35
1 Short Term NIT No. 143/2016-17 Request for Proposal Sub: Consultancy for “Construction of P.G. Hostel Building at Medical College, Jhalawar”. In pursuance to the above, the Rajasthan Road Development & Construction Corporation Ltd., Jaipur invites “BID” from the requisite experience and reputed Architects / Architectural firms for “Consultancy for “Construction of P.G. Hostel Building at Medical College, Jhalawar including planning contour surveying, landscaping, design & estimation, structural design duly approved from Competent Authority” having estimated cost Rs. 1525.94 Lacs. The scope of work is as follows:- i Surveying and soil investigation of the site. ii To prepare Architectural detail / working drawing of the building and Landscaping. Earthquake resistant structural design and drawing, working drawing of services i.e. Electrical, Sanitary, water supply, sewerage, computer networking, CCTV, Electrical substation, EPBX with telephone wiring, passenger-cum-bed elevators, solar system, medical gas system, fire fighting, fire detection etc. iii To get proof checking of structural design and drawings, for projects costing more than 5.00 Cr. or having structure more than three stories, by IIT’s / NIT’s. iv Prepare estimate, bid document and construction program of work and also prepared estimates for shifting of existing services if required. v To assist in supervision as and when required by RSRDC at least twice in the month or as required by the RSRDC and submit report to the RSRDC management. vi Provide as built drawings in hard and soft copies, operation manuals and to get approval of completion certificate from local authorities and client department. 1. Bidder should be an Architects / Architect firms in which all partners shall be registered with Council of Architect. 2. The Bid documents of those Architects / Architectural firms shall only be considered as responsive which fulfills followings eligibility criteria :- i The Architects / Architectural firms should registered with council of Architect, at least five years before the date of submission of bid and registration / membership should be live as on date.

Short Term NIT No. 143/2016-17 Request for Proposal ...roads.rajasthan.gov.in/content/dam/doitassets/Roads/rsrdc/pdf... · Short Term NIT No. 143/2016-17 Request for Proposal

Embed Size (px)

Citation preview

1

Short Term NIT No. 143/2016-17

Request for Proposal

Sub: Consultancy for “Construction of P.G. Hostel Building at Medical

College, Jhalawar”.

In pursuance to the above, the Rajasthan Road Development & Construction

Corporation Ltd., Jaipur invites “BID” from the requisite experience and

reputed Architects / Architectural firms for “Consultancy for

“Construction of P.G. Hostel Building at Medical College, Jhalawar

including planning contour surveying, landscaping, design & estimation,

structural design duly approved from Competent Authority” having

estimated cost Rs. 1525.94 Lacs.

The scope of work is as follows:-

i Surveying and soil investigation of the site.

ii To prepare Architectural detail / working drawing of the building and

Landscaping. Earthquake resistant structural design and drawing,

working drawing of services i.e. Electrical, Sanitary, water supply,

sewerage, computer networking, CCTV, Electrical substation, EPBX

with telephone wiring, passenger-cum-bed elevators, solar system,

medical gas system, fire fighting, fire detection etc.

iii To get proof checking of structural design and drawings, for projects

costing more than 5.00 Cr. or having structure more than three stories, by

IIT’s / NIT’s.

iv Prepare estimate, bid document and construction program of work and

also prepared estimates for shifting of existing services if required.

v To assist in supervision as and when required by RSRDC at least twice in

the month or as required by the RSRDC and submit report to the RSRDC

management.

vi Provide as built drawings in hard and soft copies, operation manuals and

to get approval of completion certificate from local authorities and client

department.

1. Bidder should be an Architects / Architect firms in which all partners shall be

registered with Council of Architect.

2. The Bid documents of those Architects / Architectural firms shall only be

considered as responsive which fulfills followings eligibility criteria :-

i The Architects / Architectural firms should registered with council of

Architect, at least five years before the date of submission of bid and

registration / membership should be live as on date.

2

ii The Architect / Architectural firms should have experience of at least one

similar building project of Central / State Govt./ Govt. undertaking

building project, of similar magnitude, in last five years, value of which

should be more than Rs 763.00 lacs (i.e. 50% of estimated cost of the

work) as per certificate issued by client or two works having value more

than Rs 534.00 lacs (i.e. 35% of estimated cost of the work).

iii The Architects / Architectural firms should have filed the income tax

return for the last five years and should submit the copies with their

proposal.

iv Earnest Money deposit (EMD) Rs. 15,000/- (i.e. 2% as per NIT) by

cash/Demand Draft payable in favour of Project Director, RSRDC Ltd,

unit Jhalawar (except Indusind Bank)

v Firm shall provide list of professional intent to be depute for this project

with qualifications, experience along with their consent.

vi The Architects / Architectural firms should be registered with Service tax

department.

vii The proposal shall be valid for the period of not less than 90 days from

the BID due date.

