expression of interest for providing consultancy services
Post on 24-Nov-2021
8 Views
Preview:
TRANSCRIPT
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 1 of 29
Expression of Interest
For
Providing Consultancy Services for Architectural,
structural and Interior Designing for Bopal Urban &
Industrial Division, Shilaj & Shela Sub Division Office
building at Bopal sub division office campus,
AHMEDABAD.
NO: UGVCL/CIVIL/233/ 2018-19
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 2 of 29
EXPRESSION OF INTEREST: UGVCL/CIVIL/ 233 / 2018-19
Chief Engineer (Operation) invites On-line Tenders for the Expression of interest from experienced
Architects / Architectural firms who have experience of rendering Consultancy Services of similar nature
and magnitude successfully for Architectural, Structural and Interior Designing for Bopal U&I Division,
Shilaj & Shela Sub Division Office at Bopal, AHMEDABAD. Tender Papers & Specifications may be down
loaded from Web site https://ugvcl.nprocure.com (To view, down load and on-line submission) and
UGVCL web site www.ugvcl.com (To view & down load only). Tender fee may be paid along with
submission of tender and its receipt to be kept in the cover containing EMD, for respective tender. “All
the relevant documents of tenders to be submitted physically” will be received only by Registered Post
A.D. or Speed Post only addressed to Chief Engineer, UTTAR GUJARAT VIJ COMPANY LTD., Corporate
Office, Visnagar Road, Mehsana: 384 001 (NG). “NO COURIER SERVICE OR HAND DELIVERY” will be
allowed. The bidder may either be an Indian architectural firm with 5 years’ experience or a consortium
of at most three firms led by an Indian architectural firm with 5 years’ experience. The requisite deed of
formation /association/registration etc. should be submitted in support so that the legal credentials can
be established. The bidder must have executed work of similar nature and magnitude successfully as
per work experience criteria, prior to the date of opening of technical bid of the tender.
01 Name of Work Expression of Interest for Providing Consultancy Services for
Architectural, structural and Interior Designing for Bopal
Urban & Industrial Division, Shilaj & Shela Sub Division Office
building at Bopal sub division office campus, AHMEDABAD.
02 Estimated cost of Project Rs. 3,10,00,000.00 including GST
03 Estimated cost of consultancy
services
Rs. 7,31,600.00 including GST
04 Pre-Bid meeting On 20-03-2019 at 12.00 Hrs. at R&C office, Mehsana.
05 Tender fee Rs. 500=00 plus 18% GST = 500 + 90= Rs. 590.00 (Non-
refundable)
06 Earnest Money Deposit Rs. 7,320/-
07 Security Deposit 5 % of the contract value
08 Last Date for receipt of on-line
tender: 01.04.19…up to…18.00 hrs.
09 Date of Receipt of EOI Submission in electronic format only through online by
scanning and then the same should sent in original through
R.P.A.D. or Speed post only so as to reach the office of the
Tender inviting authority -- within 7 days from last date of on
line submission of tender. i. e. up to 08-04-2019.
10 Date of opening of Preliminary
Bid on n-procure
At 12.00 Hrs. on 09-04-19
11 Date of opening of Technical Bid
on n-procure
At 12.00 Hrs. on 10-04-19
12
Date of opening of Price Bid on
n-procure
At 12.00 hrs. on 06-05-2019 if possible or Will be intimated
later on after necessary qualification as per tender
condition.
13 Time Limit of work 22 month from the date of commencement of Work.
14 Validity of acceptance of EOI 120 days from the scheduled date of opening of technical
bid.
IMPORTANT:
(a) Demand Draft/Money receipt for Tender Fee & EMD, BG for EMD if applicable, valid council of
Architecture registration certificate shall be submitted in electronic format only through on line (by
scanning) while uploading the bid. This submission shall mean that E.M.D. & Tender fee, valid council of
Architecture registration certificate are received for purpose of opening the bid. Accordingly offer of
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 3 of 29
those bidders shall be opened whose documents are received electronically. However, for the purpose
of realization of D.D., bidder shall send D.D. in original through R.P.A.D. or Speed post only so as to
reach the office of the Tender inviting authority -- within 7 days from last date of receipt of on line
tender i.e. on or before 08.04.2019.
(b) The Earnest Money Deposit and Tender Fee will be accepted by cash or Demand Draft payable at
“MEHSANA” of any Nationalized Bank, Scheduled Bank, Public Sector Banks & approved Private Sector
Banks authorized to undertake Government business as notified at present and amended time to time
by Finance department, GOG and drawn in favor of “UTTAR GUJARAT VIJ COMPANY LIMITED”.
However, in case of tender value more than Rs. 1.0 crore, EMD will be accepted partially (50%) by
demand draft or Banker’s cheque and balance (50%) by Bank Guarantee of any Nationalized/Scheduled
Bank/Public Sector & approved Private Sector Banks as stated above. Bidder can submit 100% EMD
amount by way of Demand Draft, but 100% Bank Guarantee for EMD shall not be accepted in any case.
The validity of BG should be at least four months from the scheduled date of opening of tender.
Tender without EMD and tender fee shall be rejected out rightly. Two separate demand drafts for
Tender fee and EMD should be submitted. If tender fee and E.M.D. are paid in cash, the copy of money
receipts of the same shall be submitted. The EMD COVER should be clearly super- subscribe with tender
no., due date of opening of tender and name of work. Any eventuates arising out due to not mentioning
of above detail shall be to the bidders account.
If bidder will not submit Tender fee & EMD as above, the penal action shall be initiated towards
defaulter contractor to keep his registration in abeyance and cancellation of E-Tendering code for a
period of one year as per Government of Gujarat Circular Dtd.27/11/2008.
(b) Tender is invited in two bid system. Bidder has to submit the two bid, i.e. technical and Price bid.
Technical bid cover must contain two cover. 1. EMD cover and 2. Technical bid cover. EMD cover should
contain DD/B.G./Receipt of tender fee and EMD and technical bid cover should contain Valid
PWD/UGVCL Registration certificate of appropriate class, EPF certificate, Solvency certificate as
demanded, List of orders executed in last three years, List of work orders on hand, details of personnel
etc. Bidders have to submit Technical Bid in hard copy, while Price Bid/Schedule-B in electronic format
only on n-procure web site after digitally signing the same. Offers which are not digitally signed will not
be accepted. Offers in physical form will not be accepted in any case.
(c) All the relevant documents as mentioned overleaf under the heading “EMD cover must contain the
following” are also to be submitted physically in sealed cover within 07 days from last date of receipt of
on line tender i.e. on or before 08.04.2019. All such documents should be strictly submitted by
RPAD/Speed post only otherwise the offer will not be considered and any further communication in the
matter will not be entertained. EMD cover of technical bid cover shall be open first and bidder, who
satisfies the tender fee and EMD criteria, their technical bid only shall be opened for further evaluation.
(d)Any deviation found in Data/Details/Documents between on-line offer (e-tendering) and physically
submitted documents of bidder, offer of the same bidder will not be considered and further
communication in the matter will not be entertained.
(e) The Price bid of those bidders, who are technically qualified shall only be opened. After technical
bid is opened, for modification, if any, all shall be given equal chance.
(e)Bidders who wish to participate in online tenders will have to procure / should have legally valid
Digital Certificate as per Information Technology Act-2000 using which they can sign their electronic
bids. Bidders can procure the same from any of the license certifying Authority of India OR can contact
(n) code solution – a division of GNFC Ltd., who are licensed certifying Authority by Govt. of India.
