Page 1 of 38
Tender Fees Rs. 10,000/-
GOVERNMENT OF MANIPUR
DIRECTORATE OF TOURISM
Request for Proposal
Selection of Consultancy Firm for Tourism Infrastructure Projects
Directorate of Tourism, Government of Manipur (hereinafter DOT) invites applications from
Consultancy Firms for providing professional services for the following tourism related
assignments, such as Concept notes and plans, preparation of Detailed Drawings & Designs,
Architectural Working & Structural Drawings, Project Monitoring Services etc:
Sl. No. Project Name
1 Development of Integrated Mega Tourist Circuit for Marjing Polo-Kaina-
Khebaching (Khongjom) in Manipur. The locations are:
KHEBACHING (THOUBAL DISTRICT)
MARJING (THOUBAL DISTRICT)
KAINA (IMPHAL –EAST)
Note: The Project brief is as enumerated in Annexure VI-A
2. Integrated Mega Tourist Circuit for providing of Infrastructure in and around
Imphal City, Manipur. The locations are:
IMA MARKET
THE MANIPUR LEGISLATIVE ASSEMBLY
WAR CEMETRY
IBOYAIMA SUMANG LEELA SANGLEN
BHAGYACHANDRA OPEN AIR THEATRE (BOAT)
Note: The Project brief is as enumerated in Annexure VI-B
3. Development of Tourist Resort at Sendra Hillock, Water Sports Complex at
Takmu and other Tourism Facilities in Adjoining Area, Bishnupur District,
Manipur.
Note: The Project brief is as enumerated in Annexure VI-C
The estimated cost of each of the projects is approximately Rs. 45 Crore (Rupees Forty Five
Crore).
The ceiling to the Cost of providing consultancy services, as approved by the Government of
Manipur is 2% of the Approved Project Cost.
The Bidder/ Consultant/ Applicant may be an individual /single firm/company, partnership firm
from within the country or abroad.
Page 2 of 38
The Consultant is required to provide Professional Services for the above Mega Circuits/Projects
relating to Tourism Infrastructure Planning and Development requiring Project Monitoring,
Design & Engineering, and Architectural expertise.
The Consultant is required to provide all the services and would also be required to represent
DoT for any presentations, clarifications, amendments, etc. on a regular basis with the funding
agencies.
The Consultant is required to have requisite and competent personnel to do regular site visits
across the State of Manipur, interaction with DoT, local agencies, contracting agencies and the
funding agencies.
The Consultant is expected to be always available at short notice to attend regular and specific
meetings with local bodies at the project sites across the State of Manipur. After the selection
of the Consultancy Firm for Tourism Infrastructure Projects, it is mandatory for the successful
Bidder to adhere to the strict and demanding timelines of DOT for Project progress and
completion.
Schedule for the Bid Management Process:
Steps Time-line
Tender Publication Notice 30th January 2014
Uploading of the RFP in the portals:
www.manipurtenders.gov.in, www.manipur.gov.in and www.manipurtourism.gov.in
1st February 2014
Pre-Bid Meeting Note: It is desirable that queries regarding this tender be
sent via e-mail to [email protected] for efficiently conducting the pre-bid meeting.
11th February 2014 At 2 PM.
Bid Submission via www.manipurtenders.gov.in 18th of February 2014
Start From 9 AM Onward
Technical Bid Opening
Office of the Principal Secretary – Tourism Old Secretariat, Imphal, Manipur - 795001
22nd of February 2014
At 12 Noon.
Technical Presentation
Office of the Principal Secretary – Tourism Old Secretariat, Imphal, Manipur - 795001
24th of February 2014
Publication of Shortlisted Firms 25th of February 2014
Opening of Financial Bids 26th of February 2014
Announcement of the Selected Firm 27th of February 2014
To be eligible for evaluation of its Proposal, the Bidder shall fulfill the following conditions:
1. The Bidder should have a minimum of three years of experience in the field of
Consultancy. Experience of having conducted Tourism Infrastructure assignments
including creation of Concept Notes, Detailed Project Reports, Detailed Drawing 7
Designs, Architectural Services and Project Monitoring Services in India or abroad in
any three years over the last five financial years –2008- 09, 2009-10, 2010-11, 2011-
12 and 2012-13.
Page 3 of 38
2. The Consultant will be required to submit complete set of Chartered Accountant
certified copy of the Annual Accounts of each of the past three years (2010-11, 2011-
12 & 2012-13) giving details of turnover and other financial parameters along with the
Application as per the prescribed format. The Applicant firms must have received a
minimum average annual income of Rs. 1 crore from professional consulting fees
during last three financial years preceding the Proposal Due Date.
3. The Applicant would also be required to furnish documents pertaining to Income Tax
and Service Tax Returns for the past three (03) years.
4. Applicant firms must have experience in implementing Tourism Infrastructure Projects
or projects of a similar nature. The Bidder must have prepared Concept Notes, Detailed
Project Reports, provided Architectural Services and performed Project Monitoring
Services for such Projects.
5. Tender fees of Rs. 10,000/- should be deposited in the form of bank draft drawn in
favour of Director (Tourism), Government of Manipur payable at Imphal.
6. The earnest money of Rs. 5 Lacs (Five Lakhs) in the form of Bank draft or FDR pledged
in favour of Director (Tourism), Government of Manipur.
Note:
(A) The details of the bank draft for the tender fees and the earnest money will have to be
mentioned as per the format appended as Annexure –I. The physical drafts will have to
reach by 2 PM on the 20th of February 2014 at the following address:
Director (Tourism) -Government of Manipur,
Directorate of Tourism, Near Hotel Imphal,
North AOC, Imphal: 795001
Manipur, India
(B) The Applicant firms may note that mere meeting of the minimum eligibility criteria does
not entitle them for selection. The applicant firms not meeting the above mentioned
eligibility criterion from Serial no. 1 to 5 will not be considered for further evaluation. The
applicants meeting the minimum eligibility criteria will be further short listed for selection
as per the specified Evaluation Criteria based on Quality and Cost Based Selection (QCBS).
