Sie sind auf Seite 1von 37

Civil Aviation Authority of Nepal

Aerodrome Engineering Department


Head Office, Babar Mahal, Kathmandu

Tel: 4262326, 4262416, 4262518, 4262923; Fax: +977-1-4262516, 4262557

Expression of Interest (EoI)

For

Construction Supervision of proposed AANSON Building

at

Kalimatidole, Sinamangal,

Kathmandu

August, 2015

1|Page
Civil Aviation Authority of Nepal
Aerodrome Engineering Department
Babarmahal, Kathmandu
Tel: 4262326, 4262416, 4262518, 4262923; Fax: +977-1-4262516, 4262557
Invitation for Expression of Interest (EoI)
For
Construction Supervision of proposed AANSON Building at Sinamangal.
(Date of First Publication: Aug 18, 2015)
1. Civil Aviation Authority of Nepal (CAAN) intends to construct a building at Sinamangal,
Kathmandu for proposed Airports and Air Navigation Services Organization of Nepal (AANSON)
office building. The funding for the consulting services will be done by CAAN.

2. This Invitation for Expression of Interest (EOI) is called to invite applications from
interested, eligible and experienced Consultant or Joint Venture (JV) of Consultants having
minimum 5 years of experience. The Consultant must have completed at least one construction
supervision of at least 5 storey building and at least one construction supervision of building project
with project cost of more than 310 Million in last 10 years. The consultant will be selected based
on (i) Capability of Firm, (ii) General and Specific Experience of the Consultant and (iii) Key
professionals proposed for the study. In any case, the firms are not allowed to enter into more than
one joint venture.

3. Expression of Interest Invitation could be obtained free of cost during office hours on all
government working days within 15th day of first publication of this notice from Aerodrome
Engineering Department (AED) or can be downloaded from the website www.caanepal.org.np The
instructions to applicants, prescribed formats, evaluation criteria, detail information about project
as well as the indicative Terms of Reference is provided in Annexes along with EoI document.

4. Duly completed EoI documents in hard copy should be submitted to the address mentioned
below clearly mentioning the name of the project in sealed envelopes at or before 12:00 (Nepal
Standard Time) within 16th day of first date of publication of this notice:

The Director,
Aerodrome Engineering Department
Babarmahal, Kathmandu, Nepal
Tel: 4262326, 4262416, 4262518, 4262923;
Fax: +977-1-4262516, 4262557

2|Page
5. If the deadline specified herein falls on a government holiday, the deadline shall be
extended automatically to the next working day at the same hour.

6. Duly completed EoI documents received after the due date & time, shall be considered late,
summarily rejected and return un-opened.

7. The completed EoI documents received by due date and within specified time will be
opened at 14.00 (NST) on 16 day of first date of publication of this notice in the presence of the
applicants or their authorized representative who-so-ever wish to attend. Absence of the
applicant or their authorized representative, however, shall not obstruct or prevent the opening of
the EoI in any way.

8. The EoI documents submitted by the applicants shall be evaluated on the basis of the
evaluation criteria approved by CAAN. The evaluation of joint venture consultants will be done in
cumulative basis. Applicants obtaining at least 50 % marks in the EoI evaluation process shall be
shortlisted in accordance with the Public Procurement Act, 2063 and Public Procurement
Regulation, 2064 of GoN. The shortlisted consultants will be notified in due course of time for the
submission of Technical and Financial proposals. The Quality and Cost Based Selection (QCBS)
procedure will be used for final selection of the consultant.

9. CAAN, AED reserves the right to accept or reject any or all EoI documents with or without
giving any reason whatsoever.

10. Further information can be obtained from above address of CAAN, AED during office
hours in all working days seven days prior to deadline of submission of EoI.

3|Page
1. INSTRUCTIONS TO APPLICANTS

1.1 INTRODUCTION

1.1.1 Scope of Qualification


1. CAAN intends to prepare list of eligible, competent & experienced consulting firms to
conduct Construction Supervision of proposed Airports and Air Navigation Services
Organization of Nepal (AANSON) Building at Sinamangal. The EoI process shall be
conducted in an open and transparent process managed by CAAN, AED.
2. This Invitation for Expression of Interest (EOI) is called to invite applications from interested,
eligible and experienced Domestic Consultant or Joint Venture (JV) having minimum 5 years
of experience ( in case of JV, at least of lead partner of JV) in consulting business.

3. Applicants intending to file an application in response to this EoI should submit an


Application together with the duly completed EoI document providing all the
information required therein at the address mention in EoI document within the
time period specified in this EoI Invitation
4. The EoI documents submitted by the applicants shall be evaluated on the basis of the
evaluation criteria approved by CAAN. The evaluation of joint venture consultants will be
done in cumulative basis. Applicants obtaining at least 50 % marks in the EoI evaluation
process shall be shortlisted in accordance with the Public Procurement Act, 2063 and
Public Procurement Regulation, 2064 of GoN. The shortlisted consultants will be notified
in due course of time for the submission of Technical and Financial proposals. The Quality
and Cost Based Selection (QCBS) procedure will be used for final selection of the
consultant.

1.1.2 Definition of Terms


Unless otherwise specified, the following terms used in this EoI have the following
meanings:
AANSON means Airports and Air Navigation Services Organization of Nepal
AED means Aerodrome Engineering Department
Applicant means a single consultant or their joint venture that intends to submit or
submitted completed EoI document as per notice and this EoI document.
AAT means average annual turnover of the consultant.
Authorized Representative means an individual authorized by the Applicant as the duly
authorized entity to legally bind the Applicant to the EoI process, is the authorized signatory
to the process, and is the point of contact for AED in connection with the process.
Bidder means successful applicant shortlisted by this EoI process and who submits
Technical and Financial proposals in response to the Request for Proposal (RFP).

4|Page
CAAN means Civil Aviation Authority of Nepal
EIA means "Environmental Impact Assessment".
EoI means "Expression of Interest".

GoN means "Government of Nepal".


IT means "Income Tax".
JV means "Joint Venture".
Lead Consultant means an entity or Consultant that is the authorized leader of a team
comprising the Lead Consultant and its constituents to submit the EoI and perform the
assignment.
Project means the "AANSON building construction Project" intended for construction
supervision under this EoI and RFP.
RFP means a "Request for Proposal".
TOR means "Terms of Reference".
VAT means "Value Added Tax".