Any technical questions, information & clarification that may be required pertaining to this inquiry
should be referred to Chief Engineer (Operation), Uttar Gujarat Vij Company Ltd. Regd. & Corporate
Office, Visnagar Road Mehsana -384001
If UGVCL feels that there is lack of serious competition or any other reasons, UGVCL may negotiate with
L-1 party. UGVCL reserves the right to reject any OR all tenders without assigning any reasons thereof.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 4 of 29
Notes:
1. Seal and signature at Annexure is MUST.
2. EMD COVER MUST CONTAIN THE FOLLOWING :
2.1 Details & documents of tender fee.
2.2 Details & documents for EMD
2.3 GST No. of firm
3 Technical bid cover must contain following:
3.1.1 Registration certificate with Council of Architecture for principal Architect duly renewed.
3.1.2 Goods & Service Tax Registration certificate
3.1.3 Work execution certificate of similar nature and magnitude.
3.2 List of orders executed in last three years (including works executed in UGVCL) along with copies
of satisfactory completion certificate obtained from respective department
3.3 List of works tendered / in hand works along with copies of orders
3.4 Details of personnel
3.5
Solvency certificate of Rs. 1.5 lakh & above(Valid certificate, i.e. Validity will be considered one
year from issue of certificate)
• In absence of any of the above, the consideration of Bid of the Agency will be at the discretion
of the UGVCL.
3. See “Notes for qualification” in Technical bid of tender carefully.
4. Security Deposit
The security deposit is applicable as per clause no (2) of Condition of Contract.
5
Time Limit
Time limit for the completion of work is 22 months, from the date of written order to
commencement of work.
6. In case UGVCL finds that there is an attempt of cartel in the prices, UGVCL reserves the right to
consider or reject any or all the parties offer without assigning any reason thereof.
7.
DELAYED AND LATE TENDERS: -
NO TENDER AND SAMPLE SHALL BE ACCEPTED / OPENED IN ANY CASE WHICH ARE RECEIVED AFTER
DUE DATE AND TIME OF THE RECEIPT OF TENDER IRRESPECTIVE OF DELAYED DUE TO POSTAL
SERVICE OR ANY OTHER REASONS AND UGVCL SHALL NOT ASSUME ANY RESPONSIBILITY FOR LATE
RECEIPT OF TENDER / SAMPLE. ANY CORRESPONDANCE IN THIS MATTER WILL NOT BE
ENTERTAINED.
8 Evaluation of tender shall be done on firm price inclusive of GST.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 5 of 29
INSTRUCTIONS TO THE BIDDERS.
1. Late or Delayed tenders
No tender shall be accepted / opened in case of receipt after due date and time of tender, irrespective
of delay due to postal services or any other reasons and the UGVCL shall not assume any responsibility
for late receipt of tender.
2. Submission of bid
The tenders are to be submitted by the intending bidders in single envelope with two separate sealed
and super scribed envelopes as listed below inside this envelope.
Envelope No.1: EMD Cover
Envelope should contain tender fee Draft /EMD draft/ Receipt in one cover.
Envelope No.2: Technical Bid
Envelope should contain Technical bid and Pre-Qualification bid data, Presentation & related
documents etc. in another envelope.
Tender fee & EMD cover of envelope-1 will be opened first & tender without tender fee & EMD shall be
rejected outright. Two separate demand draft for tender fee & EMD should be submitted. If tender fee
& EMD are paid in cash, the copy of money receipt of the same shall be submitted.
The Technical and pre qualification bid details specification of envelope No.2 will be opened of those
bidders who fulfills the criteria of tender fee & EMD on verification of cover no.1 of envelope-1.
The Architect/Architectural firm may submit their queries / suggestions if any regarding EOI to the Chief
Engineer(Operation), UGVCL, R&C office, Mehsana in writing before Pre-Bid meeting. Alternatively they
may submit their queries /Suggestions through e-Mail also at the e-Mail address of acecivil@ugvcl.com
before Pre-Bid meeting.
The agency, whose bid considered and declared as technically qualified will be called for Presentation on
conceptual design of the Project. Evaluation committee of UGVCL will analyze the conceptual design and
Price bids of only qualified bidders will be opened who scored more than 70 marks in the
Presentation.(As per EOI Specification clause no. 7)
Bidders have to submit Price Bid in electronic format only on above mentioned web site after digitally
signing the same. Offers which are not digitally signed will not be accepted. Price bid in physical form
will not be accepted in any case.
3 Other conditions:
1. The scope of work is explained in Tender specification. The work shall be carried out according to
the enclosed General Conditions, Technical Specifications & working drawings approved by the
UGVCL.
2. The bidders shall note that no deviations from the technical specifications or commercial Conditions
with this bid are acceptable & it will be presumed that the bidder agrees entirely with the
specifications & general terms & conditions of the contract.
3. Taxes:
3.1 Goods & Service Tax (GST) :
The rates are excluding GST at the rate of 9% CGST plus 9% SGST or 18% IGST, under the GST Law or as
applicable to Works Contract Services from time to time which will be paid extra on a given taxable
goods and/or services.
The amount and % of GST should clearly be indicated separately. GST means all applicable Tax under
GST Laws. (GST Laws means IGST Act, GST (Compensation to the State for Loss of Revenue) Act, CGST
Act, UTGST Act and SGSCT Act, 2017 and all related ancillary legislations)
Supplier/Contractor should charge GST in invoice at the rate as agreed to/mentioned in acceptance of
tender only and any deviation in the same shall not be accepted. Further, any additional liability of GST
(later on due to wrong mentioning of GST rate, mis-interpretation of HSN/SAC Code, etc.) over and
above as charged in the invoice shall be borne by the Supplier/Contractor. However, any refund
received by the supplier/contractor on account of GST charged from the company; such refund shall
have to be passed on to the company, along with interest if any. Such refund along with interest needs
to be passed on suo-moto by the supplier/contractor.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 6 of 29
Further, the Company has a right to recover the amount of GST along with penal interest at the rate of
15% per annum if GST charged is not paid/ short paid to the government or fail to upload the details or
uploads inaccurate particulars on GSTIN portal by the Supplier/Contractor within the stipulated time
limit.
In case, Govt. revises the rate of GST rate/code during the tenure of the contract, the provision of
GUVNL’s statutory variation clause shall apply.
3.2 INPUT TAX CREDIT BENEFIT
In the event of any statutory increase in the rate of Input Tax Credit and / or due to inclusion of any
other additional item of their inputs/input services under the ambit of the Input Tax Credit provisions
under the GST Act, subsequent to the date of submission of the offer, the same should be passed on to
COMPANY and you should inform such changes to COMPANY from time to time.
3.3 STATUTORY VARIATION:
Any statutory increase or decrease in the taxes and duties including GST and cess as applicable or in the
event of introduction of new tax/cess or cessation of existing tax/cess subsequent to suppliers offer if it
takes place within the original contractual delivery date will be to COMPANY’s account subject to the
claim being supported by documentary evidence. However, if any decrease takes place after the
contractual delivery date, the advantage will have to be passed on to COMPANY.
Statutory variation clause will not be applicable in case of Supplier/Contractor has opted for
composition scheme under GST.
3.4 Income tax & other government taxes will be deducted as per prevailing rules.
4. The bidder shall carefully study the scope of work to be carried out and site situation etc. The
UGVCL will not pay any extra or rate difference for any reason in case the Consultant claims after
acceptance of contract to have misjudged the work.
5. Bidders must quote firm price only, till completion of work under contract & this is to be confirmed
by bidder while submitting his offer.
6. No price escalation on any account will be payable.
7. UGVCL reserves the right to delete any item of the estimate submitted by consultant and
Consultant shall not have any right to claim on this account. The payment will be made on actual
work carried out.
8. Submissions of tender by a Consultant imply that he has read the instructions and condition of
contract herein contained and has made him aware of the scopes and specifications of the work to
be done. These rules and directions shall form part of the contract.
9. UTTAR GUJARAT VIJ COMPANY LIMITED shall not entertain any idle charges for site conditions or
any circumstances.
10. SITE VISIT: - The bidder is advised to visit the site and examine the site condition where in the work
is proposed to be carried out and to get himself fully acquainted at his own responsibility for all
information that may be necessary for quoting the tender bid and entering in to contract. All cost
and liabilities arising out of non-visiting the site visit shall be at bidders account.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 7 of 29
TERMS & CONDITIONS OF CONTRACT
1.1 INTERPRETATIONS
1.1.1 UGVCL shall mean UTTAR GUJARAT VIJ COMPANY LIMITED and the “Accepting Officer” means the
officer who is authorized to sign and signs the contract on behalf of the “UGVCL.”
