Page 1 of 9
West Bengal Housing Infrastructure Development Corporation Limited
(A Govt. of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Major Arterial Road, 3rd Rotary, New Town, Kolkata - 700156
Telephone No. (033) 2324-6037/6038, Fax: (033) 2324-3016 e-mail: [email protected] website: www.wbhidcoltd.com
No. 452 /HIDCO/Plng/583/2013 Date – 15.05.2014
NOTICE INVITING EXPRESSION OF INTEREST FOR PLANNING, DESIGNING AND PERIODICAL
ARCHITECTURAL SUPERVISION OF THE PROPOSED INTERNATIONAL, INTRASTATE,
INTERSTATE & INTERCITY STATE-OF-THE-ART BUS TERMINUS-CUM-COMMERCIAL / BUSINESS
COMPLEX WITHIN NEW TOWN, KOLKATA
An Expression of Interest (Eol) is hereby invited by WBHIDCO from the registered, bonafide, reliable
and resourceful Architects / Agencies / Consultancy Firms having experience of not less than ten years in
Planning, Designing and preparation of Drawings for construction of the international, intrastate, interstate
& intercity state-of-the-art Bus Terminus-cum-Commercial / Business Complex (hereinafter referred
as Building). The ground, 1st & 2nd floors of the Building may be used for the Bus Terminus including its
ancillary facilities and the upper floors of the said Building for accommodation of Commercial / Business &
related activities on Plot No. IID/39 (Premises No. 54-0676) measuring 10.00 Acres (more or less) in
New Town, Kolkata. This plot is located at the junction of 40M wide Road (Street No. 676) and Rajarhat
Road in Action Area – II of New Town with a return frontage of the plot on 20M wide Road (Street No.
719). The plot frontage is on 40M wide Road. Copy of the location plan of the plot is enclosed.
The basic objective of the Project is to construct a Multi-storied Building accommodating both state-of-
the-art Bus Terminus and Business & Business related activities. Some of the facilities that are to be
provided in the Bus Terminus should be equal to / at par with the facilities provided in the Airports.
Scope of Work
The work would include preparation of details of Architectural Drawings, Structural Designs including
preparation of details of estimate of the proposed building with bill of quantities including sanitary,
plumbing, electrical, firefighting arrangements, airconditioning, other ancilaries etc. The detailed estimate
is to be prepared on the basis of PWD schedules. In case of non-scheduled items, analysis of rates may
also be provided. In addition to the above, the work would include periodical Architectural supervision of
execution in the field. The details of the Metro Alignment would be supplied by HIDCO. The selected
Consultant would have to provide the following :
Page 2 of 9
1. Architectural Designs including preparation of Plans, Elevations, Sections, Perspective Drawings,
Architectural Details etc.
2. Structural Design of the Building including vetting of the Structural Design of the building. The
vetting would be done by BESU, JU, IIT-Kharagpur or similar Institute as agreed upon by
WBHIDCO and the fees for the same would have to be borne by the Architect / Agency /
Consultancy Firm.
3. Detail design & drawings of Water Supply, Sewerage, Drainage, Electricals, Airconditioning and
other related ancillaries.
4. Detailed Traffic Circulation Plan around the Terminus and the entry & exit of the buses coming from
various directions into the Terminus
5. Any change in Architectural and other Designs of the building as may be suggested by an Expert
Panel must be done by the selected bidder free of cost. Also, any other unavoidable change is to be
done by the selected bidder free of cost.
6. Sanctioning of Building Plan from New Town Kolkata Development Authority (NKDA) as per NKDA
Building Rules, 2009.
7. No LEED or GRIHA rating is necessary.
8. Preparation of detailed estimate, bill of quantities for the building and ancillary works like electrical,
sanitary, fire-fighting arrangements, airconditioning etc.
9. Periodical Architectural supervision of construction work including ancillary works
10. To prepare a good model of the proposed building by a reputed Modeler without any additional cost
Minimum Facilities That May Be Provided Within the Bus Terminus
The capacity of the said Bus Terminus would have to be ascertained keeping in view that buses would
ply intercity / interstate / intrastate / and also to neighbouring countries. The Architect / Agency /
Consultancy Firm should consider providing space for at least 100 buses & their ancillary facilities, and the
space requirements for the Commercial / Business Complex may be adjusted accordingly. The Bus
Terminus may include the following facilities :
(a) night shelter and rest rooms for staff,
(b) canteens,
(c) food courts for commuters,
Page 3 of 9
(d) ticket counters,
(e) washrooms,
(f) terminal hall, waiting lounges, waiting rooms, retiring rooms etc. for the passengers to take rest
and wait for their buses,
(g) as an integral part of the Bus Terminus, separate Two wheeler parking facilities, separate parking
facilities for auto rickshaws and taxis and separate parking facilities for parking private cars must
be made available for those commuters who would park their car and board a bus for onward
travel and also for those who would come to pick-up visitors,
(h) long distance bus parking area,
(i) city bus parking area,
(j) railway reservation counters,
(k) air ticket booking counters,
(l) emergency medical facilities,
(m) pharmacies and other shopping counters,
(n) ATM counters,
(o) cloak room and left luggage facility,
(p) trolley & wheel chair storage arrangements,
(q) fire fighting block,
(r) at least 2 (two) fuel filling stations,
(s) security office,
(t) green area with fountain etc.
