+ All Categories
Home > Documents > GOVERNMENT OF ODISHA WORKS DEPARTMENT · government of odisha works department rfp document...

GOVERNMENT OF ODISHA WORKS DEPARTMENT · government of odisha works department rfp document...

Date post: 29-Feb-2020
Category:
Upload: others
View: 4 times
Download: 0 times
Share this document with a friend
55
GOVERNMENT OF ODISHA WORKS DEPARTMENT RFP DOCUMENT EXECUTIVE ENGINEE R, CUTTACK (R&B) DIVISION NO: I, CUTTACK REQUEST FOR PROPOSAL FOR CONSULTANCY SERVICES FOR PREPARATION OF ARCHITECHTURAL DRAWING AND DPR FOR CONSTRUCTION OF VARIO US BUILDINGS AND STRUCTURES.
Transcript

GOVERNMENT OF ODISHA

WORKS DEPARTMENT

RFP DOCUMENT

EXECUTIVE ENGINEE R, CUTTACK (R&B) DIVISION NO: I, CUTTACK

REQUEST FOR PROPOSAL

FOR

CONSULTANCY SERVICES FOR PREPARATION OF ARCHITECHTURAL DRAWING AND DPR FOR

CONSTRUCTION OF VARIOUS BUILDINGS AND STRUCTURES.

1

E-mail ID: [email protected] T el.0671-2304128

Fax:- 0671-2304128

OFFICE OF THE EXECUTIVE ENGINEER CUTTACK ( R&B) DIVISION NO-I, CUTTACK

INVITATIONS FOR BIDS (IFB)

No.8527 Dt .30.10.2018

RFP Ide nti ficati on No: 02(RFP) of 2018-19 REQUEST FOR PROPOSAL (RFP)

CONSULT ANC Y S ERVICES FOR PREPARATION OF DETAILED PRO JEC T REPO RT (DPR)

T he Executive Engineer, CUT TACK (R&B) Division no: I, CUTTACK on behalf of Government of Odisha invit es proposals from exp erienced and reput ed Architectural consultants registered with council of Architecture for preparat ion of A rchitectural drawing & DPR for p ackage detailed in t he t able below.

1. Consultancy S ervices for preparation of Archite ctural D rawing and D PR for Construction of V arious

buildings and S tructures .

2. Nature of work : Consultancy Servi ce for Pre paration Of DPR

(detailed mentioned in RFP document)

3. Availability of Bid Documents in the website :

www.odisha.gov.in

: From 10.00 AM of 06.11.2018 to 5.00 P.M of 20.11.2018

4. Date of Opening of Bid : Dt. 22.11.2018 at 11:00 AM.

Sd/-Er.M.R.Khan

Exe cuti ve Engineer, Cuttack (R&B) Di vision no: I,

Cuttack

2

OFFICE OF THE EXECUTIVE ENGINEER

CUTTACK ( R&B) DIVISION NO-I, CUTTACK E-mail ID: eepwdct [email protected], T el./FAX- 0671-2304128

Notice Inviting Request for Proposal

RF P Ide nti fi cati on No: 02 of 2018-19

No.8527/ Dt .30.10.2018 REQUES T FOR PROPOSAL (RFP)

CONS ULTANCY S ERVICES FOR P REPARATION OF DETAILED PROJECT R EPORT (DPR)

T he Executive Engineer, CUTTACK ( R&B) DIVISION NO-I, CUTTACK on behalf of G overnment of Odisha invit es proposals from exp erienced and reputed Architect ural consultants registered with council of Architecture for preparation of Architect ural drawing & DPR for package detailed in t he t able below.

SI N o

Name of the pr oject Indicative Area

Name of (R&B) D ivision

1

Consultancy services for preparation of architectural

draw ing and DPR for Construction of V arious buildings

and Structures. …….Acres

Cuttack (R& B) D ivision no:I

Sl. No.

Description of Items

1 2 3 4

Consultancy services for “Preparation of Detailed Project Report including Detailed Planning, Detailed Structural Design, Engineering along with Architectural Working Drawings, Design Services, Layout P lans of CCTV Surveillance, Mechanical Lifts, Fire fighting, Electr ical, Plumbing, Work wise Detailed est imates, Work wise BOQ, for Construction of following buildings and Structures.”

1 Construction of new OPD b lock at AHHCRI, Cuttack.

2 Construction of new IPD block for seasonal diseases inside SCB Medical Colegge and Hospi tal , Cuttack .

3 Construction of annexed building of OPSC including interior work of existing OPSC b uilding, Cuttack.

4 Construction of new b uilding of CSSD and MRD inside SCB Medical Colegge and Hospi tal , Cuttack .

2. Execut ive Engineer, Cuttack (R&B) Division no: I, Cuttack intends to appoint Consulting Firm having proven

track record in preparation of DPR (Detailed Pro ject Report) for the above projects separately. The project cost

for each work mentioned in column 3 above is only approximate cost and its actual cost may vary during

submission of detailed estimate. Accordingly, Request for Propo sal (RFP) is he reby invited from the

eligib le consult ing arch itectural firms (Consultants) as "Sole Applicants" for the purpose. Joint venture or

Association with other consulting firms/agencies shall not be allowed.

3. The duration of the Consulting services will be maximum Five months .

4. The DPR (Detailed Project report) shall broadly include Soil Investigation, submission o f Arch itectu ral

Building Plan of Sta ff Quarter, Provision of other exte rnal and internal PH works, Electrical Installation ,

HVAC, Air Conditioning AHU, as required, Proposed alignment, land acquisit ion plan, details of R& R,

utility s ifting, t ree cutting, environmental mitigation measures, clearance documents consistent with the

statutory provisions and various safeguard policies of the

3

Government etc. including cost estimate and BOQ, Land scaping , Preparation of b idding document, detail

drawing, design, plan elevation, section, 3D views, detailed civil, EI & PH specification etc. the structural design and

drawings needs vetting by CE, Designs, O/o E.I.C., Works Deptt. 5. Govt. of Odisha expects the consultant to illustrate their interest and commitment in their proposed methodology to

utilize the latest National and International development in designs and constructions techniques in order to promote

fast, efficient and sound completion of the works.

6. The Selection of Consultant shall be done as per the Least Cost Selection (LCS) procedures stipulated in the RFP

document from among the eligible Consultants who meets the minimum qualifying marks.

7. Only those consultants who satisfy the minimum eligible criteria as stipulated below are only eligible for applying for this assignment. Firms not meeting the criteria as listed below need not apply.

8. Eligibility Cri teria for sole applicant firm.

Experience of the firm in last 10 years Annual Turnover in last 5 year*** The consultancy firm should have successfully rendered

the Services in preparation of Detailed Project Report of

at least one Building Infrastructure Projects having

cumulative value of at least Rs. 50 crores in a single

contract.

Annual Turnover (updated average of last 5 years or in

each of the proceeding two years) of the firm from

consultancy business should be equal to or more than

Rs. 150 Lakh

9. Following enhancement factor will be used for the cost of services provided and for the turnover from consultancy

business to a common base value for works completed in India:

Year of completion of services/Turnover Enhancement factor Financial year in which RFP invited 1.00 One year prior to RFP 1.10 Two year prior to RFP 1.21 Three year prior to RFP 1.33 Four year prior to RFP 1.46 Five year prior to RFP 1.61

10. Applicant should indicate actual figures of costs and amount for the works executed by them without accounting

for the above mentioned factors. In case the financial figures and values of services provided are in foreign currency,

the above enhancement factors will not be applied. Instead, current market exchange rate (State Bank of India BC

Selling rate as on last date of submission of the bid) will be applied for the purpose of conversion of amount in

foreign currency into Indian Rupees.

11. Consultants who have been debarred by any Govt. Department/ Govt. Statutory bodies/ Govt. Public Sector under

takings and such debarment is in force, need not apply as their RFP will not be entertained. Also consultants who

would be debarred by any Govt. Department/ Govt. Statutory bodies/ Govt. Public Sector under takings during

finalization of this proposal, their RFP will not be considered.

12. The RFP document can be downloaded from website: www.odisha.gov.in From 10.00 AM of 06.11.2018 to

5.00 P.M of Dated.20.11.2018. The proposal should be submitted by elig ib le consultancy firms in two parts in two separate Envelopes/Covers and put together in one s ingle outer Envelope/Cover. The two parts of the

proposal shall be as follows:-

PART 1: TECHNICAL PROPOSAL PART 2: FINANCIAL PROPOSAL

Eva luation of the Technical Proposal (i.e. Part 1) shall be of two stages evaluat ion . In the first stage, short listing of consultants . Eligibility of firm will be ascerta ined on the basis of experience certificate, firm’s turn over etc. In the 2nd stage short listed consultants are to give presentat ion of concept drawings before committee as per th e eva luation criteria mentioned in the RFP prior to opening of financial proposal. Financial Proposal (i.e. Part II) of those firms scoring minimum qualifying mark s of 60 in the Technical Proposal shall be opened for further evaluation. The Technical proposal.

13. Deleted. 14. Deleted. 15. The RFP applicat ions must be accompan ied with a b id security of Rs.30000/- (Rupees Thirty

thousnd)only in the form of a fixed deposit receipt valid for 180 days in the name of the applicant issued by one of the Nat iona lized/ Scheduled Banks in India or Post Office term deposit/ Sav ings Bank/Nationals Savings Certificate duly p ledged in favour of the Executive Engineer, Cuttack (R &B) Div ision , no: I , payable at , Cuttack.

4

16. One set of hard copy of RFP proposal must be submitted to the Authority in the address mentioned below on or before 17.00 Hours of Date 20.11.2018 either by Regd. Post or Speed Post/hand delive ry for each works separate ly. The Authority shall not be responsible for any postal delay.

17. Deleted. 18. Deleted. 19. Orig inal documents such as Bid security, DD towards cost of bid document and GST Registration

Certificate thereof legal status of company, reg istrat ion of the company, power of Attorney etc. are to be submitted within 17.00 hrs of Dated 20.11.2018.

20. Proposals received shall be opened at 11.00 Hours on Dated 22.11.2018 in the Office of Executive Engineer, Cuttack (R&B) Division no I , Cuttackin the presence of the Consultants who wish to part icipate in the process. If the office happens to be closed on the last date of receipt/opening as specified , the same shall be received/opened on the next working day at the same t ime and venue.

21. Interested Consultants may obta in further information at the address given below from 10.00 to 17.00 Hours on all working days on or before Dated 20.11.2018.

22. Deleted.

23. The Authority reserves the right to accept/ reject any or all RFPs without assigning any reason thereof.

Sd/-Er.M.R.Khan Exe cuti ve Engineer,

Cuttack (R&B) Di vision no: I, Cuttack

Memo No.8528/ Dtd.30.10.2018 Copy submitted to the Dy. Direc tor , Information & Public Relation Deptt. , Odisha, Bhubanesw ar for favour of

information and necess ary action w ith request to publish the above invitation for bids ( IFB) in any tw o daily or iya new s papers& one daily English new s paper for w ide circulation & complimentary copy in the new s papers containing the tender call notice may be sent to this office for reference and record.

Sd/-Er.M. R.Khan

Executive Engineer, Cuttack (R&B ) Division no: I,

Cuttack

Memo No.8529/ Dtd.30.10.2018 Copy submitted to the Deputy Secretary to Govt ., Information & Technology Deptt, Odisha, Bhubanesw ar for

information and necessary action w ith reques t to display the Invitation for Bids(IFB) in the Website of Govt. of Odisha From 10.00 AM of 06.11.2018 .upto 17.00 Hours of dt 20.11.2018. The CD containing the above tender call notice (IFB) is enclosed herew ith for the purpose.

Sd/-Er.M.R.Khan Executive Engineer,

Cuttack (R&B ) Division no: I, Cuttack

Memo No.8530/ Dtd.30.10.2018 Copy forw arded to Direc tor , Printing Stationary & Publication, Odisha, Khapuria, Cuttack for inf ormation w ith

request to arrange for publication in next issue of Odisha Gazette.

Sd/-Er.M.R.Khan Executive Engineer,

Cuttack (R&B ) Division no: I, Cuttack

Memo No.8531/ Dtd.30.10.2018 Copy submitted to the Engineer- In-Chief-cum-Secretary to Government, Works Department, Odisha, BBSR. For

favour of kind information.

Sd/-Er.M.R.Khan

Executive Engineer, Cuttack (R&B ) Division no: I,

Cuttack

Memo No.8532/ Dtd.30.10.2018 Copy submitted to the Engineer- in-Chief (Civil), Odisha, BBSR / Chief Engineer , D.P.I & Roads, Odisha, BBSR /

Chief Engineer, Buildings, Odisha, BBSR/ Chief Engineer, World Bank Projects, Odisha, BBSR/ F.A .-cum-Additional Secretary to Govt., Works Deptt., Odisha, BBSR / Super intending Engineer, Cuttack Circle , (R&B) Circ le, Cuttack for favour of kind information.

Sd/-Er.M.R.Khan

Executive Engineer, Cuttack (R&B ) Division no: I,

Cuttack

5

Memo No.8533/ Dtd.30.10.2018 Copy submitted to Collector, Cuttack / DCP, Cuttack for favour of kind information and necessary

action.

Sd/-Er.M.R.Khan Exe cuti ve Engineer,

Cuttack (R&B) Di vision no: I, Cuttack

Memo No.8534/ Dtd.30.10.2018 Copy forwarded to all Sub-divisio nal O fficers / Sr. Divis ional Accoun ts Officer / Asst. Executive Engineer (Estr)/ Asst. Engineer & Jr. Engineers of all section / Head Clerk / Budget Clerk / Divisional Cashier for information and necessary action. Head Clerk will supervise the tender received by post and hand over the sam e immediately to the Executive Engineer. Sd/-Er.M .R.Khan

Exe cuti ve Engineer, Cuttack (R&B) Di vision no: I,

Cuttack

Memo No.8535/ Dtd.30.10.2018 Copy forwarded to Office Notice Board /Notice Board of All (R&B) S ub-divis ion under this Division/

Tender Notice Guard file. Sd/-Er.M.R.Khan Exe cuti ve Engineer,

Cuttack (R&B) Di vision no: I, Cuttack

6

OFFICE OF THE EXECUTIVE ENGINEER CUTTACK ( R&B) DIVISION NO-I, CUTTACK

E-mail ID: eepwdctc1.owd@ gov.in T el./FAX 0671-2304128

INVITES

REQUEST FOR PROPOSALS

FOR

CONSULTANCY SERVICES

FOR PREPARATION OF ARCHITECTURAL DRAWING AND DPR FOR

“CONSTRUCTION OF VARIOUS BUILDINGS AND STRUCTURES .