1.1.2 Architect/ Architectural Firm mean the person / Agency who is awarded the contract.
2. SECURITY DEPOSIT:
Successful tenderers shall have to furnish the security deposit @ 5% of the contract value within 15 days
from the date of receipt of L.O.A. The Security Deposit can be paid in form of Demand Draft of
Nationalized Bank Payable at MEHSANA or in the form of Bank Guarantee of Nationalized Bank in
approved format of U.G.V.C.L. Detailed order will be placed only after payment of SD.
Bank details of UGVCL are as under:
1. Bank Name: Bank of Baroda
2. Bank Branch address: Mehsana main, Mehsana- 384001
3. Bank Account no.: 01520500013524
4. IFSC code: BARB0MEHSAN (5th character is zero)
The security deposit will be refunded only after three month of successful completion of all related
activities of proposed Project work of UGVCL.
3. TENTATIVE PROGRAMME:
It is possible that the work may prolong beyond the stipulated time limit due to various problems. The
Architectural/Consultancy Services shall have to be rendered / extended without any extra charges, as
per the specifications. The consultancy charges shall remain firm for entire duration of contract.
4. CO-ORDINATION:
1. The Architect / Firm of Architect shall work closely with UGVCL and promptly carry out their part of
the work to enable the completion and commissioning of the project within the stipulated time.
The UGVCL on its part shall also closely co-operate with the architect /Firm of Architect at all
times for architectural /Construction Services in order to ensure timely placing orders and
awarding of contracts. The Architect / Firm of Architect will render his services quickly for all the
work stipulated in the scope of this specification so as to enable satisfactory and early completion
of the project. For delay in the part of Architect / Firm of Architect appropriate penalty shall be
recovered from the Architect as per clause No. 16 of tender terms & conditions of contract.
2. The price quoted by Architect / Firm of Architect shall also include all travel, living and incidental
expenses of visit of consultant or his personal at site or UGVCL, Mehsana as and when required by
UGVCL. Any type of legal fees / incidental expenses, etc. for the court case matter if any, should be
borne by the Architect /Firm of Architect. No extra charges will be payable in any such cases.
5. TIME LIMIT FOR CONSULTANCY WORK:
The total scheduled time limit is 22 (Twenty-two) months from the date of issue of letter of
commencement of consultancy work by CE (OP), UGVCL, Mehsana. However, time limit may be
extended till the completion of ongoing Project. (For actual execution of work where designing part is
completed.)
The Architect Consultant shall have to deliver all the architectural working drawings/ Estimate as per
latest PWD SOR of Ahmedabad district/ tender documents /construction drawings etc. within first 4
(Four) months from the date of issue of letter of commencement of work. Time limit of four months is
detailed as under:
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 8 of 29
Time limit for submitting the various options of drawing will be one month from the receipt of
letter regarding date of commencement. Architectural agency has to submit the initial plan as
per staff setup data given to them within one month.
Further one-month time limit is for submitting the estimate as per approved drawing by UGVCL.
This time limit starts from the date of receipt of approved drawing by Consultant.
Further one-month time limit is for submitting the tender documents, tender drawings etc. This
time limit starts from the date of receipt of confirmation to consultant about approval of
detailed estimate.
Further one-month time limit is for issuance of detailed working drawing for execution of work.
This time limit starts from the date of tender technical bid opened by UGVCL.
Appropriate penalty shall be levied to the Architect / Architectural firms only for delay in first 4-month
period, out of total time limit. No penalty shall be levied on the Architect/ Architectural firms for delay
in remaining period on part of the construction agency. However, delay on part of the Architect / Firm
of Architect; penalty @ ½ % per week as above will be deducted from his bills. (i.e. first four-month
period)
6. ADDITIONAL SERVICES:
At the specific request of UGVCL the Architect / Firm of Architect shall provide any additional services
which are not listed in these specifications at the rates to be mutually agreed upon.
7. CUSTODY OF DRAWING DOCUMENTS:
Original drawing, bills of material and computation of instruments of service, shall remain in the
custody of the Architect / Firm of Architect. However, UGVCL will be entitled at all times to have
unrestricted use thereof. After completion of work, all the drawing structured maps and other
documents, approval etc. shall be handed over to UGVCL All hard copies & soft copy.
8. PERT CHART:
The prospective tenderers / Architect / Firm of Architect should furnish a PERT or BAR chart showing
the time required for this work and details of various items of work to be done by them indicating also
the period of supply requirement for completion of civil works, erection and completion, etc.
9. ASSIGNMENT:
The rights and liabilities of the Architect / Firm of Architect shall not be assigned or transferred by them
without the prior consent in writing of UGVCL to any other person, firm or organization.
10. TERMINATION AND FORCE MAJEURS:
1. By giving written notice to the Architect/Consulting Engineers of fifteen days, UGVCL may at any time
for any cause terminate the work by Architect/consultant under this specification in whole or in part.
2. Whether terminated for cause or convenience, payment to be made to the
Architect / Consulting Engineers in such an event shall amount to the actual work done and
calculated pro-rata and not the lump sum amount payable under the normal conditions for the
successful completion of the entire work.
3. In the event of termination of the contract the Architect / Consulting engineers shall deliver to UGVCL
all data, designs, plans, specifications and other documents for the project up to the date of
termination of the contract.
4. The Architect / consulting engineers shall be excused only for delays in performance of their work if
such delays arise from unforeseen causes beyond the control and without the fault or negligence of
the Architect / Consulting engineers, including but not restricted to Acts of God, acts of public
enemy, act of UGVCL in either its sovereign or contractual capacity, fires, floods, restrictions, strikes,
freight embargoes, unusually severe weather provided that the Architect / Consulting engineers
within 10 days from the beginning of any such delay notify UGVCL in writing of the cause of delay.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 9 of 29
11. AMOUNT OF WORK
If for any reason, the whole or part of the work envisaged in this documents needs to be curtailed/
suspended after award of the contract then the fees payable to the Architects/Architectural firms shall
be determined with reference to the breakup agreed upon for the various stages of work, duly taking in
to account the work actually carried out by the Architect. The decision of the employer as regards
actual quantum of work carried out as well as the amount payable thereof shall be final and binding on
the Architect /Architectural firms.
12. COMPLETION OF CONTRACT
Acceptance of the facilities /part of the facilities & putting them to use by the UGVCL does not
constitute final completion of the contract. The contract shall be deemed to be executed in full and final
only, when the Architect has fully discharged all his obligations in terms of the contract.
13. GUARANTEE
The Architect shall take full responsibility for the services performed by them. The Architect shall
adhere to standard good practice for adequacy and technical soundness of the services provided by
them.
14. STATUTORY RULES & REGULATIONS
The Architect will abide by the rules, regulations, by-laws & statutes etc. prevailing & imposed by the
Government /Semi Government and other local governing bodies for execution of this job.
15. STATUTORY PAYMENTS
All the statutory payments to be made to local authorities shall be directly made by UGVCL on receipt of
demand note or intimation from the consultant along with demand Note. However, if any such
payments are made by the consultants with prior intimation to UGVCL, the same shall be reimbursed on
submission of the original receipts.
16. PENALTY:
The time limit allowed for carrying out the work as entered in the tender shall strictly observed by
the Architect /Architectural firms / Consultant and shall be reckoned from the date on which the order
to commence the work is given to the Architect /Architectural firms / Consultant. The penalty for
delay shall be applicable @ 0.5% per week or part thereof (of the delay period) on the contract
value plus GST as applicable subject to maximum 10% of the amount of contract value of the
work. The penalty will be invariably deducted from the bills of the contractor and no refund will be
given unless the competent authority approves the waiver/reduction in penalty.
