2016-2017 - actrec files/tenders/2016/liason architech.pdf · letter inviting offer ... for...

69
TATA MEMORIAL CENTER ACTREC Plot No. 1 & 2, Sector – 22, Kharghar, Navi Mumbai 410 210 Pre-qualification Requirements & Notice Inviting Tender Tender Notice No: TMC/ACTREC/ENGG./SKB/LA/ET-23/2016 For Appointment of Liaison Architect 2016-2017

Upload: vuhuong

Post on 08-Mar-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

TATA MEMORIAL CENTER

ACTREC

Plot No. 1 & 2, Sector – 22,

Kharghar, Navi Mumbai 410 210

Pre-qualification Requirements &

Notice Inviting Tender

Tender Notice No: TMC/ACTREC/ENGG./SKB/LA/ET-23/2016 For Appointment of Liaison Architect

2016-2017

2

PRE-QUALIFICATION CUM-NOTICE INVITING TENDER

Tenders in the prescribed formats are hereby invited on behalf ofDirector,

ACTREC/ TMC, from the experienced Liaison Architect firms, who meet the specific

qualification requirements, as mentioned below to undertake the Liaison work

(i) Name of Assignment : Liaison work to obtain development

permissions & Occupancy Certificate

for construction of Dormitory building

at ACTREC, Plot No. 1 & 2, Sector–

22, Kharghar, Navi Mumbai in

coordination with Principal architect.

(ii) Approximate area of construction : About 12100 SqM (1,30,000 sqft)

(iii) Time for completing theAssignment : 36 Months OR Six months after

completion of building, whichever

is later

(iv) Earnest Money Deposit : Rs. 20,000/-

(v) Documents can be seen &

downloaded from website

www.tenderwizard.com :

From 10.00 hrs on 28/05/2016 to

17.00 hrs on 09/06/2016

(vi) Date of pre-bid meeting : 10/06/2016 from 10.00 AM to 4.30PM

(vii) Last date of submission of

Documents on website

www.tenderwizard.com : Up to 15.00 Hrs on 15/06/2016

(viii) Submission of hard copies of

credentials, EMD, Cost of tender

documents & Processing Fee : Up to 15.00 hrs on 17/06/2016

(ix) Opening of Technical Bids : 15.30 hrs on 17/06/2016

(x) Opening of financial bids :

Will be communicated after screening

the Technical Bid.

(xi) Tender Processing fee (To be paid

in the form of DD favouring M/s ITI

Ltd. Payable at Bangalore) :

Rs. 572/- (Rupees Five Hundred

Seventy Two Only)

Pre-qualification Requirements:

A) Organization:

Tenderer should ensure that he qualifies for all the items of the Assignment of his own

or through his affiliate Associate. Offers that seek to be qualified for only some of the

items of the Assignment will be summarily rejected. The details of Organizational set

up of the agency shall be provided along with their bid. The participating Organisation

shall have fully fledged Branch Office in Mumbai / Navi Mumbai if, they are based out

of Mumbai/ Navi Mumbai.

3

B) Experience & Resources:

a) shall have capability to execute the following:

i. Liaison work to obtain development permissions and occupancy certificate for

construction of Dormitory building at Plot No. 1 & 2, Sector–22, Kharghar, Navi

Mumbai in coordination with Principal architect.

ii. Should have qualified & trained personnel.

iii. Liaison Architect to obtain statutory approvals / permissions from various

authorities like, CIDCO, MCGM, municipal council, Horticulture Dept / Tree

Authority, Airport Authority, MOEF, pollution Control Board etc.

C) Financial capability:

a) should have satisfactorily completed three similar assignments, one of these

should be in Central Government/Central Autonomous Bodies/ Central PSUs,

each for an institutional project having built up area not less than 4850 Sqm; or two

similar assignments each for an institutional project having built up areanot less

than 7260 Sqm; or one similar assignments for aninstitutional project having built

up area not less than 9700 Sqm, during the last five years ending March 31, 2016

b) should have average annual turnover of Rs. 10 Lakhs from Architectural,

Engineering consultancy & Liaisoning services contracts during the last three

years ending March 31, 2016, Should not have incurred loss in more than two

years during the last five years and financial net worth of the tenderer should not

be negative.

c) Should have a minimum Bank Solvency of Rs. 4.00 lakhs from Scheduled Banks /

Nationalized bank.

d) should not be under liquidation, court receivership or similar proceedings.

4

LETTER INVITING OFFER

Ref. No.: _____________ Date: __________

To:

M/s____________________

………………………….

…………………………..

Sub: Appointment of Liaison Architect for obtaining development permissions

for Construction of Dormitory by Infosys Ltd.

Proposals are hereby invited in the prescribed form on behalf of Director, TMC /

ACTREC for the following Assignment:

(i) Name of Assignment : Liaison work to obtain

development permissions for

construction of Dormitory building

at Plot No. 1 & 2, Sector–22,

Kharghar, Navi Mumbai in

coordination with Principal

architect.

(iii) Approximate area of construction : About 12100 SqM (1,30,000 sqft)

(iii) Time for completing the Assignment : 36 Months Or Six months after

completion of building, whichever

is later.

(iv) Earnest Money Deposit : Rs. 20,000/-

(v) Tender processing fee : Rs. 572/-(Rupees five hundred

seventy two only)

(vi) Sale of Tender : From 27/05/2016 to 08/06/2016

(vii) Date of pre-bid meeting : 10/06/2016 (10.00 AM to 4.30 PM)

(viii) Date & time of up loading of Technical bids, Credential documents & Financial bid on website.

: 15/06/2016 Up To 3.00 PM

(ix) Last date of submission of hard

copies of Tender Papers (Technical

bid and credentials, cost of tender

documents, processing fee etc. in

sealed covers)

: 17/06/2016 Up To 3.00 PM

(x) Opening of Tender Papers

(Technical bid)

: 17/06/2016 at 15.30 hrs.

(xi) Opening of financial bids : Will be communicated after screening

the Technical Bid.

5

1) Desirous Liaison Architect/ Consultants may view and download the Tender Document from the

website www.tenderwizard.com. between 10:00 hrs on 27/05/2016 & 17:00 Hrs on 08/06/2016

against non-refundable processing fee of Rs. 572/- in favour of M/s ITI Ltd. Payable at

Bangalore (Details of Demand draft for processing fee to be entered on the website before

download can be started)

3) Alternatively the applicants can view the application from the web site www.actrec.gov.in.

Tender cost shall not be accepted in any other form. The DD shall be submitted in a sealed

envelope super scribed as Processing Fee. The application without Processing Fee will not be

considered for short listing. Proposals shall not be used for any other purpose and shall be kept

confidential. It will be obligatory on your part to return these documents and drawings at the

time of opening of the Proposals regardless of your making the bid or not.

4) The Proposals must accompany an Earnest Money Deposit (EMD) for the amount indicated

above, in the form of Demand Draft/ Fixed Deposit Receipts/ Pay Order Receipt, drawn in

favour of Accounts Officer ACTREC. Earnest money and the Proposals shall be kept in

separate sealed corers with name of Assignment and tender notice number clearly

written on top of envelopes. In case the earnest money is not deposited or is not in order,

then the Proposal will not be considered further.

5) In the event of your receiving the Liaison Contract, you will have to deposit Performance Guarantee (P

G) @ 5% of the Contract value. PG can be paid in the form of Demand Draft / Bank Guarantee of the

scheduled bank by the Consultant valid up to 60 days beyond completion period of consultancy. In

addition You will be required to deposit an amount equal to 2.5% of the contract Value as Security

Deposit ( S D) or it can be recovered from the Consultant's running bill @ 2.5% of the bill value till

the full amount of Security Deposit is built up. EMD deposited at the time of submission of proposal

will be refunded on receipt of S.D. Amount kept under PG & SD shall not bear interest and same shall

be returned to Consultant after satisfactory completion of the defect Liability period of the Construction

Contract.

6) Director, ACTREC/ TMC does not bind himself / herself to accept the lowest Proposal and reserves the

right to reject any or all Proposals received without assigning any reason. The Proposals, which are

incomplete and have not addressed or fulfilled the requirements specified in Tender Document, are

liable for rejection.

Thanking you,

Yours Sincerely,

For and on Behalf of Director, ACTREC

Officer-in-Charge, Engineering Services ACTREC

6

INFORMATION AND INSTRUCTIONS TO BIDDERS FOR e-TENDERING

PART A: GUIDELINES FOR e-TENDERING:-

1. The intending bidders must read the terms and conditions of the tender documents. He should only submit bids if he considers himself eligible and he is in possession of all documents required.

2. The information and instruction for bidders along with Technical bid, Financial bids etc. posted on website shall form part of the bid document.

3. The documents as uploaded can be viewed and downloaded free of cost by any one including the intending bidder. However for participating tendering process the intending bidder must download the documents after confirmation of tender processing fees from e-tendering portal only, within time and date of down loading, otherwise it will not be possible for them to upload the documents on the e-tendering portal.

Notes:

i) Downloading the tender documents without confirmation of payment details towards tender processing fees on web site: www.tenderwizard.com/DAE shall not be valid.

ii) The excel sheets accompanied with technical bid and financial bid shall be filled up uploaded within due date of submission.

iii) The PDF document available in website are part of tender document and can‟t be uploaded on the e-tendering portal in its present form. However the bidders may download the specific forms / data sheets etc. filled up, scanned and upload the same as required.

iv) The tender shall be submitted on the website www.tenderwizard.com in electronic form only and hard copy needs to be submitted manually. The tender documents submitted manually and E tender process.

v) The agency must ensure downloading of excel sheets in which the columns meant for filling up data / rates appears in yellow colour and the movement the data / rates are entered , it turns sky blue. The agencies have to fill and upload the filled up form on the website www.tenderwizard.com.

4. It is mandatory for all the applicants to have class-III digital signature certificate from any of the licensed Certifying Agency to participate in e-tendering.

5. In order to participate in online e-tendering process, it is mandatory for the applicants to have user ID & password to get access to the website www.tenderwizard.com/DAE. The applicants have to get registered their firm / company with the service provider, M/s ITI Limited for user ID & password. The registration shall be done by paying an annual registration fees to M/s ITI Limited and completing other formalities as mentioned in website. Validity of online registration is for one year from date of its issuance and be subsequently renewed. For assistance/clarifications, please contact on mobile 09969395522, e-mail : [email protected] / [email protected]

6. The applicants, who have already obtained such valid user ID and password from M/s ITI Limited, for any other project of TMC / DAE, need not obtain fresh user ID and password for the purpose of participation in the present tender.

7. The services for e-tendering in TMC / DAE is provided by M/s ITI Ltd., Tender wizard Help Desk Centre, B-1/5A, 2ndFloor, Main Nazafgarh Road Near Janakpuri Metro Station (East) Janakpuri, New Delhi-110058, Fax No: 91-11-25618721 Ph No : 011-49424365, or Mumbai helpdesk Rudresh.KSC/o Shri Rakesh Ranjan, Room No 7, 3rd floor, V.S.Bhavan, Anushakti Nagar, Mumbai 400094, 022-25487363, 09969395522, 9, 09969313460, 09969313423, e- mail : [email protected]

7

8. The excel sheets comprising of technical bid and financial bid and other documents shall be uploaded online in the prescribed format (Excel for Technical & Financial Bids, JPG or PDF for credentials) before the date and time as mentioned in e-tender portal. No other mode of submission is acceptable.

9. The agency shall download the pre bid clarification if any for the work and upload the same (scanned copy) duly signed and sealed. The revised documents (if any) shall be uploaded in e tender portal.

