+ All Categories
Home > Documents > Tender 2478 Technical Bid

Tender 2478 Technical Bid

Date post: 05-Jul-2018
Category:
Upload: mohd-salahuddin
View: 225 times
Download: 0 times
Share this document with a friend

of 74

Transcript
  • 8/16/2019 Tender 2478 Technical Bid

    1/74

    0

    DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEV. CORP. LTDT. C. BUILDING WAZIR PUR INDUSTRIAL AREA, WAZIR PUR DELHI-110052

    OFFICE OF THE CHIEF PROJECT MANAGER- (CD-XV)

    Name of work:- Consultancy services for comprehensive integrated planning for

    Construction of 200 bedded Hospital at Hasthsal – Vikas Puri, New DelhiIndex

    S. No. Description Page No.Technical Bid (Part-I)

    1 Press Notice 32 Information for submission of offers 43 Check list 54 Preamble 65 Eligibility & PQ Criteria 7-96 Submission of tender, Tax Liability and EMD 107 Evaluation of bids 11-14

    8 Other information to be submitted 159 General information & Instructions. 16-17

    10 Scope of work 18-2811 Payment of Remuneration 2912 Schedule of completion 3013 Key Deliverables 31-3314 Incentive & Penalty 34-3515 Contract features 36-3916 General 40-4117 Medical Functional Programme 42-5618 Acceptance 5719 Undertaking (Annexure- I) 5820 Form of Bank Guarantee Bond (Annexure- II & III) 59-6121 Forms (A-G) 62-7222 Site plan 73

    Financial Bid (Part-II)1 Part-II (Financial bid) 2-42 Mode of payment & Time schedule 5-11

    Certified that this NIT contains pages No.1 to 73 under Technical Bid (part-I) and pages 1 to 11under Financial Bid (part-II).

    CPM (Pawan Kumar)CD-XV SPM-I, CD-XV(U.S. Govil)

    Project Director (H)

    NIT containing Technical part-I (73 pages) & Financial part-II (11 pages) is approved

    (Shashi Kant)Director (Works-II)

  • 8/16/2019 Tender 2478 Technical Bid

    2/74

    1

    TECHNICAL BID

    (PART – I) FOR

    CONSULTANCY SERVICES FORCOMPREHENSIVE INTEGRATEDPLANNING FOR CONSTRUCTION

    OF

    200 BEDDED HOSPITAL ATHASTSAL–VIKAS PURI, NEW DELHI

  • 8/16/2019 Tender 2478 Technical Bid

    3/74

    2

    DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEV. CORP. LTDT. C. BUILDING WAZIR PUR INDUSTRIAL AREA, WAZIR PUR DELHI-110052

    OFFICE OF THE CHIEF PROJECT MANAGER- (CD-XV)

    Name of work:- Consultancy services for comprehensive integrated planning forConstruction of 200 bedded Hospital at Hasthsal – Vikas Puri, New Delhi

    Index

    S.No.

    Description Page No.

    1 Press Notice 32 Information for submission of offers 43 Check list 54 Preamble 65 Eligibility & PQ Criteria 7-96 Submission of tender, Tax Liability and EMD 10

    7 Evaluation of bids 11-148 Other information to be submitted 159 General information & Instructions. 16-17

    10 Scope of work 18-2811 Payment of Remuneration 2912 Schedule of completion 3013 Key Deliverables 31-3314 Incentive & Penalty 34-3515 Contract features 36-3916 General 40-4117 Medical Functional Programme 42-56

    18 Acceptance 5719 Undertaking (Annexure- I) 5820 Form of Bank Guarantee Bond (Annexure- II &

    III)59-61

    21 Forms (A-G) 62-7222 Site plan 73

    Certified that this Technical Bid contains page No. 1 to 73 only.

    CPM (Pawan Kumar)CD-XV SPM-I, CD-XV

  • 8/16/2019 Tender 2478 Technical Bid

    4/74

    3

    DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEVELOPMENT CORPORATION LTD. TECHNICAL CENTRE BUILDING, WAZIR PUR INDUSTRIAL AREA, DELHI-110052

    OFFICE OF THE CHIEF PROJECT MANAGER- (CD-XV)Phone No. 011-27371792

    NIT No. : - 01/2011-2012/RGP-I/CD-XV/DSIIDC

    PRESS NOTICE

    Lump-sum Tender is invited on behalf of the Managing Director DSIIDC, from reliable, wellestablished, competent and experienced Consultancy Firms/ Architectural Firms for thefollowing work:-

    N/W: - Consultancy services for comprehensive integrated planning for Construction of 200bedded Hospital at Hasthsal – Vikas Puri, New Delhi

    Land Area : 15139 Sqm.Cost of Tender Document : Rs. 10,000/-Earnest Money Deposit : Rs. 40,000/-Last date of sale of tender document : 27.07.2012 up to 4.00 P.M.Last date of submission of tenders : 31.07.2012 up to 3.00 P.M.Opening of Tender (Technical Bid ) : 31.07.2012 at 3.30 P.M.

    Further detailed terms & condition can be seen at our website: www.dsiidc.org.

    Tender document can be purchased from the office of the undersigned by depositing the tendercost of Rs 10,000/- in cash or DD. The tender document can also be downloaded from ourwebsite www.dsiidc.org. The tender cost in this case shall be submitted at the time ofsubmission of tender through a demand draft of Rs. 10,000/- (Rs. Ten Thousand only) in favourof DSIIDC in Envelope along with EMD. The Managing Director, DSIIDC reserves the right toreject any or all the tenders without assigning any reason

    CPM, CD-XV, DSIIDC.

    For & on behalf of Managing Director, DSIIDC

  • 8/16/2019 Tender 2478 Technical Bid

    5/74

    4

    INFORMATION FOR SUBMISSION OF TENDERS

    1. Name of Department Delhi State Industrial & InfrastructureDevelopment Corporation Ltd.

    2. Address for Sale of Tender Office of the CPM (CD-XV), Technical CentreBuilding, Wazirpur Industrial Area Delhi-52

    3. Address for submission oftender document

    Office of the CPM (CD-XV), Technical CentreBuilding, Wazirpur Industrial Area Delhi-52

    4. Name of work Consultancy services for comprehensive integratedplanning for Construction of 200 bedded Hospital atHasthsal – Vikas Puri, New Delhi

    5. Contact Persons 1. Sh. U.S. Govil, PD (Hos), Mob.No.+ 919312257215

    2. Smt. Namrita Kalsi, Sr.Arch. Mob.No.+919811446655 3. Sh. Vijay Malhotra, CPM (CD-XV) , Mob.No.+919891350038

    6. Date and time for submissionof offers

    On or before 31.07.2012 upto 3.00 PM.

    7. Place for opening of offers Office of the CPM (CD-XV), Technical CentreBuilding, Wazirpur Industrial Area Delhi-52

    8. Whether it can bedownloaded from the website

    Yes, the offer document can be downloaded fromthe DSIIDC website. A demand draft of Rs.10,000/- (Rs. Ten Thousand only) should be madein favour of DSIIDC which can be submitted alongwith the offer. The bid shall be submitted on orbefore due date & time mentioned in the offerdocument.

  • 8/16/2019 Tender 2478 Technical Bid

    6/74

    5

    CHECK LIST

    The Tenderer shall submit the following with the tender:-

    1. Tender cost of Rs. 10,000/-2. EMD deposit of Rs. 40,000/-3. Undertaking ( as per Annexure-I)4. Copy of PAN Number5. Copy of Service Tax Number6. Copy of proof of having submitted the latest service tax returns.7. Form A1 (Similar works completed during last 7 years ending 30 th June 2012 along

    with certificate of satisfactory completion of work from the client along with copy ofaward letter/ work order)

    8. Form A2 ( Similar works in hand along with copy of award letter/ work order)

    9.

    Form B & C3 (Technical Staff along with CV/ Bio data of the professionals withArchitect consultant and sub-consultant.)10. Form C1 & C2 (list of associated sub-consultants along with consent letter/ copy of

    MOU made with different sub consultant to serve on this project)11. Form D (Document regarding Financial Turnover along with Balance sheet/ CA

    certificate/ TDS etc.)12. Form E (Empanelment with Govt./ Semi Govt.etc along with copy of registration

    details/ documentary evidence of work orders etc.)13. Form F1 (International / National Awards along with documentary evidence of

    awards etc.)

    14. Form F2 (other Awards / appreciation along with documentary evidence of awardsetc.)

    15. Form G (Particulars of Litigation / Arbitration Cases

    CPM, CD-XV, DSIIDC.

  • 8/16/2019 Tender 2478 Technical Bid

    7/74

    6

    PREAMBLE

    i. Delhi legislative assembly passed resolution that a hospital may be established at

    Hasthasal Vikaspuri under the scheme of ‘opening of new Hospitals’, because the people

    of the area have to travel many distant places to avail the facilities at various Hospitals of

    Govt. of Delhi or Govt. of India. They face the problem in transporting patients by

    incurring heavy expenditure in addition to the loss of valuable time in case of emergency,

    to provide the immediate relief to the patients. The people of low socio- economic strata

    cannot afford services from the limited private nursing homes due to high cost of

    services. The other hospitals like Safadarjung, AIIMS, DDU Hospitals are located

    centrally and are also over crowded, thus cannot full fill the aspirations of the poor people

    living in the peripheral rural, and semi urban areas. Therefore a need to open a new

    hospital was felt to provide comprehensive health care, encompassing preventive,promotive, curative and rehabilitative health care within the reach to the residents of

    Hasthasal, Vikaspuri and neighboring areas, particularly to the low-socio-economic

    group. The Hospital will also provide round the close emergency services, maternity

    services, operational facilities and all kind of specialist health care services at secondary

    level, in addition to act as a referral institution for the patients referred from the

    dispensaries/ health centre of the adjoining areas.

