Ewt PMC CSD 1
Ewt PMC CSD 1
Ewt PMC CSD 1
2023_MMRDA_935418_1
This Document will be part of the Contract Document.
CORRIGENDUM No.: 1
ADDENDUM No.: I
Name of Work: APPOINTMENT OF PROJECT MANAGEMENT CONSULTANT FOR CONSTRUCTION OF UNDERGROUND ROAD
CONNECTIVITY FROM ORANGE GATE - EASTERN FREEWAY TO COASTAL ROAD AT MARINE DRIVE AT MUMBAI ISLAND
CITY
This Document will be part of the Contract Document.
Statement showing the amendments to the existing clause in tender volumes published online.
Page 1 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
5 Section 5, 1. The Government of Maharashtra has approved Deleted and Replaced with
TERMS OF REFERENCE the………. The Government of Maharashtra has approved the
Chapter 1. Clause no. –1 ………. policies would be applied for the Project Management Consultant for construction of
Page no. - 51 project development activities. underground road connectivity from Orange gate
Eastern Freeway to Coastal Road at Marine Drive at
Mumbai Island city (hereinafter referred to as “the
Project”) which is to meet growing traffic demand and
eventually lead to balanced regional development and
improvement of metropolitan atmospheric
environmental condition in Mumbai Metropolitan
Area. The project is proposed to be financed
Page 2 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
6 I. General Conditions of Contract, 31.1 If key expert is required to be replaced on the Deleted and Replaced by
D. CONSULTANT’S EXPERTS instructions of the Client, the proposed Clause no. 31
AND SUB-CONSULTANTS replacement expert shall score the marks a) Except as the MMRDA may otherwise
Clause no. 31 equivalent or more compared to the original agree, no changes shall be made in the Key
Page no. - 99 expert.
Personnel. If, for any reason beyond the
31.2 If key expert is required to be replaced on its reasonable control of the Consultant, such
own by the consultant, for the reasons other than as retirement, death, medical incapacity,
death, severe accidents, gross illness and among others it becomes necessary to
I. The marks scored by the proposed replacement
replace any of the Key Personnel, the
key expert for the above replacement is equivalent
or more to the original key expert, remuneration Consultant shall forthwith provide as a
for the proposed replacement key expert will be replacement a person of equivalent or
85% of the original key expert and subsequently better qualifications and Experience
10% reduction for each replacement
subject to prior approval from
ii.CV of key experts shall be provided within 30
days from the approval of Client. Failing which the MMRDA.
penalty shall be levied 50% of that expert rate per b) If the MMRDA
month until submission of the CV or otherwise
Page 3 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
Page 4 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
7 I. General Conditions of Contract, 33.1 If the Client finds that any of the Experts or Deleted and replaced by -
D. CONSULTANT’S EXPERTS Sub-consultant has committed serious misconduct 33.1 If the Client finds that any of the Experts or
AND SUB-CONSULTANTS or has been charged with having committed a Sub-consultant has committed serious misconduct
Clause no. 33 criminal action, or if the Client determines that a or has been charged with having committed a
Page no. – 99-100 Consultant’s Expert or Sub-consultant has engaged criminal action, or if the Client determines that a
in Prohibited Practice while performing the Consultant’s Expert or Sub-consultant has engaged
Services, the Consultant shall, at the Client’s in Prohibited Practice while performing the
written request, provide a replacement. Services, the Consultant shall, at the Client’s
written request, provide a replacement.
33.2 In the event that any of Key Experts, Non-Key
Experts or Sub-consultants is found by the Client 33.2 In the event that any of Key Experts, Non-Key
to be incompetent or incapable in discharging Experts or Sub-consultants is found by the Client to
assigned duties, the Client, specifying the grounds be incompetent or incapable in discharging
therefore, may request the Consultant to provide a assigned duties, the Client, specifying the grounds
replacement. therefore, may request the Consultant to provide a
Page 5 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
33.6 If any expert is required to be replaced on its 33.7 Penalty for change in Key Staff on which the
own by the consultant, for the reasons other than consultant qualify on the basis of CV of Key staff
death, severe accidents, gross illness and i) the is Rs. 10 lakh per occurrence.
marks scored by the proposed replacement expert
for the above replacement is equivalent or more to 33.8 Deleted
the original expert, remuneration for the proposed
Page 6 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
Page 7 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
Page 8 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
Page 9 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
Page 10 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
16 Clause No. 43.3 The Remuneration rates in INR set forth Deleted and Replaced by Annexure “G”
SCC in………..
