+ All Categories
Home > Documents > EOI Notice No. Edn-I (EMRS)-02/2013 GOVERNMENT OF...

EOI Notice No. Edn-I (EMRS)-02/2013 GOVERNMENT OF...

Date post: 04-Apr-2020
Category:
Upload: others
View: 10 times
Download: 0 times
Share this document with a friend
34
Page 1 of 34 EOI Notice No. Edn-I (EMRS)-02/2013 GOVERNMENT OF ODISHA ST&SC DEVELOPMENT, MINORITIES AND BACKWARD CLASSES WELFARE DEPARTMENT EOI DOCUMENT For SELECTION OF AGENCY FOR DESIGN, PROJECT MANAGEMENT AND MAINTENANCE OF INFRASTRUCTURE OF EKLAVYA MODEL RESIDENTIAL SCHOOL RAIRANG PUR Odisha Model Tribal Education Society (OMTES) Adivasi Exhibition Ground, Unit-1, Bhubaneswar, Odisha E-mail: [email protected] and [email protected] Website : www.stscodisha.gov.in April 2013 PRICE: Rs.5000/- (Rupees Five Thousand Only)
Transcript

Page 1 of 34

EOI Notice No. Edn-I (EMRS)-02/2013

GOVERNMENT OF ODISHA ST&SC DEVELOPMENT, MINORITIES AND BACKWARD CLASSES

WELFARE DEPARTMENT

EOI DOCUMENT

For SELECTION OF AGENCY FOR DESIGN, PROJECT MANAGEMENT AND

MAINTENANCE OF INFRASTRUCTURE OF EKLAVYA MODEL RESI DENTIAL SCHOOL RAIRANG PUR

Odisha Model Tribal Education Society (OMTES)

Adivasi Exhibition Ground, Unit-1, Bhubaneswar, Odisha E-mail: [email protected] and [email protected]

Website : www.stscodisha.gov.in

April 2013

PRICE: Rs.5000/- (Rupees Five Thousand Only)

Page 2 of 34

Notice Inviting Expression of Interest Details about EOI: EOI Notice No. ………………………………………… Department Name : ST&SC Development, Minorities and Other Backward

Classes Welfare Department EOI Notice No. : Name of Project : Setting up of Eklavya Model Residential School at

Rairangpur in the state of Odisha Name of Work : Design, Project Management and Maintenance of

Infrastructure of Eklavya Model Residential School at Rairangpur

Estimated Project Value (INR)

: 12,00,00,000 (Rupees Twelve Crore only)

Period of Completion : 2 years (24 Months) for civil construction Bidding Type : Single Class of Bidder : Architect and/or Civil Engineering Firm/ Companies/

Agencies managing civil engineering projets EoI Currency Type : INR Joint Venture / Consortium

: Not Allowed

Bid Document Fee : INR 5000 Bid Document Fee Payable to

: Secretary, OMTES, Bhubaneswar

Bid Security /EMD (INR) : INR 8,40,000 Bid Security/ EMD in favour of

: Secretary, OMTES

Bid Document Downloading Start Date

: 12-04-2013

Pre bid Meeting : 18-04-2013 at 15:00 Hrs. Bid Document Downloading End Date

: 02-05-2013

Last Date & Time for Receipt (Submission) of Bids

: 02-05-2013 up to 16:00 Hours at OMTES, Adivasi Exhibition Ground, Unit-1, Bhubaneswar.

Date of EoI opening : 02-05-2013 up at 17:00 Hours at OMTES, Adivasi Exhibition Ground, Unit-1, Bhubaneswar

Bid Validity Period : 180 days from the date of opening of Financial Bid. Phone : 0674-2598220 E-mail : [email protected] Officer Inviting Bids : Director (ST)- cum Addl. Secretary to Govt. Bid Opening Authority : Director (ST)- cum Addl. Secretary to Govt.

Page 3 of 34

DETAILED CONTENTS

Sr. No. Particulars Notice Inviting EoI (NIE) Chapter-I INSTRUCTIONS TO THE BIDDER Article-1 Definitions Article-2 Proposed Project Article-3 Eligibility Criteria for Interested Agency/ies Chapter-II GENERAL TERMS AND CONDITIONS Article-1 Checklist of Documents Comprising the Bid Article-2 Bidding Document Article-3 Clarification on Bidding Documents Article-4 Amendment of Bidding Documents Article-5 Language of Bid Article-6 Cost of Bidding Article-7 Bid Forms Article-8 Fraudulent and Corrupt Practice Article-9 Lack of Information to Bidder Article-10 Contract Obligations Article-11 Bid Price Article-12 Bid Currency Article-13 Bid Security/Earnest Money Deposit (EMD) Article-14 Period of Validity of Bid Article-15 Format and Signing of Bid Article-16 Sealing and Marking of Bid Article-17 Bid Due Date Article-18 Late Bid/Conditional Bid Article-19 Modification and Withdrawal of Bid Article-20 Opening of Bids by OMTES Article-21 Contacting OMTES Article-22 Bid Evaluation Article-23 The OMTES’s Right to Vary Scope of Contract at the Time

of Award Article-24 The OMTES’s Right to accept any Bid and to reject any or

all Bids Article-25 Notification of Award & Signing of Contract Article-26 Performance Guarantee Article-27 Payment Terms Article-28 Penalty

Article-29 Patent Rights CHAPTER-III TERMS OF REFERENCE Article-1 Introduction Article-2 Scope of Services Article-3 Compréhensive Maintenance Article-4 Training Article-5 Service Performance Requirement CHAPTER-IV

SPECIAL TERMS AND CONDITIONS OF CONTRACT

Page 4 of 34

Article-1 Contract Period Article-2 Bidder’s Obligation Article-3 OMTES's Obligation Article-4 Acceptance and Quality Check Article-5 Liquidated Damages Article-6 Termination of the Contract Article-7 “No Claim” Certificate Article-8 Suspension Article-9 Details to be Kept Confidential Article-10 Transfer of Rights Article-11 Implementation Schedule ANNEXURES ANNEXURE – 1 Format for submission of Technical Bid ANNEXURE – 2 Format for submission of Financial Bid ANNEXURE – 3 Format for submission of Details of Work Experience ANNEXURE – 4 Performa of Power of Attorney ANNEXURE- 5 Details of School Infrastructure

Page 5 of 34

CHAPTER – I

INSTRUCTIONS TO THE BIDDER ARTICLE-1: DEFINITIONS In this document, unless the context specifies otherwise, the following words and phrases shall mean and include: 1) “Agreement” means the document signed by the Secretary, Odisha Model Tribal

Education Society (OMTES) and the Bidder that incorporates any final corrections or modification to the EoI and is the Legal document binding both the parties to all terms and conditions of the Contract.

2) “Bid” means the complete bidding document submitted by the Bidder to the Secretary,

OMTES and shall include any corrections, addenda and modifications made therein. 3) “Bidder” shall mean a firm eligible to participate in the EoI in the stages of

qualification, Bidding process and shall include the successful Bidder during the currency of the Contract.

4) “Contract Period” shall mean entire term of the contract as indicated in the Article 1,

Chapter IV. 5) “Contract” shall include the Terms of Reference as outlined under Chapter III within

time limits indicated under Article 1, Chapter IV for which the Bidder shall be paid in accordance with the terms and conditions of the Agreement.