1.1.3 Eligible Applicants


1. The EoI process is open to interested, eligible and experienced firms ( In case of
JV, at least of lead partner of JV) in consulting business. In any case, the firms are
not allowed to enter into more than one joint venture.
2. The interested consultant must provide following information in their Expression of
Interest (EOI).
Corporate registration
Registration with Professional Societies
Tax Clearance up to FY 071/72
VAT Registration
Years of Standing
Organizational profile in brief
General Experience ( last 5 fiscal years)
Experience in similar projects (last 5 fiscal years)
Availability of Professional staff with suitable qualification.
Financial capabilities (annual turnover of last 5 fiscal years)
Equipment and facilities
3. Similarly, the Consultant must have completed construction supervision of at least 5 storey
building and at least one construction supervision of building project with project cost of more
than 310 Million.

4. The Applicant shall submit Self Declaration as per clause 40 2 (e) of Public Procurement

5|Page
Regulation, 2064 mentioning their eligibility, conflict of interest, receive any punishment
while doing consulting business and litigation history (if any). In case of JV, each
individual consultant shall submit Self Declaration separately or they can submit the
Self - Declaration jointly by signing each members of JV mentioning information
requited in Self Declaration.
5. The Applicants shall have a good professional reputation with demonstrated competency
in successfully conducting Construction supervision and contract management and have a
sound financial status.
6. In case of Joint Venture, the consultant shall submit Joint Venture Agreement duly signed
& stamped with company seal by each member of JV & clearly mention the name of lead
firm, role and responsibility of each member of joint venture, name and sample signature
of the authorized signatories through attorney of power. In any case, the firms are not
allowed to enter into more than one joint venture.

1.2 REQUEST FOR EXPRESSION OF INTEREST

1.2.1 Clarification on EoI Documents


A prospective applicant requiring any clarification of this EoI Invitation and ToR may contact
CAAN during office hours in all working days before seven days prior to the deadline for
submission of EoI application at the address hereunder.
The Director,

Aerodrome Engineering Department, Civil Aviation Authority of Nepal

Babarmahal, Kathmandu, Nepal


Tel: 4262326, 4262416, 4262518, 4262923;
Fax: +977-1-4262516, 4262557

1.2.2 Amendment to EoI Documents


1. At any time prior to the deadline for the submission of the EoI application, CAAN, AED
may amend the EoI, for any reason, whether on its own initiative or in response to a
clarification requested by Applicant. Such amendments can be downloaded from the website
www.caanepal.org.np
2. CAAN, AED shall assume that the information contained in the amendment is taken into
account by the applicant in its application.

6|Page
1.3 PREPARATION OF THE EOI DOCUMENT FOR SUBMISSION

1.3.1 Documents for EoI


The completed EoI application to be submitted by Applicants shall comprise the following
documents:

Form Type Description/Content


Form: A General Information Regarding the Consultant and
Technical & Financial Capability of the Consultant

Form: A-1 Letter of Submission


Form: A-2 Joint Venture Information
Form: A-3 Self-Declaration Form
Form: A-4 Commitment to Code of Ethics and Anti-Corruption Policy
Form: A-5 Eligibility Status
Form: A- 6 Identification of the Consultant
Form: A-7 Financial Capability of the Consultant
Form: B Experiences of the Consultant in the Last Five Years
Form : B-1 General experience of the Consultant(s) in Consulting services with
contract amount more than 0.9 Million.
Form: B-2 Specific Experience of the Consultant(s) in Construction
Supervision of Buildings of project cost more than 100 Million
converted to present value
Form: B-3 Specific Experience of the Consultant(s) in working with Civil
Aviation Related Projects

Form: B-4 Specific Experience of the Consultant in construction supervision of


government building projects

Form: C Details of Proposed Key Professional to be deployed for the study


(Qualification & experience)
Form: D Template for reference projects to show technical competence.

1.3.2 Submission of EoI in Joint Venture


The Consultants submitting EoI in joint venture shall furnish Joint Venture Agreement duly
signed & stamped with company seal by each member of JV & clearly mention the name of
lead firm, role and responsibility of each member of joint venture, name and sample signature
of the authorized signatories through attorney of power.

1.3.3 Cost of Preparation of EoI and Liability


Applicant shall bear all costs associated with preparation and submission of the completed EoI
document. CAAN shall, in no case, be responsible or liable for these costs, or have any other
7|Page
liability to any Applicant, regardless of the conduct or outcome of the EoI process. CAAN
shall have no obligation to any Applicant to reimburse any costs incurred in preparing a response
to this EoI.
1.3.4 Confidentiality of the Document
If an Applicant believes that any portion of the submittal is to be treated in confidence, he/she
shall identify such information clearly in the submittal. CAAN shall make every effort to treat
such documents in confidence as far as possible.

1.4 SUBMISSION OF EXPRESSION OF INTEREST (EOI)


1.4.1 Number of Copies of the EoI Application
1. The Applicant shall submit an original and one (1) extra copy of the completed EOI
document clearly mentioning Original and Copy and name of the project. In the event of
any discrepancy between the original and the copy, the original shall govern.
2. The Applicant shall submit an electronic copy of the completed EoI application
supplementary to hard copy. However, the evaluation of the EoI document shall only be
done based on the hard copy of the EoI application submitted by the applicant.
1.4.2 Sealing and Marking
1. The Applicant shall seal the original and copy of the completed E o I in separate envelopes,
duly marking the envelopes as Original and Copy. These envelopes shall then be sealed
in an outer envelope and marked as Expression of Interest. The inner as well as outer
envelope shall clearly mention the name of assignment. The envelopes should also clearly
indicate the name and address of the Applicant.
The inner and the outer envelopes shall be addressed to:
The Director,

Aerodrome Engineering Department, Civil Aviation Authority of Nepal

Babarmahal, Kathmandu, Nepal


Tel: 4262326, 4262416, 4262518, 4262923;
Fax: +977-1-4262516, 4262557.
1.4.3 Deadline for Submission
1. Duly completed EoI documents should be submitted to the address specified in Section
1.4.2 by 12 Noon (NST-Nepal Standard Time) of the 16 day of first publication of this notice.
2. The completed EoI application received by CAAN after the deadline set forth in Section
1.4.3 (1) shall be considered late and shall be summarily rejected & return un-opened.
3. If the deadline specified herein falls on a government holiday the deadline shall be extended
automatically to the next working day at the same hour.
1.4.4 Withdrawal of EoI Application
An Applicant shall not be permitted to withdraw the EoI Application submitted by them.