    To meet the above requirement, DDA has allotted a piece of land measuring

    15139.00 m2 and Govt. of Delhi has taken this opportunity to establish a 200 bedded

    hospital at this plot.

    ii. The proposed site is located at an approx. distance of 1.5-2.0 Km from Najafgarh Road

    and at an approx. distance of 3-4 Km from Outer Ring Road. The metro station of Janak

    Puri (West) and Uttam Nagar (East) are also not very far away.

    iii. Proposed Hospital is within close proximately to the prominent residential areas of West

    part of Delhi like Vikas Puri, Janak Puri & Uttam Nagar etc.

    iv. The Tentative cost of the project if worked out on PAR 2007 basis it may be Rs. 200

    crore s

    v. The tentative areas for this Hospital Building shall be as under:

    a. Plot Area = 15139.00 sqm

    b. FAR to achieve = Maximum permissible as per MPD 2021 & BBL of Delhi

    c. Parking provision= Maximum as per permissible ECS in MPD 2021.

  • 8/16/2019 Tender 2478 Technical Bid

    8/74

    7

    1. ELIGIBILITY

    • Tenders will be issued to individuals, proprietary firms, firms in partnership or limitedcompanies / corporations. Joint Ventures will not be permitted.

    • The Tenderers shall have to fulfill the Eligibility Criteria as laid down in para 1A of thetender, failing which his financial bid will be returned unopened.

    • The procedure to be followed for submission of Tenders has been described in para 1.A.1.

    1A. PREQUALIFICATION CRITERIA & WORK EXPERIENCE

    i. The consultancy firm/ Architectural firms should have minimum of 10 years ofexperience.

    ii. The applicant firm should be registered with Council of Architecture India, during thelast 8 years as on the date of submission of bid. Architect firm must qualify at their own(JV partnership is not allowed).

    iii. In case of consulting firms out of Delhi/ NCR area. The consulting firm must setup theiroffice in Delhi/ NCR within one month after the issue of L.O.I. They should beconversant with local statutory laws and follow all rules and regulations of Delhiespecially laid down by MCD, Fire Dept., DUAC, Environment Dept. and other Govt.Dept./ Statutory Bodies of Delhi. They should be in possession of Delhi VAT/ ServiceTax No. within one month of the issue of L.O.I.

    iv.

    Average Turnover: The applicant firm should have an average annual financial turnoverof not less than Rs. 1 crores per annum from the Consultancy services rendered by themduring the immediate last three consecutive financial years.

    v. The consultant should not have been blacklisted by any Govt. department/ agency duringthe last seven years.

    vi. The Architect Consultant should have all necessary CAD/ CAM equipments forsuccessful execution of project.

    vii.

    Work Experience : The consultant should have experience of rendering consultancyservice in own name & should have satisfactorily completed “ similar work” fromconcept to commissioning during the last 7 years ending 30 th June 2012

    1 no. of similar work costing minimum Rs. 160.00 Cr.Or

    2 nos. of similar work costing minimum Rs. 120.00 Cr. eachOr

    3 nos. of similar work costing minimum Rs. 80.00 Cr. each

  • 8/16/2019 Tender 2478 Technical Bid

    9/74

    8

    *Similar work means project related to “Medical/ Hospital complex”

    *The experience certificate enclosed for the similar work must clearly indicate year of completion/ date of commissioning & value of the project. Without this information the work experience certificate may not be considered.

    *The value of works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum calculated from the date of completion to the last date of receipt of applications for tenders.

    *Work executed with private sector, be supported with TDS certificates.

    viii. Minimum Configuration of the team of professionals/ sub-consultants on theproject:

    The Architectural/ Consultancy firm should have sufficient number of Technical

    and Administrative staff with its own firm and shall have a team of associated sub-consultants who must have a team of sufficient technical and other supporting staffenabling to provide a comprehensive consultancy service in the field of specialization bythe respective consultant. The Architectural/ Consultancy firm must enclose CV/ Bio-data of the professionals and its employees along with details of having executed thework by such associated sub-consultants

    S. No. Professional Qualification/ Experience1 Team Leader & his

    support team. a) Lead Architect B.Arch. with minimum 15 years professional

    experience.b) Support Team:- Should comprise of :

    (i) Architect (02 nos. min.) B.Arch. with minimum 10 years experience in the fieldof planning and designing of Buildings.

    (iii) Civil Engineer/Quantity surveyor (01no. each min.)

    Graduate/ Diploma in Civil Engineering with 10 yearsexperience.

    2. Sub- Consultants

    (i) Lead HospitalConsultant

    An MBBS Graduate with specialization in Hospitaladministration having a experience of minimum 10 yearsor an associated Hospital Architect with degree inHospital Administration/ planning having a min.experience of 10 years.

    (ii) PHE, Plumbing andSewerage Consultant/firm(s)

    10 years experience in designing of MEP services for“similar work” .

  • 8/16/2019 Tender 2478 Technical Bid

    10/74

    9

    (iii) Electrical worksConsultant/ Firm

    Graduate in Electrical Engineering with 15 yearsexperience in designing of Electrical & communicationsystem for “similar work”.

    (iv) Fire Consultant/ Firm Graduate in Fire Engineering with 10 years experiencein Designing and execution of Fire protection works inMultistoried Building

    (v) HVAC Consultant/Firm

    Graduate in Air-conditioning Engineering having 10years experience in designing & execution of HVACwork (Low & High Side).

    (vi) Green BuildingConsultant/ Firm

    Experience in Green Building Concept on TERI-GRIHAnorms

    (vii) MGPS Consultant/ Firm Experience in designing and execution of Medical GasPipe System etc. for a min. of 5 years

    (viii) Environmental Engineer

    /Consulting Firm

    Graduate in Environment Engineering having an

    experience of min. 10 years.(ix) Structural Engineering

    consulting firmGraduate in structural engineering with minimum 15years experience in the field of designing of Buildingsand other structures.

    (x) Landscape &Horticulture Consultant/Firm

    Graduate in Hort./ Architecture engineering having amin. experience of 15 years in designing of landscapesand horticulture works.

    (xi) Information TechnologyProfessionals

    BCA/ B.E. – Electronics/ Computer Engineering havingexperience of min. 10 years in the field of providing ITrelated services in “similar works”

  • 8/16/2019 Tender 2478 Technical Bid

    11/74

    10

    1A.1 SUBMISSION OF TENDER

    The bidders shall submit the following: -a) Tender cost of Rs. 10,000/- in the shape of DD/ FDR of scheduled bank in case if the

    Tender document is downloaded from our website www.dsiidc.org. This shall also be

    required to enclose in the envelop marked as EMD deposit in the following manner. b) Tender for this work shall be submitted in three separate sealed envelopes super-scribed

    as Envelop-1 as “Earnest Money Deposit” Envelop-2 as “Technical Bid” and Envelop-3as “Financial Bid” and all the three envelops shall now be placed in one cover envelopwhich shall be sealed and addressed to the CPM, (CD-XV), DSIIDC and bear on itscover the name of work, the name and address of the Tenderer, and the due date ofopening. The Envelope shall be submitted in the office of CPM (CD-XV), DSIIDCTechnical Centre Building, Wazirpur Industrial Area, Delhi by 3:00 PM on 31.07.2012

    c) Any proposal delivered after the due date and time will not be considered. d) The first envelop i.e. Earnest Money Deposit will be opened first.

    • The technical bid i.e. the second envelop of only those bidders shall be openedwhose EMD is found in order.

    • The financial bid i.e. the third envelop (which shall necessarily be sealed) of onlythose bidders shall be opened who are found qualified as per evaluation oftechnical bid by the jury.

    • Unsealed price bid shall not be considered for evaluation and will be sent to thebidder unopened, in condition as received.

    1A.2 TAX LIABILITYNo other tax, cess and levy except service tax shall be paid to the consultant over their

    contract amount. In r/o service tax same shall be paid by the consultant to the concerneddept. and it will be reimbursed to him by the Engineer-in-charge after satisfying that ithas been actually and genuinely paid by the consultant. Recovery from Income Tax,Education cess or any other taxes as per prevailing statutory requirement shall be madefrom the payments periodically to the consultants.

    1A.3 EARNEST MONEY DEPOSITRequisite earnest money deposit (please refer annexure-I for detail) in the form ofDemand Draft / FDR of schedule Bank drawn in favour of Chief Project Manager, CD-XV, DSIIDC must be submitted along with the bid document. No other mode/ form ofpayment shall be acceptable. No interest shall be payable by the Dept. for the earnest

    money deposit. No bank Guarantee will be accepted in lieu of EMD. 50% EMD shallbe forfeited by the department (a) if the proposal is withdrawn during the validityperiod of 90 days (b) if any modifications is made in terms and conditions of this TORwhich is not acceptable to the department. Full EMD shall be forfeited by thedepartment (a) if the consultant dose not submit the Performance Bank Guarantee inschedule time as elaborated in the tender document (b) if the consultant does not startthe work after award (c) if the consultant tries to influence the evaluation process.

