government of maharashtra tribal …...व षय: application for expression of interest इच छ...
Post on 30-Jan-2020
11 Views
Preview:
TRANSCRIPT
C:\Users\CS\Desktop\15\T.No. 15 For 2018-19\T.N 13for 18-19 Notice.doc
GOVERNMENT OF MAHARASHTRA
Tribal Development Department
Executive Engineer, P.W. (TRIBAL) DIVISION,
Bandhkam Bhavan, Opp. Civil Hospital, Sakri Road, DHULE
E- Application Notice No. 15 For 2018-19
Sealed online e – proposals along with hard copy (Two Sets) for the following work are
invited invited bythe Executive Engineer, P.W.(Tribal) Division,Opposite To Old Civil Hospital,Sakri
Road,Dhule- 424 001 for the following work from the consultants for various consultancy services in P.W
Region, Nashik for Maximum three years.
This Tender Notice is available on https://maharashtra.etenders.in Portal Sub Portal with URL
https:/tribal.maharashtra.etenders.in
Sr. No.
NAME OF WORK Tender Fee (In Rupees) with G.S.T
Contractor Class
1 Empanelment Of Consultancy Firms For Various
Consultancy Services Such As Architecture, Structural
Design, Structural Audit,Geotechnical Investigations,
Statutory Approvals Of Planing Authority, Water Supply
And Sanitary/Electrical Service/Lanscaping Services/
Sewage Treatment/ Plumbing Consultant Etc. For Tribal
Development Department In Nashik Region
Rs. 2360 /-
Experienced Project
consultant
TENDER SCHEDULE
Sr. No.
P.W. (Tribal) Dn. Stage Vender Stage Start Date & Time
Expiry Date & Time
1 Release Tender -- 01/08/2018
18.00
02/08/2018
18.00
2 -- Original Tender set purchase &
Downloading
02/08/2018
11.00
27/08/2018
17.00
3 -- Online Bid Preparation
(Technical and Economic)
02/08/2018
11.00
31/08/2018
17.00
4 Super hash Generation & Bid
Lock
-- 31/08/2018
17.01
05/09/2018
17.00
5 -- Original Tender set re-inscription
(Technical and Economic)
05/09/2018
17.01
11/09/2018
13.59
6 Envelope 1 Opening
(Technical envelop)
-- 11/09/2018
14.00
19/09/2018
17.00
7 Envelope 2 Opening
(Economic envelop)
-- 11/09/2018
14.00
19/09/2018
17.00
C:\Users\CS\Desktop\15\T.No. 15 For 2018-19\T.N 13for 18-19 Notice.doc
ADDITIONAL INFORMATION ABOUT SHEDULE
Date, Time and Venue of
Opening of Technical Bid
(Envelope No.1)
On dt. 11/09/2018 .Time 14.00 hours to 19/09/2018 upto 17.00
Date, Time and Venue of
Opening of Commercial Bid
(Envelope No.2)
On dt. 11/09/2018 .Time 14.00 hours to 19/09/2018 upto 17.00
(If Possible) in the office of the Executive Engineer, P.W. (Tribal) Division, Dhule
Notes :- 1. All eligible / interested Bidders are required to be enrolled on portal https://maharashtra.etenders.in before
down loading tender documents and participate in E-Tendering.
2. Bidders are requested to contact on following telephone numbers any doubts / information / difficulty regarding
online enrollment or obtaining digital certificate Sify Technologies Ltd. Nextender (India) Pvt. Ltd. on 020-
30187500 (Pune)
3. Tender document Fee to be paid via Online E-Payment Gateway mode only. The information of E-Payment
Gateway available on E-Tendering website https://tribal.maharashtra.etenders.in
4. Other instructions can be seen in the tender form. All or any one of the tender may be rejected by the
competent authority.
5. The Electronic tendering system for Tribal Development Department of Government of Maharashtra will be
available on separate Sub Portal with URL https://tribal.maharashtra.etenders.in as part of the Electronic
Tendering System of Government of Maharashtra which is available on the Portal
https://tribal.maharashtra.etenders.in
6. The Chief Engineer reserves the right to reject any or all applications without assigning any
reason there for.
No. AB-Tender/ /2018
Office of the Executive Engineer,
P.W. (Tribal) Division, Dhule
Date : / /2018
(D.B.Bagul) Executive Engineer
P.W. (Tribal) Division, Dhule
C:\Users\CS\Desktop\15\T.No. 15 For 2018-19\T.N 13for 18-19 Notice.doc
GOVERNMENT OF MAHARASHTRA
TRIBAL DEVELOPMENT DEPARTMENTWORKS MANAGEMENT CELL
P.W. (TRIBAL) CIRCLE NASHIK P.W. (TRIBAL) DIVISION DHULE
INVITATION OF EXPRESSION OF INTEREST (EOI)
e-Tendering System
FOR
Empanelment Of Consultancy Firms For Various Consultancy Services Such As Architecture, Structural Design, Structural Audit,Geotechnical Investigations, Statutory Approvals Of Planing Authority, Water Supply And Sanitary/Electrical Service/Lanscaping Services/ Sewage Treatment/ Plumbing Consultant Etc. For Tribal Development Department In Nashik Region
http://maharashtra.etenders.in
EXECUTIVE ENGINEER P.W (TRIBAL) DIVISION,DHULE
TABLE OF CONTENTS
Sr. No. Items Page No.
Notice Inviting Expression of Interest (EoI) 1-7
Part I. PREQUALIFICATION IN GENERAL
1. Preamble
2. Information to Applicants
3. Instruction to Applicants
4. Pre-Bid Conference
5. Category of Empanelment
6. Eligibility Criteria12-327. Evaluation of Applications
8. Period of Empanelment
9. Allotment of Work
10. Litigation History11. Jurisdiction of Court in case of dispute or differences arising on
account of this EOI12. Broad Scope of Services to be performed by the Architects, Interior
Designers/Consultants
13 Payment mode and stages
Part II PREQUALIFICATION FORMS
Application Form for Empanelment
Annex-I Organizational Details
Annex-II Details of Directors/Partners/ProprietorsAnnex-III List of Major Architectural-Consultancy /Assignments completed in
last 5 years.
Annex-IV List of Major Architectural-Consultancy /Assignments in progress 34-36Annex-V Financial Status
Annex-VI List of Equipments available with the firm.
Annex-VII Affidavit.
Annex-VIII Litigation/Arbitration.
Annexure-A Brief Scope of Architecture/ Consultancy Services
Annexure-B List of minimum essential equipment for eligibility
महाराष्ट्र शासन
आदिवासी विकास विभागकार्यकारी अभियंता, सा.बा. (आदिवासी) विभाग, धुळे
बांधकाम भवन, सिव्हील हॉस्पीटल समोर, साक्री रोड, धुळे-424001इ-मेलः tribaldhule.ee@mahapwd.com फोनः 02562-288759 / फॅक्सः 02562-288753जा.क्र.:निविदा/2850/2018 दिनांकः 29 /06/2018
प्रति, सहाय्यकसंचालक (जाहिरात / प्रशासन),माहितीवजनसंपर्कमहासंचनालय,नवीन प्रशासकीय इमारतमुंबई – 32
विषय: Application For Expression Of Interest इच्छुक अभिव्यक्ती अर्ज (E-Application Notice No-15) सन 2018-19प्रसिध्द करणेबाबत.
महोदय,
महाराष्ट्र शासनाच्या आदिवासी विकास विभागाच्या अंतर्गत महाराष्ट्र राज्याच्या कार्यक्षेत्रात स्थापत्य विषयक कामांकरीता प्रकल्प व्यवस्थापन सल्लागार म्हणूनविविध कामांसाठी निवड करण्याकरीता Expression of Interest याकरीता जाहिरात प्रसिध्द करण्यासाठी दिलेली आहे.
सदरची स्वतंत्र कागदपत्रे (Documentation) ही संपूर्णत: इंग्रजी प्रपत्रात असुन यात सल्लागार समितीसाठी शैक्षणिक पात्रता ही त्या त्या कामासाठी ही स्वतंत्र ठेवण्यात आलेली आहे. सदरची जाहिरात इंग्रजी ज्ञान असलेल्या व्यक्तिंसाठी असल्यामुळे मराठी वृत्तपत्रात देखिल इंग्रतीतूनच छापण्याची कार्यवाही अपेक्षित आहे.