8|Page
1.5 PUBLIC OPENING OF EOI APPLICATIONS
The EoI applications received by the due date and within the time specified in Clause 1.4.3
shall be opened at at 14.00 (NST) on 16 day of first date of publication of this notice in the
presence of the applicants or their authorized representative who-so-ever wish to attend. Absence
of the applicants or their authorized representatives, however, shall not obstruct or prevent the
opening process in any way. The Applicants designated representative must bring a letter from
the Applicant stating that he/she is authorized to represent the applicant for the public opening
of the EoI application. The Applicants or their authorized representatives who are present at the
time of opening shall sign in a register evidencing their presence.
During the opening, an authorized official of AED will read out the names of the applicants who
have submitted the EoI applications and then will start opening submitted EoI envelopes.
1.6 VALUATION OF EOI

1.6.1 Eligibility of EoI


CAAN, AED shall carry out evaluation of the EoI applications based on the approved evaluation
criteria. In case of joint venture, the evaluation will be conducted collectively, for this purpose
the relevant figures/numbers of the each members of joint venture shall be added together to
arrive at the joint ventures figures/numbers. Anything not mentioned in this document regarding
the EoI shall be governed by the prevailing rules and regulations of Nepal (Public Procurement
Act, 2063 and Public Procurement Regulation, 2064). The evaluation of EoI documents will be
done in two stages (i) Screening of EoI documents of all firms; and (ii) Evaluation of EoI document
of eligible firms.

1.6.2 Screening of EOI document


In this stage, a preliminary screening of received EoI document will be done. The consultants
shall be evaluated on 'Pass' or 'Fail' basis. Each Consultant must 'pass' each and every criterion
mentioned below; any Consultant not complying with any one of these criteria is disqualified
from further evaluation. The basic criteria for the eligibility of applicants are prescribed in
Annex 1.
Applicant(s) failing to submit basic criteria shall be considered as "Fail" and shall be disqualified
and will not be considered for evaluation. The failing to meet eligibility criteria by any member
of joint venture may result the disqualification of joint venture application.

1.6.3 Evaluation of EoI Documents


After fulfilling all the above basic criteria, the EoI documents shall be evaluated based on
approved evaluation criteria attached in Annex 1.
Applicants obtaining at least 50 % marks in the EoI evaluation process shall be shortlisted in
accordance with the Public Procurement Act, 2063 and Public Procurement Regulation, 2064 of
GoN. The shortlisted consultants will be notified in due course of time for the submission of

9|Page
Technical and Financial proposals. The Quality and Cost Based Selection (QCBS) procedure
will be used for final selection of the consultant.

1.6.4 Clarification during Evaluation by AED


1. During the evaluation, AED may request the Applicant for any clarification that may be
needed. The Applicant shall furnish the necessary clarifications expeditiously by
post/courier/fax/e-mail or by any other rapid means of communication to AED at the
address given in Clause - 1.4.2.
2. Failure to provide information essential to evaluate the Applicants qualifications, or to
provide timely clarifications or substantiation of the information furnished, AED would be
at liberty to declare such application as non-responsive and reject the particular EoI
application.

1.6.5 Rejection of EoI Document of Applicant


1. AED reserves the right to accept or reject any or all EOI proposals with or without giving
any reason whatsoever and is not liable for any losses to applicant due to such rejection.
2. Furnishing of false or wrong information, document or evidence by any firm or joint venture
may result in rejection of the EOI document of the firm or their joint ventures.

1.7 NOTICE OF RESULT OF EVALUATION


All applicants, whether qualified or disqualified in the EoI process, will be notified in writing
indicating the result of qualification. Applicants listed in the short-list shall be considered as
qualified Consultants and shall be invited to participate in the Request for Proposal (RFP)
process.

1.8 APPLICATION IN JOINT VENTURE


By submitting an EoI in joint venture, the Applicant represents that, if qualified and if awarded
the contract after the RFP process, the Applicant with its constituent members shall be jointly
responsible to perform the obligations of such contract.

1.9 PROJECT DESCRIPTION, SCOPE OF WORK AND DURATION OF STUDY


The project description, scope of work and duration of study is given in Annex 2. The detail project
description can be found in www.caanepal.org.np

10 | P a g e
2 CONTENT OF THE EOI DOCUMENT AND INSTRUCTIONS
TO THE APPLICANT

2.1 PREPARATION AND COMPLETENESS OF THE EOI APPLICATION

The EoI document shall be structured in accordance with the outline given in the EoI forms and
must contain accurate and complete information as required by the EoI application. The EoI
Document shall have no interlineations or overwriting, except as necessary to correct errors
made by the Applicant itself. Any such correction must be initialed by the person authorized to
sign the application and stamped with the Consultants seal.
2.1.1 General Information

The Applicant shall provide a Letter of Submittal with completed forms as provided in the Format "Form
A to D" in the EOI document. All necessary information shall be presented to demonstrate the firm/joint
ventures capability, experience and professionals to be deployed for the study.
2.1.2 Information Regarding Technical & Financial Capability of the Consulting Firm
Form: A 1: Letter of EOI Submission

The applicant shall submit the EoI submittal letter stating the joint ventures arrangements with
attachment of necessary document(s). The letter shall be signed by an authorized representative
of the lead Consultant in the joint venture and shall be stamped by the company's seal. The
format of submittal letter is given in Form A-1 of this EoI document. The letter shall also
include the name of project being applied for.
In such letter, the applicant shall provide a statement of its willingness and commitment to
abide by all applicable laws, regulations, and other requirements in the execution of this service,
if selected for the task.
Form: A 2: Joint Venture Information

If the applicant applies EoI in joint venture, then applicant shall submit the joint venture information
in Form A-2. The consultants are not allowed to make association. The association in between the
Consultants should be only in the form of a joint venture. The Joint Venture Agreement and
Power of Attorney must be submitted with the EoI Application.
Form: A 3: Self Declaration Statement of Consultant

The applicant shall submit a self- declaration statement stating that the Consulting Firm (all
members in the joint venture jointly or individually) is not ineligible to participate in this procurement
process, that the consulting firm does not have any conflict of interest in the proposed assignment,
and that the consulting firm has not received any punishment while doing consulting business. The
self- declaration letter shall be signed by an authorized person of the consulting firm and shall
be stamped by the companys seal. The format of the self-declaration letter is given in Form A-3

11 | P a g e
of this EOI document.
Form: A 4: Commitment of Code of Ethics and Anti-corruption Policy

The applicant shall submit a statement stating that the Consultant shall abide by the code of
ethics and anti-corruption policy. This commitment to abide by code of ethics and anti- corruption
policy shall be presented in Form: A-4 of this EoI document.
Form: A 5: Eligibility Status

The applicant shall fill form A-5 and submit supporting documents to support the eligibility
requirement(s). The supporting documents will be in the form of copies of registration certificate,
Tax and VAT Certificates and Tax Clearance Certificate etc.
Form: A 6: Identification of the Consultant

The background information of the consulting firm shall be presented in the prescribed
Form A-6. Necessary documentary evidences should be provided to substantiate the data
contained in the Form A-6.

