38
ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL (RFP)(e-notice) The Engineering Department U.T. Chandigarh hereby calls RFP for engaging Consultant/Architect/Town planner for Designing Sports Infrastructure & Facilities At Sports Stadium, Manimajra. The details terms and conditions regarding the RFP are available on the Public Notice section of the official website of Chandigarh Administration i.e. Chandigarh.gov.in/chdpr.gov.in and http://etenders.chd.nic.in/nicgep/app . The interested architect /Consultant/firm/agency/consortia (Consortium not exceeding 3 members and one member must be a Practicing Architect and registered with Council of Architect) may submit their offer through e-tendering process on http://etenders.chd.nic.in/nicgep/app upto 10.06.2015 at 3.00 P.M. Sr.No Name of Work and location Earnest money Time of completion Last date & Time Time & date of opening of Bid For online submission of Bid. For Submission of documents in Physical form by the lowest bidder. 1 REQUEST FOR PROPOSAL FOR DESIGNING SPORTS INFRASTRUCTURE & FACILITIES AT SPORTS STADIUM, MANIMAJRA Rs.1,00,000/ - Two Months 10.06.2015 At 2.00 P.M Within a week after opening the Bid 10.06.2015 At 3.00 P.M Sd/- Executive Engineer, C.P. Division No.3, Chandigarh. Ph. No. 0172-2700193 Email: [email protected]

REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

  • Upload
    vucong

  • View
    219

  • Download
    1

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

ENGINEERING DEPARTMENT

CHANDIGARH ADMINISTRATION

U.T., CHANDIGARH

REQUEST FOR PROPOSAL (RFP)(e-notice)

The Engineering Department U.T. Chandigarh hereby calls RFP for engaging Consultant/Architect/Town planner for Designing Sports Infrastructure & Facilities At Sports Stadium, Manimajra. The details terms and conditions regarding the RFP are available on the Public Notice section of the official website of Chandigarh Administration i.e. Chandigarh.gov.in/chdpr.gov.in and http://etenders.chd.nic.in/nicgep/app. The interested architect /Consultant/firm/agency/consortia (Consortium not exceeding 3 members and one member must be a Practicing Architect and registered with Council of Architect) may submit their offer through e-tendering process on http://etenders.chd.nic.in/nicgep/app upto 10.06.2015 at 3.00 P.M.

Sr.

No

Name of Work and location

Ea

rnes

t m

on

ey

Tim

e o

f co

mp

leti

on

Last date & Time

Tim

e &

date

of

op

enin

g o

f B

id

For online

submission of

Bid.

For

Submission

of

documents

in Physical

form by the

lowest

bidder. 1 REQUEST FOR PROPOSAL FOR

DESIGNING SPORTS INFRASTRUCTURE & FACILITIES AT SPORTS STADIUM, MANIMAJRA R

s.1

,00

,00

0/

- Tw

o

Mo

nth

s

10.06.2015 At 2.00 P.M

Within a

week after

opening the

Bid

10.06.2015 At 3.00

P.M

Sd/-

Executive Engineer,

C.P. Division No.3,

Chandigarh.

Ph. No. 0172-2700193

Email: [email protected]

Page 2: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP)

FOR

ENGAGEMENT OF CONSULTANT/ARCHITECT/TOWN PLANNER

FOR

Designing Sports Infrastructure & Facilities at Sports Stadium, Manimajra.

Issued by

ENGINEERING DEPARTMENT U.T. CHANDIGARH

Page 3: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

CHECK LIST TO ACOMPANY THE ‘ELIGIBILITY DOCUMENTS S. No. Description

1. Whether the Bid Security/EMD of Rs. 1,00,000/- as per the Press Notice has been attached?

Yes / No

2. Whether definite proof from appropriate authority of having completed satisfactorily designed three similar works each of value not less than Rs. 2.00 Crore or two similar works each of value not less than Rs.2.50 Crore or one similar work of value not less than Rs.4.00 Crore during the last seven years ending last day of the previous month of the calling of RFP i.e. 31st March, 2015 has been attached?

Yes / No

3. Whether definite proof of one work of similar nature (either part of (3) above or a separate one) costing not less than Rs. 2.00 Crore with some ‘Central/ State Govt’./ ‘Central/ State Autonomous Body’/ ‘Central/State Public Sector Undertaking’/ City Development Authority/ Municipal Corporation of City formed under any Act by Central/ State Government and published in Central/State Gazette has been attached?

Yes / No

4. Whether definite proof of having an average annual financial turnover of Rs. 5.00 Crore on Arch./Consultancy works during last three years ending 31st March, 2015 has been attached?

Yes / No

5. Whether the Letter of Transmittal has been submitted? Yes / No 6. Whether the Form ‘A’ of Financial Information along with

the details of profit/loss incurred during the last five years has been submitted?

Yes / No

7. Whether the Form ‘C’ – Details of works designed during last 7 years has been submitted?

Yes / No

8. Whether the Form ‘D’ – Details of Projects designed under execution or awarded has been submitted?

Yes / No

9. Whether the Form ‘E 1’ – Performance Report of works referred to in Form-C has been submitted?

Yes / No

10. Whether the Form ‘E 2’ – Performance Report of works referred to in Form-D has been submitted?

Yes / No

11. Whether the Form ‘F’ – Structure & Organization has been submitted?

Yes / No

12. Whether the Form ‘G’ – Details of Staff to be employed for the work put to tender has been submitted?

Yes / No

13. Whether the Affidavit regarding Non pendency of any criminal proceedings, never been blacklisted by any department, submission of authentic and valid documents and non execution of eligible similar works on back to back basis has been submitted?

Yes / No

14. Whether the Power of Attorney by applicant in case of Non Consortium members has been submitted?

Yes / No

15. Whether all the statements, documents, certificates for owning responsibility for their correctness/authenticity have been signed?

Yes / No

16. Whether the Scanned copies of self attested documents related to E.M.D. and other eligibility documents have been uploaded along with the Bid ?

Yes / No

17. Whether all the statements, documents, certificates, uploaded owning responsibility for their correctness/ authenticity have been signed.?

Yes / No

Page 4: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

DECLARATION ANNEXURE IV

1. I/ We _________________________________ have carefully gone through all the conditions mentioned in the Bid Document of Request For Proposal For Engagement Of Consultant/Architect/Town Planner For Designing Sports

Infrastructure & Facilities at Sports Stadium, Manimajra, and I solemnly declare and affirm that I/ we will abide by any penal action of ENGINEERING DEPARTMENT, CHANDIGARH ADMINISTRATION for disqualification or of black listing or determination of contract or any other action as deemed fit, taken by, the Department against me/us, in the event of any of the contents of our this application , the statements, documents, and certificates produced by me/us have been found/declared to be false/fabricated without any liability on ENGINEERING DEPARTMENT, CHANDIGARH ADMINISTRATION.

2. I/ We hereby further declare that the Tender has been completed and submitted

by us in the manner prescribed in the document. 3. I/ We hereby also declare that, I/We have not been blacklisted/ debarred/

Suspended/ demoted by any department of Chandigarh Administration or in of any state/ Union Territory of the Republic of India for any reasons what so ever.

Signature of the Bidder (s) Date (Full name in capitals)

Designation

Page 5: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

INDEX Part DESCRIPTION Page No.

I. List of documents to be uploaded by the bidder Page.5

II. List of document of Hard copies to be submitted by the lowest bidder.

Page.6

III. Eligibility Criteria and other related documents Page.7 IV. Section – I Brief Particulars of work. Page.8 V. Section – II Information & Instructions for

applicants. Page.9-22

VI. i. Letter of Transmittal Page.23 ii. Form ‘A’ Financial Information. Page.24

iii. Form ‘C’ – Details of works designed during last 7 years

Page.26

iv. Form ‘D’ – Details of Projects designed under execution or awarded.

