59
TENDER DOCUMENT FOR PROVIDING CONSULTANCY SERVICES FOR DEVELOPMENT OF MUSEUM AND INTERPRETATION CENTER OF SHAHJAHANABAD NEAR LAHORI GATE OFFICE OF THE EXECUTIVE ENGINEER (PR)/CITY-SADAR PAHAR GANJ ZONE 3RD FLOOR, OLD HINDU COLLEGE BUILDING, KASHMERE GATE, DELHI-110006 1

SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

TENDER DOCUMENTFOR

PROVIDING CONSULTANCY SERVICES FOR DEVELOPMENT OF MUSEUM AND INTERPRETATION CENTER OF SHAHJAHANABAD NEAR LAHORI GATE

OFFICE OF THE EXECUTIVE ENGINEER (PR)/CITY-SADAR PAHAR GANJ ZONE3RD FLOOR, OLD HINDU COLLEGE BUILDING,

KASHMERE GATE, DELHI-110006

1

Page 2: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

DISCLAIMER

The information contained in this tender document or subsequently provided to Bidder(s) or Applicant’s whether verbally or in documentary form by or on behalf of North Delhi Municipal Corporation (NDMC) or any of their employees or advisors, is provided to the Bidders on the terms and conditions set out in this tender document and all other terms and conditions subject to which such information is provided.

This tender document is not an agreement and is not an offer or invitation by the NDMC to any parties other than the Applicants who are qualified to submit the proposal’s Bidder(s). The purpose of this document is to provide the Bidders with information to assist the formulation of their proposals. This document does not purport to contain all the information each bidder may require. This document may not be appropriate for all persons, and it is not possible for NDMC, their employees or advisors to consider the investment objectives, financial situation and particular needs of each Bidder who reads or uses this document. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this document and where necessary obtain independent advice from appropriate sources. The NDMC, their employees and advisors make no representation or warranty and shall incur no liability under any Law statute rules or resolutions as to be accuracy reliability or completeness of the RFP document.

The NDMC may in their absolute discretion but with out being under any obligation to do so, update amend or supplement the information in this document.

2

Page 3: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

DOCUMENT CONTROL SHEET

Name of Work – Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate

Tender Document No D/EE(Pr.)/City-SPZ/2018-19/06 dated 04.05.2018

Name of the Agency

Date of issue

Last Date for submission of queries 21.05.2018 – 5.00 p.m.

Date for Pre bid Meeting 22.05.2018 at 12.00 noon

Venue of Pre bid Meeting O/o Chief Engineer-III,08th floor, Dr. S.P.Mukharjee Civic Centre,Minto Road, New Delhi-110001

Last Date & Time for Receipt of bid 06.06.2018 by 3.00 PMat the Office of the Superintending Engineer City-SP Zone North Delhi Municipal CorporationRoom No. 202, 2nd Floor, Nigam Bhawan, Kashmere Gate, Delhi-06

Address for Communication Executive Engineer (Pr.)City- SP Zone, 3rd floor, Old Hindu College Building, Kashmere Gate, Delhi-110006Phone: 011-23988845

NOTE: This RFP Document is not transferable.

3

Page 4: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

TABLE OF CONTENTSSection: - Title

1. INVITATION FOR BIDS (IFB)

2. INSTRUCTION TO BIDDERS

3. GENERAL CONDITION OF THE CONTRACT

4. TERMS OF REFERENCE (TOR) FOR THE PROPOSAL

5. TECHNICAL BID FORMAT

6. FINANCIAL BID FORMAT

7. ANNEXURES (‘A’ to ‘G’)

4

Page 5: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

NORTH DELHI MUNICIPAL CORPORATION OFFICE OF THE EXECUTIVE ENGINEER (PR)/City-SP ZONE,

3RD FLOOR, OLD HINDU COLLEGE BUILDING, KASHMERE GATE, DELHI-110006

SECTION IInvitation For Bids (IFB)

Bid No. ______________________ Dated_________________

Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate

1. The North Delhi Municipal Corporation invites the bids through two bids system i.e. Technical Bid (manually / online) and Financial Bid (Only online) in sealed cover on Lump sum Rates from the eligible Bidders for “Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate”.

2. Interested eligible Bidders may download the tender documents from website www.mcdonline.gov.in and may also obtain from the office of:

NORTH DELHI MUNICIPAL CORPORATION OFFICE OF THE EXECUTIVE ENGINEER (PR)/CITY-SP ZONE,

3RD FLOOR, OLD HINDU COLLEGE BUILDING, KASHMERE GATE, DELHI-110006Telephone-011-23988845

3 The tender documents consist of two parts (Part A: - Instruction to Bidders, Contracts and Part B: Term of Reference (ToR), formats for technical and financial bid. The document may be obtained by any interested eligible Bidder on submission of written application to the above and upon the payment of a non-refundable fee of Rs. 1,000/-(Rupees One Thousand only) in the shape of demand draft in favour of Commissioner, North Delhi Municipal Corporation latest by 04.06.2018. Applications received after 3.00 P.M. on 04.06.2018 shall not be entertained.

4 Sealed Proposal must be received at the above mentioned office only and accompanied by a refundable Earnest Money of Rs. 81,000/- (Rs. Eighty One Thousand only) so as to reach before 3.00 P.M. on 06.06.2018 by post or by dropping in the tender box at the address mentioned below-

Office of The Superintending Engineer /City-SP Zone,Room No. 202, 2nd Floor, Nigam Bhawan, Kashmere Gate, Delhi-110006Telephone-011-23913756

5 The Technical Proposals shall be submitted in cover clearly marked “Technical Bid”. Financial bid shall be received online only. The second envelope shall contain Earnest Money and non refundable tender document fee Rs. 1,000/- (Rupees One thousand only), in case of down load of tenders from website.

6 Part-I (Technical Bid) will be opened on 06.06.2018 in the presence of Bidder’s representatives who choose to attend at 3.15 P.M. in the Office of the Office of The Superintending Engineer /City-SP Zone,Room No. 202, 2nd Floor, Nigam Bhawan, Kashmere Gate, Delhi-110006

7 Bids not accompanied by Earnest Money in prescribe form or tenders not accompany with tender cost, in case downloaded from website shall be summarily rejected.

8 Part-II (Financial Bid/Online only) of only those Bidders, who are found substantially suitable in the technical bid on evaluation as per benchmark established by NDMC’s Evaluation Committee will be opened on 13.06.2018 (Tentative) at 03.00 pm in the Office of the Office of The Superintending Engineer/City-Sp Zone, Room No. 202, 2nd Floor, Nigam Bhawan, Kashmere Gate, Delhi-110006

Note 1 : The financial bid is to be submitted online only. However, in case of any technical exigency, department may decide to accept it manually also for which prior declaration will be given by

5

Page 6: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

the department. In case of manual submission of the financial bid, amount quoted should be neatly covered with the transparent tape failing which the bid will be rejected.

Note 2 : In case, financial bid is allowed on manual basis, it shall be placed in another envelope in sealed cover & marked Financial Offer for “Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate”.

Note 3 : If any information furnished by the applicant is found incorrect at a later stage, he shall be liable to be debarred from tendering/ taking up of work in NORTH DMC. The department reserves the right to verify the particulars furnished by the applicant independently.

Note 4 : Conditional tenders are liable to be rejected.