6) “Corrupt Practice” means the offering, giving, receiving or soliciting of any thing of

value, pressurising to influence the action of a public official in the process of Bidder selection and Contract execution.

7) “Department” shall mean ST&SC Development, Minorities and Backward Classes

Welfare Department of the Government of Odisha or any other Department or Agency notified by the State for this purpose.

8) “Financial Capability” means financial worthiness of Interested Agency/ies as per the

terms of the EoI. 9) “Government” shall mean the Government of Odisha. 10) “Local Language” means Odiya language. 11) “Total Accepted EoI Value” means the total value of services and supplies as

covered under this EoI and agreed upon by the Employer and the Bidder.

Page 6 of 34

ARTICLE-2: PROPOSED PROJECT: ODISHA INTEGRATED TRIBAL

EDUCATION PROJECT (OITEP) The objectives of OITEP are as follows: 1) To upgrade and construct educational and allied infrastructure for the EMRS at

Rairangpur in order to create an environment that is conducive to learning. 2) To propose a design philosophy/template for a signature look to project school. 3) To ensure that the institutions have basic amenities to function in a proper manner. 4) The system proposed for the implementation of the project should be financially viable

and easily replicable so that it can be considered to be extended to other educational institutions run by the department in Odisha in the future.

5) Broad objectives of the up-gradation/construction of the tribal educational institutions

is to address :

− Development of outdoor spaces and sports facilities including horticultural works required for a school premises which will enable the ease of maintenance, at the same time enabling school authorities to organize sports and miscellaneous activities. The horticultural works should also render the outdoor spaces of the school pleasant and provide aesthetic surroundings;

− Provision of Drinking water facilities which will render drinking water safe for consumption. Recommendations can cover new construction or renovation works in order to fulfil the current requirements of the students;

− Mechanisation of the non-academic activities like mess, cleaning, security, maintenance including that of landscaping, modernization of plumbing & toilets, laundry and food grain and vegetables storage system with a view to reduce such manpower;

− Development of hobby section, including procurement of equipment’s; − All recommendations for building construction/up-gradation works – civil,

electrical etc. should be adequate to cover existing requirements which may at the same time satisfy aesthetic, safety and practical parameters of the school premises and the facilities should conform to CBSE stipulated space requirements;

− Classroom amenities to be refurbished. Provision of furniture which is unbreakable and offering maximum utility for classrooms library staff-room and other relevant spaces in the school;

− Credence will also be given to suggestions on fire fighting systems to further the safety standards in the schools and to suggestions for use of solar energy and water savings & harvesting technologies;

− Provision of Toilet facilities either by way of new construction or renovation works to meet the existing requirements. This would also include amenities for the physically handicapped, rainwater harvesting and its use in landscaping and water conservation;

− Innovative and cost saving solutions that are context specific and culturally relevant to tribal locations for enhancing academic achievement of student in

Page 7 of 34

tribal schools. This will also include installation of solar power devices for lighting, water heating and generation of steam for cooking;

− The above items may be added, deleted or modified on the basis of the need analysis of the existing school.

− The School is to be planned in a unique manner modelled either on a traditional public school design or ultra-modern layout which remains relevant for a long time in future. For this purpose, the bidder may engage renowned architect and planners;

− The school being fully residential, the facilities for hostels, mess, vocational training of students, staff quarters, sports facilities, etc. will also have to be created/ augmented/ upgraded.

ARTICLE - 3: ELIGIBILITY CRITERIA FOR INTERESTED AG ENCY/IES

The Bidder should be fulfilling the following preconditions and must also submit documentary evidence in support of fulfilment of these conditions while submitting the technical bid. Bids from consortiums are not allowed. Claims without documentary evidence will not be considered.

Sl. No.

Eligibility Criteria Documentary Evidence to be

attached

1 - The Agency / Firm should be registered as Firm / Society / Trust / Company under the concerned Indian Laws / Acts.

- The firm should have minimum of Three years of experience in the field of Civil Engineering/ architect works i.e rendering service pertaining to site survey, preparation of Lay out plans, Structural drawings, working drawings, estimates, preparation of tender papers, contractor selection, supervision and maintenance works etc.

- Registration Certificate or certificate of incorporation of the company/ firm is to be submitted;

- The No. of consultancy assignments taken by the firm to be mentioned in the format prescribed in Annexure-III.

2 The annual turnover of the firm should not be less than INR 10 crore. For the last three consecutive years

CA Certified Financial statements indicating the Turn over, and net worth of the firm for the FY 2009-10, 2010-11 and 2011-12.

3 The project value for the civil engineering and architectural work should not be less than 5 crores for last three consecutive years. The organisation must have prior experience in providing technical support for construction of building for education and other education related structures by Government of India or State Governments or local government bodies or any other reputed private institution.

List of works as prescribed in Annexure-III and Self-certified copies of Work-orders or Certificates from relevant agencies for which work was carried out.

Page 8 of 34

4 The Architect to be engaged for the project should be a member of the Council of Architecture in India.

Proof of the documents shall be submitted.

The OMTES reserves the right to verify the claims made by the Interested Agency/ies and to carry out the capability assessment of the Interested Agency/ies and the OMTES’s decision shall be final in this regard.

Page 9 of 34

CHAPTER-II GENERAL TERMS AND CONDITIONS

ARTICLE - 1: CHECKLIST OF DOCUMENTS COMPRISING THE BID 1.1 The bid submitted shall have the following documents: Part-I

Earnest Money Deposit and Price of one copy of the EoI Document in the form prescribed in the EoI.

Part - II

1. Bid signed in Original (with photocopies in copy I) and numbered on all pages. 2. In case bidder is a company- Certified copy of Certificate of incorporation for

companies & Memorandum and Articles of Associations, Or

In case the Bidder is a society- Certified copy of registration deed with objects of constitution of society

Or In case Bidder is a corporation- Authenticated copy of the parent statute Or In case of Trust- Certified copy of the Trust Deed Or In case of Firm- Certified copy of the Registration Deed

Certified copies of documents submitted, as above, must be signed and carry the seal of the authorised signatory.

3. List of present Directors/owners/executive council members/trustees/ Board members

/Organogram as applicable.

4. Approach Paper elaborating the Interested Agency/ies concept of the proposed Project should include the following: − The Approach Paper should clearly establish a rationale for fees quoted and the

nature of construction proposed to be undertaken under the project.

− The construction works should be specified on the basis of components outlined in the “Terms of Reference” Chapter III.

− The methodology, work plan and time frames (illustrated with bar charts of

activities proposed) for the implementation of the project need to be submitted. It is to be consider that the school will continue to function as per their academic calendar during the implementation of the works and that the project needs to be implemented with minimal disruption to the academic activities of the schools.

− The selected firm will be responsible for implementing the projects in consultation

with the various stake-holding agencies including the School Administration & Staff.

Page 10 of 34

− The deliverables for each component need to be clearly mentioned along with the necessary milestones and timelines.

− Estimates of the total time effort to be provided for the project, supported by bar

chart diagrams showing the time proposed for the implementation of each component with necessary milestones.