“for inordinate delay beyond 20 weeks, i.e. for very unsatisfactory progress due to reasons attributable
to contractor, UGVCL may take decision after giving the 10 days’ notice in writing to contractor for
termination of contract and carrying out the remaining work at the risk of defaulting contractor from
some other agency/contractor by recovering additional cost incurred to UGVCL if any from the
defaulting contractor. UGVCL decision in the matter shall be final and the contractor will have no claim
for compensation for any loss sustained by him owing to such actions.”
Due consideration will be given for waiver/levy of penalty (excluding GST already collected & paid to the
Govt. treasury thereon) only for the reasons absolutely beyond contractor’s control (Viz. Force Majeure
conditions as laid down in the DGS & D, Clause reproduced hereunder) for which documentary evidence
will have to be provided. The reasons for delay attributable to UGVCL as well as to party will be brought
out clearly while putting the proposal for waiver/reduction in penalty.
[1] The request for extension in time limit giving reasons and supporting documents shall have to be
made by the contractor within one month on completion of the contract.
[2] The request made after one month on completion of the contract shall not be entertained and
rejected out rightly without any correspondence.
[3] No request for waival/ levy of penalty will be entertained/ reviewed during execution of order.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 10 of 29
D.G.S. & D. FORCE MAJEURE CLAUSE”
“If, at any time during the continuance of this contract , the performance in whole or in part by either
party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility,
act of the public enemy, civil commotion, sabotage fires, floods, explosion, epidemics, quarantine
restrictions, strikes, lockouts or acts of God (hereinafter referred to as event)”, then notice of the
happening of any such event is given by either party to the other within twenty one days from the date
of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract
nor shall either party shall have any claim for damages against the other in respect of such non-
performance or delay in performance, and work under the contract shall be resumed as soon as
practicable after such event has come to end or ceased to exist, and the decision of the competent
authority of UGVCL as to whether the works have been so resumed or not shall be final and conclusive.
It will be Architect /Architectural firms / Consultant responsibility to ensure that work is completed in
stipulated time limit. However, if on account of reasons beyond one’s control e.g. as laid down in the
DGS & D Force Major Conditions, UGVCL may consider extension of contractual period without
statutory variations and without price variation.
UGVCL may grant extension in time limit of work if the reasons for delays not attributable to the
architect / Firm of Architect, in the opinion of UGVCL without any financial compensation by UGVCL.
The Architect Consultant shall have to deliver all the tender documents / architectural working
drawings/construction drawings etc. within first 4 (Four) months from the date of issue of letter of
commencement of work. Appropriate penalty shall be levied to the Architect / Architectural firms only
for delay in first 4-month period, out of total time limit. No penalty shall be levied on the Architect/
Architectural firms for delay in remaining period on part of the construction agency. However, delay on
part of the Architect/Firm of Architect; penalty @ ½ % per week as above will be deducted from his
bills.
17. Extension of Time Limit
If the Architect/Architectural firm shall desire an extension of the time limit for completion of the work
on the ground of his having been unavoidably hindered in its execution or on any other ground, he shall
apply in writing to the concerned SE, circle office and he may, if in his opinion there are reasonable
grounds for granting extension, recommend such extension as he may think necessary or proper for
such extension then he shall submit same extension proposal with his recommendation to competent
authority. The decision of the competent authority in this regard shall be final and binding to the
Architect/Architectural firm. Any delay attributed to UGVCL shall be compensated only by way of
extending the time limit.
“Extension to delivery of contract with/without penalty and/or reduction of Penalty is to be granted by
the competent authority of the Company.”
18.Rescission of Contract and Forfeiture of Deposit.
The Architect/Architectural firm shall not assign or sublet any work, without the written approval of the
Engineer-in-charge and if the contractor assign or sublet his contract, or attempt to do so or become
insolvent or commence any proceedings to be adjudicated as insolvent or make any composition with
creditors, attempt to do so, the Engineer-in-charge may, by notice in writing rescind the contract. Also,
if any bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise shall either
directly or indirectly be given, promised or offered by the contractor or any of his servants, or agents, or
any person to the employee of UGVCL in any way relating to his office or employment or if any such
officers or persons shall become in any way directly or indirectly interested in the contract, the
Executive Engineer may, by 10 days’ notice in writing, rescind the contract. In the event of a contract
being rescinded the Security Deposit of the Architect/Architectural firm shall there upon stand forfeited
and be absolutely at the disposal of Company and the same consequences shall ensure as if the contract
has been rescinded under clause 4 thereof and in addition the contractor shall not be entitled to
recover or be paid for any work thereof actually performed under the contract.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 11 of 29
In any case in which under any clause or clauses of this contract the Architect/Architectural firm shall
have tendered himself to pay compensation amounting to the whole of his security deposit or in the
case of abandonment for the work owing to serious illness or death of the Architect or any other cause,
the Executive Engineer on behalf of the UGVCL, shall have powers to adopt, (a) below and any of the
following courses under (b) and (c) as he may deem best suited to the interest of the UGVCL.
(a) To rescind the contract (for which rescission notice of 10 days) in writing to the contractor under
the hand of the Executive Engineer shall be conclusive evidence and in that case the security
deposit of the Architect/Architectural firm shall stand forfeited and absolutely at the disposal of the
UGVCL.
(b) To employ labour paid by the UGVCL, to supply materials to carry out the works or any part of the
works debiting the Architect/Architectural firm with the cost of the labour and materials (as to the
correctness of which cost and price the certificate of the Executive Engineer shall be final and
conclusive against the contractor) and crediting him with value of the work done, in all respects in
the same manner and at the same rates as if it had been carried out by the Architect/Architectural
firm under the terms of this contract and in that case the certificate of the Executive Engineer as to
the value of the work done shall be final and conclusive against the Architect/Architectural firm.
(c) To order that the work of the Architect/Architectural firm be measured up and to take such part
thereof, as shall be unexecuted, out of his heads and to give it to another Architect/Architectural
firm to complete, in which case, any expenses, which may be incurred in excess of the sum, which
would have been paid to the original Architect/Architectural firm, if the whole work had been
executed by him as to the amount of which excess expenses the certificate in writing of the
Engineer-in-charge shall be final, conclusive and shall be borne and shall be paid by the original
Architect/Architectural firm and shall be deducted from any money due to him by the UGVCL under
the contract or otherwise from his security deposit
In the event of the above courses being adopted by the Executive Engineer, the
Architect/Architectural firm shall have no claim to compensation for any loss sustained by him by
reason of his having purchased or procured any materials or entered into any engagements or
made any advances on account of or with a view to the execution of the work or the performance
of the contract. And in case the contract shall be rescind under the provision aforesaid, the
contractor shall not be entitled to recover or be paid any sum for any works thereof actually
performed by him under this contract unless and until the Executive Engineer shall have certified in
writing the performance of such works and the amount payable to him in respect thereof and he
will be entitled to be paid the amount so certified.
All sums payable by a contractor by way of compensation under any of these conditions shall be
considered as a reasonable compensation to be applied to the use of UGVCL, without reference to
the actual loss or damage sustained and whether any damage has not been sustained.
19. Notice for unsatisfactory progress
If the progress of the Architectural agency work is unsatisfactory the Executive Engineer whose
decision shall be final, shall notwithstanding that the general progress of work is satisfactory; be
entitled to take action under Clause 4(c) after giving the contractor 10 days-notice in writing and
the contractor will have no claim for compensation for any loss sustained by him owing to such
actions.
20. JURISDICTION
All the Disputes arising out of or in any way connected with the agreement shall be deemed to have
arisen in Mehsana and only the courts in Mehsana shall have jurisdiction to determine the same.
21. Labour conditions:
21.1 The Architect/Architectural firm shall comply with the labour laws laid as may be current &
shall furnish the returns & information as may be specified from time to time.