सोबतजोडलेलीजाहिरात शासनमान्यजास्त खप असलेल्या वृत्तपत्रातप्रसिध्दकरण्यासाठीविनंतीकरण्यांतयेतआहे.सदरचीनिविदाही, 10 सेमी x 10से.मी.एवढयाचजागेतप्रसिध्दीबाबतआपलेस्तरावरवृत्तपत्रांनासुचितकरावेहीविनंती.
1 जाहिरात देणाऱ्या अधिकाऱ्याचे नांव, पदनाम, पत्ता व दुरध्वनी क्रमांक
:- श्री.डी.बी. बागुल, कार्यकारी अभियंता, सा.बां.(आदिवासी) विभाग, धुळे (02562) 288759
2 प्रसीद्धीचे स्वरुप :- राज्य स्तर व जिल्हा स्तर3 जाहिरात किती वृत्तपत्रांत, किती वेळा प्रसीद्ध
करावयाची आहे.:- राष्ट्रीय स्तर
इंग्रजी वृत्तपत्र (दोन वेळा) वहिंदी वृत्तपत्र (एकाच वेळा) राज्य स्तरमराठी वृत्तपत्र (दोन वेळा) व हिंदी वृत्तपत्र (एकाच वेळा) जिल्हा स्तर मराठी वृत्तपत्र (एकाच वेळा)
4 जाहिरात कोणत्या तारखेपुर्वी / तारखेस प्रसीद्ध करावयाची आहे.
:- प्रकाशनात असलेल्या निकटच्या एका अंकात(दिनांक 10/07/2018 रोजी)
5 जाहिरात देयके कोणाच्या नावे करावयाचे आहेत त्या कार्यालयाचे नांव व पत्ता
:- कार्यकारी अभियंता, सा.बां. (आदिवासी) विभाग, बांधकाम भवन, जुने सीव्हील हॉस्पिटल समोर, साक्री रोड, धुळे-424001
सोबत : निविदा सुचना –इंग्रजी 7प्रती (डी.बी. बागुल)कार्यकारी अभियंता,
सा.बां. (आदिवासी) विभाग, धुळे
प्रतः म. आयुक्त, आदिवासी विकास भवन, गडकरी चौक, नाशिक यांना माहितीसाठी सविनय सादर प्रतः म.मुख्यअभियंता, बांधकाम व्यवस्थापन कक्ष,आदिवासी विभाग, मंत्रालय, मुंबईयांनामाहितीसाठीसविनयसादर.
प्रतः निविदानस्तीसवनोटीसबोर्डावर.
Government of Maharashtra
Tribal Development DepartmentExecutive Engineer
Public Works (Tribal) Division, Dhule“BandhkamBhavan”, Opp. Old Civil Hospital, Sakri Road, Dhule-424001
Website - http://www.mahapwd.com
TENDER NOTICE NO. 15 For 2018-19
REQUEST FOR QUALIFICATION FOR EMPANELMENT OF CONSULTANTS FOR
VARIOUS CONSULTANCY SERVICES IN WORKS MANAGEMENT CELL, TRIBAL
DEVELOPMENT DEPARTMENT, MANTRALAYA, MUMBAI
FOR MAXIMUM THREE YEARS
The Executive Engineer, Public Works (Tribal) Division, Dhule has decided to carry out the bidding process for selection of the CONSULTANT for various Consultancy Services in Works Management Cell Tribal Development Department, Mantralaya, Mumbai for MAXIMUM THREE YEARS.The Executive Engineer, Public Works (tribal) Division, Dhule Now invites eligible consultancy firms/ companies/joint ventures for REQUEST FOR QUALIFICATION for EMPANELMENT OF CONSULTANTS FOR VARIOUS CONSULTANCY SERVICES IN Works Management Cell Tribal Development Department, Mantralaya, Mumbai for MAXIMUM THREE YEARS from the Date of letter of appointment the details are available in the Tender Notice No.15 is displayed on P.W.D. Website “www.mahapwd.com and www.maharashtra.etenders.in” the Tender can be downloaded from www.maharashtra.etenders.in The Schedule of submission mentioned in the E-Tender Notice should be strictly adhered to.
Address in case of any Communication
Executive Engineer, P.W. (Tribal) Division, DhulePhone No: 02562-288759E-mail: eetribal@gmail.com
Executive Engineer,P.W. (Tribal) Division, Dhule
GOVERNMENT OF MAHARASHTRATRIBAL DEVEVLPMENT DEPARTMENT
CONSTRUCTION MANAGEMENT CELL
INVITATION FOR TENDERS
DETAILED TENDER NOTICE
Sealed online e – proposals along with hard copy (Two Sets) for the following work are invited invited
bythe Executive Engineer, P.W.(Tribal) Division,Opposite To Old Civil Hospital,Sakri Road,Dhule- 424 001
for the following work from the consultants for various consultancy services in P.W Region, Nashik for
Maximum three years.
Sr. Name of work Cost of Tender form e- Class of ContractorNo tender Fee with G.S.T. Rs
1. 2360/-Experienced
Project(e-payment gatway) consultant
Empanelment Of Consultancy Firms ForVarious Consultancy Services Such As Architecture, Structural Design, Structural audit, Geotechnical Investigations, Statutory Approvals Of Planing Authority, Water Supply And Sanitary /Electrical Services/Landscaping Services / Sewage Tretment/ Plumbing Consultant For Tribal Development Department In Nashik Region
TENDERING PROCEDURE :
1.1. Blank Tender Forms.
1.1.1 Tender Forms can be downloaded from the eTendering portal of Tribal Development Department, Government of Maharashtra i.e. . http://maharashtra.etenders.inafter entering the details of payment towards Tender Fees as per the Tender Schedule.
1.1.2 The tender submitted by the tenderer shall be based on the clarification, additional facility offered (if any) by the Department, and this tender shall be unconditional. Conditional tenders will be summarily REJECTED.
1.1.3 All tenderers are cautioned that tenders containing any deviation from the contractual terms and conditions, specifications or other requirements and conditional tenders will be treated as non responsive. The contractor should clearly mention in forwarding letter that his offer (in envelope No.1& 2) does not contain any condition, deviations from terms and conditions stipulated in the tender.
VARIOUS CONSULTANCY SERVICES
5
1.1.4 Tenderers should have valid Class II / III Digital Signature Certificate (DSC) obtained from any Certifying Authorities. In case of requirement of DSC, interested Bidders should go to http://maharashtra.etenders.inand follow the procedure mentioned in the document ;Procedure for application of Digital Certificate.
1.1.5 For any assistance on the use of Electronic Tendering System, the Users may call the below
Toll Free Ph. No. 020 -25315555E-Mail : support.gom@nextenders.com
1.2 Special Instructions to the Contractors/Bidders for the e-submission of the bids online through this
tender site :http://maharashtra.etenders.in(1) Bidder must register themselves on http://maharashtra.etenders.inportal by clicking “Online Bidder
Enrollment” and then map Digital Signature certificate.
(2) Bidder then login to the site giving user id / password chosen during registration.
(3) The e-token that is registered should be used by the bidder and should not be misused by others.
(4) The Bidders can update well in advance, the documents such as certificates, purchase order details etc., under My Documents option and these can be selected as per tender requirements and then attached along with bid documents during bid submission.
(5) After downloading / getting the tender schedules, the Bidder should go through them carefully and then submit the documents as asked, otherwise, the bid will be rejected.
(6) If there are any clarifications, this may be obtained online through the tender site, or through the contact details. Bidder should take into account of the corrigendum published before submitting the bids online.
(7) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender schedule and they should be in PDF/xls/rar/dwf formats. If there is more than one document, they can be clubbed together.
(8) Bidder should get ready the EMD as specified in the tender. The original should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission date & time for the tender.
(9) The bidder reads the terms & conditions and accepts the same to proceed further to submit the bids.
(10) The bidder has to submit the tender document online well in advance before the prescribed time to avoid any delay or problem during the submission process.
(11) After the bid submission, the acknowledgement number, given by the e-tendering system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender.
(12) The details of the Earnest Money Deposit document submitted physically to the Dept and the scanned copies furnished at the time of bid submission online should be the same otherwise the Tender will be summarily rejected
VARIOUS CONSULTANCY SERVICES
6
(13) The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders.
(14) The bidder may submit the bid documents either by online mode through the site
.http://maharashtra.etenders.in) as indicated in the tender.
(15) The tendering system will give a successful bid updation message after uploading all the bid documents submitted & then a bid summary will be shown with the bid no, date & time of submission of the bid with all other relevant details. The documents submitted by the bidders will be digitally signed using the e-token of the bidder and then submitted.