Form: A 7: Financial Capability of the Consultant

The financial capability of the Consultant shall be presented in prescribed Form: A-7 of this
EoI document. The financial status of the Consultant shall be supported with audited reports for
the three preceding fiscal years. The financial capability of the Consultant shall not be considered
for evaluation if not supported by copies of audit reports.
2.1.3 Experience of the Consultant in the Last five Years
The consultant shall present experiences in prescribed form B-1 to B-6. The experience of the
consultant shall be supported with evidence/proof in the form of experience
certificates/completion certificates showing the dates of completion of the assignments, short
description of assignment and value of the consulting assignments. The experience of the consultant
without evidence/proof shall not be considered for evaluation. In addition, only completed or
substantially completed projects/assignments will be considered for evaluation.
2.1.3.1 General Experience of the Consultant
Form: B - 1: General experience of the consultant in Consulting services with contract amount more
than 0.9 Million.
General experience of the consultant(s) in Consulting services with contract amount more than
0.9 Million. shall be presented in Form B -1.
2.1.3.2 Specific Experience of the Consultant
Form: B 2: Specific Experience of the Consultant(s) in Construction Supervision of Buildings of
project cost more than 100 Million converted to present value
Similarly, specific experience of the Consultant(s) in Construction Supervision of Buildings of
project cost more than 100 Million converted to present value shall be presented in prescribed

12 | P a g e
Form B-2 of this EoI document.
Form: B 3: Specific Experience of the Consultant(s) in working with Civil Aviation Related
Projects
Similarly, specific experience of the Consultant in working with Civil Aviation Related
Projects shall be presented in prescribed Form B-3 of this EoI document.
Form: B 4: Specific Experience of the Consultant in construction supervision of government building
projects
Similarly, specific experience of the Consultant in construction supervision of government
building projects shall be presented in prescribed Form B-4 of this EoI document.
2.1.4 Details of Proposed Key Professional to be deployed.
The details key professional staff proposed for the study and their experience shall be presented
in prescribed Form C. Marks will be given only to the Professionals listed in details of
professional staffs to be deployed.
2.1.5 Management and Technical Competence:
2.1.5.1 Management Competence:

The questionnaire given in Questionnaire Q later is to be answered in one paragraph with


maximum 10 lines.
2.1.5.2 Technical Competence:

Provide relevant information on your firm's previous experiences in conducting similar


work,
a. Indicate up to three (3) reference projects in the attached template (form 'D') that
your firm has carried out and completed as a lead or associate firm or in a joint venture. (1
page maximum per project sheet).

13 | P a g e
FORM: A-1
LETTER OF SUBMITTAL
[Letterhead paper of the Applicant, by the Lead Consultant)
Date: ................................
To:
The Director,
Aerodrome Engineering Department,
Civil Aviation Authority of Nepal
Babarmahal, Kathmandu, Nepal
Sir,
Being duly authorized to represent and act on behalf of

(hereinafter the Applicant), and having reviewed and fully understood all the information provided
in the EoI document, the undersigned hereby applies for qualification by AED as a consultant for the
Construction Supervision of AANSON Building at Kalimatidole, Sinamangal.
1. AED and its authorized representatives are hereby authorized to verify the statements,
documents, and information submitted in the EoI submitted herewith.
2. AED and its authorized representatives are authorized to contact any of the signatories to this
letter for any further information.
3. This application is made in the full understanding that "All decisions by AED related to this
EoI are final, binding and not subject to review". AED shall be under no obligation to inform the
Applicant of the reasons for its decisions or actions.
4. The Applicant hereby provides willingness and commitment to abide by all applicable laws,
regulations, and other requirements in the execution of this study, if selected for the task.
5. All further communication concerning this EoI application should be addressed to the
following person on behalf of the Applicant and its constituents
[Person & Designation] [Company]
[Address]
[Phone, Fax, Email]
6. The undersigned declares that the statements made and the information provided in the duly
completed EoI application are complete, true and correct.
Signature :
Name :
Designation :
For and on behalf of (Name of Applicant:
or Lead Consultant of joint venture)

14 | P a g e
FORM: A- 2

JOINT VENTURE INFORMATION

S. NAME OF JOINT POSTAL ADDRESS, TEL, CONTACT PERSON TELEPHONE OF CONTACT


N. VENTURE FAX AND E-MAIL PERSON
CONSULTANT
1. Lead Consultant:
2. Partner Consultant:
3.
4.
5
6

(Note: provide duly signed and stamped joint venture agreement and power of attorney of the signatories by
each member in the JV.)

Attached:

1. Joint Venture Agreement . Yes No

2. Power of attorney of the signatory (ies) of the Applicants Yes No

15 | P a g e
FORM: A-3

SELF DECLARATION FORM

[Each Consultant in the Joint Venture)


Date: ................................
To,
The Director,
Aerodrome Engineering Department,
Civil Aviation Authority of Nepal
Babarmahal, Kathmandu, Nepal

Sir,

We, the undersigned, on behalf of .


(Name of Consultant/name of all Consultant of Joint Venture in case of JV) declare that we are legally
eligible to participate in the procurement process of consulting services for the Construction
Supervision of AANSON Building at Kalimatidole, Sinamangal.

We also declare that we do not have any conflict of interest in the said assignment.

We hereby also declare that we have not received any punishment while doing consulting business in
the last five years.

(If any member of the consulting Consultant is not eligible to participate in procurement process or
has conflict of interest in the said assignment or has received any punishment while doing consulting
business in the last five years, the same must be clearly mentioned in this form. Any history of
litigation during the last five years shall also be declared here along with the relevant verdict.)

Signature Name Designation

For and on behalf of (Name of Applicant)

(Note: Each joint venture firm need to submit Self Declaration either jointly by signing and stamped
with company seal in self-declaration by each member of JV or individually together with EOI
document,)

16 | P a g e
FORM: A-4

COMMITMENT TO CODE OF ETHICS AND ANTI-CORRUPTION POLICY

Provide the Consultants commitment to code of ethics and anti-


corruption policy and their mechanism to monitor the adherence to
these policies.