(u) break down van block, repair and maintenance sheds etc.
(v) Proper pedestrian access to and from the Terminus including connectivity with footways shall be
provided;
(v) Adequate security and lighting arrangements is to be taken care of;
(w) Space for timetables, route maps, bus service numbers shall be provided at suitable places where
it is easily visible to the passengers;
(x) The said Bus Terminus should include suitable approach and exit paths for buses, appropriate
drainage arrangements, bus stop pole and flag, all other necessary amenities, allied services, a
logistic hub and minimum essential depot facilities in respect of a Bus Terminus.
(xi) Any other facility that might be considered essential by the Consultant.
Page 4 of 9
Minimum Facilities To Be Included In The Space For Business & Business Related
Activities
1. Portion of the building accommodating Business & Business related activities should be designed in
such a way that it can accommodate state-of-the-art Offices etc.
2. Sufficient utilities like toilets both for ladies & gents would have to be provided at appropriate
locations.
3. Appropriate light & ventilation should have to be taken care of.
4. Provisions for disabled persons should be there.
5. The building should be environment friendly and uses of non-conventional energy should be
considered.
6. Provisions for rainwater harvesting should be included.
7. The facilities like canteens etc. are also to be provided.
8. Provision for adequate lifts at appropriate spaces is to be made.
9. The planning should be of high standards and the building should be architecturally and
aesthetically looking good.
10. Segregated arrangements for entry & exit to the Business Complex and the Bus Terminus facilities
would be necessary.
11. Provisions for adequate car parking facilities according to the Building Rules are to be made.
12. Any other facility that might be considered essential by the Consultant.
ELEGIBITY TO PARTICIPATE
Registered, bonafide, reliable and resourceful Architects / Agencies / Consultancy Firms
having not less than seven years of experience in designing similar type of buildings may participate
in this Expression of Interest (EOI). Consortium may also be permitted. However, the applicant would
have to be the Lead Architect / Agency / Consultancy Firm of the Consortium and the dealings would
be done with the Lead Architect / Agency / Consultancy Firm only. The other partner would preferably
be an Indian Firm. The Multi-Disciplinary Firms / Agencies / Consultancy Firms, who have executed
similar projects, may also submit their proposals.
Page 5 of 9
SHORT-LISTING
Short-listing of Architects / Agencies / Consultancy Firms would be done. For short-listing
purpose they should have experience in planning and designing of at least one project of similar
nature costing Rs. 75 crores or above for, preferably, PSUs / Govt. Organizations during the
last five financial years. 50 % weightage would be given for similar allied projects.
They should also give details of particulars including qualifications and experience of the key
personnel who will be deployed for this project. They must specify the level of involvement of the
personnel with the Project and give a list of their credentials. A Committee formed by WBHIDCO
would examine and decide the eligibility. The minimum annual revenue from professional fees
received by them during the last financial year for their works would also have to be given. The
applicants should furnish relevant documents in support of their credentials as mentioned above.
Based on the credentials, short-listing of the Architects / Agencies / Consultancy Firms shall be done
by WBHIDCO.
The interested Architect / Agency / Consultancy Firm may submit all required credentials for short-
listing within 30.06.2014 by 4 PM in the Office of Chief Planner, WBHIDCO. The short-listing would
be completed by 09.07.2014 and the list would be uploaded on the WBHIDCO website.
SELECTION / ACCEPTANCE OF THE SUCCESSFUL BID/ OFFER
1. The final selection/acceptance of the bid/offer shall be made by a panel of experts to be
constituted by WBHIDCO and the panel of experts would be headed by a Senior
Architect.
2. The accepting authority reserves the right to reject any or all of the bid(s)/offer(s)
received without assigning any reason whatsoever to the short-listed participants
including the lowest bid/offer received.
3. For selection/finalization of the offer/bid, all the short-listed participants will have to make
presentation of their architectural design before the panel of experts to be constituted by
WBHIDCO. During presentation, the participant bidder will have to present their concept to
visualize the proposed Building along with three dimensional drawings preferably from different
angles. The participants will have to arrange for laptop computer etc. WBHIDCO will arrange for
venue of the presentation. Final selection will be made on the basis of marks given by the panel
Page 6 of 9
(70% weightage for Technical Bid and 30% weightage for Financial Bid). The marking system
would be as follows : -
1. Concept Design
2. Presentation of the concept to the panel of experts
3. Details of Technical Staff & other statutory requirements
The Financial proposal with the lowest cost (L1) will be given a score of 30 and for the other proposals
(N, N1, N2 etc.), scores will be calculated by the formula “L1/N x 30”.