Page.27

v. Form ‘E 1’ – Performance Report of works referred to in Form-C

Page.28

vi. Form ‘E 2’ – Performance Report of works referred to in Form-D

Page.29

vii. Form ‘F’ – Structure & Organization Page.30 viii. Form ‘G’ – Details of Staff to be

employed for the work. Page.31

VII. Specimen Proforma for Affidavit regarding No criminal proceeding and submission of genuine and correct documents and Confirmation that eligible similar works(s) has/have not been got executed through another Arch. consultant on back to back basis. Annexure-I

Page.32

VIII. Marking criteria. Annexure-II

Page.33-34

IX. Bank Guarantee Bond Page.35 X. CPWD form No.8 Page.36-37

Page 6: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

LIST OF DOCUMENT TO BE UPLOADED BY THE BIDDERS

1. Fee i) EMD

ii)

Check List

2. Post Qualification /Technical

Letter of Transmittal

i) Form ‘A’ Financial formation & Audited Balance Sheet. Balance sheets for the last three years duly certified by the CA

ii) Form ‘C’ Similar works designed during the last seven years

iii) Form ‘D’ Projects desinged under execution

iv) Affidavit regarding i) No criminal proceedings pending, never been blacklisted by any department and submission of genuine and correct documents. ii) Confirmation that eligible similar works(s) has/have not been got executed through another Arch. consultant on back to back basis.

v) List of other Documents to be submitted in the shape of hard copies to the Executive Engineer, C.P. Division No.3, Chandigarh as form E1, E2, ’F’ Structure & Organization, Copy of PAN Number, Form ‘G’,

Page 7: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

LIST OF DOCUMENT OF HARD COPIES TO BE SUBMITTED BY THE LOWEST BIDDER.

1 Fee i) EMD

ii) Check List

2 Post Qualification/ Technical

Letter of Transmittal

i) Form ‘A’ Financial formation & Audited Balance Sheet. Balance sheets for the last five years duly certified by the CA

ii) Form ‘C’ Similar works during the last seven years

iii) Form ‘D’ Projects under execution

iv) Form ‘E1’ Performance Report of works given in Form ‘C’. TDS Certificate of works given in Form ‘C’.

v) Form ‘E2’ Performance Report of works given in Form ‘D’.

vi) Form ’F’ Structure & Organization Copy of PAN

vii) Form ‘G’ Detail of Technical & administrative Personnel to be employed for the work

viii) Complete MOA duly attested by Notary

ix) Certified copy of power of attorney by the applicant in case of Non Consortium member.

x) Certificate of Registration for Sales Tax/VAT and Service Tax and acknowledgement of up to date filed return if required.

Page 8: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

PART-II

DOCUMENT RELATED

TO ELIGIBILTY CRITERIA

AND OTHER RELATED DOCUMENTS

Page 9: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

SECTION – I BRIEF PARTICULARS OF THE WORK

Name of work REQUEST FOR PROPOSAL FOR DESIGNING

SPORTS INFRASTRUCTURE & FACILITIES AT SPORTS STADIUM, MANIMAJRA.

1. Chandigarh is the Capital of Punjab and Haryana, located at the foothill of Shivalik designed by Le Corbusier. The total area of Chandigarh is 114 sq. km. The City is surrounded by Punjab on one side and Haryana State of another side. The Chandigarh Administration proposed to Construct Sports Infrastructure & Facilities

at Sports Stadium, Manimajra. The Engineering Department U. T. Chandigarh, henceforth referred to as Client, will select consulting firm/Consultant/ Architect/ Town Planner for " Designing Sports Infrastructure & Facilities at

Sports Stadium, Manimajra" (herein after called as Project)

2. Scope of work: - Preparing designing layout plan for each sports infrastructure and facility which shall include architectural structural design of each infrastructure and facility, city logo, water features, herbs etc. including campus lighting, storm, sewerage and water supply etc. wherever required, in line with the basic spirit of Chandigarh. As per following details:

a) Planning, designing and detailing of all sports infrastructure & facilities with regard to Football, Hockey, Cricket with Nets, Athletics, Basket Ball Court, Badminton Hall, Table Tennis, Handball, Kabaddi, Kho Kho, Lawn Tennis, Net Ball, Skating, Squash, Swimming, Taekwonda, Volleyball and Wrestling with adequate provision of parking and street light, storm, sewerage and water supply etc. b) Structural detailing of all sports infrastructure & facilities etc. c) Railing along the roads, if required, on medians/footpaths etc. shall be provided in elegant materials, aesthetically appealing in design and shall be vandal proof. d) Provide lighting design as per requirement including location plan & selection of fixtures in coordination with the Department. e) Prepare detailed specifications, Drawings, quantities and Rough Cost & Detailed estimates for all structure work as, Civil, Public Health; Electrical works landscaping as per CPWD DSR 2014 as applicable in Chandigarh. f) Prepare a detailed cost analysis and breakup of the proposed design, layout plan with each sports facilities and infrastructure g) To assist Department with regard to selection of executing agency and purchase of materials, softscape elements, fixtures etc. h)To obtain approval from Deptt. Of Urban Planning, U.T. Chd. i) Any other required work related to sports infrastructure & facilities as desired bythe Chandigarh Administration from time to time.

3. Work shall be executed according to ‘General Conditions of Contract for Central PWD works’ with latest amendments as available.

4. The work in General shall be carried out as per CPWD Specifications and other systems and procedures being followed in CPWD with respect to the provisions contained in DSR, CPWD Manuals latest edition and as mentioned in this Bid Document etc.

5. The Planning shall be done in such a way by keeping in view that the tentative estimated cost of project around 6.00 crore

Page 10: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

SECTION – II

INFORMATION & INSTRUCTIONS FOR BIDDERS 1.0 GENERAL: 1.1 Letter of transmittal and forms for deciding eligibility are given in

Bid document. 1.2

All information called for in the enclosed forms should be furnished against the relevant columns in the forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to be provided in a column, a “nil” or “no such case” entry should be made in that column. If any particular / query is not applicable in case of the Bidder, it should be stated as “Not Applicable”. The Bidders are cautioned that not giving complete information called for in the application forms or not giving it in clear terms or making any change in the prescribed forms or deliberately suppressing the information may result in the applicant being summarily disqualified. Bids made by telegram or telex and those received late will not be entertained.

1.3 The physical form of ‘Eligibility Documents’ should be scanned before uploading and duly self attested.

1.4 Overwriting should be avoided. Correction, if any, should be made by neatly crossing out, initialing, dating and rewriting. Pages of the Post-qualification document are numbered. Additional sheets, if any added by the Arch. consultant, should also be numbered by him. They should be submitted as a package with signed letter of transmittal.

1.5 References, information and certificates from the respective clients certifying suitability, technical know-how or capability of the applicant should be signed by an officer not below the rank of Executive Engineer or equivalent.

1.6 The Bidder may furnish any additional information which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. He is, however, advised not to furnish superfluous information. No information shall be entertained after submission of post-qualification document unless it is called for by the Employer.

1.7 If at any stage, it is found that the tenderer has misled or has furnished false information in the forms / statements / certificates submitted by him as proof in support of qualification requirements or record of performance such as abandoning of work not properly completed in earlier contracts, inordinate delays in completion of the works, the tenderer is liable to be bLacsklisted & debarred from tendering in ENGINEERING DEPARTMENT, CHANDIGARH ADMINISTRATION and the EMD forfeited, Further, if this Contract has been awarded, the same shall be rescinded including forfeiture of EMD and Performance Guarantee.

1.8 All dispute concerning in any way are subject to Chandigarh Jurisdiction only.

1.9 The Engineering Department is under no obligation to inform the Arch. cosultant of the reasons of their selection or rejection. Employer’s decision in this regard shall be final and binding.

2.0 DEFINITIONS: In this document the following words and expressions have the meaning hereby

assigned to them: EMPLOYER means the President of India acting through the Executive

Engineer. BIDDER / TENDERER / FIRM / AGENCY / Arch. consultant /

APPLICANT means the individual, proprietary firm, firm in partnership, limited company.

“Year” means “Financial Year” unless stated otherwise. E.E. means Executive Engineer 3.0 METHOD OF APPLICATION: 3.1 If the Bidder is an individual, the application shall be signed by him

above his full typewritten name and current address. 3.2 If the Bidder is a proprietary firm, the application shall be signed by the

proprietor above his full typewritten name and the full name of his firm with its current address.

Page 11: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

3.3 If the Bidder is a firm in partnership, the application shall be signed by all

the partners of the firm above their full typewritten names and current addresses or alternatively by a partner holding power of attorney for the firm. In the latter case, a certified copy of the power of attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application.

3.4 If the Bidder is a limited company or a corporation, the application shall be signed by a duly authorized person holding power of attorney for signing the application accompanied by a copy of the power of attorney. The Bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

4.0 FINAL DECISION MAKING AUTHORITY. The Chandigarh Administration reserves the right to accept or reject any Bid

and to annul the post-qualification process and reject all Bids at any time, without assigning any reason or incurring any liability to the Bidders.