− The Bidder must inform himself of local conditions at the school under EoI and take them into account. OMTES will only provide the addresses of the school.

− Plan for training cum sensitisation programmes for the concerned stakeholders in the schools

5. Current Sales Tax or VAT Clearance Certificate and certified copy (duly signed) of Sales Tax or VAT Registration Certificate.

6. General power of attorney/Board of Directors resolution/ Deed of Authority contract and all correspondences/documents thereof. Format for General Power of Attorney is given at Annexure IV.

7. Audited Balance sheet and Income statement duly signed by the statutory auditors and authorized signatory/ies of the Bidder for the years 2009-10, 2010-11 and 2011-12.

8. Documentary evidence (signed by authorized signatory) proving that bidder fulfills the criteria as stated in Article 3, Chapter I.

9. Documentary evidence (signed by authorized signatory) proving that bidder has provided all the data and documents required for carrying the evaluation of their Bid as per the parameters given at Article 22: Bid Evaluation, Chapter II.

10. Clause by clause compliance statement for the whole EoI Document including all Annexures.

11. All deviations and/or non-compliance clauses shall be listed separately 12. Details in the formats as given at Annexures. (please check all the Annexures)

Part-III

a) Financial Bid as per Annexure – II to be submitted in separate envelope in the bid. The

Bidder may note that the Project Cost estimates are tentative at this stage and actual estimate may vary on the basis of need assessment, site conditions and the amount bid by the civil contractors. For calculating the financial bid, the estimated project cost of Rs. 12 crore and the total percentage mentioned by the Bidder will be considered

ARTICLE – 2: BIDDING DOCUMENT 2.1 Bidder is expected to examine all instructions, forms, terms and specifications in the

bidding documents. Failure to furnish all information required by the bidding documents or submits a Bid not substantially responsive to the bidding documents in every respect may result in the rejection of the Bid.

ARTICLE – 3: CLARIFICATION ON BIDDING DOCUMENTS 3.1 Interested Agency/ies can seek written clarifications on the EoI document. For this, a

pre bid conference shall be organized the dates of which are mentioned in the Notice Inviting EoI. The bidders are requested to send their queries one day prior to the date of pre bid meeting. The queries can be sent to the mail id: [email protected] up to 5:00 pm of the date prior to the date of Pre bid conference meeting. The clarification shall be issued without any delay.

Page 11 of 34

ARTICLE – 4: AMENDMENT OF BIDDING DOCUMENTS 4.1 At any time prior to the deadline for submission of bids, OMTES for any reason,

whether at its own initiative or in response to the clarifications requested by prospective Interested Agency/ies may modify the bidding documents by amendment.

4.2 All prospective Interested Agency/ies who have received the bidding documents will be notified of the amendment and such modification will be binding on them. The same shall also be placed on the website of the ST&SC Development Department and the website of OMTES. The following website may be referred on timely basis. http://stscodisha.gov.in In order to allow prospective Interested Agency/ies a reasonable time to take the amendment into account in preparing their bids, OMTES, at its discretion, may extend the deadline for the submission of bids.

ARTICLE – 5: LANGUAGE OF BID 5.1 The Bid prepared by the Bidder, as well as all correspondence and documents relating

to the Bid exchanged by the Bidder and OMTES shall be in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant pages in English. For purposes of interpretation of the bid, the translation shall govern.

ARTICLE – 6: COST OF BIDDING 6.1 The Bidder shall bear all costs associated with the preparation and submission of the

Bid and OMTES will in no case be responsible for those costs, regardless of the conduct or outcome of the bidding process.

ARTICLE - 7: BID FORMS 7.1 Wherever a specific form is prescribed in the EoI Document, the Bidder shall use the

form to provide relevant information. If the form does not provide space for any required information, space at the end of the form or additional sheets shall be used to convey the said information.

7.2 For all other cases, the Bidder shall design a form to hold the required information. 7.3 OMTES shall not be bound by any printed conditions or provisions in the Bidder's Bid

Forms ARTICLE - 8: FRAUDULENT & CORRUPT PRACTICE 8.1 Fraudulent practice means a misrepresentation of facts in order to influence a

procurement process or the execution of a Contract and includes collusive practice among Interested Agency/ies (prior to or after Bid submission) designed to establish bid prices at artificial on-competitive levels and to deprive the OMTES of the benefits of free and open competition.

Page 12 of 34

8.2 OMTES will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for, or in executing, contract(s).

ARTICLE - 9: LACK OF INFORMATION TO BIDDER 9.1 The Bidder shall be deemed to have carefully examined all contracts documents to his

entire satisfaction. Any lack of information shall not in any way relieve the Bidder of his responsibility to fulfil his obligation under the document.

ARTICLE - 10 : CONTRACT OBLIGATIONS 10.1 If after the award of the contract the Bidder does not sign the Agreement or fails to

furnish the performance guarantee within the prescribed time limit, the OMTES reserves the right to cancel the contract and apply all remedies available to him under the terms and conditions of this document.

ARTICLE - 11: BID PRICE 11.1 The Financial bid should indicate the prices in the format/price schedule given at

Annexure – I1. Bidder shall categorically confirm strict compliance with the following stipulation in respect of their offer.

a) Any effort by a Bidder or Bidder's agent/consultant or representative howsoever

described to influence the OMTES in any way concerning scrutiny/consideration/ evaluation/ comparison of the bid or decision concerning award of contract shall entail rejection of the bid.

b) The Bidder should indicate a single consolidated rate for contract period based on the payment terms specified in the EoI.

c) Bids should be submitted directly by the Bidder. 11.2 OMTES reserves the right to seek clarification/justification from the Bidder on the

bid price in case OMTES deems it necessary. Based on the justification provided by the Bidder, if OMTES feels that the price is unrealistic/infeasible in order to execute a project of this nature, OMTES reserves the right to reject the said bid. The Interested Agency/ies shall be governed by the decision of OMTES.

ARTICLE - 12: BID CURRENCY 12.1 For the services required in the EoI the prices shall be quoted in Indian Rupees. Payment

for such services as specified in the agreement shall be made in Indian Rupees only. ARTICLE - 13: BID SECURITY/ EARNEST MONEY DEPOSIT (EMD) 13.1 The Bidder shall furnish, as part of the Bid, a bid security for the amount of Rs.

8,40,000/- (Rupees Eight Lakh Forty thousand only) by DD in favour of “Secretary, OMTES” payable at Bhubaneswar issued by any nationalised bank in India in a separate envelope. Only after the confirmation of valid bid security, the Technical Bid will be opened.

Page 13 of 34

13.2 No interest shall be paid on bid security. 13.3 EMD of Interested Agency/ies not short-listed will be refunded within 30 days from the

date of declaration of Short-listed Interested Agency/ies . If the Bidder is short-listed then the security will be refunded within 30 days from the date of signing of the Agreement.