9 Financial Bid of those Bidders not substantially responsive shall be returned to the Bidders unopened.

EVALUATION CRITERIA

Considering the importance and complexity of proposal, consultancy firm is to be procured on “Quality and Cost Based Selection (QCBS)” method with Quality / Cost weightage @ 70:30 as envisaged in “MANUAL FOR PROCUREMENT OF CONSULTANCY & OTHER SERVICES 2017” published by Ministry of Finance, Department of Expenditure.The bidders qualifying the eligibility criteria will be evaluated for following criteria on the basis of details furnished by them:

S. N. Attributes Forms Max Marksa) Financial Strength 20

i Average annual Turnover Form-A 16

ii Solvency certificate Form-B 4

b) Experience of bidder in similar class of work Form-C 20

c) Performance on works (time over run)

Form-E 20

d) Performance on works (Quality)

Form-E 15

e) Methodology to be adopted 25

To become eligible for qualification, the bidder must secure at least 70% marks in each & 80% marks in aggregate. The department, however, reserves the right to restrict the list of such qualified contractors to any number deemed suitable by it.

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 failure/ weaknesses etc.

c) He must give undertaking that he is not blacklisted /debarred in any Govt. Department.

The “Envelope –I” will be opened first in the presence of the intended bidders and if any bidder will not meet with the eligibility criteria stated above then his “Envelope-II” containing financial bid online/manual will not be opened.

Note: The average value of performance of works for time overrun and quality shall be taken on the basis of performance report of the eligible similar works.

Attributes Evaluation

6

Page 7: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

(a) Financial Strength (20 marks)(i) Average annual turnover -

16 marks(ii) Solvency Certificate -

4 marks

(i) 60% marks for minimum eligibility criteria(ii) 100% marks for twice the minimum eligibility criteria or moreIn between (i) & (ii) – on pro-rata basis

(b) Experience in similar class of works (20 marks)

(i) 60% marks for minimum eligibility criteria(ii) 100% marks for twice the minimum eligibility criteria or moreIn between (i) & (ii) – on pro-rata basis

(c) Performance on works (time over run) (20 marks)Parameter Calculation for points

Score Maximum Marks

If TOR =(i) Without levy of compensation(ii) With levy of compensation(iii) Levy of compensation not decided

1.00 2.00 3.00 > 3.5020 15 10 1020 5 0 -520 10 0 0

20

TOR = AT/ST, where AT=Actual Time; ST=Stipulated TimeNote: Marks for value in between the stages indicated above is to be determined by straight line variation basis.(d) Performance of works (quality) (15 marks)

(i) Outstanding 15(ii) Very Good 10(iii) Good 5(iv) Poor 0

(e) Methodology to be adopted 0-25

Note: Circular No. D/4/EE(P)-III/06 dated 07-03-06 regarding security deposit and Circular No. D/398/EE(P)-III dated 17-06-05 regarding earnest money will be applicable, Circular No. D/SE(QC)/2006/1571 dated 25-10-06, Circular No. SE(QC)/06-07/D-2816 & 2817 dated 20-02-07, D/SE(QC)/2009/10174 dated 23-02-09 regarding quality assurance of work, Circular No. D/167/EE(P)-III/06-07 dated 11-12-06 regarding deleting of arbitration clause from General Condition of contract, D-08/EE(P)-III/NDMC/2012-13 dated 27-11-12 regarding amendment in General Condition of Contract Clause of 10CA, D-03/EE(P)-III/NDMC/2014-15 dated 11-04-14 regarding open space near tree for percolation of water, D-08/EE(P)-III/NDMC/2014-15 dated 06.05.14 regarding amendment in G.C.C Clause 36, D/10/EE(P)-III/NDMC/2014-15 dated 07-05-14 regarding condition for procurement of cement and steel, D/22/EE(P)-III/NDMC/2014-15 dated 10.06.14 regarding implementation of Clause 7,9,17 & 15, D/09/EE(P)III/North DMC/2016-17 dated 09-06-15 dated 09-06-15 regarding additional conditions as per directives of Hon’ble NGT orders in OA No. 21/2014, D/06/EE(P)III/North DMC/2016-17 dated 16-06-16 regarding special conditions as per directives of Hon’ble NGT & EIA Guidance Manual shall be followed and applicable.

NORTH DELHI MUNICIPAL CORPORATION OFFICE OF THE EXECUTIVE ENGINEER (PR)/CITY-SP ZONE,

3RD FLOOR, OLD HINDU COLLEGE BUILDING,KASHMERE GATE, DELHI-110006

7

Page 8: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

NORTH DELHI MUNICIPAL CORPORATION No.: EE (Project)/CITY- SPZ/ 2018-19/06 Dated: 04.05.2018

Notice Inviting TenderProposals are invited from reputed Consultants for services of “Providing Consultancy Services for

Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate”.

Background

North Delhi Municipal Corporation has an “Haveli” structure built in the year 1929 in the heart of city at Lahori Gate Chowk in old Delhi. The Haveli is a grand structure which reminisces the old glory of Chandni Chowk. The said Haveli was restored in 2004 with the MPLAD Fund of Sh. Vijay Goel, MoS for Youth Affairs & Sports, GoI. Now, it is proposed by Sh. Vijay Goel, that the haveli be converted into a Museum. However, the structure needs fresh maintenance and renovation for converting it into a Museum. North DMC intends to engage a suitable consultant / architect.

Who can Apply

a. Bidder should have satisfactorily completed similar nature of 01 work costing more than 32.30 Lacs or 02 works costing more than 24.20 Lacs or 03 works costing more than 16.15 Lacs, in the last 07 years ending previous day of last date of submission of tenders.

b. Similar nature of work means Architectural & Structural Design Consultancy regarding conservation and redevelopment / adaptive re-use projects within the precincts of the Walled City, Shahjahanabad.

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

d. The bidder should have average Annual Financial Turnover of Rs. 20.20 lacs during last three financial years ending 31st March, 2017.

e. The bidder should not have incurred any loss more than 2 years during the last 5 years ending 31 st March, 2017.

f. The bidder should have a solvency of Rs. 16.15 lacs.

Earnest Money

Rs. 81,000/- (Rupees Eighty one thousand only) in the form of Treasury challan/deposited at Call Receipt of a Scheduled Bank guaranteed by the Reserve Bank of India/Banker’s Draft of a scheduled Bank/Demand Draft of a Scheduled Bank/Fixed deposit receipt (FDR) of a Scheduled Bank in favour of Commissioner, NDMC.

How to Apply

The Tender document may be collected from the address given below from 04.05.2018 to 04.06.2018 on all working days between 10:00 to 17:00 hrs. along with a non refundable document fee of Rs. 1000/- (Rupees One Thousand only) in cash or in the form of Demand Draft/Pay order in favour of Commissioner, NDMC. Executive Engineer (Project)/ City - SP Zone3rd Floor, Old Hindu College BuildingKashmere Gate, Delhi-110006Ph. No. 011-23988845

The Tender document form may also be down loaded from the official website of NDMC, i.e. www.mcdonline.gov.in , on or before 05:00 PM of 04.06.2018. The downloaded bid documents may be used for tender purposes accompanied with the draft for the tender cost in favour of Commissioner NDMC.

The proposal shall contain the following:

8

Page 9: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

1. Technical Bid2. Financial Bid

The Technical Proposals shall be submitted in cover clearly marked “Technical Bid”. Financial bid shall be received online only. The second envelope shall contain Earnest Money and non refundable tender document fee Rs. 1,000/- (Rupees One thousand only), in case of down load of tenders from website.The tenders not accompanied by Earnest Money in prescribed form shall be summarily rejected. Financial bid shall be received ONLINE only. Financial Bid of those Bidders not substantially responsive shall not be opened.

The bidders qualifying the eligibility criteria will be evaluated for following criteria on the basis of details furnished by them:

S. N. Attributes Forms Max Marksa) Financial Strength 20

i Average annual Turnover Form-A 16

ii Solvency certificate Form-B 4

b) Experience of bidder in similar class of work Form-C 20

c) Performance on works (time over run)

Form-E 20

d) Performance on works (Quality)

Form-E 15

e) Methodology to be adopted 25

To become eligible for qualification, the bidder must secure at least 70% marks in each & 80% marks in aggregate. The department, however, reserves the right to restrict the list of such qualified contractors to any number deemed suitable by it.