5.0 PARTICULARS PROVISIONAL The particulars of the work given in Section-I are provisional. They are liable to

change and must be considered only as advance information to assist the Bidder.

6.0 SITE VISIT The Bidder is advised to visit the site of work, at his own cost, and

examine it and its surroundings to make himself aware of all information that he considers necessary for proper assessment of the prospective assignment.

7.0 INITIAL CRITERIA FOR ELIGIBILITY FOR POST-QUALIFICATION 7.1 Response is solicited from individual Architect/ Firm/ Consultant /

consortia (Consortium of not exceeding 3 members and one member must be a Practicing Architect and registered with Council of Architect) having experience of similar nature in the last 7 years ending last day of month March, 2015.

i) The agency/company/consortium should have experience of having successfully completed three similar works each of consultancy value not less than Rs. 2.00 Crore or two similar works each of consultancy value not less than Rs. 2.50 Crore or one similar works of consultancy value not less than Rs. 4.00 Crore.

And ii) One work of similar nature (either part of (ii) above or a separate

one) costing not less than Rs. 2.00 Crore with some ‘Central/ State Govt./ ‘Central/ State Autonomous Body’/ ‘Central/State Public Sector Undertaking’/ City Development Authority/ Municipal Corporation of City formed under any Act by Central/ State Government and published in Central/State Gazette.

Similar work shall means,. Designing layout planning, architectural and structural designing of sports facilities and infrastructure

The value of executed 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 last date of receipt of RFP.

7.2 The agency/company/consortium should have average financial turn-over of Rs. 5.00 Crore during any one year of the last 3 Financial Years ending 31st March, 2015.

7.3 No financial loss during the last three years. 7.4 The bidder should furnish the affidavit that I/we hereby declare that I/we

have no criminal proceeding pending, I/we have never been Black listed, debarred/suspended by any Govt./semi rd./corporation/Pvt. Organizations during the last seven years.

And further that “I/We undertake and confirm that eligible similar work(s) has/have not

been executed through another Arch. consultant on back to back basis. Further that, if such a violation comes to the notice of Department then I/we shall be debarred for tendering in Engineering Department U.T., Chandigarh in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.”

Page 12: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

8.0 FINANCIAL INFORMATION Bidder should furnish the following financial information: A) Annual financial statement for the last three years (in Form “A”). B) The Financial Bid in the form of lump sum amount for the complete

job/work as per Request for Proposal shall be quoted by the agency.

9. EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS

9.1 Bidder should furnish the following: a) List of all works of similar nature successfully completed during the last

Seven years (in Form “C”). b) List of the projects under execution or awarded (in Form “D”) 9.2 Particulars of completed works and performance of the Bidder duly

authenticated / certified by an officer not below the rank of Executive Engineer or equivalent should be furnished separately for each work completed or in progress (in Form “E-1 & E-2” respectively)

9.3 Information in (Form “D”) should be completed and no work should be left out. 10. ORGANISATIONAL INFORMATION Bidder is required to submit the information in respect of his organization (in

Forms “F” & “G”). 11. LETTER OF TRANSMITTAL The Bidder should submit the letter of transmittal attached with document. 11.1 Design Vision Plan and Presentation The Design Vision plan/plans with detailed design options shall be submitted

to the Client for deliberation and approval. The Design Vision Plan shall

include best design options and prototypes for various/different scenarios

based on suggested proposal by the consultant

A presentation by the consultant shall be prepared to express and explain

their ideas of best option scenario/s and proposed innovative solutions and

also showcase relevant project experiences wherein similar project has been

handled and implemented in past along with their success. The Consultant

shall present their executed works on similar lines in the past and suggest

number of best suitable options. The Presentation shall be submitted in hard

and soft format (one copy each) to ENGINEERING DEPARTMENT UT and

the same shall be property of ENGINEERING DEPARTMENT UT for all

purposes.

12. OPENING OF PRICE BID After evaluation of applicants, a list of short listed agencies will be prepared.

Thereafter the financial bids of only the qualified and technically accepted bidders shall be opened at the notified time, date and places in the presence of the qualified bidders or their representative. The validity of the tenders shall be reckoned from the date of opening of the Financial bids.

13. AWARD CRITERIA/ SELECTION PROCESS OF ARCHITECTURE CONSULTANT

13.1 The Architecture Consultants will be selected based on “CQCCBS” i.e. on the basis of the technical bid evaluation including presentation and financial bid. (a) Technical bid: The Technical bid including presentation shall be evaluated for 100 marks:

Total Marks =100 Sr. No. Criteria Marks (a) Marks for financial strength 15 (Marks.) (b) Experience in similar nature of

works 20 (Marks.)

(c) Performance on works (Quality) 15 (Marks.) (d) Personal and Establishment 20 (Marks.) (e) Presentation before selection

committee 30 (Marks.)

The detailed marking criteria is annexed as Annexure-II. To become eligible for short listing the bidder must secure at least Fifty percent marks in each and sixty percent marks in aggregate The department, however, reserves its right to restrict the list of such qualified Architect to any number deemed suitable by it. (b) Financial bid: The Financial bid shall be given scoring as below:

Page 13: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

The bidder who has quoted the lowest price will be assigned a score of 100 in the financial bid. The other bidders will be allotted score relative to the score of bidder with the lowest quote, as below: Fs=100 x FL/F Where: Fs = The financial score of the Financial Proposal being evaluated FL= The price of lowest priced Financial Proposal F = The price of Financial Proposal under consideration (c )Combined evaluation The score of technical proposal including presentation would be given 70% weightage, and the financial proposal would be given 30% weightage. The weighted combined score of the Technical bid (Ts), and Financial proposals (Fs) shall be used to rank the bidders as below: The first ranked bidder is eligible for award of the work.

13.2 The employer reserves the right, without being liable for any damages or obligation to inform the bidder, to:

a) Amend the scope and value of contract to the bidder. b) Reject any or all of the applications without assigning any reason. 13.3 Any effort on the part of the bidder or his agent to exercise influence or to

pressurize the employer would result in rejection of his bid. Canvassing of any kind is prohibited.

13.4 Even though any Bidder may satisfy the above requirements, he would be liable to disqualification if he has;- (a) Made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures required in the eligibility criteria document (b) Record of poor performance such as abandoning work, not properly completing the contract, or financial failures/ weaknesses etc. 14. Schedules for Completion of Tasks

Total time for the consultancy shall be 60 (Sixty) days from the date of allotment of work.

SI Activity/Deliverables Time No duration

1.

Design, Vision Plan and Presentation & discussion on the concept by proposing more than one alternative Proposal with their merits and demerits 30 Days

A presentation of best suitable options and other innovative ideas, best depicting the proposal acceptability, as described in para 11.1

Getting approval of concept plan & proposal by competent authority

3 Final proposal Shall cover Detailed 30 Days

Design layout and Architectural and structural designing of sports facility and Infrastructure plan

Street Furniture details- plans, elevations, sections and views

Perspective views and sectional details

Detailed Composite Layout Plan showing each element

BOQ and Rough Cost Estimates

Detailed BOQ, Detail drawings/ Plan &detailed Estimates Bid Documents for E-tendering Any other element envisaged for the project in the RFP document etc. Detailed Plans & designs/drawings of above & all other features

Page 14: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

15. Final deliverables

The consultant shall furnish all details, data information, facts, various survey records and document along with detailed proposal and recommendations as per assignment in form of report and other deliverables to seek approval by the Client.

All the original working drawings shall be prepared in sheet and four sets of

the same shall be supplied along with original and four copies of the RCE,

Detailed Estimate tender documents & Final Report along with soft copies

in CDs. All soft copies shall be in their native format, accompanied by a

copy in PDF. All drawings shall be provided in DWG format along with the

PDF format.

All the drawing and final layouts/plans/sections etc. to be submitted by the

consultant shall be on an appropriate scale, whichever is better for

consideration & review by the Client. The consultants shall undertake to

incorporate the modifications, changes, amendments as may be directed by

the Client.

At all stages of submission consultants shall submit 4 (four) copies each of all the reports and documents etc. as required by the department.