13.4 The successful Bidder's Bid security will be discharged upon the Bidder signing the

contract/Agreement, and furnishing the Performance Guarantee. 13.5 The Bid security may be forfeited either in full or in part, at the discretion of OMTES,

on account of one or more of the following reasons: a) The Bidder withdraws their Bid during the period of Bid validity specified by

them on the Bid letter form. b) Bidder does not respond to requests for clarification of their Bid. c) Bidder fails to co-operate in the Bid evaluation process, and d) In case of a successful Bidder, the said Bidder fails: 1. to sign the Agreement in time; or 2. to furnish Performance Guarantee ARTICLE - 14: PERIOD OF VALIDITY OF BIDS 14.1 Bids shall remain valid for 180 days after the date of Financial Bid opening prescribed

by OMTES. A Bid valid for a shorter period shall be rejected as non-responsive. 14.2 In exceptional circumstances, the OMTES may solicit Bidder's consent to an extension

of the period of validity. The request and the responses thereto shall be made in writing. The Bid security shall also be suitably extended. A Bidder granting the request is not required nor permitted to modify the Bid.

ARTICLE - 15: FORMAT AND SIGNING OF BID 15.1 The Bidder shall prepare required number of copies of the bid, clearly marking each

“Original Bid” and “Copy of Bid” as appropriate. In the event of any discrepancy between them, the original shall govern.

15.2 The original and all copies of the bid shall be typed or written in indelible ink and shall

be signed by the Bidder or a person duly authorised (as per Annexure IV) to bind the Bidder to the Contract/Concession Agreement. All pages of the bid, except for un-amended printed literature, shall be initialled by the person or persons signing the bid and duly numbered.

15.3 The complete bid shall be without alteration or erasures, except those to accord with

instruction issued by the OMTES or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialized by the person or persons signing the bid.

Page 14 of 34

ARTICE - 16: SEALING AND MARKING OF BID Bidder shall submit their bids in TWO SEPARATE PARTS in sealed envelopes super-

scribed with due date, time, project and nature of bid (Bid Security, Technical.).

Part: I The EoI fee and the Bid Security in a separate sealed envelope super scribed with the EoI Document number.

Part: II Original and 1 copy of TECHNICAL BID complete with all technical

and commercial details other than price. Part-III The Price Bid complete as per the prescribed format and super scribed as

“Price Bid for the EoI No………………………”.

NOTE: Filling up prices in Part-II will render the Bidder disqualified. The envelopes containing Part-I , Part-II and Part-III of offer should be enclosed in a

larger envelope duly sealed. The enclosed CUT-OUT Slips (Formats provided in the EoI) shall be filled and pasted on the envelopes. All pages of the offer must be signed and numbered.

The outer envelope shall indicate the name and address of the Bidder to enable the bid to

be returned unopened in cases it is declared `late'. 16.1 If the outer envelope is not sealed and marked as required, the OMTES will assume no

responsibility for the bid's misplacement or premature opening. 16.2 The Technical and Financial bids shall be placed in separate envelopes and then placed

in double envelope as explained above. 16.3 If these envelopes are not sealed and marked as required, the OMTES will assume no

responsibility for the bid's misplacement or premature opening and rejection. ARTICLE - 17: BID DUE DATE 17.1 Bid must be received by the OMTES at the address specified in the EoI Document not

later than the date / time specified in the bid. 17.2 The OMTES may, at its discretion, on giving reasonable notice by fax/ e-mail or any

other written communication to all prospective Interested Agency/ies who have been issued the EoI documents, extend the bid due date / time, in which case all rights and obligations of the OMTES and the Interested Agency/ies , previously subject to the bid due date / time, shall thereafter be subject to the new bid due date / time as extended.

ARTICLE - 18: LATE BID/CONDITIONAL BID 18.1 Any bid received by the OMTES after the bid due date/time prescribed in the EoI

Document shall be rejected.

Page 15 of 34

18.2 Any bid indicating conditions beyond those indicated in this EoI Document i.e. conditional bid shall be rejected.

ARTICLE 19: MODIFICATION AND WITHDRAWAL OF BID 19.1 The Bidder may modify or withdraw its Bid after the Bid's submission, provided that

written notice of the modification included substitution or withdrawal of the bids, is received by the OMTES prior to the deadline prescribed for submission of bids.

19.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and

dispatched in a manner similar to the original Bid. 19.3 No Bid may be modified subsequent to the deadline for submission of bids. 19.4 No Bid may be withdrawn in the interval between the deadline for submission of bids

and the expiration of the period of Bid validity specified by the Bidder on the bid letter form. Withdrawal of a Bid during this interval may result in the Bidder's forfeiture of its Bid security.

ARTICLE - 20: OPENING OF BIDS BY THE OMTES 20.1 Bids will be opened in the presence of Bidder's representatives, who choose to attend.

The Bidder's representatives who are present shall sign a register evidencing their attendance.

20.2 The Bidder's names, Bid modifications or withdrawals and the presence or absence of

relevant Bid security and such other details as the OMTES at his/her discretion, may consider appropriate, will be announced at the opening.

20.3 At the pre-decided time, the OMTES contact person shall open the Technical Bids and

list them for further evaluation. The Financial Bid covers shall be listed and put into a bag to be sealed according to GOO procedure. The sealed bag of Financial Bids shall be in custody of a designated officer for opening after evaluation of Technical Bids. Any participating Bidder may depute a representative to witness these procedures.

ARTICLE - 21: CONTACTING THE OMTES 21.1 Bidder shall not approach the OMTES officers out side of office hours and/or out side

the OMTES premises, from the time of the Bid opening to the time the Contract is awarded.

21.2 Any effort by a Bidder to influence the OMTES officers in the decisions on Bid

evaluation bid comparison or contract award may result in rejection of the Bidder's offer. If the Bidder wishes to bring additional information to the notice of the OMTES, it should do so in writing.

Page 16 of 34

ARTICLE - 22: BID EVALUATION 22.1 Parameters and Procedure of Evaluation

The Bids will be evaluated on a quality and cost based selection (QCBS) basis. The proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal = 30%; P = the weight given to the Financial Proposal = 70%; T + P = 100%) using the formula: S = St x T% + Sf x P% The OMTES is not bound in any manner to select any of the Interested Agency/ies submitting proposals or to select the bidder offering the lower price. The bidder achieving the highest combined technical and financial score (S) will get the highest rank, followed by others. The firm obtaining the highest number of points will be invited for contract negotiations, with a view to clarify any outstanding points, to finalize technical and financial arrangements and, in case of successful negotiations, to sign a Contract Agreement. Interested Agency/ies submitting the bids should clearly understand that any or all parts of their bids are liable to be part of the negotiation procedure. I) Technical Evaluation

The Interested Agency/ies with the consortium members, who have fulfilled the eligibility criteria will be evaluated further. The technical evaluation and comparison of the bids shall be done for the following parameters:

Sr No. Evaluation Criteria 1 Concept/design for the development of the proposed physical infrastructure 2 Approach, methodology and work-plan for the development of the proposed

physical infrastructure 3 Average annual turnover (for the years 2009-2010, 2010-11 and 2011-12) of the

Bidder 4 Number of project management service assignments for developing or refurbishing

education infrastructure for any Central/State government or local government bodies or national level reputed education institutions.

5 Composition of Project Team to design, implement and manage the Project. Among other key members, CVs are to be provided for lead engineer, architect (separately for one unique model design and other facilities), educational activities, mess re-designing, landscaping and solar system.

