e) “Restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective of restricting or manipulating a full and
fair competition in the Bidding Process.
5. MISCELLANEOUS
5.1 The Selection Process shall be governed by, and construed in accordance with, the laws of
India and the Courts Agartala shall have exclusive jurisdiction over all disputes arising under,
pursuant to and/or in connection with the Selection Process.
5.2 The Authority, in its sole discretion and without incurring any obligation or liability, reserves
the right, at any time, to:
a) suspend and/or cancel the Selection Process and/or amend and/or supplement the
Selection Process or modify the dates or other terms and conditions relating thereto.
b) consult with any Applicant in order to receive clarification or further information.
c) retain any information and/or evidence submitted to the Authority by, on behalf of and/or
in relation to any Applicant; and/or

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 35

d) independently verify, disqualify, reject and/or accept any and all submissions or other
information and/or evidence submitted by or on behalf of any Applicant.
5.3 It shall be deemed that by submitting the Proposal, the Applicant agrees and releases the
Authority, its employees, agents and advisers, irrevocably, unconditionally, fully and finally
from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way
related to or arising from the exercise of any rights and/or performance of any obligations
hereunder, pursuant hereto and/or in connection herewith and waives any and all rights
and/or claims it may have in this respect, whether actual or contingent, whether present or
future.
5.4 All documents and other information supplied by the Authority or submitted by an Applicant
shall remain or become, as the case may be, the property of the Authority. The Authority will
not return any submissions made hereunder. Applicants are required to treat all such
documents and information as strictly confidential.
5.5 The Authority reserves the right to make inquiries with any of the clients listed by the
Applicants in their previous experience record.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 36

SCHEDULE -1

TERMS OF REFERENCE (TOR)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 37

Terms of Reference (TOR)


For
Engagement of Consultant for comprehensive Project Planning, Design, and Management
Consultancy (PPDMC) Services for Infrastructure Development in the Road & Building
Sector, PWD, Tripura

1. General:

The Public Works Department (PWD) of the Government of Tripura plays a pivotal role in the
development and maintenance of essential public infrastructure. The department operates
through two key wings:

1. Roads & Bridges (R&B) Wing: Responsible for the construction, maintenance, and
management of the state's road network, which includes approximately 1,057 km of State
Highways (SHs), 461 km of Other District Roads (ODRs), and 11,734 km of Village Roads
(VRs).
2. Buildings Wing: Handles the construction, renovation, and allied works of various
government buildings and infrastructure projects across the state.

To enhance operational efficiency, improve project planning, and ensure timely execution of
infrastructure projects, the PWD (R&B and Buildings) intends to establish a Project Planning,
Design & Management Consultancy (PPDMC). The PPDMC will provide comprehensive
technical, operational, and strategic consultancy services to strengthen the planning, design,
execution, and monitoring of key projects.

The PPDMC will be responsible for a wide range of activities, including but not limited to the
following:

 Project Planning and Facilitation: Support the conceptualization and initiation of new
projects, ensuring alignment with government priorities and stakeholder requirements.
 Design and Detailed Project Reports (DPRs): Assist in the preparation of designs,
drawings, specifications, and Detailed Project Reports (DPRs) for new infrastructure
projects.
 Bid Process Management: Develop comprehensive bidding documents, support the
tendering process, and ensure transparency and compliance with procurement guidelines.
 Project Monitoring and Reporting: Establish a monitoring mechanism to track project
progress, assess risks, and provide timely alerts to PWD officials.
 Quality Assurance and Control: Ensure that all projects adhere to international standards
of quality and performance.
 Advisory Services: Provide expert advice on best practices, innovative technologies, and
cost-effective solutions to enhance project outcomes.

Executive Engineer, Capital Complex Division, PWD (Buildings), on behalf of Public Works
Department, [Roads & Bridges wing and Buildings wings], Government of Tripura, invites
proposal from reputed Consultants for setting up of Project Planning, Design & Management
Consultancy Services (PPDMC) in PWD (R&B and Buildings).The Chief Engineer, PWD (R&B and
Buildings) will act as the primary employer and executing agency for the consultancy services.
The Chief Engineer will oversee the overall performance of the appointed Consultant and
ensure that the desired outcomes are achieved.

The PPDMC will be responsible for delivering the outputs specified in the ToR. The Consultant
will provide technical, operational, and managerial support to the PWD (R&B and Buildings) to
achieve international quality standards for all assigned projects.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 38

The establishment of the Project Planning, Design & Management Consultancy (PPDMC) within
PWD (R&B and Buildings) is a strategic move to enhance efficiency, effectiveness, and quality in
the execution of infrastructure projects. The selected Consultant is expected to provide world-
class consultancy services that meet international standards, thereby supporting the
Government of Tripura’s vision for sustainable and resilient infrastructure development.

2. Objective of the Assignment:

The primary objective of establishing the Project Planning, Design & Management Consultancy
(PPDMC) is to provide a structured, centralized management framework for the planning,
implementation, monitoring, and evaluation of projects undertaken by the Roads & Bridges
(R&B) and Buildings wings of the Public Works Department (PWD). The PPDMC aims to ensure
the technical, social, environmental, and economic viability of assigned projects through the
following key activities:

 Project Conceptualization: Preparation of concept papers and feasibility studies for the
construction, improvement, strengthening, and widening of roads, buildings, and other civil
structures related to PWD (R&B) and PWD (Buildings) wings.
 Detailed Project Reporting: Development of Detailed Project Reports (DPRs) with
comprehensive technical, financial, and risk assessments, preparation of detailed
Architectural and structural design, drawings and preparation of Design Basis Report (DBR)
for different components.
 Bid Process Management: Preparation of bid documents, facilitation of bid evaluation, and
support for the procurement process.
 Design and Visualization: Creation of project designs, 3D visualizations, walkthroughs,
animations, and audio-visual (AV) clips to facilitate stakeholder engagement and decision-
making.
 Capacity Building: Strengthening the technical and managerial capabilities of PWD (R&B)
through knowledge transfer.

The PPDMC will play a critical role in ensuring alignment with project timelines, budgetary
constraints, and quality standards while fostering effective coordination among stakeholders.
To achieve these objectives, PWD (R&B) intends to appoint a consultant to act as the PPDMC,
providing comprehensive handholding support for the department’s ongoing activities on a
day-to-day basis. The consultant will strengthen the decision-making and implementation
processes, ensuring timely and efficient project delivery.

3. Scope of Services
The Consultant shall perform services outlined below as a part of responsibility for the
identified assignment/ projects under PWD including Concept Formulation – Feasibility – Detail
Engineering – Bid Process Management and support during construction. The Consultant shall
deploy qualified professional staff with requisite domain experience to carry out the
assignment. The Services will include but not be limited to the following:

The Board Scope of Services is appended below:


Section – A (Roads & Bridges).
Section – B (Buildings).

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 39

SECTION – A (Roads & Bridges)

4. Scope of Services for Road Sector:

The Consultant reporting to the PWD (R&B) Department will work under the overall guidance,
technical control, and direction of the designated Superintending Engineer (Nodal Officer). The
Consultants will undertake (i) initial screening of the assigned roads & Bridges and prepare
concept paper along with Designs/ 3D views/ Walk through/ Animations/ AV clips of proposed
roads, bridges and other related structures as necessary for submission under different
projects.(ii) Feasibility studies of the shortlisted roads & Bridges and other related structures;
(iii) Design for selected road & bridge subprojects, including the environmental and social
safeguard assessments and preparation of environmental and social safeguard planning
reports/ documents. Preparation of realistic cost estimate benchmarking with contracts of
similar nature and conditions, carry out economic analysis, due diligence, and provide
procurement services, preparation of bid documents and supporting the bidding process until
contract award; (iv) Provide assistance in sector analysis and technical assistance to the
Planning & Design Unit of PWD (R&B). Disaster risk and climate change will be taken into
consideration in the design of new climate resilient structures. The detailed 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 and the TOR.

4.1 Scope of Services shall cover but not be limited to the following major tasks:

(i) Review of all available reports and published information about the candidate
subprojects and the project influence area.
(ii) Environmental, poverty and social impacts, including those related to cultural
properties, indigenous people natural habitats, involuntary resettlement etc.
(iii) Public consultation, including consultation with Communities located along the
road, NGOs working in the area, other stakeholders and relevant Government
departments at different stages of assignment.
(iv) Detailed reconnaissance.
(v) Identification of possible improvements in the existing alignment and bypassing
congested locations with alternatives, evaluation of different alternatives
comparison on techno-economic and other considerations and recommendations
regarding most appropriate option.
(vi) Preparation of Traffic study report and demand forecasting (based on survey data/
report of the Authority);
(vii) Review of topographic surveys, Pavement investigations provided by the authority.
(viii) Analysis of Sub-grade characteristics and strength based on secondary reports of
PWD.
(ix) Review and comment on the identified sources of construction materials;This may
be guided using the latest SOR for Road & bridge Works, Tripura;
(x) Design of road, its x-sections, horizontal and vertical alignment and design of
embankment of height more than 6 m; and embankment resting on poor soil even of
lesser height. Design of structures, preparation of General Arrangement Drawings
(GFC); including design of cross-drainage structures and underpasses etc.
(xi) Review the Road safety audit scenario and identity areas of major concern (based on
secondary data/ report of the Authority), including black spots, and recommend
measures to be taken for improving during detailed engineering design with respect
to road safety.
(xii) Preparation of Concept papers for new initiatives/ enquiries of PWD (R&B).
(xiii) Preliminary proposal for rehabilitation/ widening including shoulder composition
and cross-sectional details.
(xiv) Design for rehabilitation/ widening of road.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 40

(xv) Design for rehabilitation/widening/reconstruction of bridges, cross-drainage


structures.
(xvi) Identification of the type and the design of intersections.
(xvii) Design of complete drainage system and disposal point for storm water.
(xviii) Value analysis / value engineering and project costing.
(xix) Economic analyses.
(xx) Strip plan indicating the scheme for carriageway widening location of all existing
utility services (both over- and underground) and the scheme for their relocation
including budgeted tree felling &plantation.
(xxi) Preparation of project report, cost estimate, rate analysis, detailed bill of quantities,
bid documents for execution of civil works through budgeting resources.
(xxii) Bid documents for execution of civil works.
(xxiii) The consultant shall study and plan the possible locations for arboriculture along
the urban road/ state highways.
(xxiv) Preparation of resettlement plans for the project affected people as per Govt. of
India’s R & R Policy and assessment of the land acquisition requirements.
(xxv) Preparation of initial environmental examination and environmental management
plan.
(xxvi) Geo-referred digital map of as-is project road.
(xxvii) Procure or create digitized, geo referenced cadastral/ land revenue maps etc. for the
purpose of land acquisition activities and preparation of all Land Acquisition Plan
(LAP)&papers i.e. all necessary schedule and draft 3a, 3A notification as per L.A. act
for acquisition of land and liaison the authority in the process of Land acquisition.
(xxviii) Preparation of KML/ Shape file required for online submission of Forest land
Diversion proposal and helps the authority to carry out Forest Land Diversion.

While carrying out the field studies, investigations and design, the development plans being
implemented or proposed for future implementation by the local bodies, shall be taken into
account. Such aspect shall be clearly brought out in the reports and drawings.

The details of the tasks to be undertaken are described in the following paragraphs.

4.2 Engineering Design Standards & Codes of Practices:

All activities related to field studies, design and documentation shall be done as per the latest
guidelines/ circulars of Ministry of Road Transport and Highways (MoRTH) ,MoRD and relevant
publications of the Indian Roads Congress (IRC) and Bureau of Indian Standards (BIS). For
aspects not covered by IRC and BIS, international standard practices, such as, British and
American Standards may be adopted. The Consultants upon award of the Contract, may reflect
the same in the inception report.

4.3 Quality Assurance Plan (QAP):

The Consultants shall have detailed Quality Assurance Plan (QAP) for all field studies including
topographic surveys, traffic surveys, engineering surveys and investigations, design, analyses
and documentation activities. The draft detailed QAP Document must be discussed and
finalized with the officers concerned immediately upon the award of the Contract and
submitted as part of the inception report.It is imperative that the QAP is approved by the
authority or his authorized representative before the Consultant start the field work.

4.4 Traffic Survey:

The Traffic Survey data shall be provided by the authority to PPDMC for preparation of traffic
report including demand forecasting.Although for any discrepancies and confusion in the data,
the consultants should visit the site for verification.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 41

4.5 Traffic Demand Estimates:

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 methodology for traffic demand estimates shall
be finalized by the Consultants in consultation with PWD. Overall traffic forecast thus made
shall form the basis for the design of each pavement type and other facilities/ancillary works.

4.6 Engineering Surveys and Investigations

4.6.1 Reconnaissance and Alignment

The Consultant 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 provided to PPDMC
concerning the existing alignment. Consultant himself has to arrange the required maps
and the information needed by them from the potential sources. The detailed ground
reconnaissance may be taken up immediately after the study of maps and other data
and survey reports. The primary tasks to be accomplished during the reconnaissance
surveys include:

i. Topographical features of the area.


ii. Typical physical features along the existing alignment within and outside ROW i.e.
land use pattern.
iii. Scheme for the widening of the existing road.
iv. Realignment requirements.
v. Preliminary identification of improvement requirements including treatments and
measures needed for the cross-roads.
vi. Traffic pattern and preliminary identification of traffic homogenous links.
vii. Sections through congested areas.
viii. Inventory of major aspects including land width, terrain, pavement type,
carriageway type, bridges and structures (type, size and location), intersections
(type, crossroad category, location) urban areas (location, extent), geologically
sensitive areas, environmental features.
ix. Critical areas requiring detailed investigations; and,
x. Requirements for carrying out supplementary investigations.
xi. Soil (textural classifications) and drainage conditions.
xii. Type and extent of existing utility services along the alignment (within ROW).
xiii. Typical physical features along the approach roads
xiv. Possible bridge locations, land acquisition problems, nature of crossings, likely
length of approaches and bridge, firmness of banks, suitability of alignment of
approach roads.

The data derived from the reconnaissance surveys will be 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.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. The data obtained from the reconnaissance surveys should

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 42

be compiled in the tabular as well as graphical (chart) form indicating the major
physical features and the proposed widening scheme for the authority’s comments. The
data and the charts should also accompany the rationale for the selection of traffic
survey stations.

4.6.2 Topographic Surveys

The basic objective of the preliminary 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 Topographical
Survey data shall be provided by the authority.

4.6.2.1 Details of utility Services and Other Physical Features

The Consultants shall collect details of all important physical features along the
existing 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, severs, 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. The information collected during
reconnaissance and field surveys shall be shown on a strip plan so that the proposed
improvements can be appreciated and, utility removals of each type and tree cutting
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.

4.6.3 Road Inventory Surveys

Detailed Road inventory survey data/ report shall be handed over to the Consultant by
the Authority. Carried out to collect details of all existing road and pavement features
along the existing road sections.

4.6.3.1 Pavement Investigation

Pavement Composition

The data concerning the pavement composition may be already available with the
PWD(R&B) Department. The authority shall provide all relevant information/ report to
the consultants for doing the needful.

4.6.3.2 Road and Pavement Condition Surveys


Field study report of pavement surface conditions shall be provided to the Consultant
by the Authority. The Consultant should review and study the road and pavement
condition surveys 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. The existence of distress modes (cuts, erosion
marks, failure, drops) and extent (none, moderate, frequent and very frequent) of such
distress manifestations would be recorded. For sections with severe distresses,
additional investigations as appropriate should be suggested by the consultant to
determine the cause of such distresses. The data obtained from the condition surveys

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 43

should be analyzed and the road segments of more or less equal performance may be
identified using the criteria given in IRC: 81-1997.

4.6.3.3 Pavement Roughness and Structural Strength


The roughness surveys, where required, shall be carried out using Bump Integrator or
similar instrument by the Authority and report shall be given to the Consultant for DPR
preparation.

The structural strength survey report of the existing pavements to be provided by the
Authority.

4.6.3.4 Sub grade Characteristics and Strength

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 Consultant shall
suggest the type of testing, frequency of test and the methodology in consultation with
the PWD(R&B) Department.

4.6.4 Investigations for Bridges and Structure


4.6.4.1 Inventory and Condition Survey of Bridges, Culverts and Structures

The Authority shall provide the inventory & condition survey of all the structures
(bridges, culverts, etc.) to the Consultant.

4.6.4.2 Hydraulic and Hydrological Investigations

The Authority shall provide all pertinent information’s to the Consultant on high flood
level (HFL), low water levels (LWL), discharge velocity etc. from available past records,
local inquiries and visible signs, if any, on the structural components and embankments
including Local inquiries with regard to the road sections getting overtopped during
heavy rains. The Consultants shall make a desk study of available data on topography,
storm duration, rainfall statistics, topsoil characteristics, vegetation cover etc. so as to
assess the catchment areas and hydraulic parameters for all existing and proposed
drainage provisions. The findings of 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. For bridges and cross drainage
structures having inadequate waterway, history of overtopping and are proposed for
reconstruction, the detailed hydrological and hydraulic studies shall be carried out.

4.6.5 Geo-technical Investigations and Sub-Soil Exploration

The Authority shall provide all project pertinent geo-technical investigations and sub-
surface explorations data/ report for the proposed Bridges / Road over bridges/
viaducts/ interchanges/ bridges proposed for reconstruction etc., to the Consultant to
carry out requisite designs etc.

4.6.6 Material Investigations

As per suggestion of the consultant the Authority will provide with the material
investigation report of the sub project. 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.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 44

Environmental restrictions, if any, and feasibility of availability of these sites to


prospective civil works contractors, should be duly taken into account while selecting
new quarry locations. The Consultants shall make suitable recommendations regarding
making good the borrow and quarry areas after completion of the exploitation of
materials for construction of works. The Authority shall conduct the necessary Material
Investigation including 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 MORTH specification and provide the results/ reports to the Consultant

4.6.7 Road Safety Audit

Road safety audit as required shall be provided by the authority for each candidate
subproject. The consultant should study the report and identity areas of major concern,
including black spots, and measures to be taken for improving detailed engineering
design with respect to road safety.

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. The authority shall made available these reports to the Consultant.

4.7 Detailed Design of Road, Pavements, Bridges, and Structures

4.7.1 General

The Consultants shall carry out the detailed designs after obtaining the pertinent topo
survey drawings and reports on traffic/ pavement/ soil material-geotechnical/ social/
environmental/ hydrological & traffic safety etc.; that will include the following:

i. Geometric design of highway with appropriate level of service.


ii. Design of pavement for the widening and rehabilitation for the existing road,
paved shoulders, medians, verge (if applicable).
iii. Bridges, viaduct/ subways and other grade separated structures including
ROBs/RUBs etc. if required.
iv. ROB for railway crossings as per the requirement and the standards of the Indian
Railways.
v. At-grade and grade-separated intersections, interchanges (if required).
vi. Alignment plans, longitudinal sections and cross-sections.
vii. Designs for road furniture and road safety/traffic control features.
viii. Designs and drawings for service road/under passes/overpass / cattle passes if
required tree planting/fencing at locations where necessary /required.
ix. Drainage design showing location of turnouts, out falling structures.
x. Rehabilitation and repair plan with for bridges and structures design and
drawings.
xi. Bridges and structures rehabilitation plan with design and drawings.
xii. Design of pavement for approach road.
xiii. Design of riverbank 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
xiv. Provisioning of Traffic amenities (Parking Areas, Weighing Station and Rest Areas,
etc.).
xv. Inclusion of Other safety features as per codal provision.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 45

4.7.2 Design Standards

The Consultants shall evolve Design Standards and material specifications for the Study
primarily based on IRC publications, MORTH, MoRD Circulars and relevant
recommendations of the international standards. 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.

4.7.3 Geometric Design

The detailed design for geometric elements shall cover, but not be limited to (i)
horizontal alignment; (ii) longitudinal profile; (iii) cross-sectional elements; (iv) junction
design; and provision of service roads (if applicable). The Consultants shall make
detailed analysis of traffic flow and indicate the level of service (LOS) 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.

In the case of closely spaced crossroads the Consultant shall examine different options
to reduce conflicts and furnish appropriate proposals for this purpose keeping in view
the cost of improvement, impact on traffic movement and accessibility to the
crossroads. The drawings and cost estimate should include the provisions for
realignments of the existing crossroads to allow such improved arrangements. The
Consultant shall also prepare details for intersections taking into account the site
conditions, turning movement characteristics, level of service, overall economy and
operational safety.

4.7.4 Pavement Design


The detailed design of pavement shall involve (i) strengthening of existing road
pavement and design of the new pavement for the widening / additional lane(s), (if the
findings of the traffic studies and life-cycle costing analysis confirm the requirement
for widening or reconstruction of the road); and carryout (ii) design of shoulders. The
design of pavement shall primarily be based on IRC publications. However, the
Consultants shall use the recommendations given in widely used international
practices. The design of pavement shall be rigorous and shall make use of the latest
Indian and International practices. The design alternatives and the most appropriate
design option suited to the conditions of Tripura shall be established on life-cycle
costing and techno-economic consideration.

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 the contractor/
concessionaire shall recheck and prepare the Good for Construction (GFC) accordingly.
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 flow charts indicating the various steps
in the design process.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 46

For the design of overlays for the existing 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.
Appropriate and most suited techniques of pavement design and rehabilitation should
be duly considered.