Activity schedule

The schedule of the issue/pre-bid meeting/receipt of tender shall be as under:

S.N. Activity Date & time1 Sale of tender documents from Divisional office and

downloading from NDMC Website.04.05.2018 to 04.06.2018 3.00 P.M.

2 Receipt of pre-bid queries, 21.05.2018, 5.00 P.M.3 Date, Time & Place of Pre-bid meeting 22.05.2018 at 12.00 Noon at O/o Chief Engineer-III,

8th floor, Dr. S.P.Mukharjee Civic Centre, Minto Road, New Delhi-110001

4 Submission of tender documents. 06.06.2018 at 3.00 P.M.5 Opening of technical bid. 06.06.2018 at 3.15 P.M.6 Opening of financial bids of technically qualified

bidders.13.06.2018 at 3.00 P.M.*

*Tentative

If any information furnished by the applicant is found incorrect at a later stage, he shall be liable to be debarred from tendering/ taking up of work in NDMC. The department reserves the right to verify the particulars furnished by the applicant independently. Conditional Tenders are liable to be rejected.

If any of the above days happen to be holiday, then the tenders will be sold/received and opened on the next working day at the same time.

9

Page 10: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

The applicant must submit the proposals duly filled with prescribed documents in sealed cover in the office of Superintending Engineer /City-SP Zone, Room No.202, 2nd floor, Nigam Bhawan, Kashmere Gate Delhi-110006 upto 06.06.2018, 3.00 P.M. and technical bid will be opened on the same day at 3.15 P.M.

Executive Engineer (Project)City-SP Zone

North Delhi Municipal Corporation

10

Page 11: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

SECTION IIINSTRUCTIONS TO BIDDERS

1. General Those instructions set out the requirements for the preparation of proposal in a form acceptable to the North Delhi Municipal Corporation (hereinafter referred to as “NDMC”).

The Bidders are invited to submit a technical and a financial proposal for the services of “Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate”. The NDMC will select firm among the shortlisted firms in accordance with the method of selection indicated in this tender documents. The proposal will be the bases for contract negotiations and ultimately signing the contract with selected firm/consortium.

2. Invitation of Submit a ProposalThis “tender documents” comprises:- Covering Letter- Instructions to Bidders- Terms of Reference- Forms of Proposal

3. Clarifications Bidders requiring any clarification on the tender document may notify NDMC in writing or by facsimile. At its sole discretion, NDMC forward to each Bidder, a copy of NDMC response including a description of the enquiry but without identifying its source.

All correspondence / enquiries should be submitted to the following in writing by fax / registered post / courier: Address : NORTH DELHI MUNICIPAL CORPORATION

OFFICE OF THE EXECUTIVE ENGINEER (PR), City-S. P. ZONE3rd Floor, Old Hindu College Building,Kashmere Gate, Delhi-110006

Phone : 011-23988845

4. Amendments to RFP4.1 At any time prior to the Proposal Due Date, as indicated in the tender documents, Time Schedule, NDMC may,

for any reason, whether at its own initiative or in response to clarifications requested by Bidder, amend the tender documents by the issuance of corrigendum.

4.2 Any Addendum thus issued would be in writing and sent to all the Bidders who have received and acknowledged the tender document and shall be binding upon them. Bidders shall promptly acknowledge receipt thereof to NDMC.

4.3 In order to afford Bidders reasonable time to take the corrigendum into account, or for any other reason, NDMC may, its discretion, extend the Proposal Due Date.

5. Language and Currency.5.1 The Proposal and all related correspondences and documents shall be written in English language.5.2 The currency for the purpose of the Proposal shall be the Indian Rupee (INR).

6. Validity of Proposal6.1 The Proposal shall remain valid for a period not less than One hundred and fifty days (150) days from the

Proposal Due Date. NDMC reserves the right to reject any proposal/all proposals that does not meet this requirement without assigning any reasons.

6.2 Prior to expiry of the Proposal Validity Period, NDMC may request the Bidders to extend the period of validity for a specified additional period.

6.3 The Successful Bidder shall, where required, extend the Proposal Validity Period till the date of execution of the consulting contract.

7. Site Visit

11

Page 12: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

Bidders may carry out site visit at any time at their cost prior to preparation of proposal. 8. Preparation of Technical Proposal

While preparing the technical proposal, the bidder must give particular attention to the following:a. It is desirable that the majority of key professional staff be permanent employees of the firm.b. If required the Bidder shall be asked to make a presentation before NDMC/Committee constituted for this

purpose.

The technical proposal must provide the following information:i)Financial details/information as per Form – A.

ii)Solvency Certificate issued by the Bank Form – B.iii)Details of all similar works completed in the last seven years as Design Consultants as per Form – C.iv)Details of all projects underway or awarded as Design Consultant as per Form – D.v)Performance on Completed or ongoing works shall be furnished as per Form – Evi)Anti – Collusion certificate as per Form – F.vii)Approach and methodology to be adopted.

viii)Earnest money.ix)Cost of tender, in case downloaded from website.

Any additional information required as per this document.

9. Preparation of Financial Proposal9.1 The quoted rates of the bidder for consulting services should be inclusive of all the taxes, duties. 9.2 Condition for G.S.T : G.S.T including surcharge as applicable on date of receipt of tender will be deducted

from the contractor’s dues.9.3 Cost must be expressed (and will be paid) only in Indian Rupees (INR).9.4 The bidders who are Non Residents Indian (NRI) or are from outside India are requested to clearly state

whether they have office in India or not. If they have any office in India, they are requested to give the address of their office situated in India.

10. Submission of Proposal10.1 Bidders would provide all the information as per this tender document and in the specified format. NDMC

reserves the right to reject any Proposal that is not in the specified format.10.2 The Proposal should be submitted in two covers along with tender cost Rs. 1000/- (In case of down load of

tenders from website) and earnest money.

Part I – Technical BidTechnical Bid as per the format described in Section V, along with relevant supporting documents.

Part II – Financial BidFinancial Bid as per the financial bid format described in Section VI.

10.3 The Bidder shall prepare one original copy of the Technical Bid, clearly marked “ORIGINAL”. In addition, the Bidder shall make one more copy of the same, clearly marked “DUPLICATE”. In the event of any discrepancy between the original and the copies, the original shall prevail.

10.4 If the proposal consists of more than one volume. Bidder must clearly number the volumes and provide an indexed table of contents.

10.5 The Proposal and its copy shall be typed or printed. All the alterations, omissions, additions, or any other amendments made to the Proposal shall be initialed by the person(s) signing the Proposal.

10.6 An authorized representative of the firm should initial all pages of the proposal, and also submitted the proof of authorization.

11. Sealing and Marking of Proposals

11.1 The Bidder shall seal the Part I and Part II of the Proposal in separate envelopes, duly marking the envelopes as “PART I: TECHNICAL BID” and “PART II: EARNEST MONEY & TENDER COST”.

12

Page 13: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

11.2 The original and duplicates of the Proposal shall be provided in separate envelopes, duly marking the outer envelopes as “ORIGINAL” and “DUPLICATE”.

11.3 All the envelopes shall indicate the Name and Address of the Bidders.11.4 All the envelopes shall clearly bear the following identification:

“Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate”.

11.5 All the envelopes shall be addressed to:

Address : NORTH DELHI MUNICIPAL CORPORATIONOFFICE OF THE SUPERINTENDING ENGINEER / CITY – S P ZONERoom No. 202, 2nd Floor, Nigam Bhawan, Kashmere Gate, Delhi-110006

Phone : 011-2398884511.6 If the envelopes are not sealed and marked as instructed above, the Proposal may be deemed to be non-

responsive and liable for rejection. NDMC assumes no responsibility for the misplacement or premature opening of the proposal submitted if the same is not in accordance with the prescribed format.