10. After submission of the bid / document the bidder can re-submit revised bid / document any number of times but before last date and time of submission of bid/document as notified.

11. If the agency found ineligible, after opening of technical bid his tender shall become invalid and processing fees shall not be refunded.

12. Tenderers are advised to upload their documents well in advance, to avoid last minutes rush on the server or complications in uploading. TMC, in any case, shall not be held responsible for any type of difficulties during uploading the documents including server and technical problems whatsoever.

13. Submission of the tender documents after the due date and time (including extended period) shall not be permitted. Time being displayed on e-tendering portal of TMC shall be final and binding on bidders.

14. In case of any problem with the submission of the tender, the tenderers may take the assistance of help desk or use the help manual given on the said website or mobile and e-mail mentioned above.

15. The tenderers are advised to submit the hard copies towards processing fees (if not paid online), EMD and other documents etc. well in advance to the Tender Inviting Authority, so that it should reach on or before the due date and time. Delay in receipt of hard copies due to security restriction, postal delay or delay due to any other reasons etc. shall not be accepted and tender shall be rejected forthwith.

Notes:-

1) If any information furnished by the tenderer is found incorrect at a later stage, he shall be

liable to be debarred from tendering/taking up of work inTMC. TMCreserves the right to

usein-house information to verify the particulars furnished by the tenderer and assess the

capability of the tenderer independently.

3) TMC/ACTRECshall not be responsible for any cost or expenses incurred by the tenderer in

connection with the preparation or delivery of bids, including costs and expenses related

with visits to the work site.

4) Clarifications, if any, can be obtained from the office of Engineering Services, ACTREC

Vide E-mail:[email protected], [email protected]

5) Please note that to enter ACTREC, TMC premises,aphoto-identity (passport, driving

license, voter's I-card, employer's I-card etc.) is a must.

6) The acceptance of a tender will rest with Director ACTREC, who does not bind himself to

accept the lowest tender and reserves to himself the authority to reject any or all the

tenders received without assignment of reason. Also he reserves to himself the right to

accept the whole or any part of the tender and the tenderer shall be bound to perform the

same at the rate quoted.

8

INFORMATION TO CONSULTANTS/ ARCHITECTS

1. INTRODUCTION

1.1 The Client named in the "Data Sheet" will select a Liaison Architect firm among those firms who obtain

the tender documents and submit their bid after fulfilling the qualification criteria and qualifyin

accordance with the method of selection indicated in the Data Sheet.

1.2 Liaison Architect are invited to submit a Technical Proposal & Financial Proposal for consulting

services required for the Assignment named in the Data Sheet. The proposal will form the basis for

future discussions and ultimately, a contract between the Client and the selected firm.

1.3 The liaison Architect liaises between ACTREC/ TMC their Principal architect at Bangalore, and

Government / local bodiesin Navi Mumbaito get periodic development permissions, Environment

Clearance, Fire NOC, Height & Airport Clearance NOC, Horticulture NOC, Commencement Certificate,

full occupancy certificate, permissions for water supply and drainage, Electrical Enhancement including

all other necessary approvals/ permissions etc. and obtain the final occupancy certificate of the

building.

1.4 The Assignment will be implemented in accordance with the phasing indicated in the Data Sheet.

When the Assignment includes several phases, continuation of services for the next phase will be

subject. to satisfactory performance of the previous phase, as determined by the Client.

1.5 Liaison Architect must familiarize themselves with the local conditions and take these into account in

preparing the proposals. To obtain firsthand information on the Assignment and on the local

conditions, Liaison Architect are encouraged to pay a visit to the Client before submitting a Proposal

and attend a pre-proposal conference as specified in the Data Sheet. Consultants should contact the

officials named in the Data Sheet to arrange for their visit or to obtain additional information on pre-

proposal conference. Liaison Architectshould ensure that the Client's officials are informed of the

intended visit in adequate time to allow them for making appropriate arrangements.

1.6 The Client will provide the inputs specified in the Data Sheet and make available relevant project data,

reports, design basis information etc.

1.7 It will be obligatory on your part to sign the Proposals for all components/parts. You shall

enclose the power of attorney for the person signing the bid.

1.8 Consultants may note that the costs incurred in the preparation of the Proposal and subsequent

discussions including a visit to the Client's office or proposed location(s) connected with the

assignment, are not reimbursable, and for which the Client is not bound to accept any claim.

1.9 Financial statements must show the latest available Five years' data certified by duly certifiedby

Charted Accountant.

1.10 Your Proposal shall provide a definitive answer to the following questions:

9

i. Has your firm during the last five years:

a) Default on a contract?

b) Been declared bankrupt?

c) Assigned a contract for the benefit of creditors?

d) been a party to litigation involving the non-payment on account of wages, materials,

equipment or supplies?

ii. If the answer to any of the above questions is 'yes', an explanation of the circumstances and

disposition shall be given. Any incorrect or false information will lead to disqualification or

cancellation of contract forthwith.

iii. You are required to indicate whether within the preceding five years they( the firm) have ever

been debarred, suspended, or otherwise prohibited from contracting with any Central/State, or

other governmental agency or entity. You shall also inform whether within the last ten years they

(including any joint venture partner) have been charged with, or convicted if any serious crime or

felony.

1.11 Information or the replies to the questions should be complete in all respects. In case the information or

the reply is 'Nil' or 'Not Applicable' etc. the same should be invariably mentioned as such.

1.12 Liaison Architecture informed that in order to avoid conflict of interest situations, any firm providing

goods, works or services with which you are affiliated or associated is not eligible to participate in

bidding for any goods, works or services resulting from or associated with the project of which this

Assignment forms part. You should clarify your situation in that respect with the Client before preparing

the Proposal.

2. CLARIFICATION & AMENDMENT OF TENDER DOCUMENT

2.1 Liaison Architect may request a clarification on any of the Documents furnished to them with the

tender up to the number of days indicated in Data Sheet, before the Proposal submission date. Any

request for clarification must be sent in writing by e-mail or speed post to the Client's address indicated in

the Data Sheet. The Client will respond by e-mail or speed post to such requests and copies of the

response (including an explanation of query but without identifying the source of enquiry) will be sent to all

invited Liaison Architect who intend to submit the Proposal.

2.2 At any time before the submission of Proposals, the Client may, for any reason, whether at its own

initiative or in response to a clarification requested by an invited consulting firm, modify the Documents,

furnished with the tender, by amendment. The amendment will be notified in writing bye-mailor speed

post to all invited consulting firms and will be binding on them. The Client may at its discretion extend the

deadline for the submission of Proposals.

3. PREPARATION OF PROPOSAL

3.1 Liaison Architectshall submit, a Technical Proposal and a Financial proposal, written in the language

specified in the Data Sheet.

10

Technical Proposal

3.2 Liaison Architectis expected to examine all terms and instructions included in the Documents furnished

with Tender. Failure to provide requisite information may result in rejection of Proposal.

3.3 While preparing the Technical Proposal, the bidder must give particular attention to the following:

i. Liaison Architectshould have requisite expertise while making the offer. In case, as permitted in Data

Sheet, the firm considers that it does not have all the expertise for the Assignment, it may

obtain such expertise by associating with individual consultant (s) and other associates, as

appropriate. These associations shall be subject to the approval of the Client. Consultant may or

may not associate with other Consultants invited on this Assignment as indicated in Data Sheet.

ii. Sub-contracting, if any, shall be indicted in the proposal, which may subject to the limitations as

mentioned in Data Sheet.

iii. The estimated cost of construction or work for which the Liaison assignmentis sought as well the time

to complete the Assignment is stated in the Data Sheet. Financial Proposal may be in accordance with

this. However, the Liaison Architectto note that financial proposal shall not be linked to the indicated

cost of work or project in any way.

iv. The key professional staff, listed in the offer, shall be available for the entire duration of the

execution of the Assignment. These shall preferably be the permanent employees of the firm or have

an extended and stable working relation with it.

v. Proposed staff must have relevant educational qualification and experience, preferably under

conditions similar to those prevailing at the locations of the Assignment.

vi. No alternative to key professional staff may be proposed and only one curriculum vitae (CV) may be

submitted for each position. The firm‟s personnel shall have a good working knowledge of

English.

3.4 Technical Proposal should provide the following information, but not limited to, using the attached

Standard Formats (Section - 3):

i. A brief description of the Liaison Architect organization and an outline of recent experience on

assignments of a similar nature. For each assignment, the outline should indicate, inter alia, the

profiles and names of the staff provided, duration of assignment, contract amount and firm's

involvement.

ii. Any comments or suggestions on the scope of work & services, documents and details made

available with this tender, as well on the facilities to be provided by the Client.

iii. A description of the methodology (work plan), which the Liaison Architectproposes to employ in

performing the Assignment, duly illustrated with bar charts of activities, Critical Path Method

(CPM) or Project Evaluation and Review Technique (PERT) or any other type of graphics.

iv. The composition of the proposed staff team by specialty, the tasks which would be assigned

to each and their timing;

11

v. Curricula Vitae (CV) recently signed by the proposed key professional staff and

countersigned by an authorized officer of the Consultant. Key information should include:

years with the firm/entity and degree of responsibility held in various assignments during

the last ten years;

vi. Details of specific experience/ expertise/information asked for in the Data Sheet;

vii. Confirmation/ submission on salient technical conditions mentioned in Tender

Document.

viii. List of Engineering & Management software and workstations, office space etc.

available with the firm, which the Consultant proposes to employ on this Assignment:

ix. List of current commitments (staff-months)with any oftheUnits/ Autonomous Institutions/ PSUs of

DAE;

3.5 The technical proposal shall not include any financial information.

Financial Proposal

3.6 In preparing the Financial Proposal, Liaison Architect is expected to take into account, besides technical

requirements, commercial conditions specified in the Tender Document. The Financial proposal

should follow, but not limited to, Standard Formats (Section -4).

3.7 The amount/ rates quoted in the Proposal shall be both in figures and words. Cost shallbe expressed

in Indian Rupees only.

3.8 The Financial Proposal, shall be all inclusive; and should cover, but not be limited to, remuneration for

staff (in the field and at headquarters), gratuity, provident fund, travel assistance, out of pocket

expense (per diem), overheads, profits, accommodation (housing), transportation (for mobilization and

demobilization), communication, equipment (vehicles, office equipment, furniture, consumable etc.),

printing of documents, surveys, training. The Financial Proposal shall also include the tax Liability and

cost of insurance of Consultants' firm and his personnel specified in Data Sheet.

3.9 The Financial Proposal should consider the mode of payment as specified in Data Sheet.

4. SUBMISSION, RECEIPT & OPENING OF PROPOSALS:

4.1. The original copy of the Technical Proposal and Financial Proposal must be prepared in indelible

ink. The proposals contain no inter-lineation or overwriting except as necessary to correct errors

made by the Consultants themselves. Any such corrections must be initialed by the person or

persons signing the Proposals.

4.2. An authorized representative of the firm must initial with stamp &sealon all pages of the

Proposals. The representative's authorization to be confirmed by a written power of attorney

accompanying the Proposals.(Copy of Power of Attorney in favour of the authorized representative to

be enclosed with the bid.)

12

4.3. For each Proposal, the Consultant shall-prepare number of copies indicated in the Data Sheet.

Each Technical Proposal and Financial proposal should be marked 'Original'.

4.4. The original proposal of the Proposals shall be placed in a sealed outer envelope which will bear the

address and information indicated in the Data Sheet. This outer envelope will include two separate

envelopes, one clearly marked "Technical Proposal" and one clearly marked "Financial Proposal".