  • 8/16/2019 Tender 2478 Technical Bid

    12/74

    11

    2. EVALUATION OF BIDSThe bids will be evaluated on Combined Quality cum Cost Based System whereinTechnical Bid will be given a weightage of 70% and financial bid will be given aweightage of 30%. Criteria, Sub-criteria and point system for evaluation of technical bidis as under (Total 100 marks):-

    2A. TECHNICAL BID

    i) Specific experience of the consultant firm relevant to the Project assignment(Max.10 marks)

    Experience of rendering consultancy service in its own name during the last 7 yearsending 30 th June 2012 of having satisfactorily completed from concept tocommissioning similar works as mentioned at Para 1A(vii) of prequalification criteria& work experience.(The consultant shall submit supporting document/photographs forsimilar executed in technical bids.For evaluation of similar works, the following sub criteria shall be followed:-

    a) 60% marks for minimum eligibility criteriab) 100% marks for twice the minimum eligibility criteria or morec) In between (a) & (b) – on pro rata basis

    ii) Key professional/ sub-consultants: Qualification & competence for the Projectassignment (Max. 30 marks).The maximum marks for key professionals will be further divided as under:-

    Evaluation criteria for Qualification/ Experience of Professionals/ consulting firms*

    S.

    No.

    Professional Professional sub

    detail

    Max.

    Marks

    Desired

    Nos.

    Min. Qlf. Min.

    ExperienceTeam leaderand hissupport team

    Lead Architect 2 1 Graduate in same field 15 yearsArchitect 1 2 Graduate in same field 10 yearsQuantity surveyor& Civil Engineer

    1 1 each Diploma/ Graduate insame field

    10 years

    1 Hospitalconsultant/firm and hissupport team

    Lead HospitalConsultant

    6 1 An MBBS Graduatewith specialization inHospital administrationor an associatedHospital Architect

    10 years

    2 MEPConsultant

    Lead MEPConsultant

    2 1 Graduate in CivilEngineering

    15 years

    Associate Civil &Mech. Engineer

    1 1 each Graduate in respectiveEngineering

    10 years

    3 ElectricalworksConsultant

    Lead Elect. Engg.Consultant

    2 1 Graduate in same field 15 years

    Associate Elect. &Mech. Engineer

    1 1 each Graduate in respectiveEngineering

    10 years

    4 FireConsultant

    Team leader 2 1 B.E. in Fire Engineering 10 years

  • 8/16/2019 Tender 2478 Technical Bid

    13/74

    12

    5 HVACConsultant

    Lead HVACConsultant

    2 1 B. E. in Air-conditioningEngineering

    10 years

    6 GreenBuildingConsultant

    A consulting firmhaving to plan thebuilding satisfyingTERI-GRIHA greenbuilding ratingsystem

    2 1 Having experience todesign building onTERI-GRIHA norms

    2 Years

    7 MGPSConsultant

    A reputedconsulting firm todesign MGPS workof Hospital building

    1 1 Having experience todesign & provideMedical Gas PipelineSystem in Hospitalbuilding

    5 Years

    8 EnvironmentalEngineer/ConsultingFirm

    Lead EnvironmentConsultant

    2 1 Graduate inEnvironmentEngineering

    10 years

    9 StructuralEngineer /Consultant

    Lead Structuralconsultant

    2 1 Graduate in StructuralEngineering

    15 years

    10 Landscape &HorticultureConsultant

    Lead LandscapeConsultant

    2 1 Graduate inHorticulture/ArchitecturalEngineering

    15 years

    11 InformationTechnologyProfessionals

    IT Professional 1 1 Graduate in Electronic/Computer Engineering

    10 years

    *1. 60% marks for possessing minimum experience in respective field as given above

    and 100% marks for twice the minimum experience or more shall be given.2. And for experience more than the minimum and upto 2 times of minimum, marks

    shall be given on pro rata basis.3. For experience less than the minimum prescribed and experience/ education

    qualification furnished without the supporting document/ degree/ diploma, Nilmark shall be given.

    Note:- 1. The bidder must enclose the consent letter/ copy of MOU made with different sub-

    consultant to serve on this project. The offers received without consent letter/ MOU, Nil marks shall be awarded in evaluation of key personals/ professions.

    2. After award of work, no sub-consultant listed in offer shall be changed by the Architect consultant/ consulting firm without the written permission of Engineer-in-charge .

    3. The above criteria can be modified as per the decision taken by the competent authority.

  • 8/16/2019 Tender 2478 Technical Bid

    14/74

    13

    The Architect consultant/ consulting firm securing minimum of 60% in above mentioned

    Para 2A (i) & (ii) with 50% marks in each sub-criteria will be short listed for making

    presentation to the jury appointed by DSIIDC.

    iii) Presentation by the short-listed consultants (Max. 55 marks ) :-After short listing, based on eligibility documents approved by the Chief Engineer apresentation is to be made by such short-listed firms before the jury, appointed byDSIIDC, to be technically evaluated broadly on the following parameters:-

    a) Site layout, Urban Context, landscaping & aesthetics (Max. 20 marks)b) Concept & Design of buildings (Max. 30 marks)c) Building efficiency, services in building and FAR utilization (Max. 5 marks)

    iv) Approach paper on proposed methodology and work plan in response to the termsof reference. (Max. 5 marks).

    Technical approach, objective formulations, functional analysis, program and phasing’sfor approvals, bidder’s knowledge and understanding of project requirement.

    Note:- Marks for presentation and approach paper will be awarded by the jury on the

    basis of consultant presentation

    v) Now the marks of technical evaluation of the short-listed firms awarded by ChiefEngineer and presentation/ approach methodology awarded by the jury will beconsidered for opening of financial bids.The Technical Score i.e. T(s) of each shortlisted firm shall be considered which is sumof the following:

    (a) Marks obtained in technical evaluation based on eligibility criteria (minimum 60%marks with atleast 50% marks in each sub-criteria under para 2(i) & (ii)

    and(b) Marks obtained in presentation/approach paper by Jury (minimum 60% marks with

    atleast 50% marks in each sub-criteria under para 2(iii) & (iv)

    Bids securing a minimum of 60% or above marks in both (a) & (b) above with50% marks in each sub-criteria will be considered for opening of financial bid.

  • 8/16/2019 Tender 2478 Technical Bid

    15/74

    14

    2B FINANCIAL BID

    i. The Financial offer shall provide fee for whole consultancy job as per TOR (Terms ofReference) and shall be submitted as per Bid (Part-II)

    ii.

    The bidders are required to quote lump-sum fees for comprehensive Consultancy jobwork inclusive of all prevailing taxes, cess and levies except the statutory service tax forthe Consultancy Services as per TOR for achievement of complete permissible FAR.

    iii. The bids with lowest cost will be given a financial score of 100 and the other bids will begiven financial score that are inversely proportionate to their prices.

    iv. The total score, both technical and financial, shall be obtained by weighing the Technicaland Financial scores and adding them up. On the basis of the combined weighted scorefor Technical and Financial, the consultant shall be ranked in terms of the total score

    obtained. The bid obtaining the highest total combined score in evaluation of quality andcost will be ranked as H-1 followed by the bids securing lesser marks as H-2, H-3 etc.

    The bids shall be evaluated using the following formula:-

    Financial Score, F (s) = (LFC / FC)*100

    Where FC stands for Financial Bid (quoted price) of the agency under consideration andLFC stands for Lowest Financial bid

    v. The total score shall be obtained by weighing the Technical score T(s) and Financialscore F(s) and adding them up. Total score shall be calculated as follows :

    Total score = T (w) x T (s) + F (w) x F (s)

    where T (w) stands for weight of the technical score, i.e. 70%.T (s) stands for technical score.F (w) stands for weight of the financial proposal i.e. 30%.F (s) stands for Financial score

    On the basis of the total score (combined weighted score for Technical and Financialscores), the consultant shall be ranked in terms of the total score obtained.

    The bid with the highest total score (H-1) will be considered for award of contract .

  • 8/16/2019 Tender 2478 Technical Bid

    16/74

    15

    3. Other Information to be submitted:-

    3.1 The Architect Consultant should have sufficient number of Technical staff andConsultants/ Associates for the proper execution of the contract. The applicant shouldsubmit a list of staff. Details should be furnished in FORM B, C1, C2 and C3.

    3.2 List of completed similar works shall be submitted separately in Form ‘A1’. List ofongoing similar works shall be submitted separately in Form- “A2”.

    3.3 If the firm is registered/ empanelled with other Organization/Statutory bodies such asCPWD, PWD, MES, Banks etc. furnish their Name, Category and date of registration, ifany. (Form E)

    3.4 Furnish list of Awards / recognitions / competition won (Form F1 & F2)

    3.5 If the offer is submitted by a proprietary firm it shall be signed by the proprietor abovehis full type written name and the full name of his firm with its current address.

    3.6 If the offer is submitted by a firm in partnership, it shall be signed by all the partners ofthe firm with their full names and current addresses or by a partner holding the power ofattorney for the firm by signing the offer in which case a certified copy of the power ofattorney shall accompany the offer. A certified copy of the partnership deed, currentaddress of the firm and the full names of partners shall also accompany the offer.

    3.7 The bidder should furnish an undertaking in the form of an affidavit on non judicialstamp paper of Rs. 50/- guaranteeing the truth and accuracy of all statements andinformation furnished in the format given (Annexure-I).

    Note: The Architect Consultant is required to furnish all information in the enclosed FORMS -A to G and their appurtenant format and annexures along with proof, failing which the proposal may be rejected.

  • 8/16/2019 Tender 2478 Technical Bid

    17/74

    16

    4. GENERAL INFORMATION & INSTRUCTIONS

    4.1. The firm will provide consultancy services for preparing complete Detailed ProjectReport (DPR) and complete Architectural, Medical space planning and Engineeringservices in respect of the work “ Consultancy services for comprehensive integratedplanning for Construction of 200 bedded Hospital at Hasthsal – Vikas Puri, NewDelhi ”.

    4.2. All information called should be furnished against the relevant columns. Additionalinformation may be furnished on a separate sheet, by mentioning the same against therelevant column. If any particulars / query is not applicable, it should be stated as `Not-Applicable`.