Page 4 of 38
Evaluation Criteria for Selection of Consultants-
7. Evaluation of Technical Proposals
7.1. The Technical Proposal will be evaluated on the basis of Applicant’s experience, its
understanding of RFP, proposed methodology and Work Plan, and the experience of
Key Personnel. The scoring criteria to be used for evaluation shall be as follows:
Schedule Criteria Weight age
A
Detailed Project Reports with Drawings & Designs - Experience in Tourism Infrastructure Projects in the past
three financial years with demonstrated expertise in preparation of Detailed Project Reports with Initial Drawings
& Designs.
6 marks
B
Architectural Consulting Services - Experience in Tourism Infrastructure Projects in the past three financial
years with demonstrated expertise in providing Architectural Consulting Services – Working and Structural Drawings for
the Development of Tourism Infrastructure.
6 marks
C
Project Monitoring Services - Experience in Tourism
Infrastructure Projects in the past three financial years with demonstrated expertise in providing Project Monitoring
Services for Development of Tourism Infrastructure.
6 marks
D
Geographical Competence - Experience in Tourism
Infrastructure Projects in India preferably with adequate knowledge of the topography of the North-East.
5 marks
E Mega Destinations and Circuits Competence
Experience of at least one Mega Destinations and Circuits in the past three years.
6 marks
F International Experience - Experiences of providing
Consultancy Services in the implementation of Tourism Infrastructure projects internationally.
6 marks
G Experience of Key Personnel 10 marks
H Approach, Methodology, Work Plan, Vision and
Past Performance - Presentation for under the
Government of India and
Ministry of Tourism’s Centrally Sponsored
Schemes, i.e. PIDDC, etc. for Development of
Tourism Infrastructure or
bilateral/multilateral agencies for the past three
financial years.
a. Approach -5 25 marks
b. Methodology -5
c. Work Plan - 5
d. Vision - 5
e. Past performances - 5
Technical Score - Total 70 marks
Page 5 of 38
Note: Experiences in Tourism Infrastructure Projects under A, B, C, D, E and F may
overlap. However, credit will be given separately for the same.
8. Evaluation of Presentation
8.1. The short-listed applicant firm will be required to give Presentation on their Approach,
Methodology, Knowledge of the topography, and Vision. Each Presentation will be
assigned a score from a total of 25 marks.
8.2. Hard Copy of the presentation should be attached with the Technical Proposal.
8.3. A minimum score of 50 (out of 70) is required for qualifying in the technical bid. A
proposal shall be rejected at this stage if it does not respond to important aspects of
the Scope of Work or if it falls to achieve the minimum technical score indicated.
9. Evaluation of Financial Proposal
9.1. In the second stage, the financial evaluation will be carried out as per the details
mentioned in the Financial Bid.
9.2. The Consultant has to give the separate Financial Quotes for Financial Bid. It is
mandatory to give the quotes for all the mentioned Services in the Financial Bid.
9.3. For financial evaluation, the total cost indicated in the Financial Bid will be considered.
The scoring criteria to be used for evaluation shall be as follows:
Sl. No
Criteria Weight age
1. Total Cost of Services 30 marks
Preparation of Concept Notes 5
Preparation of Detailed Drawings & Designs 5
Preparation of Detailed Architectural, Structural &
Working drawings and working estimates (including
BOQ) based on the latest schedule of rates.
10
Project Monitoring Services like:
A. Structuring of Service Level Agreements as per
pre-set milestones.
B. Designing of Responsibility Matrix. C. Auditing of services by the Project
Implementing Agency. D. Reporting Variances.
10
10. Combined and final evaluation
10.1. The Selection Process will be based on Quality and Cost Based Selection
methodology.
Page 6 of 38
10.2. The Financial bid of the first ranked Applicant (having the highest combined score of
Technical Bid and Financial Bid will be accepted). The second ranked Applicant shall
be kept in reserve and may be invited for negotiations in case the first ranked
Applicant withdraws, or fails to comply with the requirements specified mentioned,
as the case may be.
11. How to apply
Interested Applicants may indicate their expertise in areas as indicated above and upload
their bids in the enclosed Formats through the e-submission portal
www.manipurtenders.gov.in.
12. Scope of Work:
Preparation of Concept Notes
Preparation of Detailed Project Reports with Drawings and Designs
Preparation of Detailed Architectural, Structural & Working drawings and working
estimates based on the latest schedule of rates.
Continuous follow up with the funding agency/(ies) for getting the projects approved
and sanctioned.
Design and Monitor the Projects as per agreed Project Monitoring Practice.
o To suggest a Project Management Framework.
o To define the periodicity and format of reporting.
o To define the intervention framework.
o To define the structure of the Project Management Unit etc.
Update DOT about the Project status and attend site visits and meetings.
Prepare the Bill of Quantity / Material and make it available to the Project
Implementing Agency.
Construct model RFPs’ for selection of the Implementing Agencies.
Prepare a framework for EIA and EMP if required.
Make presentations to the concerned at DOT office or at the sites on ongoing basis as
and when desired by the concerned department.
Report variances and project progress.
Certify completion of milestones.
DOT may stop the process of Selection of Consultants at any stage without assigning any
reason.
Page 7 of 38
13. Schedule of Payment
Stage Percentage of Fees
Architectural Drawings
On submission of Initial
Designs & Drawings
10% of the Total Fees Payable
On submission of Working Drawings
25% of the Total Fees Payable less payment already made in the previous stage
On submission of Structural
Drawings
45% of the Total Fees Payable less payment already made in
the previous stages
Project Monitoring
Services
55%
On submission of Completion Report and
issuance of completion/
Occupancy certificate by statutory authorities,
wherever required and on issue of as built drawings
Payment will be done on the basis of the percentage of work completed as per the construction schedule
On completion of 10% of the work- 5% of the fees
On completion of 20% of the work- 5% of the fees On completion of 30% of the work- 5% of the fees
On completion of 40% of the work- 5% of the fees On completion of 50% of the work- 5% of the fees
On completion of 60% of the work- 5% of the fees On completion of 70% of the work- 5% of the fees
On completion of 80% of the work- 5% of the fees
On completion of 90% of the work- 5% of the fees On final completion of the work - 10% of the fees
(to be paid within six months of completion of works)
14. Formats for Submission:
The tenders for the Selection of the Consultants should be uploaded in
www.manipurtenders.gov.in
Technical Bid
As per the Annexure I, II- (Schedule A, B, C, D, E, F, G & H) and III
Financial Bid
As per the Annexure IV
15. Agencies submitting proposals will not be permitted to alter or modify their bids after
the expiry of the deadline for receipt of bids.