17 | P a g e
FORM: A-5

ELIGIBILITY STATUS

Fulfillment of Eligibility Requirements


A. Eligibility Requirement of Consultant

Description Status Remarks


Valid Registration Certificate (of each member of JV, in case Yes/No
of JV.)
VAT Certificate (of each member of JV, in case of JV.) Yes/No
Income Tax Clearance Certificate for FY 070/71 and Income Yes/No
Tax Submission Certificate for FY 071/72 or Income Tax
Clearance Certificate for FY 070/71 (of each member of JV,
in case of JV)
Self- Declaration Yes/No

B. Joint Venture Agreement

Description Status Remarks


Joint Venture (JV) Agreement between the JV Partners and Power of Yes/No
Attorney signed & sealed by each member of JV, in case of JV,

C. Minimum Specific Experience of Consultant

Description Status Remarks


Experience of Consultant not less than 5 years Yes/No
The Consultant must have completed at least one Yes/No
Construction Supervision of 5 storeys buildings and at least
one construction supervision of building project cost 310
Million or more.

Please mention,
Name of Client Year of Country Project Storey Cost of
Project Completion Cost Consulting
Services

18 | P a g e
FORM: A-6

IDENTIFICATION OF THE CONSULTANT

Name of Consultant:

Address of Consultant:

Telephone number: Year of Establishment:

Fax number: Number of Year of establishment:

E-mail:

Others:
Corporate Registration: VAT Registration:

Date of Registration: Date of Registration:

Registration No: VAT Registration No:

Date of last renewal:

Valid up to:
Name and address of contact person:

Name and Designation of Contact Person:

Address:

Telephone number (Office):

Telephone number (Residence) :

Fax:

Email:

Note: In case of the applicant being joint venture, provide similar information for each member in the joint
venture separately

19 | P a g e
FORM: A-7

FINANCIAL CAPABILITY

Full name of the Consultant:

FINANCIAL STATUS
Description Amount

Total assets

Total liabilities

Current liabilities

Current assets

Current credit resources

Description Fiscal Fiscal Fiscal Fiscal Fiscal Average


Year 1 Year 2 Year 3 Year 4 Year 5 Annual

Turnover (NRs.)

Expenditure (NRs.)

{Note: Average annual turnover of consultant in last five years will be considered for evaluation.
Supporting documents (Audited Report) should be submitted}

Note: Provide similar information for each member in case of joint venture.

20 | P a g e
FORM: B-1
General experience of the consultant in Consulting services with contract amount more than 0.9 Million.
(IN LAST 5 YEARS)

S. NAME OF PROJECT LOCATION CLIENT VALUE OF YEAR OF DESCRIPTION OF PROJECT DESCRIPTION


N. AND CONTRACT COMPLETION 1. TYPE OF PROJECT OF RELEVANT
COUNTRY WORK CARRIED
2. TYPE OF STUDY OUT BY
FEASIBILITY STUDY/
CONSULTANT
DETAIL DESIGN;
1.

2.

3.

4.

5.

6.

21 | P a g e
S. NAME OF PROJECT LOCATION CLIENT VALUE OF YEAR OF DESCRIPTION OF PROJECT DESCRIPTION OF
N. AND CONTRACT COMPLETION 1. TYPE OF PROJECT RELEVANT WORK
COUNTRY CARRIED OUT BY
2. TYPE OF STUDY
CONSULTANT
FEASIBILITY STUDY/
DETAIL DESIGN;
7.

8.

9.

10.

Note: The experience of the Consultant shall be supported with evidence/proof in the form of experience certificates / completion
certificates showing the dates of completion of the assignments and value of the consulting assignments. The experience of the
Consultant without evidence/proof will not be considered for evaluation.

Date: Signature & Designation of Applicant: Seal of the Firm

22 | P a g e
FORM: B-2
Specific Experience of the Consultant(s) in Construction Supervision of Buildings of project
cost more than 100 Million converted to present value
(IN LAST 5 YEARS)
S. NAME OF PROJECT LOCATION CLIENT VALUE OF YEAR OF PROJECT DESCRIPTION OF RELEVANT
N. AND CONTRACT COMPLETION COST WORK CARRIED OUT BY
COUNTRY CONSULTANT
1.

2.

3.

4.

5.

Note: The experience of the Consultant shall be supported with evidence/proof in the form of experience certificates / completion
certificates showing the dates of completion of the assignments and value of the consulting assignments. The experience of the
Consultant without evidence/proof will not be considered for evaluation.

Date: Signature & Designation of Applicant: Seal of the Firm

23 | P a g e
FORM: B-3
Specific Experience of the Consultant(s) in working with Civil Aviation Related Projects
(IN LAST 5 YEARS)

S. NAME OF PROJECT LOCATION CLIENT VALUE OF YEAR OF DESCRIPTION OF RELEVANT


N. AND CONTRACT COMPLETION WORK CARRIED OUT BY
COUNTRY CONSULTANT

1.

2.

3.

4.

Note: The experience of the Consultant shall be supported with evidence/proof in the form of experience certificates / completion certificates
showing the dates of completion of the assignments and value of the consulting assignments. The experience of the Consultant without
evidence/proof will not be considered for evaluation.

Date: Signature & Designation of Applicant: Seal of the Firm

24 | P a g e
FORM: B-4
Specific Experience of the Consultant in construction supervision of government building projects
(IN LAST 5 YEARS)

S. NAME OF PROJECT LOCATION CLIENT VALUE OF YEAR OF DESCRIPTION OF PROJECT DESCRIPTION OF


N. AND NAME OF AND CONTRACT COMPLETION 1. Total built-up area RELEVANT WORK
RIVER COUNTRY 2. Storey CARRIED OUT BY
CONSULTANT

1.

2.

3.

4.

Note: The experience of the Consultant shall be supported with evidence/proof in the form of experience certificates / completion certificates
showing the dates of completion of the assignments and value of the consulting assignments. The experience of the Consultant without
evidence/proof will not be considered for evaluation.