12. Proposal Due Date12.1 Proposal should be submitted before 1500 Hrs (IST) on or before 06.06.2018 at the address:

OFFICE OF THE SUPERINTENDING ENGINEER / CITY – S P ZONERoom No. 202, 2nd Floor, Nigam Bhawan, Kashmere Gate, Delhi-110006Telephone-011-23913756

12.2 NDMC, at its sole discretion, may extend the Proposal Due Date by issuing an Addendum.

13. Late Proposals.Any Proposal received by NDMC after the Proposal Due Date will be returned unopened to the Bidder.

14. Modification and Withdrawal of Proposals.14.1 The Bidder may modify or withdraw its Proposal after submission, provided that written notice of the

modification or withdrawal is received by NDMC before the Proposal Due Date. No Proposal shall be modified or withdrawn by the Bidder after the Proposal Due Date.

14.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with the provisions of Clause 11 with envelopes additionally marked “MODIFICATION” or “WITHDRAWAL” and also “PART I: TECHNICAL BID” or “PART II: EARNEST MONEY AND TENDER COST” as appropriate.

15. Earnest Money15.1 The Bidder shall furnish, as a part of his bid, an Earnest Money of Rs. 81,000/- (Rupees Eighty One Thousand

only). The Earnest Money shall remain valid for a period of 30 days beyond the original validity period of the bid, and beyond any extension period subsequently requested.

15.2 The Earnest Money shall in the form of Treasury challan/deposited at Call Receipt of a Scheduled Bank guaranteed by the Reserve Bank of India, Banker’s Draft of a scheduled Bank/Demand Draft of a Scheduled Bank/Fixed deposit receipt (FDR) of a Scheduled Bank in favour of Commissioner, NDMC payable at Delhi.

15.3 Any bid not accompanied by an acceptable Earnest Money shall be summarily rejected by the NDMC as nonresponsive.

15.4 The Earnest Money of unsuccessful Bidders will be returned after the expiration of the period of bid validity on receipt of written request.

15.5 The Earnest Money of the successful Bidder will be returned when the Bidder has signed the Agreement and furnished the required performance security.

15.6 The Earnest Money may be forfeited:a. If a Bidder withdraws its Bid during the period of bid validity, orb. If the Bidder does not accept the correction of arithmetic errors in his bid price, or

(i) In the case of a successful Bidder, if the Bidder fails within the specified time to sign the agreement.

13

Page 14: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

16. Test of Responsiveness 16.1 Prior to evaluation of Proposals, NDMC will determine whether each Proposal is responsive to the

requirements of the tender documents. A Proposal shall be considered responsive if:a) It is received before 1500 Hrs. (IST) on the Proposal Due Date.b) Proposals are accompanied by Earnest Money as in Clause 15.c) It is signed, sealed and marked as stipulated in Clause 11.d) It contains the information and documents as requested in tender documents.e) It contains information in the format as specified in tender documents.f) It mentions the validity period as set out in Clause 6.g) It provides the information in reasonable details (“Reasonable Detail” means that, but for minor deviations, the

information can be reviewed and evaluated by NDMC without communication with the Bidder). NDMC reserves the right to determine whether the information has been provided in reasonable detail.

h) There are no inconsistencies between the Proposal and the supporting documents.16.2 A Proposal that is substantially responsive is one that conforms to the preceding requirements without

material deviation or reservation. A material deviation or reservation is one which.a) Affects in any substantial way, the scope, quality or performance of the Project orb) Limits in any substantial way, inconsistent with the tender document, NDMC’s rights or the Bidder’s

obligations under the agreement, orc) Unfairly affects the competitive position of other Bidder presenting substantially responsive bids.

16.3 NDMC reserves the right reject any Proposal which in its opinion is non-responsive and no request for modification or withdrawal shall be entertained by NDMC in respect of such Proposals.

17. Performance Security (Not applicable)17.1 Within 15 (Fifteen) calendar days from the date of issue of the Letter of Acceptance from the NDMC, the

successful Bidder shall furnish to the NDMC a Performance Security of an amount of 5% (five percent) of the Contract Price as is specified in Sec. III Clause 2.5 and in accordance with the Conditions of Contract in one of the following forms:.

I. Government securitiesII. Fixed Deposit Receipt (FDR) of a Scheduled Bank.III. An irrevocable bank guarantee bond of any scheduled bank or the State Bank of India in the

prescribed form given in Annexure.17.2 Failure of the successful Bidder to provide the requisite Performance Security shall constitute grounds for

annulment of the award and forfeiture of the Earnest Money made at the time of bidding.17.3 Performance Security shall remain valid for the entire period up to award of the civil work (tentatively 15

months) plus construction period, (which at present is expected to be 24 months) plus further 12 months for defect liability/guarantee period.

17.4 Claim period of performance security shall be 03 months beyond its validity period.

18. Pre-bid Meeting:18.1 The Bidder or his official representative is invited to attend a pre-bid meeting which will be held in the office of

the Chief Engineer, SP Zone, 08th floor, S.P.M. Civic Center, Minto Road New Delhi as per the schedule given above.

18.2 The Purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

18.3 The Bidder is requested to submit any question in writing or by fax to reach the NDMC on or before 15.05.2018 05:00 p.m..

19. Evaluation of ProposalProposals will be assessed in accordance with good professional practices.The specific evaluation criteria are given as under:

S.NO PARAMETER SCORE1 Technical Bid 100

1.1 Experience in Providing consultancy or execution of works of similar 30

14

Page 15: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

nature (last seven years).1.2 Annual turnover (last three year) 101.3 Key personnel – general qualifications, appropriate experience

and track record, experience in the region/state, and their availability.30

1.4 Approach and methodology for the Project 201.5 Infrastructure for the Project 10

Financial submission of only those Bidders who achieve the Benchmark Score for their technical proposal would be opened.

20. Evaluation Methodology20.1 Considering the importance and complexity of proposal, consultancy firm is to be procured on “Quality and

Cost Based Selection (QCBS)” method with Quality / Cost weightage @ 70:30 as envisaged in “MANUAL FOR PROCUREMENT OF CONSULTANCY & OTHER SERVICES 2017” published by Ministry of Finance, Department of Expenditure.

20.2 Financial bida. Financial proposals shall be opened for only those Bidders who would have obtained benchmark score in

technical bid section.b. NDMC shall notify in writing to the bidders that pass the minimum technical score, and intimate the date and time

for opening the financial proposal. On opening the financial proposals the NDMC will notify the concerned Bidders.

20.3 The Bidder quoting the lowest price bid (as decided by QCBS method) shall be invited for negotiation if required.

21. Negotiations 21.1 The objective of negotiations is to reach an agreement on all points and sign a contract. The negotiations shall

be held with the lowest bidder amongst the qualifiers.21.2 Negotiations will include discussions on technical proposal, work plan, staffing and on the financial bid.21.3 In the event the negotiations fail with lowest Bidder, NDMC will have liberty to negotiate with the next lowest

bidder.

22. NDMC’s Right to Accept or Reject Proposal22.1 NDMC reserves the right to accept or reject any or all of the Proposals without assigning any reasons and to

take any measure as it may deem fit, including annulment of the bidding process, at any time prior to award of Consultancy Contract, without liability or obligation for such acceptance, rejection and annulment.

22.2 NDMC reserves the right to invite revised Proposals from Bidders with or without amendment of the RFP at any stage, without liability or any obligation for such invitation and without assigning any reason.