The pavement design task shall also cover working out the maintenance and
strengthening requirements and periodicity and timing of such treatments. The
maintenance requirements would be identified and evaluated for a period of 5 years
after rehabilitation, together with the bill of quantities and the cost estimates.

4.7.5 Design of Embankments

The embankments design should provide for maximum utilization of locally available
materials consistent with economy. The Consultant shall carry out detailed analysis and
design for all embankments of height greater that 6 m based on relevant IRC
publications. The design of embankments should include the requirements for
protection works and traffic safety features.

4.7.6 Design of Bridges, Flyovers and Structures

The Consultant shall prepare General Arrangement Drawing (GAD) and Alignment Plan
(Horizontal & Vertical) showing the salient features of the new 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 (as provided by the Authority), cost
effectiveness and ease of construction etc. The GAD shall be supplemented by
preliminary designs. In respect of span arrangement and type of bridge, flyovers a few
alternatives with cost-benefit implications should be considered and the best alternative
is to be adopted. The Consultants shall also carry out the design and make suitable
recommendations for protection works for bridges and drainage structures, wherever
required or found inadequate. For analysis purpose if any soft ware is used, the
consultant should made it available to the authority for reviewing the design.

Subsequent to the approval of the subproject, the Consultant shall undertake detailed
design for all components of the bridges, flyovers and structures. The Consultant shall
undertake detailed design for suitable protection works and/or river training works
wherever required.

Suitable repair/ rehabilitation measures shall be suggested in respect of the existing


structures as per IRC-SP:40 along with their specifications, drawings and cost estimate
in the form of a report. The rehabilitation or reconstruction of the structures shall be
suggested based on broad guidelines for rehabilitation and strengthening of existing
bridges contained in IRC-SP:35 and IRC-SP:40.

4.8 Drainage System

The requirement of roadside drainage system and the integration of the same with
proposed cross-drainage system shall be worked out for the project road sections. In

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 47

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 cutting section. The drainage provisions shall
also be worked out for road segments passing through urban areas. The designed
drainage system should show locations of turnouts/outfall points with details of outfall
structures fitting into natural contours.

4.9 Traffic Safety Features, Road Furniture and Road Markings

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.

4.10 Miscellaneous Works

The Consultants shall suggest suitable sites forbus parking, truck laybyes, 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.

The Consultants shall prepare detailed plan for the traffic management and safety
during the construction period.
4.11 Estimation of Quantities and Project Costs

The Consultants shall prepare detailed estimates for quantities (considering designs
and mass haul diagram) and project cost for the entire project (the consultant may
create civil packages and provide package wise costing), including the cost of
environmental and social safeguards proposed based on MORTH’s Standard Data Book
and market rate for the inputs or latest SOR for Road & Bridge Works, Tripura. The
estimation of quantities and costs would have to be worked out separately for each civil
work package.

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. The cost estimates shall be
benchmarked with contracts with similar conditions in order to get a more realistic cost
estimate.

4.12 Economic Analysis

The subproject will have clear economic rationale. The economic rationale includes an
analysis of the market for the subproject’s output and assesses its demand. The
problem to be address by subprojects should be defined, together with identification of
options for technical solutions.

The subproject will be cost effective. This usually involves a review of technical options
available to address the identified problem and selecting the least cost option.
Alternatively, economic efficiency may be demonstrated by the calculation of economic

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 48

internal rate of return based on “with and without” subproject basis which will be equal
to or higher than 9%.

4.13 Safeguards – Environmental

The Consultants will collect environmental data, assess environmental impacts and
propose mitigation measures in compliance with Government of India for projects
proposed to be funded by MORT&H/ Central Government/ State Government. In respect
of projects proposed to be funded by EAP’s like ADB/World Bank/MDBs loan assistance,
Environmental Assessment Requirements, Environmental Guidelines for selected
infrastructure projects of that particular agency shall be followed.

The Consultants will furnish any relevant information required for obtaining clearance
from various state and central government agencies such as:

i. Consultant will assist PWD(R&B) Department in the submission of application and


required documents for the Forest Clearance, where necessary.
ii. If required, to assist PWD(R&B) Department in the submission of forms and
documents for obtaining Environmental Clearance for the project, where
necessary.
iii. Assistance to PWD(R&B) Department in submission for any other clearance
requirements with respect to the environmental components relevant to the
project.

4.14 Safeguards – Social

Social impacts will be assessed, and mitigation measures shall be proposed in


compliance with government guidelines, regulations, and policies. Consultants will
prepare relevant social safeguard planning documents which may include Resettlement
Framework, Resettlement Plan, and Land Acquisition Due Diligence Report etc.

4.15 Procurement & Capacity Building

The Consultant’s expert will be required to prepare bidding document as per


PWD/CPWD/Borrower agency guidelines and the Consultants will provide support to
the Department in bid evaluation, to resolve pre-bid queries and the award of civil
works contracts and build the capacity of PWD(R&B) Department on procurement.

4.16 Reports to be submitted by the Consultant

All reports, documents and drawings are to be submitted separately for each of the
subprojects and shall include soft copies in editable formats of the final version of all
documents including drawings etc. The analysis of data and the design proposals shall
be based on the data derived from the primary surveys and investigations carried out
by the appointed agency/ consultant by the Authority during or before the period of
assignment. The sources of data and model relationships used in the reports shall be
indicated with complete details for easy reference.

The Consultants will submit the Quality Assurance Plan and the Inception Report within
15 (fifteen) days from the date of commencement of services.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 49

4.17 Quality Assurance Plan (QAP) Document


The QAP document should cover all aspects of updated status on pertinent field
studies, investigations design and economic 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
shall be furnished regarding the details of personal who shall be responsible for
carrying out/preparing and checking/verifying various activities forming part of project
preparation, since inception to the completion of work.

4.18 Inception Report (IR)


The report shall cover the following major aspects:

i. Project appreciation.
ii. Detailed methodology to meet the requirements of the TOR; 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
iii. Task Assignment and Manning Schedule.
iv. Work programme.
v. Proforma for data collection.
vi. Draft design standards.
4.19 Feasibility Report
The consultant shall commence the Feasibility Study of the project assigned to them in
accordance with the accepted IR and the report shall contain the following:
i. Executive summary
ii. Overview of the PWD (R&B) 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. Economic analysis
xii. Conclusions and recommendations

4.20 Strip Plan & Clearances


The Consultant shall submit the following documents:
i. Details of the center line of the proposed widened road along with the existing
and proposed right-of-way limits to appreciate the requirements of land
acquisition.
ii. The information concerning the area including ownership of land to be acquired
for the implementation of the project shall be collected from the revenue and
other concerned authorities and presented along with the strip plans.
iii. Strip plans showing the position of existing utilities and services indicating clearly

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 50

the position of their relocation.


iv. Details for various clearances such as environment and forest clearances.
v. Separate strip plan showing shifting / relocation of each utility services in
consultation with the concerned local authorities.
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.
vii. Detail schedules for acquisition of additional land and additional properties in
consultation with the revenue authorities; and
viii. Land Acquisition Plan shall be prepared after digitization of cadastral / land
revenue maps. The digitized map shall exactly match the original map, like a
contact print, since the dimensions and area of plots, or the whole village is to be
extracted from the map itself. An accuracy of 1mm or higher in a 1:1000 scale
map shall be ensured, as this translates into an accuracy of 1 m or higher on
ground.
ix. The strip plans and land acquisition plan shall be prepared on the basis of data
from reconnaissance and detailed topographic surveys.

The Report accompanying the strip plans should cover the essential aspects as given
under:
I. Kilometre-wise Land Acquisition Plan (LAP) and schedule of ownership thereof
and Costs as per Revenue Authorities and also based on realistic rates.
II. Details of properties, such as buildings and structures falling within the right-of
way and costs of acquisition based on realistic rates.
III. Kilometre-wise Utility Relocation Plan (URP) and costs for relocation per civil
construction package as per concerned authorities.
IV. Kilometre-wise account in regard to felling of trees of different type and girth and
value estimate of such trees based on realistic rates obtainable from concerned
District Forest office.
V. 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 finalised in consultation with the authority or his authorised
representative officers.
VI. Kilometre-wise Strip Plans for section (Package) shall be prepared separately for
each concerned agency and suggested by the authority or his authorized
representative officers.

4.21 Land Acquisition Plan & Report

A. Consultant shall submit a detailed land acquisition plan that provides details on
kilometre-wise land acquisition requirements, all required details and draft
notifications.
B. The Land acquisition plan and report shall be prepared and submitted for each
Road. Details shall also be submitted in land acquisition proforma to be supplied by
the PWD (R&B).
C. The Land Acquisition Plan shall be prepared after digitization of cadastral/land
revenue maps as per clause of this TOR
i. Land parcels identification should be verified by superimposing the proposed
road corridor RoW on the geo-located cadastral map to ensure all affected land
parcels have been accounted for and land area to be acquired is accurately
determined
D. The land acquisition plan shall present details concerning the land area to be
acquired in conjunction with the strip plan:

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 51

i. Kilometer-wise existing and proposed RoW on either side of the proposed


centerline
ii. Detail schedules of additional land to be acquired, land ownership and other
required details as per revenue records
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
v. Detail schedules for acquisition of additional land and additional properties in
consultation with the revenue authorities.
vi. All required details on land parcels to be acquired
vii. Copies of draft 3a and 3A notifications.

E. The land acquisition report should be prepared in consultation with affected


persons, non-governmental organizations and concerned government agencies and
should cover land acquisition and resettlement plan and estimated costs of
resettlement and rehabilitation of affected persons.
F. The consultant will prepare all other relevant documents required for Land
acquisition and will assist the PWD officials in land acquisition process.
4.22 Utility Relocation Plan
A. The consultant shall prepare a kilometre-wise Utility Relocation Plan (URP) and
costs for relocation per civil construction work as per estimates from concerned
authorities
B. The utility relocation shall contain details regarding:
i. All utilities identified in the existing and proposed road RoW such as water-
mains, telephone, telegraph and electricity poles
ii. Those utilities that will require shifting to enable construction of the project
road
iii. All necessary details required for submission of utilities shifting proposals to
the concerned user agencies
iv. Copies of utilities shifting proposals made to the concerned user agencies
along with suggested relocation of services along with their crossings across
the project road at designated locations as required
v. Details of consultations made with local people and user agencies
vi. Preliminary scheme for shifting and cost estimates for shifting as per the
concerned authorities
vii. Separate strip plan showing shifting/ relocation of each utility services
prepared in consultation with the concerned local authorities
viii. Draft map and plans showing road centerline, existing right of way, proposed
right of way, pertinent topographic details and existing and proposed location
of utilities

4.23 Statutory Clearances Report

A. 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
B. The clearances report shall include kilometre-wise requirement of all clearances
required presented along with the strip plan including, but not limited to:
i. Requirements for environmental clearances along the project road
C. Requirements for forest clearances including type of forest affected, extent of land
area needing diversion. The consultant shall also prepare KML/ Shape file and other
related documents required for online submission of forest land diversion proposal
to the PARIVESH Portal of MOEFCC. The consultant shall be liable to assist the client
during the process of diversion of forest land through online & offline mode.
i. Requirements for wildlife clearances

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 52

ii. Requirements for CRZ clearances


iii. ROB/ RUBs along the project corridor to be constructed, widened or modified
in any form requiring clearances from the railways
D. The clearances report shall also include:
i. Details of proposals made to concerned agencies and departments
ii. Date of submission of clearances proposals, Environmental impact assessment
report to the competent authority
iii. Copies of all actual clearance proposals made or drafts of proposals yet to be
submitted
iv. Information regarding points of contact, current status of proposals made, key
issues raised and clear next steps to obtaining clearances
E. The consultant shall also assist in attending to queries raised/ furnishing of
clarifications towards securing applicable clearances.
4.24 Draft Detailed Project Report (DPR)
I. The draft DPR Submission shall consist of construction road wise Main
Report, Design Report, Materials Report, Engineering Report, Drainage Design
Report, Economic and Financial Analysis Report, Environmental Assessment
Report including Resettlement Action Plan (RAP), road wise Drawings.
II. The Report volumes shall be submitted as tabulated in TOR.
III. The Documents and Drawings shall be submitted for the road and shall be in
the following format:
Reports:

1. 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.
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.
2. 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 and
cross-drainage structures. The sub-soil exploration report including the complete
details of boring done, analyses and interpretation of data and the selection of design
parameters 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.
3. 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 on maps and charts and also the
estimated quantities with mass haul diagram/ haulage chart including possible end

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 53

use with leads involved, the details of sampling and testing carried out and results in
the form of important index values with possible end use thereof. This should be
guided by the latest SORs being followed in Tripura for Road & Bridge works.
The materials Report shall also include details of sampling, testing and test results
obtained in respect physical properties of sub grade 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. 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.

4. Volume - IV,Environmental Assessment Report including Environmental


Management Plan (EMP) & Resettlement Action Plan (RAP): The Report shall be
prepared conforming to the Guidelines of the Government of India, State Government
and World Bank / ADB as appropriate for construction package.
5. Volume - V, Technical Specifications: The MORT&H’s Technical Specifications for
Road and Bridge works shall be followed for this study. However, Volume IV:
Technical Specifications shall contain the special technical specifications which are
not covered by MOST Specifications for Roads and Bridges (latest edition / revision)
and also specific quality control norms for the construction of works.

6. Volume - VI,Rate Analysis: This volume will present the haulage chart & analysis of
rates for all non-schedule items of works where SOR is silent. 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.
This should be guided by the latest SORs being followed in Tripura for Road & Bridge
works.
7. 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.

8. Volume - VIII,Bill of Quantities: This volume shall contain the package-wise detailed
Bill of Quantities for all items of works.

9. Volume - IX,Drawing Volume: All drawings forming part of this volume shall be ‘the
General Arrangement Drawings (GAD’s) only. 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 General Arrangement Drawings for the following:

a. Horizontal Alignment and Longitudinal Plan & Profile Drawings

b. Profile Cross-section @ 25 m interval along the alignment within ROW

c. Typical Cross-Sections with details of pavement structure. General Arrangement


Drawings for individual Culverts and Cross Drainage Structures.

d. General Arrangement Drawings for individual Bridges and Structures.


e. General Arrangement Drawings for Improvement of At-Grade and Grade-Separated
Intersections and Interchanges.

f. Drawings for Road Sign, Markings and other Facilities.

g. Schematic Diagrams (linear chart) indicating but be not limited to be following:

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 54

h. Widening scheme.

i. Locations of median openings, intersections, interchanges, underpasses,


overpasses, bypasses.

j. Locations of service roads.

k. Location of traffic signals, traffic signs, road markings, safety features; and,

l. Locations of toll plaza, parking areas, weighing stations, bus-bays, rest areas, if any.

m. Drawings for Bus Bays, Parking areas, Rest areas, etc. All drawings will be prepared
in A2 size sheets. The format for plan, cross section and profile drawings shall be
finalized in consultation with the authority or his authorized representative
officers. The drawings shall also include details of all BM and reference pillars (as
per survey drawing provided by the Authority), HIP and VIP. The co-ordinates of all
points should be referenced to a common datum, preferably GTS referencing
system. The drawings shall also include the locations of all traffic safety features
including traffic signals, signs, markings, crash barriers, delineators and rest areas,
bus bays, parking areas etc.

n. The typical cross-section drawings should indicate the scheme for future widening
of the carriageway. The proposed cross-sections of road segment passing through
urban areas should indicate the provisions for pedestrian movements and suitable
measures for surface and sub-surface drainage and lighting, as required.

o. The consultant shall deliver the final road alignment geometry, proposed roadway
model with all the required features as proposed in TOR.

p. The consultant shall also provide digital versions (soft copy on a CAD) of all
drawings stated in the TOR.

4.25 Final Detailed Project Report, Documents and Drawings

(i) The Final Road-wise DPR consisting of all the volumes of DDPR incorporating all
revisions deemed relevant following receipt of the comments from the authority or
his authorised representative officers on the draft DPR shall be submitted as per the
schedule given in TOR.The DPRs may be vetted from NIT/IIT (Guwahati/Delhi
/Bombay/ Kanpur/ Kharagpur/ Madras/ Roorkee)as per requirement of PWD case to
case basis and the fee for the same shall be reimburse the Project Planning Design &
Management Consultant based on necessary documents and nothing extra shall be
payable on this account..
(ii) The consultant should submit any other reports/documents or plans as mentioned in
TOR.
4.26 Preparationof Bid Documents
The selected agency shall prepare the bid document as per Standard Bid document of
PWD Tripura or as per procurement guidelines of borrower agency for works, goods
and plant, non-consulting and consulting services.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 55

4.27 Evaluation of Bids


The selected agency shall setup a systematic process of assessing and comparing the
proposals submitted by potential suppliers, contractors, or service providers in
response to a solicitation or request for bids. This process is essential in determining
the most suitable and competitive offer for a particular project or procurement. The
bids should be evaluated as per conditions laid down in the bidding document and as
per PWD/CPWD manuals and DFPRT guidelines.
The Consultant shall provide all technical assistance in providing any further
clarifications, details on designs and drawings required by the contractor(s) during the
execution stage and any quires raised by the contractor(s)

Consultant should provide any further drawings, design, Estimates if required due to
change in scope during execution of the project specifications or details which may be
required during execution of the work.

Provide necessary documents for approval from any statutory body/local Govt. Body
like Pollution Control Board, Environmental clearance etc. as applicable to this project
for execution of work or for designs/drawings of the scheme.
Provide BOQ, Specifications, detailed analysis for any extra /substituted items and its
justification
4.28 Prepare&Designs3D Views/ Walkthroughs/Animations/AV Clips of Projects
PPDMC should prepare multimedia representation and visualization techniques for
project development and presentation. Need to coordinate with the respective teams.
This comprehensive approach utilizes various visual elements to convey the
conceptualization, design, and features of a project. Here's an elaboration of each
component:

I. Designs:
Architectural and Engineering Designs: Detailed visual representations of the project's
physical structures, layouts, and engineering components.

Blueprints and Schematics: Technical drawings illustrating the spatial arrangement,


dimensions, and features of the project.

II. 3D Views:
Three-Dimensional Models: Prepare Computer-generated models that provide a
realistic representation of the project, offering depth and perspective.

Virtual Renderings: 3D visualizations that showcase the project from various angles,
allowing stakeholders to better understand its spatial characteristics.

III. Walkthroughs:
Virtual Tours: Interactive, computer-generated simulations that enable stakeholders to
"Walk Through" the project virtually.

Navigation through Spaces: Visualization of the project's interior and exterior spaces,
offering a sense of scale, design, and functionality.

IV.Animations:
Dynamic Presentations: Animated sequences illustrating different phases of the
project, construction processes, or operational scenarios.
Visualizing Changes over Time:Animations that depict how the project evolves or
operates over time.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 56

V. AV Clips (Audio-Visual Clips):


Project Presentations: Multimedia presentations incorporating visual and audio
elements to effectively communicate the project's key features and benefits.

Project Narration: Voiceovers or audio explanations complementing the visual elements


to enhance understanding.

TERM OF REFERENCES & SCOPE OF SERVICES

SECTION – B (BUILDING)

5.1 Objective of the Assignment:

(i) The objectives of the Project Planning, Design & Management Consultancy (PPDMC)
under the Public Works Department (Buildings) encompass the provision of
comprehensive services for various projects funded by Central and State Government
schemes in the infrastructure (building) sector for different State Government
departments. PPDMC will provide handholding support to the department for its
various ongoing activities on day-to-day basis and to strengthen the decision making
and implementation process in a timely manner. PPDMC will be responsible for
delivering a wide range of services, including preparation of planning of the entire site,
analyze the detailed survey & sub-soil investigation, preparation of architectural design,
Landscaping, complete Interiors & furniture layout, other associated structure, Design
Basis Report & detailed structural and services drawings, GRIHA rating green building
compliance, preparation of necessary documents for obtaining approval against the
projects from the local authorities & funding agencies, preparation of DPR, detailed cost
estimate, preparation of tender documents and providing technical assistance by
addressing clarifications, providing additional details, designs, and drawings required
during the execution stage, addressing any queries raised by contractors regarding
project components and services/utilities alignment with contractual provisions.
(ii) Model Structure for Project Planning Design & Management Consultancy (PPDMC)
Services Interface:
PROJECT IMPLEMENTING PROJECT PLANNING DESIGN
CLIENT: DIFFERENT STATE
AGENCY/ EMPLOYER: & MANAGEMENT
GOVERNMENT
PWD (BUILDING), TRIPURA CONSULTANT
DEPARTMENT, TRIPURA

EXECUTION CONTRACTOR

5.2 Scope of Work:

5.2.1 Preliminary Stage:

5.2.1.1 Preliminary Concept Report:

The Project Planning Design & Management Consultant shall

(i) Furnish a site evaluation and analysis report with basic approach to Circulation,
activity, distribution and interaction and external linkage.