Page No. 115 ……………….. Reimbursable Expenses are not
applicable for this assignment
17 III. Special Conditions of Contract; 9.0 Reimbursable expenditure towards 9.0 Reimbursable expenditure towards
APPENDIX – D Fees and payment additional copies of tender documents: additional copies of tender documents: The
schedule; The consultants shall submit additional copies of the consultants shall submit additional copies of the
Clause 9.0 Reimbursable report as and when required by the Employer. The report as and when required by the Employer at no
expenditure towards additional consultant will be paid a standard agreed rate for additional cost.
copies of tender documents each of the additional report. The additional charges
Page No. 124 payable shall be fixed on per document per copy rate
basis.
18 30.1 The title, agreed job description, minimum To be amended as
General Condition of Contract qualification and time-input estimates to carry out 30.1 The title, agreed job description, minimum
D. CONSULTANT’S EXPERTS the Services of each of the Consultant’s Key qualification and time-input estimates to carry out
AND SUB-CONSULTANTS Experts are described in ToR. the Services of each of the Consultant’s Key Experts
30. Description of Key Experts are described in ToR.
Page No. 98 30.2 If additional work is required beyond the scope
of the Services specified in ToR, the estimated time- 30.2 Deleted
input for the Key Experts may be increased by
agreement in writing between the Client and the 30.3 The Client and the Consultant shall review the
Page 11 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
30.3 The Client and the Consultant shall review the 30.5 30 days’ notice period for either side for any
deployment schedule on timely basis (at least every demobilization. The start date for demobilization is
3 months) based on the Project progress. from the date client sends its intent. Notice period is
applicable only to the personnel/positions
30.4 The Consultant shall seek prior approval for demobilized either by client or by the Consultant
deployment of all positions even though sufficient within the tenure.
man months are available.
Page 12 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
21 Section 5 – TOR, Chapter 5 – Key Scope of works for the respective personnel: Deleted-
Experts Notes Notes – Scope of works for the respective personnel:
Page No.69 4. Post qualification, consultancy experience will be Notes –
considered for working experience. 4. Deleted
22 19. Evaluation of Technical Bids Minimum Eligibility Criteria: - Deleted and replaced by
shall be as follows: Minimum Eligibility Criteria: -
Page 13 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
Page 14 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
Page 15 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
Page No.25
28 SECTION 5. TERMS OF Chapter 2. Objectives of Consulting Services Chapter 2. Objectives of Consulting Services
2. Basic Design for system packages. 2. Deleted.
REFERENCE
3. Deleted 3. Deleted
Chapter 2. Objectives of Consulting 4. Construction supervision: Construction supervision: Construction
A. Construction supervision of Civil & Systems supervision of complete works including
Services
packages (Civil, E&M etc) including construction construction safety, installation, testing and
Page No.52 safety, installation, testing and commissioning commissioning
Page 16 of 32
Tender ID No.2023_MMRDA_935418_1
This Document will be part of the Contract Document.
Page 17 of 32
ANNEXURE “A”
NIT
2 Tender Security Amount (EMD) INR 1.80 crores (Rupees One Crore Eighty Lakh only).
Page 18 of 32
ANNEXURE B
FORM DESCRIPTION
Page 19 of 32
“ANNEXURE –C”
FINANCIAL DATA
(FINANCIAL STANDING)
Total value of
11 Consultancy work done
as per audited financial
statements
NOTE:
1) Separate Performa shall be used for each member in case of JV/Consortium.
2) Attach copies of the audited balance sheets, including all related notes, income statements
for the last five audited financial years, as indicated above.
3) The financial data in above prescribed format shall be certified by Chartered Accountant
Under his signature & stamp.