TECHNICAL BID

7

SECTION 1

LETTER OF INVITATION No. ………….. / Cuttack, the .

M/s __________________________________

__________________________________

__________________________________

Ref. ………………

N am e Of Th e Work : Consultancy se rvi ces for preparation of architectural drawing and DPR for

Construction of Various buildings and Structures.

We forward herewith RFP Documents consisting of Technical & Financial Bid, for participating in

this Bid.

D em a nd D r af t/ pa y ord er N o _ __ __ __ __ __ __ __ d at e d_ __ __ __ __ __ __ _ for R s. _ __/- m a y pl e as e b e e ncl os ed as t he co st of te nd er do cu m e nt i n s ha pe of D D / BC i n f av our o f t he E xe cu tiv e En gi n eer, Cuttack (R&B) Divis ion-I , C uttack f alli ng w hi c h your proposal will be rejected. M o r e de t ail s o n t he s ervic e s are pr ovid ed in th e at ta ch ed Te rm s of R efer en ce.

T he R F P in cl u des t he foll o wi ng d oc um en ts:

S e ct i on 1: Le tte r of i nv itat io n

S e ct i on 2: Inf or m ati o nt o C onsu lt a nts i ncl ud ing

D a ta S h eet a nd Ev alua tio n C rit er ia

S e cti on 3: Te r ms of R e f er en ce

Section 4: Technical Proposal.

St a nd ar d F or m s

S e cti on 5: Fi n an ci al P ro posal

St a nd ar d F or m s

S e cti on 6: St a nd ar d F or m of C o ntr act

S e ct i on 7: G e ne ral C on dit ion o f C ontr a ct

Thanking you,

Yours faithfully,

E xecutive Engineer , Cuttack (R&B) Division no: I, Cuttack

Tel/FAX. 0671-2304128 E-mail : [email protected]

8

DISCLAIMER

1. T he C ons ul tant F irm sh ould sa tis fy its elf t hat th e Do cume nt is com pl ete in al l resp e cts . Inti ma tio n of

disc re p an cy, if an y, s houl d b e gi v en to th e s pe cif ied of fic e i m m ediat el y. I f n o i ntim ation is re ceive d

by this off ice, it s hall be de em ed that the R FP D oc um e nt is co mplet e in all resp ects and th e

C onsu ltant F irm is s atisfied.

2. N ei ther Works D ept., Govt. of O dish a nor t heir e mp lo ye es nor t he ir c onsultants w ill have an y

liabilit y to a ny pros pe cti ve C ons ult an t F irm or any o ther p erson u nd er t he la w of contract or th e

prin ci ples of rest itution or unjust enric hm ent or oth er wise for any los s , expense or . da m age w hic h

m ay aris e from or be in curre d or su ffered i n conne cti on w ith a nythi ng co nta in ed in this RF P

D oc um en t, a ny m att er de em ed to fo r m part of t his RF P Do cu m ent, t h e a w ard of th e A ss ignm en t, th e

inform ation a nd any oth er inf or m ati o n su pp lied by or o n b eh alf of Go vt. o f O dish a or t heir

e mp lo ye es, an y co ns u lt ants or oth er wise aris ing i n a ny w ay from t he s election pro cess for th e

A ss ignm e nt.

3. T he E xecutive Engineer , Cuttack (R&B) Divis ion I, Cuttack on be half of Works D eptt. G ovt. of

O dis ha, reserv es the r ight to reje ct any or all of the A ppli catio ns su bmitt ed in respons e to this RF P

doc um ent at any s ta ge without ass igni ng a ny re asons w hat s o ever. T he Executive Engineer, Cuttack

(R&B) Division I, Cuttack also reserves the right to wit hh old or w it hdr aw th e proc ess at any s ta ge wit h

intim ation to all who s ubm itted th e RF P A pplic ation.

4 . T he E xecutive Engineer, Cuttack (R&B) Divis ion I, Cuttack reserves th e r ig ht to cha ng e/

m odif y/a m e nd any or all of t he pr ov isions of t his RF P D ocum ent b efore op ening of b ids . S uc h

chan ges shal l b e no tifi ed by this off ice for i nform ati on of th e a pplic ants.

9

SECTION 2

INFORMATION TO CONSULTANTS

1.1 Th e E xecutive E ngineer, Cuttack (R&B) Division I, Cuttack on behalf of Works Deptt. Govt. of Odisha,

henceforth referred as Client, will select a consultant in accordance with the qualification criteria

indicated in the Data Sheet.

1.2 Deleted.

1.3 Th e ass i gn m ent sh all b e i m plem e nt ed in ac cor danc e wit h the p has in g indi cat ed i n the Term s of

Ref eren ce. T he perform an ce of th e contr a ct under e ach ph ase m us t be t o the clie nt's s atis fac tio n

bef or e th e w ork be gi ns on the n ext ph ase.

1 .4 Th e C onsult ants m us t f am il iarize th e msel ves w it h l oca l c ondi tio ns an d t ake the m i nt o acc ou nt i n

pre paring their P ro posals. A ny additi ona l inform ati on or cl arifi c ati ons requir ed f or prep ari ng the b i d

can b e s ou gh t f rom th e cli e nt as sp ecifi e d in t he Data S h eet.

1 .5 Th e c os ts of pr eparin g the pr op os al a nd o f neg oti ati ng th e c ontra ct, in clu din g a v is it to t he Si t e or

Client, are not re im burs a bl e as a d irec t c os t of th e Ass ig nm ent; and t he Cli ent is not b ou nd to ac ce pt

any of t h e Pr oposa ls subm itt ed.

1 .6 Client p oli cy requir es th at c onsu lta nts provid e pr of ess io nal, obj e cti ve, a nd i mpartia l advi ce an d a t all

tim es hold the C li e nt's int eres ts para m ount, w itho ut any consid er ati o n for futur e w ork , a nd st r i ctl y

avoid co nf licts w ith o t her ass i gn m e nts or th eir o w n corpor ate i nt er ests . C onsu lta nts s h all no t b e h ire d

for an y ass i gn m ent th at w ould b e in c onf li ct w ith th eir pr ior or c urr en t obl igatio ns to oth er cli ents, or

that m ay pl ace t hem i n a posi tio n of not be ing a bl e to carry o ut t he assi gnm ent i n the best i nt erest of

the Client.

1 .6.1 W itho ut li mitat ion o n the gener ality of this r ul e, consult a nts shall not be hired und er th e

cir cums t ances s e t for t h bel ow :

(a) A f irm , w hich has b ee n enga ged by the C lie nt to pro vi de goo ds or w or ks for a pro ject, and an y of

the ir aff iliat es , shal l b e disqualif ied fro m pr ovi di ng co nsu lt ing servi ces for the s am e proje ct.

C on vers ely, f irms hired to provid e consu ltin g s ervi ces for th e pre par ati on or im pl em ent ation of a

pro j ect, a nd any of their aff ili at es, sh all be disqualif ie d fro m su bs e qu ently providi ng go ods or

w or ks or ser vices relat ed to th e initi al ass ignm en t (oth er than a c on tin uati on of th e f ir m's earli er

consu lti ng s ervic es) f or the sa m e pr oj ect.

(b) C onsu lta nts or an y of their aff ilia tes sha ll not be hired for any as signm ent whic h, by its natur e,

ma y b e i n confli ct w it h a nother as si gnm ent of t he cons ult ants . Durin g the s election a nd ex ecutio n

of the co ntr act th e Cli ent observes and also ex pects th e C onsu lta nts to o bserve hi gh es t s tandar d

of ethi cs duri ng t he s ele ctio n and exe cu tio n of such contr a cts . In p ursu ance of this pol icy, th e

C lie nt:

1 .7 (a) D efines, for t he pur poses of th is pro vis io n, the term s s et f or th be low as follow s:

(i) “c orr up t pract ic e" m e ans t he of f eri ng, g ivi ng, recei vi ng , or s oli citing of anythin g of valu e

to i nf l ue nce the action of a pu bli c off i ci al in the s el ec tio n proc ess or in c on tra ct e xecutio n;

an d

(ii) "f raudul en t pra cti c e" mea ns a m isrepresentation of f acts i n ord er t o inf lue nc e a s ele ctio n

pro cess or the ex ecuti on of a contr a ct to the d etri m ent of th e C li ent, a nd includ es co llu s iv e

pra ct ices a mong c onsulta nts ( pr i or to or after s ub miss i on of proposals) desi g ne d t o

es t abl ish pri ces at ar tif ici al, non- co m petiti v e le v els a nd to depri v e the C li e nt of th e

be nefits of free an d o pe n com petiti on .

(b) W ill r ej e ct a pro posal f or aw ar d if i t d et erm in es that t he f irm re co m me nded for a w ard h as

engag ed i n corru pt or fra ud ul ent activiti es in c om peti ng f or th e c ontra ct in quest ion;

(c) Wi ll can cel th e contr a ct if it at an y tim e determ ines th at cor rup t or fraud ul ent practices w er e

engag ed i n by representativ es of the c ons ult ants during t he se l ec tio n proc ess or the ex ecuti on of

10

the co ntr ac t.

(d) w ill d eclar e a fir m in elig ibl e, either i ndefi nit ely or for a s t at ed perio d of tim e, to be a w arde d

contract if it at an y tim e det erm in es th at t he f ir m has e ng aged in corru pt or fr a udule nt pr actic es

in com peti n g for , or i n e xe cuting, a c ontra ct;

1.8 Cons u lta nts s ha ll not be un der a de clar ati on of in eli gi bili t y for corr upt and fra udulent pra cti ces is su ed

by the client i n a ccor dance with th e a bo ve sub P ar a1.7 ( d) .

1.9 Cons u lta nts s ha ll furn ish infor m ati on as descri be d in the fin an ci al pro pos al su bm iss io n form (Se cti on

5A ).

1.10 Cons u lta nts sha ll be a w are of the provis io ns on fraud a nd corru pti on state d in the st andar d c ontra ct

un der th e c la uses indi cated i n th e D ata S he et.

2. PREPARATION OF PROPOSAL 2.1 a) Th e prop os al sh all be writ ten in Engl ish lan gu ag e.

2 .1.1 Te chnic al P roposa l

i) . Cons u lta nts ar e ex pected t o e xa mi ne all ter ms an d ins tru ctions incl ud ed in the D ocum ents.

Fa ilur e to pro vid e r eq ues te d inf orm ati on w ill be at th eir ow n risk and may res ult i n reje cti on of their

pro posal.

ii). Durin g pre par at ion of the t ech nical pr op os a l consu lta nts must give parti cul ar att e nti on as s p ec ifie d in

D ata Sh eet to th e follow i ng :

a) A good w or kin g k no wl edge of Engl ish Language is essential for key pr ofess ional st aff on this

assig nm en t.

b) All r ep or ts m us t b e in E nglis h La ngu ag e.

2 .1.1.1 T he T echnical propos al should provide the fo llo wi ng infor mat ion us in g s trict ly t he a ttache d

Sta nd ard F or ms (S ecti on 4) o nly f aili ng wh ic h the pr oposal m ay be s u m mari ly r eje ct ed:

i. A bri ef d escr ipt ion of th e f irm 's org aniz ati on,

ii. An y c omm en ts or sug gest ions on t he Term s of R ef er enc e.

iii. The list of th e propos ed st aff tea m by spe cialty, th e tas ks that w ould be as si gned to ea ch s taff t ea m

me m ber, a nd t heir tim in g.

iv . CV s re cently s igned b y the propos ed key pr ofess i on al s taff and th e aut hori z ed re pr ese nt ativ e

sub mitti ng th e propos al. K ey i nfor m ation s ho uld incl ude nu m ber of years w orki ng for th e f irm /entity,

and d egr ee of respo ns ibi lity held i n various as sig nme nts durin g the last ten (10) ye ars .

vi. Staff i ng an d Act ivity sc hedules as prescribed in form.

vii. An y a dd ition al inf orm ati on requ es ted in the D at a S he et.

2 .1.2 Fin an ci al P roposal

i. The f i nanci al pr op osa l s hould incl ude all c os ts ass o ci ated wit h the ass ignm ent.

ii. The F in ancial Pr op os al s ho uld f ollow S tandar d Fo r ms (S ectio n 5)

iii. The f i nanci al pr op osa ls shall be pre pare d to cov er the tasks m ent io ne d in t he TOR an d a lso t he t asks

req uir ed to be carr ied o ut in or d er to m eet th e o bj ect iv es and th e Co ns ul tants are re quire d to q uot e

f ixed rat e for DP R. T he quote d rate s ho ul d in cl ude all cos ts, ou t-of-p oc ket ex pe ns es ex cludin g GS T

wh ich w ill be paid ex tra as appli cabl e.

iv . The f i nanci al pr op osa l s hall be i nc lus i ve of th e tax li abi lity an d c os t of i ns uranc e e xc ept G S T.

v. Costs sh al l be ex pr essed in In di an Ru pees.

vi. Pa ym en t for t he co ns ul tancy ser vi ces s hal l b e m ade as per the paym ent s ch edule m entioned i n th e

TO R.

vii. The D ata S he et indicates how lo ng the pr op os als m us t re m ain valid aft er th e sub mis sion da te. D uri ng

this p eriod, th e consult ant is ex pe cted t o k eep available t he ke y profess ional s t aff pr op os ed for th e

ass ignm en t.

11

3. SUBMISSION, REC EIPT, AN D OPENIN G OF PROPOSALS 3.1. The bid (T ech ni cal & Fi na ncial) sh all be s ubmit ted in online/offline mo de on ly.

3 .2. The C onsu lta nt s hall fur nish a bi d s ec ur ity as m ent ioned i n t he D at a s heet. T he Pr op os al incl ud ing th e

bid S ecurit y a mo unt shall rem ain v ali d for acc ept ance by T he Th e Executive Engineer, Cuttack (R&B)

Division I, Cuttack, for the peri od as sp ecifi ed in th e D at a she et. In c ase of n eed, Th e Executive

Engineer, Cuttack (R&B) Division I, Cuttack, m ay r eques t th e A p pli ca nts to e xte nd t he period of

val idit y of their bid s e curity o n the sa me ter ms and conditi ons and t he Applic ants s hall h av e th e r ig ht

to ref us e s u ch furth er ext ensi o n.