Architect / Architectural firms should be required to submit proof of the above

noted condition and affidavit on Non judicial stamp of Rs. 100/- regarding

trueness of facts / information provided in this bid. The work shall be awarded

on the basis of financial offer only.

3. Bid document should be obtained w.e.f. 25.07.2016 to 01.08.2016 upto 18:00

hours on all working days on payment of a fee of Rs. 200/- (Two Hundred

only) in the form of cash/demand draft drawn on any Scheduled bank (Except

Indusind bank) in India in favour of Project Director, RSRDC Ltd., unit

Jhalawar and payable at Jhalawar. Bid document for the above mentioned work

can be downloaded w.e.f. 25.07.2016 to 01.08.2016 from official website

http://rsrdc.com (Link tenders) and http://sppp.raj.nic.in. In case of download,

firm will deposit of Rs. 200/- (Two Hundred only) in favour of Project

Director, RSRDC Ltd. unit Jhalawar and payable at Jhalawar (to be enclosed

with the technical bid).

For further enquiry in this regard: please contact Project Director, RSRDC Ltd

Unit- Jhalawar (Mobile no. 94141-85882) Email ID:

[email protected]

3

4. The request for proposal shall have to be submitted in two envelope system i.e.

I- Technical bid (containing all certified copies of eligibility criteria 1 to 7

above) II- Finanical bid.

Complete bid document in one envelope shall be submitted latest by 3:00 PM

on dated 02.08.2016 in the office of the Project Director, RSRDC Ltd, Unit

Jhalawar.

The Technical bid shall be opened on 02.08.2016 at 3:30 PM (in the office of

the Project Director, RSRDC Ltd, Unit Jhalawar.) in the presence of bidders

who wish to be present. Time & date of opening the financial bid of technically

qualified bidders, as above, will be intimated later.

5. Period of completion :-

i Completion & approval of DPR from client - 1 Month

ii Completion of complete project - Upto Project Completion

6. RSRDC reserve the rights to reject any of the all proposals, without assigning

any reason thereof.

(D.R. Kshatriya)

Project Director RSRDC Ltd.,

Unit Jhalawar

4

RAJASTHAN STATE ROAD DEVELOPMENT & CONSTRUCTION

CORPORATION LIMITED JAIPUR

(A GOVERNMENT OF RAJASTHAN UNDERTAKING)

CONSULTANCY FOR “CONSTRUCTION OF P.G. HOSTEL

BUILDING AT MEDICAL COLLEGE, JHALAWAR”

BID DOCUMENT

FOR

APPOINTMENT OF

ARCHITECTURAL CONSULTANT

FOR

“CONSTRUCTION OF P.G. HOSTEL BUILDING AT MEDICAL

COLLEGE, JHALAWAR”

PROPOSAL DUE DATE

Upto 15 Hrs 02.08.2016

PROJECT DIRECTOR RSRDC LTD. Unit Jhalawar

HEAD OFFICE: SETU BHAWAN, JHALANA DOONGRI,JAIPUR

5

OFFICE OF THE PROJECT DIRECTOR, RSRDC LTD., UNIT-JHALAWAR

1 Name of work Consultancy for “Construction of P.G. Hostel

Building at Medical College, Jhalawar”

2 Estimated Cost Rs.7.50 Lacs

3 Cost of Tender Document Rs. 200/-

4 Earnest Money Rs. 15,000/-

5 Date of Sale of Tender From 25.07.2016 to 01.08.2016 upto 6.00 P.M

6 Date of Receipt of Tender 02.08.2016 up to 3.00 P.M.

7 Date of Opening of

Tender

Technical Bid on 02.08. 2016 (3.30 P.M.) at

office of Project Director, RSRDC Ltd. Unit

Jhalawar

8 NIT No. 143/ 2016-17

Project Director

RSRDC Ltd.,

Unit Jhalawar

6

Name of work: - Consultancy for “Construction of P.G. Hostel Building at

Medical College, Jhalawar”

1 INTRODUCTION

1.1 Background

The RSRDC Ltd., (authority) has decided to appoint of Architectural consultant

for Consultancy for “Construction of P.G. Hostel Building at Medical

College, Jhalawar” (the “Project”). the estimated cost of the Project is

Rs. 1525.94 lacs.

1.2 Bid document The Authority invites Proposals (the “Proposals”) for selection

Architect/Architect firm who shall prepare a report for development of the

Project. The report shall inter alia include engineering surveys, land plans,

master plan and architectural design, service design (Activity of planning and

organizing people), service design for building, including preliminary survey,

soil investigation, design etc.