16. The Tenure of the Applicant firm selected through this process will be for duration of
three years.
Page 8 of 38
17. On selection the selected firm will have to enter into an Agreement as per the format
specified in Annexure – V.
18. Submission:
The tender document duly completed and signed should be submitted in the portal
www.manipurtenders.gov.in by 2:00 p.m. on the 20th of February 2014.
Annexure “I‟
COMPANY PROFILE
1. Name of applicant with full address
2. Tel. No.
3. Fax No.
4. Email
5. Whether the firm is an individual, proprietary concern,
a Registered Partnership firm or a Limited Company1
6. Name and address of the person holding the Power of
Attorney
7. Place of Business (States of India)
8. PAN Number
9. Service Tax Registration Number
10. Date & Year of Establishment of firm
11. IT Return and Service Tax Returns duly endorsed by a
Chartered Accountant Firm.
12. Number of years of experience in Consultancy
Services
13. Experience in arranging funds under Centrally
Sponsored Scheme of Product / Infrastructure
Development for Destinations and Circuits to State
Tourism Infrastructure Projects in the past three
financial years (No of projects receiving funding).
14. Experience in Tourism Infrastructure Projects in India
in the past three financial years
15. Experience in Tourism Infrastructure projects abroad
16. Any other important information about the
organization
17. Bank Draft Details for the purchase of Tender Fees
18. Bank Draft Details for furnishing of EMD
Page 9 of 38
Annexure II
SCHEDULE ”A‟
TECHNICAL COMPETENCE – DETAILED PROJECT REPORT
TOURISM INFRASTRUCTURE PROJECTS EXPERIENCE IN LAST 3 YEARS
S. No
Client organization under whom work
was carried out
Financial Year
Brief details of Projects
Funding Agency /
Scheme
Copy of Work Order
Attached (YES/NO)
1
2
3
4
5
6
7
8
Total Number of Detailed Project Reports Done
…… nos
Signature of Authorized Signatory of Applicant (s)
Note: Absence of copies of Work Orders/ MOUs shall lead to non consideration of experience.
Evaluation Criteria:
S. No.
Relevant Detailed Drawing & Design for Tourism Infrastructure Projects
Marks
1 0 – 2 nos. 2 marks
2 3 – 5 nos. 4 marks
Page 10 of 38
3 6 and above 6 marks
Annexure II
SCHEDULE “B‟
TECHNICAL COMPETENCE – ARCHITECTURAL SERVICES
TOURISM INFRASTRUCTURE PROJECTS EXPERIENCE IN LAST 3 YEARS
S.No
Client organization
under whom work
was carried out
Financial
Year
Brief details of Projects
Funding
Agency /
Scheme
Work
Order
Attached (YES/NO)
1
2
3
4
5
6
7
8
Total Number of Projects …… nos.
Signature of Authorized Signatory of Applicant (s)
Note: Absence of copies of Work Orders/ MOUs shall lead to non consideration of experience.
Evaluation Criteria:
S. No.
Relevant Architectural Consulting Services for Tourism Infrastructure Projects
Marks
1 0- 2 nos. 2 marks
Page 11 of 38
2 3- 5 nos. 4 marks
3 6 and above 6 marks
Annexure II
SCHEDULE “C‟
TECHNICAL COMPETENCE – PROJECT MONITORING SERVICES
TOURISM INFRASTRUCTURE PROJECTS EXPERIENCE IN LAST 3 YEARS
S.No
Client organization
under whom work was carried out
Financial
Year
Brief details of Projects
Funding
Agency / Scheme
Copy of
Work Order
Attached (YES/NO)
1
2
3
4
5
6
7
8
Total Number of Projects …… nos.
Signature of Authorized Signatory of Applicant (s)
Note: Absence of copies of Work Orders/ MOUs shall lead to non consideration of experience.
Evaluation Criteria:
S.
No.
Relevant Architectural Consulting Services for
Tourism Infrastructure Projects
Marks
1 0- 2 nos. 2 marks
Page 12 of 38
2 3- 5 nos. 4 marks
3 6 and above 6 marks
Annexure II
SCHEDULE “D‟
GEOGRAPHICAL COMPETENCE
EXPERIENCE IN TOURISM INFRASTRUCTURE PROJECTS IN INDIA IN THE
PAST THREE FINANCIAL YEARS
S. No
Name of District /
Location
Project Name Financial Year
Client Project Size (Amt
in Rs. Lakhs)
Funding Agency/
Scheme
Copy of Work Order
Attached (YES/ NO)
1.
2.
3.
4.
5.
6.
7.
Number of Projects .…nos.
Signature of Authorized Signatory of Applicant (s)
Note: Absence of copies of Work Orders/ MOUs shall lead to non consideration of experience.
Evaluation Criteria:
S. No.
Relevant Architectural Consulting Services for Tourism Infrastructure Projects
Marks
1 0- 2 nos. 2 marks
Page 13 of 38
2 3 -5 nos. 4 marks
3 6 and above 5 marks
Annexure II
SCHEDULE “E‟
MEGA TOURIST DESTINATIONS AND CIRCUITS COMPETENCE
DEVELOPMENT OF MEGA TOURIST DESTINATIONS AND CIRCUITS
S.
No
Name
of the
Project and
Client Name
Financial
Year
Brief
details
of Projects
Nature of
Work (i.e.
Arch. DPR, Services,
PMS)
Funding
Agency /
Scheme
Copy of Work
Orders
attached (Yes / No)
1.
2.
3.
4.
5.
Number of Projects …….nos.
Signature of Authorized Signatory of Applicant (s)
Note: Absence of copies of Work Orders/ MOUs shall lead to non consideration of experience.
Evaluation Criteria:
S. No.
Relevant Architectural Consulting Services for Tourism Infrastructure Projects
Marks
Page 14 of 38
1 0-1 no. 3 marks
2 2 nos. and above 6 marks
Annexure II
SCHEDULE “F‟
INTERNATIONAL EXPERIENCE
EXPERIENCE OF PROVIDING CONSULTANCY SERVICES IN THE IMPLEMENTATION
OF TOURISM INFRASTRUCTURE PROJECTS ABROAD
S.