6 Presentation before the Technical Committee Technical evaluation shall be carried out based on the above parameters and the data and documents provided by the Interested Agency/ies in support of their claims. The cut-off marks for short-listing based on the Technical Evaluation is 60. The Evaluation Committee shall have the right to verify the claims made by the Bidder, in

Page 17 of 34

whichever way it deems fit. Based on the Bid Evaluation, only technically qualified Interested Agency/ies scoring more than cut-off marks shall be short-listed. II) Financial Evaluation

The financial bid of only the short-listed Interested Agency/ies shall be opened. The lowest evaluated financial bid (Fm) will be given the maximum financial score (Sf) of 100 (one hundred) points. The financial scores (Sf) of the other Financial Proposals will be computed as per the formula – Sf = 100 x Fm/F, in which Sf is the financial score, Fm is the lowest financial quote and F is the financial quote under consideration.

22.2 Bid Evaluation Committee

The above evaluation shall be done by a Evaluation Committee decided by the OMTES. The Committee shall determine the approach and methodology for the issues, which may arise during the above referred evaluation exercise and have not been addressed in this EoI Document. The decision of the Committee shall be final and binding on all the Interested Agency/ies .

ARTICLE - 23 : THE OMTES’s RIGHT TO VARY SCOPE OF CONTRACT AT THE TIME OF AWARD

23.1 The OMTES may at any time, by a written order given to the Bidder make change

which include inclusion of more schools in region or exclusion of schools in region within the general scope of contract.

23.2 If any such change causes an increase or decrease in the cost of, or the time required for,

the Bidder performance of any part of the work under the Contract whether changed or not changed by the order, an equitable adjustment shall be made in the Contract Price or schedule of implementation, or both, and the Contract, shall, accordingly be amended. Any claims by the Bidder for adjustment under this Para must be asserted within thirty (30) days from the date of the Bidder receipt of the OMTES changed order.

ARTICLE - 24 : THE OMTES'S RIGHTS TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS 24.1 The OMTES reserves the right to reject any Bid and to annul the bidding process and

reject all bids at any time prior to award of Contract. Without thereby incurring any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for such decision.

ARTICLE - 25: NOTIFICATION OF AWARD & SIGNING OF CONTRACT 25.1 Prior to expiry of the period of Bid validity, the OMTES will notify the successful

Bidder in writing that its Bid has been accepted and send the successful Bidder the Contract Form.

25.2 Within 10 days of receipt of the Contract Form, the successful Bidder shall sign and date the

contract and return it to the OMTES. If the successful Bidder thus selected fails to sign the

Page 18 of 34

contract as stipulated, the OMTES reserves the right to offer the contract to the next ranked Bidder.

ARTICLE - 26: PERFORMANCE GUARANTEE 26.1 The contract performance guarantee has to be submitted within TEN days of receipt of

contract form. The performance guarantee shall be 10% of the Total Accepted EoI Value. The performance guarantee can be in the form of bank guarantee issued from nationalised bank, which shall be valid for duration of 180 days beyond the expiry of contract period.

26.2 If the successful Bidder fails to remit the performance guarantee the EMD remitted by

him will be forfeited by the OMTES and his bid will be held void. 26.3 Upon the successful Bidder's furnishing of performance guarantee and signing of

contractual documents, the OMTES will promptly notify all Short-listed Interested Agency/ies and will refund their Bid Security.

26.4 The Performance Guarantee of the successful Bidder shall be refunded within two

months from the expiry of the contract period and on satisfaction of the OMTES for execution of the work / settlement of disputes, if any.

ARTICLE - 27: PAYMENT TERMS

Appropriate proportion of the Total Accepted EoI Value, due to the Bidder on completion of each Quarter for which the Bidder has rendered his service under this EoI, shall be payable to the Bidder after each Quarter. All the payments shall be released on certification of satisfactory completion of work from the OMTES.

ARTICLE - 28: PENALTY

The OMTES will levy a maximum of 10% penalty of the Total Accepted EoI Value of the services to be provided by the Bidder in case the Bidder fails to provide the services specified by the OMTES in the pre-confirmed time schedule. The quantum of penalty shall be decided by the OMTES and it shall be binding and final. On the Bidder failing to rectify the faults, the OMTES may get them attended/rectified by any other agency at the risk and cost of the Bidder and the same will be recovered from the Bidder. The OMTES shall terminate the contract on evidence of persistent non-performance by the Bidder by giving one month notice.

ARTICLE -29: PATENT RIGHTS

The Bidder shall indemnify the OMTES against all third-party claims of infringement of patent, trademark/copyright arising from the use of services or any part thereof.

ARTICLE -30: THE OMTES’s RIGHT TO AWARD THE CONTRACT TO ONE OR MORE

INTERESTED AGENCY/IES The OMTES reserves the right to award the contract to one or more than one Bidder and split the order among different Interested Agency/ies .

Page 19 of 34

CHAPTER – III TERMS OF REFERENCE

ARTICLE – 1: INTRODUCTION The Eklavya Model Residential Schools (EMRS) are high quality residential schools run by the department, where in the students are inducted in Std VI th and pass out in Std XII. Each of these schools is provided with facility to cater 480 students. The major thrust area is for imparting high quality training and all round development of the children. The schools are provided with school infrastructure, which caters to the need of academic, curricular and extra curricular needs of the students. The schools are managed by Odisha Model Tribal Education Society (OMTES), an autonomous society promoted by the department. These schools are modelled in the lines of JNVs and KVs.

The OMTES is willing to establish one such school at Rairangpur which will cater 480 students and the schools will be equipped with all kind of facilities for overall development of students. The details of school infrastructure to be set up at Rairangpur can be seen at Annexure-V. The OMTES through a competitive bidding process shall engage one agency having prior experience in terms of designing, building , project management of infrastructure projects to set up the proposed EMRS at Rairangpur.

ARTICLE –2: SCOPE OF SERVICES The broad objective of this assignment is to create educational infrastructure which are meaningful to the next generation in being state of art infrastructure, are energy efficient, depend on renewable sources of energy, conserve & harvest water, heavily rely on information technology and require very little maintenance. The Detailed Scope of work includes the following components:

2.1 Physical Infrastructure

2.1.1 Design Elements: The design elements for physical infrastructure will consider the following elements:

• The design should be child-friendly and should facilitate education and learning among students.

o The overall environment of the educational infrastructure should be safe, secure and suited to girl students and facilities specifically needed by girl students should be integral part of the plans;

o The design and planning will also consider making full use of available land,

making the facility litter-free greening of the premises and providing adequate space for sports and extra-curricular activities.

o The design and planning will also consider that the buildings and materials

Page 20 of 34

used should be eco-friendly, energy efficient, requiring least possible maintenance and should have provision for water harvesting and conservation structures.

o The planning will consider reducing the academic and other manpower

requirements in the schools by intensively use of technology;

o Need assessment surveys including the following:

� Topographical Surveys for new and existing sites � Measured/As built Drawings of existing sites � MEP Surveys for existing sites(If required) � Photography surveys for existing sites

• Assist in identifying gaps in non-construction related needs like tables, chairs,

educational aids, sports, extra-curricular activities, solar light, cooking & heating, hostel related amenities, energy conservation system, water harvesting and conservation mechanism (taps, switching, pumps etc.), security mechanism, manpower use plan etc;

2.1.2 Preparation of Architectural design and Intervention Plans

1. At least two master design are to be proposed along with tentative costs. The

master designs will be within the standard broad guidelines as suited to the site requirements.