(16) The bid summary has to be printed and kept as an acknowledgement as a token of the submission of the bid. The bid summary will act as a proof of bid submission for a tender floated and will also act as an entry point to participate in the bid opening date.
(17) Bidder should log into the site well in advance for bid submission so that he submits the bid in time i.e on or before the bid submission end time. If there is any delay, due to other issues, bidder only is responsible.
(18) The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected.
(19) The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.
(20) All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening. Overall, the submitted tender documents become readable only after the tender opening by the authorized individual.
(21) The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done.
(22) The bidders are requested to submit the bids through online etendering system to the TIA well before the bid submission end date & time (as per Server System Clock).
(23) The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) option in the browser.
(24) The bidder should upload the Technical document in .rar format single file to upload in Technical cover and then BOQ in .xls format single file to upload in Finance cover.
(25) For any other queries, the bidders are asked to contact through Mail : etender.maha@nic.in
VARIOUS CONSULTANCY SERVICES
7
Office of the Executive Engineer Opposite to Old Civil hospital, BandhkamBhavan,
Skari Road, Dhule- 400 001 Expression of Interest
E-Tender Notice No.15 of 2017-18EMPANELMENT OF CONSULTANCY FIRMS FOR VARIOUS CONSULTANCY SERVICES SUCH AS
ARCHITECTURE, STRUCTURAL DESIGN, STRUCTURAL AUDIT,GEOTECHNICAL INVESTIGATIONS, STATUTORY APPROVALS OF PLANING AUTHORITY, WATER SUPPLY AND SANITARY /SEWAGE TREATMENT/ PLUMBING CONSULTANTS ETC. FOR TRIBAL DEVELOPMENT DEPARTMENT IN NASHIK REGION.Executive Engineer, P.W (Tribal) Division, Dhule on behalf of the Chief Engineer, Works
Management Cell, Tribal Development Department, Mumbai invites Expression of Interest (E.O.I) from reputed Consultancy Firms for various civil services such as structural design, structural audit, geotechnical investigation services, statutory approvals of planning authority, Water supply and sanitary/sawage treatment /Plumbing consultants.
The Tribal DevelopmentDepartment Executes buildings all over Maharashtra. To assist the Tribal DevelopmentDepartment in the same it is proposed to appoint Architectural and Consultancy firms for these works The firms person desirous of Empanelment shall submit application of Empanelment for the respective category as per eligibility. If any firm/person wish to empanel their firm in more than one category, theyare required to submit the application separately for each category.
Category Cost Limit Tender FeeCategory I Project up to Rs 5 Crore Rs. 2000/-Category II Project from Rs 5Crore - Rs 10 Crores Rs. 2000/-Category III Project above 10 Crores Rs. 2000/-
Eligibility- (Prequalification Criteria)
Category Category III Category III Category IVCriteria of (Project from
(Project (Project above
Electrical Service for Building & outdoor electrical installationSelection Rs 5 Crore to
up to Rs 5 10 Crores)Rs 10 Crores)Crore)
IUpto 1.00
Crore
IIUpto 1.00 to 2.00 Crore
IIIAbove 2.00
crore
Experience of 3 Years 5 Years 7 Years3 year 3 to5
yearAbove 5
yearcompany
Avg. annual 5 Lakhs 15 Lakhs 20 Lakhsturnover for (Avg. for (Avg. for last 3 (Avg. for last 3last 3 years last 3 years) years)
ending 2015-16 years)
1 lakh(Avg. for last 3 year)
2 lakh(Avg. for last 3 year)
5 lakh(Avg. for last 3 year)
Work done/ Guest House/ Resort /Administrative Building/Project done in Convention Centre / Conservation of HeritagePast Structures / Residential Quarters G+3, G+7
and above / Hospital Buildings / CourtBuildings / Master planning for township./Education Building/ Sports complex Land Scaping Services
Electrical Works
VARIOUS CONSULTANCY SERVICES
8
The Architectural-Consultancy Firms meeting the above criteria shall submit their applications in the prescribed format with following details in support of their claim for qualification-
o The application forms for EOI can be available (Downloaded and submitted) from website http://maharashtra.tenders.in from date 01/08/2018 to 27/08/2018.
o The bidder must purchase the bidding documents via online mode by filing the cost of Tender. (Tender Fee is non refundable)
o Firm profile along with the audited financial statements of last 3 years (ending 2017-18) for verification of annual turnover, certified by Chartered Accountant.
o Project profile shall prove experience in similar assignments as mentioned in “Project done in past”. o Detailed description for projects or Development Plan as above shall include details such as
Projectname, client name, location, brief description, area of services, role, cost of project, project duration, consultancy fees, period of services etc. shall be given. Certificate from client (shall be attested by the officer not below the rank of Executive Engineeror equivalent) shall be attached.
o Availability of appropriate skilled manpower: Detailed C.V. of the Professional along with Certificate issued by the firm regarding employment of the professional with the firm (clearly indicating date of employment with the firm).
o Presentation in the form of CD/DVD/email.
The Architectural-Consultancy Firms shall agree to TRIBAL DEVELOPMENTDEPARTMENT’s standard agreement for the Architectural - Consultancy Services at the time of award of work.
The interested firms shall submit their application in prescribed format (attached along with) clearly indicating the appointment of Architectural-Consultancy Firms on the envelope containing application and the application itself. The Application Form and Annexure duly filled in/typed along with forwardingletter of the firm and copies of all required documents in bound form with all pages signed and stamped by the Authorized Signatory shall be submitted in Two Sets (Hard copies) in sealed envelope before the last date of submission at the mentioned address in the office of Executive Engineer, P.W.(Tribal) Division,Dhule Opposite To Old Civil Hospital, Sakri Road,Dhule- 424 001- The last date of submission of the applications addressed to the Executive Engineer, P.W.(Tribal) Division,Dhule up to 27/08/2018 till 5.00 P.M. at above address.
The Chief Engineer reserves the right to reject any or all applications without assigning any reason there for.
Sd/-Executive Engineer,
P.W. (Tribal) Division, DhulePlace: -.Date: .
VARIOUS CONSULTANCY SERVICES
9
GOVERNMENT OF MAHARASHTRA
WORKS MANAGEMENT CELLTRIBAL DEVEVLPMENT DEPARTMENT
P.W(TRIBAL) CIRCLE, NASHIK
PUBLIC WORKS (TRIBAL) DIVISION, DHULE
INVITATION OFEXPRESSION OF INTEREST (EOI)
FOR
EMPANELMENT OF CONSULTANCY FIRMS FOR VARIOUS
CONSULTANCY SERVICES SUCH AS ARCHITECTURE,
STRUCTURAL DESIGN, STRUCTURAL AUDIT,GEOTECHNICAL
INVESTIGATIONS, STATUTORY APPROVALS OF PLANING
AUTHORITY, WATER SUPPLY AND SANITARY/SEWAGE
TREATMENT/ PLUMBING CONSULTANTS /ELECTRICAL
WORKS ETC. FOR TRIBAL DEVELOPMENT DEPARTMENT IN
NASHIK REGION
VARIOUS CONSULTANCY SERVICES
10
PART-I
PRE-QUALIFICATION IN GENERAL
WORKS MANAGEMENT CELLTRIBAL DEVEVLPMENT DEPARTMENT
INVITATION OF EXPRESSION OF INTEREST (EOI)FOR EMPANELMENT OF
ARCHITECTURAL-CONSULTANCY FIRMS
TRIBAL DEVELOPMENTDEPARTMENT INVITES EXPRESSION OF INTEREST
(EOI) FROM ELIGIBLE CONSULTANCY FIRMS FOR VARIOUS CONSULTANCY
SERVICES SUCH AS ARCHITECTURE, STRUCTURAL DESIGN, STRUCTURAL
AUDIT,GEOTECHNICAL INVESTIGATIONS, STATUTORY APPROVALS OF
PLANING AUTHORITY, WATER SUPPLY AND SANITARY/SEWAGE
TREATMENT/PLUMBING CONSULTANTS ELECTRICAL WORKS ETC. FOR
TRIBAL DEVELOPMENT DEPARTMENT IN NASHIK REGIONIN 'ANNEXURE-A'
VARIOUS CONSULTANCY SERVICES
11
1. PREAMBLE
1.1 Tribal Development Department takes up various nature of works viz., Construction
ofResidential and Non-residential building, interior design etc.
1.2 In this context, Tribal Development Departmentproposes to appoint for various activities
related with services of infrastructure, panel of Architects, Interior Designers/Consultants
who can assist Tribal Development Department in execution of the works to the desired
satisfactory level.