3 .3. The C onsu lta nt shall uploa d the Bid d oc um ent F ee as me nti on ed in colu mn 5 of the ta bl e (pag e N o-2

of RF P do cu me nt) for eac h w ork in s ha p e of D em an d D r aft dr awn in favour of The Executive

Engineer, Cuttack (R&B) Divis ion I, Cuttack pa ya ble at Cutt a ck and shoul d upl o ad th e s am e along wi th

the ir Te chnical Bid and Fina nci al Bi d b efore t he s ch ed ul ed dat e & t im e of sub miss ion of offers as

me nti on ed in the R F P . (Requ est Fo r P roposal) .

3 .4. The propos al mus t b e v ali d for th e numb er of days sta te d in the D at a S he et fro m the l ast day of

sub miss ion d uri ng w hich t he Co ns ultant m us t m ai nt ain availa bl e t he pr ofess i on al s taff pro posed for

the assig nme nt. Th e C li ent w ill ma ke its b est eff or t t o c om pl ete negotiations at the location s t at ed in

the D at a Sh eet w ithin this peri od .

3 .5. Aft er th e de adlin e f or submis si on of propos als the T echnical Pr o posal shall be o pe ned on

dt.22. 10 . 20 18 at 11:0 0 A M. by t he C om mit te e.

3 .6. The copi es of th e fol low ing d ocum ents are required to be s ub mitted al on g wi th t he Te ch nic al Bi d.

a. S elf A tt est ed copy of t h e Au dit ed B al anc e S he et/ P rof it and L os s account duly certif ie d b y

C hattered A ccou nta nt wi th his m em bersh ip nu mb er cl ear ly spe cif ie d in s upp or t of th e qualif yin g

par a met er of minim um A nnual F inanci al tur no ver dur ing the las t t hree (3) f ina nc ia l years.

(20 14- 15 , 2 01 5-1 6, 20 16-17).

c. S elf A ttest ed copy of t he va lid regis tr ati o n wit h the co un cil of ar chit ectur e.

d. S elf A ttes ted c opi es of In co me Ta x return/ I T ass ess me nt or d ers for t he f in an ci al years ( 2014-1 5,

2015- 16,2016-17).

e. S elf A ttest ed copy of P A N C A R D.

f . S elf A ttest ed copy of GS T R egis tra tio n.

g. D em and Draft of Rs .6000/- ( as per table ) t ow ar ds bid docu m ents f ee for e ach w or k.

i. B id se curity of R s. 3 00 00 /- ( as p er table ) i n s h ap e of NS C / P O T D / T DR for ea ch work.

3 .7. D eleted.

Th e E xecutive E ngineer, Cuttack (R&B) Divisio n I, Cuttack Tel. 0 67 1-2 30 41 28, F A X : 0671-2 304128

3.8. No s epar ate com muni cat io n regarding v erif ic ati on of do cu m ents w ill be issue d to t he Bi dd er.

3 .9. Bidder w ill be r equire d to f ill and a tta ch rel ev ant do cu m ents as give n in the St ate m ent of Cr ed ent ials.

Te chnic al qu alif ic ati on of bid ders sh all be b ase d o n the d et ails filled i n t he do cu m ents en cl os e d in

support of t he sa m e. O ff ers of part ies no t m eeting a ny of th e re le vant q ual ification n orms gi ve n abov e

and/ or not su bm itting an y of the qu alify ing do cu m ents give n in the st ate m ent of cr ede nti als are li abl e

for rej ec tio n.

3 .10 . BID S EC U RI TY of th e Co ns ult ants qualifi ed in Te ch ni cal Bi d not su c cess f ul in Pr i ce Bi d s tag e shall

be releas ed y as so on as Tend er is f ina liz ed a nd work or der is ac cepted by t he su ccess ful p art y.

3 .11 . Cons u lta nts are no t to qu ot e a ny c ou nter c on ditions an d shall st r i ctl y ad her e to th e t er ms a nd

condi tio ns of the t ender. Offers r ec ei ved w ith co nd itio ns ar e li able for r ejec tio n.

3 .12 . The C onsultants at their ow n cos t m ay visi t loc ati on and f am ili ari ze th emsel ves r egarding the s co pe of

work and s ite conditio ns before qu oti ng the offer .

3 .13 . V A LI DI TY O F PR O P O S A L: Consult ants sh all ke ep t he of fer o pen for a p eri od of 90 da ys th e abov e

spe cif ied dat e of op en in g of te nd er (T ec hn ical)

12

3.14 . The t ec hni cally qu alif ie d arc hit ec tur al f irms w ill ha ve to give a prese ntatio n bef or e C om m itte e at

suitable dat e to b e notif ie d lat er on. Th e Fin an ci al B id of th e b idders s hortli s ted b y Com m itt ee will be

op ened subse qu ently. The co mp ar ati ve s ta tem ent of the sh or tlis ted bidders w ill be pr epar ed and th e

low est quoted ra te will be s ele ct ed.

3 .15 . N egotiatio ns w ill n ot be co nd ucted w ith t he bid ders as a m atter of routine ; how ev er T he Executive

Engineer, Cuttack (R&B) Divis ion I, Cuttack reserv es the r ight to co nd uc t n eg oti ati ons .

3 .16 . Cons u lta nts will h ave t o att end the of fic e of Th e Executive Engineer, Cuttack (R&B) Division I,

Cuttack, for ne go ti atio ns . In cas e of negotiations, c o nf irm ati ons of the negoti ations shoul d b e

rec ei ved fr om th e Co ns ul tant w ithin 10 d ays fr om th e da te of ne got iat ions fai lin g wh ich author i ty

reser ves the r i gh t to re je ct t he of fer .

3 .17 . The s ele ction of the part y is also s ubje ct t o t heir s atisf a ctory perf orm an ce of th e p as t w orks carr ie d o ut

wit h O dish a P W D an d other or ganiza tio ns , availability of various infras tr uct ur e and ot her a d eq uat e

resources like technic all y q ual ified pers o nn el etc.

3 .18 . The d ecisio n of Th e E xecutive E ngineer, Cuttack (R&B) Division I, Cuttack to ac ce pt or rej ec t an y of fer

of a p arty sh all be f i nal. In t his regard, no corresponden ce sh all be ent ert aine d by O ffi ce of Th e Executive Engineer, Cuttack (R&B) Division I, Cuttack

3 .19 . In the e vent of any d ay bei ng d ecl are d as Go vt. holiday on t he s chedul ed dates for any unf orese en

reason, the of f er sh all be r ecei ve d u p to 17.00 hrs o n the next w orki ng day.

3 .20 . Office of T he Executive Engineer, Cuttack (R&B) Divis ion I, Cuttack shall not e nter tai n a ny co m plaint

as to th e fact that th e Co ns ult ants w ere not a w are of th e ex act n ext w or ki ng day and it is the

respons i bility of th e C onsu lta nts to fin d ou t from th e off ice of Th e Executive Engineer, Cuttack (R&B)

Division I, Cuttack su ch details.

3 .21 . Sp ecif ie d B ID S EC URI TY & B ID D OC U M E N T F E E shoul d b e pai d s e parat el y a nd ex cl usiv el y for

this te nd er, an y req ues t for ad jus tm ent of B ID S EC UR IT Y from the p ending bills from pre vio us BID

S ECU RI TY / SD or from a ny other a mo un t lying wit h the aut horit y w ill not b e c onsidered.

3 .22 Ori ginal B id S e curit y a nd B id Docu m ent f ee sh all be sub mitte d in the offi ce of Th e Executive

Engineer, Cuttack (R&B) Divis ion I, Cuttack after bi d cl osin g date and b efore date of opening of b id

anyti me duri ng off i ce ho urs.

3 .23 . Cost of prepar ati on a n d su b miss ion of B ids .

The C onsu ltant s hall prepare the of fer at his / i ts/ their o wn r isk an d s hall b ear all ti me c ost of pr epari ng

and sub mittin g his /its /th eir offers, as w ell as all o ther c os t for the w ork and O W N E R shall take no

lia bili ty for th es e c os t.

3 .24 . Ea ch Co ns ul tant ca n sub mit onl y o ne bid. (a) I t is clarif ie d that a person shall be d eem e d to ha ve subm itt ed more than on e bi d if a p ers on bi ds

in a n i nd i vi du al or propr i et ors hi p form at an d/ or in partn ershi p or ass o ci ati on of perso ns for m at and a comp any form at.

(b) A p erson sh all be d eem ed to h ave bi d in p artners h ip form at or in ass oci ati on of pers ons form at if he is a partn er of th e f irm w hi ch has s u bm itt ed a bi d.

(c) A p erson sh all be d e em e d to h av e bi d in a c om pany for mat if the perso n holds or is a D ire ct or of the co mp any whi ch has sub mitted a bid, or ho l ds of votin g share an d/ or is a D ir ect or of h oldin g com pa ny w hi c h has s ubmitt ed th e bid.

4. PROPO SAL EVA LUATION a. The e va luation c om m itt ee for m ed by Th e Th e E xecutive Engineer, Cuttack (R&B) Division I, Cuttack

will carry o ut its ev al ua tion applyi ng th e eval uatio n crit eria a nd poi nt s ys tem spe cif i ed in t h e Dat a Sh eet. E ac h responsiv e proposa l wi ll be attr ib ut ed a t e ch ni cal s cor e.

b . The T echni cal propos als s h all b e e valuat ed first on th e b as is of t he follow ing Eligibili ty Criteria: i) The Fi r m must have bee n ren derin g Consult ancy s er vic e in th e s am e nam e an d s tyl e for the last

10 y ears. ii) The Annual turnover of the firm should not be less than Rs. 150.00 Lakhs per annum

(onl y for Bui ldi ng P roj ects) .

13

iii) The f ir m shoul d pla ce appr opr i at e Tec hni cal profess ional having re qu ire d e xp eri en ce for t he

proj e ct.

iv . The fir m sh ould hav e an of f ic e at Bh ubanesw ar /C utt ac k or pro vid e an undert a kin g th at he

woul d ope n an of fice f or c arryi ng ou t t he pro je ct at Cutta ck after a ward of t he w ork.

v . Experi enc e in prepar ati on of A rchite ct ural Dr a wing and DP R for at l eas t o ne m ajor bui ldi ng

proj e cts dur i ng p as t f ive y ears involvi ng at least one Building Infrastructure Projects having

cumulative value of at least Rs. 50 crores in a single contract.

vi. Experience in preparing DPR of at least one teaching hospital anywhere in India.

vii. Experience in designing and completing at least one GRIHA 4 Star / BEE 5 Star Building.

c. N ext, th e P roposals shal l b e evalu ate d a pplyi ng t h e e valu ati on cr iter ia, su b-crit eria s pe cif ied i n th e

D ata Sh eet. Ea ch respons i ve pr op os al will be gi ven a t e ch ni cal sc ore ( TS). A pro posal s ha ll b e

rej ect ed at this s tag e, if it does not res pond to im por ta nt asp ects of the Ter ms of R efere nc e or if it fails

to a chie ve t he minimum techn ical score 60 Point s with m inimum sou rce .

d . The biddi ng Fi r ms are re qu ire d to cl e arly es t abl ish t heir eli gibilit y as per det ail ed infor m ati on

enclosed w ith T echnical Pr op os al S ubm iss ion F or m.

e. Op ening a nd Evalu ati on of Financi al Pr oposa ls

i. The cli e nt sh all no tif y t he consult ants qu alif ie d i n tec hni cal b id. The notifi cation m ay be se nt by

regis ter ed letter , c abl e, fa csi mil e, an d e lectroni c m ail or b y c ourier .

ii. The fin anci al bi d of the bidders sh ortlis t ed b y Hig h Le vel Co m mitt ee w ill b e op en ed

su bs equ entl y.

iii. The l owes t quoted r ate will be f in ali zed.

iv . The f ir m h av in g low est qu ot ed rat e m ay be i nv i te d for ne goti ati ons.

v . Fr om th e tim e the bi ds ar e o pened to the ti m e th e contr a ct is aw ar ded, if a ny co ns ult a nt wishes

to co nt ac t the Cli en t on a ny m att er rel at ed to its prop os al, it sh oul d do so in w riti ng at t he

ad dress in dic at ed in the D ata S heet. A ny effort b y t he fir m to inf lu enc e t he Cli ent in th e Cli ent's

propos al evalu ati on , proposal co mparis on or contra ct aw ar d d ecisi ons ma y res ult in t he

rej ectio n of the cons ult ant's proposa l.

5. NE GOT IATIONS 5.1 N egotiatio ns, if any will be he ld at the a ddress indi ca ted in t he D ata Sh eet. Th e a im is t o rea ch

agr eem ent on all p oints and s ign a co ntr act. 5 .2 N egotiatio ns w ill include a dis cuss ion o n th e Tec hn ic al Pr oposal and F in ancial P ro pos al, th e

pro posed m ethodol og y (w or k plan), staff ing and an y su ggest ions ma de by the firm or Clie nt to improve th e T erms of R ef ere nc e. T he C lient and F ir m will th en w or k o ut f in al Ter ms of R ef ere nce, s taffin g, an d bar c h arts ind ic ati ng acti vities , s taff, staff- m ont hs , logis tics, and reporti ng . T he agre ed work pla n and f i nal Term s of Ref er en c e will th en b e in corp orat ed in th e " D escription of S er vices" a nd wo ul d form p art of the contra ct. Sp ecial att ention wi ll b e pai d t o g ett ing th e mos t t he Fi rm ca n off er wit hin t he availabl e budge t a nd t o c le arl y d efinin g th e inpu ts re quired fro m the C li ent to ensu r e s atisf a ct ory i mp lem entation of the Assi gnm ent.

5 .3 The f i na ncial negotiatio ns w ill incl ud e n eg oti ati on on lo w est f in ancial pr opos al, cl arif ica tio n ( if any) and w ill refle ct the agree d t ec hni cal m od ificat io ns in the cost of the s erv i ces.

5 .4 H avi ng se l ected the firm on the bas is of, am ong ot her th in gs , an evalua tio n of prop os ed k ey profes sional s taff, t he Client e xpects t o ne got iat e a co ntr ac t o n t he basis of th e exper ts n am e d i n th e Pr oposa l. Befor e c ontra ct ne got iat io ns, the Cl ient w ill re qu ire assu r an ces that th e exp erts will b e actually avai labl e.

5 .5 The n egoti at ions will concl ude w ith a revi ew of the draft for m of th e co ntr act. To co mplet e ne got iat ions the Cl ient and th e c onsulti ng f irm will s i gn th e agr eed c ontra ct. If ne got iat ions fail, th e Client w ill in vit e th e f ir m w hose pr op os al r ec ei v ed th e s ec ond m os t s uit able t o n eg oti ate co ntr ac t.