22.3 NDMC reserves the right to reject any Proposal if at any time:a) a material misrepresentation made at any stage in the bidding process is uncovered; orb) the Bidder does not respond promptly and thoroughly to requests for supplemental information required for the

evaluation of the proposal. This would lead to the disqualification of the Bidder. If such disqualification / rejection occur after the Bids have been opened and the Successful Bidder get disqualified / rejected, then NDMC reserves the right to:

i declare the bidder biding the next lowest bid, as the Preferred Bidder, and where warranted, invite such Bidder to equal or lower the rates secured by such disqualified Successful Bidder; or

ii take any such measure as may be deemed fit in the sole discretion of NDMC, including annulment of the bidding process.

22.4 Conditional proposals shall not be accepted.

23. Confidentiality Information relating to the examination, clarification, evaluation and recommendation for the short-listed bidders would not be disclosed to any person not officially concerned with the process. NDMC would treat all information submitted as part of the Proposal in confidence and will ensure that all who have access to such material treat it in confidence. NDMC would not divulge any such information unless ordered to do so by any Government authority that has the power under law to require its disclosure.

15

Page 16: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

16

Page 17: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

SAMPLE FORM PERFORMANCE BANK GUARANTEE (Not applicable)

To:

OFFICE OF THE EXECUTIVE ENGINEER (PR) CITY-SP ZONE,3RD FLOOR, OLD HINDU COLLEGE BUILDING,KASHMERE GATE, DELHI-110006

WHEREAS _______________________________________ {name and address of Bidder} hereinafter called out “Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate”. (hereinafter called the Contract);

AND WHEREAS it has been stipulated by you in the said Contract that the Bidder’s shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligation in accordance with the Contract;

AND WHEREAS we have agreed to give the Bidder such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Bidder, up to a total of Rs. {amount of Guarantee} _________________________________________ {in word}, such sum being payable Indian Rupees in which the contract price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument any sum or sums within the limits of _______________________________ {amount of Guarantee} as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Bidder before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between you and the Bidder shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

The guarantee shall be valid until the date of issue of the Defects Liability Certificate.

SIGNATURE AND SEAL OF THE

GUARANTOR: _____________________________

NAME OF BANK: ___________________________

ADDRESS: ________________________________

DATE: ____________________________________

17

Page 18: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

ADVISORY SERVICES AGREEMENT

“Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate”.

Contract Number:

This Agreement made this _______________ day of ______________ 20 ______ between Executive Engineer (Pr)/CITY-SPZ, on behalf of Commissioner, North Delhi Municipal Corporation (hereinafter called the Employer) of the one part and ________________________________________ ( hereinafter called the Bidder) of the other part.

Whereas the Employer is desirous to hire Consulting services for “Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate”.and has accepted a Bid by the Bidder for the execution and completion of such works and the remedying of any defects therein.

Now this Agreement witnessed as follows:

1. The following documents shall be deemed to form and be read and considered as part of this Agreement, viz.:

(a) The Letter of Acceptance;(b) The Instruction to Consultants;(c) The Technical Bid;(d) Terms of Reference & Schedule of Payment; and(e) The Financial Bid(f) General conditions of the contract(g) Scope of work

2. In consideration of the payments to be made by the Employer to the Consultant as hereinafter mentioned, the Consultant hereby covenants with the Employer to carry out the works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Consultant in consideration of the execution and completion of the works and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the contract.

In witness whereof the parties hereto have caused this Agreement to be executed on ________ day of ________________ month and year ___________________

Signed, Sealed and Delivered in the presence of:

Binding Signature of Employer

Binding Signature of Consultant

18

Page 19: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

SECTION IIIGENERAL CONDITIONS OF THE CONTRACT

1 Language And Law

1.1 The language of the contract is English and the law governing the contract is that in force in the NCT of Delhi, India.

2 Definitions

2.1 “NDMC” means the North Delhi Municipal Corporation

2.2 “The Consultant” means the firm or company with whom the Contract is placed.

2.3 “The Consultancy Contract” means the contract between NDMC and the Consultant consisting of this Contract and the documents listed therein.

2.4 “The Services” means those activities more particularly defined in Section IV (Term of Reference/Scope of Work) as referred to tender document.

2.5 “The Contract Price” means the total Contract price to be paid by NDMC to the Consultant for the performance of their obligations under this contract.

2.6 “The Contractor” means the Construction Contractor for “The Contractor” means the Construction Contractor for “Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate”.

3 Previous Communications3.1 This Contract constitutes the entire agreement and supersedes all previous commutations between the parties.

4 Notice 4.1 Any notification under this Contract shall be served on the party concerned when received by hand delivery,

courier delivery, or registered letter at the address given below:

Address : NORTH DELHI MUNICIPAL CORPORATIONOFFICE OF THE EXECUTIVE ENGINEER (PR)/ CITY-SP ZONE3RD FLOOR, OLD HINDU COLLEGE BUILDING,KASHMERE GATE, DELHI-110006

Phone : 011-23988845

5 Obligations Of The Consultant5.1 The Consultant shall perform the services and carry out their obligation hereunder with all due diligence,

efficiency and economy, in accordance with generally accepted professional techniques and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe and effective equipment, machinery, materials and methods. The consultant shall always act, in respect of any matter relating to this contract or to the Services, as faithful adviser to the NDMC, and shall at all times support and safeguard the NDMC’s legitimate interests in any dealing with third parties.

5.2 The consultant is bound to supervise the work of the contractor through out the day and night if the work goes on executing in day and night to achieve the mile stone of progress of work.

6 Delegation 6.1 The Executive Engineer (Pr)/CITY-SP Zone of the Engineering Department of NDMC or any other competent

person appointed by the Employer and notified to the Consultant to act in replacement of Executive Engineer (Pr)/CITY-SP Zone, is designated by the Employer to represent the Employer in all dealing with the Consultant concerning the work, including administering the contract, certifying payments due to the Consultant, issuing and valuing variations to the Contract, awarding extensions of time, and valuing the compensation Events

19

Page 20: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

6.2 The Consultant shall designate in writing to the Employer a representative, to be its authorized representative in all dealings with Employer concerning the work.

7. Communications7.1 Communications between parties, which are referred to in the conditions, are effective only when in writing.

8. Time Period8.1 The project is scheduled to be completed within a period of 12 months from the effective date of construction

contract and extended period if any up to the completion of the project. 8.2 When there is an upward revision of time schedule of the project, the consultant shall seek extension of time,

well in advance from NDMC, bringing out reasons for the revision. NDMC has the sole authority to accord extension of time, with or without compensation in favour of NDMC or the consultant.

9 Fees And Payment Terms 9.1 The quoted rates of the bidder for consulting services should be inclusive of all the taxes, duties. 9.2 Condition for G.S.T : G.S.T including surcharge as applicable on date of receipt of tender will be deducted

from the contractor’s duesCost must be expressed (and will be paid) only in Indian Rupees (INR).

9.3 The payment of the above fees shall be linked to specific deliverables/milestones as provided in Terms of Reference section IV.

9.4 The consultant shall not be eligible for payment of any extra fees on the price Escalation amount, Mobilization advance amount Material Secured Advance or any other Advance so paid to the Contractor from time to time.

10 Acknowledgement 10.1 The Consultants shall confirm acceptance of the terms of this Contract by signing on every page and returning

the copy of RFP document along with the technical bid.

11. Personnel11.1 The Consultant shall employ the key personnel to carry out the assigned job or such other personnel as

approved by the Employer. The Employer will approve proposed replacement of key personnel only if their qualifications, abilities, and relevant experience are equal or better than those of the personnel proposed to be replaced.

11.2 If the Employer asks the Consultant to remove any of its or its Subcontractor’s personnel and states his reasons, the Consultants it is to ensure that such personnel leaves the Site and has no further connection with the work.