No
Name
of the Project
and Client
Name
Financial
Year
Brief
details of
Projects
Nature of
Work (i.e. Arch. DPR,
Services, PMS)
Funding
Agency / Scheme
Copy of Work
Orders attached
(Yes / No)
6.
7.
8.
9.
10.
Number of Projects …….nos.
Signature of Authorized Signatory of Applicant (s)
Note: Absence of copies of Work Orders/ MOUs shall lead to non consideration of experience.
Evaluation Criteria:
S.
No.
Relevant Architectural Consulting Services for
Tourism Infrastructure Projects
Marks
Page 15 of 38
1 0-1 nos. 3 marks
2 2 nos. and above 6 marks
Annexure II
SCHEDULE “G‟
DETAILS OF KEY TECHNICAL & ADMINISTRATIVE PERSONNEL ASSOCIATED
S.
No.
Designation Name Qualification Professional
Experience and Details of
work carried
out
Years of
Experience
Date since
associated with the firm
1.
2.
3.
4.
5.
Signature of Authorized Signatory of Applicant (s)
Evaluation Criteria for maximum of 20 marks:
Project Director – Infrastructure/ Sector Expert, Engg,
Arch., / MBA
4 marks
Financial Expert– Post Graduate/CA/MBA (Finance ) 4 marks
Project Manager – Post Graduate preferably in Tourism/
MBA Tourism
4 marks
Project Engineer (Civil) – Civil Engg (Diploma / BE) 2 marks for Diploma and 4
for BE
Project Architect – B.Arch 4 marks
Page 16 of 38
Note: Attach Detailed CVs’ of the above mentioned personnel.
Annexure II
SCHEDULE “H‟
PRESENTATION OF THE PROPOSAL
PRESENTATION TO DOT
Hard Copy of the presentation is attached with the Technical Proposal.
Signature of Authorized Signatory of Applicant (s)
Page 17 of 38
Annexure III
FINANCIAL INFORMATION
Audited Annual Accounts to be submitted, duly supported by copies of Balance Sheet, Profit &
Loss account along with the Auditor’s Report, Director’s Report and Schedules for the last three
years.
The Gross Annual Turnover (as submitted by the applicant to the Income Tax Department) to
be duly certified by the Chartered Accountant:
2010-2011 2011-2012 2012-2013
Gross Annual Turnover from
professional
consulting fees
Signature of Charted Accountant with seal
Signature of Authorized Signatory of Applicant (s)
Page 18 of 38
FINANCIAL BID
COST OF SERVICES OF THE PROJECTS WITH THE TOTAL PROJECT COST
OF RS 135 CRORES APPROXIMATELY.
S.
No.
Service Percentage of Total
Cost of the Project
1. Preparation of Concept Note and Detailed Project Report with
Drawings & Designs
2. Preparation of Detailed Architectural, Structural & Working
drawings and working estimates based on the latest schedule of rates.
3. Project Monitoring Services
Total Cost of Service in percentage (1+2+3)
Total Cost of Service in Words …………………………………(in percentage) of the total project cost.
Note: All taxes and levies extra as applicable
L1=5
L2=%tile of L1
L3=%tile of L1
L4=%tile of L1
L5=%tile of L1 ( a maximum of 5 consulting companies will be shortlisted)
Signature of Authorized Signatory of Applicant (s)
a) Payment of services will be as per individual item bid as defined in the schedule of
payments as per clause 13.
b) Conditional bids are not permitted.
c) Quotations for Percentage of the Total Cost of the Project in ranges are not permitted.
d) Non-adherence to point no. “b” and “c” will lead to disqualification of the bid.
Page 19 of 38
Evaluation Example: The aggregate % of the Fees (Average of 1+2+3) of entity “A‟ is
lowest i.e. 5%. In entity “B‟, the aggregate Fees is 6%. Then the points will be awarded as
follows:
a) Maximum marks will be awarded to “A‟ i.e. 30 marks.
b) Entity “B‟ will be awarded percentile marks vis-a-vis entity “A‟. The calculation to be
done for entity “B‟ will be: 30 x 5/6 = 25 marks
(FOR DOT USE ONLY)
EVALUATION OF PPT PRESENTATION OF THE PROPOSAL
PRESENTATION TO DOT
MAXIMUM MARKS – 25
S. No. Applicant Firm Marks obtained
1
2
3
4
Signature of Authorized Signatory of DOT
Page 20 of 38
(FOR DOT USE ONLY)
COMBINED & FINAL EVALUATION
S.
No.
Criteria (Change as per earlier page) Maximum Marks Marks obtained
1.
Detailed Project Reports with Drawings &
Designs- Experience in Tourism Infrastructure Projects with demonstrated expertise in
preparation of Detailed Project Reports with
Initial Drawings & Designs.
6 marks
2.
Architectural Consulting Services -
Experience in Tourism Infrastructure Projects with demonstrated expertise in providing
Architectural Consulting Services – Working and Structural Drawings.
6 marks
3.
Project Monitoring Services - Experience in
Tourism Infrastructure Projects with
demonstrated expertise in providing Project Monitoring Services.
6 marks
4.
Geographical Competence - Experience in
Tourism Infrastructure Projects in India preferably with adequate knowledge of the
topography of the North-East.
5 marks
5.
Mega Destinations and Circuits
Competence Experience of at least one mega Destinations and Circuits in the past 3 years.
6 marks
6. International Experience - Experiences of providing Consultancy Services in the
implementation of Tourism Infrastructure projects abroad
6 marks
7. Experience of Key Personnel 10 marks
Page 21 of 38
8.
Approach, Methodology, Work Plan and
Past performance - Presentation for Development of Tourism Infrastructure or
bilateral/multilateral agencies for the past three financial years.
25 marks
9. Financial Bid 30 marks
Total 100 marks
a) The total financial bid of First Ranked Applicant will be accepted and will be invited to
sign the agreement of services. Payment of services will be as per individual item bid
as defined in the schedule of payments.
b) Conditional bids will be rejected.
c) The services enlisted are to be provided in a consolidated fashion
Signature of Authorized Signatory of DOT
Page 22 of 38
Annexure – V -A
Declaration by the Tenderer
I/We ............................................................................................... (Name of Tenderer)
having our office at .................................................................................... (Address of
Tenderer Office) the undersigned, offer to provide the consultancy services for the Tourism
Infrastructure projects in accordance with your Request for Proposal dated {Date}.