14

5. AWA RD OF CONTRACT

6.1 The contra ct will b e a w ard ed followi ng t he negotiations . Af ter n eg oti ati ons ar e c om pl et ed, the C lie nt

will pro m ptly notif y other consult ants on t he sh or tlis t th at the y wer e unsuc ces sf ul and return th e b id

s ec ur ity .

6 .2. Up on a w ard of th e co ntr act, the C ons ult an t shall depos it 2% of the accepted bid price as

perform ance security . The P erf or ma nc e s ecurit y sh a ll rem ain valid u p to 45 da ys be yo nd th e

s tip ul at ed c ompl eti on p eri od . In c ase by req ues t of consult ant ext ensi on of tim e is granted by th e

cli ent, t he Consult an t shall ext end t he p eriod of v alidity of the perf or ma nc e s ec ur ity for s am e

ext ended p eri od . A m ount of P erfor m anc e s ec urit y sh all be d eposi t ed in shap e of NSC / K V P /

TD /B . G. d uly pledg ed in the prescribed form at fr om any N ation ali zed B an k in fa vour of Th e Executive Engineer, Cuttack (R&B) Division I, Cuttack .

6.3 The f irm is expe cte d to com m en ce the A ss ign me nt on th e d at e specif ied in the D at a S heet.

7. CONFIDENT IAL ITY 7.1 Infor ma tio n relating t o eval ua tio n of proposals a nd reco mm endations conc erning aw ards s hall not b e

dis cl ose d to t he consu lt ants w ho su bm it ted th e proposals or to other p ersons not of f ici all y c on cern ed

wit h t he pr oc ess , u ntil the wi nning c onsulti ng f irm has b een notif ied that it h as be en aw arded th e

contr act.

INSTRU CT ION S TO CONSULTANT S

DATA SHEET

Sl .N o. D escription

1. N am e of t he as si gnm ent: Consultancy services for preparation of architec tural draw ing and

DPR for Construction of V arious buildings and S tructures .

2 T yp e of Co ntr act: Lum p su m C ontr act. F or ea ch proje ct s ep aratel y.

3 N am e of the C li e nt: T he Executive Engineer, Cuttack (R&B) Divis ion I, Cuttack

4 M et ho d of s electi on : T w o s tage qualif i cati on crit eria: i) Te chnica l S cr eening, ii) F in an ci al

E va lu ati on.

5 F in an cial P ro posal to b e su bm it ted to geth er wit h Te ch ni cal P ro pos al in online/offline

(wh ic hev er is ap pli cable) m od e.

6 P roposals mus t rema in valid 90 days aft er th e las t dat e of sub mis sion da te. O pe ni ng of

T echnical bid – dt. 22.11 .20 18 at 1 1.00A M.

7 Consu lta nt m ust su bm it the or i ginal Bid Cos t and B id Se cur ity in this off ice befor e ope ning of

T echnical B id ph ys icall y . N on s ubmis si on of or i gi nal B id C os t a nd B id S e cur ity , t he bid w ill

be consid er ed as no t adm it ted.

8 Am ount of bid secu rity: (as ment ion ed in column 4, Page-2 of RF P docu men t for

each work.) in sh ape of NS C / TD R / PO TD/B. G . in th e prescrib ed form at from any

N ation ali ze d B ank in favour Th e Executive Engineer, Cuttack (R&B) Divis ion I, Cuttack and

val id u p to 45 da ys be yo nd th e v alidity of the pro posal.

9 P roposals m us t be s ub mitted upt o 5.00 P M of dt. 20.1 1.2018

10 F or th e p urpose of quoti ng t he rates , L ump su m Pr i ce m ay be quote d in t he Pr ice Bi d.

11 The Firm should score at least 60 points for qualifying the next stage.

15

Quali fication OF Key Professionals

Sl.N

o. Position Key Qualification

FOR PREPARATION OF ARCHITECTURAL DRAWING & DETAILED PROJECT

REPORT

1

Team

Leader(A rchitect)

A G ra duate in Ar chitecture/ Po st graduate in Architectur e registered in Cou ncil

of A rchit ect ure w ith sp ecific ex peri ence of major bu ildings. M ust have carried

out at le ast two sim ila r pro je cts in capaci ty of Lead Archite ct or Pr in cipal

A rchit e ct with at least 15 years of Experie nc e.

2.

S tru ctural E ngin eer A G rad uate in Civil Engi neering / P os tgraduat e in S tructural En gineeri ng with

specifi c e xp erienc e in des ig nin g of m ulti -stori ed fra me d s tructure. M ust ha ve

carr ied out at le as t tw o s im il ar p ro j ects i n c ap acit y o f S tr uct ural E ngin e er with at

leas t 10 y ears of Exp eri ence.

3

Q ua ntity Su rveyor A G rad uat e/ Diplo ma in Civil Engineeri ng with spe cif ic experi en ce in cos tin g of

m ajor b uildi ng project. M us t have carri ed ou t at least tw o s im ilar proj ects in the

ident ic al capacity with at leas t 1 0 ye ars of experien ce.

4.

Ele ctri cal Engineer A G radu ate i n Ele ctrical E ngin eering w it h specifi c experien ce i n internal

w iring, ext ern al ele ctr ifi cation, plan ning, installi ng A C Pla nt, F ire F igh ti ng

system, H V AC for maj or bu il din g proj ect. M ust ha ve carri ed out at le as t two

s imilar pr oj ects in t he i de nti cal ca pa cit y w ith at le as t 10 ye ars of exp erie nc e.

5

Mechanical Engineer Graduate Mechanical Engineering hav ing 10 y ears professional experience in Planning,

supervising, managing the relev ant part of the contract, handling the contractors and guiding the

Resident-cum-Senior Structural Engineer and the client in all aspects of successful

implementation of MEP/ HV AC in tall building projects. He will have to scrutinize and certify

measurements and w ork bills relating to MEP/ HVAC.

5.2.2(b)E valu ation criteria are:

T he fir m is exp ected to c om m enc e the Assig nm e nt on the 15 t h day from furnishing th e P erf orm a nc e s ecur it y

and s igning of th e Co ntr act.

B) i) Point system for Firm’s Credentials

S. No. Description Points

1 Year of Establishment of Firm 15

2 Average annual turnover (last three years) 15

3 Number of key personnel available 30

4 Experience of the firm in preparation of DPR for Building Project

during last 5 years.

30

5 Experience in making of DPR of buildings having ECBC compliance/

BEE- 5 star rated/IGBC Gold/ GRIHA four star

10

Total 100

16

ia)Evaluation Criteria for Assessment of Relevant Experience of the Firm

S.No. Description M aximum

M arks

Name of firms

Firm Name

Firm

Name

M arks Marks

1 Year of Establishment of the Firm.

Up to 7 years - 9 marks

More than 7 years - 15 marks

15

2 Average Annual T urnover (last 3 years ) from consultancy business <Rs. 150lakh - 0 marks Rs. 150 lakh to 2 crore - 9 marks Rs. 2 crore to 2.5crore - 12 marks Rs. 2.5 crore above - 15 marks

15

3 Experience of Preparation of DPR in Building sector Project : [if completed 1 project of 50 crore -18 marks If completed 2 project of 50 crore-24 marks If completed more 2 project of 50crore-30 marks] 30

4 Number of key personnel available, One set of key personnel for a project - 18 marks Two sets - 24 marks More than 2 sets- 30 marks

30

5 Experience in making of DPR of buildings having ECBC compliance/ BEE- 5 star rated/IGBC Gold/ GRIHA four star [if completed 1 building of 5,000-1 Lakh Sqm -8 marks if completed 2 buildings of 50,000-1 Lakh Sqm -10 marks

10

T otal 100 0

Note1 In case of JV the turnover and experience details of Lead and JV partners to be added. Credentials of Associate

firm not to be considered for evaluation except key personnel

Note2 Employer’s certificate should be submitted substantiating the experience claimed by the firm.

Note3 T he weightage given for experience of a firm would depend on the role of the firm in the respective assignments.

T he firm’s experience would get full credit if it was the sole firm in the respective assignment. If the applicant firm

has completed projects as JV with some other firms, weightage shall be given as per the JV share. However if the

applicant firm has executed the project as associate with some other firms, 25% weightage shall be given to the

applicant firm for the projects completed under such association.

Note4 For weightage of experience in any past Consultancy assignment, experience certificate from the client shall be

submitted. In absence of clear demarcation of JV share in client certificate, the weightage will be treated as 60% for

lead partner and 40% for m inor partner. Annual turnover duly certified by Chartered Accountant shall be accepted.

In case of non-availability of such documents no weightage of turnover/experience will be considered.

Note5 For weightage of experience in any past Consultancy assignment, experience certificate from the client shall be

submitted. In absence of clear demarcation of JV share in client certificate, the weightage will be treated as 60% for

lead partner and 40% for m inor partner. Annual turnover duly certified by Chartered Accountant shall be accepted.

In case of non-availability of such documents no weightage of turnover/experience will be considered.

The Firm should score at least 60 points for qualifying the next stage.

17

SECTION 3

TERMS OF REFERENCE

Consultancy Services for preparation of Architectural Drawing and DPR for

Construction of Various buildings and Structures .

18

CONSULTANCY SERVICES FOR PREPARATION OF ARCHITECTURAL DRAWING AND DPR

FOR CONSTRUCTION OF V arious buildings and Structures.

TERMS OF REFERENCE

Contents

1. BACKGROUND

2. SCOPE O F WORK:

3. THE WORK

4. PROPOSED CONSULTANCY ARRANGEMENT

5. OBJECTIVES

6. SCOPE OF SERVICES

7. COO RDINATIO N MEE TINGS:

8. OBLIGATIONS OF TH E CLIENT:

9. REPORTIN G REQ UIREMENTS

10. PROJECT TEAM

11. PAYMENT SCHEDULE

12. PER FO RMANCE SECURITY

13. CON SULTAN TS P ROPOSAL SUBMISSION

14. STANDARDS AND CODES O F PRACTICES

19

TER MS OF REFERENCE

1.BACKGROUND

1.1. The Site

T he pr op os e d s it e for Co ns ult anc y S ervi c es for pre parat ion of Ar chi te ct ural D ra w in g and D P R for

C onst ruction of V arious buildings and Structures.. (Th e consult a nt h as to obtai n av ai labl e

info rm at ion and a ny other s ite plan fr om th e resp ect iv e R &B Exec uti ve En gi neer).

1.2. The Drainage and Utility lines:

T he storm w ater drai ns have to be c ons tru ct ed by the s ide of in ter nal pr opos ed r oa ds an d ult im atel y

to c onne ct to t he ne arb y ma in dra in.

1.3. Plan Approving Authority

I t is n e cess ary t o fo llo w th e preval en t g ui d eli nes of necessary approving Authority or lat es t f or

pl an ni ng of th e b uil di ng.

2. SCOPE OF WORK

G over nm ent of O dish a intends to construct “ Various bu ild ings and S tru ct ures.” in th e dis tri ct of C uttack, O dish a The building sho uld have S t at e-of- art facilit y as foll ow s:

A. Architec tur al Services w hich inclu des - Det ail F l oor p la n, roof p l an Layout Dra wi ngs Persp ect ive V ie ws

All side el evation a nd se cti ons throug h Lobby, S t air case, T oile t, Gu es t rooms et c. Fu rnit ure arra ng em ent D ra wi ng Working D ra win gs Go od for C onstructio n D ra wings (G.F .C .)

Oth er neces sary ite ms .

B. St ructur al S ervi ces whi ch i ncl ud es- An alysis of S tructura l Dr awing Det ails of all St ruct ural me mb ers Ram p detail and ret aining wall

Oth er neces sary ite ms

C. M EP S ervi ces w hi ch includes - M echani cal S erv ic e D ra win g

El ectr ic al draw ings Plum bin g Dr a wings

Fire F ighti ng Arrangem ent Oth er neces sary ite ms

D. H VA C S ervi c es (H eating Ve ntil ati on & Air C on ditioning E. Int erior Desi gn F. Perio dic Si te S upervis ion a nd Qu ality Contr ol duri ng DP R phase G. Landscape Dr aw in g H. N eces sary sp ecif ic ati on Details

2.1 The consultant has to execute the following services.

1. Inter departmental coordination, meetings.

2. Field survey, Soil Testing.

3. Conceptual drawings.

4. Detailed estimates as per OPWD SOR.

20

5. Detail structural, MEP, Fire and other engineering designs, drawings.

6. Technical support for all statutory compliance, vetting of structural drawings from C.E., Designs,

O/o E.I.C., Nirman Saudha, Bhubaneswar.

7. Preparation of tender BOQ, Specification, Pre Qualification document and DTCN etc.

3. THE WORK:

3.1. I t is n e cess ary th at th e buildin g be pl an ned to m e et t he fu nctional aspe ct, s tru ctur al ad eq ua ci es,

s afe ty and aes th etics. N ecess aril y t he buil din g sh ould have th e fol low in g in the p lanni ng. Th e

buil din g sh o uld hav e St ate- of -art f acility . The bui ldi ng sh oul d be desi gned as per the norm s of

O ECB C.

3.2. D eleted.

3 .3 B rief Detai ls of Work

i. The building shall be utilized by Use r Department and therefore the basic requirement shall

be integrated in the planning. Necessary ducting for electrical wires, firefighting ducts, AC

ducts and other ELV ducts shall be concealed. Toilets should have standard sanitary fittings

preferably of censor based.

ii. The scope of work shall include detailed engineering, structural design of the building and issue of detailed working drawings of all the items.

iii. The consultant shall prepare detailed bill of quantities covering all items of work to be carried out under various packages excluding civil core structures, detailed technical specifications and detailed cost estimates for all the tender packages including rate analysis of individual items of work.

iv. The rate analysis shall be carried out based on analysis of rate and schedule of rate of Works Department, Govt. of Odisha/ CPWD and supporting documents of rate analysis shall also be submitted to authority. The bill of quantities for various items shall be supported quantity take-off sheets etc.

v. The Consultant shall prepare construction drawings for all items of works in all details in accordance with relevant standard codes of practice and sound engineering to enable individual contractors to complete construction without the need of any further detailing by the contractors. In other w ords, individual contractors w ill not be required to make any draw ings or supply any details and a ll details are to be supplied by the Consultant. It is also brought to the attention of Consultant that all construction drawings are required to be released along with the package wise tender documents and hence should be prepared in advance.

vi. The consultant shall plan, design and provide full details of all utility services like water, electricity, sanitation scheme, fire hydrant system, AC, A udio, Video, Public address, L ifts, Interiors, CCTV, Wifi, Landscaping, Paving etc required as per the regulations in force. The consultant shall give complete details along with drawings for execution of work.

vii. All design shall be carried out as per latest relevant BIS and NBC India standards. viii. The consultant is required to recommend makes for every material/ fitting proposed to be used in

the w ork. The quality and the price of the recommended makes should be comparable to each other and be the best available in the market. The "List of Approved Makes' is required to be finalized before proceeding with the rate analysis and detailed estimation.

ix. Advice/suggest at site during execution for procurement of materials and methodology for non-schedule items & services.

x. The Consultant is required to take up periodic supervision job in order to smooth functioning of the project execution at site. The Consultant/deputed supervisor will supervise the site as and when required.