4.5. The completed Technical Proposal and Financial Proposal must be delivered at the submission

address on or before the time and date stated in the Data Sheet. Any proposal received after

closing time for submission will not be considered.

4.6. The Proposal must be valid for the number of days stated in the Data Sheet from the date of its

submission during which you must maintain the availability of the key professional staff

proposed for the Assignment. The Client will make its best effort to conclude the Proposal

evaluation process within this period. If the Client wishes to extend the validity period of the

Proposals, Consultant has a right to extend or not to extend the validity of their Proposals.

4.7. After the deadline for submission of proposals, the Technical Proposal will be opened by the

Client's evaluation committee in the presence of all attending bidders/their representatives.

Financial Proposal shall remain sealed until the technical evaluation of all the proposals is

complete.

5. EVALUATION OF PROPOSALS

5.1. A two-stage procedure will be adopted in evaluating the proposals: i) technical evaluation, which will

be carried out prior to opening any financial proposal; and ii) financial evaluation. Each firm will be

ranked using a combined technical and financial score.

Technical Proposal

5.2. The evaluation committee or team appointed by the Client will evaluate the proposals on the basis of

their responsiveness to the requirements specified in Tender Document, applying the

evaluation criteria, sub-criteria and point system specified in the Data Sheet. Each responsive

proposal will be attributed a technical score (St.). A proposal shall be rejected at this stage if it does

not respond to important aspects of the tender requirements or if it fails to achieve the minimum

technical score set out in the Data Sheet.

Financial Proposal

5.3. After the evaluation of Technical Proposals, the Client shall notify the date, place and time set for

opening of Financial Proposals. The notification may be sent by e-mail, or speed post.

5.4. The evaluation committee or team will determine if the Financial Proposals are complete i.e.

whether they have costed all items of the corresponding Technical Proposal, if not the Financial bid

will be rejected.

5.5. The lowest Financial Proposal will be given a financial score for 100 points. The Applicants will be

allotted score relative to the score of Applicant with lowest quote, which will be as below:

13

Fs = 100 x FL/F

Where:

Fs = The financial score of the Financial Proposal being evaluated

FL = The price of lowest priced Financial Proposal

F = The price of Financial Proposal under consideration

The score of technical proposals would be given 70% weightage and that of the financial proposals would be given 30% weightage. The weighted total score of both the Technical and Financial proposals shall be used to rank the Applicants.

Total Score = 70% x Ts + 30% x Fs

The first ranked Applicant is eligible for award of the work.

6. DISCUSSIONS PRIOR TO AWARD OF CONTRACT

6.1 Prior to the award of contract, the Client will notify the successful bidder whose proposal

scored the highest combined score (technical+financial) and invite him to discuss the

Contract. Discussions will be held at the address indicated in Data Sheet and the aim is to

reach an agreement on all the points.

6.2 The discussions may include the proposed methodology (work plan), staffing, quality system

and any suggestions made by the firm for expeditious completion of the Assignment.

Agreement must then be reached on the final requirements on terms of reference, the

staffing and bar charts, which will indicate activities, staff periods in the field and in the home

office, communication, logistics, reporting etc. Special attention will be paid to define clearly

the inputs required from the Client to ensure satisfactory completion of the Assignment. The

agreed work plan and other terms of reference will then be incorporated in the 'Description

of Services' and shall form part of the Contract.

6.3 The financial discussions may include clarifications, if any, on taxes, levies and other

such charges considered in the proposal. Some of the special conditions of contract may be

discussed.

6.4 Having selected Liaison Architect, among other things, on the basis of an evaluation of

proposed key professional staff, total staff deployment as well as availability of requisite

facilities/ resources, the Client will require assurances that these shall be actually available.

If this is not the case and if it is established that key staff, facilities and resources which were

offered in the proposal were, not actually available, the firm may get disqualified.

14

7. AWARD OF CONTRACT

7.1 The Contract will be awarded, after obtaining requisite approvals from the Competent Authority,

based on completion of successful discussions.

7.2 On award of the Contract, the Liaison Architectshall commence the Assignment on the date

and at the location specified in the Data Sheet. A co-ordination procedure shall also be

established and name of the accredited representative of the Liaison Architectwho would be

responsible for taking instructions from the Client/Principal architect shall be communicated.

15

DATA SHEET

(Information to Liaison Architect)

1. The name of the Client: ACTREC,Tata Memorial Centre (TMC), Under Administrative Control

of Dept. of Atomic Energy, Government of India.

2. The name of the Assignment: Liaison work to obtain development permissions for Liaison

work to obtain development permissions for construction of Dormitory building at Plot

No. 1 & 2, Sector–22, Kharghar, Navi Mumbai in coordination with Engineer-In-Charge,

ACTREC and Principal Architect.

The objective of the Assignment is: To provide complete Liaising Services pertaining to

obtain development permissions such as Environment Clearance, Fire NOC, Height &

Airport Clearance NOC, Horticulture NOC, Commencement Certificate, full occupancy

certificate, permissions for water supply and drainage, Electrical Enhancement including

all other necessary approvals/ permissions etc. required for the project.

The address for requesting clarification is “Officer-in-charge, Engineering Service,

ACTREC, Plot No. 1 & 2, Sector–22,Kharghar, Navi Mumbai 410 210”.

3. Specific experience/ expertise/ additional information to be provided by the Liaison Architect

are:

The Liaison Architectshall obtain all forms andall documents from Principal architect (who is the

designer for the project of Dormitory building at ACTREC)for getting for registration of Licensed

Structural Engineer, Architect, Licensed Plumber etc.with local bodies.

4. Financial proposal should be on Total Value of Work in Indian Rupees only.

5. Tax liability, insurance description or reference to Documents:

The Liaison Architect and his personnel shall pay the taxes and other impositions levied under

existing, amended or enacted laws during the period of the Assignment.

The Liaison Architect shall cover employer‟s liability compensation insurance for his or his sub-

Consultants‟ personnel in accordance with the provisions of relevant applicablelaws.

6. The payment is proposed to be made on the basis of milestones achieved or deliverables

received during the course of working on the Assignment. The proposed milestones/ deliverables

for this purpose are included herewith.

16

7. The number of copies of the Proposals: Two (One in original Format and one photo copy)

a) The address for obtaining tender documents, pre-bid clarification/informationand

submission of bid:Officer-in-Charge, Engineering Services, ACTREC, Plot No. 1 & 2,

Sector–22, Kharghar, Navi Mumbai-410 210

b) The date and time of Proposal submission are: 21.06.2016

c) Financial Proposal must remain valid for 120 (days) from the date of submission of bid.

8. The points given to evaluation criteria are:

PRE-QUALIFICATION PART-1------------------------------------------------------------------- 100 points.

ATTRIBUTE - A.: ORGANISATION. . . .. . . . . . . . . . . . . . . . . . . . . . . . 30 Points

1 Organization set up & Office Locations Form " E” 5 Points

2 In-House Service for Assignment Form "F” 10 Points

3 Associates related to the Assignment and their Experience Form "G” 5 Points

4

Qualifications and Competence of the Key Technical Personnel

for the Assignment Form "K” Firm shall meet the requirement as per the

table under Form “K”–“minimum required experience of the proposed key

staff and number of staff to be deployed for the project”.

(a) Architects 4 points

(b) Civil & MEP Engineers 6 Points

10 Points

TOTAL : 30 Points

ATTRIBUTE - B. EXPERIENCE.--------------------------------------------------------------------------- 50

Points

B1

Experience in similar nature completed of Work for an institutional project

during last five years Form “B”:

a) one similar assignments for an intuitional project spread not less

than an area of 9700 Sqm,

b) two similar assignments each for an intuitional project

spread not less than an area of 7260 Sqm; or

c) three similar assignments, spread not less than an area of

4850 Sqm

At least one of the above projects shall be for Government/ Semi-

30 Points

17

Government/ Government Undertaking/ Government Autonomous

Bodies, etc.

B2 Performance of Works : Performance of work is evaluated w.r.t.:-

Attribute-1- Quality of work : Total points = 5

1 Excellent 5 Points

2 Very Good 3 Points

3 Good / Satisfactory 2 Points

4 Average 1 Point

Attribute-2- Technical Proficiency.: Total points = 5

1 Excellent 5 Points

2 Very Good 3 Points

3 Good / Satisfactory 2 Points

4 Average 1 Point

Attribute-3- Resourcefulness : Total points = 5

1 Excellent 5 Points

2 Very Good 3 Points

3 Good / Satisfactory 2 Points

4 Average 1 Point

Attribute-4- General Behaviour : Total points = 5

1 Excellent 5 Points

2 Very Good 3 Points

3 Good / Satisfactory 2 Points

4 Average 1 Point

20 Points

5

Points

5

Points

Points

5

Points

TOTAL : 50 Points

ATTRIBUTE - C. FINANCIAL CAPABILITY . . . . . . . . . . . . . . . . . . . 20 Points

1 Average annual turnover (gross) 10 Points

2 Net profit 5 Points

3 Not under liquidation, court receivership or similar proceedings. 5 Points

TOTAL : 20Points

18

Note: -

a) Evaluation Criteria in general (i) 70% marks for meeting minimum eligibility (ii) 100% marks for

twice the minimum eligibility criteria or more (iii) in between (i) & (ii) on pro rata basis.

b) The TMC, however, reserves the right to restrict the short listing of firms to any number

deemed suitable by it.

c) The applicant must secure Sixty percent in each of criteria but min. 70% in aggregate

d) Initially the points will be given based on the documentary evidence as Part-1.

e) The Financial bid of only those Consultants who secures minimum 70% in aggregate of Part-1

will be opened.

f) Assignment is expected to commence: June/ July 2016, Kharghar, Navi Mumbai

19

STANDARD FORMATS FOR PREPARATION OF TECHNICALPROPOSAL

(1) Technical proposal submission form

(2) Firm's references

(3) Team composition & assigned task

(4) Format of Curriculum Vitae of proposed key professional staff

(5) Profession Experience of Key persons

(6) Activity (work) schedule

(7) Particulars of assignment in hand

(8) Particulars of litigation history

(9) Financial Information

(10) Details of all works of similar nature of Assignment completed during the last Five Years.

(11) performance report of works referred to in Form 3 N

(12) Organizational structure.

(13) Details of Proposed Associate service –if any

(14) Certificate of Ethical Purchase

(15) Certificate

20

TECHNICAL PROPOSAL SUBMISSION FORM

(On the letter Head of the bidder) [Location, date]

TO :

(Name & Address of Client)

__________________________

__________________________

________________________

Sir:

Subject: Liaison Architect Service forConstruction of Dormitory building at ACTREC.

We, the undersigned, offer to provide the Liaison Architect services for the above in

accordance with your Letter Inviting Offer (Reference & date). We are hereby submitting our

Proposal which includes this Technical Proposal, and a Financial Proposal sealed under a separate

envelop.

We understand you are not bound to accept any proposal you received.