2. INFORMATION TO APPLICANTS:
2.1 Empanelment documents shall be downloaded and submitted from our Tribal
Development Department website athttp://maharashtra.etenders.in
2.2 Application form for empanelment shall be submitted in online and Two Sets of
(Hard copies) in sealed envelope super scribing “Application for Empanelment of
“Consultancy Firm”, on or before 27/08/2018 at 5.00 pm in the office of Office of the
Executive Engineer, P.W (Tribal), Division, Bandhkam Bhavan, Opposite To Old Civil
Hospital,Sakri Road,Dhule - 424 001. Separate Application for individual category
shall be submitted.
2.3 The application shall be submitted only as per the enclosed format (s) along with
Annexure I to VIII. Self attested documentary proof(s) in respect of the details
furnishedin the application form shall be submitted along with the application. The
intending applicants shall also submit the list of such projects where due to any disputes,
litigation/arbitration was invoked and or the consultancy services were
abandoned/suspended by the Client. Suppression of any information in this regard may
lead to cancellation of empanelment of the Firm/Architect(s) concerned, if such
information comes to the notice of Tribal Development Departmentafter empanelment.
Incomplete applications will be summarily rejected and no further correspondence will be
entertained.
2.4 The application shall be signed by the authorized person (s) of the firm. All pages of the
documents shall be signed / sealed.
VARIOUS CONSULTANCY SERVICES
12
The Firm, Who Desires To Enlist Themselves In The Empanelment Of Works
Management Cell, Tribal Development Department, Shall Submit Application For
Empanelment In The Respective Category(I.E. Separate envelop for separate category
including full set of all required information etc.). Ifthe firm/ applicant wish to apply
for empanelment in more than one category, then they shall submit the application
separately for each category. The firm/ applicant shall be allowed to make application for
maximum two categories. In case, any firm/ applicant submits the application for more
than two categories, then their two applications for higher category (starting from
category V) will be considered.
Tribal Development Department Reserves the right to reject any or all applications
withoutassigning any reason thereof.
The empanelment of “Consultancy Firm” will be for a period of 3 years or till fresh
empanelment is done whichever is earlier.
Prequalification/Empanelment does not necessarily mean that a job will be assigned to
the Consultant. The empanelled firm / person shall be eligible to participate in
consultancy work completion for the work proposed by P.W.D Tribal Cell
2.9 Clarifications, if necessary, will be sought from the applicants before empanelment. All
information submitted by the applicants during the process of empanelment will be the
property of Tribal Development Department and will not be returned.
3. INSTRUCTIONS TO APPLICANTS:
3.1 GENERAL
a) All information requested for in the enclosed forms should be furnished against the
respective columns in the format. Applicants are cautioned that non submission
ofcomplete information as per the required formats or making any change in the
prescribed forms may result in the application being summarily rejected.
b) The applicant’s name, signature and stamp shall appear on each page of the application
form.
c) The application form can be downloaded from the website of Tribal Development
Department http://maharashtra.etenders.in
VARIOUS CONSULTANCY SERVICES
13
2.5
2.8
2.62.6
2.72.7
d) Copies of the References, information, work orders and completion certificates from
the respective clients certifying the suitability, technical knowhow, experience or
capability of the applicant shall be submitted by the applicant, which will be verified
by Tribal Development Department when required.
e) The applicants are advised to attach any additional information which he thinks fit and
necessary in regard to proving his capabilities. No further information will be
entertained after submission of the application unless it is called for by Tribal
Development Department.
f) The cost incurred by the applicants in preparation & submission of this application,
providing clarifications or attending discussions in connection with process of
empanelment shall be borne by the applicant and Tribal Development Department. In
no case Tribal Development Department will be responsible or liable for these costs
regardless of the outcome of the process.
VARIOUS CONSULTANCY SERVICES
14
Annexure-II
GUIDELINES FOR PREPARATION OF REQUEST FOR QUALIFICATION
Statement of Consultant, interested to be considered for the services contemplated shall
fill up the enclosed form in single copy.
The numbers below correspond to the numbers contained in the enclosed form (Annex-III):
1. The Short listing of Consultant shall be done based on the marks obtained by the firm after
evaluation of firm’s experience, credential etc. A Consulting engineering firm may submit the
proposal either as a sole applicant or as a member of Joint venture for different categories.
However, if a firm submits for the same category in different combinations, all such involving
the firm shall be treated as non-responsive.
2. Complete name of firm, date of establishment and type of organization whether Individual,
proprietorship, partnership, private limited company, limited company etc
3. Name of affiliate firms, their years of establishment, countries of origin and type of
organisation.
4. Exact and complete home office address, business address, telephone number, Fax number, E-
mail and cable address. For consulting firms of foreign registry, indicate if there is any branch
office(s) established in India with details in the aforesaid manner. Information is to be furnished
by the sole applicant or members of JV individually.
5. If present firm is the successor to or outgrowth of one or more predecessor firms, fresh
name(s) of former entity (ties) and the year(s) of their original establishment. Information is to be
furnished by the sole applicant or members of JV individually.
6. Present a brief narrative description of the firms. Information is to be furnished by the sole
applicant or members of JV individually.
7. List not more than two (2) principals who may be contacted by this Office. Listed principals
must be empowered to speak for the firm on policy and contractual matters. Information is to be
furnished by the sole applicant or members of JV individually.
8. (i) Indicate the number of employees by discipline. While some personnel may be qualified in
several disciplines, each person should be counted only once in accordance with his/her primary
functions.
(ii) Indicate the number of permanent / regular employees by discipline with experience of
minimum 2 to 5 years, 5 to 10 years, more than 10 years.VARIOUS CONSULTANCY SERVICES
15
9. This item represents the completed consultancy projects of the consultant and those handled
on the last five (5) years. The first column represents the list of all eligible projects. The second
column represents the name of the project was started and how it was accomplished, i.e., as
Prime Consultant or through joint venture or as an associate with other Consultants. If it was
implemented as an associate with other consultant, indicate name of the consultant. Third
column represents the consulting services rendered, defined as clearly as possible. Fourth column
represents length of project. Fifth column represents the Client whom the services were rendered
and the address of the Client. Sixth and seventh column represents the fee received by the
Consultant and the last column represents the duration of services. The fee should be stated in
Indian Rupees. The currency conversion rate shall be furnished, if applicable. Attach services
completion certificates or any equivalent proof to substantiate the experience. The firm should
furnish the project-wise supporting statement which best illustrates the experience of the firm
relevant to the project.
10. List of minimum essential equipment which the firm must possess for eligibility is given in
Annexure B Theequipments owned by all the members of JV shall be considered in case of JV.
VARIOUS CONSULTANCY SERVICES
16
3.2 DEFINITIONSIn this Agreement, the following words and expressions shall, unless repugnant to the context
or meaning thereof, have the meaning hereinafter respectively assigned to them:
a) “Accounting Year” means the financial year commencing from the first day of April.
b) “Assignment / job” means the work to be performed by the Consultant pursuant to
theContract.
c) “Agreement” means this Agreement, hereto and any amendments thereto made in
accordance with the provisions contained in this Agreement;
d) “Applicable Laws” means all laws, brought into force and effect by GOI or the State
Government of Maharashtra, including rules, regulations and notifications made
thereunder, and judgements, decrees, injunctions, writs and orders of any court of record,
applicable to this Agreement and the exercise, performance and discharge of the
respective rights and obligations of the Parties hereunder, as may be in force and effect
during the subsistence of this Agreement;
e) “Applicable Permits” means all clearances, licences, permits, authorisations, no
objection certificates, consents, approvals and exemptions required to be obtained or
maintained under Applicable Laws in connection with the Project during the subsistence
of this Agreement;
f) “Arbitration Act” means the Arbitration and Conciliation Act, 1996 and shall include
modifications to or any re-enactment thereof, as in force from time to time;
g) “Associate” or “Affiliate” means, in relation to either Party {and/or Consortium
Members}, a person who controls, is controlled by, or is under the common control with
such Party {or Consortium Member} (as used in this definition, the expression “control”
means, with respect to a person which is a company or corporation, the ownership,
directly or indirectly, of more than 50% (fifty per cent) of the voting shares of such
person, and with respect to a person which is not a company or corporation, the power to
direct the management and policies of such person, whether by operation of law or by
contract or otherwise);
h) “Bid” means the documents in their entirety comprised in the bid submitted by the
{selected bidder/Consortium} in response to the in accordance with the provisions
thereof; “Bid Security” means the security provided by the Concessionaireto the
VARIOUS CONSULTANCY SERVICES
17
Government along with the Bid in a sum of 2 % of the total Project cost in accordance with the
RFP, and which is to remain in force until substituted by the Security deposit;
“Change in Law” means the occurrence of any of the following after the date of Bid:
(a) the enactment of any new Indian law as applicable to the State;
(b) the repeal, modification or re-enactment of any existing Indian law as applicable to the State;
(c) the commencement of any Indian law, as applicable to the State, which has not entered into
effect until the date of Bid;
(d) a change in the interpretation or application of any Indian law, as applicable to the State, by a
judgment of a court of record which has become final, conclusive and binding, as compared to
such interpretation or application by a court of record prior to the date of Bid; or (e) any change
in the rates of any of the Taxes that have a direct effect on the Project;
“Company” means the company acting as the Consultant under this Agreement;
“Chief Engineer” shall have the meaning The Chief Engineer of the Works Management Cell,
Tribal Development Department, Mumbai in which the Consultancy services work is proposed.