4. PROPO SED CONSULTANCY AR RANGEMENT

4.1. Un der the propose d arrange m ent th e D P R consu l ta nt wil l be requ ire d to op erate fro m offi ce st ation ed

at Bh ub anesw ar / C utt ac k.

21

5. OBJECT IVES

5.1. The o bj e ctives of this consult an cy servi ces w ould be to pr ep ar e A rchit e ct ural Dra w ing &Str uctur al

dra wi ngs & D PR .

5.2. A ccordi ng ly, the a cti vit ies under t his co ns u lta ncy p ackage will i nc lude:

5 .2.1. Pr eli mi nar y P roj ect R ep or t: T he cons ult ant sh all carry ou t prelim inary surve y of the ar ea and s t ud y all

avail able d oc um ents and prep are a m et hodol ogy to ta ke u p pre p arat ion of Archite ctural D ra wi ng &

DP R.

5.2.2. Ar chit ectur al Dr aw in g & D PR .

5.2.3. To com plet e the tas k in s ch ed ule t im e.

6. SC OPE OF SERV ICES

6.1. PR ELIM IN A R Y R EQU IR EM E N T S ;

i) The C ons ult ant sh all ta ke det ail ed br ief of th e proj ec t f rom the cl ient.

ii) The co ns ult ant sh all su bm it alt ern ati ve plans (3 alternates ), el evations , pers pe cti v e vie ws a nd

int ernal l ayouts of t he propos ed Pr oje ct for cons id era tio n of the client. Th e c onsu lta nt shall

incorporate su ggest i ons, mo dific ati ons or alt erations as d es ire d by th e cli e nt in order to

facilitat e f in al s el e cti on of the l ayout and oth er det ails b y the cl ient.

iii) The Co ns ult an t sh all s ub mit pl ans, ele vatio ns , se cti on al & perspective vie ws of th e s ele ct ed

alt ernative i n al l d eta ils sh ow ing i nt erior l ayout of ea ch facility on a sc ale of1:1 00 .

iv) The cons u lta nt sh all s ubmit m inim um thre e altern ate m od el of th e b uil ding in cludi ng la nd

scaping.

v) The m o dificat ions / suggest i ons m ade durin g suc h presen ta tio ns sh all be in corporat ed in t he

final dr aw in gs,

vi) The Consul tant m ay be re quire d to m ak e com preh ensi ve pr esent ati ons b efore th e Th e

Executive Engineer, Cuttack (R&B) Division I, Cuttack at v ari ous s t ag es t o ex pla in t he c onc epts

an d det aili ng i n order to f a cilit ate appr ovals of t he s che mes.

viii) The Co ns ultant sh all in corporat e any sugges ti ons , m odifi cations or al ter ati ons in details af ter

delib era tio ns w ith th e a uth or ity& subm it r ev ise d draw ings /sc he m es to of fi ce of T he Executive

Engineer, Cuttack (R&B) Division I, Cuttack for f in al appro val.

6 .2. PR EP AR A TI O N O F AR C HI TEC T U RA L DR A WI N GS , S TR U C T UR A L DR A WI N GS A N D D PR :

i. Su rve y & S oil In vest igation is i n th e s co pe of cons ult an c y durin g pre paration of DPR .

ii. The c onsultan t shall pl a n, desig n and pro vi de ful l det ails of al l util ity serv i ces like w ater,

electr ici ty, s anit ati on s chem e, fire h ydrant s ys t em r e quir e d as per th e r egulations i n for ce. Th e

consu lta nt sh all gi v e c om pl ete details al on g w ith dr aw ings for exe cuti on of w ork.

iii. El e ctr ifi cation s chem e sh all cov er all H .T.& L.T. ele ctri cal wor ks , subst ati on, p ow er

conne ction, S wit ch r ooms , s ite i llu mi natio n, ris ing m ain, po w er/ lighti ng dis tri bu t io n u p to

work table, all r eq uirem ents rel at ed to inter ior et c. Th e s chem e sh oul d t ak e i nto a cc ou nt

energ y c onservation as p er O EC BC guid eli nes.

iv . W ater su pply s che me s hall co ver w at er conne ctio ns , u nd er gro un d / s emi undergr ou nd storag e

tan k, pu m pin g arra ng em ent a nd pip eli ne co nn ections .

v . The s co pe shall also i nc lude pl annin g, des ig nin g an d pr eparation of detailed w or ki ng

dra wi ngs for si te d ev elopm ent incl ud i ng l andsc aping, sur fac e dr aina ges et c./ In t ernal ro ads/

Car / Sc oo ter P arking / Co mm unic ati on Sy st em / L ifts / O ver he a d Water t ank et c.

vi. The s co pe of w ork includes o bt aini ng all s t atutory ap pro vals viz. E nv iro nm en t C le arance,( if

22

req uir ed or cov ere d in s eparate RF P) , F ire f igh tin g cl ear anc e from Chief F ir e Officer,

Se w erage & S torm W at er a pproval and a ll ot her r el evant a ppr ov als required for

com m ence me nt of w ork from Com pet ent A ut hority .

vii. Pa ym en t of s tatutory f ees r eg ard in g a ppr ov als w ill be m ade b y the aut hori ty .

viii. In addit ion to t he ab ov e, any oth er r ele v ant appro vals requir ed ar e in the s co pe of th e

consu lta nc y.

ix . Th e s co pe als o c ov ers ar chite ctural an d su p er vis ion gui d an ce durin g the co urse of ex ecu tio n

of the pr oj e ct withi n c on tra ct perio d.

x . Su bm iss ion of nec ess ar y doc um ents for statut ory approval wi thi n c ontra ct period.

7. COORD INA TION MEETING S:

7.1. The f oll ow ing c oor dinati on m eetin gs sh all be he ld for effectiv e im pl em e ntation of the proj ect:

i) Ther e s hall be r egular fort ni ght ly m eet ings w h erein repr esent ati ves of t he cl ient and t he

co ns ult ant ar e presen t to r ev iew diff ere nt asp ects of t he w ork. These m eetings shall be hel d in

of fic e of The Executive Engineer, Cuttack (R&B) Division I, Cuttack. Cons ult a nt sh all record

minutes of suc h me eti ng an d mai nt ai n them as recor ds for futur e ref ere nces aft er obta ini ng

ap prova l of Th e Executive Engineer, Cuttack (R&B) D ivis ion I, Cuttack appr ov al to th e s am e

within a w eek.

8. OBLIGAT ION S OF THE CLIENT :

8.1. D ata, F a ciliti es An d R esources To Be Pr ovid ed By The Em ploy er

i) O bligations as described here in aft er, shall b e dis charge d by cl ient t o w hom t he wor k is

awar de d:

ii) Plot de m arcatio n dr a wing w ill be gi ven by of fice of T he E xecutive Engineer, Cuttack (R&B)

Divis ion I, Cuttack , of th e r espe ctiv e s it es to the Cons ult ant w ith in 3 d ays of s ign in g agr eem en t.

8 .2. An y oth er da ta availa ble w ith th e d ep art m ents s h all be pro vid ed.

i) The employer shall not provide any office space for functioning of the office of the

Consultancy Services. The Consultant shall make his own arrangements for the office and

furnish the office space including furniture, equipment, operation and maintenance as per

his requirement. In case the Consultant purchases any equipment, furniture and claims

from the client for reimbursement the same shall become the property of the employer

and the same shall be handed over to the employer free of cost af ter completion of the

assignment.

ii) The C ons ulta nt sh all m ake his o w n arr angem ents for ac com mo dation for his ke yp ersonnel a nd

other s taff .

iii) The C ons ult ant sh all be r esp ons ibl e for m aking his o w n arrang em en ts for com m uni c ati ons .

iv) The Em ployer will not pro vide pr oj ect vehicl es to the C onsu lta nt.

9. RE PORTING REQUIRE MENT S 9.1. The c onsultant shall s ub mit t o t he f oll ow in g repor ts i n f i ve co pi es (hard) and on e c om pu ter disk ett e/

CD (sof t co py): Th e Co ns ult a nts shall suppl y a dd itio nal s ets of f i nal repor ts and d oc um ents if so

req uir ed by th e Cli en t

i) Ar chit e ctural D raw in gs .

ii) Pr eli mi nar y Pr oje ct R eport f or wh ic h shall m en tio n ab out th e prelim in ary f indi ngs, su ggest ed meth od olo gy et c. du e w ith in (2) t w o m ont h fro m com m en cem e nt.

iii) D eta ile d P roje ct Rep or t, inc orp or ating co m m ents of client if any to be submi tt ed m axi m um within ( 5) Fi ve months of co m m ence m ent.

23

9 .2. The P rel im in ary pr oj ect Re port shall be presente d as fol low s:

Exec utiv e S um m ary

Pr ojec t d escri pti on

M ethodolo gy adopt ed f or the stu dies

Pr eli mi nar y pl anni ng

Conclus i ons and re co m m endatio ns

Locati on m ap

Layou t plans

9.3 T he co ns ult ant shall submit to th e foll ow in g draw in gs , des i gns a nd r eports in five copies (har d) an d

on e c om pu ter C D/ D V D/P endrive (so f tc opy).

i. A ll Desi gns . ii. Arc hit ectur al Draw in gs iii. Sc he m ati c Dr awi ngs ,

iv.St r uct ur al Dr a wi ngs. v. El e ctr ica l D ra wings . vi. EL V Dr aw in gs vii. P H Dr a wings. viii. A C & Ve ntilation S ys t em D ra wings . ix. A V sys t em

x. Fi re P rot ec tio n S ys t em. xi. La ndsca pi ng Draw ing, xii. Interior D ra win gs .

10. PROJECT TEA M

KEY PROFESSIONALS:-

A. During DPR Phase

TABLE 3

(a) KEY PROFESSIONAL

No

Team leader (Architect)

1

S tructural Engineer 1

Q ua ntit y Su r ve yor 1

El ectri cal Engine er

1

M ec ha ni c al Engi neer

1

10.1.C onsultants are r equir ed to f urnis h C Vs of the pr ofes si on als .

11.PAY MENT SCHEDULE

11.1. T he co ns ul tant w ill be pai d consult ancy f ee as per th e s chedul e b elo w.

Table 5

S l.

N o IT EM C om pl eti on Ti m e

Pa y m e nt (% o f

to tal am ou nt

fo r D P R ph as e )

1.

i) Preparation of det ailed alt ernative plans (3 nos.) and its

submission t o client along with the Master Plans.

- Incorporation of suggestions, modifications etc. and

submiss ion of revised plan, elevation & sectional

elevation in detail for approval.

30 days from dat e of issue of

Work order.

30%

24

ii) Submission of CDA approaval drawing , submiss ion of

necessary documents and providing necessary technical

ass ist ances for all necessary approvals ( if required by

client ) and submiss ion of the same to the client. Cost of

statut ory approaval if any shall be born by client/ EE.

45 days from dat e of issue of

Work order.

10%

iii) Soil investigation and preparation and submission of

preliminary project rep ort and its approval by the client.

70 days from dat e of issue of

Work order.

10%

iv) St ructural Design;

- Preparation and submission of det ailed structural design

along w ith drawings, det ailing which are to be vetted by

C.E., Designs, O/o E.I.C.

- Preparation and submiss ion of det ailed E.I. and P.H.

(both internal and ext ernal) drawing and its approval by

the client.

90 days from dat e of issue of

Work order

15%

v) Submission of detailed estimate of all works for

administrat ive approval.

120 days from dat e of issue of

Work order

10%

vi) Submission of complete DPR, Detailed est imate , BOQ

for inviting tender.

150 days from dat e of issue of

Work order

25%

Total 100%

Note :

1. The list of te nder p ackages in di cat ed above is o nl y ind icativ e and to co m ple te the w or k in t ot alit y, additi on al t en der pa ckages sh ou ld b e i nv it e d if n ee de d.

2. The s che dules f or i nv itin g t en ders to be su bm itted aft er cle ar anc e of Dr aw i ngs/ pl ans fr om offi c e of Th e E xecutive Engineer, Cuttack (R&B) Divis ion I, Cuttack & the tender do cum ents as r equir ed i n numb ers w ith all th e d et ails t o b e s ub mitte d.

3. In cas e aft er sub miss ion of d eta ile d est i m ate, client / G ovt of O dis ha dr ops the proposal or s tops or del ays in giving ad mi nis tr ati ve proposa l m or e than a year, th en co ns ult ant shall get at l eas t 50% of tot al fees .

12. PERFORMANCE SECURITY Up on aw ar d of the co ntr act, th e Co ns ult ant sh all de pos it 2% of th e acc ep ted bid pric e as perfor m an c e

s ec ur ity . Th e P erfor m an ce s ec ur ity sh all re m ain valid up to 45 days beyond the s tipul ated c om pl eti o n peri od . In c ase b y req ues t of consult ant ext e ns ion of tim e is grant ed by th e cli ent, the C onsu ltant shall ext end the perio d of vali dit y of the perform an ce s ecurit y for sam e ext e nd ed p eri od. A mo un t of Perform anc e s ec ur ity sh all be de posi ted in sh ap e of N SC / K VP / TD duly pl ed ged i n fa vo ur of Th e Executive Engineer, Cuttack (R&B) Division I, Cuttack

13. CONSULTA NT S PROPOSAL SUB MISSION 13.1. The T OR is pr epar e d to a ddres s c onsultanc y p ack ag es in ag en eral w ay. T he cons u lta nts ar e a dv ise d t o

unders tand fully th e s pe cifi c r equir em ents of the c onsultan cy w ork. T he co ns ult an ts are alsoa dvis e d to ins pe ct the co nc erned pr oje ct st r et ch a nd a cquai nt t he ms elv es w ith the ground re alit ies .