The Authority intends to select the Consultant through an open competitive

bidding process in accordance with the procedure set out herein.

1.3 Sale of Bid Document

Bid document should be obtained w.e.f. 25.07.2016 to 01.08.2016 upto 18:00

hours on all working days on payment of a fee of Rs. 200/- (Two Hundred

only) in the form of cash/demand draft drawn on any Scheduled bank (Except

Indusind bank) in India in favour of Project Director, RSRDC Ltd., unit

Jhalawar and payable at Jhalawar. Bid document for the above mentioned work

can be downloaded w.e.f 25.07.2016 to 01.08.2016 from official website

http://rsrdc.com (Link tenders) and http://sppp.raj.nic.in. In case of download,

firm will deposit/produce the demand draft of Rs. 200/- (Two Hundred only)

drawn on any Scheduled Bank (Except Indusind Bank) in India in favour of

Project Director, RSRDC Ltd. unitJhalawar and payable at Jhalawar (to be

enclosed with the technical bid).

For further enquiry in this regard: please contact Project Director, RSRDC Ltd

Unit- Jhalawar (Mobile no. 94141-85882) Email ID:

[email protected]

1.4 Validity of the Proposal

The Proposal shall be valid for a period of not less than 90 days from the

Proposal Due Date (the “PDD”).

7

1.5 Brief description of the Selection Process

The Authority has adopted a two stage selection process (collectively the

“Selection Process”) in evaluating the Proposals comprising technical and

financial bids to be submitted in two separate sealed envelopes. In the first

stage, a technical evaluation will be carried out as specified in Clause Based on

this technical evaluation, a list of short-listed applicants shall be prepared. In the

second stage, a financial evaluation will be carried out. The lowest financial

bidder shall be selected for approval / negotiation (the “Selected Applicant”)

while other applicant will be kept in reserve.

1.6 RSRDC reserves the rights to reject any of all the proposals, without assigning

any reason thereof.

2. INSTRUCTIONS TO APPLICANTS

2.1 Eligibility criteria

2.1.1 Applicants must read carefully the minimum conditions of eligibility (the

“Eligibility criteria”) provided herein. Proposals of only those Applicants who

satisfy the Eligibility criteria for Technical evaluation will be considered for

financial evaluation.

2.1.2 The Bid document of those Architects/Architectural firms shall only be

considered as responsive which fulfils following eligibility criteria:-

i. The Architect/ Architectural firms should registered with council of

Architect, at least 5 year before the date of submission of bid and

registration/membership should be live as on date.

ii. The Architect/ Architectural firms should have experience of at least one

similar building project of central/state Govt. /Govt. undertaking building

project, of similar magnitude, in last five years, value of which should be

more than Rs. 763.00 Lacs (i.e. 50% of estimated cost of the work)

as per certificate issued by client or two works having value more than

Rs. 534.00 Lacs (i.e. 35% of estimated cost of the work).

iii. The Architects/Architectural firms should have filed the Income Tax

Return for the last five years and should submit the copies with their

proposal.

iv. Earnest Money Deposit (EMD) Rs. 15,000/- (As per NIT) by cash/Demand

Draft payable in favour of Project Director, RSRDC Ltd., Unit , Jhalawar.

v. Firm shall provide list of professional intent to be depute for this project

with qualification, experience along with their consent.

8

vi. The Architects/Architect firm should be registered with service tax

department

vii. The Proposal shall be valid for a period of not less than 90 days from the

Bid Due Date.

Architect/Architect firms shall be required to submit proof of the above noted

condition and affidavit on Non Judicial stamp paper of Rs. 100/-, regarding

trueness of facts/information provided in this bid. The work shall be awarded

work on the basis of financial offer only.

2.1.3 Any entity which has been barred by the Central Government, any State

Government, a statutory authority or a public sector undertaking, as the case

may be, from participating in any project, and the bar subsists as on the date of

Proposal, would not be eligible to submit a Proposal either by itself or through

its Associate.

2.1.4 An Applicant should have, during the last three years, neither failed to perform

on any agreement, as evidenced by imposition of a penalty by an arbitral or

judicial authority or a judicial pronouncement or arbitration award against the

Applicant or its Associate, nor been expelled from any project or agreement nor

have had any agreement terminated for breach by such Applicant or its

Associate.

2.1.5 While submitting a Proposal, the Applicant should attach clearly marked and

referenced continuation sheets in the event that the space provided in the

specified forms in the Appendices is insufficient. Alternatively, Applicants may

format the specified forms making due provision for incorporation of the

requested information.

2.2 Number of Proposals

No Architect/Architect firm shall submit more than one Application for the

Architectural Consultancy.