(ii) The Consultant shall analyse the Topographic Survey Drawings & Soil Investigation
Report provided by PWD, GOVERNMENT OF TRIPURA. The Project Planning Design

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 57

&Management Consultant is also responsible for collection of any data/information


which he may need for his design from any relevant source including (but not limited
to) statutory bodies, Power Distribution companies etc.
(iii) Report on identification of Ultimate disposal point, intermediate rainwater harvesting
system and Source/availability of electricity, water and other services.
(iv) In case of project requirement or as per the requirement of MOEF/State Govt.
authorities, the Project Planning Design & Management Consultant shall Conduct
Environmental Impact Assessment (EIA) & furnish preliminary report on environmental
impact of the project and finalize it after discussion with the client/employer clearly
outlining the measures required for mitigating the adverse impact. Necessary
documents for Environment Clearances from MOEF/State Govt. Authorities, etc. shall
be prepared by the Project Planning Design & Management Consultant.
(v) Prepare site plan (layout plan) showing contours, features and services and facilities
available, general layout of buildings and services, preliminary sketch and design with
drawing, giving details of useful areas, services areas, circulation area and total plinth
area identifying soil condition, climatic condition and preliminary estimate to provide
information in respect of magnitude of work and its component and service and cost
of all such items involved. The Project Planning Design & Management Consultant
should submit the preliminary design and design basis Report and modify it if
considered necessary by PWD, Government of Tripura or Client Department. Site
inspections for finalization of above details shall be conducted by the Project Planning
Design & Management Consultant. The Public Works Department (PWD) will extend the
necessary logistical support for site visits outside the jurisdiction of the Agartala
Municipal Corporation (AMC) area.No additional charges in respect thereof shall be due
or payable.
(vi) Prepare plinth area rate estimate as per CPWD norms. The estimate shall also include
the non-PAR items on prevailing market rate along with justification, specification.
(vii) Obtain the approval of PWD, GOVERNMENT OF TRIPURA/client of (v &vi) above and
provide softcopy and hard copies of the Document to PWD.
(viii) Preparation & submission of models (in the desired scale) and perspective views of the
complete scheme as per requirement of PWD, GOVERNMENT OF TRIPURA/Client.
(ix) The Project Planning Design & Management Consultant shall prepare and give
presentations [Design, Plan, 3D Views/ Walkthroughs/Animations/AV Clips] on the
schemes as and when required by PWD, GOVERNMENT OF TRIPURA/Client and shall
incorporate the changes desired by PWD, GOVERNMENT OF TRIPURA / Clients without
any extra cost.

5.2.1.2 Preliminary Planning:

(i) Prepare Master Plan of entire complex/site and its approval from all authorities.

(ii) The Project Planning Design & Management Consultant shall coordinate between
various state agencies and other stakeholders in order to incorporate
requirements and considerations. The Project Planning Design & Management
Consultant shall coordinate preliminary design of all components of proposed
structures with other stakeholders.
Preliminary planning of all internal and external utility services like water supply,
sewerage/STP, storm water drainage, electrical, HVAC (Heating, Ventilation and Air-
conditioning) Fire Alarm & Fire-fighting appliances, Gas manifold, acoustics, telephone
conduit, PA system, internet system, street/compound lighting landscaping, Rain
water harvesting, development plans showing roads, paths, parks, paved areas,
drains, culverts, compound walls, external lighting, Electrical sub-station, DG sets,
Lifts, interior design and graphic signage, security system, IT & telecommunication

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 58

system etc. indicating scope, specifications and costs separately of such sub-head
following respective codes, NBC guidelines, GRIHA Rating and ECBC Norms. The scope
of work shall be as defined above, however, PWD, GOVERNMENT OF TRIPURA reserves
the right to exclude any of the above services from the scope of the Project Planning
Design & Management Consultant’s work.
(iii) Collection of all data regarding existing services in the area like Sewer, Power, Water
supply, Roads.
The Project Planning Design & Management Consultant shall also conduct a survey
regarding number and type of existing trees at proposed site if necessary. The master
plan/ layout of buildings/ amenities shall be prepared in such a way that the
maximum number of existing trees can be retained at site.

The Project Planning Design & Management Consultant shall provide above details in
writing for approval of the Engineer-in-charge along with tree planting and
transplanting scheme as per the requirement of the project site.

(iv) Integration of Site Services with existing services in the area like Sewer, Power, Water
supply, Roads. This requires liasoning with statutory authorities.
(v) Prepare & Designs 3D Views/ Walkthroughs/Animations/AV Clips of Projects
PPDMC should prepare multimedia representation and visualization techniques for
project development and presentation. Need to coordinate with the respective teams.
This comprehensive approach utilizes various visual elements to convey the
conceptualization, design, and features of a project. Here's an elaboration of each
component:

(a) Designs:
Architectural and Engineering Designs: Detailed visual representations
of the project's physical structures, layouts, and engineering
components.

Blueprints and Schematics: Technical drawings illustrating the spatial


arrangement, dimensions, and features of the project.

(b) 3D Views:
Three-Dimensional Models: Prepare Computer-generated models that
provide a realistic representation of the project, offering depth and
perspective.

Virtual Renderings: 3D visualizations that showcase the project from


various angles, allowing stakeholders to better understand its spatial
characteristics.

(c) Walkthroughs:
Virtual Tours: Interactive, computer-generated simulations that enable
stakeholders to "Walk Through" the project virtually.

Navigation through Spaces: Visualization of the project's interior and


exterior spaces, offering a sense of scale, design, and functionality.
Animations:

Dynamic Presentations: Animated sequences illustrating different phases


of the project, construction processes, or operational scenarios.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 59

Visualizing Changes over Time: Animations that depict how the project
evolves or operates over time.

(d) AV Clips (Audio-Visual Clips):


Project Presentations: Multimedia presentations incorporating visual and
audio elements to effectively communicate the project's key features and
benefits.

Project Narration: Voiceovers or audio explanations complementing the


visual elements to enhance understanding.

(vi) Prepare the DPR covering the following:

a. Detailed Architectural & flowchart drawings.


b. The Project Planning Design & Management Consultant shall prepare a Design
Basis Report for all components including services should be vetted from
NIT/IIT: (Delhi/Bombay/Kanpur/Kharagpur/Madras/ Roorkee) as per
requirement of PWD case to case basic, that are part of this agreement. The
Project Planning Design & Management Consultant shall identify necessary
existing conditions, soil condition, climatic condition, seismic zone and usage
requirement in considerations while formulation the design basis report.
c. The Project Planning Design & Management Consultant shall provide Detailed
Technical Specification of each work as a part of the Design Report which will
act as a reference for the Contractor(s) to carry out detailed activities during
execution.
d. Bills of quantities based on preliminary design of various components duly
priced along with take-off sheets. All estimates shall be prepared on the basis
of latest Tripura schedule of rates [Building work, Road works, DWS works, &
Internal Electrification works], norms wherever applicable and on the basis of
market rate analysis where and CPWD: DSR (latest schedule)/ SoR, Tripura
schedule of rates etc. are not applicable. These estimates should be
comprehensive and should include all items as per drawings and specifications.
Detailed analysis for the item not included in state schedule of rates/DSR etc.
shall have to be submitted.
e. The Project Planning Design & Management Consultant may include provision
for physical and price contingencies, during construction and other financing
costs etc. The Project Planning Design & Management Consultant shall prepare
the Cost estimates and BoQ for the purpose of assistance in tendering process
for contractor(s). The Project Planning Design & Management Consultant shall
be responsible for accuracy of the BoQ items.
The Project Planning Design & Management Consultant shall supply soft copy
and hard copies of the same with the preliminary drawings to PWD,
GOVERNMENT OF TRIPURA.
f. Submit market rate analysis for Non-Schedule Items supported with
Quotations.
g. Submit the proposal to local body complete as per requirement of local bodies
including preparation of Model/Presentation of Model etc. if any for obtaining
approval from local authorities.
h. Provide necessary documents to obtain the approval of layout plan & drawing
from the competent authority, statutory body, if necessary, according to the
local Acts, laws, Regulations etc. and make any changes desired by such
authorities. The approved/modified layout plan and drawings are to be
submitted to PWD, GOVERNMENT OF TRIPURA.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 60

i. The Project Planning Design & Management Consultant will incorporate eco-
friendly building materials, low VOC paints energy efficient equipment &
fixtures etc. as per prevailing government rules: ECBC norms & GREHA rating.
j. The Project Planning Design & Management Consultant shall incorporate the
principles of Life Cycle cost in the design in line with GFR Rules 2017-Rule No
136.
k. To prepare & submit Tender Documents to call tender for appointment of
Contractor, Scope of work, Tender Drawings, BOQ, Estimates, Specifications,
Design Basis Report, Stage Payment schedule, Schedule of Finishes, List of
makes etc.
The payment schedule shall include all the items of work which are required to
be executed as per the scope of work of the project.
l. Preliminary Electrical/Mechanical Drawings / Design Calculations for all the
components of the schemes including getting approvals from the concerned
authorities.
m. Detailed Technical specifications for all the non-scheduled items proposed in
the schemes.
n. Any other drawings/information’s/details required for completion and
execution of work but not mentioned above.
o. The Project Planning Design & Management Consultant shall discuss all the
points/shortcomings/new requirements, if any with the Local bodies/ Govt.
Authorities/PWD, GOVERNMENT OF TRIPURA/ client Department/
State/Central Govt. and shall take their concurrence on all the observations.
p. If any new component is to be added to the scheme, the Project Planning
Design & Management Consultant shall collect all the data, shall get done all
the surveys/investigations/tests required for the planning/designing of
additional component and nothing extra shall be payable on this account.
q. Undertake site visits or to attend meetings to collect details/data/information
required for planning purposes, holding necessary discussions with PWD,
GOVERNMENT OF TRIPURA/Clients representatives/local bodies and obtaining
requirements of the Project and attending meetings with officials of Local
bodies/Govt. Authorities/State/PWD, GOVERNMENT OF TRIPURA/Central Govt.
or any other agency, as and when required. The Public Works Department
(PWD) will extend the necessary logistical support for site visits outside the
jurisdiction of the Agartala Municipal Corporation (AMC) area.No additional
charges in respect thereof shall be due or payable.
r. Preliminary Design Services are required for reviewing the alignment, locations,
and construction methodology, finalize packaging of civil work and other
works, prequalification of contractor for civil works, preparation of tender
documents for civil and other works including preliminary designs and bid
process management.
s. Interaction and Coordination with Client team on preliminary designs and
tender documents etc.
t. Prepare detailed coordinated construction schedule.
u. Preliminary designs for civil work must be consistent with system designs and
be good for tender document. This will cover all scope as defined in tender
documents including Estimation of cost of all packages/works.
v. Project Planning Design & Management Consultant shall ensure that all the
approved makes for each respective items to be used in the works are

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 61

proposed by them, Make in India (MII) only as per the norms of minimum local
content required as defined in public procurement (preference to make in
India) order 2017 or any subsequent revision.
In case, where reputed MII makes are not available, names of only
imported/foreign makes shall not be specified, instead requisite specifications
of the materials shall be given in the tenders.

5.3 Preparation of Bid Document & Evaluation of Bids:


The Project Planning Design & Management Consultant shall prepare the bid document as
per Standard Bid document of PWD Tripura or as per procurement guidelines of borrower
agency for works, goods and plant, non-consulting and consulting services.

The selected agency shall setup a systematic process of assessing and comparing the
proposals submitted by potential suppliers, contractors, or service providers in response to
a solicitation or request for bids. This process is essential in determining the most suitable
and competitive offer for a particular project or procurement. The bids should be evaluated
as per conditions laid down in the bidding document and as per PWD/CPWD manuals and
DFPRT guidelines.

5.4 Working Drawing Stage:

The preparation of detailed working drawings with details incorporating services with
respect to schedule of quantities as per DPR.

This will include:

(i) To prepare & submit Different types of Design Basis Report for Building Construction
Projects:

In building construction projects, different types of Design Basis Reports (DBRs) are
prepared to cover various aspects of the project. Each type of DBR provides detailed
guidelines and specifications for a specific system or component. Some of the key
types:

(a) Structural Design Basis Report (SDBR)


 Focus: Structural integrity of the building
 Contents: Load calculations, material specifications, structural analysis,
foundation design, beam and column design, lateral load design.

(b) Mechanical Design Basis Report (MDBR)


 Focus: Mechanical systems
 Contents: HVAC systems, plumbing, fire protection, mechanical equipment
specifications, system layouts.

(c) Electrical Design Basis Report (EDBR)


 Focus: Electrical systems
 Contents: Power distribution, lighting systems, communication systems,
electrical load calculations, wiring diagrams.

(d) Sanitary Design Basis Report


 Focus: Sanitary systems
 Contents: Design of sanitary waste disposal systems, septic tanks, sewage
treatment plants, pipe sizes and materials, system layout.
(e) Plumbing Design Basis Report
 Focus: Plumbing systems

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 62

 Contents: Water supply systems, piping, fixtures, fittings, water pressure


calculations, hot and cold water systems.

(f) Drainage Design Basis Report


 Focus: Drainage systems
 Contents: Storm water management, drainage pipes and channels,
infiltration systems, flood risk assessment, system layout.

(g) Fire Safety Design Basis Report (FSDBR)


 Focus: Fire protection and safety
 Contents: Fire detection and alarm systems, sprinkler systems, fire exits
and evacuation plans, compliance with fire safety codes.
(h) Environmental Design Basis Report (EnvDBR)
 Focus: Environmental considerations
 Contents: Energy efficiency measures, sustainability practices,
environmental impact assessments, waste management plans.
(i) Geotechnical Design Basis Report (GDBR)
 Focus: Soil and foundation analysis
 Contents: Site soil conditions, foundation design, earthworks, ground
improvement techniques, geotechnical investigation results.

(j) Architectural Design Basis Report (ADBR)


 Focus: Architectural design
 Contents: Building layout, floor plans, elevations, aesthetics, compliance
with architectural standards and codes.

(k) Construction Design Basis Report (CDBR)


 Focus: Construction methods and management
 Contents: Construction schedules, methods, quality control measures,
safety protocols, resource planning.

(l) Transportation Design Basis Report


 Focus: Transportation facilities
 Contents: Design of access roads, parking areas, traffic management,
pedestrian pathways, public transport integration.

(m) Structural Health Monitoring (SHM) Design Basis Report


 Focus: Structural health monitoring systems
 Contents: Installation of monitoring sensors, data collection methods,
analysis of structural integrity over time, maintenance plans.
Each type of DBR is essential to ensure that specific aspects of the building
construction project are thoroughly planned, designed, and executed to meet the
desired standards and regulations.

(ii) To prepare & submit good for construction architectural drawings as per
requirement of Local bodies Authorities/PWD, GOVERNMENT OF
TRIPURA/State/Central Govt. & provide necessary clarifications/details of the
Project.
(iii) To prepare & submit detailed Structural designs of various components of buildings
/structures and MEP/Services drawings. All the Structural, MEP/Services drawings
may be vetted from NIT/IIT (Delhi /Bombay/ Kanpur/ Kharagpur/ Madras/ Roorkee)
as per requirement of PWD case to case basis and the fee for the same shall be
reimbursed the Project Planning Design & Management Consultant based on

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 63

furnishing supporting necessary invoice copy and nothing extra shall be payable on
this account.
(iv) Project Planning Design & Management Consultant shall also sign over the Good for
construction Architectural, structural, MEP/Services drawings.
(v) Supply to PWD, GOVERNMENT OF TRIPURA necessary copies of the detailed working
architectural drawings for use during execution of work.

5.5 Construction Stage:

(i) The Project Planning Design & Management Consultant shall provide all technical
assistance in providing any further clarifications, details, designs and drawings
required by the contractor(s) during the execution stage and any quires raised by the
contractor(s) for all components & services/utilities.

(ii) Supply to PWD, GOVERNMENT OF TRIPURA such further drawings, specifications or


details which may be required for proper execution of work.

(iii) Provide necessary documents for approval from any statutory body/local Govt. Body
like Pollution Control Board, Environmental clearance etc. as applicable to this
project for execution of work or for designs/drawings of the scheme.
(iv) Carrying out all modifications /deletions /additions / alterations /in design/ drawing
/documents as required by Local Bodies Authorities/State / PWD, GOVERNMENT OF
TRIPURA /Central Govt. or any other authorities as applicable for proper execution
of works at site till completion and handing over of the project to the client.
(v) Provide BOQ, Specifications, detailed analysis for any extra /substituted items and its
justification.
(vi) Undertaking site visits (within Agartala Municipal Area [AMC]) or to attend meetings
as and when required by the Authority during execution of the project to ensure
adherence of execution as per detailed drawings and specifications, including sorting
out problems and issue necessary clarifications at site including preparation &
submission of additional drawings and details for proper execution of work at site
shall have to be done by the Project Planning Design & Management Consultant and
shall be covered within his quoted fees and nothing extra shall be payable on this
account. The Public Works Department (PWD) will extend the necessary logistical
support for site visits outside the jurisdiction of the Agartala Municipal Corporation
(AMC) area.No additional charges in respect thereof shall be due or payable.hin
(vii) The Project Planning Design & Management Consultant shall provide all technical
assistance for obtaining GRIHA/ Green Building Certification.
(viii) Assist PWD, GOVERNMENT OF TRIPURA in all that may arise out of the contract
entered into, in respect of the projects assigned to them, regarding
clarifications/interpretations, supply of drawings, designs, specifications as and
when required. The Project Planning Design & Management Consultant’s role will be
limited to these clarifications only.
5.6 Note: Planning and Designing in purview of Vulnerability Atlas of India

Vulnerability Atlas of India (VAI) is a comprehensive document which provides


existing hazard scenario for the entire country and presents the digitized
State/Union Territory-wise hazard, maps with respect to earthquakes, winds and
floods for district-wise identification of vulnerable areas. It also includes additional
digitized maps for thunderstorms, cyclones and landslides. The main purpose of
this Atlas is its use for disaster preparedness and mitigation at policy planning and
project formulation stage.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 64

This Atlas is one of its kind single point sources for various stakeholders including
policy makers, administrators, municipal commissioners, urban managers,
engineers, architects, planners, public etc. to ascertain proneness of any
city/location/site to multi-hazard which includes earthquakes, winds, floods
thunderstorms, cyclones and landslides. While project formulation, approvals and
implementation of various urban housing, buildings and infrastructures schemes,
this Atlas provides necessary information for risk analysis and hazard assessment.

The Vulnerability Atlas of India has been prepared by Building Materials and
Technology Promotion Council under Ministry of Housing and Urban Affairs,
Government of India and available at their website www.bmtpc.org

It is mandatory for the bidders to refer to Vulnerability Atlas of India for multi-
hazard risk assessment and includes the relevant hazard proneness specific to
project location while planning and designing the project in terms of:

a) Seismic zone (II to V) for earthquakes


b) Wind velocity (Basic Wind Velocity: 55,50,47,44,39&33 m/s),
c) Area liable to floods and Probable maximum surge height
d) Thunderstorms history
e) Number of cyclonic storms/severe cyclonic storms and maximum
sustained wind specific to coastal region
f) Landslides incidences with Annual normal rainfall
g) District-wise Probable Maximum Precipitation.

5.7 Architectural & Other Details:


The Project Planning Design & Management Consultant will ensure that all design,
drawings, estimates, details, specifications including those of Building Contractor are
sufficient for execution of the Project. In case any drawings, details etc. are lacking in the
opinion of the Building Contractor or Employer, the same shall be providing/ making good the
deficiencies to avoid any delay of the project.

6. Activity to be ensured at Pre-Construction Stage:


(i) Discussions with PWD and Client Department and finalization of project brief including
illustrating the PWD’s requirements.

(ii) Ensure timely submission of detailed Architectural, Structural and Service drawings,
technical submittals viz. material specification sheets, technical literatures, contract
documents for calling of execution tender and ensure that GFC (Good for
Construction) drawings are followed for execution.
(iii) Preparing detailed PERT/CPM charts
(iv) Cash flow chart.
(v) Any other activity that is deemed necessary for the project execution & completion, but
not included in the above-mentioned list shall form the part of scope of work of the
Project Planning Design & Management Consultant and the decision of PWD shall be final
in this regard.

7. Activity to be ensured at Construction Stage:

(a) Attend review meetings, preparation of Power point presentation about the progress
of the project works in terms of various buildings and services.
(b) Provide the Employer with necessary data required for expeditious decision making.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 65

(c) Any other activity that is deemed necessary for the project execution & completion,
but not included in the above-mentioned list shall form the part of scope of work of
the Project Planning Design & Management Consultant and the decision of PWD shall
be final in this regard.

8. Other Responsibilities of Project Planning Design & Management Consultant:

(i) Preparation of Report, Power point presentation, and any modification in work program
schedule [PERT/CPM charts during execution stage], which shall contain technical,
physical & financial information of the project.

9. Obligation of PWD:

(i) The PWD shall designate in writing a representative or representatives, authorized to act
on its behalf with respect to the projects. This designated representative shall interact
with Project Planning Design & Management Consultant on all matters.
(ii) To provide assistance to the extent possible to firm for obtaining necessary data for the
project(s).

(iii) PWD will provide project related survey/ sub-soil investigation data, maps and plans,
survey drawings and other information if available with Government. Although for any
discrepancies and confusion in the data, the consultants should visit the site for
verification. The Public Works Department (PWD) will extend the necessary logistical
support for site visits outside the jurisdiction of the Agartala Municipal Corporation
(AMC) area.
(iv) Monthly attendance report of the Consultant’s personals including Team Leader will be
recorded and to be submitted by the Team Leader to the concerned Superintending
Engineer, (Nodal Officer), P&DU of PWD(R&B) for Road & Bridge sector &Superintending
Engineer, (Nodal Officer), Project Unit of PWD(Buildings) for Building sector.