13.2 The consult ant sub mis si on sh oul d b e focus ed to t he proj ect re quire me nts as p er the TOR deta ils . Th e me thodolo gy to be s ub mitt e d s ho ul d a ddr ess t o th e projec t s tre tch re qu ire m ents . A ll spe cif ic issues for wh ich refer ences hav e been m a de in the v ario us paras of this T OR should be a ddr ess ed effec tiv el y. G eneral natur e d escripti ons s h ou ld be av oided.

14. STAN DARD S AN D C ODES OF PRACTICE S 14.1. All activities relate d to f iel d s tudies, pr eparatio n of arc hit e ctur al dra wi ng, desig n & do cu m ent ati o n

shall be done as per t h e latest gu id elin es C ou nci l of A rchit ectur e, NB C, MCI ru l es in vogue, B ure a u of Ind ia n S t an dards (BIS ), MCI, IP H.

14.2. All co des and sp ecifi c ati ons r eferr ed t o in t his ToR sh all be t he l at est publ ished versi ons only. 14.3 R e quire me nts m ay be dis c uss ed an d f inali zed from us ers and Th e Executive Engineer, Cuttack (R&B)

Division I, Cuttack

25

SECTION 4

TECHNICAL PROPOSALSTANDARD FORMS

26

3A -TECHNICAL PROPOSAL SUBMISSION FORM

From:

To

T he E xecutive Engineer, Cuttack (R&B) Divisio n I, Cuttack ___________ Tel………………., FAX : ………………………. E-mail :………………………………

Sub: Consultancy Servi ces for preparati on of Architectural D rawing and D PR for Construction of various

buil dings.

Regarding Technical Proposal

I /We ___ _____ ______ _____ C onsu lta nt/ Cons ultancy f ir m her ew ith encl ose Te ch nic al Pr op osal f or

s ele cti on of m y/ our f ir m/or gani z ati on as C onsu lta nt for Cons ult an cy S erv ices for th e pro j ect m entione d

under subjec t.

Y ours faithf ully,

Signatur e_ __ _______ __ __ __ ___ __ _

Fu ll N a me _ __ _____ __ __ __ _____ __ _

Des ignation _ _____ __ ____________

Ad dress __ __ _____ __ __ __ _____ __ _

___ __ __ ___ __ __ ____________

___ __ __ _____ __ ______________

(A ut horis ed Re presentative)

27

3B - FIRM'S REFERENCES

Relevant Services Completed in the L ast Fiv e Y ears

Which Best Ill ustrate Qualifications

T he fo llo wi ng infor ma tio n sho uld b e provid ed in the form at be low for ea ch ref er ence ass ignm ent for w hic h

your f irm , eith er in divi du all y as a cor por at e e ntit y or as one of the m ajor comp a nies wit hin a consor tiu m

part ner in J oint v entur e, w as le gally co ntr ac ted b y th e clie nt sta te d b elo w:

A ss ign ment Na me:

Worked i n the capacity of - Lead firm / J V /

Associ ation (p lease specify) (N ecess ary docu ments

to be enclos ed)

Location withi n Country:

Nam e of Client:

Address:

Name of Asso ciation F irm (s) if any :

P rofes sio na l S taff P rovi ded by y our fir m:

No. of S taff :

No. of S taff M onths :

No. of M onths of P rofess ion al Staff provided by

Associ ated Fi rm(s)

Narrative Description o f P roject:

Description of Actual S ervices Provided by your

S taff:

Certificates from Employer should be attached in support of the experience.

28

3C - APPRO ACH AND M ET HO DO LO GY PRO PO S ED FO R PERFO RM ING T H E ASS IGN M ENT

DELETED

3D - COMMENTS/ SUGGESTIONS OF CONSULTANT ON THE TERMS OF

REFERENCE

DELETED

3E-DETAILS OF EQUIPMENT (ALL TYPES) AND SO FT WARE PROPOSED TO BE USE.

(Ple ase Provide the copy of license)

DELETED

29

3F-COMPOSITION OF THE TEAM PERSONNEL AND THE TASK WHICH WOULD BE

ASSIGNED TO EACH TEAM MEMBER

1. KEY PROFESSIONALS -

SI. No Key Personnel

(mention no name also) Period in months Position Task assignment

1. Team leader (A rchitect)

2. S tructural Engineer

3. Q ua ntity Su rve yor

4. Ele ctri cal E ng ine er

5. M e c ha ni cal Engi neer

30

3G.FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

P rop os ed P osi tio n: _ _________________ __ __ __ __ __ _______ __ __ __ __ __ __ __ _____ __ __ __ _

N am e of Fi rm: ____________ _________ __ __ __ ___ __ __ _________ ____________ _________ _

N am e of Staff : ____________ _________ __ __ ___ __ __ __ _________ ____________ _______ __ _

P rof ess ion: __ ______ _____ __ __ ________ __ ___ __ __ ______ __ __ _____________ __ __ _____ _

D at e of B irt h: __ _____ __ __ __ _____ __ __ ___________________ __ __ _____ __ __ __ _____ __ ____

Y ears w ith F irm/ E nt ity : ____ __ __ ______ __ __ ___ __ ______ __ _N ati on alit y: ______ __ __ ___ __ _

M e m bers hi p in P rof ess ional S oci eti es : __ ______ __ __ ___ __ __ ______ __ __ _____ ______ __ __ _

D eta ile d Tasks A ss ign ed:__ __ __ __ ___________ __ __ __ ___________ __ __ __ ___________ __ _

________ __ __ __ __ _________ __ __ __ ___________ __ __ __ ___________ __ __ __ ___________

Key Q ualifications:

[Gi v e an outlin e of s ta ff m em b er's exp eri en ce an d train in g m os t pertinent to task s o n ass i gn m ent. D escrib e

degr ee of r esp onsibility held b y s taff m em b er o n r el eva nt pr evi ous ass ig nm ents and gi ve dates an d

locations .]

________ __ __ __ __ _________ __ __ __ ___________ __ __ __ ___________ __ __ __ ___________

Educa tion:

[Su mm arize college/ un iversi ty and other s pecialized edu cation of staff member and degrees obtain ed.]

Employment Record:

[Sta rti ng wit h pr ese nt pos it ion, list in r ev ers e order every e m pl oy m ent he ld. List all posi t io ns held by st aff

m em b er s in ce gr a du at ion, givi ng da tes , nam es of e mp loying org ani za tio ns , tit les of p os itio ns hel d, so ur c e

of fundin g fo r the proj e cts han dl ed, t ypes o f contract d oc um ent use d (F I DIC e, g,) an d loc ati ons of

as sign m ents . F or exp eri en ce, also giv e t yp es of a cti vit ies p erf or me d and cli en t ref ere nc es, w her e

appr opriate.]

________ __ __ __ __ _________ __ __ __ ___________ __ __ __ ___________ __ __ __ ___________

Languag es:

[Fo r ea ch l angua ge i ndicate prof icie ncy: excelle nt, good, fa ir, or po or ; in s pea ki ng, readi ng , and writi ng]

________ __ __ __ __ _________ __ __ __ ___________ __ __ __ ___________ __ __ __ ___________

Certifica tio n:

I , the u nders i gn ed, c ert ify t hat t o the bes t of m y kn ow ledg e and b el ief, t his bio-data corr e ctl y

des cri b esmyself, my qualification and m y exp erience.

S ignat ur e of th e Ca n didat e _ __ __ __ __ __ __ __ ___________ __

P lac e __________________ __

D ate_____________________

Signature of the Authorized Representative of the firm________________

P lac e ________________

D at e ________ ________ _

N ote:

1. The CV shall be signed by both, the person and the Au thor ized Representative of the firm in original.

2. Uns igned CVs are liable to be reject ed.

31

3H. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

De le ted

32

3I. RESPONSIVENESS

SI.No Item Required

Response

1. H as th e C onsu ltant P aid t he RF P do cume nt Cos t? Yes/No

2. Is P rop os al S e cur ity furn ish ed. Yes/No

3. R FP B id:

(a) R e c ei pt pr ior to D e adlin e.

Yes/No

(b) Is the Fin an ci al P ro posal in th e s am e p ac ket Yes/No

(c) Al l th e p ag es of pr oposa l ar e num bere d a nd i niti aled. Yes/No

(d) S ubm itt ed Do cu m ent of Pr oof Eligibilit y Yes/No

4 Is the Co nsu lta nt re gis t ere d in I nd ia ? Yes/No

5 D oes the firm have s pecified average annual turnover Yes/No

6 H as the C onsultant prov ided all the Key Perso nnel of des ired qualifications

and integr ity?

Yes/No

7 H as th e C onsultant s ub mitt ed s taffi ng s ch ed ul e in c ons ist enc y w ith t he

requir e m ent.

Yes/No

8

H as th e f irm su bm itted su ff icie nt f in an cial data Yes/No

9 H as th e f irm s u bm itt ed su ff i ci e nt dat a reg ar din g e xp eri en ce Yes/No

10 E xp erienc e in Co ns ult ancy o n buildi ng relat ed works dul y c ertif ied b y con cer ned E m pl oyer.

Yes/No

11

Is the C onsult a nt invol ve d i n a ny fr aud and corrupt pr acti ces. Yes/No

33

A. STATUS OF CONSULTANT

Sl.

no N am e

S tatus & per cent a ge sh are/ P artnersh i p

Hol ding

A ddress Ph one/

m obile no

Na m e an d contact De tai ls of responsible

perso n w ho w ill deal wit h off ice of th e

Ex ecu ti ve En gi n eer, Cu ttack (R & B)

Di vis ion n o: I , C ut ta c k

N am e of

pers on

D es ignat ion

P hone no

(Office) w ith

S TD C ode

P hone no

(Res id enc e)

M obil e n o

Em ail ID

B . STATEMENT OF CREDENTIALS

PLEASE ATTACH SEPARATE ADDITIONAL SHEETS WHEREVER NECESSARY DETAILS

OF FIRM/ COMPANY/ CONSULTANT

1

Name of Fi rm

1.1

Y ear of Es t ab lis hm ent

1.2

Ty pe of Fi rm

S ol e Pr opri etorshi p Part nership

F irm

Pr iva te

Li mit ed

P ublic

Li mited

2 Ad dr ess of Registere d

Office w it h T el ephon e / Fax/

Mo bil e No

2.1

Tel ep ho ne no w ith S TD

Code

2.2 Fax N o

2.3 M obil e N o

2.4 Em ail ID /w eb s ite details

2.5

Total fl oor ar ea of the offic e

in SF T

34

3

A ddr ess of bran ch of fic e

wit h t el eph on e /fax/ mo bil e

num bers / E mail A d dress

3.1 Tel ep ho ne nu mb er with

S TD co de br anch off ice

3.2 Fa x N um ber br anch off i ce

3.3 M obile nu mb ers B ran ch

of fice

3.4

Em ail ID and web s ite details

bra nch off i ce

3.5

Tot al flo or ar ea of the a bove

in SF T branch offic e

4

Na m e an d A ddr ess of

Pr o pr iet ors / P art ners ,

Dir ec tors. Sh are ho ld er

Pleas e a tt ach co py of p art nershi p de ed/ M em or an du m / Ar ti cle of

associa tio n of th e f ir m.

35

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

In the case of a Proprietary conce rn:

I hereby decl ar e that n eit her I in my pers on al n am e or in the na me of my Pr opr iet ar y c on cer n

M /s .__ __ __ __ __ __ __ w hich is s u bmitting t he ac co mp anyi ng Bi d/T en der n or a ny other concer n in w hich I

am pro pr i etor nor an y partners hip f irm in w hi ch I a m invol v ed as a M a na ging P artner ha ve been pl a ce d o n

blac k list or holi day lis t d eclar ed by G ovt. offi ce, as in di cate d below :

(H ere giv e p articulars of bla cklis ting or hol iday lis ting, and in abs en ce th er eof st ate "NI L")

In the case of a Partnership Firm :

W e hereby de clar e that n eit her w e, M/s. _ __ __ __ __ __ , sub mitti ng the a cco mpa nyi ng Bid/ Tender n or an y

part ner in vo lv ed in th e ma nag em ent of the s aid f irm eit her i n his indivi dual capa cit y or as pro pr i etor or

m an agi ng par tner of any f irm or c on cern ha ve or has bee n pl a ce d o n bl a cklis t or h oli da y lis t decl are d

byG ovt. off i ce, as in di cat ed below:

(H ere giv e p articulars of bla cklis ting or hol iday lis ting and i n the abse nce t her eof st ate "N IL")

In the case of Company:

W e her eby d ec lar e that w e hav e not been pl ace d on a ny holida y list or bla ck lis t de cl ar ed b y Go vt. of fi ce ,as

indi cat ed belo w:

(H ere giv e p articulars of bla cklis ting or hol iday lis ting and i n the abse nce t her eof st ate "N IL")

I t is understoo d th at if t his d ecl ara tio n is f ou nd to be false in any p arti cular , off ice of t he Executive Engineer,

Cuttack (R&B) Division no 1 , Cuttack ,sh all have the r ight to rej ect m y/our b id, and if th e bid has resulte d in

a contr act, the contr act is lia bl e to be t erm in at ed.

S ignat ure of Consult ant:

P lac e:

D ate :

N am e of Sig nator y : ____ __ __________ ____

36

DECLARATION "A"

W e declare that w e do no t hav e e mploye e w ho is relate d to an y offi cer of th e c orpor ati on / c entra l/ S tat e

G ov ernm ent

W e have the fo llo wi ng em pl oy ee w orking w it h us w ho ar e n ear r el atives of th e offi cer of th e

C orpor ati on /c e ntr al/ S tate G ov er nm ent

N ame of the E m plo yee N am e and D es ign ati on of th e

O f t he C o ns ult ant, Offi c er of th e C or porat ion/

Centra l/S tate G ov er nm ent

1. __________________________________________________________

2. __________________________________________________________

3. __________________________________________________________

D ate;

P lac e: S ignat ur e & S e al

DECLARATION "B"

T he C ons ult ant is r equired t o s tat e wh ether he is r elative t o any officer of the r an k of A ss ist ant E ng ineer &

above and a ny of fic er of the rank of Assis tant / U nd er S ecret ary and ab ov e of the Works De p artm ent, G ovt.

of O dis haor th e C onsultant is a firm in whic h any of fic er of the ra nk of Assis tan t Engin eer & abov e and an y

offic er of the r ank of Ass is tant / U nder S ecretary an d ab ove of th e W orks D ep art ment, G ovt. of Odis ha or

his rel ati ve is a p artner or is a ny ot her p artner of such a f irm o r al ter na tiv el y th e C ons ult ant is a pr ivat e

com pa ny in w hic h an y off i cer of th e ran k of Assis tant En gin eer & a bo ve and a ny offi cer of t he rank of

A ss ista nt / Un der Se cr etary and above of the W orks D ep art me nt, G ovt. of O disha is a me m ber or Dire ctor.