I/We have read all the Terms & Conditions of the tender floated by Directorate of Tourism,
Government of Manipur agree to abide by all the Terms & Conditions set forth therein.
We hereby submit our proposal which includes our adherence to the Eligibility Criteria, the
Technical Proposal, and the Financial Proposal.
We understand you are not bound to accept any proposal you receive.
Yours sincerely,
Signature: Name & Designation of the Authorized Signatory
Name of Firm:
Address:
Page 23 of 38
Annexure – V -B
AGREEMENT
This Agreement made on (Day) , the ………………… between the Governor of
Manipur represented by the ….,Government of Manipur (hereinafter referred to as
Employer) which expression shall unless excluded by or repugnant to the context be
deemed to include his successors, in office, representative and assigns of the one part
and M/S ……………., herein after referred to as the Consultant, which expression shall
unless excluded by or repugnant to the context, be deemed to include their successors
in interest and assigns of the other part.
Whereas the employer is desirous of providing expert consultancy services for
undertaking the works of Architectural design and drawing, structural design &
drawings of Building systems and design drawings of other services for the project of
the Department of Tourism and the performance of the any other services in
accordance with the general requirement of the Employer;
And whereas the Consultant has accepted to undertake and perform the
services as set out in the enclosed terms and conditions;
Now, this Agreement witnesses that:-
In pursuance of the above premises and also in consideration of the terms and
conditions hereinafter given, the Consultant agrees to undertake and perform the
services set out in the Appendix hereto which shall form part of this Agreement.
Page 24 of 38
In witness whereof, the parties here into have set their hands and seals at
Imphal the day and year first above written.
For and on behalf of
The Consultant.
For and on behalf of
the
Governor of Manipur.
Annexure – V -C
Terms & Conditions
1. Definitions:
For the purpose of the agreement, the following words and expression shall
have the meaning hereby assigned to them except where the context requires:
i. ‘approved’ means approved by employer’s representative in writing including subsequent confirmation of previous approval and ‘approval’ means approval by employer’s representative in writing as above said;
ii. ‘Employer’ means the Governor of Manipur;
iii. ‘Employer’s representative’ means the Executive Engineer … Government of Manipur or any person authorized by him/her as would be in charge of the work;
iv. ‘Consultant’ means M/S …. and includes their successors in interest, assigns and also their authorized representatives;
v. ‘‘Building’ shall mean buildings for “Construction of ……..” including all ancillary buildings.
2. DELIVERABLES FROM THE CONSULTANT:
The Consultant would give the followings:
i) The preliminary drawings and specifications of the followings to enable
completion of tendering process.
ii) The detailed design and working drawings for the following:
a) Architectural Design and drawing Conceptual plan, General
Arrangement Drawings, Plans and elevations,
b) Structural drawings.
Page 25 of 38
c) Services drawings including Electrical & Electronics Works viz.
IEI, Signage, HT & LT, Power Sub-Station, Backup Power
Generation system, Yard Lighting, Façade lighting, Fire fighting,
PA system, etc.
d) PHE drawings.
E) Other infrastructural works viz parking, roads, Landscape
profiling etc.
iii) Co-ordinate the work of all approved consultants engaged by the consultant and be responsible for the design, specifications and all engineering drawings prepared and supplied by the approved consultant engaged by the consultant.
iv) Assume full responsibilities for the structural designs and drawings for which he is entrusted. He shall submit the Bill of Quantities as and when asked by the employer.
v) Visit the site of work and provide periodic supervision and monitor project progress as and when necessary to clarify any decision or interpretation of the drawings and specifications and attend conferences and meetings as and when required.
3. SERVICES TO BE RENDERED BY THE CONSULTANT AT DIFFERENT
STAGES OF WORK.
3.1 Sketch Stage:
The Consultant shall –
i) take Employer’s instructions regarding the requirements, examine site constraints & potential; prepare a design concept of the Project as a whole for the works entrusted to him;
ii) visit the site;
iii) prepare in agreement with the employer a programme of accommodation and requirements;
iv) examine legislation code and standards to ensure that the drawings are made conforming to them;
v) prepare preliminary draft sketches and notes sufficient to explain the Consultant’s general understanding of Employer’s requirements and the outline of his plan for the best way of fulfilling them;
3.2 Preliminary Stage:
The Consultant shall –
Page 26 of 38
i. Obtain from the Employer a detailed survey plan containing the necessary data related to the existing buildings, landscape, public utility services etc;
ii. Prepare the drawing on the basis of site particulars and soil investigation report to be supplied by the Employer. The Consultant must examine the reports and also satisfy himself about their correctness by visiting site;
iii. Submit required number of copies of drawings to local authorities to obtain the approval of the competent authority/statutory body, as is necessary according to the laws, regulations for the time being in force, and make any changes desired by such authorities without any extra cost. Such approvals shall include those for any services by statutory body constituted by State or Central Govt., including the Director, Fire Services - Manipur.
iv. Prepare and submit EIA&EMP reports for obtaining EIA&EMP approval of the competent authority, if necessary.
3.3 Working Drawing Stage:
The Consultant shall –
i) Prepare all detail Architectural working drawings comprising GAD, Plans, elevations and sections.
ii) Prepare all structural detail drawings for works entrusted, working drawings and details needed for building and incorporate other services as per the requirements of the Employer and amending the same without any extra claim of any kind if so required by the Employer in view of the structural necessity or any other reason.
iii) Afford all cooperation to the Employer for the design of the structure and services by attending meetings and supplying all necessary information in this regard, wherever necessary. He will supply the designs and drawings relating to structure and of various services like sanitary and water supply, wiring, lift installation etc. and shall incorporate them in his detailed working drawing and prepare appropriate size details of the project, where required, for execution and satisfactory completion of work and to obtain approval of the Employer. In case there is difference of opinion between the Consultant and the Employer on any aspect of the services and structural work, the matter shall be referred to the ……., Government of Manipur;
iv) Supply required comprehensive specifications and six copies of all services.
v) If more sets are required, supply negative copies/soft copies of drawings to the employer from which employer can take out any number of prints/copies.