16. Payment schedule

The agreed lump sum amount (Contract Price) shall be released as under subject to acceptance of reports/ proposals by the Client

Stage Functions / Deliverables Percentage of

Agreed amount (%)

1st Approval of concept plan 20

2nd Submission of detail drawings 15

3rd BOQ and Tender documents 20

4th Signing of contract with contractual agencies and issue of drawings good for construction 20

5th Satisfactory completion of the project duly accepted by the department 25

Total 100

Note: (i) No payment to the consultant shall become eligible for the next stage till the consultant completes the job to the satisfaction of the Client, for the work pertaining to the preceding stage.

17. OTHER TERMS AND CONDITIONS: -

(i) The work shall be carried out strictly as per CPWD Specifications and CPWD

manual of orders, 2014.

(ii) All the stages of consultancy shall be completed by the Architect/Consultant

according to the time schedule specified above and shall be strictly adhered to. The

work throughout contract period shall be carried out with diligence as time being the

essence of the contract. In the event of failure on the part of Architect to provide

services for any stage within the time schedule, the Engineer-in-charge may levy

liquidity damages @ 1%per week for delay in completion of work subject to

maximum 10% of the agreement amount. Further for breach of terms and conditions

of the agreement, Engineer-in-charge may rescind the contract agreement of the

consultant by giving 15 days notice. The Engineer-in-charge may get the balance

work done at the risk and cost of the architect/consultant.

Page 15: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

(iii) No price escalation on any account will be payable.

(iv) The bidder shall carefully study the scope of work to be carried out and site situation

etc. The Engineering Department will not pay any extra or rate difference for any

reason in case the Consultant claims after acceptance of contract to have

misjudged the work.

(v) The bidders shall note that no deviations from the general terms & conditions of the

contract or commercial Conditions with this bid are acceptable & it will be presumed

that the bidder agrees entirely with it.

(vi) Submissions of tender by the firm/agency/Consultant imply that he has read the

instructions and conditions herein contained and has made him aware of the scopes

and specifications of the work to be done at site.

(vii) Request for reschedule of mile stone and extension of time to be eligible for

consideration shall be made by the Architect/Consultant in writing within ten days of

the event causing delay on the prescribed form to the Engineer-In charge. The

Architect/Consultant may also, if practicable, indicate in such a request for which

extension is desired. In such case, the authority may give a fare and reasonable

extension of time and reschedule the mile stone for completion of work. Such

extension shall be communicated to the Architect/ consultant by the authority in

writing within ten days of the date of receipt of such request. Non application by the

consultant for extension of time shall be not be a bar for giving a fare and

reasonable extension by the authority and this shall be binding on the

consultant/architect.

(viii) In the event of any dispute, difference or question arising concerning this

consultancy, the matter shall be referred to the Superintending Engineer,

Construction Circle-I, U.T. Chandigarh for arbitration, whose decision shall be final

and binding upon the parties.

(ix) Engineer-in-charge may at his own liberty postpone/abandon or execute part of the

scheme and in such eventuality the Architect/consultant shall not be entitled for any

compensation for non-execution except the fee which is payable to the Architect

upto that stage of services then in progress.

(x) The Architect shall be required to attend the office of Executive Engineer, C.P.

Division No.1, U.T. Chandigarh as and when desired along with complete

plan/design and specifications or any other material required for the project. The

Engineer-in-charge has to be satisfied from the angle of effectiveness and technical

soundness.

(xi) Any tax or levy tax such as services tax, VAT, labour-cess etc. if imposed by the

Government of India, State Government or local authorities for consultancy services

would be borne by the consultant which may either be deducted at source by the

Government or deposited by the Architect/Consultant at his own level with the

concerned authority meaning by that nothing extra shall be paid to the consultant

over and above the agreed fees/amount.

(xii) 5% security will be deducted from the running payments/bills to be submitted by

the consultant/Architect and shall be realized after completion of the project to the

entire satisfaction of the Engineer-in-charge.

(xiii) During the execution of work at least one representative of the consortium qualified

Engineer deputed for supervision of work till the completion of work.

(xiv) The firm/agency/consultant has to work in close coordination with the client

department /Chief Architect, U.T. Chandigarh any changes/suggestion at any

time/stage required during the execution of work will be entertained/incorporated

accordingly which shall be consider as part of the job.

Page 16: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

(xv) Agreement shall be drawn with the successful bidder on the prescribed Format of

CPWD Form 8, which is available for sale in the market. Bidders shall quote their

rates as per various terms and conditions of the said form which will form part of the

agreement. However the definitions contained therein with regard to CPWD

Department and other designated authorities may be read as under:-

As per General Conditions of Contract for Central P.W.D Works

To be read as

CPWD Chandigarh Administration (Engineering Department)

President of India President of India

Govt. of India Chandigarh Administration

Director General Chief Engineer U.T. Chandigarh.

Additional Director General Chief Engineer U.T. Chandigarh

Department ENGINEERING DEPARTMENT

(xvi) The preliminary plans scope of work are also available with the o/o Executive

Engineer, C.P. Division No.3, Sector- 16, Chandigarh and can be seen on any

working day from 9.00 AM to 5.00 P.M. can also be downloaded from the public

notice section of the official website of Chandigarh Administration i.e.

Chandigarh.gov.in and https://etenders.chd.nic.in/nicgep/app

(xvii) The agency/company/consortium should visit the site of work before submitting their

RFP/bid. Executive Engineer, C.P. Division No.1, Addl. Deluxe Building Sector- 9,

Chandigarh can be associated.

(xviii) Tender shall be accompanied with Earnest money of Rs. 1,00,000/-having validity

for 03 months or more in shape of deposit at call receipt of scheduled bank/demand

draft of scheduled bank issued in favour of Executive Engineer, C.P. Division No.3,

Sector- 16, Chandigarh shall be placed in Envelope ‘A’

(xix) Downloading and submission of RFP including Financial Bid will be done by e-

Procurement process through the web site of Chandigarh Administration to be

indicated in the Press Notice. However, for general information, the RFP

Document can also be seen & downloaded from the Government of India Portal for

tenders i.e. http://etenders.chd.nic.in

The agency shall upload Scanned copy of documents (duly attested and counter signed by agency) related to Bid Security Deposit and ‘Eligibility Documents’. Hard copies of Bid Security and ‘Eligibility Documents’ are also to be submitted in duly labeled ‘Name of Work’, ‘Name of Agency’ and last date of submission of RFP/bid, in sealed Envelop ‘A’ and Envelop ‘B’ respectively and shall be submitted together in another sealed Envelop ‘C’ labeled with ‘Name of Work’, ‘Name of Agency’ and last date of submission of RFP by the lowest bidder after opening of financial bid. Bid Securities in the form of Demand Draft or Pay Order or Banker’s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer, C.P. Division No.3, Sector- 16, Chandigarh shall be scanned and uploaded to the E-tending website within the period of bid submission. The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest bidder within a week after opening of financial bid failing which the bid shall be rejected and EMD shall be forfeited. Further the following undertaking in this regard shall also be uploaded by the intending bidders:-

“The Physical EMD shall be deposited by me/us with the Executive Engineer, C.P. Division No.3, Sector- 16, Chandigarh calling the RFP/bid in case I/We become the lowest bidder within a week of the opening of financial bid otherwise department may reject the tender and also take accordingly”.

(xx) In case of any clarification, the intending bidders can also contact O/o Executive

Engineer, C.P. Division No.3, Sector- 16, Chandigarh on any working day from 9.00

AM to 5.00 PM.

Page 17: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

(xxi) The Arch. consultant whose bid is accepted will be required to furnish performance

guarantee of an amount equal to 5.00% (Five point Zero percent) of the tendered

amount within the period specified in Schedule F. This guarantee shall be in the

form of cash (in case guarantee amount is less than 10,000/-) or Govt. securities, or

fixed deposit receipts or guarantee bounds of any scheduled bank or State Bank of

India in accordance with the prescribed format. In case the Arch. Consultants fails to

deposit the said performance guarantee within 10 days including the extended

period if any, the Bid Security deposited by the Arch. consultant shall be forfeited

automatically without any notice to the Arch. consultant.

(xxii) Short-listing of Agencies:-

The agencies/firms fulfilling the initial eligibility criteria will have to make power point presentation of the proposals before the Committee constituted by the Competent Authority for the purpose and based on the recommendations of the Committee. Only the financial bid of the short listed agencies will be opened.

(xxiii) Request for Proposal along with the required documents shall be uploaded through

E-tendering on https://etenders.chd.nic.in/nicgep/app and the requisite

documents in hard copy should reach in the office of the undersigned on or before

upto 3.00 P.M.