21.2 The Architect/Architectural firm shall as far as possible obtain his requirements of skilled &
unskilled persons from the local areas.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 12 of 29
21.3 The Architect/Architectural firm shall pay wages as per the latest circulars applicable at the
times for the minimum wages to be paid to semiskilled & skilled persons prescribed by the Govt. of
Gujarat. The UGVCL shall have the authority to remove from the work site any person, who may be
considered unfit or undesirable & no responsibility shall be accepted by the UGVCL for any delay or
extra expense caused towards the completion of the work by such removal.
22. Local Laws:
All local laws in force at the time entering into the contract & those enacted there after shall be
binding on the contractor & he shall abide by the same.
24. TENDER AND CONTRACT FOR WORKS:
A booklet for terms and conditions for tender and contract for works which can be seen in the office
of ACE (CIVIL) shall be binding to the bidder and shall be applicable for the contract. Further, in case
where the terms conditions mentioned above in the tender are conflicting with those mentioned in
the booklet “TENDER AND CONTRACT FOR WORKS”, the terms and conditions of the tender stated
above will prevail over those in the booklet “TENDER AND CONTRACT FOR WORKS”.
25. ARBITRATION:
‘ALL QUESTIONS, DISPUTES OR DIFFERENCES, WHATSOEVER WHICH MAY AT AN TIME ARISE
BETWEEN THE PARTIES TO THIS CONTRACT IN CONNECTION WITH THE CONTRACT OR ANY MATTER
ARISING OUT OF OR IN RELATION THERE TO, SHALL BE REFERRED TO THE “GUJARAT PUBLIC WORKS
CONTRACTS DISPUTES ARBITRATION TRIBUNAL” AS PER THE PROVISIONS OF THE GUJARAT PUBLIC
WORKS CONTRACTS DISPUTES ARBITRATION TRIBUNAL ACT, 1992.
The reference to arbitration proceedings under this clause shall not:
a) Affect the right of the Engineer-in-charge to take possession of all or any tools, plants, materials
and stores, in or upon the work or site thereof or belonging to the contractor or procured by
him and intended to be used for the execution of the work or any part thereof.
b) Preclude the Engineer-in-charge from utilizing the materials purchased by the Contractor in any
work or from removing such materials to other place, during the period the work is stopped or
suspended in pursuance of notice given to the contractor under General Conditions.
c) Entitle the contractor to stop the progress of the work or carrying out the additional or altered
work in accordance with the provision of General Conditions for the work where there is no
specification.
d) Preclude the UGVCL from getting the work done by another agency.
Neither party is entitled to bring a claim to arbitration latest by the thirty days after the expiration
of the defects liability period.
The provisions of the Arbitration & conciliation Act, 1996, Gujarat Public Works Contract Disputes
Arbitration Tribunal Act, 1992 and rules made there under shall apply to the arbitration proceeding
under this clause.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 13 of 29
EOI Specifications for Providing Consultancy Services for Architectural, structural and Interior
Designing for Bopal Urban & Industrial Division, Shilaj & Shela Sub Division Office building at Bopal
sub division office campus, AHMEDABAD.
1.0 General
1.1 Uttar Gujarat Vij Company Limited (UGVCL) is seeking Expressions of Interest (EOI) from reputed
and reliable Architects / Architectural firms to provide comprehensive Architectural, structural and
interior designing Services for Division, Sub Division Office Bopal, AHMEDABAD. The validity of the
EOI will be for a period of 120 days from the date of opening of technical bid.
1.2. The building should reflect a forward looking, transparent, organization of transformation and
empowerment and exhibit the potential of becoming a landmark building.
1.3 The proposed built up area (except Basement parking or hollow plinth parking) is approximately
1500 Sq. M. and may be accommodated in more than one floor. Provision of Lift is to be done in
the building. (Preferably three floor.)
1.4 The Basement parking planning or Hollow plinth parking planning to be done as per site condition
and GDCR norms.
1.5 The structural design of the building should take care of further extension of two floor.
1.6 Approximate Project cost shall be Rs.3.10 Crore.
1.4 UGVCL needs to develop corporate elegance to its outlook using services of prominent consultants.
1.5 UGVCL shall provide a copy of site plan showing site boundaries as well as area and facility
requirement in the proposed offices. (Staff setup of each office to be accommodated in building
with approximate required area for each staff)
1.6 The Air conditioning will not be provided into offices so planning has to be done accordingly.
2.0 SCOPE OF ENQUIRY:
The enquiry calls for Architectural, Structural & Interior Designing Consultancy Services for Bopal Urban
& Industrial Division, Shilaj & Shela Sub Division Office building at Bopal sub division office campus,
AHMEDABAD. These specifications outline the requirement of Architectural, Structural & Interior
Designing Consultancy Services only. It is not the intent to specify and outline here all the minute details
of services expected from the Architects / Architectural firms. All items required to be designed, and
engineered for the Project at Bopal, Ahmedabad falls under scope of Consultant. Integrated working of
the whole system of the Project is deemed to be included in the scope of services under this
specification whether specifically mentioned herein or not. The Architects/Architectural firms will
render all necessary comprehensive and effective services required in every respect to ensure smooth
and timely completion of the project. The Architects/Architectural firms will render / extend their
services till completion of Construction and commissioning use of proposed offices at Bopal. On
completion of construction work consultant has to take Building use permission from competent
authority.
3.0 Scope of work & Services:
The Consultant is required to provide complete architectural & other related services as specified under:
Preparation of Architectural designs (various options) of Layout and office buildings as per by laws and
getting it approved from client – the process will involve the following detailed steps:
a. Taking client instructions and preparation of design brief, ascertain client’s Requirements, examine
site constraints / potential and prepare the design brief for Client’s approval.
b. Prepare a report on site evaluation including site survey and testing of Soil Bearing Capacity as per
norms. Minimum two bore for soil investigation to be done and its cost is included in the
Consultancy service amount. Nothing extra will be paid on account of two bore of SBC
investigation.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 14 of 29
c. Prepare conceptual design (various options) with reference to requirements given.
d. Modify the conceptual design incorporating changes suggested by client, to prepare preliminary
drawings, sketches etc. for client’s approval and to prepare estimate based on prevailing PWD SOR
& for non SOR items as per Market rate based on rate analysis.
e. Preparation of Architectural schematic drawing and details based on the approved concept plan.
f. Preparation of drawings necessary for client and seeking statutory approvals of AUDA/ Nagarpalika
and other statutory body/local authority as per GDCR and ensure the compliance with codes
standards and legislation as applicable and obtaining their approval. (Note –obtaining all the
statutory approval is in the scope of work of Architect / Architectural firm). All the official charges
which are to be paid to Concern AUDA/ Nagarpalika or any other organizations will be paid by
U.G.V.C.L.
g. Preparation and issue of all working drawings and details as listed below for inviting tenders and
for proper execution of work during construction. Any report, Drawings / details must be issued in
10 hard and 1 soft copies.
i. Architectural design
ii. Structural design
iii. Sanitary & Plumbing, water supply, waste disposal system design
iv. Rain water harvesting system design
v. Electrical system design
vi. Electronics communication system (EPBX)
vii Networking design (Net connectivity)
viii Fire system design
ix. Site development
x. Landscape design
xi. Any other drawings as required by the contracting authority.
h. Design / drawings will be the property of U.G.V.C.L. and Architect / Architectural firm shall not
claim any extra cost for any repeat use of design / drawings. Architect / Architectural firm shall
supply to the UGVCL, the originals of approved drawings and 5 sets of certified copies drawings.