We remain,

Your „sfaithfully,

Signature_______________

(Authorized Representative)

Full Name_______________

Designation______________

Address_________________

21

1. FIRM‟S REFERENCES

Relevant services carried out in the last five years that best illustrates qualification for the tendered Assignment

The following information should be provided in the format below for each reference assignment

(similar to the tendered work) for which your firm, either individual as a corporate entity or as one of

the major companies within an association, has been primary responsible to render the Services

Assignment Name: Country :

Location within Country No. of Profession staff by your Firm

Name of Client:

Address:

(With Name, Telephone & Fax Nos.

of contract person)

No. of professional staff months

Start Date

(Month/year)

Completion Date :

(Month/ Year)

Name of Associated Firm(s) if any: No. of months of

Professional Staff provided

By Associated

Name of Senior Staff (Project Manager/Coordinator, Team Lead) involved and functions

performed:

Narrative Description of Project:

Description of actual services provided by Professional Staff:

Signature of Liaison Architect

22

2. TEAM COMPOSITION & TASK ASSIGNMENTS

Technical / Managerial Staff

Sr.

No. Name

Years of

experience

Nos. of years

with your firm Position Task

1. _

2. _

3. _

4. –

5. –

..

..

..

Support Staff

Sr.

No.

Name Years of

experience

Nos. of years

with your firm

Position Task

1. _

2. _

3. _

4. –

5. –

..

..

23

Format of Curriculum Vitae (CV) for proposed key staff

Proposed Position: ________________________________________________________

Name of firm: ______________________________________________________________

Name of staff: _____________________________________________________________

Profession: _________________________________________________________________

Date of Birth: _______________________________________________________________

Years with Firm: ____________ Nationality: ________________________

Membership of professional societies:

___________________________________________________

Detailed tasks assigned:

_____________________________________________________________

Key Qualifications:

(Give an outline of staff member's experience and training most pertinent to tasks on assignment.

Describe degree of responsibility held by staff member on relevant previous assignments and give

dates and locations. Use up to half a page).

Education:

(Summarize college/university and other specialised education of staff member, giving names of the

institutes, dates attended and degrees obtained. Use up to a quarter page).

____________________________________________________________________________

Employment Record:

(Starting with present position, list in reversed order, every employment held. List all positions held

by staff member since graduation, giving dates, names of employing organisation, title of positions

held and location of assignments. For experience in last ten years, also give types of activities

performed and TMC references, where appropriate. Use up to three-quarters of a page).

_____________________________________________________________________________

24

Present assignment:

Expected date of completion of present assignment in Hand, if applicable.

Languages:

(Indicate proficiency in speaking, reading and writing of each language by “excellent” “good”, “fair” or

“poor”)

Certification:

I, undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my

qualifications and my experience.-

Date ------------- (Day /Month/Year)

(Signature of the staff member &

Authorised representative of the firm)

25

3. PROFESSIONAL EXPERIENCE OF KEY PERSONNEL

Sl

NO

Parameter Detail

1 Name

2 Date and place of birth:

3 Nationality:

4 Marital status:

5 Address (phone/fax/e-mail):

6

Education:

(i) Institutions:

(ii) From (month/year

(iii) To (month/year)

7 Degree:

8 Mother Tongue:

9 Language known :

10

Language skills : Indicate on a scale of 1 to 5

(1- excellent 5 – basic):

11 Membership of professional bodies:

12 Other skills (e.g. computer literacy, etc.):

13 Present position:

14 Years of professional experience

15 Key qualifications:

26

4. ACTIVITY (WORK) SCHEDULE

(1st, 2nd, 3rd … are month from the start of Assignment)

Month wise programme (in the form of Bar chart) For Entire period of liaisoning

Sl No Item of 1st 2nd 3rd 4th 5th

Activities/ work

27

5. PARTICULARS OF ASSIGNMENT IN HAND

Provide information about all project in progress, including those where the firm has received

a letter of intent, but a formal contract has not yet been awarded. The list shall also include

separately the Assignments in hand for the Units/PSU‟s of DAE.

Sl.No Name &

Brief Detail

of the

Assignment

Value of

Assignment

Name &

Address of

Contact

Person

with

Telephone/

fax no & E-

mail.

Estimated

Man

hours/

months

assigned/

to be

assigned

foe the

work

Completion Period Present

stage of

work

with

reason

for

delay (if

any)

Stipulated Actual

(1 ) ( 2) (3 ) (4) (5a) (5b) (6)

6. PARTICULARS OF LITIGATION HISTORY

Name of the Consultant_________________________

Consultant, including Associate should provide information on any history of litigation or arbitration

resulting from contracts executed in the last ten years or currently under execution, as required in

this pre-Qualification document.

Year Name of

Client

Cause of

litigation

Matter under

dispute

Award FOR

or AGAINST

the Applicant

Disputed

Amount.

28

FORM “A”

7. FINAICIAL INFORMATION

I. Financial Analysis - Details to be furnished duly supported by figures in balance sheet/profit

and loss account for the last five years duly certified by the Chartered Accountant, as

submitted by the applicant to the Income Tax Department (copies to be attached).

Financial Year

Particulars 2010-11 2011-12 2012-13 2013-14 2014-15

Gross Annual turnover on

Liaison Architects work (In

Lakhs)

i) Profit/Loss

iii) Certified by

II. Financial arrangements for carrying out the proposed work.

III. Copy of the PAN card

IV. Copy of TIN / Service Tax No :

V. The following certificates are enclosed:

(a) Current Income Tax clearance Certificate/Profit & Loss account

(b) Solvency Certificate from bankers of Applicant for minimum Rs. 10.00 lakh

Signature of Chartered Accountant with seal Signature of Applicant(s)

29

FORM “B”

8. DETAILS OF ALL WORKS OF SIMILAR NATURE OF ASSIGNMENT COMPLETED DURING THE

LAST FIVE YEARS ENDING LAST DATE OF PREVIOUS MONTH OF NOTICE.

SIMILAR NATURE OF ASSIGNEMENT COMPLETED

Sr.No Description 1 2 ...

1 Name of work /project and

location

2 Name & Address of

Employer/ organisation

3 Cost of work in Rs. Crores

(or built up area in case of

foreign consultants)

4 Date of commencement as

per contract

5 Stipulated date of

completion

6 Actual date of completion

7 Litigation /arbitration

pending /in progress with

details*

8 Name and address/

telephone number of officer

to whom reference may be

made.

9 Remarks / Scope of

consultancy contract.

**Indicate gross amount claimed and amount awarded by the Arbitrator.

Signature of Applicant(s) with date & seal

30

FORM 'C'

PROJECTS UNDER EXECUTION OR AWARDED

Sr.No Description 1 2

1 Name of work /project and

location

2 Name & Address of

Employer/ organization

3 Cost of work in Rs.

4 Date of commencement

as per contract

5 Stipulated date of

completion

6 Up to date percentage

progress of work

7 Name and address/

telephone number of

officer to whom reference

may be made.

8 Remarks / Scope of

consultancy contract.

Signature of Applicant(s) with date & seal

31

FORM “D"

9. PERFORMANCE REPORT OF WORKS REFERRED

Sl

No

DETAIL INFORMATION

1 Name of work/Project & Location.

2 Agreement No

3 Estimated Cost

4 Tendered Cost

5 Date of start

6 Date of Completion (i)Stipulated date of completion

(ii)Actual date of completion

7 Amount of compensation levied for delayed

completion, if any.

8 Overall performance of the Liaison Architect Very Good / Good / Fair/ Poor

Dated: Executive engineer or equivalent

#Note:-Certificate for each work completed/under execution shall be obtained in the above format

32

FORM “E”

10. ORGANISATIONAL STRUCTURE

1 Name & Address of the applicant: Points

Attributed

2 Telephone No./Telex No./Fax No/Email/ Website

3 Legal status of the applicant (attach copies of

original document defining the legal status)

i. An individual

ii. A proprietary firm

iii. A firm in partnership

iv. A limited company or Corporation

2.0

3.0

4.0

5.0

4 Particulars of registration with various

Government bodies (attach attested photocopy)

Organisation

/Place of

registration

.

Registration

No.

5 Names and Titles of Director & Officers with

designation to be concerned with this work:

6 Designation of individuals authorised to act for

the organisation.

7 Was the applicant ever required to suspend

assignment for a period of more than six months

continuously after you commenced the

assignment? If so, give the name of the project

and reasons of suspension of work.

8 Has the applicant or any constituent partner in

case of partnership firm, ever abandoned the

awarded work before its completion? If so, give

name of the project and reasons for

abandonment.

9 Has the applicant, or any constituent partner in

case of partnership firm, ever been debarred /

black listed for tendering in any organisation at

33

any time? If so, give details.

10 Has the applicant or any consultant partner in

case of partnership firm, ever been convicted by

a court of law? If so, give details

11 In which fields of Consultancy assignment the

applicant has specialisation and interest?

12 Details of Association/tie-ups with Indian Partner

[in case of Foreign Consultancy firm]

13 Details of Association/tie-ups with Foreign

Partner [in case of Indian Consultancy firm]

14 Any other information considered necessary but

not included above.

34

FORM 'F'

DETAILS OF AVAILABLE IN-HOUSE SERVICE

Sr.No. IN HOUSE SERVICE AVAILABILITY OF SERVICE

(STRIKE OUT WHICHEVER IS

NOT AVAILABLE)

Points

attributed

Total 10 Points

1 ARCHITECTURAL-CIVIL

YES / NO 2 Point

2 STRUCTURAL ENGG

YES / NO 1.5Point

3 PUBLIC HEALTH ENGINEERING YES / NO 1 Point

4 ELECTRICAL YES / NO 1 Point

5 MECHANICAL YES / NO 1 Point

6 HVAC YES / NO

7 ACOUSTIC & SOUND SYSTEM YES / NO 0.25 Point

8 FIRE FIGHTING YES / NO 0.25 Point

9 LANDSCAPING YES / NO 0.5 Point

10 INTERIORS YES / NO 0.5 Point

11 LAN & NETWORKING YES / NO 1.0 Point

12 IBMS YES / NO

13 INFRASTRUCTURE FOR

OBTAINING

1Point

(a)Statutory Clearances such as

MoEF

YES / NO

(b) Construction YES / NO

(c) Power Connection YES / NO

(d) Water Connection YES / NO

(e) Sewage Connection YES / NO

(f) Other Clearances as applicable. YES / NO

35

FORM'G'

DETAILS OF PROPOSED ASSOCIATE SERVICE IF ANY

Sr.

No

.

PROPOSED

ASSOCIATE FOR

NAME &

ADDRESS OF

ASSOCIATE

PROPOSED

YEARS OF

EXPERIENCE

YEARS OF

ASSOCIATION WITH

THE PRIME

CONSULTANT

Points

attributed

Total 5

Points.

1 ARCHITECTURAL-

CIVIL

1 Point

2 STRUCTURAL

ENGG

1Point

3 PUBLIC HEALTH

ENGINEERING

0.25 Point

4 ELECTRICAL

0.25 Point

5 MECHANICAL -

HVAC

0.25 Point

6 ACOUSTIC

0.25 Point

7 FIREFIGHTING

0.25 Point

9 LANDSCAPING

0.25 Point

10

INTERIORS 0.50 Point

11 LAN &

NETWORKING/IBMS 0.50 Point

13 Statutory clearance. 0.50point

Note : If the firm has In-House services in respective fields/ trades, will get the full points

attributed under Form-G by default.

36

FORM „H‟

DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE DEPLOYED FOR

THE WORK

Sr.N

o

Designatio

n

Total

Numbe

r

Number

availabl

e for this

work

Nam

e

Qualifications

.

Professiona

l experience

and details

of work

carried out

How

these

would

be

involve

d in this

work

Remark

s

1 2 3 4 5 6 7 8 9

37

FORM „J‟

DETAILS OF CONSULTANCY/OFFICE EQUIPMENT LIKELY TO BE USED IN CARRYING OUT THE WORK

Sr

No

Name of

Equipment

Nos. Capacity

or Type

Age Conditio

n

Ownership status Curre

nt

Locat

ion

Re

ma

rks Presently

owned

Leased To be

purcha

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

A CONSULTANC

Y

1. Hardware

i) Compute

ii) Plotters

etc

2.SOFTWARE

(Please mention

the software

proposed to be

used in this

work)

2 Any other

Office

Equipment.