Envelope “A” Earnest Money-containing following documents:-

(i) Earnest money for Rs. 1,00,000/- in shape of Deposit at Call or Demand Draft or pay order of any scheduled Bank payable at Chandigarh in favour of the Executive Engineer, C.P. Division No.3, Sector- 16, Chandigarh

Envelope “B” Technical Bid-containing following documents:-

(i) Brief note regarding the prolife of the Architectural/consultancy firm.

(ii) Detailed solution as per scope of the work with power point presentation.

(iii) Detailed specifications of the materials suggested in their solution.

(iv) List of similar works for which consultancy has been provided during last seven years with their total cost along with performance certificate issued by the concerned department/organization.

(v) List of consultancy works in hand along with total cost of work.

(vi) List of key personnel along with their qualification and experience.

(vii) Self attested affidavit that the consulting/architectural agency/firms has never been black listed/debarred by any Govt. /Semi Govt./Board/Corporation/Private Organization.

Envelope “C” Financial Bid-containing following documents:-

(i) The Financial Bid in the form of lump sum amount for the complete

job as per request for proposal shall be quoted by the agency.

(xxiv) The Technical Bid shall be opened on 10.06.2015 at 3.00 P.M in the presence of

representative of the agencies who may likely to be present and financial bid shall

be opened only of those firms/consultants who will be found technically qualified for

the work on acceptance of presentation of their design by Committee on M.S. Power

Point by the Chandigarh Administration. The date of the opening of financial bid

shall be intimated in due course after the short listing process is completed and the

presentation of the concept is approved by the competent authority.

(xxv) The Department reserves the right to increase the scope of work, modify or scrap

the work allotted and right to reject any or all the applications without assigning any

reason at any stage of the process.

(xxvi) All disputes concerning in any way with this work are subject to Chandigarh

jurisdiction only.

Page 18: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

(xxvii) Before the last date for submission of Tenders, the Tender Inviting Officer may

modify any of the Contents of the Tender Notice, Tender documents by issuing

amendment / Addendum. Any addendum/amendments issued by the Tender

Inviting Officer shall be part of the contract document.

(xxviii) To give prospective bidder reasonable time to take an addendum into account in

preparing their bids, the Tender Inviting Officer may extend if necessary, the last

date for submission of tenders.

(xxix) The Executive Engineer will evaluate whether each bidder is satisfying the eligibility

criteria prescribed in the tender document and declares them as a qualified bidder

and selected for next stage of opening of Price Bid

(xxx) The Bidder is advised to attach any additional information, which he thinks to

be necessary in regard to his capabilities. No further information will be

entertained after submission of application unless it is called for by the

Engineering Department, U.T., Chandigarh. The Engineering Department, U.T.,

Chandigarh reserves the right to call for additional information & clarification of

information submitted by the bidder.

(xxxi) The cost incurred by the Bidder in preparing this application, in providing

clarifications or attending discussions/ conferences in connection with this document

shall be borne by the bidder and the Engineering Department, U.T., Chandigarh in

no case will be responsible or liable for these costs, regardless of the conduct or out

come of the process

(xxxii) Agreement shall be drawn with the successful bidder on prescribed CPWD Form

No.8 as per “General conditions of the contract of CPWD works-2012” with latest

amendment (which is available as a Govt. of India Publication). The Tender notice

and other documents etc. shall form part of the agreement

(xxxiii) Bidders are advised to inspect and examine the site and its surroundings and satisfy

themselves before submitting their tenders as to the nature of the ground and sub-

soil (so far as is practicable), the form and nature of the site, the means of access to

the site, the accommodation they may require and in general shall themselves

obtain all necessary information as to risks, contingencies and other circumstances

which may influence or affect their tender/bid. A tenderer/bidder shall be deemed to

have full knowledge of the site whether he inspects it or not and no extra charges

consequent on any misunderstanding or otherwise shall be allowed. The

tender/bidder shall be responsible for arranging and maintaining at his own cost all

materials, tools and plants, water, electricity access, facilities for workers and all

other services required for executing the work unless otherwise specifically provided

for in the contract documents. Submission of a tender/bid by a tender/bidder implies

that he has read this notice and all other documents and has made himself aware of

the scope and specifications of the work to be done, the local condition and other

factors having a bearing on the execution of the work.

(xxxiv) The bid for the works shall remain open for acceptance for a period of NINETY (90)

DAYS from the date of opening of financial bid. If any bidder withdraws his offer

before the said period or issue of letter of acceptance, whichever is earlier or makes

any modifications in the terms and conditions of the tender which are not acceptable

to the department, then the Competent authority shall, without prejudice to

any other right or remedy, be at liberty to forfeit 50% of the said Earnest

Money as aforesaid Further the bidder shall not be allowed to participate in

the re-invitation process of the RFP.

In the event the agency/firm whose offer is accepted and the award letter issued, fails to commence the work “along with change in scope, if any” in the prescribed time or abandons work before its completion, The Government shall without prejudice to any other right or remedy be at liberty to forfeit the whole of the

Page 19: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

Earnest Money and shall be absolutely at the disposal of the Chandigarh Administration.

(xxxv) This Notice Inviting RFP shall form a part of the contract document. The successful

agency/firm, on acceptance of his offer by the accepting authority, shall, within 7

days from the stipulated date of start of the work have to sign the different

components/part of the contract consisting of the notice inviting RFP, all the

documents including additional conditions, specifications and drawings, if any,

forming the part of RFP as issued at the time of invitation of bid and acceptance

thereof together with any correspondence leading thereto.

(xxxvi) Sales-tax / Vat (except service tax), purchase tax, turnover tax or any other

tax applicable in respect of this contract shall be payable by the Arch.

consultant and Government will not entertain any claim whatsoever in

respect of the same. However, in respect of service tax, same shall be paid

by the Arch. Consultant to the concerned department on demand and it will

be reimbursed to him by the Engineer-in-charge after satisfying that it has

been actually and genuinely paid by the Arch. Consultant.

(xxxvii) In case of failure or default in the performance or responsibilities or breach of terms

and conditions of RFP or agreement, action as per “Policy on Blacklisting, 2009”

issued vide Finance Department Chandigarh Administration Notification No. 1927-

F&PO(3)-2009/1170 dt. 27.2.2009 shall be taken.

(xxxviii) The bidder quoting conditions contrary to those specified in this document shall be

summarily rejected.

(xxxix) The firms/bidders shall quote the rates keeping in mind, ‘General Conditions of

Contract of CPWD Woks-2010’ as amended from time to time, special contract

conditions and particular detail mentioned under the Bid Document etc.

18. Retention Money

The consultant shall permit the Employer to deduct 5% (five percent) of payable

amount of the invoice while making any payment related to this contract and

hold the same amount as retention till three months of the successful completion

of consultancy assignment. This 5% deduction of payable amount of the invoice

is in addition of the 5% performance Guarantee Bond.

19. Penalty clause The consultants would be liable to abide by the clauses / obligations stated in

the contract. Any Major deviation to the same (unless approved by employer) would be

liable to the following penalty clauses:

(i) The time allowed for carrying out the Arch. Consultancy services shall be strictly

observed by the consultants and shall be reckoned from the date of

commencement of work given to the Consultant. The work shall throughout the

stipulated period of the Contract be proceeded with all due diligence (time being

deemed to be the Essence of the contract on the part of the consultant).

If after award of the contract and signing the agreement, the consultant fails to

start the work from the date of commencement, the consultant shall be liable to

pay a penalty @2% of the consultancy charges per week or part thereof. If the

work is not started till 2 weeks of the date of commencement, the contract shall

be liable to be cancelled and the Employer shall have power to adopt any of the

following courses, as he may deem best suited to the interests of Government.

(a) To rescind the contract (of which a rescission notice in writing to the consultant

under the hand of the Employer shall be conclusive evidence) and to recover the

amount of penalty / compensation from any money due to the consultant / agency

by Government, under the contract or otherwise.

Page 20: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

(b) Completion of unfinished work at consultant’s Risk & Cost. If part of the work is

executed by the consultant and balance work has been left unexecuted, the

Employer shall have power to take following action as per the provision of the

contract agreement.