Architect has to provide soft Copies of all drawings, Estimate, measurement sheet etc. Without
any extra cost.
i. On approval of Conceptual drawing by UGVCL, Successful Architect / consultant shall submit item
wise estimate of work showing quantities of each item, item description, rate of item as per
prevailing SOR of PWD Ahmedabad district, for Non SOR items, rate analysis of each item as per
market rate, detailed measurement of each item etc. in Duplicate for obtaining financial
approvals of Competent Authority. However, U.G.V.C.L. reserves the right to delete/omit the item
work at its discretion and payment will be reduced accordingly. Estimate for civil construction
work & Interior designing should be submitted separately.
j. To prepare draft tender specification for building giving details such as schedule of quantities
(Schedule-B). Detailed item wise specifications of the work, Bid drawing, instructions to the
tenderers, commercial conditions of U.G.V.C.L. etc.
k. To submit the structural design calculation as per SBC.
l. Architect / Architectural firm shall submit the working drawings of Architectural, structural,
electrical, plumbing, fire fighting, landscape, Rain water Harvesting etc., Architect /Architectural
firm shall have to submit reproducible prints of designs, calculations, and construction drawings
to UGVCL.
m. To visit the site periodically during execution of Project and give technical guidance to the
officers of UGVCL. The visit fees shall be included in the quoted amount for this work.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 15 of 29
n. Participating in Technical discussion with bidder prior to/after opening of technical / price bids
and carrying out technical evaluation / assist U.G.V.C.L. in evaluation of tender of the offers
received and recommending technically suitable vendor(s) for awarding contract to building
contractor.
o. Architectural agency has to submit Final Project completion drawing as per actual execution
within 15 days of completion of Project.
p. Obtaining all necessary clearance from Statutory or any other authorities for the commencement
of work, at different stages during execution of work etc.
4.0 Eligibility Criteria
4.1 Bidder’s Experience: The bidder may either be an Indian architectural firm with 5 years’ experience
or a consortium of at most three firms led by an Indian architectural firm with 5 years’ experience.
The requisite deed of formation /association/registration etc. should be submitted in support so
that the legal credentials can be established.
All individual firms and each partner of a consortium are requested to submit the complete information.
No specific format is to be filled by the joint venture however assessment of consortium will solely
depend upon the data of leading firm. Nationality information should be provided for all owners or
applicants of a partnership or individually owned firms.
4.2 Bidder should not be under liquidation, court receivership or similar proceedings. The bidder to give
documentary evidence of being presently registered with Council of Architecture and that he has
not faced punitive or suspension by Council of Architecture. The bidder should also furnish
documents in support of the legal status of the firm or self, like registered partnership deed,
registration deed under Companies Act, sole proprietorship etc.
4.3 The bidding Architect /Architectural firm is required to submit a complete list of consultants,
specialists, and experts (each with a minimum of experience as indicated below), who shall be
engaged for engineering and detailed design of the project by the bidder. The qualification of the
Consultants, Specialists etc. is indicated below along-with the minimum experience. The experience
shall be duly supported by proper document. Bidders will be solely responsible for the correctness
and accuracy of such documents produced in support of qualification and experience. Needless to
say that the minimum requirement of the personnel listed below has to be fulfilled, otherwise, bid
will be summarily rejected.
SR. NO. CONSULTANT QUALIFICATION
1. Architect B. Arch having valid Registration of Council of architecture
having minimum 5 years’ experience in relevant field.
2. Structural consultant M.Tech/M.E. in Structures having approved license &
minimum 3 year’ experience in relevant field.
3. Electrical Consultant B. Tech/B.E. in Electrical having minimum 3 years’
experience in relevant field.
4. Plumbing and sanitary
services (PHE) consultant
B. Tech/B.E. in Civil having minimum 3 years’ experience in
relevant field.
5. Fire System Consultant Graduate having minimum 3 years’ experience in relevant
field.
6. Landscape architect B .Arch having minimum 3 years’ experience in relevant
field.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 16 of 29
4.4 Annual Turnover:
The Architect/ architectural firm shall have an average annual turnover of not less than Rs. 20 lakhs as
per audited financial results (to be submitted) in last three financial years up to the date of the
submission of the bid. (Year 2015-16, 2016-17 & 2017-18)
4.5 Work Experience:
4.5.1 The bidder should have successfully completed similar work (defined below) for any Central Govt.
/ State Govt. / PSU / Autonomous Body controlled by Government/ Private organization in
respect of consultancy work of single project value not less than Rs.2.50 Crore or two project
value not less than 1.60 crore during last three financial years up to the date of the submission
of the bid. (Work may have started before three years but should have been completed in last
three financial years satisfactorily.)
Work done for reputed private organization shall be considered only if documentary proof of
income tax deductions at source made by such private organization for the respective work is
furnished to corroborate the facts, along with (additionally) a completion certificate from client.
In such cases the decision of UGVCL for considering eligibility based on work done for private
organizations shall be final and binding. No reasons shall be furnished for rejecting eligibility.
4.6 Definition of Similar Work:
Similar work means Architectural Consultancy Service for construction of office building of two or more
than two floors having total built up area not less than 1500 Sq. MT. and the surrounding premises. It
includes all interior & exterior work, services, utilities, electrical, landscaping, facade lighting, etc.
4.7 Location of the Architect/ Architectural firm:
In case of bidder having registered office outside Gujarat, the address of the Gujarat office (essential &
required) and communication numbers that should be available during working hours must be
communicated to UGVCL. It is preferable that Gujarat office is at Ahmedabad. The Gujarat office should
be non-residential & should be in a position to respond and communicate all services related to
consultancy.
4.8 Failure to meet the above eligibility criteria will render the bid to be summarily rejected. Therefore,
the bidder shall in his own interest furnish complete documentary evidence by way of copies of work
orders, work completion certificates, experience certificate of personnel, balance sheets and profit and
loss accounts statement audited by Chartered Accountant in the first instance itself, in support of their
fulfilling the above qualification criteria. UGVCL reserve the right to complete the evaluation based on
details furnished in the bid without seeking any additional information.
5.0 Selection Procedure:
5.1 The firms found eligible as per the eligibility criteria mentioned at Para 4.0 above will be further
evaluated based on following documents.
A. Architect / Architectural firm having registered with Council of Architecture before 05 years.
B. Architect / Architectural firm must have average annual turnover more than Rs. 20.0 lacs in last
three financial years.
C. Architect / Architectural firm must have completed single consultancy work of similar nature of
project value Rs. 2.50 Crore or similar nature two project, each value not less than 1.60 crore
magnitude wise having more than 1500 Sq. MT. /1200 Sq.MT. built up area.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 17 of 29
The bidder shall furnish complete documentary evidence by way of copies of work orders, work
completion certificates, experience certificate of personnel, balance sheets and profit and loss
accounts statement audited by Chartered Accountant in the first instance itself, in support of their
fulfilling the above qualification criteria.
5.2 The committee constituted by the competent authority of UGVCL will evaluate the technical bid
parameters as indicated at Para 5.1 above and based on the eligibility, bids will be evaluated
technically and technically qualified bids will be processed further. UGVCL shall qualify for stage II
of the selection process all firms who are technically qualified.
5.3 The Process enumerated above will complete STAGE-I of the technical Bid qualification.
5.4 Stage-I qualified bidder will have to give Presentation as a part of technical bid. Presentation may
be in front of committee as decided by C.A. of UGVCL. It will be informed to all qualified
Architectural firm of stage-1 about Presentation they have to made in front of committee.
STAGE – II – PRESENTATION
6.0 The selected bidders in STAGE-I will have to give presentation as a part of Technical bid on the
following aspects.
I. Presentation of Similar Project completed by Organization in City area.
II. The proposed concepts of developments of office building as per UGVCL Requirement for
building at Bopal indicating the cost benefit analysis.
III. Techno economic viability with respect to surroundings.
IV. 3D view from various direction required
The venue & time of Presentation shall be intimated separately to the participants. The hard copy of the
presentation shall be submitted to UGVCL before three working days of date of Presentation.
The committee constituted by the competent authority will evaluate the Presentation.
The Presentation shall be evaluated by the committee based on the following criteria.
Sr. No. Criteria Marks
1 Techno economic viability report 25
2 Utility of space 20
3 Design considering aesthetic, functional efficiency aspects etc… 40
4 Landscaping 5
5 Structural stability, Seismic resistant, Fire safety aspects in
Architectural design
10
Total 100
7. CRITERIA FOR PRICE BID OPENING:
Those Architect /Architectural firm /Consultants who score more than or equal to 70 Marks in the
stage-2 Presentation of committee shall only qualify for the consideration of opening of their Price
Bid.