    4.3. Credentials, references, information and certificates from the client certifyingperformance along with list of important works executed during the last seven years etc.should be furnished in the prescribed formats

    4.4.

    If any information furnished by the applicant is found incorrect at a later stage, the firmshall be liable to be debarred from bidding/taking up of work in DSIIDC. TheCorporation reserves the right to verify the particulars furnished by the applicantindependently.

    4.5. Canvassing whether directly or indirectly, in connection with proposals is strictlyprohibited and the proposals bids submitted by the applicants who resort to canvassingwill be liable to rejection.

    4.6. All documents enclosed should be signed with seal of the company.4.7. The competent authority on behalf of MD, DSIIDC reserves the right of accepting the

    whole or any part of the proposal.

    4.8. Managing Director, DSIIDC, reserves the right to reject any or/ all the bids withoutassigning any reason thereof and no correspondence in this regard shall be entertained.

    4.9. Tender shall be valid for 90 days from the date of opening of financial bid.4.10. The time allowed for preparation of DPR etc. will be as per relevant clause in accordance

    with the phasing, indicated in the tender documents 4.11. The site for the work is available.4.12. Sealed Tenders will be received in the Tender Box placed in the office of CPM, (CD-

    XV), DSIIDC.4.13. The Consultant, whose tender is accepted, will be required to furnish performance Bank

    Guarantee of 5% (five percent) of the tendered amount within 15 days of issue of letterof acceptance. This Bank Guarantee shall be issued from any Scheduled Bank or theState Bank of India in accordance with the prescribed form. In case the consultant failsto deposit the said performance guarantee within the prescribed period including theextended period (maximum 7 days), if allowed by DSIIDC, the offer will be cancelledand Architect Consultant shall be debarred for 2 years for submitting any offer toDSIIDC.

  • 8/16/2019 Tender 2478 Technical Bid

    18/74

    17

    4.14. It may please be carefully noted that no condition whatsoever shall be accepted bythe department and the architect/ consultant is strictly prohibited for givingconditional quotation. If any Architect Consultant is not ready to execute the workon the terms & conditions contained in the quotation documents, he may not tosubmit his offer. It may be noted that if any Architect Consultant choose to submitconditional quotation inspite of clear directions given above, his quotation shall besummarily rejected and he will be liable for being debarred from tendering inDSIIDC for a period of 2 years.

    4.15. The tender documents are available for inspection of intending tenderers in the office ofCPM, CD-XV. Tenderers shall inspect the same and acquaint themselves with the workto be executed. The Consultants shall have no claim with reference to the scope of workand in respect of the rates offered after acceptance of the tender.

    4.16. If any tenderer withdraw his offer or request for any modification once the offer issubmitted to DSIIDC on whatever reason it may be. In that case the Architect Consultant

    shall be debarred for 2 years for submitting any offer to DSIIDC. 4.17. The Consultant shall be fully responsible for the technical soundness of the workincluding those of the specialists engaged, if any, by him and also ensure that the work iscarried out generally in accordance with drawings, specifications and his conception.

    4.18. The appointment of DSIIDC’s own supervisory staff, if any, does not absolve theConsultant of his responsibility of general supervision. The Consultant shall beresponsible for designs of structures and all provisions / services of the work entrusted tohim so as to satisfy their requirement.

    4.19. The Consultant hereby agrees that the fees to be paid as provided herein will be in fulldischarge of functions to be performed by him and no claim whatsoever shall be against

    DSIIDC in respect of any proprietary rights or copy right on the part of any other partyrelating to the plans, models and drawings.

    4.20. The Consultant shall indemnify and keep indemnified DSIIDC against any such claimsand against all cost and expenses paid by DSIIDC in defending himself against suchclaims.

    4.21. It is hereby further agreed between the parties that the stamp duty payable under the lawin respect of this agreement shall be borne by the Consultant

  • 8/16/2019 Tender 2478 Technical Bid

    19/74

    18

    5. Scope of work

    5.1 Architect Consultant require to provide following servicesThe Architect consultant shall base his proposal on Medical Functional program,provided by the DHS/ MCI/ other Govt. regulations/ Building bye-law’s of Delhi/MPD 2021 norms and thus broad concepts acceptable to DSIIDC and DHS.

    i. Taking/ considering DHS/ DSIIDC instructions and thus preparation of master layoutplan and building plans subsequently considering:-

    Preliminary Project Reports. Conducting site survey and soil investigation (payment on this account shall be

    incurred by the Architect Consultant himself ). Project cost estimations based on latest PAR of CPWD with upto date correction slips. Preparation of concept plan with medical/ equipment space planning. All statutory approvals/ clearances from statutory authorities of Delhi and Centre Govt. Preparation of bill of quantities (BOQ) for detailed estimates based on prevailing DSR

    and market rates item supported with quotations and specification of material & analysisof rates.

    Preparation of Bid documents etc. Detailed Project Reports, Submission, Working , structural & Detailed Drawings As Built Drawings/ Completion drawings. Obtaining Medical functional program of Hospital and other requirements from DHS and

    to discuss and finalize the same along with representatives of DHS and DSIIDC Plan the building in such a way so that any expansion if required for hospital may be

    made possible without hindering day to day working of hospital. Identifying wet areas and requisite electric load according to equipments/ medical

    requirements of Hospital at an initial stage so that any demolition and dismantling maynot required to carry out on completion

    Preparing coordinated drawing based on the inputs of all sub-consultants and makingadjustments of all services so as to suit w.r.t. available space actually.

    Preparation of complete working details, schedules, specifications, bill of quantities etc.to describe the whole project adequately for the purpose of placing the main and othersubsidiary contracts.

    Getting vet to structural drawings through independent agency i.e. IIT, Delhi or any otherIIT engaged by DSIIDC within a scheduled time.

    ii. The scope of work of architect-consultant will be all encompassing, including comprisingof all tests & Site survey, evaluation, analysis and impact of existing and / or proposeddevelopment on its immediate surroundings/ environs inclusive of preparation of GeneralLayout of all proposed Buildings and Services or any other requirement forEnvironmental Impact Assessment (EIA of built up space) & implementing EnvironmentImpact Assessment (EIA)

    iii. Building Design, site layout & development.

    iv. Preparation and getting approval of plans from all competent authorities/ StatutoryBodies, obtaining change and conversion of land use if required for this project.

  • 8/16/2019 Tender 2478 Technical Bid

    20/74

    19

    v. Models on a suitable scale, 3-D perspectives. ( payment on this account shall beincurred by the Architect Consultant himself)

    vi. All engineering services required for successful construction & completion of project,comprising following but not limited to the same:-

    a. Building specifications, Quantity surveying, preparation of BOQ and all estimates likePreliminary & Detailed estimates for A.A & E.S, Tech. Sanction. Bid Documents fortendering purposes based on CPWD Manual (or DSIIDC Works Manual) and GeneralConditions of contract. Detailed measurement sheets and rate analysis of non scheduleitems to support the detailed estimates.

    b. Structural design of structures & buildings including basement etc.

    c. Transport Infrastructure/roads, provision for parking, landscape, beautification, irrigation& Arboriculture Architecture.

    d. Sewerage and Sewerage Treatment Plant.

    e. Internal & external Electricity , street lighting , electronic & communication systems

    f. Storm water drains and rain water harvesting system.

    g. Hygiene/cleanliness, Waste collection, accessories , Graphic signage, facilities & streetfurniture

    h. Water supply system including provision of Raw water, Drinking water, Soft water, R.Owater , Hot water, Dual pipe system for utilizing treated water of STP in flushing andgardening and Sterile(Bacteria free) water etc. etc.

    i. R.O. system with water boosting arrangements

    j. Fire fighting, Fire detection, Fire protection and Security systems, etc.

    k. Internal & external public health engineering system like Sanitary, plumbing, drainageand water recycle system.

    l. Heating, ventilation and air conditioning design (HVAC) and other mechanical systems.

    m. Cable TV & Internet wires, solar energy use, façade lighting, security, Traffic & Buildingmanagement systems.

    n. Lift, DG sets etc.

    o. Horticulture & landscape

  • 8/16/2019 Tender 2478 Technical Bid

    21/74

    20

    5.2 Scope of work shall also include visit to the sites, collection of data/information forservices technical features, visits to different agencies for liaison. No extraconsideration shall be paid for such visits

    5.2.1 Getting approval of the scheme, from various local bodies like DUAC, DFS, DJB,

    NDPL, BSES,MCD and Building & Town Planning departments of MCD/DDA andobtaining approval for green building rating and other Statutory Authorities(including Ministry of Environment/ DPCC) after getting the drawings approved fromthe DSIIDC.

    5.2.2 Civil and Architectural drawings keeping in view medical space allocations, equipmentplacements, electrical & plumbing services. Structural drawings, structural design,estimation, preparation of all related drawings, detailed calculations and BOQ etc.

    5.2.3 Preparation of complete GFC drawing, showing elevations of all the 4 walls of each& every room showing detail of all electrical, power, sanitary, fixtures, MGPSpoints/ installations including height of such sockets/ installations from finishedfloor level.

    5.2.4 Preparation of drawings and designs sketches plans elevation, sections, perspective etc.and all types of models as per requirement of DUAC but minimum models sufficient toexplain the scheme such as site plan and detail models of each typical building type etc.to explain general planning and nature of the work with basic dimensions.

    5.2.5 Preparation of Preliminary estimate of cost on area basis etc. supported with details ofrates adopted as per CPWD norms for obtaining A/A & E/S.

    5.2.6 Modifying Drawings, above if necessary and obtaining DSIIDC’s and Delhi Govt. finalapproval to the same before submitting to local bodies.