“Consortium” shall mean an association or combination of partnering entities, being
consortiummembers and includes one or more identified and named sub-Consultant(s), coming
together with Lead Member for submission of a Proposal.
“Contract” means the contract signed by and between Employer and the Consultant and all
itsattached documents.
“Dispute” shall have the meaning set forth in Any dispute, difference or controversy of whatever
nature howsoever arising under or out of or in relation to this Agreement (including its
nterpretation) between the Parties, and so notified in writing by either Party to the other Party
(the “Dispute”) shall, in the first instance, be attempted to be resolved amicably, if not, the
decision of Superintending Engineer, P.W. (Tribal) Circle, Nashik will be final.
The Parties agree to use their best efforts for resolving all Disputes arising under or in respect of
this Agreement promptly, equitably and in good faith, and further agree to provide each other
with reasonable access during normal business hours to all non-privileged records, information
and data pertaining to any Dispute.
“Dispute Resolution Procedure” means the procedure for resolution of Disputes set forth in
Point 4 of Terms Of Reference(TOR).
VARIOUS CONSULTANCY SERVICES
18
“Document” or “Documentation” means documentation in printed or written form, or in tapes,
discs, drawings, computer programmes, writings, reports, photographs, films, cassettes, or
expressed in any other written, electronic, audio or visual form;
“Drawings” means all of the drawings, calculations and documents pertaining to the Project.
“DPR” Detail Project Report of the Consultancy Project.
“Day” means calendar day.
“Executive Engineer” shall have the meaning The Executive Engineer of the Public Works
(Tribal) Division in which the Consultancy services work is proposed.
“Employer” means the Chief Engineer, Works Management Cell, Tribal Development Department, Mumbai.
“Engineer-in-charge” means the representative of the Employer. He is Executive
Engineer,Public Works (Tribal) Division, Dhule or any equivalent Officer appointed by the
Employer. “GOI” means the Government of India;
“Good Industry Practice” means the practices, methods, techniques, designs, standards, skills,
diligence, efficiency, reliability and prudence which are generally and reasonably expected from
a reasonably skilled and experienced operator engaged in the same type of undertaking as
envisaged under this Agreement and which would be expected to result in the performance of its
obligations by the Consultant in accordance with this Agreement, Applicable Laws and
Applicable Permits in reliable, safe, economical and efficient manner; “Government” means the
Government of the State of Maharashtra;
“Government Representative” means such person or persons as may be authorised in writing
by the Government to act on its behalf under this Agreement and shall include any person or
persons having authority to exercise any rights or perform and fulfill any obligations of the
Government under this Agreement;
‘Lead Partner’: shall mean the member of the consortium duly nominated/authorized by all
members of that consortium as a lead partner.
“IRC” means the Indian Roads Congress;
“INR” shall have the meaning Indian Rupees.
“JV” Shall have the meaning Joint Venture.
“MORTH” means the Ministry of Road Transport and Highways or any substitute thereof
dealing with highways;
VARIOUS CONSULTANCY SERVICES
19
“Period Of Service” The Period of empanelment of Consultant will be MAXIMUM
THREEYEARS(3 years) from issue of Empanelment Order or earlier, whichever decided by
ChiefEngineer, Works Management Cell , Tribal Development Department, Mumbai.
“Project Management Consultant (herein after referred as PMC)” means any eligible
entityas per RFQ which submits a Proposal, either individually or as Consortium (in the latter
case through Lead Member), and which upon selection, would provide Services to the Employer
under the Contract.
“Personnel” means professionals and support staff provided by the PMC or by any Sub-
Consultant and assigned to perform the Services or any part thereof.
“TDD” or “Tribal Development Department” means the Tribal Development
Department of the State Government or any substitute thereof dealing with Tribal and
“Secretary, TDD” means the Secretary to the State Government in that Department;
“Parties” means the parties to this Agreement collectively and “Party” shall mean any of
the parties to this Agreement individually;
“Proposal” means the Technical Proposal and the Financial Proposal, considered together.
“RBI” means the Reserve Bank of India, as constituted and existing under the Reserve Bank of
India Act, 1934, including any statutory modification or replacement thereof, and its successors;
“Re.”, “Rs.” or “Rupees” or “Indian Rupees” means the lawful currency of the Republic of
India;
“RFQ” means the REQUEST FOR QUALIFICATION document issued by the Engineer –
incharge for the selection of Consultant.
“RFP” means the REQUEST FOR PROPSAL document issued by the Executive Engineer forthe
selection of Consultant.
“Specifications and Standards” means the specifications and standards relating to the quality,
quantity, capacity and other requirements for the Project, and any modifications thereof, or
additions thereto, as included in the design and engineering for the Project Highway submitted
by the Consultant to, and expressly approved by, the Government;
VARIOUS CONSULTANCY SERVICES
20
“State” means the State of Maharashtra and “State Government” means the government of
that State;
“Suspension” shall have the meaning temporary halt of the consultancy services by the TDD;
“Security Deposit” shall have the meaning 5 % of the Total Cost of Project mentioned in RFP;
“BLDG” shall have meaning Bulding.
“Superintending Engineer” shall have the meaning The Superintending Engineer of the
Concerned Public Works (Tribal) Circle, Nashik in which the Consultancy services work is
proposed.
“Taxes” means any Indian taxes including excise duties, customs duties, value added tax, sales
tax, local taxes, cess and any impost or surcharge of like nature (whether Central, State or local)
on the goods, materials, equipment and services incorporated in and forming part of the Project
Highway charged, levied or imposed by any Government Instrumentality, but excluding any
interest, penalties and other sums in relation thereto imposed on any account whatsoever. For the
avoidance of doubt, Taxes shall not include taxes on corporate income;
“Termination” means the expiry or termination of this Agreement and the Consultant Firm by
Tribal Development Department ;
“Termination Notice” means the communication issued in accordance with this Agreement by
one Party to the other Party terminating this Agreement;
“TOR” means the Term of References given in this agreement.
a) STATEMENT:1. Accomplished statement must be submitted online on www.maharashtra.etenders.gov.in
2. The document shall be the basis of drawing up a shortlist of Consultants who will be invited to
submit proposals for the services required.
3. All applications shall be submitted in English.
4. In case of the application made by a Joint Venture, either Joint Venture MoU/Agreement or the
Letter of Intent to form the joint venture shall be attached along with all necessary details.
5. The empanelment of the Consultants shall be done for the project to be taken up.
Note :-The contract will cancelled as the works management cell will transfer to P.W.D Department.
3.3 METHOD OF APPLYING a) If the application is made by a proprietary firm, it shall be signed by the Proprietor
above his full typewritten name and full name of his firm with the current address.
VARIOUS CONSULTANCY SERVICES21
b) If the application is made by a firm in partnership, it shall be signed by all the partners
of the firm above their full typewritten names and current addresses or alternatively by
a partner holding Power of Attorney for signing the application, in which case a
certified copy of Partnership Deed shall accompany the application.
c) If the application is made by a Limited Company, it shall be signed by a duly
authorized person holding the Power of Attorney for signing the application, in which
case a certified copy of the Power of Attorney issued by the Board of Directors shall
accompany the application.
3.4 FINAL DECISION MAKING AUTHORITY
a) The Employer reserves the right to reject or accept any one or all applications and to annul the
process and reject all the applications at any time without assigning any reason(s) thereof and
without thereby incurring any liability to the affected applicant or without informing the
applicants of the grounds for the Employer’s action.
4. PRE-BID CONFERENCE:
Since this EOI being Empanelment procedure, no separate PRE-BID conference will be held.