Page 20 of 32
ANNEXURE “D”
(Rupees______________________________________________________________________________
___________________________________________________________________)
NOTE:
1. Bidder has to upload Form FIN-1: Financial Proposal Submission Form along with Financial Proposal
in Packet “C”.
2. GST applicable would be payable at the applicable rates as may be in force from time to time on
production of documents to that effect. (i.e. GST reimbursable)
_________________ ________________________
Signature of Bidder
Date: Superintending Engineer
(Engineering Division)
Date:
Page 21 of 32
Form FIN-3: DELETED
Page 22 of 32
ANNEXURE “E”
TABLE: Key & non-Key Personnel
Construction
Supervision
DLP period
Total Man
Qualification
months
Sr.
54 24 78
Page 23 of 32
Should have been worked as a TBM Expert
for Highway road/ Metro/ Railway Projects
Post Graduate for at least 15 years
in · Minimum 10 years of experience in similar
Civil capacity 54 6
Engineering Should have experience of at least 2 Highway
road/ Metro/ Railway Projects with tunnel
length not less than 2.5 km in each project.
Page 24 of 32
Ventilation /Electrical Experience at least 2 Major Highway road/
Expert Engineering Metro/ Railway tunnel projects of length 2.5
Km
Chief Post Graduate Total 15 years of professional experience 1 - 54
Geotechnical in Geotechnical 10 years’ experience in Bridge/ Highway 54
Engineer Engineering road/ Metro/ Railway Development
14
Projects.
Should have experience of at least 2 Highway
road/ Metro/ Railway Projects
Resident Graduate in Total 15 years of professional experience 4 57
Engineer Civil 54 3
Should have been Resident Engineer for
Engineering
Highway road/ Metro/ Railway / Water
15 Transport/ Sewerage/ Storm water Tunnel
Projects for at least 10 years
Minimum 10 years of experience in similar
capacity
ITS Degree / Post Total 10 years of professional experience 1 57
Specialist Graduate in Minimum of 10 years relevant experience in 54 3
Electrical Road Tunnel projects involving Lighting
Engineering systems and
16 Emergency Response systems for Transport
Tunnel Projects
Experience at least ONE Major Highway
road/ Metro/ Railway tunnel projects of length
2.5 km
Fire and Safety Degree in 10 years of professional experience. 1 57
Engineer Engineering Minimum experience of 5 years as Fire and 54 3
with Post safety Engineer in Highway road/ Metro/
17 Graduate Railway Projects
Degree/diploma Should have experience of at least 2 Highway
/certification in road/ Metro/ Railway Projects
Fire and safety
Bachelor 2 54 6 60
• Total work experience of 10 years
Degree in Civil
Billing • Minimum 5 years of experience in Project
19 Engineering/
Engineer Bill Verification, Cost Management and
Diploma in
Reporting
Civil
Site Supervisor Degree/ Minimum experience of 5 years as Site 24 54 3 57
Civil Diploma in Supervisor in Highway road/ Metro/
20
Civil Railway Projects.
Engineering
Site Supervisor Degree/ Minimum experience of 5 years as Site 4 30 3 33
MEP/Electrical Diploma Supervisor in Highway road/ Metro/ Railway
(4 nos) in Electrical/ Projects.
21
Mechanical or
equivalent
Engineering
CAD operator Diploma Minimum 5 years of working experience
Engineering/ as CAD operator.
Certification in
22 4 54 3 57
CAD
Page 25 of 32
Quality Degree in Civil 10 years of professional experience. 2 57
Assurance Engineering Minimum experience of 5 years as Quality 54 3
23
Assurance Engineer in Highway road/
Metro/ Railway Projects.
Sr. Electrical & Degree / Post 10 years of professional experience. 1 60
Tunnel Testing Graduate in Minimum of 10 years relevant experience in 54 6
Engineer Electrical Road projects involving Lighting systems and
Engineering Emergency Response systems for Transport
24
Tunnel Projects
Experience at least ONE Major Highway
road/ Metro/ Railway tunnel projects of
length 3 km
Planning Graduate 15 years of professional experience 2 57
Engineer / Degree in Should have done 2 Bid Process 54 3
Document Engineering Management/Procurement for a project size
25 Controller not less than INR 800 Crores
5 years of Experience on projects based on
FIDIC Yellow/Silver books is necessary.