8.0 Other Conditions
8.1 UGVCL reserve the right to assess Bidder's capability and capacity to execute the work using in-
house information by taking into account other aspects such as manpower and past performance.
8.2 UGVCL shall not be responsible for any expense incurred by bidders in connection with the
preparation & delivery of their bids, site visit and other expenses incurred during qualification
process.
8.3 UGVCL reserves the right to reject any or all bids at their sole discretion without assigning any
reason thereof.
8.4 Canvassing in any form by the bidder or by any other bidder on their behalf may lead to
disqualification of their Bid.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 18 of 29
8.5 EOI fee may be paid along with submission of proposal in EMD cover, for respective EOI. “All the
relevant documents of EOI to be submitted physically will be received only by Registered Post A.D.
or Speed Post addressed to Chief Engineer (Operation), Uttar Gujarat Vij Company Ltd., Corporate
Office, Visnagar Road, Mehsana: 384 001 (NG). “NO COURIER SERVICE OR HAND DELIVERY WILL
BE ALLOWED” UGVCL takes no responsibility for delay, loss or non-receipt of bid Document. EOI
may be down loaded from UGVCL website www.ugvcl.com (For view & down load only).
8.6 In view of tight project schedule, Bidders are requested not to seek any extension in due date of
submission of bids.
9. Responsibility of the Architect/Architectural Firm (Consultant):
9.1 Consultant's services shall be performed as expeditiously as possible with
Professional skill and care. Consultant will ensure and maintain the orderly progress of work.
Consultant shall submit a schedule for the performance of its services to the Contracting Authority.
This may be adjusted as the project proceeds. The time schedule will include allowances for
periods of time required for the Contracting Authority's review and for approval by Government
authorities, which have jurisdiction over the project. Consultant or the Contracting Authority,
except for reasonable causes as indicated in the Time Schedule, shall not exceed time limits.
9.2 The Consultant shall be responsible for all Partners, Sub-Consultants and other Associates, who are
included for the activities of this project.
9.3 Consultant shall accept the trust and confidence reposed in them by the Contracting Authority to
provide professional skill and judgment.
9.4 Consultant’s services shall be performed in accordance with the recognized Professional standards.
10. Bills
Bills along with supporting documents shall be submitted by the consultant each month on or before
the date fixed by the Engineer-in-charge of concerned R&C office, for all works, executed in the
previous month and the Engineer-in-charge shall take or cause to be taken the requisite measurement
for the purpose or having the same verified and the claim so far as it is admissible, shall be adjusted, if
possible, within 30 (thirty) days from the presentation of the bills with required documents for
payments.
11. MODE OF PAYMENT
The Lump-sum fees in respect of the above work as per order shall be paid in stages for the completed
work, in the manner laid down as follows. The activities mentioned in each stage are generally based on
their sequence for completion of the work. However, if the Architect/Architectural firm feels that
certain activity cannot be completed along with or subsequent to the other activities of particular stage
or if it is necessary to take up the activity mentioned in later stage along with any of the stage, the
Architect may complete the activities as per requirements. In that event the proportionate payment of
the particular stage may be released at the discretion of Chief Engineer for the completed activities of
the stage.
“You have to submit the confirmation/details for payment to be received through RTGS / NEFT option
duly confirmed by bank as per attached format against bills pursuant to the work order issued by
UGVCL. The payment against bills will be made within 30 (thirty) days by R&C office after submission of
bills along with all the required supporting documents in all respects including “Recoveries”, directly to
bidders specified bank account after deducting TDS for Income tax etc.
The UGVCL shall pay fees to the Architect in stages as given below subject to deduction of taxes as per
statutory requirement.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 19 of 29
PAYMENT SCHEDULE:
Sr. Activities % age of
Consultancy order
Value
Stage-I
1 Submission of Preliminary sketch design & getting approval from UGVCL 10%
2 Preparation of 3-D view
Stage-II ---- Drawings & estimate as applicable in each building.
1 Preparation & submission of Architectural, Structural, electrical, plumbing, HVAC,
fire fighting, Landscape drawings and any of the services required in the building,
detailed working drawings required for the execution of the project satisfactorily
along with ten sets of drawings and CDs.
40% 2 Preparation & submission of structural drawing of the building confirming to
latest IS code sufficient to explain structure system of the building with bar
bending schedule.
3 Submission of all design calculation such as structural, various services etc.
4 Preparation of bill of quantities & detailed cost estimate of the project for all the
phases as per PWD SOR of Ahmedabad district.
Stage-III
1 Submission of final tender documents with specification & drawing. 5%
Stage-IV
1 Obtaining NOCs/ Approval from various authorities as required for sanction of
building plan
15% 2 Getting demand notice from local authority for sanction of building plan
3 Getting approval from all statutory /Local authorities and submission of all
approved drawings to UGVCL along with required numbers of sets of true copy of
drawings along with reproducible tracings.
Stage-V
1 Periodic supervision of the construction work up to completion. 15%
2 Revision of working drawing as per site requirement.
Stage-VI
1 Getting all necessary certificate /clearance from all statutory /local authorities for
commencement and during course of construction and obtaining completion
certificate or part completion certificate phase wise after completion of the
Project.
15%
2 Submission of required sets of As-built /completion drawings for all aspects of the
buildings including utilities along with original tracing & CD to UGVCL.
Total of all stages ----- 100% of the total fee payable
Remarks:
1. Payment will be made on actual executed Project cost within the limit of Rs. 3.10 crore.
However, If the actual Project cost exceeds the value of Rs. 3.10 crore, payment will be made
considering maximum total project cost of Rs.3.10 crore.
2. Interim payment will be released based on the Project cost approved by UGVCL based on BOQ
submitted by Architect /Architectural firm.
UGVCL will pay an honorarium of Rs. 25,000/- each to all participating bidder, who scores
minimum qualifying marks i.e. 70 marks in the technical bid Stage - 2. (In case of two tier
committee, marks will be considered of second tier committee) The honorarium for the bidder
whose offer is accepted shall become part of the fee quoted by them. Honorarium shall be paid
after finalization of the architect / architectural firm. The design submitted by the bidder
receiving honorarium shall become the property of UGVCL and UGVCL will be entitled at all
times to have an unrestricted use thereof. Such bidder shall have to submit the design in
AutoCAD, PDF, PPT and JPG format.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 20 of 29
Appendix-1
Company / Firm Related Information
All individual firms and each partner of a consortium are requested to complete the information in this
form. Nationally information should be provided for all owners or application that is partnerships or
individually owned firms.
1 Name of the Firm:
2 Nationality:
3 Address:
Registered Office
Head Office
Mobile:
Land line:
Fax:
e-Mail:
Website:
4 Year of Incorporation /Registration
5 Main lines of Business & since
a):
b):
c):
d):
6 Constitution
a) Individual
b) Sole Proprietorship concern
c) Partnership firm
d) Public Ltd. Co.
e) Private Ltd. Co.
7 If Partnership firm, names of the partners / If
Company name of the Director
a):
b):
c):
d):
e):
f):
8 Name of Authorized signatory for this
assignment
Nationality
9 Place of Business:
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 21 of 29
10 Full time technical staff in Applicant’s
employment
a) 1 senior Architect (with more than 5
yrs. Experience)
b) 2 Graduate or Post Graduate
Architects with more than 3 yrs.
Experience)
1)
2)
11 Expression of Interest documents fee
enclosed
Demand draft No./Cash receipt no.
Amount & date of issuing Bank & branch/
UGVCL Receipt no.
DD drawn in favor of
12 Earnest Money Deposit enclosed
Demand draft No./Cash receipt no.
Amount & date of issuing Bank & Branch/
UGVCL Receipt no.
13 Certificates
1) I / we (including all partners) certify that I / we have read the terms of condition of Expression of
Interest for selection of Consultants in UGVCL as amended up to date and shall abide by us.