(Please mention

the equipment

proposed to be

used in this

work)

38

FORM „K‟

PROFESSIONAL EXPERIENCE OF KEY PERSONNEL

Sl

NO

Detail

1 Name

2 Date and place of birth:

3 Nationality:

4 Civil status:

5 Address (phone/fax/e-mail):

6 Education:

(iv) Institutions:

(v) From (month/year

(vi) To (month/year)

7 Degree:

8 Mother Tongue:

9 Language known :

10 Language skills : Indicate on a scale

of 1 to 5 (1- excellent 5 – basic):

11 Membership of professional bodies:

12 Other skills (e.g. computer literacy,

etc.):

13 Present position:

14 Years of professional experience

15 Key qualifications:

16 Specific experience in non-

industrialized countries :

(i) Country .

(ii) Date: From – To

(iii) Brief description

** Minimum required experience of the proposed key staff and number of staff to be deployed for the project. Refer Attribute-A SL No 4.

39

ORGATIONAL ESTABLISHMENT

SL No

Position Experience in years

Numbers.

A. Architectural TOTAL Nos.

1 Specialists. > 25

2 Team Leader > 20

3 Sr Architect > 10

4 Jr Architect > 8

5 Support staff/ Draughtsman > 4

B. Structural Engineering TOTAL Nos.

1 Sr Designer > 10

2 Jr Designer > 8

3 Support staff/ Draughtsman > 4

C. Electrical Engineering TOTAL Nos.

1 Sr Designer > 10

2 Jr Designer > 8

3 Support staff/ Draughtsman > 4

D. Mechanical Engineering TOTAL Nos.

1 Sr Designer > 10

2 Jr Designer > 8

3 Support staff/ Draughtsman > 4

E. Public Health Engineering TOTAL Nos.

1 Sr Designer > 10

2 Jr Designer > 8

3 Support staff/ Draughtsman > 4

F. Others :Networking/ Landscape /Acoustic & Sound/ Interiors/Fire fighting

TOTAL Nos.

1 Sr Designer > 10

2 Jr Designer > 8

3 Support staff/ Draughtsman > 4

4 Project co-ordinator for all services. > 15

40

CHECK LIST

S. No

Basic Requirement

Specific Requirements

Documents Required

Document enclosed

1

Legal Entity

The firm should be a

company registered under

Indian Companies Act, 1956

or a partnership firm registered

under Indian Partnership Act,

or a Proprietorship firm

registered under the foreign

act

1. Copy of Certificate(s)

of incorporation-.

2.Copy of Registration

Certificate(s)

YES / NO

2

Turnover

Annual Turnover of the firm

for the last Five financial

years (2008-09, 2009-10, 2010-

11, 2011-12 and 2012-13) as

per the last published

audited balance sheets),

should be at least

Rs.9.00Crores.

CA Certificate with CA‟s

Registration

Number/Seal

YES / NO

3

Technical Capability

The bidder must have

successfully completed similar

nature of consultancy

assignment for any

state/central government

organization/PSU‟s/ Private

firms only in India during the

last Five years ending last date

of previous month of EOI

noticeas mentioned under Para

8 of Section -II.

Note : Foreign firms shall be

evaluated based on the built up

area.

As per project reference

and(Work Completion

Certificates from the

client; OR Work Order +

Self Certificate of

Completion (Certified by

the For scope Auditor);

OR Work Order + Phase

Completion Certificate

from the client)

YES / NO

4

Tax registration

(**)

The bidder should have a

registered number of :

1. VAT/Sales Tax where his

1. Copies of relevant

certificates of

registration.

2. VAT clearance

YES / NO

41

business is located 2. Service Tax. 3. Income Tax /Pan number. 4. WCT- TIN No :

certificate from the

Commercial Taxes

Officer of the Circle

concerned

5

Certifications

The bidder if possess, at thetime

of bidding, a valid ISO

9001:2008 Certification.

Copy of a valid

certificate

YES / NO

6

Blacklisting

A firm is not eligible to

participate in this project while

under sanction by DCSEM.

Similarly, at the time of

submission of PQ document,

the firms black- listed/

debarred in participating in

any procurement activities by

any State or Central

Government or UT in India/

Foreign Government are not

allowed to bid.

A Self Certified letter

YES / NO

7

Manpower Strength

The bidder shall have sufficient

qualified in house staff for

efficiently handling the

consultancy assignment.

A self-declaration (on

Firm‟s Letterhead)

YES / NO

8 Letter of

Transmittal

Format “A” to “K”. Complete information as

per the format.

YES / NO

9 Certificate As per the Performa. Duly signed with rubber

stamp.

YES / NO

**Note: Tax registration for Foreign consultants: On award of the work, Foreign consultants shall

have to register their firm with concerned authorities for VAT-TIN/WCT/Service-Tax/Income-

Tax/Labour cess as per the rules & regulation of Government of India.

42

CERTIFICATE OF ETHICAL PRACTICE

1 . I/We assure the Centre that neither I/We nor any of my/our staff will do any act/s, which

are improper /illegal during the currency of the contract awarded to us.

2. Neither I/WE nor anybody on my/our behalf will indulge in any corrupt

Activities/ practices in my / our dealing with the Centre. I/WE will have no

Conflict of Interest in any of our jobs/contracts at the Centre.

I/We have no conflict of interest in any of our jobs/contracts at the Centre

SIGNATURE

43

CERTIFICATE

I ____________________________, working as ______________________ in this organization

and authorized to issue this certificate and certify that:

1. We have gone through the contents of advertisement and related documents for this EOI and fulfill all

the eligibility criteria as per EOI.

2. All relevant documents are enclosed with our EOI.

3. The details and contents of our EOI are authenticated and based on actual work carried out by

our agency, as per record.

4. We have understood that in case it is found that our agency is not fulfilling any of the laid down

criteria, or relevant details/supporting documents are not found to be enclosed, we will not be

given any opportunity for any clarifications and our EOI will be evaluated based on available

documents in EOI.

Signature of Authorized Signatory.

Name: …………………………… Dated: …………………….

Designation: ……………………………

[Please Affix Rubber Stamp]

44

FINANCIAL PROPOSAL SUBMISSION FORM

FROM (name of Firm) (On the letterhead of the bidder)

TO:

(Name & Address of Client)

_____________________

_____________________

Sir,

Sub: Liaison work to obtain development permissions and occupancy

certificate for construction of Dormitory building at Plot No. 1 & 2,

Sector–22, Kharghar, Navi Mumbai in coordination with principal

architect.

We, the undersigned, offer to provide the consulting services for the above in accordance

with your Letter Inviting Offer Ref No.________________dt________ and out Proposal

(Technical &Financial). Our lump sum financial proposal is for a sum of Rs (in

words____________________). This amount is inclusive of all Taxes, and levies.

We undertake that, in completing for the award made to us in the above contract we shall

strictly observe the Laws “prevention of Corruption Act 1988” against Fraud & Corruption.

We understand you are not bound to accept any proposal you receive.

We remain

Yours faithfully,

Signature________

(Authorized Representative)

Full Name______________

Designation______________

Address_______________________

45

M I L E STONES FOR PAYMENT OF LIAISONING CHARGES

Stage-1

Obtaining Development Permission

(Commencement Certificate) for

establishment dormitory building in

ACTREC campus.

Cumulative 40% of the Total fee payable.

Stage-2

On submission of final report and file

containing all documents such as MOEF

Clearance, NOC from Civil Aviation

Department if required, Fire NOC, Health

NOC, Horticulture NOC, Water Supply

NOC, etc. Forwarding complete file for

obtaining of Occupancy Certificate from

concern local authorities.

Cumulative 55% of the Total fee payable

Stage-3:

On obtaining and submission of

Occupancy Certificate to owner &

Principal Architect.

Cumulative 100% of the Total fee payable

46

GENERAL CONDITIONS OF CONTRACT (GCC)

1. GENERAL PROVISION

1.1 Definitions

Unless the context „otherwise; enquires, the following terms whenever used in this Contract havethe

followingmeanings:

(a) "Client" means the Tata memorial Centre under Administrative control of the Department of Atomic

Energy, Government of India.

(b) "Government " means the Government of India.

(c) "Contract"- meansthe Contract signed by the Parties, to which these Conditions of Contract are

attached together with all the documents listed in Appendices of such signed Contract.

(d) "Applicable Law" means the laws and any other instruments having the force of law in the Client's

country, as they may be issued and in force from time to time.

(e) "Engineer-in-charge" means an engineer so appointedby the Client responsible to direct, supervise and

be in charge of the Services to be performed by the Architectural Consultancy Firms under the

Contract.

(f) "GCC" means General Conditions of Contract.

(g) "SCC" means Special Conditions of Contract by which these General Conditions of Contract may be

amended or supplemented.

(h) "Party" means the Client or the Consultant(s}, as the case may be, and Parties means both of them.

(i) "Services" means the work to be performed by the Consultant pursuant to this Contract, as

described in Appendix -A hereto.

(j) "Contract Price" means the charges to be paid for the performance of Services under this Contract.

(k) "Local currency" means Indian Rupees.

(l) "Foreign currency" means any currency other than Indian Rupees.

(m) "Personnel" means persons hired by the Consultant(s) or by any Sub-consultant(s) as employees

and assigned to the performance of the Services or any part thereof. "Local Personal" means such

persons who at the time of being so hired had their domicile inside the Client's country.

(n) "Member", in case the Liaison Architect consist of one entity.

(o) "Associate" means any other Liaison Architect to which the Consultant sub-let any part of the Services;

(p) "Third Party" means any person or entity other than the TMC, the Liaison Architect or Associate.

(q) "Site" means part or the whole of the property belonging to the Client on which the Services will need

to be performed.

(r) "Month" shall mean a calendar month.

47

1.2 Relation between the Parties

Nothing contained herein shall be construed as establishing a relation of master and servant

or of agent and principal as between the Client and the Consultant.; The Consultant,

subject to this Contract, has complete charge orPersonnel performing the Services and

shall be fully responsible for the Services performed by them oron their behalf hereunder.

1.3 Law Governing the Contract

This Contract, its meaning and interpretation and the relation between the Parties be

governed by the Applicable Law.

1.4 Language

This Contract has been executed in the language specified in the SCC, which shall be

the binding and controlling language for all matters relating to the meaning or interpretation

of this Contract.

1.5 Location

The Services shall be performed at such locations as are specified in Appendix-A hereto

and, where the location of a particular task is not so specified, at such locations in India,

as the Client may approve.

1.6 Notices

(a) Any notice, request or consent required or permitted to be given or made pursuant to this

Contract shall be in writing and shall be deemed to have been given or made when delivered in·

person to an authorized representative of the Party to whom the communication is

addressed, or when sent by registered mail, e mails to such Party at the address specified in

the SCC.

(b) Notice will deem to be effective as specified in the SCC.

1.7 Authority of Member in Charge

In case of Consultants consist of a Associates of more than one entity, the Members hereby

authorize the entity specified in the SCC to act on their behalf in exercising all the

Consultants' right and obligations towards the Client under this Contract, including without

limitation the receiving of instructions and payments from the Client.