10 years of professional experience. 2 54 3 57
Quantity Minimum experience of 5 years as Quality
Degree in Civil
26 Assurance Assurance
Engineering
Engineer Engineer in Highway road/ Metro/ Railway
Projects.
Note:
1. All technical inputs and support will be provided by the consultant.
2. It is mandatory to give date of birth & nationality of each personnel.
3. For equivalent degrees other than B.E./B.Tech., it will be the responsibility of the
Consultant to confirm/ firms that the said degree is equivalent to the required professional
qualification by way of undertaking of the individual person. The right to accept the same
is reserved by EIC/ CE.
4. Detailed CVs as per TECH-5 need to be submitted only for personnel listed in Cl. 23
Evaluation of Bid “Table C: Qualification and Experience of Key / Non-Key Persons”
5. The consultant should provide at least minimum of the above indicative man-month in
their technical and financial proposal. If consultant has provided man-months lesser than
the above indicative man-months, the proposal will be rejected at any stage of evaluation.
However, the consultant may provide additional man-months if needed.
6. Age of Key Personnel shall not exceed 65 years at the time of submission of Bid.
7. Age of all site personnel shall not be more than 60 years during the construction period.
The age limit can be relaxed may be relaxed only with the approval of the competent
authority.
8. At least Six (6) key out of 12 Key Staff personnel shall be on permanent pay-roll For the
purpose of validity of the staff to be permanent of Not form 16 B/PF Certificate duly
certified by HR Department of the employee in case of Indian staff and for expatriate staff
his/her Permanency is to certified by HR Department
9. If the consultant qualifies on the basis of the parent company, then the parent company
should deploy minimum 2 key persons of their permanent employees with desired
qualification and experience.
Page 26 of 32
Annexure “F”
Evaluation of the Bids
2.1 Name of the Client: Engineer-In-Chief (EIC) Mumbai Metropolitan Region Development Authority
Page 27 of 32
SAMPLE CALCULATION FOR VALUATION OF BID
Evaluation shall be based on QCBS (Quality & cost based selection) system. The sample
calculations with steps in this regards are as follows:
STAGE 1: TECHNICAL BIDS EVALUATION
Bidder details Technical Mark Obtained
Bidder 1 92
Bidder 2 85
Bidder 3 55
Bidder 4 75
STAGE 2: Conversion of technical marks obtained to technical score Bidder with less than 75 marks
shall get disqualified.
Bidder Details Technical Marks Technical Score
Obtained TS=(100 x T/TM)
Bidder 1 92 92/92*100=100
Bidder 2 85 85/92*100=92.39
Bidder 3 55 Disqualified
Bidder 4 75 75/92*100=81.52
Page 28 of 32
STAGE 5: Combined Technical and Financial Score (CTFS)
With Weightage 80:20 (Technical: Financial)
Page 29 of 32
Annexure “G”
43.3 Payments for remuneration are made in Accordance with Clause GCC 43 shall be adjusted as
follows:
The Remuneration rates in INR set forth in FIN-2 shall be adjusted, for the mobilized positions,
every 12 months (and, for the first time, with effect for the remuneration earned in the 13th
calendar month after the date of the Contract) by applying the following formula:
(i) When adjustment due date falls before original date of completion of services
(ii) When adjustment due date falls in extension period for which extension is sanctioned for
reasons not attributable to the consultant.
Where,
Rio the remuneration/ payment payable on the basis of the rates set forth in Form FIN-2 for
remuneration/payment payable in local currency.
I1 all India Consumer Price Index for Industrial Workers as published by RBI (Reserve Bank of
India) Bulletin for INR for the first month for which
the adjustment is supposed to have effect; and
Ii0 all India Consumer Price Index for Industrial Workers as published by RBI (Reserve Bank of
India) Bulletin for INR for the month of the date of the date of the contract.
Page 30 of 32
ANNEXURE “ I”
Page 31 of 32
Annexure “H”
Table C: Qualification and Experience of Key / Non-Key Persons
Page 32 of 32