    5.2.7 Coordinating overall designing, drawings and detailing work pertaining to variousservices and other engineering works as may be necessary.

    5.2.8 Assisting main executing agency in preparation of PERT-CPM Charts for the totalproject for ensuring timely completion of the work and review the progress all throughevery fortnight & submitting a report to the CPM-in-charge.

    5.2.9 Preparation of necessary tender documents and Market Rate Justification thereafter as perCPWD norms.

    5.2.10 Maintaining liaison with DSIIDC and local authority in connection with successfulcompletion of this project.

    5.2.11 Preparation of the “As Built Drawings” at the completion of the project and providingnecessary hard and soft copies for record.

  • 8/16/2019 Tender 2478 Technical Bid

    22/74

    21

    6. Planning of clinical & non-clinical areas

    This part contains the work required for micro space planning w.r.t. MedicalFurniture, Equipments, Medical and Non-Medical Services on the outlines of thearea Planned by the Architect and construction position / stage at site.

    The Consultant shall(a) Prepare micro space planning of the area / services rendered thereon under

    different sub-heads of hospital utilities highlighting such areas with equipmenttemplates, theirs’ size (L, W & H) and nos. etc. as proposed to provide on location

    / points.(b) List out the list of equipment with theirs specifications and supporting vendors

    specification, considering which the consultant has planned the designated area ofHospital service.

    (c) Advice on the type and quality of material to be used under floorings and false

    ceiling of casualty, OT’s, Labs, Radiology imaging, ICU’s etc(d) Provide quality assurance plan for the planning / placement of equipments andshall also highlight all CAUTIOUS points to take care while execution of civilwork keeping in view that the work already executed may not require dismantlingwhile providing equipment / provisions during functionality of the hospital.

    (e) The Consultant / Firm shall provide necessary Layouts of medical space on microplanning level including with templates of furniture and equipments proposed toprovide by them at the appropriate / requisite points. Simultaneously he shall alsoprovide detailed of each sub-head highlighting the type, Numbers, make anddetails of vendors with brief of equipment proposed under different sub-heads

    including with Layout showing movement plan and details of material etc. beingproposed for partitioning and wet area planning also thereon, if any. The briefspecifications of equipments shall require to sub-stanciate with vendors catalogue .

    (f) He shall plan the different dept. of Hospital considering the detail requirement ofeach dept. however few briefs of Hospital listed dept. for taking care in planning isreproduced hereunder:-

    (i). Out Patient Services• This area shall be designed keeping in view functional requirements of TRIAGE

    & adjusting the same in physical facilities and space provided like general

    facilities clinics of different Medical disciplines & supporting facilities etc.• Preparing the area wise facility segregation and identification using color codedstrips to facilitate smooth flow of patient traffic in the OPD.

    • Planning the room layout of the consultants for various specialties to be housed inthe hospital.

    • Counter planning for registration and helping desk for incoming patients.

  • 8/16/2019 Tender 2478 Technical Bid

    23/74

    22

    (ii). Wards & Rooms (Inpatient Services) : To determine a functional Layout thatavoids use of same space for movement of equipments & medic or paramedic staffgreater emphasis should be placed on use of technology in providing Nursing carethan on Nursing Manpower.

    • Main objective be to minimize work of Nursing Staff and to provide best basicamenities to patients which may take care of physical facilities, shape and deign ofopen / rigs ward, Ancillary accommodations, Water and Electricity supplies,Specialty Ward / Units etc.

    • Necessary Equipments, essential drugs and other requirements for patients care inan organized manner.

    • Provide regulated patient access facility to visitors and attendants.• Permitting monitoring of sick from remote station.• Preparing detailed space and furniture planning• Utilities layout along with nurses counters.

    (iii). ICU Set up• Permit continuous monitoring of critically sick from controlled Desk as also

    from remote station. The circulation area around the high dependency bedhas to be so designed that ground access to patient remains alwaysobstruction free.

    • Protective isolation has to be secured to prevent transfer of infection of highdependency patient from all sources that usually hinder or delays high dependencypatients.

    • Installation of Equipments Keeping in view the movements, Clinic andPlacements of other portable Equipments.

    • The Position of Power sockets / Industry Switches on Standby generator. • Ventilation, temperature control, relative humidity and noise level. • Type of Resilient flooring to provide for dampening of Sound level of moving

    Equipments and staff. • Micro planning of space keeping in view check list of equipments required in ICU.

    (iv). Emergency / Casualty :Emphasis shall be on TRIAGE Principle andThe Consultant Shall plan and

    • Prepare the detailed space and equipment planning.• Prepare the area wise furniture and utilities layout.• Plan the Triage/ Observation areas for smooth and undisturbed patient flow with

    optimum utilization of the space and ensuring time saving in administering healthcare with enhanced patient safety.

    (v) Medical gases pipeline system• Deciding the areas to be covered with MGPS based on latest prevailing

    international norms.

  • 8/16/2019 Tender 2478 Technical Bid

    24/74

    23

    • Preparing the detailed technical specifications and Bill of Quantities for tendering.• Preparing the area wise flow requirements and the pipe sizing designs based on the

    flow expectancy so worked out in line with the international design standards asper HTM of NHS U.K.

    (vi) Laundry/ CSSD• Preparing the detailed technical specifications and Bill of Quantities for tendering

    either on contract basis (out sourced) or our own.• Preparing the area wise flow of the utilities.• Planning the high side equipment based on the estimated load of the hospital.• Assist in evaluation of vendors and technical negotiations.

    (vii) Kitchen :Shall be planned keeping in view a staff, students and IPD patients

    • Preparing the detailed technical specifications and Bill of Quantities for tendering.• Preparing the flow of the utilities for staff students on IPD Separately.• Planning the equipment and infrastructure based on the estimated load of the

    hospital.

    (viii). Operation Theater UnitThese should be design in such a way so that

    • It may not be reserved rigidly for use of particular deptt. and it should be of such acharacter so that it may be easy for all surgeon and Nurses to use them withoutfamiliarizing themselves every time with a new set of conditions.

    • Planning Criteria should meet all functional Professional and TechnologicalRequirements

    • The table be positioned in such a way so that pipes services lead from floor andthere should not be any overhead beam or loose pipe / cables etc. trailing on thefloor.

    • The flooring should be advised of such nature which should be easily washable,non-staining, impervious and moderately electro conductive.

    He shall also :-• Preparing the detailed technical specifications and Bill of Quantities for tendering.• Preparing the area wise flow of the utilities.

    The Consultant shall also take care of all necessary required facilities for surgeonsand all attending staff when they are in OT’s for long hours. Moreover as thecomplex operations can be for teaching purpose also he shall make other provisionoutside the O.T. for usability of such students/ faculty without interferingoperation. Provision shall also be taken care of Arrangements for video recordingof operations shall also be taken care during planning.

  • 8/16/2019 Tender 2478 Technical Bid

    25/74

    24

    (ix). LABORATORY SERVICES

    The Consultant shall provide all help to the architect specially in solving difficultproblems by planning pathology Deptt. Which could undertake required no. ofroutine test for out patient and inpatient. He shall plan:-

    • The exact services and general functions required under clinical pathology,microbiology, haematology, clinical physiology etc. etc. for this he shall

    • Determine the services to be provided.• Determine space requirement for personnel and equipment in the administrative,

    technical and auxiliary areas.

    (x). Blood Bank• Preparing the detailed space and equipment planning.• Preparing the area wise furniture and utilities layout.• Ensuring compliance to the mandatory requirements for the blood bank.

    (xi). Radiology/ Laboratory• Preparing the detailed space and equipment planning.• Preparing the area wise furniture and utilities layout.

    (xii). Hospital Waste Management System• Preparing the detailed space and equipment planning.• Preparing the area wise infrastructural and utilities layout.• Ensuring compliance to the statutory requirements for the normal and Bio Medical

    waste and its disposal in the color coded packs as per the latest Governmentguidelines

    (xiii). Mortuary Services• Planning the location for disturbance free working and preparing the detailed

    space and equipment layout for access , autopsy room, body store, trolley bayoffice cum Pathology room, General/Chemical store etc.

    • Shall also keep in mind that this mortuary can also be for teaching purpose.

    (xiv). Pharmacy Services• Shall be planned keeping in view Outsourcing Supplies and sale Principle.• Preparing the detailed space and storage planning.• Preparing the area wise infrastructural and utilities layout with inward receiving/

    inspection and issue counters.

    (xv). Hospital House Keeping Services• Preparing the area wise infrastructural and utilities layout with facilities including

    wash rooms and lockers.• House Keeping Functions: Evolving Integrated Plan for House Keeping Functions.

  • 8/16/2019 Tender 2478 Technical Bid

    26/74

    25

    (xvi). Medical Records Section• Planning the location of the Medical Records section• Preparing the detailed space and storage planning.

    (xvii ). DIAGNOSTIC AREAThe Scope of the job shall also include the planning of diagnostic area which mayalso be planned simultaneously. This shall require to integrate in a such a way sothat services of this diagnostic centre may be utilized by the inpatients andoutpatients both. The Services likely to accommodate in diagnostic area may be“Pathology, Radiology, MRI, CT-Scan, TMT, Echo, ECG, EEG, EMG,ENDOSCOPY, Bone Densitometry, Ultrasound, Blood Chemistry,Mammography, Cram image with intensifier TFT, Bronchoscope, Nephrologyetc.-etc.”The Consultant shall required to plan the area keeping in view, by providing floor/

    dedicated area wise facility and efficient system for reporting and record

    (xix). Ambulance Services• Planning the Ambulance parking and landing bay.• Planning and advise to architect ambulance services in a such a way so that it may

    enter emergency area through separate and hindrance free route. And relatives andattendants of such patients may be planned to kept at distance from the emergencytreatment area.