1.8 Authorized Representatives

48

Any action required or permitted to be taken, and any document required or permitted to be

executed, under this Contract by the Client or the Consultant may be taken or executed by

the officials specified in the sec.

1.9 Taxes and Duties

Unless otherwise specified in the SCC, the Consultant, Sub-consultants and their

Personnel shall pay such taxes, duties, fees and other impositions as may be levied under

the Applicable Law, the amount of which is deemed to have been included in the Contract

Price.

2. COMMENCEMENTCOMPLETIONMODIFICATION&TERMINATIONOFCONTRACT

2.1. Effectiveness of Contract

This Contract shall come into effect on the date the Contract is signedbyboththe Parties or

such other date-as may be stated in these SECTION.

2.2. Termination of the Contract for Failure to become Effective

Ifthis contracthas notbecome effective withinsuch period oftime .after the date ofthe

Contractsigned by the Partiesas shall bespecifiedinSCC, eitherParty may,butnot

lessthan 4(four) weekswrittennoticetootherParty, declarethisContracttobenull and void,

and in theeventof such declaration by either Party, neitherParty shall have

anyclaimagainstthe otherPartywith respecthereto.

2.3. Commencement of Services

TheConsultantshall begin carryingoutthe Servicesattend ofsuch time period afterthe

Effective Date asmaybespecifiedintheSCC.

2.4. Expiration of Contract

Unless terminated earlier pursuant to Clause GCC 2.8 hereof, this Contract shall

expire when the Services have been completed in all respect at the end of

such time period after the Effective Date as is specified in the SCC.

2.5. Entire Agreement

This Contract contains all covenants, stipulations and provisions agreed by the

Parties. No agent or representative of either Party has authority to make, and

the Parties shall not be bound by or be liable for, any statement, representation,

promise or agreement not set forth herein.

49

2.6. Modification

Modification of the terms and conditions of this Contract, including any

modification of the scope of the Services or Contract Price, may only be made

by written agreement between the Parties.

2.7. Force Majeure

2.7.1. Force Majeure' means and includes any cause which is beyond the control of either

of the parties in the agreement which they could not foresee or with a reasonable

amount of diligence could not have been foreseen and which substantially affects the

performance of the Contract such as:

a) Natural phenomena such as floods, droughts, earthquakes, epidemics etc.;

b) Acts of war - declared or undeclared, priorities and embargoes, quarantine etc.

c) Other phenomena such as riots, civil commotion, state wise/ nation wise (but not

local) bandh etc.

2.7.2. Parties shall not be liable for the delays in performing their part of obligation (s)

resulting from any 'Force Majeure' causes as referred to above. The time for

completion of the contract shall, however, be extended by a reasonable time to cover the

period of delay completely attributable to the Force Majeure events.

2.8. Termination

2.8.1. By the Client

The Client may terminate the Contract, by not less than thirty (30) days' written

notice of termination to the Liaison Architect, to be. given after the occurrence of

any of the events specified in paragraphs (a) through (d) of this Clause GCC

2..8.1 and sixty (60) days in the case of event referred to in (e) below:

a) if the. Liaison Architectfail to remedy a failure in the performance of their

obligations under the Contract within thirty (30) days of receipt after being

notified or within such further period as the Client may have subsequently

approved in writing;

b) if the Liaison Architectbecome insolvent or bankrupt or enter into any

agreements with their creditors for relief of debt or take- advantage of any law

for the benefit of debtors or go into liquidation or receivership whether

compulsory or voluntary;

50

c) If the Liaison Architect submit to the Client a statement which has a material

effect on the rights, obligation or interests of the Client and which the Liaison

Architectknow to be false;

d) If, as the result of Force Majeure, the Liaison Architectare unable to perform a

material portion of the Services for a period of not less than sixty (60) days; or

e) If the Client, in its sole discretion and for any reason whatsoever, decides

to terminate this Contract.

2.8.2. By the Liaison Architect

The Liaison Architect may, by not less than thirty (30) days' written notice to the

Client, such notice to be given after the occurrence of any of the events specified in

paragraphs (a) and (b) of this Clause GCC 2.8.2, terminate this Contract:

a) If the Client fails to pay any money due to the Liaison Architect pursuant to this

Contract and not subject to dispute pursuant to Clause 8 hereof within forty-five

(45) days after receiving written notice from the Liaison Architect that such

payment is overdue.

b) If, as a result of Force Majeure, the Liaison Architectare unable to perform a

material portion of the Services for a period of not less than sixty (60) days.

2.8.3. Payment upon Termination

Upon termination of this Contract pursuant to Clauses GCC 2.8.1 or 2.8.2 hereof, the

Client shall make the following payments to the Liaison Architect (after offsetting against

these payments any amount that may be due from the Liaison Architectto the Client):

a) Remuneration pursuant to Clause GCC 6.1 hereof for Services

satisfactorily performed prior to the effective date of termination; and

b) reimbursable expenditures pursuant to Clause GCC 6.2 hereof for

expenditures actually incurred prior to the effective date of termination.

2.8.4. The Client shall not be liable to pay any bonus, damage or other claims of the Liaison

Architect for the loss of expected profit or interest in uncompleted portions of

the work and services

2.8.5. In the event, the contract is terminated due to reasons of unsatisfactory

performance, negligence or inordinate delays in achieving the targets, the Client

shall be free to encash the Performance Guarantee (BG) or forfeit the Security

Deposit fully or partially as may be decided by the Client.

51

2.8.6. In the event of termination of Contract, the Liaison Architectshall furnish to the Client

all the design, drawings, data, documents and details as are existing with him on that

date.

3. OBLIGATIONS OF THE LIAISON ARCHITECT

3.1 General:

a) Standard of Performance

The Liaison Architectshall perform the Services and carry out their obligations

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 Liaison

Architectshall always act, in respect of any matter relating to this Contract or to the

Services, as faithful advisers to the Client, and shall at all times support and

safeguard the Client legitimate interests in any dealings with sub-Consultant or

Third Parties.

3.2 Conflict of interests

3.2.1 Liaison Architect not to benefit from Commissions, Discounts. etc.

a) The remuneration of the Liaison Architectpursuant to Clause GCC 6.1 & 6.2

hereof shall constitute the Liaison Architectsole remuneration in connection

with this Contract or the Services, the Liaison Architectshall not accept for

their own benefit any trade commission, discount or similar payment in

connection with activities pursuant to this Contract or to the Services or in

the discharge of their obligations hereunder, and the Liaison Architectshall use

their best efforts to ensure that any Sub-consultant, as well as the Personnel

and agents of either of them, similarly shall not receive any such additional

remuneration.

b) If the Liaison Architect, as part of the Services, have the responsibility of

advising the Client on the procurement of goods or appointment of

construction contractors, the Liaison Architectshall comply with any

applicable procurement guidelines, work contract procedures etc. of the Client

and shall at all times exercise such responsibility in the best interest of the

Client. Any discounts or commissions obtained by the Liaison Architectin the

exercise of such responsibility shall be for the account of the Client.

52

c) The Liaison Architect shall not have the benefit either directly or indirectly of

any royalty or gratuity or commission in respect of any patented or protected

article or process used unless it is mutually agreed.

3.2.2 Liaison Architect & Affiliates not to be otherwise Interested in Project

The Architect /Consultant agree that during the term of this Contract and after

its termination, the Consultant and his affiliates, as well assub-consultants shall

be disqualified from providing goods, works or services (other than the

Services and continuation thereof) for any project resulting from the Services.

3.2.3 Prohibition of Conflicting Activities

Neither the Consultant nor their sub-Consultant nor the Personnel of either of

them shall engage, either directly or indirectly, in any of the following

activities:

a) During the term of this Contract, any business or professional activities which

would conflict with the activities assigned to the under this Contract; or

b) After the termination of this Contract, such other activities as may be

specified in the sec.

3.3 Confidentiality:

a) The. Consultant, his Sub-contractors and the Personnel of either of them shall

not disclose any Information and data furnished to them by Client to any third

party nor shall disclose any drawings, reports, specification, manuals and

other information developed and prepared for Client by the Consultant and his

Sub-contractors and the Personnel of either of them, without prior written approval

of Client.

b) The Consultant and his Sub-contractors and the Personnel of either of them shall

be subject to the provisions of the Atomic Energy Act, 1962 and Official Secret Act

1923, with amendments as of date, pertaining to such information at all times.

3.4 Insurance to be taken out by the Consultant

The Consultant (i) shall take out and maintain, and shall cause any sub-Consultant to

take out and maintain, at their (or the sub-Consultant', as the case may be) own cost

but on terms and conditions approved by the Client, insurance against the risks, and

for the coverage, as shall be specified in the Special Conditions of Contract (SCC),

53

and (ii) at the Client's request, shall provide evidence to the Client showing that such

insurance has been taken out and maintained and that the current premiums therefore

have been paid.

3.5 Consultant's Actions requiring Client's prior Approval

The Consultant shall obtain the Client's prior approval in writing before taking any

of the following actions:

a) appointing such members of the Personnel as are Listed in Appendix-C merely by title

but not by name.

b) Consultant may avail the services of an associate but the prime responsibility remains

with the Consultant.

c) Any other action that may be specified in the SCC.

3.6 Reporting Obligations

The Consultant shall submit to the Client the reports, documents and other

deliverables specified in Appendix-B hereto, in the form, in the numbers and within the

time periods set forth in the said Appendix.

3.7 Documents prepared by the Consultant to be the Property of the Client

a) All plans, drawings, specifications, designs, reports and other documents prepared by

the Consultant in performing the Services shall become and remain the property of the

Client, and the Consultant shall, not later than upon termination or expiration of this

Contract, deliver all such documents to the Client, together with a detailed inventory

thereof. Client reserves the right of repetitive use of these designs, drawings,

specifications etc. without any financial obligation to the Consultant.

b) The Consultant shall also return, along with the detailed inventory thereof, all plans,

drawings, specification.. reports both in hard copy & soft copy format etc. made

available by the Client for performing the Services, upon termination or expiration of

the Contract.

c) Copyrights and all proprietary rights of all design, drawings, specifications,

software, program, reports, formats, manuals, documents etc. developed and

prepared by the Consultant for this assignment shall vest with the Client and shall

not use these for any other purpose/assignment without the written permission of the

Client. Any deviation to this effect will be dealt with in accordance with law.

54

4. CONSULTANT‟S PERSONNEL

4.1 General

The Consultant shall employ and provide such qualified and experienced

Personnel as are required, and agreed by the Engineer-in-charge, to carry out the

Services. The Consultant shall also bond his Personnel to the confidentiality of the

Services performed by them under this Contract.

4.2 Description of Personnel

The titles, agreed job descriptions, minimum qualification and estimated periods of

engagement in the carrying out of the Services of each of the Consultant's Key Personnel

are described in Appendix-C. If any of the Key Personnel has already been approved by

the Client his/her name is listed as well.

4.3 Removal and/or Replacement of Personnel

a) Except as the Client may otherwise agree no changes shall be made in the Key

Personnel.If, for any reason beyond the reasonable control of the Consultant, it

becomes necessary to replace any of the Personnel, the Consultant shall

forthwith provide as a replacement a person of equivalent or better qualifications.

b) If the Engineer-in-charge (i) finds that any of the Personnel has committed

serious misconduct or has been charged with having committed a criminal

action, or (ii) has reasonable cause to be dissatisfied with the performance of

any of the Personnel, then the Consultant shall, at the Client's written request

specifying the grounds therefore, forthwith provide as a replacement a person

with qualifications and experience acceptable to the Client. Failure to do so

shall be construed to be a default for which the Client could terminate the

Contract.

c) The Consultant shall have no claim for additional costs arising out of or incidental

to any removal and/or replacement of Personnel.