5. CATEGORY OF EMPANELMENT:
Category I Project uptoRs 5 CroreCategory II Project from Rs 5Crore to Rs 25 CroresCategory III Project above 25 Crores
6. ELIGIBILITY CRITERIA:
1. The eligibility criteria for each group in respect of experience of firms has been mentioned below:Eligibility Criteria for sole applicant firm or lead partner in case of JV /Association
VARIOUS CONSULTANCY SERVICES
22
Sr. Consultancy Services Experienceno1 Building services,landscaping&
interior designingof building project.Last 5 year 1000 square meter Building (G+2) or more. Building construction cost Rs.5 Cr or more.
Last 5 years in 10000Square metres or more. Costof Building 5 crore or
2 Structural audit of building
more.3 Geotechnical
investigation serviceMinimum five, buildingprojects
Eachcosting RS. 2.00 Cr. or more in last 5years.
Last 5 years: Minimum 3 projects.All approvals should be covered in
4 Statutory Approvals
the project, mentioned in scope.5 Water supply and sanitary/sewage
treatment/ plumbing consultantsLast 5 years: Minimum 2 projectsAll approvals should be covered in the project, mentioned in scope
6 Electrical Services / LandScaping Services
Last 5 years: Minimum 3 projectsAll approvals should be covered in the project, mentioned in scope
The Firm meeting the above criteria shall submit their applications in the prescribed format with following
details in support of their claim for qualification-
VARIOUS CONSULTANCY SERVICES
23
Firm profile along with the audited financial statements of last 3 years for verification of
annual turnover, certified by Chartered Accountant.
Project profile for shall prove experience in similar assignments projects done in past.
Detailed description for projects or Development Plan as above shall include details such as
Project name, client name, location, brief description, area of services, role, cost of project,
project duration, consultancy fees, period of services etc. shall be given. (Certificate from
client issued by an officer not below the rank of Executive Engineer or equivalent shall be
attached).
Availability of appropriate skilled manpower: Detailed C.V. of the Professional along with
Certificate issued by the firm regarding employment of the professional with the firm (clearly
indicating date of employment with the firm).
7. EVALUATION OF APPLICATIONS:
7.1 The applications will be examined by a designated Evaluation Team of Tribal Development
Department,which may call for clarifications/ additional information from the bidders
whichmust be furnished to the Evaluation Team within the stipulated time. The applicants
shall be evaluated based on the following parameters on a scale of 100.
Sr. Parameters Maximum Marks (CategoryNo. I, II, III & IV)1 Capability Statement of the Firm (years of existence, 20
presence and knowledge of local terrain)2 Firm’s Experience (Similar Consultancy 35
Services/works completed)3 Firm’s Financial Capacity(Annual Financial Turnover) 104 Strength of Technical Team (In-house) 205 Presentation 15
Maximum Total Marks 100
7.2 The applicants will be awarded marks for each of the above parameter on the following
basis:
VARIOUS CONSULTANCY SERVICES
24
a) Category-I
Sr. Parameters MaximumNo. Marks.1 CAPABILITY STATEMENT 20
1.1 Years of Experiencea) Experience of 3 years 12b) Experience more than 3years will be allotted 1 point for every 5
year or part thereof of additional experience (Max 9 Points)1.2 Presence and Knowledge of Local Terraina) Local office at Regional Head quarter. 1b) Topographical extent of works undertaken in the state of 2Maharashtra
2 FIRM’S EXPERIENCE 352.1 Similar Consultancy Services/works completed (Completed at 20least one work amounting to Rs. 1.50 Cr. or two works of Rs. 1.00Cr. each) in last 3 years Such as architecture, Structural Design, Structural Audit, GeotechnicalInvestigations, Statutory approvalsof planning authority,Water supply and sanitary/ sewage treatment /plumbingconsultants etc.a) Additional marks for more than above mentioned projects 2 mark 8for each project of same quantum.b) Such as architecture, Structural Design, Structural Audit, 3
Geotechnical Investigations, Statutory approvals of planning authority,Water supply and sanitary/ sewage treatment /plumbingconsultants etc.c) Up gradation/ Restoration of existing building. 2d) Design of Green Buildings 2
3 FIRM’S FINANCIAL CAPACITY 103.1 Average Annual Financial Turnover.a) Average annual turnover as per the threshold indicated in 6 7(i.e.Rs. 5 lakh)
b) 1 mark for additional financial turnover in multiples or part 3thereof @ every 1.00 lakh above 5.00 lakh upto maximum 3 marks)
VARIOUS CONSULTANCY SERVICES
25
4 STRENGTH OF TECHNICAL TEAM 20a) Principal Architect/consultant in respective field with at 7
least 3 years experience – 1Nob) For additional experience 1 mark for two years experience. 3
c) Civil Engineer with Degree in Civil Engineering and 7minimum 3years of experience – 1No.
d) For additional experience 1 mark for two years experience. 3
5 PRESENTATION 15
Presentation on above points with Details of the similar type of 15projects, photographs completed, awards if any
Maximum Total Marks 100
b) Category-II
Sr. Parameters MaximumNo. Marks1 CAPABILITY STATEMENT 20
1.1 Years of Experience a) Experience of 5 year 8 b) Experience more than 5 year will be allotted 1 point for every 9year or part thereof of additional experience.1.2 Presence and Knowledge of Local Terraina) Local office at Regional Head quarter. 1b) Topographical extent of works undertaken in the state of 2Maharashtra
2 FIRM’S EXPERIENCE 352.1 Similar Consultancy Services/works completed (Completed 20at least one work amounting to Rs. 3.00 Cr. or two works of Rs.2.00 Cr. each) in last 5 years. Such as architecture, StructuralDesign, Structural Audit, Geotechnical Investigations, Statutoryapprovals of planning authority, Water supply and sanitary/sewage treatment, plumbing consultants etc.a) Additional marks for more than above mentioned projects 2 8mark for each project of same quantum.
VARIOUS CONSULTANCY SERVICES
26
b) Such as architecture, Structural Design, Structural Audit, 3Geotechnical Investigations, Statutory approvals of planningauthority, Water supply and sanitary/ sewage treatment /plumbing consultants etc.c) Up gradation/ Restoration of existing buildings. 2
d) Design of Green Buildings 23 FIRM’S FINANCIAL CAPACITY 10
3.1 Average Annual Financial Turnover.a) a) Average annual turnover as per the threshold indicated 7
in 6 (i.e. Rs. 15 lakh)b) b) 1 mark for additional financial turnover in multiples or 3
part thereof @ every 2.00 lakh above 15.00 lakh uptoMaximum 3 marks
4 STRENGTH OF TECHNICAL TEAM 20a) Principal Architect/consultant in respective field with at 5
least 7 years experience – 1Nob) For additional Architects/consultant in respective field 1 2
mark for each with 3 years experience 2 Nos.c) Urban Planner/consultant in respective field with at least 1
3 years experience -1 Nod) Interior designer Architect/consultant in respective field 2
with 3 yrs experience- 2 Nos.e) Civil Engineer with Degree in Civil Engineering and 5
minimum 3 years of experience – 1No.f) For additional Engineer with 3 year experience 1 mark 2
for each Engineer 2 Nos.g) Back office staff 3
5 PRESENTATION 15Presentation on above points with Details of the similar type of 15projects, photographs completed, awards if any
Maximum Total Marks 100
VARIOUS CONSULTANCY SERVICES 27
c) Category-III
Sr. Parameters MaximumNo. Marks1 CAPABILITY STATEMENT 20
1.1 Years of Experiencea) Experience of 7 year 12
b) Experience more than 7 year will be allotted 1 point for every 5year or part thereof of additional experience.
1.2 Presence and Knowledge of Local Terraina) Local office at Regional Head quarter. 1b) Topographical extent of works undertaken in the state of 2Maharashtra
2 FIRM’S EXPERIENCE 35202.1 Similar Consultancy Services/works completed (Completed at
least one work amounting to Rs. 4.00 Cr. or two works of Rs. 2.50Cr. each) in last 5 years. Such as architecture, Structural Design,Structural Audit, Geotechnical Investigations, Statutory approvals of planning authority, Water supply and sanitary/ sewage treatment/ plumbing consultants etc.
8a) Additional marks for more than above mentioned projects 2mark for each project of same quantum.