    (xx). Security Services : within Covered Areas on discriminatory basis & for open

    areas.

    7 STRUCTURAL STABILITYThe consultant shall give Certification regarding Structural stability of the structures,duly signed by an Engineer holding a Masters degree in Structural Engg.

    8 EARTHQUAKE RESISTANT:The consultant shall ensure that the building has been designed as earthquake resistantbuilding.

    9 QUALITY OF WATER Water is one of the critical utilities in a hospital yet it is often taken for granted. Hospitalsrequire copious supply of water. Design of water supply and sanitation system for ahospital is a complex task that calls for the expertise of competent, experienced andspecialist engineers. Since most of the services lines are concealed, faulty design andinstallation may lead to disastrous results that may be difficult to rectify later. Moreoverthe defective installation would affect not only the functioning of the hospital but also itshygienic conditions.

  • 8/16/2019 Tender 2478 Technical Bid

    27/74

    26

    The design of water supply and sanitary should also take future requirement keeping inview the delicacy of services, a good MEP consultant thus been emphasized.The Hospital may require following type of quality of water for Hospital use therefore itsquality and quantity may be taken with perfection during planning the scheme:-

    RAW WATER• The main source of water in this hospital may be Bore-wells as well as DJB water. This

    water shall be stored as such for firefighting purposes.• The water throughout the Hospital shall be filtered to remove all biologic and chemical

    contaminants.

    DRINKING WATER• The Hospital shall provide water in its premises conforming to BIS 10500:1991.• It is proposed that some quality of water be provided for catering services and for

    ablution in various wash rooms and wash basins

    SOFT WATER FOR:-• Boilers• All Steam Sterilizer, Washers for Laboratory, washers for Endoscope, washers for

    instruments and RO plants.• Water based coolers of compressor pumps, vacuum plant, HVAC Chillers & Electrical

    generators.• Laboratory for washing glassware & for Autoclaves• Blood Bank for washing glassware & for Autoclaves• Sterile and Distilled Water Generators.

    RO WATERThe Hospital requires RO water in the following areas and functions. Adequate RO watertreatment facilities shall be provided.

    • All ICU beds for Renal Dialysis• Laboratory• Blood Bank• Sterile and Distilled Water Generators

    STERILE (BACTERIA FREE) WATER• The Hospital requires sterile water in some areas. Adequate water treatment facilities for

    sterilization shall be provided by providing online modular Bacteria Filters to generateBacteria Free Water. The feed water for this shall be the Soft Water.

    • Endoscope Washer Manual• All Scrub Stations in Operating Rooms

  • 8/16/2019 Tender 2478 Technical Bid

    28/74

    27

    PROVISION FOR HOT WATER• The provisioning of hot water is to provide for appropriate ablution of hands or

    instruments in functional areas, where use density is high or in support areas, where usedensity is low. It is also provided for bathing in various Bathrooms and utensil washing inthe Kitchen and Pantries. It shall also be used for winter heating and for controllinghumidity during rainy season.

    • The hot water shall be provided through a central Hot Water Supply System attemperature not exceeding 65 0 C (recommended Hot Water Temperature 60 0 C).

    • The hot water for ablution shall always be provided through a hot and cold water mixerfaucet.

    PROVISION FOR SUPPLY OF STEAM• The Hospital shall be provided with Steam of requisite quality in its Laundry department,

    CSSD, TSSU and all Sub-sterilisation Rooms. The steam shall be generated using a

    central boiler and distributed to these areas.• Provision of steam in kitchen is optional and shall be determined by the type of kitchen

    Equipment procured.

    BED-PAN WASHERS ARRANGEMENTS• All sluice rooms in patient wards as designated shall be provided with an automatic

    Bedpan Washer cum Disinfector and a Bedpan & Bottle storage rack.• The automatic Bedpan Washer cum Disinfector is an automatic machine fabricated from

    Stainless Steel, which stands on the floor, is foot operated and has an integrated steamgenerator. It washes and disinfects bedpans and urine bottle at an average temperature.For installation and service, this requires a clear area of 300 mm all around from wallsetc.

    10 DISPOSAL OF WASH AND WASTE WATER ARRANGEMENTSThe Hospital shall be subjected to efficient housekeeping practices to keep it clean and

    contain the hospital infection. One of the requirements of efficient housekeeping practiceis washing the floors periodically. Even when mechanized housekeeping is practiced, afloor trap of adequate size is required to dispose off the waste wash water.It is recommended with the following provisions:-

    The floors of functional areas, not provided with floor trap, shall be so sloped that theydrain to the nearest floor trap; e.g. all patient rooms to slope into respective toilets:operating rooms to slope into scrub rooms, etc.

    • Within the toilets, there shall be adequate slope for natural drainage.• The sloping drainage shall so planned that it moved from clear zone to protected zone to

    disposal zone and at no time it shall flow back into cleaner zone.• The sanitary sewage shall be treated as per Pollution Control Act before its final disposal

    and suitable STP units provided for this.

  • 8/16/2019 Tender 2478 Technical Bid

    29/74

    28

    • Arrangements shall be made for water harvesting as per current legislation andincorporated in storm water drainage system.

    • Arrangements shall be made for recycling of wastewater after suitable treatment.• All wastewater from kitchen shall be brought to a Grease Trap unit before its disposal to

    first manhole of the building.

  • 8/16/2019 Tender 2478 Technical Bid

    30/74

    29

    11 PAYMENT AND REMUNERATION:

    i. Payment to the consultant shall be made as per mode of payment scheduleattached with Financial bid document.

    ii. In consideration of the Service perform by the Hospital Consultant/ firm under thiscontract the Deptt./ Employer shall pay to the Consultant the fees as conveyedunder award letter issued to Architect Consultant.

    iii. The fees payable shall be based on the FAR on which the actual construction atsite shall take place. (Please note for the purpose of payment only FAR area shallbe considered and not the covered/ built up/ constructed area.)

    iv. The fees of constructed/ built up/ covered area shall deemed to be include in theFAR area and thus fees calculated. The Architect Consultant shall have no claimwith interpretation of such areas.

    v. The fee payable to consultant is inclusive of fees payable by the Consultant to any othersub consultant and associated consultant and nothing extra shall be payable by DSIIDC.

    vi. DSIIDC shall not pay any expenditure to consultant on any local or outstation visit forthe purpose of the project. Consultant has to bear all such types of transportation and anyother expenses. Further DSIIDC shall not pay any expenditure towards liaison withvarious statutory authorities for obtaining their approvals.

    vii. The Consultants shall have to make all arrangements for any other facilities required byhis staff at their own cost.

    viii. Consultants shall acquaint himself with all the legislation, Court and standards prescribedfrom time to time with reference to the assignment handled by them.

  • 8/16/2019 Tender 2478 Technical Bid

    31/74

  • 8/16/2019 Tender 2478 Technical Bid

    32/74

    31

    KEY DELIVERABLES IN STAGES OF PAYMENT SCHEDULE

    Stage-I (A1):-i. Preliminary survey of service area of the proposed Hospital including inventory of

    facilities, beds distribution, quality of facilities & services including particularattention to geriatric servicesii. Minutes of series of meetings which shall held with DHS & DSIIDC to

    incorporate medical functional program and other requirements of DHSiii. Based on the preliminary survey report and outcome result of discussion with

    DHS, preparation of Master Layout plan of the entire complex.iv. Conceptual building drawings of all floors based on medical functional program of

    DHS thereby adjusting different Dept./ services/ utilities along with the templatesof equipments.

    v. Detailed design calculations of bulk services, like electrical load, HVAC systemdesign, boiler & steam generator, fire detection, fire fighting & fire alarm system,sanitation & PHE (including effluent/ sewerage treatment plant for recyclingtreated effluent for gardening and cooling towers, water supply system (hot water,cold water and other types of water required for different Dept. of Hospital), Datacable networking for computer communication etc., Air & water pollution control,solid waste management, Medical gas manifolds etc.

    vi. Details adopted for best practice of environmental technology for optimizing theuse of natural resources for providing the clean and cost effective working

    ambience to make this building as “Green Building”.vii. Approval of DSIIDC & DHS to the conceptual layout.

    viii. Horticulture & landscape plan.ix. 3D Photographs & Model of the project.x. A complete bounded compilation of conceptual floor plans drawings with

    equipment templates highlighting patient, paramedical & medical staff movement.xi. Conducting soil testing at site submission of four sets of report along with

    recommendation.

    Stage-I (A2):- i. Copies of submitted drawings, details and DPR’s to different statutory authorities.

    ii. Original approvals to layout plan and building plan by MCD (CTP & Bldg. both),DFS, DUAC, AAI, DPCC, DJB, DDA (if required) etc.-etc.

    iii. 4 sets of submitted PE to Delhi Govt.iv. 6 sets of approved PE with E/S by Delhi Govt.v. 6 sets of approved layout plan and building plan by different statutory authorities.

  • 8/16/2019 Tender 2478 Technical Bid

    33/74

    32

    Stage-II (B1):-i. 2 sets of detailed tender document submitted for every sub-head of work i.e. Civil,

    Electrical, Electronic and Mechanical etc.-etc. along with maintenance modulewhichever is required under the contract

    ii.

    2 sets of submitted draft NIT’s of every sub-head of work.

    Stage-II (B2):-i. 2 sets of approved detailed estimate and NIT’s along with the drawings on the

    basis of which the estimate has been approved duly bounded with good quality ofbinding material for every sub-head of work considered under this sub-head.