N am e of t he C ons ult ant/ and his relation wit h the offi cer of Works D eptt. … … … … … … … … … … …

… … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … .

N am e of th e off i cer of Works D eptt. who is rel at ed to the C onsult ant /fir m … … … … … … … … … … …

… … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … ..

N am e of t he of f icer of W orks De ptt. w ho is a m em b er or a Director of t he f irm /C onsultant … … …

… … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … … …

DECLARATION "C"

O ff er is r equire d t o s tat e wh eth er t hey hav e em plo yed any retir ed off i cer o f th e r an k o f Ass is t an t Engi ne er &

above and a ny of fic er of the rank of Assis tant / U nd er S ecret ary and ab ov e of the Works De p artm ent, G ovt.

of O disha. If s o details ar e to b e subm itted h er e u nd er

1. N am e of p erso n:

2. L ast post in Go vt. Organis ati on :

3. D at e of re tire ment

4. D ate of e mpl oym ent in fir m:

D at e:

P lace:

S ignature of Tenderer w ith S eal

37

SECTION 5

FINANCIAL PROPOSAL

38

The Executive Engineer, Cuttack (R&B)

Division I, Cuttack INV ITATION OF REQUEST FOR P ROP OSAL

(RFP)

ID NO: ……………… ………., N otice no: ………….. DATE …………… .

NAME OF THE WORK: Consultancy services for preparation of architectural drawing and DPR

for Construction of various buildings .

TENDER SCHEDU LE

PART-II

PRICE BID

39

ITEM RATE BOQ

Tender Inviting Authority: Th e E xecutive E ngineer, Cuttack (R&B) Divisio n I, Cuttack

Name of The Work: Consultancy services for preparation of Architectural drawing and DPR for construction of various buildings .

Bid identification No.: ………………………………………….

Name of the Bidder:

Price Schedule

This BOQ template must not be modified/ Replaced by the bidder and the same should be uploaded/submitted after filling the relevant columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to

enter the Bidder name and values only)

Sl. No.

Item Description quantity

Units Basic Rate in F igures

(To be entered by

the bidder.) (Rs.)

Total Amount without

GST

Total amount

with GST

1 2 3 4 5 6 7

Consultancy services for preparation of Architec tural drawing and DPR for construction of various buildings as per list Below.

1 Construction of new OPD b lock at AHHCRI, Cuttack.

2

Construction of new IPD block for seasonal diseases inside SCB Medical College and Hospi tal, Cuttack

3 Construction of annexed b uilding of OPSC including interior work of existing OPSC b uilding, Cuttack.

4 Construction of new b uilding of CSSD and MRD inside SCB Medical Colegge and Hospital, Cuttack.

Total in Figures

Quoted Rate in Words

Bidders are required to submit offers separately for each work.

S ignat ure & S e al

40

SECTION 6

FORM OF CONTRACT

41

CONTRACT FOR CONSULTANTS' SERVICES

Between

[Na me of th e Client]

And

__ __ __ __ __ __ _____________ __ __ __________________ __ __ _____________ __ __ __ __ __

[Na me of the C ons ulta nts ]

Da te d: __ _________ __ __ __ _______ __

42

C O NS U L TA N C Y S E RV IC ES F OR PR EP AR A TI O N OF A RC HI TEC TU R A L D R A WI N G A N D DP R

F OR C O NS TR UC TIO N OF … … … … … … … … … … … … … … … … … … … … … … ….

.

T his C O N T RAC T (h erein afte r called t he "C ontract") is m ad e the _ __ __ __ __ da y of t he mo nt h of

________ __ __ _, 20 0_ , b etw ee n on the one ha nd, The Executive Engineer, Cuttack (R&B) Division I, Cuttack

___________(he re ina fte r ca lle d the "Cli ent") and, on th e oth er han d, __ __ ______ __ __ ___(here in aft er

call ed t he "Consultants").

[N ot e - I f th e C onsulta nts co ns ist of mor e th an on e e ntity , th e above sh ou ld be parti all y a m end ed to rea d as

foll ow s:

(her ei n aft er calle d the "C lie nt") and, o n the ot her hand, a joint venture co ns ist i ng o f th e fol low in g e ntiti es,

eac h of w hi ch w ill be j ointly an d s ev er all y liable to th e C li ent for a ll

th eC onsu lt ants 'oblig ati onsu nd ert hisC ontract,n am el y,_ __ ______ __ __a nd ____ __ __ __ __ (h er ein aft er

c all ed the " Co ns ult a nts" )].

WH EREAS

(A) T he Clie nt has re qu es ted the Cons ult ants to pro vid e cert ai n consu lti ng s ervi c es as defin ed in th e

G ener al C onditions of Co ntract atta che d to this Contra ct (herei naf ter call ed t he Services");

(B) T he Consul tants , having re pr ese nt ed t o the Client that t he y h av e t he req uire d prof ess ional s kill s,

pers on nel a nd t echnica l reso ur ces , h ave a gr eed to pr ovid e th e S ervic es on th e ter ms and c ondi tio ns

s et for th i n this C ontract; an d

N O W TH ER EF O R E TH E par ties h ere to here by agr ee as foll o ws :

1 . T he fo llo wi ng do cu m ents atta ched h er et o s h all b e d ee m ed t o for m an i nt egr al part of t his Contra ct.

a) T he G eneral C onditio ns of C o ntr act ( herein af ter calle d " GC ");

b) T he S p ecial C on diti ons of C ontr ac t (h er ein aft er calle d "SC ") ;

c) T he follo wi ng A pp endic es:

A pp en dix A :T erms of Refer en ce (D escri pti on of the S ervic es)

A pp en dix B :R eporti ng R equir em ents

A pp en dix C :K ey P ers o nnel an d S ub-C onsu lta nts .'

[Note: If any of these Appendices are not used, the words "N ot Used" should be inserted below next to the title of the Appendix on the sheet attached hereto carrying the title of that Appendix].

2. T he m utu al r ig hts and o bligations of th e C lie nt and th e Co ns ult ants s hall b e as s et for t h in the C on tra ct; in partic ul ar:

a) T he Co ns ult ants shall c arry out th e S er vi ces in ac cor da nc e w ith th e provis i ons of the Contr act; a nd

b) T he Cli ent shall m ake p ay me nts to th e Co nsu lt ants in ac cor da nc e w ith th e provis ions of the C ontra ct.

43

IN WI TN ES S W H ER EO F, the p arti es hereto h ave caused th is Contract to be s i gn ed in th eir

resp ec tiv e n am es as of th e d ay an d y ear f irs t ab ov e writt en

FOR AND ON BEHALF OF

[NAME OF THE CLIENT]

By______________

(Authorised Representative)

FOR AND ON BEHALF OF

[NAME OF CONSULTANTS]

By_______________

(Authorised Representative)

[Note: If the Consultants consist of more than one entity, all of these entities should appear assignatories e.g., in the following manner]

FOR AND ON BEHALF OF EACH OF THE MEMBERS OF THE CONSULTANTS

[Name of the Member]

By_______________

(Authorised Representative)

[Name of the Member]

By_______________

(Authorised Representative)

44

SECTION 7

GENERAL CONDITION S OF CONTRACT

45

General Conditions of Contract

Contents

1. General P rovisions

1.1. Definitio ns

1.2. Relat ion bet w ee n th e Parties

1.3. Law G over nin g the Contra ct

1.4. Langu ag e

1.5. He adings

1.6. Notic es,

1.7. Loc ation

1.8. Au thority of M em b er-in-C har ge

1.9. Au thoriz ed Re pres entati ve

1.10. Taxes and D uties

2. Commencement,Completion,ModificationandT ermi nationofContract

2.1. Effectiveness of Contract

2.2. Terminatio n of C ontra ct for Fa il ure to bec om e Eff ective

2.3. Comm en ce m ent of Services

2.4. Expirati on of Contr act

2.5. Ent ire A gre em ent

2.6. M odificati on

2.7. F orce M aje ure

2.7.1. D efi nition

2.7 .2 . N o Bre ac h of C ontr act

2.7 .3 . M e asures t o b e T aken

2.7 .4 . E xt e ns io n of T im e

2.7 .5 . P ay m ents

2.7.6. C onsultatio ns

2.8. S us pe ns ion

2.9. Terminatio n

2.9 .1 . B y the Clie nt

2.9 .2 . B y the C ons ult ants

2.9 .3 . C essati on of R ig hts an d Obl ig ati ons

2.9 .4 . C essati on of S ervic es

2.9 .5 . P ay m ents upo n Ter m inatio n

3. Obli gations of Consultants

3.1. Ge ner al

3.1 .1 . S tan dards of P erf or m anc e

3.1.2. L aw G ov er nin g S er vi ces

3.2. Conflict of Int erests

3.2 .1 . C onsulta nts Not t o B enefit fro m Co m m issions , D is counts etc.

3.2 .2 . P ro c urem ent R ules

3.2 .3 . C onsulta nts an d Aff ili at es N ot to E ng a ge i n C ert ain A cti viti es

3.2 .4 . P ro hibiti on of Co nf lict in g A ctivities

46

3.3. Confidenti ality

3.4. Liability of Cons ultants

3.5. Ins urances to be Taken O ut by th e C onsu ltants

3.6. Ac counting, Insp ection and Audit ing

3.7. Consu lta nts ' A ctions R equiring C lie nt's P rior A ppro val

3.8. Repor ting O bligatio ns

3.9. Do cume nts Pr epared b y the Co ns ultants to be the Pr op erty of the Cli ent

3.10. Obser vations of the Chief T ec hni cal Exami ner/ V igil an ce Co mmission

3.11. P erform ance S ec ur ity

3.12. Tra ining

4. Consultants' P ersonnel

4.1. Ge ner al

4.2. Des cription of Pers onnel

4.3. Approval of P erson nel

4.4. Working Hours, O vertim e, Le ave etc.

4.5. Remo val and/ or Repl acem ent of P erso nn el

4.6. P roject C oordi na tor/T eam Le ader

5. Obli gations of the C lient

5.1. Ass is tanc e and Exe mptions

5.2. Ac cess to Lan d

5.3. Change in the A ppli cabl e Law

5.4. S ervi ces , F aci lities and P rop erty of the Client

5.5. P ay me nt

5.6. Count erpart P ers on nel

6. Payments to the Co nsultants

6.1. Cos t Est im ates

6.2. Lump S um Re muneration

6.3. Currency of P aym ent

6.4. M ode of Billin g and P aym ent

7. Fairness and G ood Fai th

7.1. Good Fa ith

7.2. Op erat io ns of th e C ontract

8. Settlem ent of Di sputes

47

GENERAL CONDITIONS OF CONTRACT (GC)

1. General Provisions

1.1 D efinitio ns

Unless the context otherwise requires , the following terms whenever used in this contract

have the following meanings:

(a) "Applicable Law" means the laws and any other instruments having the force of law in India,

as they may be issued and in force from time to time;

(b) "Contract" means the C ontract signed by the parties, to which these general conditions of

contract (GC) are a ttached, together with all the documents listed.

(c) "Contract Price" means the price to be paid for the performance of the Services, in accordance

with the clause 6;

(d) "GC " means the General C onditions of the Contract;

(e) "Government" means the Government of Client's Country (Government of India);

(f) "Local currency" means the currency of the Government (Rupees);

(g) Deleted.

(h) "Party" means the Clients or the consultants, as in case may be, and Parties means both of

them;

(i) "Personnel" means persons hired by the Consultant or by any Sub-consultant as employees

and assigned to the performance of the Services or any part thereof;

(j) "SC" means the Special Conditions of the Contract by which these General Conditions may be

amended or supplemented;

(k) "Services" means the work to be performed by the consultants pursuant to this contract as

described in ToR, Section-3

(l) "Third Party" means any person or entity other than the Government, the Client, the

Consultants.

(m) "Effective Date" means the date on which this contract comes into force and effective in

pursuant to Clause G.C. 2.1

1.2 R el atio n between the Parties

Nothing contained herein shall be construed as establishing a relation of master and servant or

of principal and agent as between the Client and the Consultants. The C onsultants, subject to

this Contract, have complete charge of Personnel, if any, performing the Services and shall be

fully responsible for the Services performed by them or on their behalf.

1.3 L aw Governing the Contract

This Contract, its meaning and the relation between the Parties shall be governed by the

Applicable Law.

1.4 L an gu ag e

This contract has been executed in the language specified in the SC, which shall be binding

and controlling language for all matters relating to the meaning or interpretation of this

contract.

1.5 H ea din gs

The headings shall not limit, alter or affec t the meaning of this Contract.

1.6 N oti ces

(1).Any notice, request or consent required or permitted to be given or made pursuant to this

Contract shall be in writing. Any such notice, request or consent shall be deemed to have been

given or made when delivered in person to an Authorized Representative of the Party to whom

the communication is addressed or when sent by registered mail/courier, te lex, telegram or

facsimile to such Party a t the address specified in the SC.

48

(2).Notice will deem to be effective as specified in the SC.

(3).A Party may change its address for notice hereunder by giving the other Party notice of such

change pursuant to the provisions listed in the SC with respect to Clause GC 1.6 (2).

1.7 L ocati on

The Services shall be performed at such locations as are specified and, where the location of a

particular task is not so specified, a t such locations, whether in O disha or elsewhere, as the

Client may approve.

1.8 Authority of Member-in-Charge

DELETED

1.9 Authorized Representative

Any action required or permitted to be taken, and any document required or permitted to be

executed, under this contract by the Client or the Consultants may be taken or executed by the

officia ls specified in the SC.

1.10 Taxes and Duties

Unless otherwise specified in the SC, Consultants, and their personnel shall pay such taxes,

duties, fees and other impositions as maybe levied under the Applicable Law, the amount of

which is deemed to have been included in the Contract P rice.

2. Commencement, Completion, Modification and Te rmination of Co ntract

2.1 Effectiveness of Contract

This C ontract shall come into force and effect on the date ("Effec tive Date") of the Client's

notice to the Consultants instructing the Consultants to begin carrying out the Services. This

notice shall confirm that the effectiveness conditions, if any, listed in the SC have been met.

2.2 Termina tion of Contract for Failure to become Effective

If this Contract fails to become effective within such time period after the date of the Contract

signed by the Parties as shall be specified in the SC, either Party may, by not less than 4 (four)

weeks' written notice to the other Party, dec lare this Contract to be null and void, and in the

event of such a declaration by either Party, neither P arty shall have any cla im against other

Party with respect hereto.