2.3 Cost of Proposal

The Applicants shall be responsible for all of the costs associated with the

preparation of their Proposals and their participation in the Selection Process

including subsequent negotiation, visits to the Authority, Project site etc. The

Authority will not be responsible or in any way liable for such costs, regardless

of the conduct or outcome of the Selection Process.

2.4 Site visit and verification of information

Applicants are encouraged to submit their respective Proposals after visiting the

Project site and ascertaining for themselves the site conditions, traffic, location,

9

surroundings, climate, access to the site, availability of drawings and other data

with the Authority, Applicable Laws and regulations or any other matter

considered relevant by them.

2.5 Acknowledgement by Applicant

The Authority shall not be liable for any omission, mistake or error on the part

of the Applicant.

2.6 Right to reject any or all Proposals

2.6.1 Notwithstanding anything contained in this BID DOCUMENT, the Authority

reserves the right to accept or reject any Proposal and to annul the Selection

Process and reject all Proposals, at any time without any liability or any

obligation for such acceptance, rejection or annulment, and without assigning

any reasons thereof.

2.6.2 Without prejudice to the generality of Clause, the Authority reserves the right to

reject any Proposal if:

(a) At any time, a material misrepresentation is made or discovered, or

(b) The Applicant does not provide, within the time specified by the Authority,

the supplemental information sought by the Authority for evaluation of the

Proposal.

Misrepresentation/ improper response by the Applicant may lead to the

disqualification of the Applicant.

2.7 Amendment of BID DOCUMENT

2.7.1 At any time prior to the deadline for submission of Proposal, the Authority may,

for any reason, whether at its own initiative or in response to clarifications

requested by an Applicant, modify the BID DOCUMENT by the issuance of

Addendum/ Amendment and posting it on the Official Website

2.7.2 In order to afford the Applicants a reasonable time for taking an amendment

into account, or for any other reason, the Authority may, in its sole discretion,

extend the Proposal Due Date.

2.8 Language

The Proposal with all accompanying documents (the “Documents”) and all

communications in relation to or concerning the Selection Process shall be in

English language and strictly on the forms provided in this BID DOCUMENT.

No supporting document or printed literature shall be submitted with the

Proposal unless specifically asked for and in case any of these Documents is in

10

another language, it must be accompanied by an accurate translation of the

relevant passages in English, in which case, for all purposes of interpretation of

the Proposal, the translation in English shall prevail.

2.9 Format and signing of Proposal

The Applicant shall provide all the information sought under this BID

DOCUMENT. The Authority would evaluate only those Proposals that are

received in the specified forms and complete in all respects.

2.10 Technical Proposal

2.10.1 Applicants shall submit the technical proposal as specified (the “Technical

Proposal”).

2.10.2 The Technical Proposal shall not include any financial information relating to

the Financial Proposal.

2.10.3 The Authority reserves the right to verify all statements, information and

documents, submitted by the Applicant in response to the BID DOCUMENT.

Any such verification or the lack of such verification by the Authority to

undertake such verification shall not relieve the Applicant of its obligations or

liabilities hereunder nor will it affect any rights of the Authority there under.

2.11 Financial Proposal

2.11.1 Applicants shall submit the financial proposal in the prescribed format at (the

“Financial Proposal”) clearly indicating the total cost of the Consultancy in

both figures and words, in Indian Rupees, and signed by the Applicant. In the

event of any difference between figures and words, the amount indicated in

words shall prevail. In the event of a difference between the arithmetic total and

the total shown in the Financial Proposal, the lower of the two shall prevail.

2.11.2 While submitting the Financial Proposal, the Applicant shall ensure the

following:

(i) All the costs associated with the assignment shall be included in the

Financial Proposal. These shall normally cover remuneration for all the

Personnel (Expatriate and Resident, in the field, office etc),

accommodation, air fare, equipment, printing of documents, surveys, geo-

technical investigations etc. The total amount indicated in the Financial

Proposal shall be without any condition attached or subject to any

assumption, and shall be final and binding. In case any assumption or

condition is indicated in the Financial Proposal, it shall be considered non-

responsive and liable to be rejected.

11

(ii) The Financial Proposal shall take into account all expenses and tax

liabilities. For the avoidance of doubt, it is clarified that all taxes shall be

deemed to be included in the costs shown under different items of the

Financial Proposal. Further, all payments shall be subject to deduction of

taxes at source as per Applicable Laws.

(iii) Costs (including break down of costs) shall be expressed in INR.

2.12 Submission of Proposal

2.12.1 The Applicants shall submit the Proposal in sealed envelopes, with all pages

numbered serially and by giving an index of submissions. Each page of the

submission shall be signed by the Applicant as per the terms of the BID

DOCUMENT. In case the proposal is submitted on the document down loaded

from Official Website, the Applicant shall be responsible for its accuracy and

correctness as per the version uploaded by the Authority and shall ensure that

there are no changes caused in the content of the downloaded document. In case

of any discrepancy between the downloaded or photocopied version of the BID

DOCUMENT and the original BID DOCUMENT issued by the Authority, the

latter shall prevail.