11.3 The Consultants are responsible for all acts and omissions of persons engaged by the Consultants whether or not in the course of performing the services and for the health, safety and security of such persons and their property and the Consultant shall indemnify NDMC in respect of any claim (including legal cost incurred by NDMC in defending such claim) made against NDMC.

12 Subcontracting 12.1 If the Consultant causes any part of the Work to be performed by a Subcontractor, the provisions of this

Contractor shall apply to such Subcontractor of his employees as if he or they were employees of the Consultant and the Consultant shall be liable for the work of the Subcontractor. No subcontracting shall be made without the prior written approval of the Employer.

13. Suspension The NDMC may, by written notice of suspension to the Consultant, suspend all payments to the Consultant hereunder if consultant fail to perform any of their obligation under this contract, including the carrying out of the services, provided that such notice of suspension (I) shall specify the nature of the failure, and (II) shall request the Consultant to remedy such failure within a period not exceeding ten (10) days after receipt by the consultant of such notice of suspension.

14. Consultant’s Risks

20

Page 21: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

Except as in clause 15 of this contract, consultant shall be solely responsible for all risks of loss of or damage to physical property and of personnel injury and death which arise during and in consequence of its performance of the Contract.

15. Employer’s RisksThe Employer shall be responsible for excepted risks which are (a) insofar as they directly affect the execution of the work in the Employer’s country, the risks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot, commotion or disorder (under restricted to the Contractor’s employees), and contamination from any nuclear fuel or nuclear waste of radioactive toxic explosive.

16. Indemnitiesa. The Consultant shall be liable for and indemnify the other Party against losses, expenses and claims for loss or

damage to physical property, personnel injury, and death caused by his own acts or omissions.b. Notwithstanding Clause 15 above, the Consultant shall be solely responsible for and shall indemnify and hold

harmless the Employer from and against all claims liabilities and costs of action in respect of injury to or death of any person in the employment of the Consultant or any of its Subcontractors.

c. The Consultant shall indemnify and hold the Employer harmless against all third-party claims of infringement of industrial design or intellectual property rights arising from the use or provision of the works, including any Plant, Construction Documents or Material, or any part thereof.

17. Settlement Of Disputes Except where otherwise provided in the contract all questions and disputes relating to the meaning of the specifications, design, drawings and instructions here-in-before mentioned and as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, design drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning the work or the execution or failure to execute the same whether arising during the progress of the work or after the cancellation, termination, completion or abandonment thereof shall be dealt with as mentioned hereinafter :

17.1 If the Consultant considers any work demanded of him to be outside the requirements of the contract, or disputes any drawings, record or decision given in writing by the Engineer-in-Charge on any matter in connection with or arising out of the contract of carrying out of the work to be unacceptable, he shall promptly within 15 days request the Superintending Engineer or equivalent, in writing for the written instructions or decision. Thereupon, the Superintending Engineer or equivalent, shall give his written instructions or decision within a period of one month from the receipt of the consultant’s letter.

17.2 If the Superintending Engineer or equivalent fails to give his instructions or decision in writing within the aforesaid period or if the consultant is dissatisfied with the instructions or decision of the Superintending Engineer or equivalent, the consultant may, within 15 days of receipt of the Superintending Engineer’s or equivalent’s decision, appeal to the Chief Engineer or equivalent who shall afford an opportunity to the consultant to be heard, if the latter so desires, and to offer evidence in support of his appeal. The Chief Engineer or equivalent shall give his decision within 30 days of receipt of the representation of the consultant failing which matter can be taken with the additional Commissioner Engineering/Commissioner NDMC for final decision and the same shall be binding on the Consultant. In case of dispute between the parties the same shall be decided by the Court of Law within the jurisdiction of Delhi / New Delhi.

18. Securities 18.1.1 A performance security @ “NIL” of the contract cost shall be provided to the NDMC in accordance with the

Instructions to Consultants and shall be issued in a form acceptable to the NDMC and denominated in the types and proportions of the currencies in which the Contract Price is payable. The performance security shall remain valid for the period of defect liability period of one year after the date of completion of the project.

18.1.2 Claim period of the performance guarantee shall be 03 months beyond the last date of validity. If there is no reason to call the performance securities, the performance security shall be returned to the Consultant within 90 days of the last Defects Liability Period of one year.

18.1.3 The NDMC shall notify the Consultant of any claim made against the institution issuing the performance security.

18.1.4 The NDMC may claim against the surety if any of the following occurs for 14 days or more:

21

Page 22: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

(a) The Consultant is in breach of the Contract and the NDMC has notified him that he is; and(b) The Consultant has not paid an amount due to the NDMC.

18.2.1 The security deposit shall be collected by deductions from the running bill of the contractors at the rate mentioned below, and the earnest money that is deposited at the time of tender, shall be treated as part of the security deposit.

18.2.2 A sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the consultant, till the sum along with the sum already deposited as earnest money amounts to security deposit @ 10% of the tendered amount of the work.

19. Penalty Clause Recovery from bank guarantee/Performance guarantee/Security of an equivalent amount shall be made for the loss incurred by the NDMC, directly or indirectly due to the consultant, and due to breach of contract. Compensation for delay in service can be levied and breach of contract on which decision of the deptt. shall be final.20. Breach Of Contract

Any deviation in the time schedule of each activity for pre-construction, during construction and post construction phase will be treated as breach of contract and action as per various contract clauses will be taken.

21 Confidentiality 21.1 The Consultant hereby undertakes to maintain secrecy and confidentiality of the information/documents received by it and knowledge acquired by it from NDMC, in the course of performance of the Services. This obligation shall not apply to information in the public domain, already known/deemed to be know to the public or information acquired from a third party or information required to be disclosed to a court or government agency or pursuant to any statute. The Consultant shall wherever possible, inform NDMC before submission of any information to a court or government agency pursuant to such statutory obligation. 21.2 The Consultant and NDMC hereby agree and undertake to treat all correspondence exchanged between the Consultant and NDMC with regard to the Services as confidential and privileged, unless otherwise agreed to by the Parties.

22

Page 23: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

SECTION IV

Terms of Reference (To R)

1.0 GENERAL

North Delhi Municipal Corporation has an “Haveli” structure built in the year 1929 in the heart of city at Lahori Gate Chowk in old Delhi. The Haveli is a grand structure which reminisces the old glory of Chandni Chowk. The said Haveli was restored in 2004 with the MPLAD Fund of Sh. Vijay Goel, MoS for Youth Affairs & Sports, GoI. Now, it is proposed by Sh. Vijay Goel, that the haveli be converted into a Museum. However, the structure needs fresh maintenance and renovation for converting it into a Museum. North DMC intends to engage a suitable consultant / architect.

2.0 SCOPE OF WORK

The consultant shall be responsible for the following scope of work:

Preliminary Design And Drawings

Modify the conceptual designs if required incorporating required changes and prepare the preliminary drawings, sketches, for the Client's approval.Drawings For Client's/ Statutory Approvals

Prepare all the drawings necessary for Client's/ statutory approvals and ensure compliance with codes, standards and legislation, as applicable and assist in obtaining the statutory approvals thereof, if required.

Working Drawings And Tender Documents :

Specifications and schedule of quantities sufficient to prepare estimate of cost and tender documents.Assisting the NDMC Team in

1. Evaluation of Technical and financial bid.2. Preparation of Justification of Rates if any.3. Award of Work to the Contractor/ Vendor.4. Approval of Bills for Payment to Contractor.5. Monthly inspection Report / Weekly site Inspections.