    Stage-II (B3):-i. 6 sets of Architectural GFC drawings for floor plans, sections, elevations duly

    signed by the Senior/ Main Architect Consultant and Hospital Consultant(specially on floor plans).

    ii. 6 sets of structural GFC drawing duly signed by Senior/ Main ArchitectConsultant and structural consultant of the project. Additional 2 sets of drawingsshall be provided to Dept. which shall have been vetted by IIT, Delhi or any otherIIT.

    iii. 6 sets of every services/ part of work considered under this head of schedule ofpayment. These drawings shall be duly signed by Senior/ Main ArchitectConsultant of the project along with the individual service consultant against

    which the GFC is being issued. iv. The drawing of electrical, drainage, water supply (cold/ hot, steam and all other

    types of water) shall be shown on the drawings on the walls of each and everyroom of the Hospital premises wherever they are required on the basis of approvedconceptual templates drawings.

    v. GFC of electrical wiring/ pipe conduiting drawing shall be provided consideringthe requisite electrical load factor under the particular area like radiology, OT’s,super specialty services, diagnostic/ pathological services, dermatology, auto-claves, CSSD, laundry, kitchen, AHU rooms etc.-etc. so that the electrical

    conduiting and cable of required load can be placed and provide accordinglyduring the construction stage only and no demolition and dismantling take placelater on.

  • 8/16/2019 Tender 2478 Technical Bid

    34/74

    33

    Stage-III (C1 to C6):-i. Inspection reports of visits made by Architect Consultant, Hospital Consultant,

    MEP Consultant, HVAC Consultant, Electrical Consultant, MGPS Consultant,Horticulture Consultant etc.-etc.

    ii.

    A fortnightly report of the Architect Consultant on the quality of work andwhether the work is being executed as per the GFC drawings or not.iii. Architect Consultant/ theirs sub-consultant shall inspect the work/ attend the

    meetings at site as and when a written or telephonic communication is conveyed toArchitect consultant/ their’s sub-consultant.

    iv. Check and approve the shop drawings submitted by the contractor.v. Providing of defect list, if any, on the works carried out under activity C1 to C6.

    Stage-III (D1 & D2):-

    i. Draft replies of queries, if any raised by any agency i.e. third party quality controlagency, CTE, Accounts audit, DHS , Finance Dept. of Delhi Govt., planningdivision of DSIIDC, RTI, by any statutory authorities related to this workpertaining to planning and designing.

    ii. Checking of inventory forwarded by DSIIDC so as to hand over the building toclient.

    Stage-IV (E1 & E2):-i. Submission of super imposed drawings on GFC with as built drawing submitted by

    the different contracting agencies, who have executed the work of services/ bulkservices with different colors including submission of 6 such sets.

    ii. Intimating the changes from GFC to the services drawing including providing thedetailed data on such changes.

    iii. Submission of 6 sets of final completion drawings of building & services aftersubmitting the same to MCD and other statutory authorities for obtainingcompletion certificate from competent authorities of the area and occupancycertificate.

    iv. Submission of original occupancy certificate and NOC’s obtained from different

    statutory authorities.

    Stage-IV (E3):-i. Submission of revised estimate, if required amalgamating all extra, substitute,

    deviation and any other items with proper justification so as to work out therevised estimate for approval of competent authority.

    ii. Quarterly inspection of building and submission of inspection report if any defectsare apparent during the maintenance period.

  • 8/16/2019 Tender 2478 Technical Bid

    35/74

    34

    14. INCENTIVES & PENALTIES

    i. In case the Architect Consultant completes all the works defined in stages ofpayment schedule ahead of schedule completion time a bonus @ 1% (one

    percent) of the fees payable in respective stage per month computed on per daybasis shall be payable to the Architect subject to a maximum limit of 5% (fivepercent) of the fees payable in that stage. The amount of bonus shall only bepayable if all the stages of work done are achieved in a scheduled time frame asdefined under schedule of completion under clause-12. The payment on account ofBonus shall only be paid along with the final bill after completion of the work.Please note the bonus shall not be payable if any stage of work defined in theschedule of completion stage is prolonged or if the complete work is prolongedafter stipulated date of completion and on grant of extension of time to the

    Architect Consultant on whatever reason/ ground with or without levy on anycompensation, he shall have no claim. The competent authority on award of bonusshall be Managing Director, DSIIDC.

    ii. If the consultant fails to maintain the required progress or to complete the work asper Time Schedule defined, a penalty for delay of work @ 1.5% per month ofdelay to be computed on per day basis shall be made from his due payment.However the total amount of penalty/ compensation for delay to be paid on thisaccount shall not exceed 10% of his quoted amount. The competent authority for

    levy of penalty on account of delayed completion shall be Project Director (H.iii. A penalty of Rs. 5,000/- per day for each day of delay shall be levied if the

    consultant fails to provide timeline chart in the shape of PERT chart within 7 daysof issue of commencement letter by DSIIDC. The PERT chart shall also berequired to amend and submit in the event if the time allowed for the activity hasbeen lapsed. The competent authority for levy of penalty on account of latesubmission of PERT shall be Project Director (H).

    iv. A penalty of Rs. 10,000/- per default shall be levied in case the Architect

    Consultant or theirs head of sub-consultant firm fails to attend the meeting ofDHS/ DSIIDC/ any committee/ nodal officer appointed by DHS and intimation ofthis when conveyed to them either by written/ telephonic/ through internet or SMScommunication. Reaching late in the meetings more than 15 minutes shall betreated as absent. The competent authority for levy of penalty on default shall beDirector (W).

  • 8/16/2019 Tender 2478 Technical Bid

    36/74

    35

    v. A penalty of Rs. 5,000/- per default shall be levied in case the Assistant Architector Assistant Sub-consultant fails to attend the meeting of DHS/ DSIIDC at officeor site intimation of which when conveyed to them either by written/ telephonic/through internet or SMS communication. Reaching late in the meetings more than

    15 minutes shall be treated as absent. The competent authority for levy of penaltyon default shall be Director (W).

    vi. Failure to get vet the structural drawings from IIT within 10 days of its submissionshall be liable for a penalty of Rs. 2,000/- per day subject to a maximum Rs.10,000/- for each time default. For this the structural Consultant/ ArchitectConsultant shall tie-up for discussion & pacification with third party structuralsub-consultant appointed by DSIIDC. The competent authority for levy of penaltyon default shall be Chief Project Manager (CD-XV).

    vii. Architect Consultant shall have to reply/ amend the proposal on receipt of anyquery/ observation to his submitted proposal from any statutory authorities within7 days of its receipt. Failure to submit, a penalty of Rs. 10,000/- per day shall belevied. The competent authority for levy of penalty on default shall be Director(W).

    viii. If the Architect Consultant fails to fulfill his obligations or fails to provide theinformation the same shall be attended by the dept. from any other source and

    penalty of Rs. 50,000/- to such default shall be levied in addition to the actual costincurred to obtain such service by the dept. from any other source. The competentauthority for levy of penalty on default shall be Director (W).

    ix. The Architect consultant shall submit a copy of agreement for engagement of sub-consultant for this work as defined in the tender document within 30 days of issueof commencement letter and shall keep on informing the dept. for their regularpayment made/ due so that ultimate work of department should not suffer. In theevent of any stage if the sub-consultant proves for his balance payment on this

    work and raised the demand from the dept., then department shall be at liberty totake appropriate decision in this regard for smooth and early completion of workincluding financial or any other relief, the decision of Director (W) in this regardshall be final and binding on the Architect Consultant.

  • 8/16/2019 Tender 2478 Technical Bid

    37/74

    36

    CONTRACT FEATURES15. Award of Contact:

    • The Contract will be awarded after successful negotiations, if required, with thesuccessful consultant if required.

    • Upon successful completion of the negotiations, the Engineer-in-charge will inform thesuccessful bidder about the intention to award the work through a Letter of Intent with arequest to deposit Performance Guarantee as described under relevant clause of tenderdocument.

    • Upon successful submission of Performance Guarantee by bidder, letter ofcommencement to start the work shall be issued by the Engineer-in-charge.

    • Remuneration received by consultant as per the contract will be subject to tax deductionsat source at the rate as applicable at that point of time

    • Formal agreement will be drawn by the Chief Project Manager, CD- XV

    16. ADDITION AND ALTERATIONi. DSIIDC shall have the right to make changes, additions, `modifications or deletions in

    the design and drawing of any part of the work. However for the modification oralteration which does not affect the entire design planning etc. no amount will be payable.

    ii. If it is found after call of tender that the acceptable tender is not within the amountsanctioned, then the Consultants shall if so desired by the employer take steps to carry outnecessary modification in the design and specification to see that tendered cost does notexceed. The Consultants shall not be paid anything extra for such modifications. If theemployer is convinced that the trend of market rates is such that work can not be donewithin the amount of approved estimate, the Consultants shall submit a revised estimateexpeditiously for obtaining revised approval.

    iii. The Consultants shall not make any deviation, alterations, additions to or omission fromthe work shown / described and awarded to the Consultant except through and with priorapproval of the Engineer-in-Charge in writing.

    iv. If it is revealed after call of tender that the plans are required to approve from any otherstatutory body not mentioned in this tender document or as per current practice, then theconsultant shall have to get approval/vet the plans from the statutory bodies. TheConsultants shall not be paid anything extra for such approval. The cost of such worksshall deemed to be included in the scope of this tender document.

    17 TERMINATIONThat this agreement may be terminated at any time by DSIIDC upon giving one monthnotice to the consultant and in the event of such termination, the Consultants shall beentitled to all such fee for the services rendered and liable to refund the excess payment,if any made to him over and above than what is due in terms of this agreement on thedate of termination and the employer may make full use of all or any of the drawingsprepared by the Consultants.