2.12.2 The Proposal will be sealed in an outer envelope which will bear the address of

the Authority, BID DOCUMENT Notice number, Consultancy name and the

name and address of the Applicant. It shall bear on top, the following:

“Do not open, except in presence of the Authorised Person of the Authority”

If the envelope is not sealed and marked as instructed above, the Authority

assumes no responsibility for the misplacement or premature opening of the

contents of the Proposal submitted and consequent losses, if any, suffered by

the Applicant.

2.12.3 The aforesaid outer envelope will contain two separate sealed envelopes, one

clearly marked ‘Technical Proposal’ and the other clearly marked ‘Financial

Proposal’.

The envelope marked “Financial Proposal” shall contain the financial proposal.

2.12.4 The Technical Proposal and Financial Proposal shall be typed or written in

indelible ink and signed by the Applicant. All pages of the original Technical

Proposal and Financial Proposal must be numbered and signed by the person or

persons signing the Proposal.

12

2.12.5 The completed Proposal must be delivered on or before the specified time on

Bid Due Date. Proposals submitted by fax, telex, telegram or e-mail shall not be

entertained.

2.12.6 The Proposal shall be made in the Forms specified in this BID DOCUMENT.

Any attachment to such Forms must be provided on separate sheets of paper and

only information that is directly relevant should be provided. This may include

photocopies of the relevant pages of printed documents. No separate documents

like printed annual statements, company brochures, copy of contracts etc. will

be entertained.

2.12.7 The rates quoted shall be firm throughout the period of performance of the

assignment and discharge of all obligations of the Consultant under the

Agreement.

2.13 Proposal Due Date

2.13.1 Proposal should be submitted at or before the Proposal Due Date at the address

provided in Clause in the manner and form as detailed in this BID

DOCUMENT.

2.13.2 The Authority may, in its sole discretion, extend the Proposal Due Date by

issuing an Addendum.

2.14 Late Proposals

Proposals received by the Authority after the specified time on Proposal Due

Date shall not be eligible for consideration and shall be summarily rejected.

2.15 Modification/ substitution/ withdrawal of Proposals

No Proposal shall be modified, substituted, or withdrawn by the Applicant after

submission.

2.16 Evaluation of Proposals

2.16.1 The Authority shall open the Proposals at specified time on the Bid Due Date, at

the place specified and in the presence of the Applicants who choose to attend.

The envelopes marked “Technical Proposal” shall be opened first. The

envelopes marked “Financial Proposal” shall be kept sealed for opening at a

later date.

2.16.2 In the Technical evaluation the authority subsequently examines and evaluates

the proposals in accordance with the requirements of the BID DOCUMENT.

2.16.3 After the technical evaluation, the Authority shall prepare a list of

qualified/responsive Applicants for opening of their Financial Proposals. A

13

date, time and venue will be notified to all Applicants for opening of Financial

Proposals. The opening of Financial Proposals shall be done in presence of

respective representatives of Applicants who choose to be present. The

Authority

will not entertain any query or clarification from Applicants who fail to qualify

at any stage of the Selection Process. The financial evaluation of the Proposals

shall be carried out.

2.16.4 Any information contained in the Proposal shall not in any way be construed as

binding on the Authority, its agents, successors or assigns, but shall be binding

against the Applicant if the Consultancy is subsequently awarded to it.

2.17 Negotiations

The Selected Applicant may, if necessary, be invited for negotiation.

2.18 Execution of Agreement

After the approval of proposals from the competent authority the work is

awarded to the successful bidder.

2.19 Commencement of assignment

The Consultant shall commence the Services at the Project site within 7 (seven)

days of the date of the work order.

3 SCOPE OF WORK :

The Architect/Architect firm shall provide services in respect of the following works :

Survey and soil investigation of the site.

3.1 To prepare total station survey / Contour plan Architectural detail /working

drawing of the building. Earthquake resistant structural design and drawings,

working drawings of services i.e. Electrical, sanitary, water supply, sewerage,

computer networking, electrical substation, EPBX, with telephone wiring, CCTV,

passenger cum bed elevators, solar system, medical gas system, fire fighting, fire

detection etc.

3.2 To get proof checking of structural design and drawings, for projects costing

more than 5.00 Cr. or having structure more than three stories, by

IIT’s/NIT,s.

3.3 To prepare estimate of work and also prepare estimates for shifting of existing

services if required.

14

3.4 To assist in supervision by visiting the site, at least twice in a month and as and

when required by the RSRDC and submit report to RSRDC management.