Page 27 of 38
3.4. Construction Stage:
The Consultant shall –
i) Supply to the Employer and the Project Implementing Agency six copies of the detailed working drawings, specifications free of cost for use during execution of work along with reproducible drawings of appropriate size.
ii) If more sets of drawings are required, supply negative original copies of the drawings to the Employer from which Employer or his representative can take out any number of copies.
iii) Prepare and supply to the Employer such further drawings, specifications or details which may be required for proper execution of work.
iv) Assist the Employer with his continued services as stated herein above till the completion certificate is issued by the authorized representative of the employer to the Project Implementing Agency.
v) The structural arrangement and other services, sizes and shapes will be worked out in mutual consultation between Employer and Consultant, the suitable modification made before execution, if found structurally feasible. No objection can however, be raised once the drawing has been issued for execution.
3.5. Finishing and Completion Stage:
The Consultant shall –
i) prepare completion drawings including 1/100 scale plans, elevations and cross sections etc. indicating the details of building and services completed and supply six sets of completion drawings to the Employer and also handover the originals of completion drawings to the Employer;
“I/We hereby certify that the work ……………….. has been inspected on …………
by me/us and has been completed on ………. according to the plans,
elevations, sections, details and specifications for architectural items prepared
by me/us. The architectural work has been completed to my/our complete
satisfaction and the workmanship and the materials used for finishing items are
good.”
4. MODE OF PAYMENT:
Page 28 of 38
The Consultant shall be paid a fee at the rate of 2 % (Two percent) only on
the accepted tendered cost of the Project including structural works plus any
other items of works entrusted to him like fixtures, stacks and interior of all
buildings.
The fees as prescribed above are inclusive of:
a) Coordination of all services for which Employer is responsible.
b) Project Monitoring and Periodic supervision of works.
c) Periodic Reporting including certification of milestone completion.
For calculating the above fees the following items will not be included:
i. Cost of land including development charges and bulk services.
ii. Consultant’s fee.
iii. Departmental charges/consultancy charges of P.W.D. and other agencies.
iv. Cost of any services not entrusted to the Consultant.
v. Fees paid to local bodies for any reason.
vi. Other miscellaneous expenditure like Press advertisement, publicity, cost of foundation stone, inauguration ceremonies etc.
vii. Escalation in the cost of work due to increase in rates of material and labour after initial award of works to contractors.
viii. Items like lifts, equipments, generating sets, compressors, pumps, underground sumps, equipments, for electrical sub-station, air conditioning equipments, ducts, firefighting equipment, wet riser installations, telecommunication equipments, sanitary and water supply works, electrical works and any other work in respect of which Architect will not be required to give details.
NOTE: The decision of the Employer in respect of Sl.No. i to vii above
will be final and binding on the Consultant.
The payment to the Consultant shall be started after finalization of tender with the
contractor(s) of the construction works.
All running payments made to Consultant are on account and shall be adjusted against
final fees payable. For claiming the payment Consultant will submit necessary bills in
triplicate. All due payments shall be made to the Consultant within one month of
submission on bills of the following stages of satisfactory performance.
Page 29 of 38
Note: The total fees shall be calculated on the basis of work as per accepted
tender of the works and landscape works plus any other items of
works entrusted to the Consultant.
6. It is further agreed that the Employer shall be responsible for making the
following payments.
i. All payments to be made to the local authorities will be made by the Employer direct to the authorities concerned.
ii. All fines, penalties, compounding fees imposed by the local authorities for non-fulfillment of the approved plans in actual execution of the project.
7(a) The employer shall provide all help to the Consultant(s) to conduct a complete
and accurate survey of the building site with contours at appropriate intervals.
The survey should show all existing structures, trees and details of service lines
as existing.
7(b) If after the Consultant has submitted the necessary documents for any
particular stage and there is no response from the employer within reasonable
time not exceeding 2 (Two) months, this stage will be deemed to have been
completed and the fees will become payable thereon.
7(c) Responsibility for preparation of the call of tenders and entering into
agreement in the prescribed form with the selected contractor will rest with
DOT- Govt., of Manipur. All matters pertaining to the interpretation of the
contract, checking Contractor’s bills, making running and final payments to
them and settlement of disputes including audit objections, arbitration cases
and legal matters arising out of the contract entered into by Employer will be
the responsibility of the Employer. All instructions, directions and decisions in
respect of execution and settlement of rates in respect of contractors will rest
with the Employer.
8. The executive control of the work shall be that of the designated Executive
Engineer or any other officer who may be authorized or nominated by the
Government of Manipur.
9. TIME SCHEDULE:
Commencement of Works:
The date of commencement of work shall be reckoned from the 7th day after
the date of issue of award letter.
Page 30 of 38
The time frame for completion of various services is mentioned as under.
10. Abandonment of work:
That if the Consultant abandons the work for any reasons whatsoever or
becomes incapacitated from acting as Consultant as aforesaid, the Employer
may make full use of all or any of the drawings prepared by the Consultant.
The Consultant shall be credited with fees logically and reasonably payable up
to the date of abandonment but he shall be liable to pay damages to be
equitably assessed by the Employer subject to a maximum of 10% of the total
fees which would have been paid but for abandonment. The difference shall be
paid to or by the Consultant as the case may be. Provided, however, that in
the event of termination of the agreement after proper notices as provided in
the relevant clauses herein after the Consultant shall be liable only to refund if
any excess payment made to him over and above what is due to him in
accordance with the terms of this agreement for the services performance by
him till the date of termination of the agreement. Further, the Consultant shall
be entitled to receive payment due to him for services rendered in accordance
with the terms of agreement till the date of termination of the agreement.
11. The Consultant shall address all communications regarding the work to the
Employer or any other officer authorized or nominated by him in this behalf
who shall call appropriate action to be taken on that. The Consultant shall not
in any respect correspond directly with or send copies of his letter to the
1. Preparation of Preliminary Drawings for the
Services
:
3 weeks
2. Submission of Preliminary drawings & BOQ. : 1 week
3. Approval of Preliminary drawings & Estimate
: 2 weeks
4. Preparation of detailed Structural & Services
working drawing for Construction, Landscaping,
Renovation etc.
: 6 weeks, subject to
adjustments from
time to time with
approval of the
employer.
Page 31 of 38
contractor or any officer other than the Executive Engineer except as provided
in this agreement.
12. TERMINATION:
12.1. That, this agreement may be terminated at any time by either party upon
giving one months notice to the other party and in the event of such
termination Consultant shall be liable to refund the excess payment, if any
made to him over and above what is due to him on the date of termination and
employer will be entitled to make full use of all or any of the drawings
prepared.