2) I / We certify that the information given above is true to the best of our knowledge. I / We also
understand that if any of the information is found wrong, I am / we are liable to debarred.
14 Signature(s) of applicant (s): Name & Signature
1.
2.
3.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 22 of 29
Appendix-2
FINANCIAL STATUS
Annual turnover of last three years of the Company.
[Bidder shall submit the information in the Format detailed here under]
Supporting Documents must be attached.
Sr.
No Year
Turnover in Rs.
Remarks
1 2 3 4
2015-16
2016-17
2017-18
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 23 of 29
APPENDIX-3
Bidder’s Experience
A List of Similar jobs executed by the Bidder year wise with Name & address of person whom
reference can be made, by the UGVCL, if required necessary. [Bidder shall submit the information in
the Format detailed here under]
Supporting Documents must be attached.
Sr.
No
Name of the
Project & Client
name/firm
Value of the
project
completed
Rs.
Period
as per
Contract
Actual
Period
for the
Completion
of the supply
Date
Of
Completion
Persons
to
whom
Reference
may be
made
1 2 3 4 5 6 7
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 24 of 29
Appendix-4
Brief Details of Similar Projects executed in last 3 years.
• NOTE:
a. Maximum 3 projects shall be specified in the following format starting from the
highest value.
b. Amongst these projects at least one project shall be completed in last 3 years
having built up area of 1500 Sq. MT. The same shall be highlighted.
Sr.No. Description Details
1 Name of Project
Type of Project
2 Detail description of work with associated facilities
awarded to the Consultant
3 Total Built up Area (as per the approved drawings)
4 Project Cost (Actual)
5 Name of Client
6 Postal address of Client
7 Whether any Sub Consultant was involved (if yes, than
specify their area of participation in the project)
8 Project Start Date
9 Completion Date
10 Special feature designed in the project
NOTES:
1) Project Completion Certificate from Client
2) Photographs & necessary drawings shall be submitted (A3 size)
3) Any other specific details
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 25 of 29
Appendix – 5
Staff employed by the Consultant
(Brief details for staff employed by the Consultant or sub consultants /
Associates with whom they have working relationship for more than 5 years)
Sr.No. Name Qualification Working experience with Consultant
(Since date & total no. of years.)
A Senior Architect Having Experience
more than 5 years
1
2
3
B Architect Having Experience
more than 3 years
1
2
3
NOTE: Each Consultant shall note that for the Pre Screening Criteria, grading
evaluation and availability for this assignment, the persons mentioned
in chronological order will be considered.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 26 of 29
Appendix-6
List of Relevant work done in last 3 years
• Built up area of having minimum 1500 Sq. MT. (Type of project can be Corporate Building, Office
Building, IT building), Scope of work should include
a. Preparation of Architectural design
b. Preparation of layouts/ design of Structural, Electrical, Plumbing, Interior, common utilities &
Amenities.
c. Preparation of Broad Specifications, Block / detailed Estimates, tender document and periodical
supervision
• NOTE:
a. Maximum 3 projects shall be specified in the following format starting from the
Highest value and same will be evaluated as mentioned in the table.
b. Please mention by Yes/No if the building is a certified Green Building in the table. If YES,
necessary details be provided.
Sr.
No.
Name
of
Project
Name of
Contracting
Authority
Duration
(Work
Period)
Location &
Description
of work
Project
Cost Total
Project
Area (in
Sq.Mt.)
Certified
Green
Building
1
2
3
4
5
6
NOTES:
1. Attested copies of the latest certificate from the employers shall be attached.
2. Necessary Photographs / Drawings shall be submitted (in A3 format only)
3.Non-disclosures of any information in the Schedule will result in disqualification of the firm.
4. Kindly fill all project details in supporting Form no. 3-A.
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 27 of 29
Appendix-7
Standard Formats of Curriculum Vitae (CV) for Employment of Firm
Professional Staff
Proposed Position : _______________________________
Name of the firm : _______________________________
Name of the Staff Member : _______________________________
Professional Qualification : _______________________________
Date of Birth : _______________________________
Years with Firm : ________________________________
Nationality : ________________________________
Membership in Professional Societies: __________________________________
Detailed Tasks Assigned for this Assignment: _____________________________
__________________________________________________________________
__________________________________________________________________
__________________________________________________________________
Qualifications:
[Give an outline of staff member’s experience most pertinent to tasks on assignment. Describe degree of
responsibility held by staff member on relevant previous assignments and give dates and locations. For
experience in last fifteen years, also give types of activities performed and Contracting Authority
references, where appropriate. Use about half page.]
_____________________________________________________________________________________
_______________________________________________
__________________________________________________________________
Education:
[Summarize college / university and other specialized education of staff member, giving names of
schools, dates attended, and degrees obtained. Use about one quarter of a page.]
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_________
__________________________________________________________________
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by
staff member since graduation, giving dates, names of employing organizations, titles of positions held,
and locations of assignments. Use about two pages.]
(Note: Kindly provide details of the size / value of the assignment and the
Individual’s person-months input in the assignment)
_____________________________________________________________________________________
_____________________________________________________________________________________
___________________________
__________________________________________________________________
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 28 of 29
Languages:
[For each language indicate proficiency: excellent, good, fair, or poor; in speaking, reading, and writing]
_____________________________________________________________________________________
_______________________________________________
__________________________________________________________________
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe
me, my qualifications, and my experience.
Date: __ / __ / ____
_______________________ ____________________
Name of the Staff Member Signature
___________________________ ___________________
Name of the Authorized Signatory Signature
SIGNATURE OF ARCHITECTURAL AGENCY Chief Engineer (Operation)
(With rubber stamp/seal of the Company) UGVCL: MEHSANA.
Page 29 of 29
PRICE BID
Name of Work: Expression of Interest for Providing Consultancy Services for Architectural, structural
and Interior Designing for Bopal Urban & Industrial Division, Shilaj & Shela Sub
Division Office building at Bopal sub division office campus, AHMEDABAD.
SCHEDULE OF LUMP-SUM PROFESSIONAL FEE
The bidder shall quote his fee both in figures and words. The quoted fee shall cover for all the services
to be rendered by the Architect in terms of these documents and any amendments thereto right from
the date of intimation of acceptance of offer and to the actual date of completion of the work in all
respects as stated in the Technical bid and amendment issued if any. The quoted fee shall cover for all
the activities (i.e. out of pocket expenses including conveyance charges towards site/office visits of
UGVCL and offices of all concerned authorities and other offices /Departments of Govt.) related with
the work.
In case, there is any discrepancy in the quoted fee in the figures & words, the fee quoted in the words
shall be considered as final.
The currency of contract shall remain FIRM throughout the period of contract and deemed to be
inclusive of all taxes (Including corporate tax, Income tax etc.) except service taxes.
Sr.
No.
Job description Maximum
Project
cost Rs.
Consultancy
charge in % of
Project cost.
Amount of
consultancy
charges in figure
Rs.
A Over all fees on % basis of the tendered
cost / Project work for Providing
Consultancy Services for Architectural,
structural and Interior Designing for
Bopal Urban & Industrial Division, Shilaj &
Shela Sub Division Office building at
Bopal sub division office campus,
AHMEDABAD for the entire scope of
work/ services to be rendered as given in
the Technical Bid.
3.1 crore
B GST in % on A-------- HSN code ___________________
C Total Consultancy charges with GST A + B
Note:
1. In case the project is taken up partially for any reason then the fees will be paid proportionately
for the work executed.
2. In case due to change in planning as per our requirements or change in the Bye-laws of the local
authorities etc., then the fee quoted will be paid on pro-rata basis.
3. Payment will be made on actual executed Project cost within the limit of Rs. 3.10 crore.
However, If the actual Project cost exceeds the value of Rs. 3.10 crore, payment will be made
considering maximum total project cost of Rs.3.10 crore.
4. Interim payment will be released based on the Project cost approved by UGVCL based on BOQ
submitted by Architect /Architectural firm.
top related