The payments to the Consultants shall be certified by the concerned Superintending


Engineer, (Nodal Officer), P&DU of PWD(R&B) for Road & Bridge sector &Superintending
Engineer, (Nodal Officer), Project Unit of PWD(Buildings) for Building sector.

10. Deployment Schedule:


The number of positions and duration of deployment of personnel shall be decided and
reviewed and adjusted from time to time by PWD in consultation with the Project Planning
Design & Management Consultant, as may be appropriate for efficient performance of services
provided. The Project Planning Design & Management Consultant shall make adjustment,
effective in the deployment schedule, without delay.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 66

11. Number of Report and Drawing Sets etc. and Copyright:

The Project Planning Design & Management Consultant shall supply one hard copy of the
following documents at free of charge to PWD, GOVERNMENT OF TRIPURA. The Consultant will
provide the necessary soft copies of the following documents as well as design software to the
department for reviewing the design analysis etc.

Sl. Particulars
No.
1. Preliminary report [Master plan, Preliminary Planning including all internal and
external utility services, Preliminary Architectural drawings, Preliminary estimate
etc.]

2. Detail Project Reports with coloured drawings


3. Detailed estimates, Specifications, Design Basis Report and rate analysis of all works
4. Tender documents/tender drawings
5. Drawings and document required for approval from statutory clearance from local
body (AMC), environmental clearance, Fire Department, State / Central Government
bodies (if any) etc.
6. All working architectural drawings, Structural drawings, MEP & Service drawings for
all the components (Good for Construction Drawings) [vetted from NIT/IIT]
7. Submission of Inception Report along with QAP/QMP
8. Monthly Working Report
9. Quarterly Progress
10. Final Report of PPDMC Assignment with services and tasks undertaken/status of task
accomplishment/learning for improvement/way forward
11. Non-Report Type Item: Handover of Procured Furniture and Furnishings, Computers/
Equipment, Accessories, Unused consumables, etc., along with their original relevant
document sets (e.g. procurement processing documents, warranty, insurance, O&M
manuals, etc.), as applicable

The Project Planning Design & Management Consultant shall supply single copy free of charge
to PWD, GOVERNMENT OF TRIPURA all the estimates, details of quantities (BOQ), reports and
any other details envisaged under this agreement, including architectural drawings, structural
drawings, DPR, DBR as indicated above.Any extra sets of documents, drawings, if required PWD,
GOVERNMENT OF TRIPURA shall be reimbursable at agreed cost. All these drawings will
become the property of PWD, GOVERNMENT OF TRIPURA. The drawing cannot be issued to any
other person, firm or authority or used by the CONSULTANTs for any other project. No copies
of any drawing or document shall be issued to anyone except PWD, GOVERNMENT OF TRIPURA
and authorized representative of PWD, GOVERNMENT OF TRIPURA.

12. Responsibilities for Accuracy of Project Proposals:

a) The Project Planning Design & Management Consultant shall be responsible for the accuracy
of the technical / financial data collected and the designs, drawings, quantities and
estimates prepared by him as a part of the project. He shall indemnify PWD, GOVERNMENT
OF TRIPURA & Client against any inaccuracy in the work, which might surface out at the
time of ground implementation of the project. In such an eventuality, the CONSULTANT will
be responsible to correct the drawings including re-investigations etc. as required without
any extra cost implication on PWD, GOVERNMENT OF TRIPURA.

b) The Project Planning Design & Management Consultant shall fully indemnify PWD,
GOVERNMENT OF TRIPURA from and against all claims and proceedings for or on account of
any infringement of any patent right, design, trademark or name or other protected rights in

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 67

respect of any construction plant, machinery work or material used for or in connection with
the work or temporary works.

13. General:
a) The scrutiny of the drawing, and designs by PWD, GOVERNMENT OF TRIPURA’s own
supervisory staff, if any, does not absolve the Project Planning Design & Management
Consultant of their responsibility under the agreement. The Project Planning Design &
Management Consultant shall remain solely responsible for structural soundness of the
design and other services for all provisions of the contract so as to satisfy the particular
requirement of the Architectural specifications.

b) The Project Planning Design & Management Consultant shall supply to PWD, GOVERNMENT
OF TRIPURA soft and hard copies of all documents, instructions issued to Project Planning
Design & Management Consultant, if any, relating to the work, drawings, specifications, bill
of quantities and also other documents as may be required.
c) The Project Planning Design & Management Consultant hereby agree that the fees to be paid
as provided herein will be in full discharge of function to be performed by him and no claim
whatsoever shall be against PWD, GOVERNMENT OF TRIPURA in respect of any proprietary
rights or copy rights on the part of any party relating to the plans, models and drawings.
d) While providing consultancy services, the Project Planning Design & Management Consultant
shall ensure that there is no infringement of any patent or design rights, and he shall be
fully responsible for consequences/any actions due to any such infringement. Project
Planning Design & Management Consultant shall keep PWD, GOVERNMENT OF TRIPURA
indemnified all the time and shall bear the losses suffered by PWD, GOVERNMENT OF
TRIPURA in this regard.
e) All designs and drawings shall be the property of PWD, GOVERNMENT OF TRIPURA. The
name and logo of PWD, GOVERNMENT OF TRIPURA shall be predominantly displayed on all
the drawings and documents. The Project Planning Design & Management Consultant shall
not put his name or firms name on any of the documents/drawings on the DPR. The name of
Project Planning Design & Management Consultant shall be written as Associate
CONSULTANT on all drawings/documents only after DPR is approved from all the concerned
authorities.

f) The originals of approved drawings shall be on good quality reproducible tracing paper and
soft copy of all the drawings & design shall have to be given on pen drive. The proprietary
rights of all the design shall remain with PWD, GOVERNMENT OF TRIPURA.
g) The Project Planning Design & Management Consultant shall be required to sign an
Agreement with PWD, GOVERNMENT OF TRIPURA within 21-days of the receipt of LOA
based on these terms & conditions.

h) Recovery/Penalties can be recovered from the consultancy fee/EMD/BG /SD of the


works that the Project Planning Design & Management Consultant is doing or would be doing
for PWD, GOVERNMENT OF TRIPURA at that time.
i) The CONSULTANT shall prepare necessary documents under the Superintendence and
Direction of Headquarters Monitoring Committee of the Authority for review meeting,
prepare power point presentation, collect relevant photographs of the on-going construction
progress witnessed across the project site and demonstrate those photographs to the Public
Works Department, Tripura of the Authority as and when desired, record the current
construction status of the project summary of construction status on ground, explaining the
actual work done on site, monitor the Project Implementation Schedule (as provided by the
Contractor to the Authority) and compare key milestone therein with the actual status on
ground with to ensure that every key milestone is completed on time, based on the project
progress as on the date of the review, assess the ‘likely’ project completion timeline and
compare the same with the scheduled construction timeline as per the original project

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 68

implementation schedule prepare by Consultant to ensure that cost and time overruns do
not happen.
14. Indicative Personnel Requirements and Timing of The Services
The suggested staffing for the Consultant’s scope of work is outlined in the table below. The
duration of the consulting services shall be for a period of 36 months, subject to the
satisfactory performance of the successful Bidder. The Authority reserves the exclusive
right to review the Bidder’s performance at the end of each financial year. In the event of
unsatisfactory performance, the Authority may, at its sole discretion, terminate the contract
in accordance with the terms and conditions of the agreement. All experts engaged under
this scope of work must possess the requisite qualifications and demonstrable experience
necessary to effectively execute their assigned responsibilities.

Proposed Team of PPDMC:


Sl.No Position of Key No. Minimum Educational Professional Experience Man
Personal Qualification Month
1 Team Leader cum 1 Master’s degree from a Minimum 20 Years of 36
Project Manager recognized university in Civil professional experience post-
(Common) Engineering or Equivalent Qualification in Project Planning
Design &Management
Consultancy/Project
Management Consultancy/
Programme Management
Consultancy services which
includes design and DPR
preparation as the scope of
work, for projects related to the
construction of roads, bridge,
buildings, and other
infrastructure projects.
(including 10 years as Team
Leader) Covering both linear
Roads/ Highways/ Bridges &
building projects.
The candidate must have
demonstrated ability to lead
teams composed of national /
international consultants and
create a strong working
relationship with the Client.
Excellent communication
(written and oral) skills in
English and strong inter -
personal skills will be
considered an asset.

2 Dy. Team Leader 1 Master’s degree in Minimum 15 years of 36


(Road & Bridge) Transportation Engineering professional experience post-
/Highway Engineering/ qualification (including 5 years
/Pavement Engineering over a as Deputy Team Leader or Team
basic degree of bachelor’s from Leader) in Planning, Feasibility
recognized university in civil study/DPR Preparation and
Engineering or Equivalent Design of
Highway/Roads/Bridges
projects.
3. Dy. Team Leader 1 B.Arch./M.Tech. (Civil Engg.)/ Minimum 15 years of 36
(Building) Postgraduate in Construction & professional experience post-
Project Management from a qualification (including 5 years
recognized university as Deputy Team Leader or Team
Leader) in Planning, Feasibility
study/DPR Preparation and

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 69

Sl.No Position of Key No. Minimum Educational Professional Experience Man


Personal Qualification Month
Design of Building projects.
[Valid registration of Council of
Architect in case of B.Arch.]
4. Bridge Design 2 Master’s degree in Structural Minimum 15 years of 12(6
Engineer Engineering /Bridge professional experience Post Months
(Road & Bridge) Engineering over a basic degree qualification in planning, DPR for
of bachelor’s from recognized preparation involving Design of each
university in Civil Engineering major Bridges (at least 5 bridges expert)
or Equivalent of length more than 100
mtr.)/flyover projects.
5. Structural Design 2 Master’s degree in Structural Minimum 15 years of 12(6
Engineer Engineering over a basic degree professional experience in Months
(Building) of bachelor’s from recognized planning, DPR preparation for
university in Civil Engineering involving Design of Multi- each
or Equivalent storeyed buildings [at least expert)
5(five) buildings more than eight
stories]
6. Pavement 1 Master’s degree in Minimum 12 years of 12
Specialist Transportation Engineering professional experience Post
(Road & Bridge) /Highway Qualification in Planning,
Engineering/Pavement Feasibility study/DPR
Engineering over a basic degree Preparation in which includes
of bachelor’s from recognized pavement design for major
university in Civil Engineering Highway/Road project of
or Equivalent single/intermediate/two/four
lane works.
7. Architect 1 B.Arch. from a recognized Registration of Council of 12
(Building) university Architect with minimum 15
years’ experience in planning,
detail architectural drawings,
landscaping etc. Good
Knowledge of design software
(AutoCAD, Revit, Sketch up,
3dMax) Good Knowledge of
graphic presentation tools
(Photoshop, InDesign,
PowerPoint) Excellent
communication skills, team
oriented, self - initiator,
responsible, and highly
motivated. Experience for
certification of LEED/ IGBC/
GRIHA/BEE desirable. He should
have experience in at least
5(five) Multi-storied building
project of which at least one will
be a hospital project.
8. Geo-Technical 1 Master’s degree in Foundation Minimum 12 years of 12
Engineer Engineering /Soil professional experience Post
(Common) Mechanics/Geotechnical Qualification in in planning,
Engineering/Engineering over a /Feasibility Study/DPR
basic degree of bachelor’s from preparation involving geological
a recognized university in Civil investigation of hill side slope
Engineering or Equivalent. and embankment slope of
highway / railways corridor,
geological investigations for
structure including tunnels &
bridges, for Highway/Road
projects.

Should have professional


experience for DPR and

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 70

Sl.No Position of Key No. Minimum Educational Professional Experience Man


Personal Qualification Month
supervision work of building
projects. Experience in
conducting site investigations
using methods like borehole
drilling, SPT, and CPT, and
designing foundations based on
soil characteristics. Experience
in analysis and design slopes
and retaining structures,
implement ground improvement
techniques such as soil
compaction and grouting, and
design structures to withstand
seismic forces. Proficiency in
installing and monitoring
geotechnical instruments,
managing groundwater issues,
and conducting risk
assessments. Experience in
geotechnical aspects of projects,
coordinate with other
engineering disciplines, and use
software tools like AutoCAD
Civil 3D and GeoStudio.
Experience in On-site
construction activities,
implement QA/QC procedures,
prepare detailed reports, and
maintain accurate records.
Effective communication with
clients and stakeholders.
9. Traffic cum Road 1 Master’s degree in Minimum 12 years of 8
Safety Expert Transportation Engineering/ professional experience as
(Road & Bridge) Traffic Engineering/Transport traffic Engineer/Road Safety
Planning over a basic degree of Engineer for Highway/Road
bachelor’s from a recognized projects in planning, Feasibility
university in Civil Engineering Study/DPR preparation. The
or Equivalent. candidate should have done
junction analysis, conceptual
layout based on turning forecast
volume and rationalize junction
control measure in terms of
demand, capacity and average
delay.
10. Engineer [Civil] 1 B. Tech or equivalent from a Minimum 15 years of 12
(Building) recognized university professional experience in
planning, detail drawings for all
type of civil engineering works,
DPR preparation, preparation of
BoQ based on details drawings
for civil engineering works
including plumbing and sanitary
works etc. He should have
experience in at least 5(five)
multi-storied building work (Not
less than six storied building).
11. Engineer 1 B. Tech or equivalent from a Minimum with about 15 years of 8
[Electrical] recognized university professional experience in
(Building) designing and executing the
Major Civil Engineering Projects
with allied Electrical works etc.
relevant to this work. He should

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 71

Sl.No Position of Key No. Minimum Educational Professional Experience Man


Personal Qualification Month
have experience in at least
5(five) multi-storied building
work (Not less than six storied
building), DPR preparation,
details drawings for all type of
electrical works, preparation of
BoQ based on details drawings.
12. Engineer 1 B. Tech or equivalent from a Minimum with about 15 years of 6
[Mechanical] recognized university professional experience in
(Building) designing and executing the
Major Civil Engineering Projects
with allied mechanical works
viz. Lift, HVAC, Firefighting, Gas
manifold, STP/ETP etc. relevant
to building work. He should
have experience in at least
5(five) multi-storied building
work (Not less than six storied
building), DPR preparation,
details drawings for all type of
mechanical works, preparation
of BoQ based on details
drawings.
13. Environmental 1 Minimum master’s degree in Minimum 12 years of 6
Safeguard Expert environmental science / professional experience in
(Common) environmental planning/ planning, designing, Preparation
environmental engineering over of comprehensive
a basic degree of bachelor’s environmental management plan
from recognized University in (EMP, including health and
Natural or Environmental safety management plan
Science/Environmental updated as site-specific health
Engineering/Physical and safety management plan),
Planning/Civil Engineering or initial environmental
Equivalent. examination (IEE)/
environmental impact
assessment (EIA), and other
categorization/ readiness
checklists for road/ transport
sector.
14. Social Safeguard 1 Minimum master’s degree in Minimum 12 years professional 6
Expert (Common) social science/ experience as a Social
Sociology/Anthropology or Safeguards Expert on major
equivalent; over a basic degree infrastructure projects and in
of bachelor’s degree from a land acquisition and involuntary
recognized University resettlement, resettlement
planning, and Indegeous Peoples
plan documentation and related
due diligence reports, health and
safety management plan is
required. Possess up-to-date
knowledge of laws and
regulations of India on land
acquisition and compensation,
rehabilitation and related
activities.
15. Project 1 Bachelor’s from a recognized Minimum 8years professional 36
Monitoring university in Civil Engineering experience as a Project
Expert (Common) or Equivalent. Monitoring Expert on major
infrastructure projects involving
experience in project planning,
scheduling, and resource
allocation. Proficiency in using

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 72

Sl.No Position of Key No. Minimum Educational Professional Experience Man


Personal Qualification Month
project management tools such
as MS Project/Primavera, or
equivalent. Proficiency in
AutoCAD, Revit, or other design
and drafting software.
Familiarity with Geographic
Information Systems (GIS) for
infrastructure planning.
Competence in using project
management software. Ability to
analyze project data and metrics
to monitor progress and
performance.
Proficiency in using data
analysis tools such as Excel,
MATLAB, or equivalent.
16. Procurement and 1 Minimum master’s degree Minimum 8 years of 18
Contract Specializing in procurement, professional experience in
Management contract management, Developing and implementing
Specialist construction management, or strategic sourcing plans to
(Common) business administration or acquire goods and services at
equivalent; over a basic degree the best possible cost, quality,
of bachelor’s degree from a and timeline. Managing the
recognized University in tendering process, including the
Engineering, Construction preparation of Request for
Management, Business Proposals (RFPs), Request for
Administration or Equivalent Quotations (RFQs), and
Invitation to Bid (ITBs).
Evaluating bids and negotiating
contracts with suppliers.
17. Auto-cad Expert 1 Bachelor’s from recognized Minimum 10 years of specific 24
(Roads & Bridges) University in Civil Engineering experience in Lead the design
or Equivalent and drafting of roadways,
highways, and bridge structures
from conceptual phases through
to final detailed design. Develop
design plans, including layout,
alignment, profiles, and typical
cross-sections, Junction drawing,
Signage Plan. Produce detailed
construction drawings,
specifications, and as-built
drawings. Successfully
completed numerous road and
highway design projects,
ensuring compliance with
relevant standards and
regulations. Designed complex
bridge structures, including
beam, truss, arch, and
suspension bridges, ensuring
structural integrity and safety.
18. Auto-cad Expert 1 Bachelor’s from recognized Minimum 10 years of specific 24
(Building) University in Civil Engineering experience in Lead the design
or Equivalent and drafting of building projects
from conceptual phases through
to final detailed design. Develop
design plans, including layout,
structural details, service
drawings etc. Produce detailed
construction drawings,
specifications, and as-built

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 73

Sl.No Position of Key No. Minimum Educational Professional Experience Man


Personal Qualification Month
drawings. Successfully
completed numerous muiti-
storied design projects, ensuring
compliance with relevant
standards and regulations.

Notes:
1. The man-month requirements indicated above are provisional and subject to
revision at the sole discretion of the Employer. The Employer reserves the right to
increase or decrease the man-month requirements for key personnel at any stage of
the tendering, awarding, or project implementation process, based on project
needs, without providing any justification. The Bidder/Contractor/Agency shall be
obligated to comply with such adjustments unconditionally and shall not be
entitled to any additional claim, payment, or facility of any nature whatsoever. In
the event of an increase or reduction in man-month requirements during the award
or post-award/execution stages, payments to key personnel shall be made in
accordance with the quoted rate, based on the verified monthly attendance report.

2. The Consultant shall furnish a certificate with each bill/invoice, confirming that all
key personnel and support staff, as stipulated in the Contract Agreement, have
been duly deployed for the project. Submission of this certificate shall be a
mandatory requirement for processing payments.

3. The Consultant’s key personnel and support staff shall adhere to a six-day
workweek, from Monday to Saturday, and shall observe the Gazetted holidays
declared by the Government of Tripura as official holidays. Each working day shall
consist of 8 hours of duty.

4. In the event that tunnel construction is required as part of the project scope, the
Consultant shall provide the additional input of qualified Tunnel Experts, in
addition to the manpower requirements already specified.

5. The Consultant shall establish a fully functional project office in Agartala for the
entire project duration. All project personnel shall be stationed at, and operate
from, the Consultant's office in Agartala. Remote work or operation from the
Consultant’s home office shall not be permitted unless deemed necessary for the
project’s interest and expressly approved in writing by the Employer. All experts
and personnel deployed under this arrangement must possess the requisite
qualifications and experience to effectively discharge their assigned duties.

15. Counterpart Facilities


PWD (R&B) Department will provide project related survey/ investigation data, maps and plans,
survey drawings and other information if available with Government. Although for any
discrepancies and confusion in the data, the consultants should visit the site for verification.
16. Payments to the Consultants
Monthly attendance report of the Consultant’s personals including Team Leader will be
recorded and to be submitted by the Team Leader to the concerned Superintending Engineer,
(Nodal Officer), P&DU of PWD(R&B) for Road & Bridge sector &Superintending Engineer, (Nodal
Officer), Project Unit of PWD(Buildings) for Building sector.
The payments to the Consultants shall be certified by the concerned Superintending Engineer,
(Nodal Officer), P&DU of PWD(R&B) for Road & Bridge sector &Superintending Engineer, (Nodal
Officer), Project Unit of PWD(Buildings) for Building sector.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 74

The first monthly invoice of the Consultant will be paid, only after the Inception Report along
with QAP is accepted by the Client. The personnel deployment schedule presented in the
Inception Report by the Consultant and as accepted by the Client, would be reviewed and
revised based on prioritized list of subprojects (provided by the Employer) along with phasing
schedule for preparation of DPRs and bidding documents.

The revised personnel deployment schedule as proposed by the Consultant and as accepted by
the Client, would be followed for delivery of phased deliverables as agreed by the Consultant.
The payment towards each monthly claim invoice amount under these consulting services,
would accordingly be made subject to the completion of respective phased deliverables for
which these person-months inputs have been claimed, as acceptable by the Client.

The payment to the PPDMC shall be done based on the inputs provided by the expert as per
accepted financial proposal in line with the approved attendance of individual expert fulfilling
the milestone of submissions.