12.2. That, this agreement may be terminated at any time by the Employer upon
one months notice in writing being given to the Consultant, if the Consultant’s
work is not found to be satisfactory according to the terms and conditions of
the agreement. In case the agreement is terminated on account of the
Consultant’s work not being satisfactory the employer will get the work done at
the risk and cost of the Consultant.
13. INCOME TAX:
Deduction of income tax as applicable will be made from the Consultant’s bills.
14. SERVICE TAX:
Service Tax and Educational cess tax payable by the Consultant is included the
payable fee mentioned at Clause No. 4.
15. ADDITIONS AND ALTERATIONS:
i. The employer shall have the right to request in writing, changes, additions, modifications or deletions in the design and drawing of any part of the work and to request in writing additional work in connection therewith and the Consultant shall comply with such request.
ii. That, if the employer deviates from the original scheme or requires any changes to be made in the design, drawings and estimates after they have been finalized by the Consultant and which involves proper implementation. Extra services, expenses and extra labour on the part of the Consultant for making such changes and additions to the drawings, specifications or other documents due to rendering a part or whole of his work infructuous, the Consultant shall then be compensated for such extra services and expenses on quantum agreement and to be determined mutually unless such changes/
Page 32 of 38
alterations are due to the Consultants own omission/commission and/or discrepancies, including changes required by local authorities or by other consultants, if any, appointed by the Consultants.
iii. The Consultant shall not make any deviation, alteration or omission from the approved drawings without prior written consent of the employer.
iv. Abandonment by Employer:
The employer shall have the liberty to postpone or not to execute any
work and the Consultant shall not be entitled to any compensation for
non-execution of the work, except for the fees which are payable to the
Consultant for services rendered. If the work is abandoned at any
intermediate stage, payment of fee shall be made on quantum merit
basis.
16. DETERMINATION OR POSSESSION OF AGREEMENT:
The employer without any prejudice to its right against the Consultant(s) in
respect of any delay by notice in writing may absolutely determine the contract
under any of the following cases:
i) If the Consultant being a company shall pass a resolution or the court shall make an order that the company shall be wound up or if a receiver or a liquidator on behalf of the creditors shall be appointed or if the circumstances shall arise which entitles the court creditor to appoint a Receiver or a Liquidator or which entitle the court to pass a winding up order.
ii) If the Consultant commits breach of any of the terms of agreement when the Consultant has made himself liable for action under any of the aforesaid, the employer shall have powers:
a. To determine or rescind the agreement
b. To engage another Consultant to carry out the balance work debiting the consultant the excess amount, if any so spent, subject to a maximum of ten percent (10%) of the total fees which could have been paid.
17. MONITORING COMMITTEE:
A High Powered Monitoring Committee shall be constituted. If there is any
difficulty in operating the agreement, which cannot be solved by referring to
the DOT, Government of Manipur, the matter shall then be referred to the
Monitoring Committee for further course of action. The members of the
committee shall be the Head of the Administration of Works Department, Govt.
of Manipur, the DOT-Government of Manipur, the Department of Finance -
Page 33 of 38
Government of Manipur, the Department of Law – Government of Manipur
and the deputed Engineers by the Government of Manipur for this project.
18. The Consultant hereby agrees that the fees to be paid as provided in this
Agreement will be for full discharge of functions to be performed by him and
no claim whatsoever shall be made against the Employer in respect of any
proprietary rights or copy rights on his part or on the part of any other party
relating to the plans, models and drawings.
19. The drawings, designs, plans, related details acquired by the Consultant for the
work entrusted to him under this agreement will become the property of the
employer subject to copyright privilege of the Government of Manipur. The
drawings, designs, plans, related details cannot be issued to any other person,
firm or authority or used by the Consultant for any other project without prior
permission of the employer.
20. The Consultant shall indemnify and keep indemnified the employer against any
claim regarding drawings, designs, plans, related details acquired for the work
entrusted to him under this agreement, by any other party and against all
costs and expenses incurred by the employer in defending themselves against
such claims.
21. ARBITRATION:
In the event of any dispute, difference or question or any interpretation arisen
out of or in connection with this Agreement, the same shall be, at the first
instance, mutually discussed and resolved by mutual agreement, failing which
they shall be referred to a Sole Arbitrator appointed within one month by the
Employer, The arbitration proceedings shall be conducted in accordance with
the procedure laid down under the Arbitration and Conciliation Act, 1996
(Central Act 26 of 1996) which shall be final and binding on both the
Consultant and the Employer and place of arbitration shall be at Imphal.
In case of arbitration proceedings drawn up by an Arbitrator, all expenditures
incurred towards the fee or remuneration and other expenses shall be borne
equally by both parties.
22. INTERPRETATION OF SUIT:
(1) If any question arises as to the interpretation of the clauses of this Agreement or any other matter connected thereto, the same shall be referred to the Employer and the decision of the Employer thereon shall be final and binding on both the parties.
(2) In the event of institution of any civil suit, such suit shall be tried under the jurisdiction of the High Court of Manipur
Page 34 of 38
IN WITNESS THEREOF THE parties have executed this Agreement on this date, month
and year as above written.
Signed for and on behalf Signed for and on behalf
of the Consultant. of Governor of Manipur.
Page 35 of 38
Annexure VI-A
Project Name: INTEGRATED MEGA CIRCUIT FOR MARJING POLO-KAINA-KHEBACHING
1. Khebaching (Thoubal District): It is situated about 36 km. from Imphal. Situated on the Indo-Myanmar Road, this is a place of greatest historic importance in Manipu. It was here that Major General Paona Brajabashi, one of the great Warriors of Manipur, proved his valour against the superior force of the invading British Army in 1981. The hillock on the foot of which he laid down his life in defence of his motherland is reminiscent of the past heroic deeds of Manipur warriors. A war memorial on the top of this scenic hill feature adds charm to this heroic site. Khongjom Day is celebrated as a State Holiday every year on April 23.
2. Kaina (Thoubal District): It is a hillock, about 920 m above sea level, and a sacred place of the Hindus. The sylvan surroundings, and the aura of serenity that envelopes it, add to the solemnity of the site. Kaina is only 29 kms from Imphal.