BID DOCUMENTS
At least two copies of the bid documents in a book format would have to be submitted. One set of
hard copy of the drawings in A-1 size and a soft copy of the documents would also have to be submitted.
The participant bidders must submit their bid/offer in 02(two) separate sealed covers.
1. One sealed cover should contain Architectural design of the Proposed Building and must be marked
with “Design of the Proposed Building”.
2. Second sealed cover should contain financial bid for the Proposed Building and must be marked
with “Financial Bid of the Proposed Building”
Both the above stated sealed covers must be superscripted with Name of the work, Name of
the firm with address of the firm/bidder and to be duly addressed to the undersigned.
3. The 02(two) sealed covers must be sealed in another bigger cover and the outer cover also must
be sealed. The outer cover also must be superscripted with Name of the work, Name of firm
with address of the firm / bidder and to be duly addressed to the undersigned.
And, any participant bidder not following the steps in submitting their bid /offer as described in this
para shall be disqualified.
TERMS & CONDITIONS:
1. Participating firms must have ST and PT clearance certificate and IT & PAN valid at least up to the
date of submitting their bid. Application for such clearance addressed to the competent authority,
subject to production of authenticated receipt, may also be considered.
2. Before submitting any bid offer, the intending participants should make themselves acquainted,
thoroughly, with the local conditions prevailing by actual inspection of the site and take into
considerations all aspects including actual size and availability of land, communication facilities,
climate conditions etc. As no claim whatsoever will be entertained on these accounts, afterwards.
Page 7 of 9
3. The selected bidder will have to enter into an agreement of contract with WBHIDCO within 10 (ten)
days of issuance of the LOI.
4. The detailed drawings would have to be submitted by the Architect / Agency within 8 (eight)
months from the date of issue of LOI. They would, however, have to get the Building Plans
sanctioned within 6 (six) months from the date of issue of LOI. Considering the size of the Project,
‘NOC’ (No Objection Certificate) from the Environment Department / Pollution Control Board under
Government of West Bengal would be required.
5. The building design must conform to the prevailing rules of the Sanctioning Authority. Fire safety
norms must be as per relevant B.S. Codes and National Building Code.
6. Fees Payable : -
The Consultant would have to quote a lump sum fee for the following works and the Consultation
Fee would be paid as a percentage of the Total Fee as mentioned against each item of works. Payments
to be released only after approval by the Competent Authority.
1. Preparation of details of Architectural designs & drawings : -
1. Concept drawings – 10%
2. Detailed Architectural designs & drawings – 20%
3. Preparation and sanction of Building Plans from NKDA – 15%
4. Structural Designs including the items indicated below – 40%
1. Preparation of Details of Structural designs & drawings -
2. Preparation of Estimates with Bills Of Quantities (BOQ)
3. Sanitary and Plumbing designs & drawings
4. Electrical designs & drawings
5. Firefighting arrangements
6. Airconditioning Systems
7. other ancilaries etc.,
8. Preparation of a good model by a reputed modeler – 5%
9. Periodical Architectural Supervision during construction period – 10%
10. All other relevant works as applicable within these parameters
Page 8 of 9
The stages of payment may, however, be finalized during the Pre-Bid Meeting in consultation with
the participating bidders.
11. Separate tender/ bid will be invited by WBHIDCO for construction of the Proposed Building.
Construction supervision shall have to be taken up by the selected bidder after actual construction
begins (to be communicated separately) and shall continue till completion of the project in the
field. The periodical supervision should preferably be once in a week. If required, the frequency of
visits to the Project site might be increased.
12. Any bid/offer containing overwriting is liable to be rejected. All corrections are to be attested under
the dated signature of the bidder without which the bid/offer may be informal.
13. The payment shall be based on progress of works as stated under clause (5) above. Maximum of
95% (ninety five percent) payment shall be made on achieving 100% (hundred percent) of each
item of works. Balance 5% (five percent) payment shall be made on completion of the whole
project and on carrying out modifications, if any, successfully. If no component of the works as
stated is executed by the selected bidder, for whatsoever reason, no payment shall be made.
14. Intending participants may attend the pre-bid meeting on 28.05.2014 at 4.30 PM in the Conference
Hall of HIDCO BHABAN.
15. Last date and time for submission of bid/offer by the short-listed bidders is 14.08.2014 up to
16.00 hrs.
16. No conditional bid/offer shall be accepted.
Chief Planner
WBHIDCO Ltd.