On submission of each monthly claim invoice by the Consultant, and on post-acceptance of the
invoice and such accepted amount, the Client will pay 80% amount from each monthly invoice.
The remaining 20% amount would be released when the stage of corresponding key
milestone(s) has been achieved and/or deliverables submitted by the consultant are approved
by the Client.
Payments will be made to the Consultant on a Monthly basis based on the actual deployment of
billable resources. The person-month shall be calculated as per follows: 1 year = 12 person-
months = 22 working days in a person-month.

The aforesaid agreement value, payable to the Consultant in accordance with the Financial
Proposal, shall cover the costs of local telephone/fax, in-house photocopying and stationery
and costs of support staff. No additional charges in respect thereof shall be due or payable. For
any kind of outstation travel within the state the logistic support will be arranged by PWD.No
additional charges in respect thereof shall be due or payable.

The said agreement value, however, will not include photocopying any extra set of
disbursements.It will be reimbursable at actual as per agreed rate and will be indicated
separately in the invoices of the Consultant together with appropriate supporting documents.
17. Schedule of Submission of Reports:

Sl. No. of
Description Time Frame
No. Copies
1.0 Project management Service
1.1 Submission of Inception Report along with QAP/QMP 15 days from the date of 1
commencement of the services
1.2 Monthly Working Report 7th day of every Month from the date 1
of commencement of the services
1.3 Quarterly Progress Every quarter 1
1.4 Final Report of PDMC Assignment with services and By the end of penultimate month prior 1
tasks undertaken/status of task to the completion of the PDMC
accomplishment/learning for improvement/way assignment
forward
1.5 Non-Report Type Item: Handover of Procured Before completion of the PDMC 1
Furniture and Furnishings, Computers/ assignment
Equipment/Accessories (if any supplied by Employer),
Unused consumables, etc., along with their original [Note: Such handover to be completed
relevant document sets (e.g. procurement processing along with the submission of 5 (five)-
documents, warranty, insurance, O&M manuals, etc.), signed Transmittal copies for record/
as applicable communication purposes for each
Item-Set handed over to the PWD(R&B)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 75

2.0 Engineering Design (with Detailed Project Reports–


DPRs) and Procurement Processing Assistance for
each Project under road sector
2.1 Submission of plan & profile of the new / existing 7 days from date of Submission of 1
facility along with inventory and condition survey of Survey/Investigation Report
roads & bridges / structures.

2.3 Submission of preliminary design project and 7 days from the approval of Plan & 1
feasibility study report including the screening report, Profile
traffic study report, soil testing reports and other
engineering investigation reports. and economic
analysis report for all the roads.

2.4 Submission of Draft Detailed Project Report along 7 days after approval of preliminary 1
with technical specifications and cost estimate with design and survey reports and other
detailed analysis of rates and Bill of Quantities, investigation reports.
including Safeguard documents

2.5 Final Detailed Project Report. 7 days after receipt of comment on 1


DDPR
2.6 Submission of Final Bill of Quantities sub project wise 2 days after approval of Final DPR 1
along with Technical Specifications & Bidding
Document.

3.0 Engineering Design (with Detailed Project Reports–


DPRs) and Procurement Processing Assistance for
each Project underBuilding sector
3.1 Preliminary Stage, Working Drawing Stage
3.1.1 Preliminary report [Master plan, Preliminary Planning 7 days from date of Submission of 1
including all internal and external utility services, Survey and Sub-soil Investigation
Preliminary Architectural drawings, Preliminary Report
estimate]
3.1.2 Technical Feasibility Report / Design Basis Report 7 days from after approval of Concept 1
drawings and Preliminary estimate
3.1.3 All working architectural drawings, Structural Within 21 days of after approval of 1
drawings, MEP & Service drawings for all the Concept drawings and Preliminary
components (Good for Construction Drawings) estimate
including vetted from NIT/IIT of Design Basis Report
and drawings.
3.1.4 Draft Detailed Project Reports including Detailed 7 days from approval of detailed 1
estimates, Specifications drawings

3.1.5 Final Detail Project Reports 3 days from after receipt of 1


comment(s) on Draft DPR
3.1.6 Approval/ necessary statutory clearance from local Before calling of Tender 1
body (AMC), environmental clearance, Fire
Department, State / Central Government bodies (if
any) etc.
4.0 Construction Stage, Completion Stage Days from Date of award of
Construction work (s)
5.0 Procurement Support
5.1 Pre-Bid Processes At appropriate timing in consultation 1
5.2 Bid Evaluation Reports (Technical and Financial) with PWD
Draft Letter of Acceptance
6.0 Miscellaneous
6.1 Monitoring & Evaluation Reports At appropriate timing in consultation 1
6.2 3Dviews/Walkthroughs/Animations/AV clips of with PWD
projects

The Project Planning Design & Management Consultant shall supply single copy free of charge
to PWD, GOVERNMENT OF TRIPURA all the estimates, details of quantities (BoQ), reports and
any other details envisaged under this agreement, including architectural drawings as indicated
above. Any extra sets of documents, drawings, if required PWD, GOVERNMENT OF TRIPURA
shall be reimbursable at agreed cost. All these drawings will become the property of PWD,
GOVERNMENT OF TRIPURA. The drawing cannot be issued to any other person, firm or

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 76

authority or used by the CONSULTANTs for any other project. No copies of any drawing or
document shall be issued to anyone except PWD, GOVERNMENT OF TRIPURA and authorized
representative of PWD, GOVERNMENT OF TRIPURA.

Construction period for the Execution and Commissioning of project will be as per approved time
schedule by Employer based on detailed PERT/CPM charts prepared by Project Planning Design
& Management Consultant before calling of tender.

The time allowed for carrying out the work as specified in time schedule shall be strictly
observed by the Project Planning Design & Management Consultant and shall be deemed to be
the essence of the contract on the part of the Project Planning Design & Management
Consultant. The work shall throughout, the stipulated period of the contract, be processed with
all diligence.

The Project Planning Design & Management Consultant will be required to complete the entire
job within stipulated time. No extension of time for completing the same shall be given owing
to any variations made in the works by the orders of the Employer/Client, and consequences of
such variations extends the time allowed by PWD, GOVERNMENT OF TRIPURA for the
completion of the works.

The Project Planning, Design, and Management Consultant shall submit a comprehensive
project program, aligned with the scope of work, within one (1) day from the date of
commencement of each assigned project. The submitted time schedule shall incorporate
timelines for obtaining requisite approvals from local authorities, as well as the overall project
completion timeline. While the Consultant shall make all reasonable efforts to secure such
approvals within the stipulated time, delays attributable solely to local authorities and beyond
the reasonable control of the Consultant may be considered for appropriate relief at the sole
discretion of the Employer.The overall completion period for the execution of this project from
the date of commencement of work shall be as per Time Schedule prepared by consultant.

If at any stage, any Project(s) has been delayed by the acts of Employer/Client/funding
authorities or by the deployed contractor for the work, nothing extra shall be payable to the
Project Planning Design & Management Consultant. However suitable extension of time for
completion of work shall be granted accordingly.

18. Deployment Schedule:


The number of positions and duration of deployment of personnel shall be decided and
reviewed and adjusted from time to time by PWD in consultation with the consultant, as may
be appropriate for efficient performance of services provided. The consultant shall make
adjustment, effective in the deployment schedule, without delay.
19. PPDMC Office Setup:
The Authority shall provide office space for the Project Planning, Design, and Management
Consultant (PPDMC) team, along with essential office furniture and internet access. All other
office infrastructure, including but not limited to office equipment, computers, stationery,
printing machines, and any necessary hardware and software required for design and related
activities, shall be arranged and maintained by the Consultant at its own cost and
responsibility.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 77

SCHEDULE-2

DRAFT CONTRACT AGREEMENT

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 78

AGREEMENT No ……………………..

This AGREEMENT (hereinafter called the "Agreement”) is made on the -------------day of the month of
______________, 2024 between, on the one hand, Public Works Department, Government of Tripura
having its office at New Secretariat, Agartala-799010 acting through Chief Engineer (hereinafter
called the "Authority" which expression shall include their respective successors and permitted
assigns, unless the context otherwise requires) and, -------------------------------- (name of the
Agency)having its registered office at --------------------------represented by (Name & designation of
Authorised Signatory), (hereinafter called the “Project Planning, Design, and Management
Consultant" which expression shall include their respective successors and permitted assigns).

WHEREAS
A. The Authority had invited proposals vide its Request for Proposal dated [insert date],
numbered [insert serial number] (“RFP”) for Engagement of Consultant for comprehensive
Project Planning, Design, and Management Consultancy (PPDMC) Services for Infrastructure
Development in the Road & Building Sector, PWD, Tripura, (hereinafter called the
"Consultancy) for assisting the Authority in design and development projects of Public
Works Department. In line with these objectives, the Authority has made the decision to
engage the services of a Consulting Firm to provide full-time service for design, feasibility
assessment, preparation of detailed project report and providing support during
construction and post construction phase (therein after called the "Project”).
B. the Consultant submitted its proposals for the aforesaid work, whereby the Consultant
represented to the Authority that it had the required professional skills, and in the said
proposals the Consultant also agreed to provide the Services to the Authority on the terms
and conditions as set forth in the RFP and this Agreement, and
C. the Authority, on acceptance of the aforesaid proposals of the Consultant, awarded the
Consultancy to the Consultant vide its Letter of Award dated ---------------- (the "LOA"); and
D. in pursuance of the LOA, the parties have agreed to enter into this Agreement.
NOW, THEREFORE, the parties hereto hereby agree as follows:
1. GENERAL
1.1 Definitions and Interpretation:
1.1.1 The words and expressions beginning with capital letters and defined in this Agreement
shall, unless the context otherwise requires, have the meaning hereinafter respectively.
assigned to them:
(a) "Agreement" means this Agreement, together with all the Annexes.
(b) "Agreement Value” shall have the meaning set forth in Clause 6.1.2.
(c) "Applicable Laws" means the laws and any other instruments having the force of law in
India as they may be issued and in force from time to time.
(d) “Confidential Information” shall have the meaning set forth in Clause 3.3.
(e) "Conflict of Interest" shall have the meaning set forth in Clause 3.2 read with the provision
of RFP:
(f) "Dispute" shall have the meaning set forth in Clause 9.2.1.
(g) "Effective Date" means the date on which this Agreement comes into force and effect
pursuant to Clause 2.1.
(h) "Expatriate Personnel" means such persons who at the time of being so hired had their

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 79

domicile outside India.


(i) "Government" means the Government of Tripura,
(j) "INR. Re. or Rs." means Indian Rupees.
(k) "Member", in case the Consultant consists of a consorting of more than one entity, means
any of these entities, and "Members" means all of these entities.
(l) "Party" means the Authority or the Consultant, as the case may be, and Parties means both
of them.
(m) "Personnel" means persons hired by the Consultant or by any Sub-Consultant as employees
or retainers and assigned to the performance of the Services or any part thereof.
(n) "Resident Personnel" means such persons who at the time of being so hired had their
domicile inside India.
(o) "RFP" means the Request for Proposal document in response to which the Consultant's
proposal for providing Services was accepted.
(p) "Services" means the work to be performed by the Consultant pursuant to this Agreement,
as described in the Terms of Reference hereto.
(q) "Sub-Consultant" means any entity to which the Consultant sub-contracts any part of the
Services in accordance with the provisions of Clause 3.7; and
(r) "Third Party" means any person or entity other than the Government, the Authority, the
Consultant or a Sub-Consultant.
All terms and words not defined herein shall, unless the context otherwise requires, have the
meaning assigned to them in the RFP.
1.1.2 The following documents with all addenda issued thereto shall be deemed to form and be
read and construed as integral part of this Agreement and in case of any contradiction
between or among them the priority in which a document would prevail over another would
be as laid down below beginning from the highest priority to the lowest priority.
(a) Agreement
(b) Annexes of Agreement
(c) RFP; and
(d) Letter of Award
1.2 Relation between the Parties
Nothing contained herein shall be construed as establishing a relation of master and servant
or of agent and principal as between the Authority and the Consultant. The Consultant
shall, subject to this Agreement have complete charge of Personnel performing the Services
and shall be fully responsible for the Services performed by them or on their behalf
hereunder.
1.3 Rights and obligations.
The mutual nights and obligations of the Authority and the Consultant shall be as set forth
in the Agreement, in particular:
(a) the Consultant shall carry out the Services in accordance with the provisions of the
Agreement; and
(b) the Authority shall make payments to the Consultant in accordance with the provisions
of the Agreement.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 80

1.4 Governing law and jurisdiction


This Agreement shall be construed and interpreted in accordance with and governed by the
laws of India, and the courts at Agartala, Tripura shall have exclusive jurisdiction over
matters arising out of or relating to this Agreement.
1.5 Language
All notices required to be given by one Party to the other Party and all other
communications, and proceedings which are in any way relevant to this Agreement shall be
in writing and in English language.
1.6 Table of contents and headings
The table of contents, headings or sub-headings in this Agreement are for convenience of
reference only and shall not be used in, and shall not affect, the construction or
interpretation of this Agreement.
1.7 Notices
Any notice or other communication to be given by any Party to the other Party under or in
connection with the matters contemplated by this Agreement shall be in writing and shall:
(a) in the case of the Consultant, be given by facsimile or e-mail and by letter delivered
by hand to the address given and marked for attention of the Consultant's
Representative set out below in Clause 1.9 or to such other person as the Consultant
may from time to time designate by notice to the Authority provided that notices or
other communications to be given to an address outside Tripura may, if they are
subsequently confirmed by sending a copy thereof by registered acknowledgement
due, air mail or by courier, be sent by facsimile or e-mail to the number/address as
the Consultant may from time to time specify by notice to the Authority;
(b) in the case of the Authority, be given by facsimile or e-mail and by letter delivered by
hand and be addressed to the Authority with a copy delivered to the Authority
Representative set out below in Clause 1.9 or to such other person as the Authority
may from time to time designate by notice to the Consultant: provided that if the
Consultant does not have an office in Agartala, it may send such notice by facsimile
or e-mail and by registered acknowledgement due, air mail or by courier; and
(c) any notice or communication by a Party to the other Party, given in accordance
herewith, shall be deemed to have been delivered when in the normal course of post
it ought to have been delivered and in all other cases, it shall be deemed to have
been delivered on the actual date and time of delivery, provided that in the case of
facsimile or email, it shall be deemed to have been delivered on the working days,
following the date of its delivery.
1.8 Location
1.8.1 The Services shall be performed at the office of the Authority, or any other office provided
by the Authority in Agartala, Tripura in accordance with the provisions of RFP.
1.8.2 The Authority require the Key Personnel to spend the required man hours at the offices of
the Authority and the Consultant agrees and undertakes to provide such services on a best
effort basis and without any unreasonable delay.
1.9 Authorized Representatives
1.9.1 Any action required or permitted to be taken, and any document required or permitted to
be executed, under this Agreement by the Authority or the Consultant, as the case may be,
taken or executed by the officials specified in this Clause 1.9.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 81

1.9.2 The Authority may, from time to time, designate one of its officials as the Authority
Representative unless otherwise notified, the Authority Representative shall be:
-------------------------
-------------------------
-------------------------
-------------------------
1.9.3 The Consultant may designate one of its employees as Consultant's Representative. Unless
otherwise notified, the Consultant's Representative shall be:
-------------------------
-------------------------
-------------------------
-------------------------
1.10 Taxes and Duties
Unless otherwise specified in the Agreement, the Consultant shall pay all such taxes, duties.
Fees, and other impositions as may be levied under the Applicable Laws and the Authority
shall perform such duties in regard to the deduction of such taxes as may be lawfully
imposed on it.
2. COMMENCEMENT, COMPLETION AND TERMINATION OF AGREEMENT
2.1 Effectiveness of Agreement
This Agreement shall come into force and effect on the date of this Agreement (the
"Effective Date").
2.2 Commencement of Services
The Consultant shall commence the Services within a period of 15 (fifteen) days from the
Effective Date, unless otherwise agreed by the Parties.
2.3 Termination of Agreement for failure to commence Services
If the Consultant does not commence the Services within the period specified in Clause 2.2
above, the Authority may, by not less than 1 (one) weeks' notice to the Consultant, declare
this Agreement to be null and void, and in the event of such a declaration, this Agreement
shall stand terminated, and the Consultant shall be deemed to have accepted such
termination.
2.4 Expiration of Agreement
Unless terminated earlier pursuant to Clauses 2.3 or 2.9 of this Agreement, the duration of
this Agreement shall be thirty-six (36) months from the Effective Date, subject to the
satisfactory performance of the successful Bidder. The Authority reserves the exclusive
right to review the Bidder’s performance at the end of each financial year. In the event of
unsatisfactory performance, the Authority may, at its sole discretion, terminate the contract
in accordance with the terms and conditions set forth in this Agreement.
Upon termination of the Agreement, the Authority shall settle all payments due to the
Consultant in accordance with the terms of this Agreement, subject to the satisfactory
fulfilment of all obligations by the Consultant.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 82

2.5 Entire Agreement


2.5.1 This Agreement and the Annexes together constitute a complete and exclusive statement of
the terms of the agreement between the Parties on the subject here, and no amendment or
modification hereto shall be valid and effective unless such modification or amendment is
to in writing by the Parties and duly executed by persons especially empowered in this
befall by the respective Parties All prior written or oral understandings, offers or other
communications of every kind pertaining to this Agreement are abrogated and withdrawn
provided, however, that the obligations of the Consultant arising out of the provisions of
the REP shall continue to subsist and shall be deemed to form part of this Agreement.
2.5.2 Without prejudice to the generality of the provisions of Clause 2.5.1 on matters not covered
by this Agreement, the provisions of RFP shall apply.
2.6 Modification of Agreement
Modification of the terms and conditions of this Agreement, including any modification of
the scope of the Services may only be made by written agreement between the Parties
Pursuant to Clauses 4.2.3 and 6.1.3 here on. However, each Party shall give due
consideration to any proposals for modification made by the other Party.
2.7 Force Majeure
2.7.1 Definition
(a) For the purposes of this Agreement Force Majeure means an event which is beyond the
reasonable control of a Party, and which makes a Party's performance of its obligations
hereunder impossible or so impractical as reasonably to be considered impossible in the
circumstances, and includes, but is not limited to, war, nots, civil disorder earthquake
fire explosion, storm. flood or other adverse weather conditions strikes, lockouts or
other industrial action (except where such strikes, lockouts or other industrial action are
within the power of the Party invoking Force Majeure to prevent), confiscation or any
other action by government agencies.
(b) Force Majeure shall not include it any event which is caused by the negligence or
intentional action of a Party or such Party's Sub-Consultant or agents or employees, nor
any event which a diligent Party could reasonably have been expected to both (A) take
into account at the time of the conclusion of this Agreement, and (B) avoid or overcome
in the carrying out of its obligations hereunder
(c) Force Majeure shall not include insufficiency of funds or failure to make any payment
required hereunder.
2.7.2 No breach of Agreement
The failure of a Party to fulfil any of its obligations hereunder shall not be considered to be
a breach of or default under this Agreement insofar as such inability arises from an event of
Force Majeure, provided that the Party affected by such an event has taken all reasonable
precautions due care and reasonable alternative measures, all with the objective of carrying
out the terms and conditions of this Agreement.
2.7.3 Measures to be taken
(a) Party affected by an event of Force Majeure shall take all reasonable measures to remove
such Panty's inability to fulfil its obligations hereunder with a minimum of delay.
(b) A Party affected by an event of Force Majeure shall notify the other Party of such event
as soon as possible, and in any event not later than 14 (fourteen) 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

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 83

event of Force Majeure.