3. Marjing Polo Heingang (Imphal-East): It is situated about 15 Km from Imphal City and filled with lush green, pinewood trees and other exotic plants. It is considered a sacred mount of the God Marjing, one of the guardian deities of the four directions of the valley of the Meiteis. Worshippers who come to the sacred grove of Marjing in the village of Heingang offer little pony statues at the smaller shrine to Samodon Ayangba. This holy place is regarded as the origin of the highly competitive sport - Polo.
The components included at each location of the Mega Circuit are given below:
Location Envisaged Plan for Development
KHEBACHING Tourist Lodge, Public hall, Toilet – 8 seater with Bio-Digestive facilities, Compound Fencing, Sankritan Hall, Solar lighting, Memorial Pillar, Ghat Development, Beautification of Pond, Eco Park, Open Air Theater, Rain Water Harvesting, Solid Waste Management and Mobile Drinking Water Treatment.
MARJING Administrative-Cum-Maintenance Building, Public Toilet-6 seater with Bio-Digestive facilities, Horse Barrack, Main Gate, Care Taker’s Quarter, Rain Water Harvesting, Waiting Shed, Rain Shelter, Approach Road, Pathway, Compound Fencing, Compound Drain, Side Drain of Road, Solid Waste Management, Solar Lighting, Sitting bench and Land Development
Page 36 of 38
KAINA Tourist Lodge, Cafeteria, Public Toilet with Bio-Digestive facilities, Main Gate, Rain Water Harvesting, Compound Fencing, Compound Drain, Solid Waste Management, Parking, Solar Lighting, Landscaping.
Annexure VI-B
Project Name: PROVIDING OF TOURISM INFRASTRUCTURE IN AND AROUND IMPHAL
CITY
This project covers five different places of Tourist attractions in and around Imphal City.
They are:
i. Ima Market – Khwairamband Bazar, popularly known as Ima market, stands out prominantly alongside Kangla Fort State Museum, Polo ground and Sahid Minar. It is located in the heart of Imphal City and is unique as all the entire market is managed by women only. It is the largest market in India where women are the shop owners. The market specializes in the sale of varied items like fish, vegetable, handloom & handicraft. The area surrounding the Ima market urgently needs a facelift through modern landscaping and amenities like hygienic toilet complex, hazard proof building etc.
ii. The Manipur Legislative Assembly – The importance of the new Manipur Legislative Assembly building need no elaboration. But the areas that lead to the Assembly Building need improvement in various aspects. Of the many areas, the Lilasingh Khongnangkhong turning on the southern side in front of the Assembly building needs a revamp. A water fountain on the circular traffic island, landscaping on the southern side across the road, up-gradation of existing pond, development of pathway and provision of solar lighting are proposed to be developed.
iii. War Cemetery – War Cemetery at Imphal is one of the top-most tourist destinations in Manipur. The War Cemetery is a symbolic memorial raised as a citation for the supreme sacrifices made by the officers and men of the allied forces during the Second World War. The War Cemetery of Manipur has great significance to the common people as well as to the army. The site of the War Cemetery, Manipur is open and flat, with a pleasing view of the distant hills on its eastern side. Tourists will get to see about 950 burials in the cemetery. Proper landscaping of the entrance area, development of fencing, approach road, lighting, solar power lamps are proposed to be developed.
iv. Iboyaima Sumang Leela Sanglen – The Iboyaima Sumang Leela Sanglen, Palace Compound is today one of the most important cultural centres in Manipur. It has given birth to many famous artists of the State who are famous for their artistic talents. However, this sacred place of dignity needs renovation of the flooring of the theatre hall. Premium acoustic system needs to be installed for the desired
Page 37 of 38
impact. Besides basic amenities like yard lighting, parking, convenience block, ticket counter and cafeteria are to be developed for the Sumang Leela Sanglen.
v. Bhagyachandra Open Air Theatre (BOAT) – Bhagyachandra Open Air Theatre which, is popularly known as BOAT has become one of the most happening places in Manipur. It is situated at the Palace Compound, just opposite the AIR complex. It has gained its significance in the social system as it has become a medium of expression - a platform for cultural activities. Due to its structural forms, a tensile member roofing is proposed, Drain, landscaping and rest-rooms are in urgent need of renovation and up-gradation.
Annexure VI-C
Project Name: MEGA PROJECT- DEVELOPMENT OF TOURIST RESORT AT SENDRA HILLOCK, WATER SPORTS COMPLEX AT TAKMU AND OTHER TOURISM FACILITIES IN ADJOINING AREA, BISHNUPUR DISTRICT, MANIPUR The Mega Project- Development of Tourist Resort at Sendra Hillock, Water Sports Complex
at Takmu and other Tourism Facilities in Adjoining Area, Bishnupur District, Manipur has
been identified as a ‘Mega Tourism Circuit’ for the year 2013-14.
Loktak lake spreading 243 sq km area, is the largest fresh water Lake in the North-Eastern
Region. It is located southwards, 42 km away from Imphal. From atop Sendra and
Takmu hillocks, visitors get a panaromic view of life around Loktak. Loktak lake is an ideal
tourist spot.
Water-Sport lover are seen, showing their activities in Kayaking & boat races, besides local
boat rowing festivals. Takmu hillock has also been developed into a water sports complex
with hostel and quarters only. Sendra hillock, at the heart of loktak is the destination of
the tourists throughout the year. It is an old tourist spot with a dilapidated rest house and
lacking public facilities.
It is a necessity to develop a proper infrastructure for the tourist resort at sendra, water
sport complex at Takmu and the adjoining area of the Loktak Lake. These will greatly
attract large number of tourists from all over the world.
The project would cover development of the following facilities/infrastructure at different
places in Sendra, Takmu and adjoining areas of the Loktak Lake:
i. Sendra Resort
ii. Jetty-Takmu & Omba Ching
iii. Construction of Souvenir Shop etc. at Takmu Road Side
iv. Development of Children Park & Botanical Garden at Takmu Side
v. Development of Auditorium and Shops in INA
vi. Development of pathway, Landscaping, Fountain, solar lighting at Thangjing
Mamang Park
vii. Devlopment of Bar & Restaurant building at Omba Ching
viii. Main Parking (Sendra & Takmu Side)
Page 38 of 38
ix. View Tower- Sendra Side