2.1.3 Preparation of Preliminary Cost estimates and Specifications and Finishes 1. Preparation of Preliminary Estimate basis approved layout plan by the OMTES. 2. Details of material specifications for each component to be used.

2.1.4 Preparation of Detailed Estimates and Bill of Quantities for the school infrastructure on the basis of the components identified for intervention.

1. While preparing BOQ’s / estimates and carrying out the assignment, State Government procedures for such construction activities and existing SOR (Schedule of Rates) along-with the enhancements announced as applicable will be followed. For other items specified and on approval of the client which are outside the SoR, it is expected that a suitable Market Rate justification will be prepared. After preparation of plan and detail cost estimation, technical sanction should be given by the agency, as per Works Department, GoO Norms.

2. Civil work estimates should also cover the drainage system, internal road, etc.

3. The Project Management Agency will be expected to undertake soil testing, contour

survey/mapping or any other preparatory activities. The cost of soil testing/contour survey/mapping will be part of the project cost.

2.1.5 Preparation of Tender Documents, assist OMTES in preparation of Advertisement of

the tenders and assisting the OMTES in selecting the best contractor as per the norms and procedures mentioned in the bid document.

Page 21 of 34

2.1.6 The cost of e-tendering: However, the cost of advertisements in local newspapers will be borne by OMTES separately.

a) Preparation of tender document 1. Preparation of tender document/Request for Proposal in e-tender format; 2. Preparation of advertisement for newspapers; 3. Preparing clarifications on the queries received before pre-bid and during pre-bid

conference; b) Release of Tender Documents 1. Organizing Pre-bid conference; 2. Developing letter of invitation, including Instruction to Bidders and Terms of

Reference; c) Assistance in Selection of contractors and Award of work Process

1. Evaluation of bids and submitting the bid evaluation report to the First Party or a committee constituted by the First Party;

2. Assist in the Negotiation and 3. Preparation of the agreement document, including quality and performance

parameters and criteria to be followed by the contractor which shall be detailed out in the agreement and the evaluation of quality of construction will be done basis the criteria outlined in the agreement.

2.1.7 Good for Construction Drawings

1. Detailed drawings, working drawings and the structural designs for them. 2. The buildings should be earthquake resistant and in conformity with existing

guidelines of the State Government for this purpose. The consultant is responsible through its architect and structural consultant so appointed either directly or through the architect that all drawings issued meet the necessary seismic compliance of the zone.

3. Good for construction drawings will include the following: i) Site Plan ii) Foundation and Lintel Beam for respective blocks including structural

and load bearing design. iii) Roof slabs for respective blocks iv) Electrical/Plumbing for respective blocks v) Other drawings as required in line with the approved design. vi) All other working drawings and structural drawings, as required during

construction work.

2.1.8 Management of construction activities and related payments 1. Engineering norms and practices as specified in the drawings issued for

supervision of such works will be followed.

Page 22 of 34

2. Appropriate site supervision as required to ensure the quality of work as per specifications and verification of the quality and quantity of material used and work executed at site.

3. The Project Management Agency will verify the quality and quantity of the goods

and services provided by contractors and vendors. 4. OMTES will ensure that the tests of materials as per standard construction

industry practice or as per Works Department of GoO norms, would be to the account of the contractor. The PMA may perform random sample checks if required, and recommend certain samples to be sent to external testing agency in addition to the labs on site. The cost of such tests shall be borne by the contractor / OMTES as the case maybe.

5. The PMA will send progress reports (for example monthly) to the OMTES.

2.1.9 Making periodic recommendations for releasing payments to the contractors.

1. The PMA will verify the Running Bill (work in progress Bill) as submitted by the contractor from time-to-time with photographs of work executed.

2. The running bill of contractors would be recommended to the Project Administrator/ OMTES for payment. It will also recommend action and penalties, if any, which are to be levied against individual contractors or vendors.

3. The PMA will raise bills in line with such bills passed. I] On Completion

1. The PMA will submit completion reports/drawings to the OMTES for individual assignments, as they are completed and notify the steering Committee accordingly.

2. Certification of final bill of contractors. 3. The PMA will submit the record plan for the property record after completion

of the project work. After submission of the record plan, the date of maintenance period, as defined in contract agreement for the PMA will start.

2.1.10 Supervision of Maintenance for next Five years.

1. The PMA will supervise the maintenance of all the facilities for next five years once

they are completed or upgraded. The submission of the Completion Certificate by PMA to the OMTES will be taken as the date of completion of the said project.

2. Supervision of maintenance includes periodic site visits for the purpose of an audit.

3. PMA will submit quarterly progress reports to the OMTES.

ARTICLE -4: COMPREHENSIVE MAINTENANCE The Service Provider shall cover all the building and equipments constructed/provided by it under the comprehensive maintenance contract including spares and labour for a period of

Page 23 of 34

five years. Consumables required on day-to-day basis are not included. It can take back to back guarantee of comprehensive maintenance support of the equipment manufacturers. ARTICLE -5: TRAINING The Bidder shall provide training cum sensitisation programmes for the concerned stakeholders in the school. ARTICLE -6: SERVICE PERFORMANCE REQUIREMENT The Service Provider will have to adhere to the following service performance requirement:

− Contain the cost to that budgeted : +/- 5% − Complete the project within the predetermined time-period targets: +/- 5%

ARTICLE -7: PAYMENT MECHANSIM TO THE PMA

The payment shall be made to the PMA on achievement of project deliverables. Out of the total accepted consultancy cost, the fee shall be paid to the PMA on achievement of deliverables. A proposed step wise payment mechanism is indicated below.

S. no Stage Description % of Total fee

1 Stage I On Submission of Topographical Surveys and completion of any site specific tests and submission of alternative layout plan.

5%

2 Stage II

On submission of Final Lay out plan and design (i) On submission of Architectural plans: 2.5% of fees (ii) On approval of Architectural plans from competent authority: 2.5% of fees

5%

Stage III (i) On Submission of the Cost estimates, Specifications. :

2.5% (ii) On approval of estimate from competent authority : 2.5%

5%

Stage IV On Submission of Detailed BOQs and Detailed estimates 5%

Stage V

Tender and Award of work to the contractors Preparation of Tender Documents: 5% (i) Release of Tender Documents: 5% (ii) Assistance in Selection and Award Process: 5% (iii)Award of work to contractors: 5%

10%

Stage VI

During Construction Stage (i) Good For working Construction Drawings and structural

drawings : 10% of fees becomes due on the basis of percentage of certification of running bill of contractors

(ii) Supervision and Quality Control and Verification of running bills of contractors: 10% of fees becomes due on

40%

Page 24 of 34

the basis of percentage of certification of running bill of contractors

Stage VII

On Completion of work including submission of completion plans to the local authority 10% on Completion of construction work and handing over of the building

30%

Total 100% Notes:

1. For first 2 stages, payment of fees will be made on the basis of estimated Project Cost. as Preliminary cost estimates will not be available up till Stage II.