  • 8/16/2019 Tender 2478 Technical Bid

    38/74

    37

    18 ARBITRATIONIn the event of any dispute between the parties hereto arising out of or in any waytouching or concerning this agreement (except those the decision where of is otherwiseherein before provided for), disputes or differences shall be referred for adjudicationthrough arbitration by a sole arbitrator appointed by the Chief Engineer, DSIIDC, in

    charge of the work or if there be no Chief Engineer, the Administrative head of theDSIIDC. If the arbitrator so appointed is unable or unwilling to act or resigns hisappointment or vacates his office due to any reason whatsoever, another sole arbitratorshall be appointed in the manner aforesaid. Such person shall be entitled to proceed withthe reference from the stage at which it was left by his predecessor.It is a term of this contract that the party invoking arbitration shall give a list of disputeswith amounts claimed in respect of each such dispute along with the notice forappointment of arbitrator and giving reference to the rejection by the Chief Engineer ofthe appeal.It is also a term of this contract that no person, other than a person appointed by suchChief Engineer DSIIDC or the administrative head of the DSIIDC, as aforesaid, shouldact as arbitrator and if for any reason that is not possible, the matter shall not be referredto arbitration at all.It is also a term of this contract that if the consultant does not make any demand forappointment of arbitrator in respect of any claims in writing as aforesaid within 120 daysof receiving the intimation from the Engineer-in-charge that the final bill is ready forpayment, the claim of the consultant shall be deemed to have been waived and absolutelybarred and the DSIIDC shall be discharged and released of all liabilities under thecontract in respect of these claims.The arbitration shall be conducted in accordance with the provisions of the Arbitrationand Conciliation Act, 1996 (26 of 1996) or any statutory modifications or re-enactmentthereof and the rules made there under and for the time being in force shall apply to thearbitration proceeding under this clause.It is also a term of this contract that the arbitrator shall adjudicate on only such disputesas are referred to him by the appointing authority and give separate award against eachdispute and claim referred to him and in all cases where the total amount of the claims byany party exceeds Rs. 1,00,000/-, the arbitrator shall give reasons for the award.It is also a term of the contract that if any fees are payable to the arbitrator, these shall bepaid equally by both the parties.It is also a term of the contract that the arbitrator shall be deemed to have entered on thereference on the date he issues notice to both the parties calling them to submit theirstatement of claims and counter statement of claims. The venue of the arbitration shall besuch place as may be fixed by the arbitrator in his sole discretion. The fees, if any, of thearbitrator shall, if required to be paid before the award is made and published, be paidhalf and half by each of the parties. The cost of the reference and of the award (includingthe fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who maydirect to any by whom and in what manner, such costs or any part thereof shall be paidand fix or settle the amount of costs to be so paid.

  • 8/16/2019 Tender 2478 Technical Bid

    39/74

    38

    19. NUMBER OF DRAWINGS/SETS OF ESTIMATES AND COPYRIGHTAll estimates, bill of quantities with detailed measurement of details of quantities,detailed designs with calculation, reports and any other details envisaged under thisagreement shall be supplied in triplicate and all drawings architectural or other services /utilities (internal and external) would be supplied by the Consultants as required onsubmission to all the local bodies and other authorities plus sets required by the Employeritself being not less than ten sets of prints and one reproducible copy in the same size. Ifthere is any revision of any detail in any drawing for any reason same number ofdrawings shall be reissued without any extra charge. All the drawings will become theproperty of DSIIDC and it will have the right to use the same anywhere else but only atits own risk and responsibility. In that event, DSIIDC will pay a royalty to the consultantson mutually acceptable basis.The drawings cannot be issued to any other person, firm or authority, except to theassociates and sub consultants of the Consultants or used by the Consultants for any other

    project. No copies of any drawings or documents shall be issued to any one exceptDSIIDC and / or his authorized representative.

    20. SECURITY DEPOSIT/ BANK GUARANTEE AND ITS REFUNDi. After completion of all works upto stage-III of payment schedule, the submitted

    Performance Guarantee shall be released.ii. The security deposit shall be released in the following manner:-

    a. 50% of the security deposit after completion of all works upto stage-III ofpayment schedule.

    b. 50% of the security deposit after getting completion certificate/ clearance from

    the local bodiesHowever the security deposit as deducted, may be released against Bank Guaranteeissued by a scheduled bank on its accumulation to minimum Rs. 5.00 Lacs subject to thecondition that amount of such bank guarantee except last one shall not be less than Rs.5.00 Lacs.

    iii. In the event of contract being determined or rescinded under provision of any of theclause/ conditions of the agreement the performance guarantee shall forfeited in full andshall be absolutely at the disposal of MD, DSIIDC.

    21. TIME SCHEDULEPeriod of completion of this work shall be 48 months. The date of start of this work shall be reckoned from 21 st day of issue of letter ofacceptance or issue of commencement letter whichever is later.

    22. ABANDONMENT OF WORKThat if the Consultants abandons the work for any reasons whatsoever or becomesincapacitated from acting as Consultants as aforesaid, the employer may make full use ofall or any of the drawings prepared by the Consultants and that the Consultants shall be

  • 8/16/2019 Tender 2478 Technical Bid

    40/74

  • 8/16/2019 Tender 2478 Technical Bid

    41/74

    40

    25. GENERALi. TEAM LEADER

    Team leader shall be from the team of Architect and will be a leader of Design team anda key figure in a Hospital project. The main function of an Architect shall be to translatethe clinical and Administration need into architectural and engineering realities. Hisresponsibilities include among other things for orientation of building, adopting buildingdesign to construction contracts and functional requirements like utilities, electrical andmechanical installation. The Architect should recognize the need and working associationwith Hospital consultant who shall collaborates with the Architect on one hand and theclient/ DHS on the other hand. The team leader shall be responsible for developmentplanning, project planning, functional briefs, detailed design engineering with associationof associated sub-consultant, project coordination and work implementation,documentation for full commissioning and handing over.

    ii. HOSPITAL CONSULTANTFor planning hospital building the role of hospital consultant/firm is very important so asto recognize the importance of establishing traffic pattern for movement of physicianhospital personals, Physicians, patients, visitors, medicines and equipment space planningand efficient transportation of food, linen drugs and other supplies and also requires andspecific attention to special services like out patients, incentive care, obstetrics, operatingrooms, medical and surgical specialties and to such concepts as infection control, disasterplanning etc. to deliver and a hospital consultant/ firm shall be very important toemploy/engage until the hospital project completed.With this background the hospital consultant brings to the project his knowledge of

    locating departments, rooms, utilities, equipments and services in a manner that ensurebetter care of patient and the smooth functioning of the hospital. The requirement ofhospital consulting firm is emphasized in this document because even the minor defect indesigning can make operation of the hospital inefficient as in that case they require moreman power and subsequently increase the cost of maintenance and such hospital costmore to the patients because they get less health care services for the money they pay.One more aspect for a good hospital consultant/firm is stressed because long range planof health needs and delivery system are important factors in the building scope and futurerequirements, therefore the facilities master plan has been emphasizes to develop beforethe department locations are decided or fixed. In fact architect of a hospital do notunderstand the complicated nature and work of modern health care facilities and theincreasingly complex kind of services they are called upon to render which can be takencare by a good hospital consultant/firm.

    The hospital consultant’s functions and responsibilities are defined broadly under here:-Preliminary survey, Feasibility and other studies, Development of a long large plan,Preparation of master plan for the facility, Financial feasibility, Equipment planning andselection, Inspection, Function as owner’s representative at the construction site and on

  • 8/16/2019 Tender 2478 Technical Bid

    42/74

    41

    work committees, Preparation of inventories of construction material and equipment,Determination of need for expansion, renovation and new construction, Preparation ofoperations and functional programme as bases for architectural planning, Screening ofconflicting suggestions and recommendations , Programming of space allotments anddepartmental grouping

    STRUCTURAL CONSULTANTThe role of structural consultant shall be to provide optimum support of the building tothat end he studies the report pertaining to soil condition, bearing capacity, sub soil waterlevel and advises the architect on the type of structure and foundation needed to supportthe building moreover preparing schematic structural layout and grid planning to enablethe architect to proceed with detailed planning.Design of structural for foundation, columns, beams, slabs on the basis of analysis.

    MEP CONSULTANT As the hospital is most service-intensive building and so warrant a lot of thought at theplanning and design stage. Moreover, integration of the basic building services likeelectrical, plumbing/ sanitary, air-conditioning, ventilation and fire protection intoarchitectural design is the basic and necessary function. Some of the major areas of thehospital that have distinct service requirements are :

    Surgical suites and their sterilize zone, Intensive care, coronary care and critical careunits, Nuclear medicine, Laboratories, Central sterile and supply department, Mortuary,Medical gas manifold, Kitchen & Cold storage, LPG gas banks, Laundry, Incinerator,

    HVAC plant room, AHU rooms, Electrical substation, Generator room & Electrical panelroom, Boiler rooms, Fuel storage

  • 8/16/2019 Tender 2478 Technical Bid

    43/74

    42

    26. MEDICAL FUNCTIONAL PROGRAMME

    Name of work:- Consultancy services for comprehensive integrated planning forConstruction of 200 bedded Hospital at Hasthsal – Vikas Puri, New Delhi

    DEPARTMENT-WISE AREA SCHEDULEO.P.D.

    S.No.

    DESCRIPTION NOS. APPROX.CARPET

    AREAPROVIDED

    FOR EACH ISSQFT.

    TOTAL

    1 2 3 4 5

    GROUND FLOOR

    1 Main entrance Hall CUM Gen, Waiting 1 2320 23202 Enquiry Tel. Ex. 1 190 1903 General Registration 1 340 3404 Security 1 200 200

    TOTAL 3


Recommended