Supervision During Restoration / Museum Development

1. Prepare and issue drawings and details for proper execution of works.2. Approve samples of various elements and components.3. Check and approve shop drawings submitted by the contractor/ vendors.4. Visit the site of work, at intervals mutually agreed upon, to inspect and evaluate the Works and where

necessary clarify any decisionCompletion:

Prepare And Submit Completion Reports And Drawings For The Project As Required.

23

Page 24: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

3.0 PAYMENT OF REMUNERATIONThe employer agrees to pay to the Consultant for the professional services to be rendered by him as described under Clause-2, the following fees:

a) A fee as quoted/negotiated by the consultant and agreed by the employer. b) The above fee is inclusive of fees payable by the Consultant to any other sub-consultants and

associates and nothing extra shall be payable by the Employer.c) The amount of fees will be paid in installments as specified below, subject to recovery of security deposit

as per Clause 18 of Section III.

4.0 STAGES OF PAYMENT OF FEES

i) Stage of preliminary planning of scheme(a) On finalization of preliminary drawings and approval of

Preliminary drawings from the Employer and all competent authorities/ statutory bodies necessary. on approval of preliminary cost estimates.

20.0%

(b) On approval of preliminary cost estimates. 10.0 %Total 30.0 % 30.0 %

ii) Stage of preparing detailed working drawing and for the scheme:

(a) On finalization of detailed working architectural/structural & Service Drawings for all disciplines

10.0%

(b) On finalization of schedules of quantities along with detailed estimates and tender documents in respect of all works including services.

10.0%

(c) On finalization of Justification of rates and services regarding award of work to contractor.

10.0%

(d) On award of work to the contractor. 05.0%iii) During construction stage: 35.0% 35.0%(a) On completion of 50% of work 10.0%(b) On completion of 100% of work 10.0%(c) On submission of all completion drawings for the work

completed5.0%

(d) After obtaining completion certificate from local body for the work completed

10.0%

35.0% 35.0%100.0%

Part payment for part work done against any of the above stages would be considered on pro-rata basis.

5.0 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 any additional work in connection therewith and the Consultant shall comply with such request.

If the Employer deviates substantially from the original scheme which involves for its proper execution, extra services, expenses and labour on the part of the Consultant for making such changes and additions to the drawings, specifications or other documents due to rendering major part or the whole of his work infructuous, the Consultant may then be compensated for such extra services and expenses on quantum merit basis at percentage applicable under this agreement and to be determined mutually. However, no additional payment shall be made for such changes of alterations due to Consultant’s own commission and/or discrepancies. The decision of the Employer shall be final on whether the deviations

24

Page 25: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

and additions are substantial as requiring any compensation to be paid to the Consultant. However, for the minor modification or alteration which does not affect the approved scheme of planning and design, no additional amount will be payable.

ii) If it is found after call of tenders that the acceptable tender is not within the amount sanctioned, the Consultant shall if so desired by the Employer take steps to carry out necessary modifications in the design and specification to see that the tendered cost does not exceed the corresponding provision in the preliminary estimate by more than 5%. The Consultant shall not be paid anything extra for such modification. If the Employer is convinced that the trend of market rates is such that the work cannot be done within the amount of approved estimate, the Consultant shall submit a revised estimate expeditiously for obtaining revised sanction of the Competent Authority.

iii) The Consultant shall not make any deviations, alterations, additions to or omissions from the work shown/described and awarded to the Contractor except through and with prior approval of the Engineer-in-Charge in writing.

6.0 Deleted

7.0 COMPENSATION FOR THE DELAY IN THE COMPLETION OF THE WORK

The time allowed for carrying out the work as specified shall be strictly observed by the Consultant and shall be deemed to be the essence of the contract on the part of the Consultant. The work shall throughout the stipulated period of the contract be proceeded with all diligence and in the event of failure of the Consultant to complete the work within the time schedule as specified above or subsequently notified to him, the Consultant shall pay as compensation if the work remains unfinished after the specified date, subject to a maximum of 10% (ten percent) of the total fees payable to the Consultant under this agreement.

8.0 ABANDONMENT OF WORK

That if the Consultant abandons the work for any reason 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 and that the Consultant shall be liable to pay such damages as may be assessed by the Employer subject to a maximum of 10% (ten percent) of the total fees payable to the Consultant under this agreement.

Provided, however, that in the event of the termination of the agreement being under proper notice as provided in the clause hereinafter, the Consultant shall be entitled to all such fee for the services rendered and liable to refund any excess payment made to him over and above which is due to him in accordance with the terms of this agreement for the services rendered by him till the date of termination of agreement.

9.0 TERMINATION

That this agreement may be terminated at any time by the employer upon giving one month’s notice to the other and in the event of such termination the Consultant shall be entitled to all such fee for the services rendered and liable to refund the excess payment, if any made to him over and above what is due in terms of this agreement on the date of terminating and the Employer may make full use of all or any of the drawings prepared by the Consultant.

10.0 ARBITRATION –Deleted-

11.0 SUPPLY OF NUMBER OF DRAWING SETS, ETC AND COPYRIGHT

All the estimates, bill of quantities with detailed measurements of details of quantities, detailed designs with calculation reports and any other details envisaged under this agreement shall be supplied in triplicate and all drawings, architectural or other services/utilities (internal/external) would be supplied by the Consultant as

25

Page 26: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

required for submission to all the local bodies and other authorities plus sets required by the employer itself being not less than six sets of prints and one reproducible copy in the A1 size. If there is any revision of any detail in any drawing for any reason, same number of drawings shall be reissued without any extra charge. All the drawings will become the property of the employer and he will have the right to use the same and where else but only at his own risk and responsibility.

The drawings cannot be issued to any other person, firm or authority, or used by the Consultant for any other project. No copies of any drawings or documents shall be issued to anyone except the employer and/or his authorized representative.

12.0 GUARANTEE

The Consultant shall agree to re-design at his cost any portion of his engineering and design work which due to his failure to use a reasonable degree of design skill shall be found defective and unacceptable within two years from the date of start of regular use of the portion of the work affected. The employer shall grant right of access to the Consultant of these portions of the work claimed to be defective for inspection. The employer may make good the loss by recovery from the dues of the Consultant in case of failure to comply with this clause subject to a maximum of security deposit deducted as per clause 5 above.

13.0 DETERMINATION OR RESCISSION OF AGREEMENT

The employer without any prejudice to its right against the Consultant in respect of any delay by notice in writing absolutely determine the contract in any of the following case:

i) if the Consultant being a firm/company shall pass a resolution or the court shall make any order that the firm/company shall be wound up or if a receiver or a manager on behalf of the creditor shall be appointed or if circumstances shall arise which entitle the court of creditors to appoint a receiver or a manager or which entitles the court to make up a order for winding up the firm.ii) if the Consultant commits breach of any terms of agreement.

When the Consultant has made himself liable for action under any of the cases aforesaid, the employer shall have powers:a) To determine or rescind the agreement.b) To engage any other Consultant to carry out the balance work debiting the Consultant the excess

amount, if any, so spent.

14.0 GENERAL

i) The Consultant shall be fully responsible for the technical soundness of the work including those of the specialists engaged by him, and also ensure that the work is carried out generally in accordance with drawings, specifications and the approved concept of scheme.

ii) The employer will have the work of Consultant and/or his sub-consultants supervised/ inspected at any time by any officer nominated by him who shall be at liberty to examine the records, check estimates and designs.

iii) The appointment of Employer’s own supervisory staff in any form does not absolve the Consultant of his responsibility of general supervision. The Consultant shall be responsible for designs of structures and all provisions/services of the work entrusted to him so as to satisfy their requirement.

iv) The Consultant hereby agrees that the fees to be paid ax provided herein (clause 4&5) will be in full discharge of functions to the performed by him and no claim whatsoever shall be against the Employer in respect of any proprietary rights of copyright on the part of any other party relating to the plans, models and drawings.

v) The Consultant shall indemnify and keep indemnified the Employer against any such claims and against all costs and expenses paid by the employer in defending himself against such claims.

vi) Provisions of CPWD Manual will also be part of the RFP document where the conditions of RFP are silent.