2.3 Commencement of Services

The Consultants shall begin carrying out the Services at the end of such time period after the

Effective Date as shall be specified in the SC.

2.4 Expiration of the Contract

Unless terminated earlier pursuant to clause 2.9 hereof, this contract shall expire when Services have been completed and all payments have been made at the end of such time period after the Effective

Date as specified in SC.

2.5 Entire Agreement

This Contract contains all covenants, stipulations and provisions agreed by the Parties. N o

agent or representative of either Party has the authority to make, and the Parties shall not be

bound or be liable for, any statement, representation, promise or agreement not set forth

herein.

2.6 Modification

Modification of the terms and conditions of this contract, including any modification of the

scope of the Services or of the Contract Price, may only be made by written agreement

between the Parties.

Pursuant to C lause GC 7.2 hereof, however, each Party shall give due consideration to any

proposals for modifications made by the other Party.

2.7 Force Majeure

2 .7.1 Definition

49

(a) For the purpose of this contract, "Force Majeure" means an event, which is beyond the

reasonable control of a Party and which makes a Party's performance of its obligations

hereunder impossible or so impractical as to be considered impossible in the circumstances,

and includes, but is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm,

flood or other adverse weather conditions, strikes, lockouts or other industrial action (except

where such strikes , lockouts or other industrial action are within the power of the Party

invoking Force Majeure to prevent), confiscation or any other action by government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the negligence or intentional

action of a Party or employees, nor (ii) any event which a diligent Party could reasonably have

been expected to both (a) take into account at the time of the conclusion of this C ontract and

(b) avoid or overcome in carrying out of its obligations hereunder.

(c) Force Majeure shall not include insufficiency of funds or failure to make any payment

required hereunder.

2.7.2 No Breach of Contract

The failure of a party to fulfill any of it's obligations under the contract shall not be considered

to be a breach of, or default under this contract in so far as such inability arises from an event

of Force Majeure, provided that the party affected by such an event has taken all reasonable

precautions, due care and reasonable alternative measures, a ll with the objective of carrying

out the terms and conditions of this contract.

2.7.3 Measures to be Taken

(a) A Party affected by an event of F orce Majeure shall take all reasonable measures to remove

such Party's inability to fulfill its obligations hereunder with a minimum delay.

(b) A Party affected by an event of Force Majeure shall notify the other Party of such an event as

soon as possible, and in any event not later than fourteen (14) days follow ing the occurrence

of such event, providing evidence of the nature and cause of such event, and shall similarly

give notice of the restoration of normal conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize the consequences of any event of

Force Majeure.

2.7.4 Extension of Time

Any period, w ithin which a party shall, pursuant to this Contract, complete any action or task

shall be extended for a period equal to the time during which such Party was unable to

perform such action as a result of Force Majeure.

2.7.5 Payments

Deleted.

2.7.6 Consultations

Not later than thirty (30) days after the Consultants, as the result of an event of Force Majeure,

have become unable to perform a material portion of the Services, the P arties shall consult

with each other with a view to agreeing an appropriate measures to be taken in the

circumstances.

2.8 Suspension

The Client may, by written notice of suspension to the Consultants, suspend all payments to

the Consultants hereunder if the C onsultants fail to perform any of their obligations under this

Contract, including the carrying out of the Services , provided that such notice of suspension

(i) shall specify the nature of the failure, and (ii) shall request the Consultants to remedy such

failure w ithin a period not exceeding thirty (30) days after receipt by the Consultants of such

notice of suspension.

2.9 Termina tion By the Client

50

The C lient may, by not less than thirty (30) days' written notice of termination to the

Consultants (except in the event listed in paragraph [f] below , for which there shall be a

written notice of not less than sixty (60) days), such notice to be given after the occurrenceof

any of the events specified in paragraphs (a) through (g) of this C lause GC 2.9.1, terminate the

Contract:

2.9.1

(a) If the consultants do not remedy a failure in the performance of their obligations hereunder, as

specified in a notice of suspension pursuant to C lause GC 2.8 hereinabove,within thirty (30)

days' of receipt of such notice of suspension or within such further period as the Client may

have subsequently approved in writing;

(b) If the Consultants become insolvent or bankrupt or enter into any agreements with their

creditors for relief of debt or take advantage of any law for benefit of debtors or go into

liquidation or receivership whether compulsory or voluntary;

(c) If the consultants fail to comply with any final decision reached as a result of the arbitration

proceedings pursuant to Clause GC 8 here of;

(d) If the Consultants submit to the Client a statement which has a material effect on the rights,

obligations or interests of the Client and which the Consultants know to be false;

(e) If, as the result of Force Majeure, the Consultants are unable to perform a material portion of

the Services for a period of not less than sixty (60) days;

(f) If the Client, in its sole discretion and for any reason whatsoever, decides to terminate this

Contract; or,

(g) If the consultant, in the judgment of the C lient has engaged in corrupt or fraudulent practices

in competing for or in executing the contract.

For the purpose of this c lause:

"Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the selection process or in contract execution.

"Fraudulent practice" means a misrepresentation of fac ts in order to influence a selection

process or the execution of a contract to the detriment of the Client, and includes collusive

practice among consultants (prior to or after submission of proposals) designed to establish

prices at artificia l non-competitive levels and to deprive the Client of the benefits of free and

open competition.

2.9.2 By the Consultants

The Consultants may, by not less than thirty (30) days' written notice to the Client, such notice

to be given after the occurrence of any of the events specified in paragraphs (a) and (d) of this

Clause GC 2.9.2, terminate this Contract:

(a) If the Client fails to pay any money due to the Consultants pursuant to this Contract and not

subject to dispute pursuant to Clause 8 hereof within forty-five (45) days after receiving

written notice from the Consultants that such payment is overdue;

(b) If the Client is in material breach of its obligations pursuant to this Contract and has not

remedied the same within forty-five (45} days (or such longer period as the Consultants may

have subsequently approved in writing) following the receipt by the Client of the Consultants'

notice specifying such breach;

(c) If, as the result of Force Majeure, the Consultant are unable to perform a material portion of

the Services for a period of not less than sixty (60) days; or,

(d) If the Client fails to comply w ith any final decision reached in pursuant to Clause GC 8 hereof.

2.9.3 Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clauses GC 2.2 or SC 2.9 hereof, or upon

51

expiration of this Contract GC 2.4 hereof, all rights and obligations of the Parties hereunder

shall cease, except:

(i) Such rights and obligations have accrued on the date of termination or expiration;

(ii) The obligation of confidentiality set forth in Clause GC 3.3 hereof;

(iii) The Consultants' obligation to permit inspection, copying and auditing of their accounts and

records set forth in Clause GC 3.6 (ii) hereof; and,

(iv) Any right which a party may have under the Applicable Law.

2.9.4 Cessation of Services

Under termination of this Contract by notice of either Party to the other pursuant to Clauses

GC 2.9.1 or GC 2.9.2 hereof, the Consultants shall immediately upon dispatch or receipt of

such notice, take all necessary steps to bring the Services to a close in a prompt and orderly

manner and shall make every reasonable effort to keep expenditure for this purpose to a

minimum. With respect to documents prepared by the Consultants and equipment and

materials furnished by the Client, the Consultants proceed as provided, respectively, by

Clauses GC 3.9 or GC 3.10 hereof.

2.9.5 Payments upon Termination

Upon termination of this Contract pursuant to 'Clause GC 2.9.1 or GC 2.9.2 hereof, the Client

shall make the following payments to the Consultants (after offsetting against these payments

any amount that may be due from the Consultants to the Client):

(a) Remuneration pursuant to C lause GC 6 for Services satisfactorily performed prior to the

effective date of termination;

(b) Reimbursable expenditures pursuant to Clause GC 6 hereof for expenditures actually incurred

prior to the effective date of termination; and,

(c) Deleted.

3. Obligations of the Consultants

3.1 General

3 .1.1 Standards of Performance

The Consultants shall perform the Services and carry out their obligations here under with a ll

due diligence, e fficiency and economy, in accordance with generally accepted professional

techniques and practices, and shall observe sound management practices, and employ

appropriate advanced technology and safe methods. The C onsultants shall always act, in

respect of any matter relating to this C ontract or Services, as faithful advisers to the Client,

and shall at all times support and safeguard the C lients' legitimate interests in any dealings.

3.1.2 Law Governing Services

The Consultants shall perform the Services in accordance with the Applicable Law.

3.2 Conflict of Interests

3 .2.1 Consultants Not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultants pursuant to Clause GC 6 hereof shall constitute the

Consultants' sole remuneration in connection with this Contract or the Services, and subject to

Clause GC 3.2.2 hereof, the Consultants shall not accept for their own benefit any trade

commission, discount or similar payment in connection with activities pursuant to this

Contract or to the Services or in the discharge of their obligations hereunder, and the

Consultants shall use their best efforts to ensure that the Personnel shall not receive any such

additional remuneration.

3.2.2 Consultants and Affiliates Not to Engage in Certain Activities

The C onsultants agree that, during the term of this Contract and after its termination, the

Consultants and any entity affiliated with the Consultants, shall be disqualified from

52

providing goods, works or services (other than the services and any continuation thereof) for

any project resulting from or closely re lated to the Services.

3.2.3 Prohibition of Conflicting Activities

Neither the Consultants shall engage, nor shall cause their Personnel and their P ersonnel to

engage, e ither directly or indirectly, in any of the following activities:

(a) During the term of this Contract, any business or professional activities in the country (India)

which will conflict with the activities assigned to them under this Contract; and,

(b) After the termination of this contract, such other activities as may be specified in the SC.

3.3 Confidentiality

The Consultants, and the personnel of either of them shall not, either during the term or within

two (2) years after the expiration of this C ontract, disclose any proprietary or confidential

information relating to the Project, the Services, this Contract, or the Client's business or

operations without the prior written consent of the Client.

3.4 Liability of Consultants

Subject to additional provisions, if any, set forth in the SC, the Consultants' liability under this

Contract shall be as provided by the Applicable Law.

3.5 Deleted.

3.6 Deleted.

3.7 Deleted.

3.8 Reporting Obligations

The Consultants shall submit to the Client the reports and documents in specified form, in the

numbers, and within the periods set forth in the said Appendix.

3.9 Documents Prepared by the Consultants to be the Property of the Client

All plans, drawings, specifications, designs, reports and other documents submitted by the

Consultants shall become and remain the property of the Client, and the Consultants shall, not

later than upon termination or expiration of this Contract, deliver all such documents to the

Client, together with a detailed inventory thereof. The Consultants may retain a copy of such

documents. Restrictions about the future of these documents, if any, shall be specified in the

SC.

3.10 Performance Security

The Consultants shall be required to deposit 2% of the accepted bid price as performance

security. The Performance security shall remain valid up to 45 days beyond the stipulated

completion period. In case by request of consultant extension of time is granted by the client,

the Consultant shall extend the period of validity of the performance security for same

extended period. Amount of Performance security shall be deposited in shape of NSC / KVP /

TD duly pledged in favour of E xecutive Engineer , Cuttack (R&B) Divisio n No-I, Cuttack payable at

Cuttack.

4. Consultants' Personnel

4 .1 General

The C onsultants shall employ and provide such qualified and experienced Personnel and

sub-Consultants as are required to carry out Services.

4.2 Description of Personnel

(a) The titles, estimated period of engagement and qualification criteria (educational/professional

qualification and experience) for the Consultants' Key Personnel and other Professional

Personnel are described in RFP.

(b) If required to comply with the provisions of Clause GC 3.1.1 hereof, the engagement of Key

Personnel may be made by the Consultants by written notice to the Client subject to the

53

condition that the Consultants are not entitled to get any additional payments on this account.

(c) If additional work is required beyond the Scope of Services specified in RFP, the Consultants

shall, if so advised/required by the Client, render such additional assistance at mutually agreed

rates on the basis of ac tual person-months utilized and other reimbursable costs (such as

travel, accommodation, local transport, communication).

4.3 Approval of Personnel -Deleted

(a) Deleted.

(b) Deleted.

4.4 Working Hours, Overtime, Leave etc.- Deleted

(a) Deleted.

(b) Deleted.

4.5 Removal and/or Replacement of Personnel- Deleted

(a) Deleted.

(b) Deleted.

(c) Deleted.

(d) Deleted.

(e) Deleted.

5. Obligations of the Client

5 .1 Deleted.

5.2 Access to Land

The Client warrants that the Consultant shall have free of charge unimpeded access to a ll land

in respect of which access is required for the performance of the Services. The Client will be

responsible for any damage to such land or any property thereon resulting from such access

and will indemnify the consultants and each of the personnel in respect of liability for any

such damage unless such damage is caused by the default or negligence of the Consultants or

the Personnel of either of them.

5.3 Change in the Applicable Law

The Consultants shall not be entitled to be compensated except in the case of the GST should

there be any change in the Applicable Law with respect to taxes and duties after the date of

this Contract.

The Consultants shall be entitled to be paid the GST as per the Applicable Law.

5.4 Deleted.

5.5 Payment

In consideration of the Services performed by the Consultants under this contract, the Client

shall make to the Consultants such payments and in such manner as is provided by C lause GC

6 of this Contract.

6. Payments to the Consultants

6 .1 Currency of Payment

The payments for the Services for this Contract shall be payable in Indian Rupees.

6.2 Mode of Billing and Payment

(a) Deleted.

(b) All payments under this Contract shall be made to the bank account of the Consultants.

(c) Deduction will be made @ 5% from each running bill. This w ill be returned to the consultant

after successful completion of the assignment.

7. Fairness and Good Faith

7 .1 Good Faith

The Parties undertake to act in good faith in respect to each other's rights under this Contract

54

and to adopt all reasonable measures to ensure the realization of the objectives of this

Contract.

7.2 Operation of the Contract

If any omission / deletion in TOR or any conflict arising out of any clause of TOR,then the

relevant clauses of GC / SC (contract) A greement will be prevailing. In all cases clause of

Agreement is binding on both parties over the clauses of TOR.

8. Settlement of Disputes

Any dispute, controversy or claim arising out of or relating to this contract or the breach,

termination or invalidity thereof shall be decided by the Chief Engineer (Buildings) Odisha.

In case of consultant disagreement he can represent his grievance to the Works Deptt., Govt.

of Odisha to be heard by a Committee comprising of Chief Engineer, Financial Advisor, Law

member and the Committee shall be headed by Engineer-in-Chief-cum-Secretary. The

decision of the Committee shall be binding on the consultant.

Approved

Sd/- Chief Engineer(Buildings),Odisha.


Recommended