5. OBLIGATIONS OF THE CLIENT

5.1 Assistance and Exemptions

The Client shall use its best efforts to:

a) provide the Liaison Architect, Sub-consultant and Personnel with work permits,

pertinentdata and such other documents as shall be necessary to enable the Liaison

Architect, Sub-consultant or Personnel to perform the Services;

55

b) issue to officials, agents and representatives of the Client all such instructions as may be

necessary or appropriate for the prompt and effective implementation of the Services;

c) give decisions on all matters laid before the Client by the Consultant in such a

reasonable lime as not to delay the work of the Liaison Architect.

5.2 Change in the Applicable Law

lf, after the date of this Contract, there is any change in the Applicable Law with respect

to taxes and duties which increases or decreases the cost or reimbursable

expenses incurred by the Consultant in performing the Services, then the

remuneration and reimbursable expenses otherwise payable to the Consultant

under this Contract shall be increased or decreased accordingly by agreement

between the Parties hereto, and corresponding adjustments shall be made to the

contract price specified in Clause GCC 6.1 (b).

5.3 Services & Facilities -Deleted-

5.4 Payment

In consideration of the Services performed by the Liaison Architectunder this Contract, the

Client shall make to the Consultant such payments and in such manner as is provided by

Clause GCC 6.

6. PAYMENTS TO THE LIAISON ARCHITECT

6.1 Contract Price; Ceiling Amount

The payment to the Liaison Architectwill be made asper theMile Stone Specified in Table

4B.

6.2 Currency of Payment

Payment shall be made in the Indian Rupees

6.3 Mode of Billing & Payment

Billing and payments in respect of the Services shall be made as follows:

a) The payment to the Consultant will be made periodically as per the schedule of

payment terms and conditions. The Client shall cause the payment to the Liaison

Architectto the extent of ninety (90) percent of the amount indicated in the running

bill, received in triplicate along with duly approved supporting documents, within

56

thirty days of receipt of the running bill. Balance ten (10) percent will be paid after due

corrections if any.

b) The final payment under this Contract / Agreement shall be made only after the

obtaining occupancy certificate submitted by the Liaison Architectand approved as

satisfactory by the Engineer-in-charge.

c) Terms & Conditions of Payment:

I) 40% after obtaining Development Permission (Commencement Certificate) for

establishment dormitory building in ACTREC campus.

II) 15% after submission of final report and file containing all documents such as

MOEF Clearance, NOC from Civil Aviation Department if required, Fire NOC,

Health NOC, Horticulture NOC, Water Supply NOC, etc. Forwarding complete file

for obtaining of Occupancy Certificate from concern local authorities.

III) 45% after obtaining and submission of Occupancy Certificate to owner & Principal

Architect.

7. SETTLEMENT OF DISPUTES

a) Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising

out of or in connection with this Contract or the interpretation thereof.

b) Dispute Settlement

Any dispute between the Parties as to matters arising pursuant to this Contract

which cannot be settled amicably within thirty (30) days after receipt by one Party of

the other Party's request for such amicable settlement may be submitted by either

Party for settlement in accordance with the provisions specified in the SCC.

57

SPECIAL CONDITIONS OF CONTRACT (SCC)

Number of GCC Clause: Amendments of, and Supplements to, Clauses in the General

Conditions of Contract

1. The language of this contract shall be: English

2. The Addresses are:

For the Client:

Officer-in-Charge, Engineering Services, ACTREC, Plot No. 1 & 2, Sector–22,

Kharghar, Navi Mumbai. 410 210.Maharashtra.

E-mail:[email protected], [email protected]

For the Consultant(s): _ _ _ _ _ _ _ _ _ _

E-mail:

3. Notice will be deemed to be effective as follows

a) In the case of personal delivery or registered mail, on delivery;

b) In the case of E mail 24 hours following confirmed transmission.

4 The Member in Charge is Director, ACTREC

5 The Authorized Representatives are:

(a) For the Client:-

Officer-in-Charge, Engineering Services, ACTREC, Plot No. 1 & 2, Sector–22,

Kharghar, Navi Mumbai

(b) For the Consultant:_ _ _ _ _ _ _ _ _

6 The Consultant and his personnel shall pay the taxes, duties, fees, levies and other impositions

levied under the existing, amended or enacted laws during Life of this Contract and the Client

shall perform such duties in regard to the deduction of such tax as may be lawfully imposed.

7 The time period shall be 36 Months OR Six months after completion of building,

whichever is laterinclusive of obtaining all approvals/permission/certificates etc.

58

8 The risks and the coverage shall be as follows

a) employer's liability and workers' compensation insurance in respect of the Personnel of

the Consultant and of any Associate, in accordance with the relevant provisions of the

Applicable Law, as well as, with respect to such Personnel. any such life, health,

accident, travel or other insurance as may be appropriate; and

b) Insurance against loss of or damage to (i) equipment purchased in whole or in part with

funds provided under this Contract, (ii) the Consultant's property used in the performance

of the Services, and (iii) any documents prepared by the Consultant in the performance of

the Services

10 The amount payable in Indian Rupees is: Rs. ---------- (Rs. ------- Only).

11 It is to be understood that the amount/rates quoted are all inclusive and payment shall be

made on the basis of the milestones given in table of Milestones (4-B), hereto.

12 The payment schedule envisaged is:

(a) On the basis of milestone achieved during the execution of this Contract, as listed in the

table of Mile stone 4B, hereto.

13 Disputes shall be settled by arbitration in accordance with the following provisions:

Any dispute or difference at any time arising between the Client and the Consultant as to

the construction, meaning or effect of the Contract or as to any clause, matter or

thing herein contained or as to the rights and liabilities of the parties hereto shall be

referred to a Sole Arbitrator to be appointed by the authority (Director, TMC/ACTREC)

who will decide the case in accordance with and subject to the provisions of the Indian

Arbitration & Reconciliation Act, 1996 or any statutory modifications or re-enactment

thereto or thereof for the time being in force and all proceedings in any such Arbitration

shall be held in Mumbai/ Navi Mumbai

14. Equipment and Materials if furnished by the Client

If Equipment and materials made available to the Consultant by Client, or purchased

by the Consultant with funds provided by the Client, shall be the property of the

Client and shall be marked accordingly. Upon termination or expiration of this Contract,

the Liaison Architect shall makeavailable to the Client an inventory of such equipment

and materials and shall dispose of such writing, shall insure them at his own expense

for an amount equal to their full replacement value, equipment and materials in

accordance with the Client's instructions. While in possession of such equipment and

materials, the Consultant, unless otherwise instructed by the Client in

15 Indemnification

a) The Liaison Architectshall indemnify and keep indemnified the Client for and against

any and all claims, actions, demands, costs, charges and expenses arising

from or for infringement of patent rights, copy rights or other protected rights, if

any, in design, plans, diagrams, drawings in respect of any of the equipment, processes

59

or construction methods furnished by the Liaison Architectfor the performance of the

Service, and found to have infringed any such rights.

b) In the event of any claim being made or action being brought against the Client in

respect of any of the matters referred to the above, Liaison Architectshall promptly be

notified and it shall be at its own expenses conduct all negotiations for the settlement of

the same and any litigation that may arise.

c) In the event of any designs, plans, diagrams, drawings in respect of any of the

equipment, processes or construction methods furnished by the Liaison Architectfor the

performance of the Service constitute infringement of patent or any of the protected

rights and use thereof is restrained, the Liaison Architectshall at no extra cost to the

Client procure the right to continue using the same or replace the same at their own

costs with non-infringing work approved by the Client or modify them so that these

become non-infringing, but such modifications shall otherwise be to the entire satisfaction

of the Client.

d) The provisions of (a) to (c) above shall survive the completion, expiration or terminator of

the Contract.

16. Responsibility for Data & Designs

The final responsibility for thecorrectness, adequacyand accuracy of the designs,

drawings, technical specifications, tenders documents, purchase specifications,

installation instructions and commissioning steps etc. furnished by the Consultant, shall

lie with the Liaison Architect.

The Liaison Architectshall ensure that all designs and services rendered by him, under

this Agreement, are in compliance with the existing statutory regulations of bodies

such as MOEF,MCGM/CIDCO, Boiler Inspector, Electrical Inspector, Lift Inspector,

CFO, Directorate of Explosive & Civil Aviation etc. as well as Atomic Energy Regulatory

Board/ Bhabha Atomic Research Centre (BARC) Safety Council/any other Safety

Authority. Inter-institutional coordination in the design & development of codes/software

etc. shall also be the responsibility of the Liaison Architect.

17 Liability of the Liaison Architect

a) Except in case of gross negligence or willful misconduct on the part of the Liaison

Architector on the part of any person or firm acting on behalf of the Liaison Architectin

carrying out the Services, the liability of the Liaison Architectfor all guarantees &

warrantees shall be limited to 100 percent (to be mentioned by the indenter) of the

Contract Price.

b) This limitation of liability shall not affect the Liaison Architectliability, if any, for damage to

Third Parties caused by the Liaison Architector any person or firm acting on behalf

of the Liaison Architectin carrying out the Services.

c) In case of gross negligence or willful misconduct on the part of the Liaison Architector on

the part of any person or firm acting on behalf of the Liaison Architectin carrying out the

Services, the liability of the Liaison Architectshall be 100% of the contract value for

defects in the deliverables/deficiencies in the Services.

60

18 Levies of Liquidated Damages

For any delays, attributable to the Liaison Architectin the scheduled dates I periods of

completion of different activities as per the agreed work schedule, the Liaison

Architectshall pay to the Client compensation as Liquidated Damages (LD), calculated at the

following rates, where the contract value originally sanctioned is more than Rs.____ lakhs:

Period of Contract

(Originally stipulated)

Liquidated Damages Rate

per week (on Liaison fee

amount only)

Maximum amount of

Liquidated Damages.

1) Completion period not

exceeding 6 months. 2 %

10% of fee value paid under

contract

2) Completion period

exceeding 6 months but not

exceeding 12 months.

1% ------ do----

3) Completion period

exceeding 12 months ½% ------ do----

The amount of liquidated damages may be adjusted or set off against any sum payable

to the Liaison Architect under this or any other contract with the Client at one or more of its

units.

19 Foreign Association

No foreign Liaison Architectfirm(s) or individual(s) shall be associated with the Consultant or

his Sub-consultant on this Contract.

20 Working hours, Overtime, Leave, etc

(a) The Liaison Architect, Associate or their Personnel shall not be entitled to any

overtime payment and the same deemed to have been included in the Contract Price.

Taking of leave by Key Personnel shall be subject to the prior approval by the Liaison

Architectwho shall ensure that absence for leave purposes will not delay the

progress and adequate supervision of the Services.

(b) The Liaison Architect personnel working at the Site shall observe the site construction

working hours and holidays.

21. Project Organization

61

The Liaison Architectshall ensure that at all times during the Liaison Architectperformance of

the Services a well-defined project set-up exits at his end. This set-up only will interact with

the Client's personnel in providing the Services.

22. Access to Site

The Client warrants that the Liaison Architectshall have, free of charge, unimpeded access

to the Site in respect of which access is required for the performance of the Services.

23. Security Rules

The Liaison Architectwill follow the rules and regulation for the security framed by the

Client from time to time regarding movement of personnel, materials and equipment to and

from office/site, issue of identity cards, control of entry of personnel and all similar matters.