3.5 To provide as built drawings in hard and soft copies, operation manuals and to

get approval of completion certificate from local Authorities and client

department.

4 SCHEDULE OF SERVICES :

The Architect/Architect firm shall after, taking instruction from the corporation,

render the following:

4.1 Furnish site map, site evaluation and analysis report with basic approach to

circulations, activity distribution, interaction and external linkages.

4.2 Prepare Architectural working/detailed drawings, along with 3D views and

obtain approvals from the client.

4.3 Obtain clearances from local, environmental and other statuary authorities.

4.4 Prepare estimate, bid document and construction program of work and also

prepared estimates for shifting of existing services if required.

4.5 Provide Earthquake resistant structural designs & drawings to appropriate scale.

4.6 Prepare and submit the complete working drawing, structural drawings and

details sufficient to commence work at site and for proper execution during

construction.

4.7 Prepare service design for the building which will include, electrical, fire

fighting, fire detection plumbing and drainage/sewerage, computer networking,

electrical substation, EPBX, with telephone wiring, CCTV, passenger cum bed

elevators, solar system, medical gas system etc.

4.8 Prepare service design of Air conditioning/Air Cooling in designated area as per

requirement of project.

4.9 Prepare construction program/schedule and update during progress of the work.

4.10 Visit the site as and when necessary, to ensure that the architectural design,

drawings are followed at least twice in a month or as required by RSRDC and

submit report to RSRDC management.

4.11 Provide as built drawings in hard and soft copies, operation manuals and

Completion certificate along with safety certificate (From Structural Engineer)

as per the agreement for RSRDC and the client.

5 CONDITIONS OF ENGAGEMENT :

5.1 Architect/Architectural firms attend the meetings for finalization of the work

when ever called at the venue fixed by the employer. cost of travel, boarding

15

and lodging of the Architect/Architect firm and his associates shall not be

borne by the corporation.

5.2 Architect/Architectural firms shall exercise all, reasonable skill care and

diligence in the discharge of duties hereby covenanted to be performed by them.

5.3 Architect/Architectural firms shall not make any deviation, alteration,

commission from the approved design without the written consent of the

employer. The Architect shall also not issue drawings or instructions which

shall lead to extra items or work without prior consent of the employer.

5.4 Architect/Architectural firms shall arrange for a detailed topographical survey

of the site to a scale and contour as per the direction of the RSRDC. The cost

carrying out such survey shall, be borne by the Architect. Proposed

Drainage/Sewerage plan should match with existing drainage/sewerage lines of

surrounding areas.

5.5 Architect/Architectural firms shall provide 5 sets of all the drawings with

soft copy to P.D., RSRDC Ltd., as may be required by the Corporation.

5.6 Architect/Architectural firms shall on the completion of the work supply to the

Corporation free of cost three complete sets of the as-built drawing to

appropriate scales. The Architects shall, if so required by the Corporation,

supply extra copies of all such drawings at an additional cost (cost at actual).

6 PROFESSIONAL FEES,

6.1 The Architect/Architect firm agree to provide the service referred to above and

in consideration thereof, the Corporation agreed to pay remuneration for this

assignment shall be as per rate approved including service tax,VAT and all

other applicable taxes, levies etc.

7 THE CORPORATION'S RESPONSIBILITY:

The Corporation agrees to perform the following duties with a view to facilitate

the Architect/Architect firm to do their professional work efficiently and

effectively.

7.1 Furnish design brief and other requirements of the projects

7.2 Pay the fees of the Architect/Architect firm within one month of submission of

bills as per agreed schedule.

8 MODE OF PAYMENT:

For the services in the scope of work the Architect/Architect firm shall be paid in

the following stages consistent with the work done plus reimbursable expenses as

16

agreed upon. Payments made to the Architect/Architect firm are on account and

shall be adjusted against the final amount payable.

Stage Description of deliverables Key Date Payment

Stage –

I :

On submission of working drawings and

detailed cost estimates, detailed services

design, draft tender documents.

1 Months

20 % of the total fees

payable.

Stage –

II :

On submission of complete set of

drawings/structural designs duly proof

checked and details sufficient for the work to

commence along with drawings for services,

including statuary clearances.

2 Months 40 % of the total fees

payable less fees already

paid

Stage –

III :

During course of construction of work at site

including modification in drawings as per

requirement of construction,(40% to 90%)

payment to commensurable with progress of

work.

2 Months

to

completion

of the

work

40% to 90 % payable to

be paid in installments

consistent with the work

done at site from time to

time

Stage –

IV :

On Completion of the work and submission of

as built drawings, and issue of completion

certificates.