To assess the work of the Agency, and to take such part thereof as shall be

unexecuted, out of his hands, and to give it to another Agency to complete, in

which case any expenses which may be incurred in excess of the sum which would

have been executed by him (of amount of which excess the certificate in writing by

the Employer shall be final and conclusive) shall be borne and paid by the original

Agency and may be deducted from any money due to him by Government under

the contract or otherwise

(ii) The time allowed for execution and completion of the works or part of the works as

specified in the contract, shall be essence of the contract on the part of the

Consultant.

19. Extension due to modifications

If any modifications are ordered by the Engineer-in-charge or site conditions

actually encountered are such, that in the opinion of the Engineer-in-charge, the

magnitude of the work has increased materially, then such extension of the stipulated

date of completion may be granted, as shall appear to the Engineer-in-charge to be

reasonable and on merits to his entire satisfaction.

20. Delays not due to Employer If the completion of the whole works (or part thereof which as per the contract is

required to be completed earlier), is likely to be delayed on account of:

a. Any force majeure event referred in Clause mentioned earlier or

b. Any relevant order of court or

c. Any other event or occurrence which, according to the Engineer-in-charge is not due to the Consultant’s failure or fault, and is beyond his control;

the Engineer-in-charge may grant such extension of the completion period as in his opinion is reasonable.

21. Delays due to Employer/Engineer-in-charge In the event of any failure or delay by the Employer / Engineer-in-charge in

fulfilling his obligations under the contract, then such failure or delay, shall in no way affect or vitiate the contract or alter the character thereof, or entitle the Consultant to damages or compensation thereof but in any such case, the Engineer-in-charge shall grant such extension or extensions of time to complete the work, as in his opinion is/ are reasonable.

22. Time to continue to be treated as the essence of contract in spite of

extension of time.

It is an agreed term of the contract that time shall continue to be treated as the essence of contract on the part of the Consultant.

23. TERMINATION OF CONTRACT DUE TO CONSULTANT’S DEFAULT

(i) Conditions leading to termination of contract If the Consultant becomes bankrupt

or insolvent,

or, has execution levied on his goods or property or the works,

or assigns or sublets the contract or any part thereof otherwise than as provided for under conditions of this contract,

or abandons the contract,

Page 21: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

or persistently disregards instructions of the Engineer-in-Charge or contravenes any provisions of the contract,

or fails to adhere to the agreed programme of work or fails to complete the works or parts of the works within the stipulated or extended period of completion, or is unlikely to complete the whole work or part thereof within time because of poor record of progress;

or fails to take steps to employ competent and / or additional staff and labour,

or promises, offers or gives any bribe, commission, gift or advantage, either himself or through his partners, agents or servants to any officer or employee of the Engineer or the Employer, or to any person on their behalf, in relation to obtaining or execution of this or any other contract with the Employer,

or suppresses or gives wrong information while submitting the tender.

In any such case, the Superintending Engineer, U.T. Chandigarh on

behalf of the Employer may serve the Consultant with a notice in writing to that

effect and if the Consultant does not, within 7 days after delivery to him of such

notice, proceed to make good his default in so far as the same is capable of

being made good, and carry on the work or comply with such instructions as

aforesaid to the entire satisfaction of the Engineer-in-charge, the Employer shall

be entitled after giving 48 hours notice in writing to terminate the contract, as a

whole or in part or parts (as may be specified in such notice).

(ii) In such a case of termination, the Employer/ Engineer-in-charge may adopt the

following course.

Carry out the whole or part of the work from which the Consultant has

been removed by engaging another Consultant or deployment of technical staff

at site.

24. Entitlement of Employer/Engineer-in-charge

In cases described in sub-clause 20(i) above, the Employer/ Engineer-in-charge

shall be entitled to:

a. Forfeit the whole or such portion of the Performance security amount, as

he may deem fit, and

b. Recover from the Consultant the cost of carrying out the balance work in

excess of the sum, which he would have been paid, according to the

certificate of the Engineer, if the works had been carried out and

completed by the Consultant under the terms of the contract. Such

certificate shall be final and binding upon the Consultant. The amount to

be recovered may be deducted by the Employer/ Engineer-in-charge

from any other moneys due to the Consultant alone or jointly under this

or any other contract.

25. TERMINATION OF CONTRACT ON EMPLOYER/ ENGINEER-IN-CHARGE

ACCOUNT.

The Employer/Engineer-in-charge shall be entitled to terminate the

contract, at any time, should, in the Employer/Engineer-in-charge’s opinion, the

cessation of works becomes necessary, owing to paucity of funds or due to court

orders or from any other cause whatsoever. Notice in writing from the

Employer/Engineer-in-charge of such termination and reasons therefore, shall

be conclusive evidence thereof.

In case of termination of contract on Employer/Engineer-in-charge

account as described above, the claims of the Consultant towards expenditure

incurred by him in the expectation of completing the whole consultancy works,

Page 22: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

shall be admitted and considered for payment as deemed reasonable and are

supported by the documents/vouchers etc. to the satisfaction of

Employer/Engineer-in-charge.

The decision of the Employer/Engineer-in-charge on the necessity and

propriety of such expenditure shall be final and conclusive.

However, the Consultant shall have no claim to any payment of

compensation or otherwise, on account of any profit or advantage which he

might have derived from the execution of the work in full but which he could not

in consequence of termination of contract under this clause.

26. FORCE DEMAJEURE

(i) If, at any time during the currency of the contract, the performance of any

obligation (in whole or in part) by the Employer or the Consultant shall be

prevented or delayed by reason of any war, hostilities, invasion, acts of public or

foreign enemies, rebellion, revolution, insurrection, civil commotion, sabotage,

large scale arson, floods, earthquake or any other act of god, large scale

epidemics, nuclear accidents, any other catastrophic unforeseeable

circumstances, quarantine restrictions, any statutory, rules, regulations, orders

or requisitions issued by a Government department or competent authority

(hereinafter referred to as “event”) then, provided notice of the happening of

such an event is given by either party to the other within 7 days of

the occurrence thereof.

a) Neither party by reason of such event be entitled to terminate the

contract or have claim for damages against the other in respect of

such non-performance or delay in performance.

b) The obligations under the contract shall be resumed as soon as

practicable after the event has come to an end or ceased to exist.

c) If the performance in whole or part of any obligation under the

contract is prevented or delayed by reason of the event beyond a

period of 15 days, the contract may be fore closed with mutual

consent by giving a notice of 7 days without any repercussions on

either side.

d) In case of doubt or dispute, whether a particular occurrence

should be considered an “event” as defined under this clause, the

decision of the Engineer-in- Charge shall be final and binding.

e) Works that have already been measured shall be paid for by the

Engineer-in-charge even if the same is subsequently destroyed or

damaged as a result of the event. The cost of any work that has

been measured shall be borne by the Employer/Engineer-in-

charge.

f) If the contract is fore-closed under this clause, the Consultant

shall be paid fully for the work done under the contract, but not for

any defective work or work done which has been destroyed or

damaged before its measurement.

(ii) If no notice is issued by either party regarding the event within 10 days of

occurrence, the said event shall be deemed not to have occurred and the

contract will continue to have effect as such.

27. SETTLEMENT OF DISPUTES

All disputes or differences of any kind whatsoever that may arise between

the Employer/Engineer-in-charge and the Consultant in connection with or arising out of

the contract or subject matter thereof or the execution of works, whether during the

Page 23: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

progress of works or after their completion, whether before or after termination of

contract shall be settled as under: -

i) Mutual Settlement

All such disputes or differences shall in the first place be referred by the

Consultant to the Employer in writing for resolving the same through mutual

discussions, negotiations, deliberation etc. associating representatives from both the

sides and concerted efforts shall be made for reaching amicable settlement of disputes

or differences.

ii) Conciliation/ Arbitration

In case of any dispute arised on account of this agreement the matter may be

referred to the sole arbitrator i.e. Superintending Engineer, Construction Circle-I

Chandigarh and any disputes arising shall be dealt according to Engineering

Department, Chandigarh Administration Order Endorsed vide dated 31.01.2013.

iii) Settlement through Court

It is a term of this contract that the Consultant shall not approach any court of

Law for settlement of such disputes or differences unless an attempt has first been

made by the parties to settle such disputes or differences through clauses mentioned

earlier. However no court outside Chandigarh Shall have jurisdiction to adjudicate the

matter relating to this consultancy job in any way.

iv) No suspension of work

The Obligations of the Employer, the Engineer and the Consultant shall not be

altered by reasons of conciliation/arbitration being conducted during the progress of

works. Neither party shall be entitled to suspend the work on account of conciliation/

arbitration and payments to the Consultant shall continue to be made in terms of the

contract.

v) Award to be binding on all parties

The award of the Sole Arbitrator, unless challenged in court of law, shall be binding on all parties.

vi) Penalty for delay

Any penalty to be imposed shall be dealt according to prevalent CPWD

norms / standard CPWD conditions as applicable to the department.

vii) Action for Deficiency In Services

i) Consultants liability towards the Client

Consultant shall be liable to indemnify the client for any direct loss or damage accrued or likely to accrue due to deficiency in service rendered by him.

ii) Warning / Debarring

In addition to the penalty as mentioned above, warning may be issued to the

erring consultants for minor deficiencies. In the case of major deficiencies in work done

involving time and cost overrun and adverse effect on reputation of Engineering

Department, other penal action including debarring for certain period may also be

initiated as per policy of Chandigarh Administration U.T. Chandigarh.