2.7.4 Extension of time
Any period within which a Party shall, pursuant to this Agreement, complete any action or
task, shall be extended for a period equal to the time during which such Party was unable to
perform such action as a result of Force Majeure.
2.7.5 Payments
During the period of its inability to perform the Services as a result of an event of Force
Majeure, the Consultant shall be entitled to be reimbursed for additional costs reasonably
and necessarily incurred by it during such period for the purposes of the Services and in
reactivating the Services after the end of such period.
2.7.6 Consultation
Not later than 30 (thirty) days after the Consultant has, as the result of an event of Force
Majeure, become unable to perform a material portion of the Services, the Parties shall
consult with each other with a view to agreeing an appropriate measures to be taken in the
circumstances,
2.7.7 Provision for Pandemic Situation
i. To the extent that the provision of the Services is impacted by a pandemic and any
reasonable concerns or measures taken to protect the health and safety interests of
either Party's personnel, the Parties will work together to amend the Agreement to
provide for the Services to be delivered in an appropriate manner, including any
resulting modifications with respect to the timelines, location, or manner of the
delivery of Services.
ii. Where Consultant Personnel are required to be present at Client’s premises,
Consultant will use reasonable efforts to provide the Services on-site at [Client]
offices, provided that, in light of a pandemic the parties agree to cooperate to allow
for remote working and/or an extended timeframe to the extent (i) any government
or similar entity implements restrictions that may interfere with provision of onsite
Services; (ii) either party implements voluntary limitations on travel or meetings that
could interfere with provision of onsite Services, or (iii) an Consultant resource
determines that he or she is unable or unwilling to travel in light of a pandemic-
related risk.
2.8 Suspension of Agreement
The Authority may, by written notice of suspension to the Consultant, suspend all payments
to the Consultant hereunder if the Consultant shall be in breach of this Agreement or shall
fail to perform any of its obligations under this Agreement, including the carrying out of the
Services provided that such notice of suspension shall specify the nature of the breach or
failure, and shall provide an opportunity to the Consultant to remedy such breach or failure
within a period not exceeding 15 (fifteen) days after receipt by the Consultant of such notice
suspension.
2.9 Termination of Agreement
The Authority shall have the right to review the performance of the Consultant and, if
Authority is not desirous of continuation of service of Consultant on the ground of
unsatisfactory performance or breach of any terms or conditions of contract, terminate the
agreement by giving notice of 30 (thirty) days requiring the Consultant to perform its part
to the satisfaction of the Authority or otherwise termination of the agreement serving 24
hours’ notice. This mode of termination is in addition to any ground of default of clause
2.9.1 below.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 84

2.9.1 Termination by the Authority


The Authority may, by not less than 30 (thirty) days’ written notice of termination to the
Consultant such notice to be given after the occurrence of any of the events specified in this
Clause 2.9.1, terminate this Agreement if:
(a) the Consultant fails to remedy any breach here on or any failure in the performance of
its obligations hereunder, as specified in a notice of suspension pursuant to Clause 2.8
hereinabove, within 15 (fifteen) days of receipt of such notice of suspension or within
such further period as the Authority may have subsequently granted in writing.
(b) the Consultant becomes insolvent or bankrupt or enters into any agreement with its
creditors for relief of debt or take advantage of any law for the benefit of debtors or
goes into liquidation or receivership whether compulsory or voluntary.
(c) the Consultant fails to comply with any final decision reached as a result of arbitration
proceedings pursuant to Clause 9 hereof.
(d) the Consultant submits to the Authority a statement which has a material effect on the
rights, obligations or interests of the Authority and which the Consultant knows to be
false.
(e) any document, information, data or statement submitted by the Consultant in its
Proposals, based on which the Consultant was considered eligible or successful, is found
to be false, incorrect or misleading.
(f) as the result of Force Majeure, the Consultant is unable to perform a material portion of
the Services for a period of not less than 60 (sixty) days; or
(g) the Authority, in its sole discretion and for any reason whatsoever, decides to terminate
this Agreement.
2.9.2 Termination by the Consultant
The Consultant may, by not less than 30 (thirty) days' written notice to the Authority, such
notice to be given alter the occurrence of any of the events specified in this Clause 2.9.2,
terminate this Agreement if:
(a) the Authority fails to pay any money due to the Consultant pursuant to this Agreement
and not subject to dispute pursuant to Clause 9 hereof within 45 (forty-five) days after
receiving written notice from the Consultant that such payment is overdue.
(b) the Authority is in material breach of its obligations pursuant to this Agreement and has
not remedied the same within 45 (forty-five) days (or such longer period as the
Consultant may have subsequently granted in writing) following the receipt by the
Authority of the Consultant's notice specifying such breach.
(c) as the result of Force Majeure, the Consultant is unable to perform a material portion of
the Services for a period of not less than 60 (sixty) days; or
(d) the Authority fails to comply with any final decision reached as a result of arbitration
pursuant to Clause 9 hereof.
2.9.3 Cessation of rights and obligations
Upon termination of this Agreement pursuant to Clauses 2.3 or 2.9 hereof, or upon
expiration of this Agreement pursuant to Clause 2.4 hereof, all rights and obligations of the
Parties hereunder shall cease, except (1) such rights and obligations as may have accrued on
the date of termination or expiration, or which expressly survives such Termination: (2) the
obligation of confidentiality set forth in Clause 3.3 hereof: (i) the Consultant's obligation to
permit inspection, copying and auditing of such of its accounts and records set forth in

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 85

Clause 3.3.6 as relate to the Consultant's Services provided under this Agreement and (iv)
any right or remedy which a Party may have under this Agreement or the Applicable Laws.
2.9.4 Cessation of Services
Upon termination of this Agreement by notice of either Party to the other pursuant to
Clauses 2.9.1 or 2.9.2 hereof the Consultant shall, immediately upon dispatch or receipt of
such notice, take all necessary steps to bring the Services to a close in a prompt and orderly
manner and shall make every reasonable effort to keep expenditures for this purpose to a
minimum With respect to documents prepared by the Consultant and materials furnished
by the Authority, the Consultant shall proceed as provided respectively by Clauses 3.8 or
3.9 hereof.
2.9.5 Payment upon Termination
Upon termination of this Agreement pursuant to Clauses 2.9.1 or 2.9.2 hereof, the
Authority. shall make the following payments to the Consultant (after offsetting against
these payments any amount that may be due from the Consultant to the Authority)
1) remuneration pursuant to Clause 6 hereof for Services satisfactorily performed prior to
the date of termination.
2) reimbursable expenditures pursuant to Clause 6 hereof for expenditures actually
incurred prior to the date of termination, and
3) except in the case of termination pursuant to Sub-clauses (a) through (e) of Clause 2.9.1
hereof, reimbursement of any reasonable cost incidental to the prompt and orderly
termination of the Agreement including the cost of the return travel of the Consultant's
personnel.
2.9.6 Disputes about Events of Termination
If either Party disputes whether an event specified in Clause 2.9.1 or in Clause 2.9.2 hereof
has occurred, such Party may, within 30 (thirty) days after receipt of notice of termination
from the other Party, refer the matter to arbitration pursuant to Clause 9 hereof, and this
Agreement shall not be terminated on account of such event except in accordance with the
terms of any resulting arbitral award.
3. OBLIGATIONS OF THE CONSULTANT
3.1 General
3.1.1 Standards of Performance
The Consultant shall perform the Services and carry out its obligations hereunder with all
due diligence, efficiency and economy, in accordance with generally accepted professional
techniques and practices, and shall observe sound management practices and employ
appropriate advanced technology and safe and effective equipment, machinery, materials
and methods. The Consultant shall always act, in respect of any matter relating to this
Agreement or to the Services, as a faithful adviser to the Authority, and shall at all times
support and safeguard the Authority's legitimate interests in any dealings with Sub
consultants or Third Parties.
3.1.2 Terms of Reference
The scope of Services to be performed by the Consultant is specified in the Terms of
Reference (the "TOR”) at Annex-I of this Agreement. The Consultant shall provide the
Deliverables specified therein in conformity with the time schedule stated therein.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 86

3.1.3 Applicable Laws


The Consultant shall perform the Services in accordance with Applicable Laws and shall
take all practicable steps to ensure that any Sub-Consultant, well as the Personnel and
agents of the Consultant and any Sub-Consultant, comply with the Applicable Laws.
3.2 Conflict of Interest
3.2.1 The Consultant shall not have a Conflict of Interest and any breach here on shall constitute
a breach of the Agreement.
3.2.2 Consultant and Affiliates not to be otherwise interested in the Project
The Consultant agrees that, during the term of this Agreement and after up to one years
from termination, the Consultant or any Associate thereof, as well as any Sub-Consultant
and any entity affiliated with such Sub-Consultant, shall be disqualified from providing
goods works, services, loans or equity for any project resulting from or closely related to
the Services and any breach of this obligation shall amount to a Conflict of Interest,
provided that the restriction herein shall not apply after a period of three years from the
completion of this assignment or to consulting assignments granted by banks/ lenders at
any time, provided further that this restriction shall not apply to consultancy/ advisory
services provided to the Authority in continuation of this Consultancy or to any subsequent
consultancy/ advisory services provided to the Authority or Govt of Tripura in accordance
with the rules of the Authority or Govt of Tripura. The Conflict of Interest will be as per
Annex-6Guidance Note on Conflict of Interest appended in the RFP.
3.2.3 Prohibition of conflicting activities
Neither the Consultant nor its Sub-consultant 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 Agreement, any business or professional activities which would
conflict with the activities assigned to them under this Agreement.
(b) after the termination of this Agreement, such other activities as may be specified in the
Agreement: or
(c) at any time, such other activities as have been specified in the RFP as Conflict of Interest
3.2.4 Consultant not to benefit from commissions, discounts, etc.:
The remuneration of the Consultant pursuant to Clause 6 hereof shall constitute the
Consultant's sole remuneration in connection with this Agreement or the Services and the
Consultant shall not accept for its own benefit any trade commission, discount or similar
payment connection with activities pursuant to this Agreement or to the Services or in the
discharge of its obligations hereunder, and the Consultant shall use its best efforts to
ensure that any Sub Consultant, as well as the Personnel and agents of either of them,
similarly shall not receive any such additional remuneration.
3.2.5 The Consultant and its Personnel shall observe the highest standards ethics and not have
engaged in and shall not hereafter engage in any corrupt practice, fraudulent practice.
coercive practice, undesirable practice or restrictive practice (collectively the "Prohibited
Practices) Notwithstanding anything to the contrary contained in this Agreement, the
Authority shall be entitled to terminate this Agreement forthwith by a communication ifit
determines that the Consultant has, directly or indirectly or through an agent engaged in
wing to the Consultant, without being liable in any manner whatsoever to the Consultant.
any Prohibited Practices in the Selection Process or before or after entering into of this
Agreement. In such an event, the Authority shall forfeit and appropriate the Performance
Security, if any, as mutually agreed genuine pre-estimated compensation and damage
payable to the Authority towards, inter alia, time, cost and effort of the Authority, without
prejudice to the Authority's any other rights or remedy hereunder or in law.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 87

3.2.6 Without prejudice to the rights of the Authority and the other remedies which the Authority
may have under this Agreement, if the Consultant is found by the Authority to have directly
or indirectly or through an agent, engaged or indulged any Prohibited Practices, during the
Selection Process or before or after the execution of the Agreement the Consultant shall not
be eligible to participate in any tender or RFP during a period of 2 (two years from the date
the Consultant is found by the Authority have directly or indirectly or through an agent,
engaged or indulged in any Prohibited Practices.
3.2.7 For the purposes of Clauses 3.2.5 and 3.2.6, the following terms shall have the meaning
hereinafter respectively assigned to them:
(a) "corrupt practice" means the offering, giving, receiving or soliciting directly or indirectly,
of anything of value to influence the action of any person connected with the Selection
Process for removal of doubt, offering of employment or employing or engaging in any
manner whatsoever, directly or indirectly, any official of the Authority who is or has
been associated in any manner, directly or indirectly with Selection Process or LOA
ordering with matters concerning the Agreement before or after the execution thereof,
at any time prior to the expiry of one year from the dare such official resigns or retires
from or otherwise ceases to be in the service of the Authority, shall be deemed to
constitute influencing the actions of a person connected with the Selection Process), or
(1) engaging in any manner whatsoever, whether during the Selection Process or after
the issue of LOA or after the execution of the Agreement, as the case may be, any person
in respect of any matter relating to the Project or the LOA or the Agreement, who at any
time has been or is a legal, financial or technical adviser the Authority in relation to any
matter concerning the Project,
(b) fraudulent practice means a misrepresentation or omission of facts or suppression of
fad or disclosure of incomplete facts, in order to influence the Selection Process
(c) "coercive practice" meat impairing or harming, or threatening to impair or harm directly
or indirectly, any person or property to influence any person's participation or action in
the Selection Process or the exercise of its rights or performance of its obligations by
the Authority under this Agreement.
(d) “undesirable practice” means (1) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing lobbying or in
any manner influencing or attempting to influence the Selection Process A) having a
Conflict of Interest; and
(e) "restrictive practice” means forming a cartel arriving at any understanding or
arrangement among Applicants with the objective of restricting or manipulating a full
and fair competition in the Selection Process
3.3 Confidentiality
The Consultant, its Sub-Consultants and the Personnel of either of them shall not, either
during the term or within six months after the expiration or termination of this Agreement
disclose any proprietary information, including information relating to reports, data,
drawings design software or other material, whether written or oral, in electronic or
magnetic format, and the contents thereof, and any reports digests or summaries created or
derived from any of the foregoing that is provided by the Authority to the Consultant its
Sub Consultants and the Personnel, any information provided by or relating to the
Authority, its technology, technical processes, business affairs or finances or any
information relating to the Authority's employees, officers or other professionals or
suppliers, customers, or contractors of the Authority, and any other information which the
Consultant is under an obligation to keep confidential in relation to the Project, the Services
or this Agreement (Confidential Information), without the prior written consent of the
Authority.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 88

Notwithstanding the aforesaid the Consultant, its Sub-Consultants and the Personnel of
either of them may disclose Confidential Information:
(i) was in the public domain prior to its delivery to the Consultant, its Sub-Consultants and
the Personnel of either of them or becomes a part of the public knowledge from a source
other than the Consultant, its Sub-Consultants and the Personnel of either of them.
(ii) was obtained from a third party with no known duty to maintain its confidentiality.
(iii) is required to be disclosed by Applicable Laws or judicial or administrative or arbitral
process or by any governmental instrumentalities, provided that for any such disclosure,
the Consultant, its Sub-Consultants and the Personnel of either of them shall give the
Authority. prompt written notice, and use reasonable efforts to ensure that such disclosure
is accorded confidential treatment, and
(iv) is provided to the professional advisers, agents, auditors or representatives of the
Consultant or its Sub-Consultants or Personnel of either of them, as is reasonable under the
circumstances, provided, however, that the Consultant or its Sub-Consultants or Personnel
of either of them, as the case may be, shall require their professional advisers, agents,
auditors or its representatives, to undertake in writing to keep such Confidential
Information, confidential and shall use its best efforts to ensure compliance with such
undertaking.
3.4 Liability of the Consultant
3.4.1 The Consultant's Limit of liability under this Agreement shall be equal to Agreement Value
received by the client.
3.4.2 The Consultant shall, subject to the limitation specified in Clause 3.4.3, be liable to the
Authority for any direct loss or damage accrued or likely to accrue due to deficiency in
Services rendered by it
3.4.3 The Parties hereto agree that in case of negligence or wilful misconduct on the part of the
Consultant or on the part of any person or firm acting on behalf of the Consultant in caring
out the Services, the Consultant, with respect to damage caused to the Authority's property
shall not be liable to the Authority:
(i) for any indirect or consequential loss or damage; and
(ii) for any direct loss or damage that exceeds (a) the Agreement Value set forth in
Clause 6.1.2 of this Agreement, or (b) the proceeds the Consultant may be entitled to
receive from any insurance maintained by the Consultant to cover such a liability
whichever of (a) or (b) is higher.
3.5 Insurance to be taken out by the Consultant
3.5.1 (a) The Consultant shall, for the duration of this Agreement, take out and maintain, and
shall cause any Sub-Consultant to take out and maintain, at its (or the Sub-consultant’s, as
the case may be) own cost, but on terms and conditions approved by the Authority,
insurance against the risks, and for the coverages, as specified in the Agreement and in
accordance with good industry practice.
(b) Within 15 (fifteen) days of receiving any insurance policy certificate in respect of
insurances required to be obtained and maintained under this clause, the Consultant shall
furnish to the Authority, copies of such policy certificates, copies of the insurance policies
and evidence that the insurance premia have been paid in respect of such insurance. No
insurance shall be cancelled, modified or allowed to expire or lapse during the term of this
Agreement.
(c) If the Consultant fails to effect and keep in force the aforesaid insurances for which it is
responsible pursuant hereto, the Authority shall, apart from having other recourse available

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 89

under this Agreement, have the option, without prejudice to the obligations of the
Consultant, to take out the aforesaid insurance, to keep in force any such insurances, and
pay such premia and recover the costs thereof from the PPDMC, and the PPDMC shall be
liable to pay such amounts on demand by the Authority.
(d) Except in case of Third Party liabilities, the insurance policies so procured shall mention
the Authority as the beneficiary of the Consultant and the Consultant shall procure an
undertaking from the insurance company to this effect; provided that in the event the
Consultant has a general insurance policy that covers the risks specified in this Agreement
and the amount of insurance cover is equivalent to the Agreement Value, such insurance
policy may not mention the Authority as the sole beneficiary of the Consultant or require an
undertaking to that effect.
3.5.2 The Parties agree that the risks and coverages shall include but not be limited to the
following:
(a) Third Party liability insurance as required under Applicable Laws, with a minimum
coverage of Rs. 2 (two) crores.
(b) employer’s liability and workers’ compensation insurance in respect of the Personnel
of the PPDMC and of any Sub-Consultant, in accordance with Applicable Laws; and
(c) professional liability insurance for an amount no less than the Agreement Value.
3.6 Accounting, inspection and auditing
(a) keep accurate and systematic accounts and records in respect of the Services provided
under this Agreement, in accordance with internationally accepted accounting principles
and standards such as Indian Accounting Standards. GAAP etc. and in such form and detail
as will clearly identify all relevant time charges and cost, and the basis thereof (including
the basis of the Consultant's costs and charges), and
(b) The Consultant shall provide the client or its auditor (bound by respective confidentiality
obligations) upon request of the latter with all the information and documents directly
related to the Contract.
3.7 Consultant's actions requiring the Authority's prior approval
The Consultant shall obtain the Authority's prior approval in writing before taking any of
the following actions:
(a) Appointing such members of the professional personnel as are not listed in Annex-2;
(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 Authority prior to the
execution of the subcontract, and (ii) that the Consultant shall remain fully liable for the
performance of the Services by the Sub-Consultant and its Personnel pursuant to this
Agreement; or
(c) any other action that is specified in this Agreement.
3.8 Reporting obligations
3.8.1 The Consultant shall submit to the Authority the reports and documents specified in the
Agreement, in the form in the numbers and within the time periods set forth therein.
3.8.2 The Consultant shall submit monthly project progress report to the Authority, in the
format, as mutually agreed. The report shall also include a brief description of work
performed during the period by each of the Key Personnel.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 90

3.9 Documents prepared by the Consultant to be property of the Authority


3.9.1 All reports and other documents (collectively referred to as "Consultancy Documents")
prepared by the Consultant (or by the Sub-Consultants or any Third Party) in performing the
Services shall become and remain the property of the Authority, and all intellectual property
rights in such Consultancy Documents shall vest with the Authority Any Consultancy
Document of which the ownership or the intellectual property rights do not vest with the
Authority under law, shall automatically stand assigned to the Authority as and when such
Consultancy Document is created and the Consultant agrees to execute all papers and to
perform such other acts as the Authority may deem necessary to secure its rights herein
assigned by the Consultant.
3.9.2 The Consultant shall, not later than termination or expiration of this Agreement, deliver all
Consultancy Documents to the Authority, together with a detailed inventory thereof. The
Consultant may retain a copy of such Consultancy Documents. The Consultant, its Sub
Consultants or a Third Party shall not use these Consultancy Documents for purposes
unrelated to this Agreement without the prior written approval of the Authority.
3.10 Materials furnished by the Authority
Materials made available to the Consultant by the Authority shall be the property of the
Authority and shall be marked accordingly upon termination or expiration of this
Agreement, the Consultant shall furnish forthwith to the Authority, an inventory of such
materials and shall dispose of such materials in accordance with the instructions of the
Authority.
3.11 Providing access to Project Office and Personnel
The Consultant shall ensure that the Authority, and officials of the Authority having
authorization from the Authority, are provided unrestricted access to the office of the
Consultant and to all Personnel during office hours The Authority's official, who has been
authorized by the Authority in this behalf, shall have the right to inspect the Services in
progress, interact with Personnel of the Consultant and verify the records relating to the
Services for his satisfaction. Client will provide office space to the PPDMC team along with
workstations and internet access. Office equipment including computer and printer,
stationery needed etc. to be arranged by the Consultant.
3.12 Accuracy of Documents
The Consultant shall be responsible for accuracy of the documents drafted and/ or vetted
and data collected by it directly or procured from other agencies/authorities, estimates and
all other details prepared by it as part of these services. Subject to the provisions of Clause
3.4, it shall indemnify the Authority against any inaccuracy in its work which might surface
during implementation of the Project, if such inaccuracy is the result of any negligence or
inadequate due diligence on part of the Consultant or arises out of its failure to conform to
good industry practice. The Consultant shall also be responsible for promptly correcting, at
its own cost and risk, the documents including any re-survey / investigations
3.13 Intellectual Property
(a) The Consultant shall, at its own cost, ensure that it has all necessary rights (including
licences) in and to the intellectual property subsisting in the drawings, designs, software’s
and all other Deliverables forming part of the Project and all matters, things or processes
(including documentation, drawings and software) used or to be used by or on behalf of the
Consultant in connection with the Consultancy and/or this Agreement. The Consultant shall
not incorporate any materials, technology or any item or thing that involves the use of
intellectual property rights or proprietary rights that the Consultant does not have the right
to use or license to the Authority or that may result in claims or suits against the Authority