3b) Such as architecture, Structural Design, Structural Audit, Geotechnical Investigations, Statutory approvals of planning authority, Water supply and sanitary/ sewage treatment /plumbing consultants etc.c) Up gradation/ Restoration of existing buildings 2
d) Design of Green Buildings 23 FIRM’S FINANCIAL CAPACITY 10
3.1 Average Annual Financial Turnover.a) a) Average annual turnover as per the threshold indicated 7
in 6 (i.e. Rs. 20.00 lakh).b) b) 1 mark for additional financial turnover in multiples or 3
part thereof @ every 4.00 lakh above 20.00 lakh uptoMaximum 3 marks
VARIOUS CONSULTANCY SERVICES
28
4 STRENGTH OF TECHNICAL TEAM 20a) Principal Architect/consultant in respective field with at 5
least 10 years experience – 1Nob) For additional Architects/consultant in respective field 1 2
mark for each Architect with 5 years experience 2 Nos.c) Urban Planner/consultant in respective field with at least 1
5 years experience -1 Nod) Interior designer Architect/consultant in respective field 2
with 5 yrs experience- 2 Nos.e) Civil Engineer with Degree in Civil Engineering and 5
minimum 5 years of experience – 1No.f) For additional Engineer with 5 year experience 1 mark 2
for each Engineer 2 Nos.g) Back office staff. 3
5 PRESENTATION 15Presentation on above points with Details of the similar type of 15projects, photographs completed, awards if any
Maximum Total Marks 100
d) Category-IV
Sr. Parameters MaximumNo. Marks1 CAPABILITY STATEMENT 20
1.1 Years of Experiencea) Experience of 2 year 8
b) Experience more than 2 year will be allotted 1 point for every 9year or part thereof of additional experience.
1.2 Presence and Knowledge of Field of Electric worksa) Local office at Regional Head quarter. 1b) Topographical extent of works undertaken in the state of 2Maharashtra
2 FIRM’S EXPERIENCE 35202.1 Similar Consultancy Services/works completed (Completed at
least one over all work amounting to Rs. 1.00 Cr. or two over all works of Rs. 0.50 Cr. each) in last 3 years.
1a) Additional marks for more than above mentioned projects 2mark for each project of same quantum.
6b) 1. Internal Electrical works, External Electrical Works consisting Transformer & Generator, computer workstation and
UPS wiring, LAN/WAN cabling, Telephone and intercom wiring, public address system wiring, Access Control door Wiring, Smoke Detection & Fire Alarm Wiring, Energy Auditing, Solar Energy Power Generation etc in which you have more command as an Electrical Consultant.
b.2 ) Experience of Air conditioning consultancy, solar system, lightning 3c) Electrical Supervisory License issued by State Electricity Licensing Authority 5
3 FIRM’S FINANCIAL CAPACITY 103.1 Average Annual Financial Turnover.
a) a) Average annual turnover as per the threshold indicated 7in 6 (i.e. Rs. 5 lakh).
b) b) 1 mark for additional financial turnover in multiples or 3part thereof @ every 1.0 lakh above 5.00 lakh uptoMaximum 3 marks
7.3 Bidders should satisfy the qualifying criteria on their own merits and not as a sum total
of their sub agencies. Joint Ventures / Consortium / MOU shall not be entertained. .
8. EMPANELMENT:
8.1 Based on the maximum marks obtained/scored in each individual category,
thefirm/ applicant/Consultant having scored equal to total 60 marks & above, shall
ONLY be considered for empanelment in respective category. Other
firm/applicant/Consultant, those who score less than total 60 marks shall not be
considered for empanelment & their scrutiny fees shall not be returned back as it is non
refundable. No correspondence shall be done with the firm/ applicant/Consultant who
are not empanelled. Also no claims of any kind or queries in any form shall be
entertained.
8.2 The empanelment of “Consultancy Firms” will be for a period of 03 (Three) Years from
the date of award of Contract. However, Tribal Development Department . Reserves the
VARIOUS CONSULTANCY SERVICES
29
rights to cancel or extend (maximum for 1 year) the empanelment of any or all the
consultant and request afresh proposals for empanelment at any time.
8.3 Tribal Development DepartmentReserves the right to extend the period of empanelment
ofconsultants for a further period of one year depending on the requirement and
performance of the consultant. The decision of Tribal Development Department. In this
regard would be final.
8.4 The empanelment of “Consultancy Firms” will remain in force for the purpose of
completion of all works ordered during the period of the empanelment until they
have been completed.
8.5 Tribal Development Department Reserves the right to withdraw/ cancel empanelment
observing the performance of the services before the period of empanelment is over.
9. ALLOTMENT OF WORK:
9.1 Depending upon the requirement, Tribal Development Department, shall invite quotes
from the empanelled “Consultancy Firms”.
9.2 Tribal Development Department Also reserves the right to allot the work to any of the
empanelled “Consultancy Firms” after giving due consideration to the suitability and
competence of the “Consultancy Firms” to handle jobs, with due regard to their proven
track record, which shall be reviewed by Tribal Development Department (Employer),
as found necessary, from time to time.
9.3 The “Consultancy Firms” who has awarded the work shall have to enter in to the
agreement in the standard format of Tribal Development Department.
9.4 Tribal Development Department doesn’t guarantee for getting the job/
work/assignment to the empanelled firm/ agency during empanelment period. No
claims of any nature (including financial claims) shall be tenable in any case.
10. Litigation History
10.1 The Applicant should provide accurate information on any litigation or arbitration
resulting from contracts completed or under its execution over the last Seven (7) years
ending 2017-18. A consistent history of litigations against the Applicant may result in
VARIOUS CONSULTANCY SERVICES
30
disqualification of the application for empanelment, at the discretion of Tribal Development Department.
11. Disputes Resolution
Superintending Engineer is the final authority for any kind of Dispute arised. The decision
of Superintending Engineer will be final and binding on consultant.
12. TerminationChief Engineer, Works Management Cell, Tribal Development Department, Mumbai will have all rights to terminate the consultant from the work at any stage and from empanelment.
13. Subletting the workNo subletting of work is allowed.
14. Arbitration (Arbitration act)
No Arbitration is allowed.
15. Other duties and functionsThe consultant shall perform all other duties and functions specified by the Engineer-in-charge.
16. Miscellaneous
16.1 The Consultant shall notify its program of inspection to the Government, who may, in their discretion, depute their respective representatives to be present during the inspection.
16.2 A copy of all communications, comments, instructions, Drawings or Documents sent bythe Consultant to the Department pursuant to this TOR, and a copy of all the test resultswith comments of the Consultant thereon shall be furnished by the Consultant to theEngineer - in- Charge.
16.3 The Consultant shall retain at least one copy each of Report and Documents received byhim and keep in their safe custody.
VARIOUS CONSULTANCY SERVICES
31
GOVERNMENT OF MAHARASHTRA
WORKS MANAGEMENT CELLTRIBAL DEVEVLPMENT DEPARTMENT
P.W(TRIBAL) CIRCLE, NASHIK
PUBLIC WORKS (TRIBAL) DIVISION, DHULE
INVITATION OFEXPRESSION OF INTEREST (EOI)
FOR
EMPANELMENT OF CONSULTANCY FIRMS FOR VARIOUS
CONSULTANCY SERVICES SUCH AS ARCHITECTURE,
STRUCTURAL DESIGN, STRUCTURAL AUDIT,GEOTECHNICAL
INVESTIGATIONS, STATUTORY APPROVALS OF PLANING
AUTHORITY, WATER SUPPLY AND SANITARY/SEWAGE
TREATMENT/ PLUMBING CONSULTANTS/ ELECTRICAL
WORKS ETC. FOR TRIBAL DEVELOPMENT DEPARTMENT IN
NASHIK REGION
VARIOUS CONSULTANCY SERVICES
32
PART-II
PRE-QUALIFICATION FORMS
APPLICATION FORM FOR EMPANELMENT
Information to be furnished by the Applicant
Sr. Particulars DetailsNo.1. Name of Organization2. Address3. Contact Person
4. Telephone No.
5. Mobile No.
6. Fax No.
7. Email ID
8 Details regarding Demand Draft/ Pay order for No…...., date……., Bank……Scrutiny Fee as mentioned in EoI.
9. Organization Details To be filled as per Annexure I
10. Details of Directors/Partners/Proprietors To be filled as per Annexure II
11. List of Architectural Consultancy Assignments To be filled as per Annexure IIIcompleted
12. List of Architectural Consultancy Assignments To be filled as per Annexure IVin progress
13. Financial Status To be filled as per Annexure V
14. List of permanent professional Employees and Self certified copies to be enclosedKey Personnel mentioning their specialization,qualifications, experience and association withthe firm
15. List of equipments available with the firm To be filled as per Annexure VI
16. Affidavit To be filled as per Annexure VII
Signature of the Applicant
Place: Name & DesignationDate
VARIOUS CONSULTANCY SERVICES
33
Annexure-IORGANISATIONAL DETAILS
Sr. No. Parameter Details1 Organizational Set-up:
• Place of In Public works department• Year of Establishment/ In Public works department/Registration• Status of Firm
(Proprietorship/Partnership/Limited/Any other)• Name of Directors/Partners/ Proprietors• Empanelment with Govt. Organizations (Mentionnames along with copies of Certificates)
2 Employee Strength:• Principal Architects (nos.)• Junior Architects (nos.)• Urban Planner (nos.)
• Interior Designers (nos.)• Civil Engineers (nos.)• MEP Engineers (nos.)