Executive Engineer, C.P. Division No.3, Sec-16, Chandigarh.

Page 24: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

LETTER OF TRANSMITTAL From: To

Executive Engineer, C.P. Division No. 3, Sec-16, Chandigarh.

Sub: REQUEST FOR PROPOSAL FOR Designing Sports Infrastructure &

Facilities at Sports Stadium, Manimajra. Sir/Madam,

Having examined the details given in Press Notice and Bid document for the above work, I/ we hereby submit the documents related with the Eligibility Criteria & other relevant information and Financial Bid. 1. I / we hereby certify that all the statements made and information supplied

in the enclosed Forms A to G and accompanying statement are true and correct.

2. I / we have furnished all information and details necessary for post-qualification eligibility and have no further pertinent information to supply.

3. I / We submit the requisite certified solvency certificate and authorize the Executive Engineer, C.P. Division No.3, Chandigarh to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/ We also authorize Executive Engineer, C.P. Division No.3 Chandigarh to approach individuals, employers, firms and corporation to verify our competence and general reputation.

4. I/ We certify that there are no criminal proceedings pending/ ongoing in any court of law regarding any Arch. consultancy project executed by me/us. I/We also certify that all the documents and information submitted with the tender/Bid are ‘True’ & I/We stands fully responsible as per law for their genuineness and correctness. An affidavit to this affect is also enclosed as per prescribed Proforma.

5. I / We submit the requisite certificates in support of our suitability, technical knowhow and capability for having successfully completed the following works:-

Sr. No.

Name of work/ Project and location

Owner or sponsoring organization

Reference of performance certificate

1

2

3

4

5

Enclosures: Seal of bidder Date of submission SIGNATURE(S) OF BIDDER(S)

Page 25: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

FORM ‘A’ FINANCIAL INFORMATION

I. Financial Analysis – Details to be furnished duly supported by figures in

balance sheet / profit & loss account for the last three years duly certified by the Chartered Accountant, as submitted by the applicant to the Income Tax Department (Copies to be attached)

YEARS

2012-13 2013-14 2014-15 - (i) Gross Annual turn over

(ii) Profit / Loss

* In case turn over for 2014-2015. The turnover of last year’s will be considered.

SIGNATURE OF BIDDERS (S)

Signature of Chartered Accountant with Seal

Page 26: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

Financial Proposal Submission Format Form B

Subject: Consultancy Services for “REQUEST FOR PROPOSAL FOR

ENGAGEMENT OF CONSULTANT/ARCHITECT/TOWN PLANNER FOR

Designing Sports Infrastructure & Facilities at Sports Stadium, Manimajra.

Sr. No.

Description of items

Quantity

Lumpsump Fee for Service inclusive of all Taxes etc. in INR

1.

Consultancy Services for

“REQUEST FOR PROPOSAL FOR

ENGAGEMENT OF CONSULTANT/

ARCHITECT/TOWN PLANNER FOR

Designing Sports Infrastructure &

Facilities at Sports Stadium,

Manimajra (Complete job for RFP)

01 Job

Page 27: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

FORM’C’

DETAILS OF ALL WORKS OF SIMILAR CLASS DESIGNED DURING THE LAST SEVEN YEARS

ENDING LAST DAY OF THE MONTH OF March, 2015. S. No.

Name of work / project design and location

Owner or sponsoring organization

Cost of work in crores of rupees

Date of commen- cement as per contract

Stipulated date of completion

Actual date of completion

Whether performance report as per Form ‘E-1’ attached ( Yes/No)

Litigation / arbitration cases pending / in progress with details*

Name and address/ telephone number of officer to whom reference

may be made

Remarks

1 2 3 4 5 6 7 8. 9 10 11

*Indicate gross amount claimed and amount awarded by the Arbitrator. For details attached separate sheet.

SIGNATURE OF BIDDER(S)

Page 28: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

FORM’D’

PROJECT UNDER EXECUTION OR AWARDED S. No.

Name of work / project, designed and location

Owner or sponsoring organization

Cost of work in crores of rupees

Date of commencement as per contract

Stipulated date of completion

Up to date percentage progress of work

Whether performance report as per Form ‘E-2’ attached ( Yes/No)

Slow progress if any, and reasons thereof

Name and address/ telephone number of officer to whom reference may be made

Remarks

1 2 3 4 5 6 7 8. 8 9 10

Certified that the above list of works is complete and no work has been left out and the information given is correct to my knowledge and belief.

SIGNATURE OF BIDDER

Page 29: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

FORM ‘E-1’

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM “C”

1. Name of work/Project & Location

2. Agreement No.

3. Estimated Cost 4. Allotted Cost

5. Date of Start 6. Date of completion (i) Stipulated date of completion (ii) Actual date of completion.

7. Amount of compensation levied for delayed completion, if any.

8. Amount of reduced rate items, if any.

9. Performance Report 1) Quality of Work Very Good, Good / Satisfactory, Fair , Poor

2) Financial soundness Very Good, Good / Satisfactory, Fair , Poor

3) Technical Proficiency Very Good, Good / Satisfactory, Fair , Poor

4) Resourcefulness Very Good, Good / Satisfactory, Fair , Poor

5) General behavior Very Good, Good / Satisfactory, Fair , Poor

Dated: Executive Engineer or Equivalent

Page 30: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

FORM ‘E-2’

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM “D”

1. Name of work/Project & Location

2. Agreement No.

3. Estimated Cost 4. Allotted Cost 5. Date of Start 6. Stipulated date of completion 7. Up to date % age progress of

the work

Dated: Executive Engineer or Equivalent

Page 31: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

FORM “F” STRUCTURE & ORGANISATION

1. Name & Address of the bidder 2. Telephone No. /Telex No. /Fax No. 3. Legal status of the bidder (attach copies of

original document defining the legal status).

a) An Individual b) A proprietary firm c) A firm in partnership d) A limited company or Corporation e) A consortia( detail to be uploaded

&supplied)

4. Particulars of registration with various Government Bodies (attach attested photo-copy).

Organization/Place of registration Registration No. & Date

5. Permanent Account No.(attach copy of

PAN.)

6. Names and Titles of Directors & Officers with designation to be concerned with this work.

7. Designation of individuals authorized to act for the organization.

8. Has the bidder or any constituent partner in case of partnership firm, ever abandoned the awarded work before its completion? If so, give name of the project and reasons for abandonment.

9. Has the bidder or any of his constituent partners in case of partner in case of partnership firm, ever been debarred/black-listed for tendering in any Organization at any time? If so give details.

10. Has a bidder, or any constituent partner in case of partnership firm ever been convicted by the court of law? If so give details.

11. Any other information considered necessary but not included above

12. 13. 14.

SIGNATURE OF THE BIDDER (S)

Page 32: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

FORM ‘G

DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK S. No.

Designation Total Number

Number available for this work

Name Qualifications Professional experience and details of work carried out

How these would be involved in this work

Remarks

1 2 3 4 5 6 7 8 9

SIGNATURE OF BIDDER (S)

Page 33: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

ANNEXURE-I

SPECIMEN PROFORMA FOR THE AFFIDAVIT TO BE SUBMITTED BY THE APPLICANT ALONGWITH OTHER POST-QUALIFICATION DOCUMENTS. (On Judicial Stamp paper dully attested by 1st class Magistrate or Notary Public)

I,________________________S/o Sh. ___________________authorized representative of _________________with its office at ________________________ solemnly affirm and declare as under on behalf of the firm:- 1. I/ We in the name and style of __________________________had applied for

the post-qualification for the works for the REQUEST FOR PROPOSAL FOR

Designing Sports Infrastructure & Facilities at Sports Stadium, Manimajra Chandigarh.