26

Page 27: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

27

Page 28: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

SECTION-V

TECHNICAL BID SUBMISSION FORMAT

The technical bid shall consist of the following documents:

1 Financial details / information as per Annexure – A.

3 Details of similar works completed in the last five years as Design Consultants as per Annexure – B.

4 Details of all project underway or awarded as Design Consultants as per Annexure – C.

5 Performance on Completed or ongoing works shall be furnished as per Annexure – D.

6 Covering letter from tenderer detailing various considerations in the tender without disclosing financial bid.

7 Registration of the Firm.

8 Duly executed copy power of attorney in original along with its two certified copy in the name of tenderer authorized representative to act on behalf of tenderer in case of firm of partnership etc.

9 Document in support of payment of Earnest Money.

10 Reference to or copy of detailed text / literature if any, which might have been followed by the tenderer while making his proposal.

11 Details of infrastructure including software etc.

12 Anti collusion certificate as per Annexure- E.

28

Page 29: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

SECTION – VI

FINANCIAL BID SUBMISSION FORMAT The Financial bid shall consist of the following documents:

1. Letter of Acknowledgement for receiving the tender document.

2. Price schedule for Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate.

29

Page 30: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

LETTER OF ACKNOWLEDGEMENT

Date:

TO:

EXECUTIVE ENGINEER (Pr)-CSPZ,NORTH DELHI MUNICIPAL CORPORATION3RD FLOOR, OLD HINDU COLLEGE BUILDING,KASHMERE GATE, DELHI-110006

Sir,

Having examined the tender documents, the receipt of which is hereby duly acknowledged, I/We the undersigned offer to carry out Survey, Architectural & Structural Design Consultancy for “The Contractor” means the Construction Contractor for Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate as per the financial bid attached.

I/We undertake, if our Tender is accepted, to commence the operation within _______days calculated from the date of receipt of your Letter of Intent/Notification of Award of Contract.

I/We agree to abide by this proposal for a period of 150 day from the date fixed for Tender opening under (Clause 12 of the Instructions to Consultants) and it shall remain binding upon us and may be accepted at any time before the expiration of the period.

Until a formal contract is prepared and executed, this proposal, together with your written acceptance thereof and your notification of award, shall constitute a binding contract between us.

Dated this ………………………………….. day of …………………………………201………………………….

SEAL OF COMPANY ………………………………………………

Signature

……………………………..(in the Capacity of)

Duly Authorized to Signature on behalf of

PRICE SCHEDULE

30

Page 31: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate

S.No DESCRIPTION Total Charges (in figure)In Rupees

1 Service Charges for Providing Consultancy Services for Development of Museum and Interpretation Center of Shahjahanabad near Lahori Gate for the complete work

Rate to be quoted.

Total

Note: 1. The quoted price inclusive of all applicable taxes.2. The rates to be quoted both in figures and words.3. The rates mentioned in words shall be considered in case of any difference.

Signature …………………………………………….

Designation ………………………………………….

Date …………………………………………………..

31

Page 32: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

FORM ‘A’

FINANCIAL INFORMATION

Financial Analysis – Details to be furnished duly supported by figure in Balance Sheet / Profit & Loss Account for the last five years duly certified by the Charted Accountant as submitted by the Firm to the Income Tax Department (copies to be attached).

Name of Firm:

S. NO. DESCRIPTION YEAR

12-13 13-14 14-15 15-16 16-17i) Gross Annual turnover in construction works

including cost of salaries also.ii) Profit / Lossiii) Financial Position :-

a) Cashb) Current Assetsc) Current Liabilitiesd) Working Capitale) Current Ratio Current Liabilities (b/c).f) Acid Test Ratiog) Quick Assets / Current Liabilities (a/c).

(Income Tax Clearance Certificate)

(AUTHORISED SIGNATORY)

32

Page 33: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

Form ‘B’

FORM OF BANKERS’ CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/s./Sh. ________________________ having marginally noted address, a customer of our bank are/is respectable and can be treated as good for any engagement upto a limit of Rs. _________________ (Rupees _____ ____ _____ _____ ______ ____ _ _ __ __________).

This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

(Signature)For the Bank

NOTE (1) Bankers certificates should be on letter head of the Bank, sealed in cover addressed to tendering authority.

(2) In case of partnership firm, certificate should include names of all partners as recorded with the Bank.

33

Page 34: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

FORM-C

DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE LAST SEVEN YEARS ENDING PREVIOUS DAY OF THE LAST DATE OF SUBMISSION OF TENDERS

S. NO.

Name of work/

project and

location

Owner or Sponsoring organization

Cost of work in crores of Rs.

Date of commence

ment as per

contract

Stipulated date of

completion

Actual date of completion

Litigation / Arbitration

cases pending & progress in

detail*

Name and Address/

Telephone No. of officer

to whom reference

may be made

Remarks

1 2 3 4 5 6 7 8 9 10

* Indicate gross amount claimed and amount awarded by the arbitrator. Certified that the above list of work is complete and no work has been left out and that the information given is correct to my knowledge and belief.

The completion certificate issued by the client as documentary proof should accompany this information.

Signature & Seal:Company Address. Date.

34

Page 35: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

FORM ‘D’

PROJECTS UNDER EXECUTION OR AWARDED

S. NO.

Name of work/

project and

location

Owner or Sponsoring organizatio

n

Cost of work in crores of Rs.

Date of commencement as per

contract

Stipulated date of

completion

Upto date percentage progress of

work

Slow Progress if any and reasons thereof

Name and Address/

Telephone No. of officer

to whom reference

may be made

Remarks

1 2 3 4 5 6 7 8 9 10

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

Signature of Bidder(s)

35

Page 36: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

FORM - ‘E’

PERFORMANCE REPORTS OF WORK REFFERED TO IN FORM C & D

1. Name of the Agency2. Name of work/project and location3. Agreement No.4. Estimated Cost5. Tendered Amount6. Gross Value of work done till date7. Date of Start8. Date of completion and present progress (%)

i Stipulated date of completionii Actual / Anticipated date of completion.iii Present Progress (For ongoing works)

Financial / Physical9. Performance Report

(i) Quality of work Very Good/Good/Fair/Poor(ii) Financial Soundness Very Good/Good/Fair/Poor(iii) Technical Proficiency Very Good/Good/Fair/Poor(iv) Resourcefulness Very Good/Good/Fair/Poor

(v) General Behavior Very Good/Good/Fair/Poor

10. Whether the agency has gone for Litigation/Arbitration against the client.11. Whether the client has gone for Litigation/Arbitration against the agency.

Superintending Engineer/Chief Project Manager or equivalent

36

Page 37: SECTION I€¦  · Web viewtender document. for . providing consultancy services for development of museum and interpretation center of shahjahanabad near lahori gate. office of

FORM – ‘F’

FORMAT FOR ANTI – COLLUSION CERTIFICATE

Anti – Collusion Certificate

We hereby certify and confirm that in the preparation and submission of our bid for the proposals, we have not acted in concert or in collusion with any other Bidder or other person (s) and also not done any act, deed or thing which is or could be regarded as anti – competitive.

We further confirm that we have not offered or will offer any illegal gratification in cash or kind to any person or agency in connection with instant Proposal.

Date this ______________________ Day of ____________________________2018.

__________________________________________

(Name of the Bidder)

__________________________________________

(Signature of the Authorized Person)

_________________________________________ (Name of the Authorized Person)

Note:1. This Annexure should be presented on the letterhead of the Bidder

37