One month

after

completion

of work

100 % of the total fees

payable less payment

already made

9 EFFECTING PAYMENT TO THE ARCHITECT/ARCHITECT FIRM:

9.1 The payment to the Architect/Architect firm during various stages is on account

payment and will be adjusted in the final payment.

9.2 Progressive payments at all stage of mode payments may be made to the

Architect/Architect firm in any of the above stages based on the quantum of work done

in that stage as may be mutually agreed to by the parties.

9.3 There shall be provision for token penalty of Rs. 1000/- per day for the period

the construction work actually held up for want of drawing/ details from the

Architect/Architect firm, maximum up to 10% of contract amount.

10 TERMINATION OF AGREEMENT :

10.1 The Agreement herein may be terminated at a time by RSRDC by giving a written

notice of one month to the other party. Even after the termination of their

employment, the Architect/Architect firm shall remain liable and be responsible

for the drawings and designs in respect of the work executed before the

termination of the Architects appointment but in so far as the original design as

proposed by the Architect is retained and executed to its logical completion,

Architect shall have no liability for the Architectural design if changes are made

and effected after termination of the Architects contract.

17

10.2 If the Architect/Architect firm shall close the business or die or become

incapacitated from acting as such, Architect then the agreement shall stand

terminated.

10.3 if the Architect/Architect firm fails to adhere to the time schedule stipulated in the

schedule hereto annexed of the extended time which may be granted by the

Employer in its sole discretion or (ii) in case there is any charge in the constitution

of the Architects for any reason whatsoever, the Corporation shall be entitled to

terminate this agreement and entrust the work to some Architects.

10.4 In case of termination under any case of one or more of the sub-clauses (10.1),

(10.2) or (10.3) The Architect/Architect firm shall not be entitled to any fees or

compensation except the fees payable to them for the stage of work actually in

accordance with clause 6 hereunder. In such cases the work actually done and the

amount of the fees due to the Architect/Architect firm shall be worked out joint by

the Employer and the Architect on the basis of actual work done and mutually

agreed between both parties and shall be final and binding on both parties.

10.5 In case of the termination under any one or more sub clause (10.1), (10.2) or (10.3)

the corporation may take use of all or any drawings, or other documents prepared

by the Architect/Architect firm, after payment for the service of the

Architect/Architect firm for the preparation of the same in full as provided herein

and after the written consent of the Architects

11 TRANSFER OF INTERESTS :

Neither the Corporation nor the Architect shall assign, sub-let or transfer their

interest in this Agreement, without the written consent of the other.

12 ARBITRATION :

If any disputes, difference or question of any nature which at any time, arise

between the parties or their respective representatives, successors or assign on any

of them as to the construction of this Agreement or concerning anything herein

contained or arising out of this Agreement or as to rights. Liabilities or duties

under this Agreement of the parties hereto respectively except in respect of matter

for which it is provided herein that the decision of the employer if final and

binding, the same shall be referred to arbitration of a single Arbitrator. in

accordance with the provisions of the Arbitration Act. 1940 or any modification or

reenactment's thereto for the time being in force. In the event of disagreement as to

the appointment of single Arbitrators the parties shall appoint one Arbitrator each

who shall before that the Arbitrators so appointed shall make his/their Award

within one year from the date of the Arbitration of entering the reference. The

arbitration proceedings shall be held at Jaipur.

18

INTERPRETATION:

The sub-headings herein are provided for the sake of convenience only and do not

affect the interpretation or meaning of the Clauses in any manner.

Signature of Architect/Architect firm

Project Director

RSRDC Ltd.,

UnitJhalawar

19

TECHNICAL PROPOSAL

Letter of Proposal

(Date and Reference)

To,

The Project Director,

RSRDC Ltd, Unit- Jhalawar.

Sub: Appointment of Architectural Consultant.

Dear Sir,

With reference to your BID DOCUMENT dated NIT No 143/2016-17, I/we, having

examined all relevant documents and understood their contents, hereby submit our

Proposal for Consultancy for “Construction of P.G. Hostel Building at Medical

College, Jhalawar”. he proposal is unconditional and unqualified.

2. All information provided in the Proposal and in the Appendices is true and correct

and all documents accompanying such Proposal are true copies of their respective

originals.

3. This statement is made for the express purpose of appointment as the Consultant for

the aforesaid Project.

4. I/We shall make available to the Authority any additional information it may deem

necessary or require for supplementing or authenticating the Proposal.

5. I/We acknowledge the right of the Authority to reject our application without

assigning any reason or otherwise and hereby waive our right to challenge the same

on any account whatsoever.

6. I/We certify that in the last three years, we or any of our Associates have neither

failed to perform on any contract, as evidenced by imposition of a penalty by an

arbitral or judicial authority or a judicial pronouncement or arbitration award against

the Applicant, nor been expelled from any project or contract by any public

authority nor have had any contract terminated by any public authority for breach on

our part.