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 91

or the Consultant arising out of claims of infringement of any intellectual property rights or
other proprietary rights.
(b) The Consultant shall perform all acts necessary to obtain and continue to have all necessary
licenses, approvals, consents of third parties free from any encumbrances and all necessary
technology, hardware and software to enable it to perform the Consultancy and all its
obligations under this Agreement. If license agreements are necessary or appropriate
between the Consultant and third parties for purposes of enabling, enforcing or
implementing the provisions hereinabove, the Consultant shall be under an obligation to
enter into such agreements at its own sole cost, expense and risk.
3.14 Indemnity
(a) The Consultant shall indemnify, save, hold harmless and defend the Authority and its
officers, servants, employees and agents promptly upon demand and at its expense, any
time and from time to time, from and against any and all suits, proceedings, actions,
demands, losses, claims, damages, liabilities, costs (including reasonable attorney’s fees and
disbursements) and expenses (collectively, “Losses”) to which the Authority may become
subject, insofar as such Losses arise out of, in any way relate to, arise or result from
(i) claims by third Parties that the Consultancy or any equipment, software, information,
methods of operation or other intellectual property (or the access, use or other rights
thereto) used, created etc. by the Consultant pursuant to this Agreement or
incorporated in or related to the Consultancy infringes any intellectual property right of
any third party. In addition to the foregoing indemnity obligations, if any of the
Deliverables is or likely to be held to be infringing, the Consultant shall at its expense
and option either (i) procure the right for the Authority to continue using it, (ii) replace
it with a non-infringing equivalent, or (iii) modify it to make it non-infringing, and the
Consultant agrees and confirms that any such action shall not constitute a change of
scope under this Agreement.
(ii) any compensation/ claim or proceeding by any third party against the Authority arising
out of any act, deed or omission by the Consultant.
(iii) claim filed by a workman or employee engaged by the Consultant for carrying out work
related to this Agreement.
(iv) any breach by the Consultant of any of its obligations under this Agreement or from
any negligence under the Agreement, including any errors or deficiencies in the design
documents, or tort or on any other ground whatsoever.
(v) failure of the Consultant to comply with Applicable Laws and applicable permits.
(vi) payment of taxes required to be made by the Consultant in respect of the income or
other taxes of its employees and representatives; or
(vii) non-payment of amounts due as a result of goods, materials or Consultancy furnished
to the Consultant which are payable by the Consultant.
4. CONSULTANT'S PERSONNEL AND SUB-CONSULTANTS
4.1 General
The Consultant shall employ and provide such qualified and experienced Personnel as may
be required to carry out the Services.
4.2 Deployment of Personnel
4.2.1 The designations and other particulars of each of the Consultant's Key Personnel required
in carrying out the Services are described in Annex-2 of this Agreement. The estimate of
Personnel costs and man day rates are specified in Annex-3 of this Agreement

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 92

4.2.2 Adjustments with respect to the estimated periods of engagement of Personnel set forth in
the aforementioned Annex-3 may be made by the Consultant by written notice to the
Authority. Any other adjustments shall only be made with the written approval of the
Authority
4.2.3 If additional work is required beyond the scope of the Services specified in the Terms of
Reference, the estimated periods of engagement of Personnel, set forth in the Annexes of
the Agreement may be increased by agreement in writing between the Authority and the
Consultant. Any other adjustments shall only be made with the written approval of the
Authority
4.3 Approval of Personnel
4.3.1 The Key Personnel listed in Annex-2 of the Agreement are hereby approved by the
Authority. No other Key Personnel shall be engaged without prior approval of the Authority
4.3.2 If the Consultant hereafter proposes to engage any person as Professional Personnel, it shall
submit to the Authority its proposal along with a CV of such person in the form provided in
the RFP. The Authority may approve or reject such proposal within 14 (fourteen) days of
receipt thereof. In case the proposal is rejected, the Consultant may propose an alternative
person for the Authority's consideration in the event the Authority does not reject a
proposal within 14 (fourteen) days of the date of receipt thereof under this Clause 4.3, it
shall be deemed to have been approved by the Authority.
4.4 Substitution of Key Personnel
The Authority expects all the Key Personnel specified in the Proposal to be available during
implementation of the Agreement. The Authority will consider any substitution of Key
Personnel under compelling circumstances (e.g.: death, prolonged illness and other issues
beyond the control of the Consultant) beyond the control of the Consultant and the
concerned Key Personnel and such substitutes will need to satisfy the same or higher
qualification and experience criteria.
4.5 Working hours overtime, leave, etc.
The Personnel shall not be entitled to be paid for overtime nor to take paid sick leave or
vacation leave except as specified in the Agreement, and the Consultant's remuneration
shall be deemed to cover these items. All leave to be allowed to the Personnel is excluded
from the man days of service set forth in Annex-3 Any taking of leave by any Personnel for
a period exceeding 7 days shall be subject to the prior approval of the Authority, and the
Consultant shall ensure that any absence on leave will not delay the progress and quality of
the Services. The person-month shall be calculated as 22 working days per month. For
working in holidays, Authorities may consider providing compensatory leaves.
4.6 Project Manager
The person designated as the Team Lead of the Consultant's Personnel shall be responsible
for the coordinated, timely and efficient functioning of the Personnel.
5. OBLIGATIONS OF THE AUTHORITY
5.1 Assistance in clearances etc.
Unless otherwise specified in the Agreement, the Authority shall make best efforts to
ensure that the Government shall:
(a) provide the Consultant, its Sub-Consultants and Personnel with work permits and such
other documents as may be necessary to enable the Consultant, its Sub Consultants or
Personnel to perform the Services.
(b) issue to official agents and representatives of the Government all such instructions as
may be necessary or appropriate for the prompt and effective implementation of the

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 93

Services.
5.2 Access to land and Property
The Authority warrants that the Consultant shall have, free of charge, unimpeded access to
the site of the Project in respect of which access is required for the performance of Services;
provided that if such access shall not be made available to the Consultant as and when so
required, the Parties shall agree on (i) the time extension, as may be appropriate, for the
performance of Services, and (ii) the additional payments, if any, to be made to the PPDMC
as a result thereof pursuant to Clause 6.1.3.
5.3 Change in Applicable Law
If, after the date of this Agreement, there is any change in the Applicable Laws of India with
respect to taxes and duties, which are directly payable by the consultant for providing the
services i.e. service tax or any such applicable tax from time to time, which increases or
decreases the cost incurred by the Consultant in performing the Services, then the
remuneration and reimbursable expenses otherwise payable to the Consultant under this
Agreement 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.
All service tax and other taxes other than income tax, as may be applicable from time to
time on the payment of the professional fees to the Consultant shall be borne by the
Authority.
5.4 Payment
In consideration of the Services performed by the Consultant under this Agreement, the
Authority shall make to the Consultant such payments and in such manner as is provided in
Clause 6 of this Agreement.
6. PAYMENT TO THE CONSULTANT
6.1 Cost estimates and Agreement Value
6.1.1 An abstract of the cost of the Services payable to the Consultant is set forth in Annex-3 of
the Agreement.
6.1.2 Except as may be otherwise agreed under Clause 2.6 and subject to Clauses 4.2.2 and
6.1.3, the payments under this Agreement shall not exceed the agreement value specified
herein (the "Agreement Value”) The Parties agree that the Agreement Value is ----------------------
--- (Rupees ---------------------------) only including tax
6.1.3 Notwithstanding anything to the contrary contained in Clause 6.1.2. if pursuant to the
provisions of Clause 2.6, the Parties agree that additional payments shall be made to the
Consultant in order to cover any additional expenditures not envisaged in the cost estimates
referred to in Clause 6.1.1 above, the Agreement Value set forth in Clause 6.1.2 above shall
be increased by the amount or amounts, as the case may be, of any such additional
payments.
6.1.4 Monthly attendance report of the Consultant’s personals including Team Leader will be
recorded and to be submitted by the Team Leader to the concerned Superintending
Engineer, (Nodal Officer), P&DU of PWD(R&B) for Road & Bridge sector &Superintending
Engineer, (Nodal Officer), Project Unit of PWD(Buildings) for Building sector.
The payments to the Consultants shall be certified by the concerned Superintending
Engineer, (Nodal Officer), P&DU of PWD(R&B) for Road & Bridge sector &Superintending
Engineer, (Nodal Officer), Project Unit of PWD(Buildings) for Building sector.
The first monthly invoice of the Consultant will be paid, only after the Inception Report
along with QAP is accepted by the Client. The personnel deployment schedule presented in

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 94

the Inception Report by the Consultant and as accepted by the Client, would be reviewed
and revised based on prioritized list of subprojects (provided by the Employer) along with
phasing schedule for preparation of DPRs and bidding documents.
The revised personnel deployment schedule as proposed by the Consultant and as accepted
by the Client, would be followed for delivery of phased deliverables as agreed by the
Consultant. The payment towards each monthly claim invoice amount under these
consulting services, would accordingly be made subject to the completion of respective
phased deliverables for which these person-months inputs have been claimed, as acceptable
by the Client.
The payment to the PPDMC shall be done based on the inputs provided by the expert as per
accepted financial proposal in line with the approved attendance of individual expert
fulfilling the milestone of submissions.

6.1.5 On submission of each monthly claim invoice by the Consultant, and on post-acceptance of
the invoice and such accepted amount, the Client will pay 80% amount from each monthly
invoice. The remaining 20% amount would be released when the stage of corresponding key
milestone(s) has been achieved and/or deliverables submitted by the consultant are
approved by the Client.
6.1.6 Payments will be made to the Consultant on a Monthly basis based on the actual
deployment of billable resources. The person-month shall be calculated as per follows: 1
year = 12 person-months = 22 working days in a person-month.
6.1.7 The aforesaid agreement value, payable to the Consultant in accordance with the Financial
Proposal, shall cover the costs of local telephone/fax, in-house photocopying and stationery
and costs of support staff. No additional charges in respect thereof shall be due or payable.
For any kind of outstation travel within the state the logistic support will be arranged by
PWD-no additional charges in respect thereof shall be due or payable.
6.1.8 The said agreement value, however, will not include photocopying any extra set of
disbursements. It will be paid at actual and will be indicated separately in the invoices of the
Consultant together with appropriate supporting documents.
6.2 Currency of payment
All payments shall be made in Indian Rupees. The Consultant shall be free to convert
Rupees into any foreign currency as per Applicable Laws
6.3 Mode of billing and payment
Billing and payments in respect of the Services shall be made as follows:
(a) The Consultant shall be paid for its services as per the Payment Schedule at Annex-3 of
this Agreement, subject to the Consultant fulfilling the following conditions.
i. No payment shall be due for the month till the Consultant completes to the
satisfaction of the Authority the work pertaining to any pending Deliverable,
extension of which has not been explicitly agreed by the Authority, payment shall be
due and payable by the Authority for the time spent during each calendar month;
and
ii. The Authority shall pay to the Consultant, only the undisputed amount.
(b) The Authority shall cause the payment due to the Consultant to be made within 30
(thirty) days after the receipt by the Authority of duty completed bills with necessary
particulars (the "Due Dates). Interest at the rate of 7%(seven percent) per annum shall
become payable by the Authority as from the Due Date on any amount due by, but not
paid on or before, such Due Date.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 95

(c) Any amount which the Authority has paid or caused to paid in excess of the amounts
actually payable in accordance with the provisions of this Agreement shall be
reimbursed by the Consultant to the Authority within 30 (thirty) days after receipt by
the Consultant of notice thereof. Any such claim by the Authority for reimbursement
must be made within 1 (one) year after receipt by the Authority of a final report in
accordance with Clause 6.3 (c) Any delay by the Consultant in reimbursement by the due
date shall attract simple interest @ 10% (ten per cent) per annum.
(d) All payments under this Agreement shall be made to the account of the Consultant as
may be notified to the Authority by the Consultant.
7. LIQUIDATED DAMAGES AND PENALTIES
7.1 Performance Security/Bank Guarantee
7.1.1 The successful bidder has to submit the Performance Security within 15 (Fifteen) days of the
signing of agreement between the Authority and successful Bidder, in accordance with the
amount/percentage of order value as per the Bank Guarantee format provided by the
purchase, which in this case shall be 5% of the award value. Bid Security of the successful
Bidder will be released only after Performance Security is submitted.
7.2 Liquidated Damages
If the Consultant fails to perform his obligations under the supply order, liquidated
damages would be levied upon him as stated below: -
If any of the stages specified, either not completed or not completed satisfactorily as per
the approved time schedule, forming part of the contract agreement due to reasons solely
and entirely attributable to the consultant and not in any way attributable to The Authority,
a penalty @ 0.5% of the Project value of the delayed stage of the item, per month (subject to
maximum 10% (ten percent) may be imposed and accordingly the time for the next stage be
reduced by The Authority, to account for the delay. If the delay adversely affects conduct of
examination, the security deposit/ performance security will be forfeited, and other legal
action would be initiated as per terms and conditions of contract. The Authority may
rescind this part of the contract and shall be free to get it done from any other agency at
the risk and cost of the Consultant.
7.3 Encashment and appropriation of Performance Security
The Authority shall have the right to invoke and appropriate the proceeds of the
Performance Security, in whole or in part, without notice to the Consultant in the event of
breach of this Agreement or for recovery of liquidated damages specified in this Clause 7.2.
8. FAIRNESS AND GOOD FAITH
8.1 Good Faith
The Parties undertake to act in good faith with respect to each other's rights under this
Agreement and to adopt all reasonable measures to ensure the realization of the objectives
of this Agreement.
8.2 Operation of the Agreement
The Parties recognize that it is impractical in this Agreement to provide for every
contingency which may arise during the life of the Agreement, and the Parties hereby agree
that it is their intention that this Agreement shall operate fairly as between them, and
without detriment to the interest of either of them, and that, if during the term of this
Agreement cither Party believes that this Agreement is operating unfairly, the Parties will
use their best efforts to agree on such action as may be necessary to remove the cause of
causes of such unfairness, but failure to agree on any action pursuant to this Clause 8.2
shall not give rise to a dispute subject to arbitration in accordance with Clause 9 hereof

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 96

9. SETTLEMENT OF DISPUTES
9.1 Amicable settlement
The Parties shall use their best efforts to settle amicably all disputes arising out of or in
connection with this Agreement or the interpretation thereof
9.2 Dispute resolution
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 he 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 and the Managing
Partner/ 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 of 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
9.4.1 Any Dispute which is not resolved amicably by conciliation, as provided in Clause 9.3, shall
be finally decided by reference to arbitration by an Arbitral Tribunal appointed in
accordance with Clause 9.4.2 Such arbitration shall be held in accordance with the Rules of
Arbitration of the International Centre for Alternative Dispute Resolution. New Delhi (the
"Rules"), or such other rules as may be mutually agreed by the Parties and shall be subject to
the provisions of the Arbitration and Conciliation Act. 1996 The venue of such arbitration
shall be Agartala, Tripura and the language of arbitration proceedings shall be English.
9.4.2 There shall be the sole arbitrator whose appointment] [an Arbitral Tribunal of three
arbitrators, of whom each Party shall select one, and the third arbitrator shall be appointed
by the two arbitrators so selected, and in the event of disagreement between the two
arbitrators, the appointment]" shall be made in accordance with the Rules
9.4.3 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 binding 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.
9.4.4 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.
9.4.5 This Agreement and the nights and obligations of the Parties shall remain in full force and
effect, pending the Award in any arbitration proceedings hereunder.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 97

IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be signed in their
respective names as of the day and year first above written.
SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED
For and on behalf of consultant: For and on behalf of Authority

(Signature) (Signature)

(Name) (Name)
(Designation) (Designation)
(Address) (Address)

In the presence of:

1. ___________________________

2. ___________________________

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 98

ANNEX TO THE AGREEMENT

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 99

Annex-1: Terms of Reference

(Insert the detailed Terms of Reference)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 100

Annex-2: Deployment of Personnel

The following key personnel shall be deployed for the engagement:

Sl No Position Qualification Experience

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 101

Annex-3: Estimate of Personnel Cost

Estimate of Personnel Costs

Sl Rate Per Month Man Total Amount


No Position (INR) Month (INR)

Subtotal (A)

Other (B)

Total C=A+B

GST (D)

Total (C+D)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 102

Annex-4: Cost of Services and Payment Schedule


(Mention the total cost of services and detailed payment schedule)
1. Contract Price (Agreement Value)
The payments under this Agreement shall not exceed the agreement value Rs. -------------/- (Rupees----
--------------------------) only including tax. The detail break-up of the cost of services have been provided
in Annex-3.

Note:

 This Agreement, the duration of this Agreement shall be thirty-six (36) months from the
Effective Date, subject to the satisfactory performance of the successful Bidder. The
Authority reserves the exclusive right to review the Bidder’s performance at the end of each
financial year. In the event of unsatisfactory performance, the Authority may, at its sole
discretion, terminate the contract in accordance with the terms and conditions set forth in
this Agreement.

 The Authority shall provide office space for the Project Planning, Design, and Management
Consultant (PPDMC) team, along with essential office furniture and internet access. All other
office infrastructure, including but not limited to office equipment, computers, stationery,
printing machines, and any necessary hardware and software required for design and related
activities, shall be arranged and maintained by the Consultant at its own cost and
responsibility.

 The man-month requirements indicated above are provisional and subject to revision at the
sole discretion of the Employer. The Employer reserves the right to increase or decrease the
man-month requirements for key personnel at any stage of the tendering, awarding, or
project implementation process, based on project needs, without providing any justification.
The Bidder/Contractor/Agency shall be obligated to comply with such adjustments
unconditionally and shall not be entitled to any additional claim, payment, or facility of any
nature whatsoever. In the event of an increase or reduction in man-month requirements
during the award or post-award/execution stages, payments to key personnel shall be made
in accordance with the quoted rate, based on the verified monthly attendance report.

 All other costs viz. senior supervision, travel of the senior team members, local travel of key
personnel, lodging, meals, overheads, backend support, communication costs and other
allowances are to be factored in while quoting the remuneration rate per month for the
PPDMC personnel. These allied costs shall not be reimbursed additionally by the Authority.

 In addition to the agreed monthly remuneration of the key experts deployed, Authority shall
reimburse for the travel, stay etc. in case the deployed consultants have to travel outside of
Agartala for the project related activities.

 Months; number of months input to match that shown on the personnel schedule. The month
shall be calculated as per follows:
1 year = 12 months = 252 working days

2. Payment Schedule
 Advance payment will not be allowed.
 Payment to the selected applicant would be made as per Clause 6.
 On completion of a month, the selected applicant shall submit the monthly invoice to
Authority for payment processing. After completion of the due procedures, payment will be
made by electronic transfer of funds to the bank account of the agency concerned in

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 103

Rupees.
 GST as applicable will be paid on actual.
 If the consultants have to travel out of Agartala on account of client’s work, then the travel
expenses shall be borne by The Authority.
 For facilitating Electronic Transfer of funds, the selected agency will be required to indicate
the name of the Bank & Branch, account no. (i.e., Bank Name, IFSC Code and Bank A/c No.)
and also forward a cheque leaf duly cancelled to verify the details furnished. These details
should also be furnished on the body of every invoice submitted for payments by the
selected agency.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 104

Annex-5: Format of Bank Guarantee for Performance Security

(To be stamped in accordance with Stamp Act if any, of the country for issuing bank)

Ref.: Bank Guarantee: ________________________ Date: __________________________

Sir,

In consideration of Public Works Department, Government of Tripura, (hereinafter referred as the


‘Authority’, which expression shall, unless repugnant to the context of meaning thereof include its
successors, administrators and assigns) having awarded to M/s________________________(hereinafter
referred to as the ‘Contractor’ which expression shall unless repugnant to the context of meaning
thereof, include its successors, administrators, executors and assigns), a Contract by issue of
Authority’s Contract Agreement No…………………. dated and the same having been unequivocally
accepted by the Contractor, resulting in a Contract valued at ₹…………………. (in words and figures)
for the Work of ‘Engagement of Consultant for comprehensive Project Planning, Design, and
Management Consultancy (PPDMC) Services for Infrastructure Development in the Road & Building
Sector, PWD, Tripura’ (hereinafter called the ‘Contract’) and the Authority having agreed to make
payment to the Contractor for performance of the above Contract as per the contract for Works
against Bank Guarantee to be furnished by the Contractor as security for the performance of the
Contractor’s obligation and/ or discharge of the Contractor’s liabilities under / and/or in
connection with the said contract.

We (Name of Bank) having its Head Office at (hereinafter referred to as the Bank), which expression
shall, unless repugnant to the context or meaning thereof, include its successors, administrators
executors and assigns) do hereby guarantee and undertake to pay the Authority immediately on
demand in writing all amounts demanded by the Authority with reference to this
guarantee/undertaking to the extent of ₹__________________ aforesaid at any time (up to 10% of the
contract amount) without any demur, reservation, contest, recourse or protest and/or without any
reference to the Contractor. Any such demand made by the Authority on the Bank shall be
conclusive and binding notwithstanding any difference between the Authority and the Contractor
or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that
the guarantee herein contained shall be irrevocable and shall continue to be enforceable till the
Authority discharges this guarantee. And the Bank hereby further agrees as follows:

1. This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and shall remain


valid and irrevocable for all claims of the Authority and liabilities of the Contractor arising
up to and until 12 months from the date of the end of the project “Engagement of
Consultant for comprehensive Project Planning, Design, and Management Consultancy
(PPDMC) Services for Infrastructure Development in the Road & Building Sector, PWD,
Tripura” provided by the Contractor provided that the Bank shall upon the written request
of the Authority made within in 6 (six) months of the said date extend this
Guarantee/Undertaking by a further 6 (six) months from the said date, within which the
Authority may make a demand hereunder.
2. This Guarantee/Undertaking shall be in addition to any other guarantee or security
whatsoever that the Authority may now or at any time have in relation to the Contractor’s
obligation/ liabilities under and/or in connection with the said contract and the Authority
shall have full authority to take recourse to or reinforce this security in preference to the
other security (ies) at its sole discretion, and no failure on the part of the Authority in
enforcing or requiring enforcement of any other security shall have the effect of releasing
the Bank from its full liability hereunder.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 105

3. This Guarantee/Undertaking shall not be determined or affected by the liquidation or


winding up, dissolution, or change of constitution or insolvency of the Contractor.
4. Bank hereby waives all rights at any time inconsistent with the terms of this
Guarantee/Undertaking and the obligations of the Bank in terms hereof shall not be anywise
affected or suspended by reasons of any dispute or disputes having been raised by the
Contractor (whether or not pending before any Arbitrator, Officer, Tribunal or Court) or any
denial of liability by the Contractor or any other order or Communication whatsoever by the
Contractor stopping or preventing or purporting to stop or prevent any payment by the
Bank to the Authority in terms hereof.
5. Notwithstanding anything contained herein
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed ₹
_____________________________________________.
(b) This Guarantee/Undertaking shall remain in force up-to 12 months from the end date of
the project “Engagement of Consultant for comprehensive Project Planning, Design, and
Management Consultancy (PPDMC) Services for Infrastructure Development in the Road &
Building Sector, PWD, Tripura”.