Date: Signature & Designation of Applicant: Seal of the Firm

25 | P a g e
FORM: C
DETAILS OF KEY PROFESSIONAL STAFF TO BE DEPLOYED FOR THE SERVICES

S. N. DESIGNATION NAME QUALIFICATION YEARS WITH TOTAL YEAR PROJECTS INVOLVED FULL OR
(INCLUDING COMPANY OF (NAME AND WORKS PART TIME
UNIVERSITY & YEAR EXPERIENCE CARRIED OUT)
OF DEGREE OBTAINED)

Construction Supervision of AANSON Building


1 Team Leader / R.E.
2 Structural Engineer
3 Design Architect
4 Contract Management Expert
5 Geotechnical Engineer
6 Sanitary Engineer
7 Electrical Engineer
8 HVAC/Mechanical Engineer

Provide bio-data of technical resource persons only. The bio-data shall be signed in blue indelible ink by the respective personnel declaring
the correctness of the information. The resource person with lesser experience as given shall not be included in evaluation.

26
Questionnaire Q
Questionnaire depicting management and technical Competence

1. Management Competence: (please describe each question in one paragraph each with
maximum 10 lines)

A. Describe standard policies, procedures, and practices that your entity has to assure quality interaction
with clients and outputs. Please state if your company is ISO certified.

B. How will your firm/consortium handle complaints concerning the performance of experts or quality of
the reports submitted for this assignment? What internal controls are in place to address and resolve
complaints?

C. How will you ensure the quality of your firms/consortiums performance over the life of this
assignment?

D. Describe standard policies, procedures and practices that your firm has put in place to avoid
changes/replacements of personnel and to ensure the continuity of professional services once contracted.

E. Describe what social protection practices you have in place to safeguard the well-being of your proposed
experts? Specifically describe arrangements you have in place for medical, accident, and life insurance
coverage during the assignment.

27 | P a g e
Form D
Template for reference projects to show technical competence.
Project Sheets
Indicate up to three reference construction supervision of building projects that the
firm/association/joint venture considers are most relevant to the proposed assignment to demonstrate
the firms technical qualification.
Project 1 of __

Project Name
Name of Client
Countries
Participation As lead firm
As associate firm
Source of Financing
Services
(i) No. of staff
(ii) No. of person months
Length of Assignment
Start Date (dd/mm/yyyy)
Completion Date (dd/mm/yyyy)
Name of Associate Firms (if any)

No. of Person-Months of Professional Staff Provided by Associated Firm(s)


Name of Senior Staff (Project Director, Principal Methodologist/Survey Specialist) Involved
and Functions Performed

Detailed Narrative Description of the Project

Detailed Description of the Actual Services Provided by your Firm

28 | P a g e
Annex 1
Screening and Evaluation of EoI
The evaluation of EoI documents will be done in two stages (i) Screening of EoI documents
of all firms; and (ii) Evaluation of EoI document of eligible firms

STAGE I: Screening of Consultants

In this stage, a preliminary screening of received EoI document will be done. The consultants
shall be evaluated on 'Pass' or 'Fail' basis. Each Consultant must 'pass' each and every criterion
mentioned below; any Consultant not complying with any one of these criteria shall be disqualified
from further evaluation. The basic criteria for the eligibility of applicants are as follows:

Eligibility Requirement

i Valid Registration Certificate


ii VAT Certificate
iii Income Tax Clearance Certificate for FY 070/71 and Income Tax Submission
Certificate for FY 071/72 or Income Tax Clearance Certificate for FY 071/72.
iv. Self- Declaration
v. Firms' commitment on Code of Ethics and Anti-Corruption and their mechanism to
monitor the adherence to these policies.

Additional
Joint Venture Agreement between the JV Partners and a Power of Attorney

Minimum Specific Experience of Consultant


Experience of Consultant in consulting business not less than 5 years

The Consultant must have completed as least one Construction supervision of Building of
minimum 5 storey and at least one construction supervision of building of project cost 310
Million or more.

STAGE II: Detail Evaluation of EOI Documents


In second stage, the EOI document of eligible firms (Consultants determined "Pass" in Stage I),
will be further evaluated based on (i) Capability of Firm, (ii) General and Specific Experience of
the Consultant (iii) Key Professional proposed for the study and (iv) Management and Technical
Competence. The criteria for detail evaluation are:

1. Capability of the Consultant(s) : 10 Marks


2. General & Specific Experience of the Consultant(s) in 5 years : 50 Marks
a. General Experience of the Consultants : 20 Marks
b. Specific Experience of the Consultants : 30 Marks
3. Key professionals proposed for the study : 30 Marks
4. Management and Technical Competence : 10 Marks

29 | P a g e
1. Capability of the Consultant(s) : 10 Marks

a. Financial Capacity:
S. N. Description Marks Marks
1 Average Annual Turnover (AAT) of last 5
five years in consulting business
i 8 million 5
ii 7 million <8 million 4
iii 6 million <7 million 3
iv Less than 6 million 0
2 Office equipment and facilities 5
i. Office Space: 3
Less than 2000 sqft. = 0;
above 2000 sqft = 1
ii. Plotter Min. A2 Size and level 1
(Ownership evidence required)
iii. Own Material testing lab: 1
1 points for Yes; 0 point for No

Note: In case of JV of Consultant(s), AAT of the JV shall be calculated in following ways: AAT of
the JV = [AAT of Consultant(s) in NRs.]

2. General & Specific Experience of the Consultant(s) in 5 years: 50 Marks

a. General Experience of the Consultant(s) : 20 Marks


S. N. Description Marks Weightage
1 General Experience in building works with contract 20 Each Projects 2 Marks
amount of Consulting services more than 0.9 Million. (upto 10 Projects)

b. Specific Experience of the Consultant(s) : 30 Marks

S. N. Description Marks Weightage


2 Experience in Similar jobs during last 5 30
years.
(a) Experience in Construction Supervision of 20 4 marks for each completed Project
Buildings of project cost more than 100 Million not exceeding the maximum marks.
converted to present value
(b) Experience in working with Civil Aviation Related 5 1 mark for each completed Project
Projects not exceeding the maximum marks.
(c) Experience in construction supervision of 5 1 mark for each completed Project
government building Projects not exceeding the maximum marks.

i 5 storey or more 100%


ii > 2 storey < 5 storey 50 %
iv Less than 2 storey 0%

30 | P a g e
3. Key professionals proposed for the study : 30 Marks

S. N. Description Marks Weightage


3 Proposed Professional of the Firm (Qualification & experience) 30
3.1 Team Leader / Resident Engineer 6
3.2 Design Architect 5
3.3 Structural Engineer 5
3.4 Contract Management Expert 4
3.5 Electrical Engineer 2
3.6 Sanitary Engineer 3
3.7 Mechanical / HVAC Engineer 2
3.8 Geotechnical Engineer 3
(a) Qualification of the Professional: 30%
i Ph. D. 100%
ii Master's Degree Holders 75%
iii Bachelors Degree Holders 60 %
(b) Year of Experience of the Professional: 20%
i Work experience of more than 15 years 100%
ii Work experience of 10 to 15 years 75%
iii Work experience of 5 to less than 10 years 60 %
Experience of the resource person in their area of
(c) 50%
expertise
i Equal or more than 4 Projects 100%
ii 2 to 3 Projects 75%
iii < 2 Projects 50 %