20

7. I/We declare that:

(a) I/We have examined and have no reservations to the BID DOCUMENT

Documents, including any Addendum issued by the Authority;

(b) I/We have not directly or indirectly or through an agent engaged or indulged

in any corrupt practice, fraudulent practice, coercive practice, undesirable

practice or restrictive practice.

8. I/We understand that you may cancel the Selection Process at any time and that

you are neither bound to accept any Proposal that you may receive nor to select the

Consultant, without incurring any liability to the Applicants in accordance with the

BID DOCUMENT.

9. I/We further certify that no investigation by a regulatory authority is pending

against the Architect/Architect firm.

10. I/We agree and understand that the proposal is subject to the provisions of the BID

DOCUMENT. In no case, shall I/we have any claim or right of whatsoever nature

if the Consultancy for the Project is not awarded to me/us or our proposal is not

opened or rejected.

11. I/We agree to keep this offer valid for 90 (ninety) days from the Proposal Due Date

specified in the BID DOCUMENT.

12. I/We have studied BID DOCUMENT and all other documents carefully and also

visited the Project site. We understand that except to the extent as expressly set

forth in the Agreement, we shall have no claim, right or title arising out of any

documents or information provided to us by the Authority or in respect of any

matter arising out of or concerning or relating to the Selection Process including

the award of Consultancy.

13. The Financial Proposal is being submitted in a separate cover

14. I/We agree and undertake to abide by all the terms and conditions of the BID

DOCUMENT. In witness thereof, I/we submit this Proposal under and in

accordance with the terms of the BID DOCUMENT.

Yours faithfully,

(Signature, name and designation of the authorized signatory)

(Name and seal of the Applicant)

21

(Name and seal of the Applicant)

FINANCIAL PROPOSAL

Covering Letter

(On Applicant’s letter head)

(Date and Reference)

To,

The Project Director,

RSRDC Ltd,

Unit Jhalawar.

Dear Sir,

Subject: Appointment of Architect/Architect firm for the Architectural Consultancy of

Consultancy for “Construction of P.G. Hostel Building at Medical

College, Jhalawar”.

I/We, _____________ (Applicant’s name) herewith enclose the Financial

Proposal for selection of my/our firm as Architectural Consultant for above.

I/We agree that this offer shall remain valid for a period of 90 (ninety)

days from the Proposal Due Date or such further period as may be mutually agreed

upon.

Yours faithfully,

(Signature, name and designation of the authorized signatory)

Note: The Financial Proposal is to be submitted strictly as per forms given in the BID

DOCUMENT.

22

Financial Proposal

OFFICE OF THE PROJECT DIRECTOR, RSRDC LTD., UNIT-JHALAWAR

“H” Schedule

Name of work: - Consultancy for “Construction of P.G. Hostel Building at

Medical College, Jhalawar”.

S.

No.

Item Qty. Unit Rates to be quoted by

Architect/Architect firm

Amount

(Rs.)

In Figure In Words

1 Consultancy for “Construction

of P.G. Hostel Building at

Medical College, Jhalawar

including planning contour

surveying, landscaping, design &

estimation, structural design

duly approved from Competent

Authority” complete as per

requirement, guideline, scope of work

(enclosed) and direction of Engineer-in-

charge including all taxes, charges,

VAT, Service Tax etc. (Estimated cost

of project is Rs.1525.94 Lacs) approx.

1 Job Each

Job

Total

Note: - Consolidated fee (in amount) for complete Architectural consultancy as per scope of

work (irrespective of final cost of project) should be quoted. The rates quoted

should be inclusive of all Taxes, Duty, Levies, and Surcharges VAT, Service Tax etc.

Project Director

RSRDC Ltd.,

Unit Jhalawar.

I/We hereby agree to execute the above work on rates quoted above as per conditions of

corporation without any reservation.

Signature of Architect/Architect firm

(Name, Address, & Telephone No.)

23

Note:

1. The financial evaluation shall be based on the above Financial Proposal.

2. No escalation on any account will be payable on the above amounts.

3. All other charges not shown here and all insurance premiums etc. are considered

included in the rate.

4. All payments shall be made in Indian Rupees and shall be subject to applicable

Indian laws withholding taxes if any.

Signature of Architect/Architect firm

(Name, Address, & Telephone No.)

24

25

26

27

1

2

3

4

5

6

7

8

ANNEXURE-C Grievance Redressal during Procurement Process The designation and address of the First Appellate Authority is G.M. RSRDC Ltd. Jaipur.

The designation and address of the Second Appellate Authority is M.D. RSRDC Ltd. Jaipur.