The Liaison Architectwill also follow all rules and regulations applicable to the area being

declared/pronounced from time to time by the authorities or authority of existing Client

facilities in the vicinity of any other statutory orders. Nothing extra will be payable on account

of stoppage/hindrance of the work due to the enforcement of security measures/ emergency

conditions.

24. Rights of Other Agencies

Other agencies may also be simultaneously working within and around the

locations/areas designated to carry out the Assignment. No extra claim during the tenure of

the work will be entertained by the Client for hindrances on account of such interfaces with

other/allied agencies.

25. Idle Claim

No claims from the Liaison Architectwill be entertained on account of idle work force, non-

use of facilities due to stoppage of work, unprecedented rain, storm or any other

Unforeseen circumstances

26. Fairness & Good Faith

(a) Good Faith

The Parties undertake to act in good faith with respect to each other's rights under this

Contract and to adopt all reasonable measures to ensure the realization of the objectives of

this Contract.

(b) Operation of the Contract

The Parties recognize that it is impractical in this Contract to provide for every

contingency which may arise during the currency of the Contract, and the Parties hereby

agree that it is their intention that this Contract shall operate fairly between them, and

without detriment to the interest of either of them, and that, if during the term of this

Contract either Party believes that this Contract is operating unfairly, the Parties will use

their best efforts to agree on such action as may be necessary to remove the cause or

causes of such unfairness, but no failure to agree on any action pursuant to this Clause

shall give rise to a dispute subject to arbitration in accordance with Clause 7 of GCC.

62

TERMS OF REFERENCE

(Terms of reference normally contain the following items that would be detailed out by the Client;

Additions could be made to this list)

1. Background:

2. A concise statement of objectives

3. An outline of the Assignment to be carried out i.e. Scope of Work & Services

including quality assurance system/ requirements

4. Schedule for completion of the Assignment.

5. Data, Information, Document, Reports, Services & Facilities to be provided by the Client.

6. Deliverables (i.e. Reports, Analysis, Data, Systems, Drawings, Reference Documents,

Source Codes, etc.) that will be required of the Consultant.

7. Procedure for progress review, status etc. of the Assignment.

8. List of key professional positions whose CV and experience would be evaluated.

9. List of facilities that need to be available with the Liaison Architectand would be evaluated.

Notes:

1. TOR shall provide complete details so that the possibilities of extra items arising during the

currency of the contract are minimal.

2. TOR shall not leave possibilities for the Liaison Architectto pass-on his part of work or services or

responsibility to another agency e.g. construction contractor etc.

3. CVC guidelines issued from time to time in regard to appointment of Liaison Architectshallbe

duly considered while framing TOR.

Appendix-A: LOCATION OF SERVICES

The liaison Architect shall liaise between ACTREC/ TMC and Government / local

bodies in Navi Mumbai, Mumbai & Raigad, and shall co-ordinate with Principal Design

Aarchitect who is located at Bangalore,

63

Appendix - B: Description of the Services, Documents and other deliverables

Detailed description of the documents to be prepared by the Liaison Architect for submission to

government bodies in co-ordination with client and Principal architect.

Sr. No.

PARTICULARS OF DOCUMENTS PAGE NO.

1. Application / Forwarding letter From Architect / Licensee / Owner.

2. Prescribed Application Form duly filled.

3. Letter of Appointment of Architects.

4. Acceptance letter of the Architect.

5. Form of Supervision Memo of the Architect

6. Copy of Certificate of Council of the Architect registration validity.

7. Previous Architects registration letter if Architect is changed.

(Sr. No. 3, 4, 5, 6 is required)

8. Letter of appointment of Structural Engineer.

9. Acceptance letter of the Structural Engineer.

10. Form of supervision Memo of the Structural Engineer

11. Certificate of Earthquake stability.

12. Confirmation of column position letter.

13. Copy of Structural Engineer Registration copy with License validity.

14. Previous Structural Engineer Registration letter if Structural Engineer is

changed.(Sr. No. 1, 2, 3 is required)

15. Letter of Appointment of Licensed Plumber

16. Acceptance letter of the Licensed Plumber

17. Form of Supervision Memo of the Licensed Plumber

18. Copy of Licensed Plumber Registration with License validity

19. Previous Licensed Plumber registration letter if Licensed Plumber is changed.

(Sr. No. 15, 16, 17 & 18 is required.)

20. Copy of Agreement (Between CIDCO and Owner/Licensee) with possession

Receipt, Demarcation Plan / Ownership documents of property with TILR Plan,

7/12 Extract, Location Plan etc.

21. Copy of Tripartite Agreement. (AII)

22. Copy of Transfer order from Estate Section CIDCO (AII)

23. Copy of Power of Attorney (POA) if Licensee given a POA if more than two

partners.

24. Delay Condonation NOC from Estate Section CIDCO if lease agreement is more

than 6 months old.

25. Extension of Time Limit from Estate Section CIDCO if lease agreement is more

than 4 years old.

26. Amalgamation application from Licensee/Owner.

27. Amalgamation terms and condition forwarding letter to Licensee/Owner.

28. Forwarding letter for Amalgamation to Estate section.

29. Amalgamation NOC from Estate Section CIDCO.

30. Amalgamation forwarding letter to Licensee/Owner.

31. Amalgamation consent letter fro Licensee/Owner.

64

32. Change of user / Expansion use NOC from Estate Section CIDCO.

33. Additional Area lease Premium NOC for BUA from Estate Section CIDCO.

34. Association / Society NOC.

35. PSIDC NOC for Kharghar Node Sector 1 to 45 from Executive Engineer

(Electrical)

36. Indemnity Bond for ULC on Rs. 100/- stamp paper with notaries.

37. Affidavit for ULC on Rs. 100/- stamp paper with notaries.

38. Undertaking for stilt and Terrace CB / FB on Rs. 100/- stamp paper with notaries.

39. Undertaking for premium for CB / FB on Rs. 100/- stamp paper with notaries.

40. Undertaking for Projected Terrace / staircase on Rs. 100/- stamp paper with

notaries.

41. Undertaking for Machine Room less lift on Rs. 100/- stamp paper with notaries.

42. Undertaking for Stack Parking / Fitness Centre / Society office on Rs. 100/- stamp

paper with notaries.

43. Undertaking for “NO COURT MATTER” on Rs. 100/- stamp paper with notaries if

12.5% Scheme Plot.

44. Undertaking for Drainage connection on Rs. 100/- stamp paper with notaries.

45. Copy of Draft Agreement of sale of Flats.

46. Society Registration Copy / Resolution to sign documents.

47. Charitable Trust / Public Trust with registration copy.

48. NOC from Fire officer CIDCO (Bldg. Height more than 15M or special buildings.)

49. Forwarding letter for MAWEJA NOC to Land Section for 12.5% Scheme Plot.

50. NOC from Land / Estate Section / Undertaking NOC on Rs. 100/- Stamp Paper

with notaries for 12.5/% Scheme Plot

51. Mangroves Clearance letter from Lands & Survey / Horticulture Department

CIDCO if required.

52. Aesthetic approval from Sr. Planner (c) CIDCO if required.

53. NOC from Civil Aviation Department if required

54. NOC from Railway Department if required.

55. Approval / NOC from MSEDCL for size and location of Electrical Sub Station for

plots having Built up Area more than 4000 sqm.

56. Environment Clearance certificate from MOE & F for Gross Built up Area more

than 20000 sqm.

57. One set of Proposal Drawing for Scrutiny.

58. One set of Ground floor plan showing column position signed by Structural

Engineer

59. Necessary charges:- Challan& Receipts Scrutiny Fee, security Deposit, Balcony

Enclosure Premium, Development Charges, Amalgamation Charges, Revalidation

charges, Infrastructure Development charges (IDC).

60. Credit Verification from Account Section CIDCO.

61. Refusal letter to Licensee / Owner.

62. Resubmission Letter from Architects / Licensee / Owner.

63. Other documents (if any).

A) Labour Area Statement.

B) CB / FB / LOBBY / TERRACE Area Statement.

65

Appendix-C: Consultant's Key Personnel

DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL REQUIRED FOR THE

WORK

Sr.

No

Name Designation Profession

al

experience

How these

would be

involved in this

work

.

Number

for this

work

Remarks

1 2 3 4 5 6 7

Bidders Signature

(with seal & date)

66

SECTION –10 (i)–FORM OF PERFORMANCE SECURITY – BANK GUARANTEE BOND (BG)

(To be submitted on Non-judicial stamp paper worth Rs 100/-only)

1. In consideration of the Chief Engineer TMC having agreed under the terms and conditions of Letter of Intent/ Agreement No. ................................................ dated................................ made between Accounts Officer, TMC and ............................... ................. (Hereinafter called" the said Contractor{s}") for the work................... .................................................................................................. (hereinafter called " the said Letter of Intent / Agreement') having agreed to production of a Irrevocable bank Guarantee for Rs................ (Rupees ............................. only), as a security / guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement, we............................................................. (Indicate the name of the Bank) (hereinafter referred to as "the Bank') hereby undertake to pay to the TMC an amount not exceeding Rs. ............ (Rs........................................... only) on demand by the TMC

2. We................................................. (Indicate the name of Bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the TMC stating that the amount claimed is required to meet the recoveries due or likely to be due from the said Contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs............(Rupees.................................................. only).

3. We, the said bank, further undertake to pay to the TMC any money so demanded notwithstanding any dispute or disputes raised by the Contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

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

4. We............................... (Indicate the name of Bank) further agree that the guarantee herein contained shall remain In full force and effect during the period that would be taken for the performance of the said Agreement and that It shall continue to be enforceable till all the dues of the TMC under or by virtue of the said Agreement have been fully paid and Its claims satisfied or discharged or till Engineer-In-charge on behalf of the TMC certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We.............................. (Indicate the name of Bank) further agree with the Director, TMC that the TMC shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Director, TMC against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the TMC or any indulgence by the TMC to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change In the constitution of the Bank or the contractors.

67

7. We, ............................... (Indicate the name of Bank) lastly undertake not to revoke this guarantee except with the previous consent of the TMC In writing.

8. This guarantee shall be valid up to ........................, unless extended on, demand. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs...............................Rupees....................................................................... only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee, all our /liabilities under this guarantee shall stand discharged.

Signed and sealed

Dated the ............. day of................. for...................................... (Indicate the name of Bank)

(Note: The Letter of Intent shall form part of the Agreement)

68

(On the letter head of the Bidder)

FORM F-1

PROPOSED ORGANISATION STRUCTURE

Minimum Level of Key Staff proposed to be deployed for the work and their Qualification/

Experience are as follows:

S. No Name of

Representative

Position held in

Organization Post in Team

Experience Level

(Minimum five years

experience in the related

field.).

1.

Team Leader

Experience ______Yrs

2

Environmental

Expert

Experience ______Yrs

3 Environmental

Law Expert

Experience ______Yrs

Authorized Signatory

Signature

Name of the Signatory

Designation

(Name of the agency)

(SEAL)

69

(On the letter head of the Bidder)

FORM F-2

CVS OF KEY STAFF

NAME OF THE STAFF

DESIGNATION

YEARS WITH THE FIRM

PROPOSED POSITION

DETAILS OF TASK ASSIGNED

MAN- MONTHS BUDGETED FOR THE TASK ASSIGNED

KEY QUALIFICATIONS

EDUCATION

EMPLOYMENT RECORD (In chronological order)

NAME OF THE FIRM POSITION HELD YEARS OF EMPLOYMENT

Authorized Signatory

Signature

Name of the Signatory

Designation

(Name of the agency)

(SEAL)