4. Management and Technical Competence : 10 Marks


The management and technical competence is a subjective judgement of the presentation of
consultants as per the questionnaire Q and Form D. The marking is divided as follows:

S. N. Description Marks Weightage


4 Management and Technical Competence 10
Excellent 100%
Very Good 90%
Above Average 80%
Average 60%
Below Average 40%
While evaluating the EoI document based on the evaluation criteria mentioned above, the
following shall be considered
In case of joint venture, evaluation of capability (Average Annual Turn Over) and
experience of firm will be done collectively. For this purpose the relevant figures/numbers of
the each members of joint venture shall be added together to arrive at the joint ventures
figures/numbers. However, evaluation of year of experience will be done individually.
The experience of the firm shall be supported with evidence/proof of experience/
completion certificates showing date of completion of the project/assignment. The experience
of the firm without evidence/proof or experience certificate will not be considered for
evaluation.
31 | P a g e
For the evaluation of the Consultant's financial capability, audit reports of the last five fiscal
years shall be examined. The financial capability of the Consultant shall not be considered for
evaluation if not supported by copies of audit reports.
Marks will be given only to the key personnel listed in details of professional staffs to be
deployed for the study. The marks will be distributed among the list of key personnel as above.
Minimum 5 years of experience will be required for key professionals. Minimum qualification
required for the key professionals will be bachelors degree. If same professional is proposed
for more than one designation, the marks will be given for only one designation.
Employee of Government (Public) or Semi Government or Government affiliated
institution's employee needs to submit official no objection letter to provide consultancy
services. Failure to submit no objection letter will not be evaluated.
The information furnished by the Firm(s) in EOI document should be realistic. If any
discrepancies/faults are found, legal action shall be taken as per prevailing rules and
regulations.
Applicants obtaining at least 50 % marks in the EoI evaluation process shall be shortlisted
in accordance with the Public Procurement Act, 2063 and Public Procurement Regulation,
2064 of GoN. The shortlisted consultants will be notified in due course of time for the
submission of Technical and Financial proposals during the RFP Process. The Quality and Cost
Based Selection (QCBS) procedure will be used for final selection of the consultant.
Experience of the resource person in their area of expertise for team leader shall be at least
been a team leader in building project of at least 100 million.

32 | P a g e
ANNEX II
CIVIL AVIATION AUTHORITY OF NEPAL
Aerodrome Engineering Department
TERMS OF REFERENCE FOR CONSTRUCTION SUPERVISION OF PROPOSED
AANSON BUILDING AT SINAMANGAL.
1 BACKGROUND
Development of airport has received a high priority in the national policy of Government of
Nepal (GoN). Air Transport has increasing emerged as an important mode of transportation in
place of roads, especially in the remote and inaccessible districts of hills and mountain regions.
On the other hand, the conditions of the Airports are getting worse. Even during the dry season,
the airlines are not able to operate due to the bad condition of Airports. These factors call for
an immediate assessment of the existing Airports so that rational decision could be made in
time. In addition, the tourism industry can be improved substantially by improving the STOL
Airports as hub Airport, which can play an important role for the development of the region
and the nation as a whole.
Nepal has become a center of attraction today, a large number of tourists for its high mountain
peaks, beauty of flora and fauna, religion, culture, and rich national heritage. In addition, it
offers interesting activities such as white water rafting and trekking in the panoramic hills and
valleys. All these items are available to the tourists at a relatively low cost. In Nepal, Air
transport is the primary means of transport to inaccessible areas as an essential communication
link as well as a foundation for the tourism industry, for proper flow of trade and investment,
and for equitable cost- effective distribution of good and services.
A modern building at Sinamangal, Kathmandu has been designed and to be constructed as
proposed Airports and Air Navigation Services Organization of Nepal (AANSON) building.

2 OBJECTIVES :
The main objective of the consultancy services is to conduct construction supervision of
AANSON building, Sinamangal, Kathmandu as per approved design drawings and documents
within stipulated time of 30 months and during defect liability period of one year for phase I
(Structure, civil works) and Procurement, design check, preparation of design drawings
wherever necessary, construction supervision of Phase II project (Building Services, Finishing,
landscaping and Miscellaneous works) of AANSON Building.
3.0 SCOPE OF CONSULTANTS SERVICES

3.1 SERVICES TO BE PROVIDED

The services to be provided by the Consultants include, but not limited to the following:

3.1.1 REVIEW OF DESIGN and INFORMATION

a. Review all designs, applicable documents (including contract documents), reports, drawing,
specifications, correspondence, data, codes, regulations, standards, directives and agreements,
and ensure that requirement are incorporated into the work. Advise Employer of any missing
information necessary for the completed works.
33 | P a g e
b. Prepare the working drawings of all the missing items and corrections in the existing drawing
in accordance with the applicable standards and submit it for approval from the employer.

3.1.2 PROCUREMENT MANAGEMENT OF PHASE II PROJECT (BUILDING


SERVICES, FINISHING, LANDSCAPING AND OTHER MISCELLANEOUS
WORKS)

a. Consultant shall advise the client about the appropriate starting time of Phase II project to
complete the project on time.

b. Checking of existing estimates, specifications, preparation of tender documents, specifications


wherever necessary, working drawings, evaluation of tender and preparation of contract
documents.

3.1.2 SURVEY REQUIREMENTS

a. Verify all survey information provided by Employer and incorporate / request designer for
information into the design.

b. Review existing drawings showing property lines of all properties adjacent to, or affected by
the proposed facility.

3.1.3 DRAWINGS AND REQUIREMENTS

a. Carry out detail design in accordance with best applicable standards including preparation of
detail design drawings in sufficient details for accurate determination of quantities and cost.

b. Coordinate with the designer for construction detailing and working drawings necessary at site
as per site conditions.

c. Inspecting materials and works to ensure compliance with specifications and giving immediate
notice to the contractor in the event that such materials and works fail to comply with the
specifications.