2. The undersigned hereby certify that there are no criminal proceedings pending/ ongoing in any court of law regarding any construction project executed by me/us.

3. I/ We undertake and confirm that eligible similar works(s) has/have not been got executed through another Arch. consultant on back to back basis. Further that, if such a violation comes to the notice of Department, then I/ we shall be debarred for tendering in ENGINEERING DEPARTMENT, CHANDIGARH ADMINISTRATION contracts in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

4. The undersigned hereby certify that all the documents and information submitted with the tender/Bid are ‘True’ & I/We stands fully responsible as per law for their genuineness and correctness.

Place: _______________ Authorized Signatory of Dated: _______________ firm/Deponent VERIFICATION: I the above named signatory/deponent do hereby solemnly affirm & declare that the contents of this affidavit are true to the best of my knowledge & nothing has been concealed therein. Place: _______________ Authorized Signatory of Dated: _______________ firm/Deponent

Page 34: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

ANNEXURE-II

ENGINEERING DEPARTMENT

U.T. CHANDIGARH CRITERIA FOR EVALUATION OF THE AGENCY UNDER PARA 7.0 OF

SECTION-II OF PART-II OF THE DOCUMENT. The marking criteria for various attributes given under Para 7.0 of the bid document for ascertaining the marks scored by the agency set out in Para 7.1 shall be as under: -

Total Marks =100 (a) Marks for financial strength 15 (Max.) (b) Experience in similar nature of works 20 (Max.) (c) Performance on works (Quality) 15 (Max.) (d) Personal and Establishment 20 (Max.) (e) Presentation before selection

committee 30 (Max.)

The detailed marking system to be followed for evaluation under above attributes shall be as under: -

Attributes Evaluation

(a) Financial strength-15

Marks

(i) Average annual turnover - 12 Marks

(i)

50% marks for minimum eligibility criteria.

(ii) 100% marks for twice the minimum eligibility criteria or more.

(iii) In between (i) & (ii) –on pro-rata basis.

(b) Experience in similar class of works -20 Marks

(i) 50% marks for minimum eligibility criteria.

(ii) 100% marks for twice the minimum eligibility criteria or more.

(iii) In between (i) & (ii) –on pro-rata basis.

(c) Performance on works (Quality) – 15 marks

i) Very Good 15 ii) Good/satisfactory 10 iii) Fair 5 iv) Poor 0

(d) Personnel and Establishment - 20 Marks

Minimum Key Personnel on roll/empanelment for Evaluation Criteria

Page 35: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

S. No.

Field of Specialization Minimum Person required

Marks Total Max. Marks

Experience more than 7 years

Experience less than 7 years

Experience more than 7 years

Experience less than 7 years

1. Team Leader PG in Urban Design/Planning

1 - 5 5

2. Landscape Architect PG in Landscape Design/ Architecture

1 1 5 2 7

3. Quantity Estimator Surveyor Exp. In Landscape design

1 - 2 - 2

4. Architects with experience in Urban Planning

- 2 - 2 4

5. Civil utilities Engineers 1 1 1 1 1 6. Electrical Engineers 1 ½ 1 ½ 1

Total 20

(e) Presentation before selection committee - 30 Marks The short listed Architects will have to make presentation with computer 3D view and drawings to explain the overall concept and design of the purposed project. The Evaluation and marking will be given by the Committee constituted for the purpose.

Page 36: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

FORM OF PERFORMANCE SECURITY

BANK GUARANTEE BOND In consideration of the President of India (hereinafter called “The Government”) having offered to accept the terms and conditions of the proposed agreement between _______________________ and __________________ (hereinafter called “the said Arch. consultant(s)” for the work ______________________________ (hereinafter called “The said agreement”) having agreed to production of a irrevocable Bank Guarantee for Rs.______________ (Rupees __________________________________ only) as security/guarantee from the Arch. consultant(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement. 1. We _________________________________ (hereinafter referred to as “the Bank) hereby

undertake to (indicate the name of the bank) pay to the Government an amount not exceeding Rs.___________ (Rupees ____________________ only) on demand by the Government.

2. We _____________________________ do hereby undertake to pay the amounts due and payable

(indicate the name of the bank) under this Guarantee without any demure, merely on a demand from the Government stating that the amount claimed is required to meet the recoveries due or likely to be due from the said Arch. consultant(s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.__________ (Rupees ___________________ only).

3. We, the said bank further undertake to pay to the Government any money so demanded

notwithstanding any dispute or disputes raised by the Arch. consultant(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Arch. Consultant shall have no claim against us for making such payment.

4. We _________________________________ further agree that the guarantee herein contained

shall (indicate the name of the Bank)

remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-Charge on behalf of the Government certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Arch. consultant (s) and accordingly discharges this guarantee.

5. We __________________________________ further agree with the Government that the

government (indicate name of the bank)

shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Arch. consultant(s) form time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Arch. consultant(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Arch. consultant(s) or for any forbearance, act of omission on the part of the Government or any indulgence by the Government to the said Arch. consultant(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Arch. consultant(s).

7. We _____________________________________ lastly undertake not to revoke this guarantee except (indicate the name of Bank) with the previous consent of the Government in writing.

8. This guarantee shall be valid upto ____________________ unless extended on demand by

Government. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.___________________ (Rupees ___________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Dated the ____________________ day of_____________________ for_____________________.

(indicate the name of Bank)

Page 37: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

CPWD FORM NO. 8

CHANDIGARH ADMINISTRATION

ENGINEERING DEPARTMENT

STATE: UT Chandigarh CIRCLE: Const. Circle-II, Chandigarh

BRANCH: Chandigarh DIVISION: C.P.-3 ZONE: Chandigarh

Tender for the work of: - REQUEST FOR PROPOSAL FOR ENGAGEMENT OF CONSULTANT/ARCHITECT/TOWN PLANNER FOR DESIGNING SPORTS INFRASTRUCTURE & FACILITIES AT SPORTS STADIUM, MANIMAJRA

to be submitted by 3:00 p.m. on ……………to Executive Engineer, C.P. Division No.3, Chandigarh.

to be opened in presence of bidders who may be present at 3.00 p.m. on _________ in the office of Executive Engineer, C.P. Division No. 3, Chandigarh.

I/We have read and examined the RFP/Notice Inviting Tender, Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of Contract, Special Conditions, Schedule of Rate and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/We hereby tender for the execution of the work specified for the President of India within the time specified in the documents in accordance in all respects with the Specifications, Designs, Drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of Contract and with such materials as are provided for, by and in respects in accordance with, such conditions so far as applicable.

xxx To be filled in by the Executive Engineer

Page 38: REQUEST FOR PROPOSAL (RFP)(e-notice) …admser.chd.nic.in/uploadfiles/press/advt/UTDHDHDHDHD.pdf · ENGINEERING DEPARTMENT CHANDIGARH ADMINISTRATION U.T., CHANDIGARH REQUEST FOR PROPOSAL

CPWD FORM NO. 8 We agree to keep the tender open for ninety days from date of opening of technical bid and not to make any modifications in its terms and conditions.

A sum of Rs.1,00,000/- is hereby forwarded has been deposited in Cash / Receipt Treasury Challan / Deposit at Call Receipt of a Scheduled Bank/ Demand Draft of a Scheduled Bank further, if I/we fail to commence the work as specified, I/we agree that President of India or his successors in office shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the Performance Guarantee absolutely, otherwise said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein . Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work. I/We hereby declare that I/we shall treat the RFP/tender documents, drawings and other records connected with the work as Secret / Confidential documents and shall not communicate information / derived there from to any person other than a person to whom I/we am/are may authorized to communicate the same or use the information in any manner prejudicial to the safety of the State. Dated ..................................... Signature of bidder .................................... Witness: - ................................ Postal Address: - ...............................................

Address: - ...............................

Occupation: - .......................... Telephone No. Fax:- E-Mail:- ACCEPTANCE

The above RFP/tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs.......................... (Rupees.....................................................................................

The letters referred to below shall form part of this contract agreement. For & on behalf of the President of India.

i) …………………… Signature ................................................ ii) …………………… iii) ……………………. iv) ……………………

Dated: - ................................. Executive Engineer, C.P. Division No.3, Sec-16, Chandigarh.