6. The Bank hereby declares that Shri ______________________(name & designation of the person
authorized to sign on behalf of the Bank) is authorized to sign this Guarantee/Undertaking
on behalf of the Bank and to bind the Bank thereby.

Yours faithfully,

(Signature)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 106

Annex 6: Guidance Note on Conflict of Interest

1. This Note further explains and illustrates the provisions of Clause 2.3 of the RFP and shall
be read together therewith in dealing with specific cases.

2. Consultants should be deemed to be in a conflict-of-interest situation if it can be reasonably


concluded that their position in a business or their personal interest could improperly
influence their judgment in the exercise of their duties. The process for selection of
consultants should avoid both actual and perceived conflict of interest.

3. Conflict of interest may arise between the Authority and a consultant or between
consultants and present or future concessionaries/ contractors Some of the situations
that would involve conflict of interest are identified below:

(a) Authority and consultants:

i. Potential consultant should not be privy to information from the Authority which is
not available to others
ii. Potential consultant should not have defined the project when earlier working for
the Authority.
iii. Potential consultant should not have recently worked for the Authority overseeing
the project.
(b) Consultants and concessionaires/contractors:

i. No consultant should have an ownership interest or a continuing business interest


or an on-going relationship with a potential concessionaire/ contractor save and
except relationships restricted to project-specific and short-term assignments.
ii. No consultant should be involved in owning or operating entities resulting from the
project.
iii. No consultant should bid for s arising from the project.
The participation of companies that may be involved as investors or consumers and officials
of the Authority who have current or recent connections to the companies involved,
therefore, needs to be avoided.

4. The normal way to identify conflicts of interest is through self-declaration by consultants


Where a conflict exists, which has not been declared, competing companies are likely to
bring this to the notice of the Authority All conflicts must be declared as and when the
consultants become aware of them.

5. Another approach towards avoiding a conflict of interest is through the use of "Chinese
walls to avoid the flow of commercially sensitive information from one part of the
consultant's company to another. This could help overcome the problem of availability of
limited numbers of experts for the project. However, in reality effective operation of
"Chinese walls" may be a difficult proposition. As a general rule, larger companies will be
more capable of adopting Chinese walls approach than smaller companies. Although,
"Chinese walls" have been relatively common for many years, they are an increasingly
discredited means of avoiding conflicts of interest and should be considered with caution.
As a rule, "Chinese walls" should be considered as unacceptable and may be accepted only
in exceptional cases upon full disclosure by a consultant coupled with provision of
safeguards to the satisfaction of the Authority

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 107

6. Another way to avoid conflicts of interest is through the appropriate grouping of tasks. For
example, conflicts may arise if consultants drawing up the terms of reference or the
proposed documentation are also eligible for the consequent assignment or project.

7. Another form of conflict of interest called "scope-creep" arises when consultants advocate
either an unnecessary broadening of the terms of reference or make recommendations
which are not in the best interests of the Authority but which will generate further work for
the consultants Some forms of contractual arrangements are more likely to lead to scope-
creep For example, lump-sum contracts provide fewer incentives for this. while time and
material contracts provide built in incentives for consultants to extend the length of their
assignment.

8. Every project contains potential conflicts of interest. Consultants should not only avoid any
conflict of interest, they should report any present potential conflict of interest to the
Authority at the earliest Officials of the Authority involved in development of a project shall
be responsible for identifying and resolving any conflicts of interest. It should be ensured
that safeguards are in place to preserve fair and open competition and measures should be
taken to eliminate any conflict of interest arising at any stage in the process:

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 108

SCHEDULE -3

BID SUBMISSION FORMS

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 109

FORM 1
LETTER OF PROPOSAL
(ON THE LETTER HEAD OF THE BIDDER)

Ref. Date:

To
The Executive Engineer,
Capital Complex Division, PWD (Buildings)
ILS Hospital Road, Khejurbagan, Agartala,
West Tripura- 799010

Sub: Request for Proposal for Engagement of Consultant for comprehensive Project
Planning, Design, and Management Consultancy (PPDMC) Services for
Infrastructure Development in the Road & Building Sector, PWD, Tripura

Dear Sir,
1. With reference to your RFP Document dated _______________, I/We, having examined all
relevant documents and understood their contents, hereby submit our Proposal for
selection as an agency for the subject project. The proposal is unconditional and
unqualified.
2. I/We acknowledge that Authority will be relying on the information provided in the
Proposal and the documents accompanying the proposal for selection of the bidder,
and we certify that all information provided in the proposal and in the annexes, are true
and correct, nothing has been omitted which renders such information misleading; and
all documents accompanying such proposal are true copies of their respective originals.
3. This statement is made for the express purpose of selection as the agency for the
aforesaid project.
4. I/We shall make available to Authority any additional information it may deem
necessary or require for supplementing or authenticating the Proposal.
5. I/We acknowledge the right of 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 declare that:
a. We have examined and have no reservations to the RFP documents, including any
Addendum/corrigendum issued byAuthority.
b. I/We do not have any conflict of interest.
c. I/We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice in respect of any tender or request for proposal issued by or any
agreement entered into with Authority or any other public sector enterprise or any
government, Central or State; and
d. I/We hereby certify that we have taken steps to ensure that in conformity with the
provisions of this RFP, no person acting for us or on our behalf will engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 110

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 bidders in accordance with the RFP document.
8. I/We certify that in regard to matters other than 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 project or which relates to a grave offence that outrages the
moral sense of the community.
9. 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.
10. 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
Authority) (and/ or the Government of India) in connection with the selection of agency
or in connection with the selection process itself in respect of the above-mentioned
project.
11. 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
project is not awarded to me/us or our proposal is not opened or rejected.
12. I/We agree to keep this offer valid for 180 (One Hundred Eighty) days from the last date
of submission of proposal (Bid Due Date) as specified in the RFP document.
13. In the event of my/our firm being selected as the successful bidder, I/we agree and
undertake to provide the services in accordance with the provisions of the RFP and
subsequent agreement.
14. I/We have studied RFP and all other documents carefully. We understand that we shall
have no claim, right or title arising out of any documents or information provided to us
by Authority or in respect of any matter arising out of or concerning or relating to the
selection process including the award of project.
15. The tender document cost, technical proposal and financial proposal are being
submitted in separate envelopes and put together in outer envelope.
16. 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,

For and on behalf of: _____________


(Bidder Stamp)
(Signature, name and designation of the authorized signatory)
(Name, Title and Address of the Authorized Signatory)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 111

FORM-2
DETAILS OF APPLICANT
1. Name of Applicant:
a) State of incorporation:
b) Address of the corporate/office headquarters (central office) and its branch
office(s), if any:
c) Address of office in Agartala City, if any
d) Number of years of operation of the bidder
e) Date of incorporation/registration and/or commencement of business (Please
provide a true copy of the incorporation/registration/relevant certificate):
2. Brief description of the Bidder including details of its main lines of business
3. Details of individual(s) who will serve as the point of contact/communication for the
Authority:
a. Name:
b. Designation:
c. EntityName:
d. Address:
e. Telephonenumber:
f. E-Mail
4. Particulars of the authorized signatory of the Bidder:
a) Name:
b) Designation:
c) Address:
d) Phonenumber:
5. A statement by the Bidder disclosing material non-performance or contractual non-
compliance in past projects, contractual disputes and litigation/arbitration in the
recent past (3 years) is given below (Attach extra sheets, if necessary):

Yoursfaithfully,
Signature with stamp,
Nameanddesignationoftheauthorizedsignatory

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 112

FORM -3
AFFIDAVIT OF THE BIDDER

(To be submitted by bidder on non-judicial stamp paper of ₹ 100/- (Rupees Hundred only)
duly attached by Notary Public)

Affidavit of Mr……………..............S/o……………..................….R/o……………..……

I, the deponent above named do hereby solemnly affirm and declare as under:

1. That I am the Proprietor/Authorized signatory of M/s…………………………………


……………………………..…….having it’s Head Office/Regd. Office
at………………………... ………………………………………………..………

2. That the information/DOCUMENT/Experience certificates submitted in support of


technical and financial capacity by M/s…………………………. along with the tender
for …………………… (Name of work)…………to PWD, Tripura are genuine and true
and nothing has been concealed.

3. I shall have no objection in case PWD verifies them from issuing authority (ies). I
shall also have no objection in providing the original copy of the document(s), in
case PWD, Tripura demand so for verification.

4. I hereby confirm that in case, any document, information & / or certificate


submitted by me found to be incorrect / false / fabricated, PWD, Tripura at
its discretion may disqualify / reject / terminate the bid/contract and also forfeit
the EMD / Performance Guarantee /All dues.

5. I shall have no objection in case PWD verifies any or all Bank Guarantee(s) under
any of the clause(s) of Contract including those issued towards Performance
Guarantee from the Zonal Branch /office issuing Bank and I/We shall have no right
or claim on my submitted bank guarantee(s) before PWD, Tripura receives said
verification.

6. I undertake and confirm that eligible similar work(s) has/have not been got executed
through another Consultant on back-to-back basis. Further that, if such a violation
comes to the notice of Department, then I/we shall be debarred for bidding in PWD
in future forever. Also, if such a violation comes to the notice of Department before
date of start of work, the Engineer-in-Charge shall be free to forfeit the entire
amount of Bid Security/Performance Guarantee.

I............................., the Proprietor/Authorized signatory of M/s........................................ do


hereby confirm that the contents of the above Affidavit are true to my knowledge
and nothing has been concealed there from.................... and that no part of it is false.

Verified at ................this.................day of .....................

ATTESTED BY (NOTARY PUBLIC)

DEPONENT

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 113

FORM – 4
POWER OF ATTORNEY FOR SIGNING OF BID
(To be submitted by bidder on non-judicial stamp paper of ₹100/- (Rupees Hundred
only) duly attached by Notary Public)

Know all men by these presents, We…………….………(name of the firm and address of the
registered office) do hereby irrevocably constitute, nominate, appoint and authorize Mr. /
Ms (name),……………………….son / daughter / wife of……………..and presently residing
at…………….., who is (presently employed with us and holding the position of……………, as
our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name
and on our behalf, all such acts, deeds and things as are necessary or required in connection
with or incidental to submission of our Bid for the “Engagement of Consultant for
comprehensive Project Planning, Design, and Management Consultancy (PPDMC)
Services for Infrastructure Development in the Road & Building Sector, PWD, Tripura”
(Project) by Public Works Department, Government of Tripuraincluding but not limited to
signing and submission of all Bids/Proposals, bids and other documents and writings,
participate in pre-bids/pre-proposal and other conferences and providing information /
responses to Authority, presenting us in all matters before Authority, signing and execution
of all contracts including the Agreement and undertakings, consequent to acceptance of our
bid, and generally dealing with Authority in all matters in connection with or relating to or
arising out of our bid, for the said Project and/ or upon award thereof, to us and / or till the
completion of the project.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things lawfully done or caused to be done by our said Attorney pursuant to and in
exercise of the powers conferred by this Power of Attorney and that all acts, deeds and
things done by our said Attorney in exercise of the powers hereby conferred shall and shall
always be deemed to have been done by us and shall be binding on us.
IN WITNESS WHEREOF WE, ____________________, THE ABOVE-NAMED PRINCIPAL HAVE
EXECUTED THIS POWER OF ATTORNEY ON THIS ____ DAY OF ________, 20___
For
………………………………
Accepted
_______________________ (signature)
(Name, Title and Address) of the Attorney
Note:
 The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
 Wherever required, the Agency should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution / power of
attorney in favour of the person executing this Power of Attorney for the delegation of
power hereunder on behalf of the Agency

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 114

FORM - 5
FINANCIAL CAPACITY OF THE BIDDER
(ON LETTERHEAD OF CHARTERED ACCOUNTANT WITH HIS/HER DATED SIGN AND
SEAL)

Based on audited financial statements, we hereby certify that (Name of Applicant) having
registered office at (OfficeAddress)hasanaverageannual turnover of………..(Rupees) in the
three yearsout of last five financial years preceding bid due date.
Thedetailsoftheannualturnoverarementionedbelow.

FY FY FY FY FY
Sl. Particulars
2019-20 2020-21 2021-22 2022-23 2023-24
1. Turnover (INR Lakhs)
Average Overall Annual
2. Turnover for last 5 years (INR
Lakhs)

Signed
Signature of CA/ Statutory Auditors
(Name of the Authorised Signatory)
(With seal and UDIN& registration no.)

Place:
Date:

Note:
1. Attach certified copies of Annual Audited Balance Sheets, P & L statement and
IT Returns Certificate for last 5 (Five) years.
2. The above data must be submitted by Agency, duly certified by either Statutory
Auditor or Chartered Accountant.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 115

FORM -6
DECLARATION OF NON-BLACKLISTING

AFFIDAVIT FOR NON - BLACK LISTING OF THE BIDDER

(To be submitted by bidder on non-judicial stamp paper of ₹100/- (Rupees Hundred only)
duly attached by Notary Public)

Affidavit of Mr……………..............S/o……………..................….R/o……………..……

I, the deponent above named do hereby solemnly affirm and declare as under:

1. That I am the Proprietor/Authorized signatory of M/s…………………………………


……………………………..…….having it’s Head Office/Regd. Office
at………………………... ………………………………………………..………

2. I undertake and confirm that our firm/partnership firm has not been blacklisted by
any state/Central Departments/PSUs/Autonomous bodies during the last 5(five)
years of its operations. Further that, if such information comes to the notice of the
department, then I/we shall be debarred for bidding in PWD in future forever. Also,
if such information comes to the notice of department on any day before date of
start of work, the Engineer-in-charge shall be free to cancel the agreement and to
forfeit the entire amount of Bid Security /Performance Guarantee.

I............................., the Proprietor/Authorized signatory of M/s........................................ do


hereby confirm that the contents of the above Affidavit are true to my knowledge and
nothing has been concealed there from.................... and that no part of it is false.

Verified at ................this.................day of .....................

ATTESTED BY (NOTARY PUBLIC)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 116

FORM -7
PARTICULARS OF KEY PERSONNEL

SI Position of Key Name Qualification Total Professional Present


Personnel Experience (year) Employment
Name Employed
Since
(1) (2) (3) (4) (5) (6) (7)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 117

FORM-8
PROPOSED METHODOLOGY AND WORK PLAN

The proposed methodology and work plan shall be described as follows:


1. Understanding of TOR (not more than two pages)
The Applicant shall clearly state its understanding of the TOR and also highlight its
important aspects. The Applicant may supplement various requirements of the TOR
and also make precise suggestions if it considers this would bring more clarity and
assist in achieving the Objectives laid down in the TOR.
2. Methodology and Work Plan (not more than three pages)
The Applicant will submit its methodology for carrying out this assignment, outlining
its approach toward achieving the Objectives laid down in the TOR. The Applicant will
submit a brief write up on its proposed team and organisation of personnel explaining
how different areas of expertise needed for this assignment have been fully covered
by its proposal.

Note: Marks will be deducted for writing lengthy and out of context responses.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 118

FORM-9
ABSTRACT OF EXPERIENCE OF APPLICANT

Sl No Name of Project Name of Client Payment of


professional fees*
received by the
Applicant (in Rs.
crore)

(1) (2) (3) (4)

*The Applicant should provide details of only those projects that have been undertaken by
it under its own name.

Certificate from the Statutory Auditor/Chartered Accountant


This is to certify that the information contained in Column 4 above is correct as per the
accounts of the Applicant and/ or the clients.

Signature of CA/ Statutory Auditors, Date


(Name of the Authorised Signatory)
(With seal and UDIN& registration no.)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 119

FORM – 10
PROJECT EXPERIENCE OF APPLICANT
[DULY SIGNED BY THE CLIENT]

(Please provide information only for a project for which your firm was legally contracted
by the client as a corporate entity)

1 Name of Applicant

2 Name of Project

3 Description of services performed


by the Applicant Firm:

4 Name of client and Address:


(indicate whether public or
private)

5. Name and telephone no. of


client’s representative:

6. Payment received by the


Applicant (in Rs. crore):

7. Start date of the services (month/


year):

8. Finish date of the services


(month/ year):

9. Brief description of the Project:

It is certified that the aforesaid information is true and correct to the best
of my knowledge and belief.

(Signature, name and designation of the authorised signatory)

Notes:
1. Use separate sheet for each Eligible Project along with Client’s certificate.
2. The Applicant may attach separate sheets to provide brief particulars of other relevant
experience of the Applicant.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 120

FORM-11
CURRICULUM VITAE (CV) OF KEY PERSONNEL

1. Proposed Position:
2. Name of Personnel:
3. Address and Contact No.:
4. Date of Birth:
5. Nationality:
6. Educational Qualifications:
7. Employment Record:
(Starting with present position, list in reverse order every employment held.)
8. List of projects on which the Personnel has worked

Name of Project Descriptions of Responsibilities

9. Certification: I am willing to work on the Project and I will be available for entire
duration of the Project assignment as required. I, the undersigned, certify that to the
best of my knowledge and belief, this CV correctly describes me, my qualifications and
my experience.

(Signature and name of the Key Personnel)

Place.........................................

(Signature and name of the authorised signatory of the Applicant)

Notes:
1. Use separate form for each Key Personnel
2. Each page of the CV shall be signed in ink and dated by both the Personnel
concerned and by the Authorised Representative of the Applicant firm along
with the seal of the firm. All document either original or photocopy should be
attested by Notary.

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 121

FORM-12
ANTI-COLLUSION CERTIFICATE

We hereby certify and confirm that in the preparation and submission of our proposal for
Engagement of Consultant for comprehensive Project Planning, Design, and Management
Consultancy (PPDMC) Services for Infrastructure Development in the Road & Building Sector,
PWD, Tripura at Public Works Department, Government of Tripura, we have not acted in
concert or in collusion with any other Agency or other person(s) and also not done any act,
deed or thing which is or could be regarded as anti-competitive

We further confirm that we have not offered nor will offer any illegal gratification in cash or
kind to any person or agency in connection with the instant proposal.

Dated:

(Signature with seal,nameanddesignationoftheauthorizedsignatory)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 122

STANDARD FORMS FOR FINANCIAL PROPOSAL

{Notes to Biddershown in brackets { } provide guidance to the Bidder to prepare the


Financial Proposals; they should not appear on the Financial Proposals to be submitted.}

Financial Proposal Standard Forms shall be used for the preparation of the Financial
Proposal according to the instructions provided in Instruction to Bidders.

FIN-1 Financial Proposal Submission Form

FIN-2 Financial Bid (Price BoQ)

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 123

FORM FIN-1
FINANCIAL PROPOSAL SUBMISSION FORM

{Location, Date}

To,
The Executive Engineer,
Capital Complex Division, PWD (Buildings)
ILS Hospital Road, Khejurbagan, Agartala, West Tripura- 799010

Dear Sir:
We, the undersigned, offer to provide the consulting services for [Insert title of assignment]
in accordance with your Request for Expression of Interest cum Proposal dated [Insert Date]
and our Technical Proposal.
Our attached Financial Proposal is for the amount of {Indicate the corresponding to the
amount(s) currency (ies)} {Insert amount(s) in words and figures}, [Insert “including” or
“excluding”] of all indirect local taxes. The estimated amount of local indirect taxes i.e. GST
is {Insert currency} {Insert amount in words and figures} which shall be confirmed or
adjusted, if needed, during contract finalization. {Please note that all amounts shall be the
same as in Form FIN-2}.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract finalisation, up to expiration of the validity period of the Proposal.
We hereby certify that we have taken steps to ensure that no person acting for us or on our
behalf will engage in bribery. We undertake that, in competing for (and, if the award is made
to us, in executing) the above contract, we will strictly observe the laws against fraud and
corruption in force in India namely “Prevention of Corruption Act, 1988.
Commissions and gratuities paid or to be paid by us to an agent or any third party relating
to preparation or submission of this Proposal and Contract execution, paid if we are
awarded the Contract, are listed below:

Name and Address Amount and Purpose of Commission


of Agents Currency or Gratuity

{If no payments are made or promised, add the following statement: “No commissions or
gratuities have been or are to be paid by us to agents or any third party relating to this
Proposal and Contract execution.”}
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature {In full and initials}:
Name and Title of Signatory:
In the capacity of:
Address:
E-mail: _________________________

CONTRACTOR EXECUTIVE ENGINEER


P a g e | 124

FORM FIN-2 FINANCIAL BID (BoQ)

The Financial Bid format given below is only for illustration. The financial bid shall be
uploaded in the e-tendering portal as per BoQ format

CONTRACTOR EXECUTIVE ENGINEER

You might also like