3.1.4 CO-ORDINATION OF WORK AND INTERFACES

a. Coordinate with CAAN, design consultant and Contractors regarding drawings, BOQs,
specifications, and necessary instruction and suggestions as regards to timely and successful
implementation of the project. Coordinate with the contractors technical team at site for
construction as per the design documents.

b. Meet with stakeholders and others, as necessary, to ensure that all interface requirement are
addressed and integrated during construction.

3.1.5 CONTRACT ADMINISTRATION

The consultant shall take responsibility of contract administration in accordance with the
provisions of the contract between the CAAN, AED and the construction contractor and ensure
the quality of works executed by the Contractor as per the contract. The Consultant shall be
responsible for construction supervision to ensure timely completion of the contract, providing
working drawings and instructions to the contractor, checking and approving Contractors shop
drawings, laying out the Buildings on site as per the Plan, measurement of works executed by

34 | P a g e
the Contractor, certification for payments for the works executed in conformity with the
contract requirements.

3.1.4 APPROVALS AND ASSISTANCE

The Contractor(s)' proposed implementation schedule shall be reviewed thoroughly by the


Consultant. Interrelations between the various activities shall be carefully reviewed
particularly with respect to time allocation, commencement and completion dates. At the end
of this procedure, an agreed implementation schedule should be provided by the contractor(s)
to the satisfaction of all parties.

The consultant shall submit their resource person (manpower) allocation schedule accordingly.

In addition to the implementation schedule following shall be approved by the consultants.

a. Approving contractors shop drawings, laying out the Buildings on site as per the Plan,

b. Measurement of works executed by the Contractor,

c. Certification for payments for the works executed in conformity with the contract
requirements.

d. Approving contractor's method statements, material sources, and safety plan.

e. Provide all documentation, information and assistance requested by CAAN for its negotiations
and dealings with affected parties, agencies and stakeholders.

3.1.6 PROJECT MANAGEMENT & QUALITY CONTROL

a. Reviewing the quality control programs of the contractors.

b. Accepting or rejecting any part or parts of the completed works.

c. Making measurements and keeping measurement records.

d. Maintaining records of daily progress, correspondence, and diaries.

e. Certifying completion of part or all of the works.

f. Reviewing and recommending to the Employer variation orders, extensions of time, claims,
and other matters that may come from each contractor.

g. Negotiating with contractor and recommending to the Employer the rates for any unscheduled
items of work that may arise.

h. Advising the Employer's representative on all matters relating to the execution of the works;
and assisting the representative with processing the contractor's possible claims.

i. Preparing, at the completion of the contracts, a consolidated project completion report.

j. Checking and certifying as-built drawings for the works prepared by the contractors.

k. Inspecting the works at appropriate intervals during the defects liability period and certifying
the defects liability certificate for issuance by the Employer's representative.
35 | P a g e
l. The consultant shall be responsible to the Employer for complete construction supervision and
inspection of all construction contracts and takes full liability of all the construction works to
ensure that all works meet the required standards and specifications.

m. The consultant shall keep the Employer informed of progress of construction. Progress Reports
and Meetings below. Check and recommend schedules, check/prepare (as appropriate)
drawings, prepare change orders, order contractor for regular and necessary tests, examine and
certify construction contractors bill, determine contract completion dates, conduct final
inspections of the project, assemble written guarantees required of construction contractor and
recommend the final certification for payment.

3.1.7 PROGRESS REPORTS AND MEETINGS


a) Progress Reporting
Prepare monthly progress reports according to the guidelines from Civil Aviation Authority of
Nepal (CAAN). The monthly progress reports will include but not limited to:
o An up-dated cash flow, time schedule and resource projection compared to the target profile.
o A listing of outstanding scope change requests requiring action.
o A summary of concerns and decisions and required concerns and decisions which may affect
the budget and /or the schedule.
o Explanations for any period variances in schedule completion, and a recovery plan to meet the
approved targets.

b) Meetings
Attend meetings (technical meetings as well as review meetings) as required that will include
discussion up-dated schedule status, cost trends and issues and potential decisions or actions
required to complete the work in accordance with the approved work plan.
Record proceedings of all meetings and deliver minutes within a day of each meeting.

3.2 SUBMISSION
Documents to be Submitted
Submit the followings documents as specified. This list of documents is not necessarily
complete and additional submittals may be required as determined by the Employer.
The timing for submission of the documents shall be as required by the employer.
a. Minutes of all technical meetings attended.
b. Interim running bills (progress bill) of contractor(s) after physically checking and verifying
actual quantities and costs.
c. Report of interface requirements with others
d. Report on construction staging requirements.
e. Risk Register.
f. The Consultant shall prepare and submit the following reports (3 copies each) along with color
photographs. The final report (Completion Report) shall be prepared and submitted in hard
copy and in USB.

Report Description/Technical Accomplishments Timeframe

Inception Initial findings, updated project schedule, and staff 1.00 month from the
Report mobilization schedule. commencement date

36 | P a g e
Monthly Brief details of the work carried out during the previous Monthly (by the 10th
Progress month , the problems encountered or anticipated, together day of each month
Reports with the steps taken or recommendations for their following the inception
correction, and financial and physical progress to date. report)

Project In accordance with CAAN's format. Within 1.00 months


Completion from the completion of
Report the contract packages.

3.3 BILL VERIFICATION AND FORWARDING


The consultant will be liable for checking and verification of the bills prepared by the
contractor on the basis of BOQ and actual work performed at site. The checked and verified
bills will be forwarded by the consultant for payments through the Project Manager appointed
by CAAN.

4 SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT


CAAN will provide the consultant with the following:
(i) Office space at site;
(ii) Access to site, data, survey reports, and other relevant records and information available
to perform the assigned tasks
5. TIME FRAME
The time schedule for consultant's services for the construction supervision shall be 36 months.
The consultant's services shall start from the date of receiving letter to proceed.
6. TEAM COMPOSITION AND STAFF INPUTS
S. No. Description
1. Team Leader / R.E.
2. Structural Engineer
3. Design Architect
4. Contract Management Expert
5. Geotechnical Engineer
6. Sanitary Engineer
7. Electrical Engineer
8. HVAC/Mechanical Engineer
9. Procurement Expert
And other technical and non-technical support staff as needed.
7. MODE OF PAYMENT
The mode of payment of the construction supervision to the consultants will be on monthly
basis as time based payment based on the attendance of the resource person at the site taken
under the project manager and upon the submission of monthly progress report.
The consultant shall mobilize their manpower on the basis of work required in the site staying
within the total contract amount and man-months indicated in the bill of quantities.

37 | P a g e

Das könnte Ihnen auch gefallen