2. The corrections for amounts on the basis of which the payment of fees becomes due will be done as follows:

a. Stage IV: 1st Correction on submitted Cost estimates b. Stage V : 2nd Correction on Awarded amount c. Stage VII: 3rd Correction on Final Executed Cost

3. A system of part billing will be followed where Institution-wise submission of documents and services delivered at different stages will be eligible for billing. This system of part billing even within stages will allow the Project Management Agency to raise invoices and be paid on the basis of these part bills even for a part of a stage, for works completed and delivered by the Project Management Agency.

Page 25 of 34

CHAPTER – IV

SPECIAL TERMS AND CONDITIONS OF CONTRACT ARTICLE - 1: CONTRACT PERIOD

This service shall commence within 3 months from the date of signing of the Agreement and shall continue thereafter for a period of 7 years which includes Twenty four months construction period and further five years maintenance. This service shall be reviewed by the OMTES at the end of 7th years. The contract may be extended for further period as may be mutually decided. The terms and conditions for extension of the contract may be negotiated.

ARTICLE -2: BIDDER’S OBLIGATION

i) The Bidder shall appoint, an authorised person as “Co-ordinator -Bidder” to co-ordinate with the OMTES in all matters related to Bidder for the successful implementation and operation of the project and to be responsible for all necessary exchange of information.

ii) The Bidder shall provide all assistance to the OMTES representative/s as they

may reasonably require for the performance of their duties and services. iii) The Bidder shall provide to the OMTES reports on a regular basis during the

Implementation Period and the Contract Period. iv) The Bidder shall appoint, supervise, monitor and control the activities of

suppliers under their respective agreements as may be necessary.

ARTICLE - 3: OMTES'S OBLIGATION

i) Grant in a timely manner all such approvals, permissions and authorisations which the Bidder may require or is obliged to seek from in connection with implementation of the project and the performance of the Bidder obligations.

ii) OMTES shall release the funds in a timely manner, after satisfying itself of all

the project-related, statutory and accounting aspects, so as to enable the agency to satisfactorily implement the project and perform its obligations.

iii) The OMTES shall appoint, an authorised person as ‘Coordinator – OMTES’

to coordinate with the Bidder in all matters related to OMTES for the successful implementation of the project and to be responsible for all necessary exchange of information required.

Page 26 of 34

ARTICLE -4: ACCEPTANCE AND QUALITY CHECK BY THIRD PARTY AGENCY

The Acceptance Tests, which shall involve testing of the entire set up as prescribed by the OMTES shall be conducted by the Bidder in the presence of a Committee of experts or institution nominated by the OMTES. The Acceptance Test must be completed by the Bidder to the satisfaction of the Committee of experts or institution within a time frame specified in the Schedule of Implementation. The OMTES reserves the right to evolve a procedure of quality checking to ensure that the services provided by the Bidder are as per are according to the prescribed norms.

ARTICLE - 5: LIQUIDATED DAMAGES

In the event of failure of the Interested Agency/ies to secure acceptance by the OMTES, before the commencement date as prescribed by the OMTES, the OMTES reserves the option to recover from the Bidder as liquidated damages and not by way of penalty, 10% of the Total Accepted EoI Value of the Service to be rendered for the period after the said commencement date, until acceptance without prejudice to other remedies under the contract.

ARTICLE - 6: TERMINATION OF THE CONTRACT 6.1 The OMTES will have the right to cancel the contract if the Bidder commits breach

of any or all conditions of the contract. Breach of Contract includes, but not limited to, the following: a) It is found that the schedule of implementation of the project is not being

adhered to. b) The Bidder stops work and such stoppage has not been authorised by the

OMTES. c) The Bidder may become bankrupt or goes into liquidation other than for

project or amalgamation. d) The OMTES gives notice to correct a particular defect/irregularity and the

Bidder fails to correct such defects/irregularity within a reasonable period of time determined by the OMTES.

6.2 If the contract is terminated by the OMTES, Government of Odisha unilaterally, the

OMTES will pay to the Vendor remaining amount, if any, for the payment for service charges for the period for which the service has been rendered and all other claims through mutually agreeable settlement.

ARTICLE - 7: “NO CLAIM” CERTIFICATE

The Bidder shall not be entitled to make any claim, whatsoever, against the OMTES, under or by virtue of or arising out of this Contract, nor shall the OMTES entertain or consider any such claim, if made by the Bidder and the Bidder shall have signed a “No Claim” Certificate in favour of the OMTES in such forms as shall be required by him after the works are finally accepted.

Page 27 of 34

ARTICLE - 8: SUSPENSION

The OMTES may, by a written notice of suspension to the Bidder, suspend the Contract if the Bidder fails to perform any of its obligations under this Contract (including the carrying out of the services) provided that such notice of suspension: 1. Shall specify the nature of the failure and 2. Shall request the Bidder to make good such failure within a specified period from

the date of receipt of such notice of suspension by the Bidder. ARTICLE - 9: DETAILS TO BE KEPT CONFIDENTIAL

The Bidder shall treat the details of the contract as private and confidential, save in so far as may be necessary for the purposes thereof, and shall not publish or disclose the same or any particulars thereof in any trade or technical paper or elsewhere without the previous consent in writing of the OMTES. If any dispute arises as to the necessity of any publication or disclosure for the purpose of the Contract the same shall be referred to the OMTES whose decision shall be final. The Bidder or his representative should neither disclose the data of project nor sell the data or use it for commercial exploitation or research work without the written permission of the OMTES.

ARTICLE - 10: TRANSFER OF RIGHTS

The Bidder shall not transfer the Contract to anybody except with the prior permission of the OMTES.

ARTICLE - 11: IMPLEMENTATION SCHEDULE

The Bidder is expected to commence implementation of the project as per the following schedule:

Particulars Day Commencement of construction 2 years Completion of construction & Commencement of maintenance

5 years

Completion of maintenance period At the end of 7th Year.

Page 28 of 34

ANNEXURE -1 Format for submission of Technical Proposal

A. General Details of the Organization/ Institution: Sr. No Particulars Remarks/ Documents to be attached

01 Name of the Agency As mentioned in the Registration Certificate.

02 Address of Head office: Telephone: E-mail: Fax number(if any): Name(s) of the contact person(s):28

03 Corresponding Office address (If different from the above address: Telephone number : Name(s) of the contact person(s) along with mobile number and e-mail id.

04 Year of establishment of the Organization Mention the date of Registration and enclose the Certificate of Registration.

05 Years of work experience in executing projects/ programmes as mentioned in eligibility criteria of the EOI document

06 Annual Turnover of the Organization for the year 2009-10: 2010-11: 2011-12:

Please mention the amount and attach the CA certified P&L and balance sheet for the last three years.

07 Income Tax - PAN No. PAN No. to be mentioned and photo copy of PAN to be attached.

08 Tax Payer Identification Number(TIN) TIN No. to be mentioned and photo copy of TIN to be attached.

09 Service Tax Registration No. Please attach documentary evidence

10 The firm is a proprietary/partnership/Limited Co./Society (Please attach documentary evidence)

Partnership deed/ MOA/ Proprietary deed etc.