3 Details of Office Automation:4 Outsourcing jobs:
• Structural Design• Plumbing, Sanitary & Water Supply• MEP services• Fire Fighting/Detection System• Any Other
Note -1) Necessary documents to prove above facts shall be attached (duly attested).
2) Details of the CV’s of Technical Staff along with proof of their employments with the firm, qualification should be submitted.
3) If required, Tribal Development Department may verify the submitted documentsindependently.
Signature of the Applicant
Name & Designation
Place:Date:VARIOUS CONSULTANCY SERVICES
34
Annexure-II
DETAILS OF DIRECTORS/PARTNERS/PROPRIETORS
Sr. No. Name of Partners/Directors/ Academic Designation Address/Proprietors Qualifications Phone/Fax
Signature of the Applicant
Name & Designation
Place:
Date:
VARIOUS CONSULTANCY SERVICES
35
Annexure-III
LIST OF CONSULTANCY ASSIGNMENTS COMPLETED IN LAST 5 YEARS
Sr.. Name Short Name Value Date of Start of Date of Liquid AnyNo of description and of Work/Project Completion of ated other
Work/ of add. of Work/ Work/Project Damag relevantProject Architectural Owner/ Project Stipulated Actual Stipulated Actual es, if informat
with / Client any, ionadd. Consultancy impose
assignment d onConsul
tant
Note:1 The list of Works/Projects mentioned above should be substantiated with
documentary evidence such as Work Orders/Contract Agreements and Completion Certificates duly attested.
2 Applications received without necessary documentary evidence are liable to be rejected.
Signature of the Applicant
Name & DesignationPlace:
Date:
VARIOUS CONSULTANCY SERVICES
36
Annexure-IV
LIST OF MAJOR CONSULTANCY ASSIGNMENTS IN PROGRESS
Sr. Name of Short Name Value Date of Stipulated Statu Expected Any otherNo Work/Projec description and add. of Start of time of s of Date of relevant
t in Progress of of Work/ Work/Proj Completion Work Completion informationwith Address Architectural Owner Project ect
Consultancy
Note:1 The list of Works/Projects mentioned above should be substantiated with documentary
evidence such as Work Orders/Contract Agreements duly attested.2 Applications received without necessary documentary evidence are liable to be rejected.
Signature of the Applicant
Name & Designation
Place:
Date:
VARIOUS CONSULTANCY SERVICES 37
Annexure-V
FINANCIAL STATUS
TurnoverSr. No. Financial Year (Consultancy Fee) (Rs.)
1. 2015-16
2. 2016-17
3. 2017-18
Note:
1. Certified copies of audited Balance Sheets/Chartered Accountants Certificates to be enclosed.
Signature of the Applicant
Name & Designation
Place:
Date:
VARIOUS CONSULTANCY SERVICES 38
Annexure-VI
LIST OF EQUIPMENTS AVAILABLE WITH THE FIRM
Sr. No. Name of Equipment Type Nos.
1. Computers
1.2. Printers 2.
3.1.
3. Plotters 2.3.1.
4. Software 2.3.
Signature of the Applicant
Name & Designation
Place:
Date:
VARIOUS CONSULTANCY SERVICES 39
Annexure -VII
AFFIDAVIT(TO BE SUBMITTED ON NONJUDICIAL STAMP PAPER OF MINIMUM Rs 100/-DULY
CERTIFIED BY NOTARY PUBLIC)
Affidavit of Mr. …………………………….S/o ………………………………..
R/o……………………………………..………
I, the deponent above named do hereby solemnly affirm and declare as under:
1 That I am the Proprietor / Authorized signatory of M/s. ……………………having its
Head Office /Regd. Office at ……………………………
2 That the information / documents / Experience certificate(s) submitted by
M/s…………..along with this ‘Expression of Interest for Empanelment of Architects,
/Consultants’ to TribalDevelopment Department are genuine and true and nothing has
been concealed.
3 I shall have no objection in case TribalDevelopment Department verifies them from
issuing authority(s). I shall also have no objection in producing the original copy of the
document(s), in case TribalDevelopment Department demand so for verification.
4 I hereby confirm that in case, any document, information & /or certificate submitted by
me is found to be incorrect/false/fabricated, TribalDevelopment Department at its
discretion may disqualify / reject my application for prequalification out rightly and also
debar me /M/s.……………….from participating in any future tenders/EOIs.
Deponent
I, ……………., the Proprietor / Authorized signatory of M/s. ………………, do herby confirm
that the contents of the above Affidavit are true to my knowledge and nothing has been
concealed there from and that no part of it is false.
Verified at ………………this ………….day of ………………..
Deponent
VARIOUS CONSULTANCY SERVICES 40
Annexure ABRIEF SCOPE OF ARCHITECTURE/ CONSULTANCY SERVICES
Sr. No Consultancy Services Brief scope
1 Building services, landscaping &interior designing ofbuilding projects
1.Survey/Layout- Contour, Geological, geotechnical survey.2Preparation of preliminary and workingdrawings, Estimation, tender of building.3.Structural design of building.4.Proof checking of Structural drawing5.Site visit while actual execution.6.Approvals at all PWD levels.7.MEP (Mechanical, Electrical and Plumbing)services.8.Acoustics designs.9. HVAC services.10. Working of Feasibility of BOT buildingprojects.11. BIM (Building Information Model).
2 Geotechnical investigationservice
1. Core strength /Plate load Test.2. Bore data evaluation.3.Physical & Chemical tests (Field & in - housetest).4.R.Q.D. test.5.Safe Bearing capacity6.Geological Analysis.7. Submission of report.
3 Structural Audit of building 1. NDT test of building (UPV / rebound hammeretc.)2.Half cell potentiometer test for checking rusting of reinforcement.3.Structural checks / earthquake checks/ shrinkage checks design & remedial measures.4.Core test for strength of concrete.5.X-ray machine for checking reinforcements.6.Carbonation tests.7.Chemical tests.8.Leakage checking.9.Assessing life of the structure.10. Remedial measures for increasing life of thestructure11. Proof Checking.12.Submission of Audit report along withobservations and methodology of repairs.
4 Statutory Approvals 1.Environment Clearance2.MPCB clearances3.Forest clearance.4.Mining Clearance.5.Approvals from local bodies required forconstruction.6. CRZ Clearnce.
5 Water supply and sanitary/ sewage
treatment/ plumbing consultants.
1.Hydraulic Modelling/Water Gems Software or equivalent2.Sewer Gems Software or equivalent3.All relevant Software and Equipment
Annexure-BList of minimum essential equipment which the firm or their associates must possess for eligibility :
Consultancy Services Equipment and Latest version Software'sSr.no
1 Building services, landscaping &Interior designing ofbuilding projects
1.Stadd-pro software2.Auto-CAD (Civil-3D)-highway software3.BIMsoftware4.E-tab (Building const.)5.Auto-CAD software6.Printer/Plotter7.Micro-station8.Bentley (Stadd-pro)9.Mx-road (Auto desk & Bentley test forArchitectural drawing)
2 Geotechnical investigation service 1.Core test equipments2. Plate load test,3. In house laboratory facility NABLaccredited having soil and rock testing facility4. Rock core drilling machine5. standard penetration test equipment (SPT)
3 Proof checking and StructuralDesign for building projects.
1.Micro Station software2.Stadd-pro software3.Auto-CADsoftware4. SAP software5.GIS sets6.Submission of report.
4 Structural Audit of building 1.N.D.T. tests2.Chemical tests3.Load test4.Corbonation tests5.Core details
5 Water supply and sanitary/ sewage treatment/ plumbing consultants.
1.Hydraulic Modelling/Water GemsSoftware2.Sewer Gems Software3.All relevant Software and Equipment
top related