Page 29 of 34

11 If the firm is a partnership Co.-the name of the partners and authorized signatory for submission of Bid/Tender.

A copy of Organizational profile and latest Annual Report should be attached

12 Details of clients for whom similar projects are under taken, along with value of orders executed.

(Please attach documentary evidence-name of the party with value of orders as per (Annexure-III- with photo copy of the work orders)

13 Details of EOI Document fee:

DD No.

Date

Amount :5000/-

Drawn on

Details of EMD:

DD No.

Date

Amount :50000/-

Drawn on

(Attach the original copy of DD in favour of Secretary, OMTES).

Please enclose the original DD along with the technical documents.

B Concept/design for the development of the proposed physical infrastructure

Approach Paper

C Approach, methodology and work-plan for the development of the proposed physical infrastructure

Approach Paper

D Composition of Project Team to design, implement and manage the Project

Team Composition with their self certified bio-data justifying their involvement.

Page 30 of 34

Annexure-II: FINANCIAL BID FORMAT

EoI Notice No. : To: Secretary OMTES, Adivasi Exhibition Ground, Unit-1, Bhubaneswar Sir: I/We hereby bid for providing the services for DESIGN, PROJECT MANAGEMENT AND MAINTENANCE OF INFRASTRUCTURE OF EMRS AT RAIRANGPUR OF ODISHA AS PER THE TERMS OF REFERENCE GIVEN IN THIS EOI DOCUMENT of the OMTES, Bhubaneswar within the time specified and in accordance with the specifications, design and instructions as per Special Terms and Conditions as well as General Terms and Conditions. The rates are quoted in the prescribed format given below: Sr. No. Component Particulars % of total project cost

1 Detailed Lay out plan and estimates based on Topographical Surveys, soil testing, any site specific tests and the requirement of OMTES.

2 Preparation of Tender document and assistance in floating the tender, selection and award of work, preparation of agreement etc.

3 Supervision and Quality Control and Verification of running bills of contractors.

(iii)

4 Maintenance charge for 5 years after completion of work.

Total

Applicable taxes:

The rates indicated are all-inclusive and are valid for the contract period. Figures for all the items mentioned above will have to be filled by the bidder in percentage, failing which the offer is liable to be considered as non-responsive In the event of discrepancy in the financial quote between the words and the figures the financial quote indicated in words will be considered final.

Page 31 of 34

Signature of the Bidder with Seal

Annexure-III

Details of similar kind of Projects undertaken by the Organisation

Sr. No Name of Project Name of Client/ Organisation

Value of the order in INR

Documentary Evidence

1

2

3

4

5

6

7

8

9

10

(Authorized Signatory)

Page 32 of 34

ANNEXURE – IV

PROFORMA OF GENERAL POWER OF ATTORNEY (To be signed and executed in non-judicial stamp paper of Rs. 10/=)

GENERAL POWER OF ATTORNEY

Be it known all to whom it concern that:

1. Sri/Smt______________________________S/O____________ ____________________Residing at________________ 2. Sri/Smt______________________________S/O____________ ____________________Residing at________________ 3. Sri/Smt______________________________S/O____________ ____________________Residing at________________

I/We all the Partners/Directors/Board members/ trustees/ Executive council members/ proprietors/ Leaders of M/S ________________________having its registered office at_________________hereby appoint Sri _____________________ S/O __________________________________residing at ___________________ as my/our attorney to act my/our name and on behalf and sign and execute all Documents/ Agreements binding the firm for all contractual obligations (including reference of cases to arbitrators) arising out of contracts to be entered into by the company/ Corporation/ society/ trust/ firm with the Office of Odisha model Tribal Education Society ( OMTES), Bhubaneswar in connection with its EoI No._______________Dated_____________For the work of _______________ due for opening on __________________ In short, he is fully authorized to do all, each and everything requisite for the above purpose concerning M/s ____________________________________ and I/We hereby agree to confirm and ratify his all and every act of this or any documents executed by my/ our said Attorney within the scope of the authority hereby conferred on him including references of cases to arbitration and the same shall be binding on me/ us and my/ our company/ Corporation/ society/ trust/ firm as if the same were executed by me/ us individually or jointly. Witness (with address) Signature of the Partners/Directors/Board

members/ trustees/ Executive council members/ proprietors/ Leaders

1. 2. 3. ATTESTED ACCEPTED

Signature: (Seal and Signature of Signatory of EoI offer of the company/ Corporation/ society/ trust/ firm)

Page 33 of 34

Annexure-V School Wise Requirement of Facilities for EMRS

Sr. No

Description of Space No.of Class Rooms/ infra

Dimensions (In Cms)

A Teaching Space

1 Class Room For Class VI and VIII 6 700 X 700

2 Class Room For Class IX to X 4 700 X 700

2.1 Class Room for XI and XII students 6 700 X 700

3 Computer Room 2 700 X 1060

4 Laboratory

a Mathematics Laboratory 2 30 Ft X 25

Ft b.1 Physics Laboratory 1 700 X 880

b.2 Store Cum Teacher's Room 1 700 X 360

c.1 Chemistry Lab 1 700 X 880

c.2 Store Cum Teacher's Room 1 700 X 360

d.1 Biology Lab 1 700 X 880

d.2 Store Cum Teacher's Room 1 700 X 360

e Resource Room 1 700 X 700

f Language Laboratory 1 700 X 700

5 Activity Hall 1 700 X 1060

6 Work shop/ Training Room 1 700 X 1060

7 Auditorium 1 700 X 1060

8 Library 1 700 X 1420

B Administrative Space 1 Principal's Room (With attached toilet and bath room) 1 700 x 700

2 Adminstrator's Room 1 400 X 400

3 General Office 1 700 X 1060

4 Teacher's Room 1 700 X 1060

5 Examination Room 1 700 X 700

C Service And Support Space

1 General Store Room 1 700 X 700

2 NCC/Scout/Guide Room 1 700 X 700

3 P.E.T Room 1 700 X 700

4 Medical Room 1 700 X 700

D Hostel Facility ( Boys and Girls)

1 Dorms (Per 15 Students)(Drinking Water Facility for each of the Dorms must be provided)

20 672 Sq ft

2 Warden's Room(attached toilet and bath room) On Each

Floor

3 Recreation Hall 1 700 X 1420

Page 34 of 34

4 Sick Room 3 700 X 700

5 Resource Room 3 700 X 700

6 Mess and Dining (240 Capacity) 1

7 Toilets and Bath Room (One Per 10 Students) 1

8 Open Space Wash Area for 40 Students Simultaneously

1

9 Laundromet 1 E Other Space 1 Play Ground (Cricket) 2 Play Ground (Basket ball) 3 Play Ground (Foot Ball) 4 Jogging Track (2 Km) 5 Play Ground (Volly ball) 6 Play ground (Khokho) 7 Badminton Court 8 Gym

One Indoor and a General Outdoor Sports Ground

9 Kitchen Garden

10 Swimming Pool

F Vocational Training Centre

1 Work Shop Room 2 700 X 1062

2 Class Rooms 4 700 X 700

3 VTC Store Room 1 700 X 700

4 VTC Office 1 700 X 700


Recommended