1
Short Term NIT No. 143/2016-17
Request for Proposal
Sub: Consultancy for “Construction of P.G. Hostel Building at Medical
College, Jhalawar”.
In pursuance to the above, the Rajasthan Road Development & Construction
Corporation Ltd., Jaipur invites “BID” from the requisite experience and
reputed Architects / Architectural firms for “Consultancy for
“Construction of P.G. Hostel Building at Medical College, Jhalawar
including planning contour surveying, landscaping, design & estimation,
structural design duly approved from Competent Authority” having
estimated cost Rs. 1525.94 Lacs.
The scope of work is as follows:-
i Surveying and soil investigation of the site.
ii To prepare Architectural detail / working drawing of the building and
Landscaping. Earthquake resistant structural design and drawing,
working drawing of services i.e. Electrical, Sanitary, water supply,
sewerage, computer networking, CCTV, Electrical substation, EPBX
with telephone wiring, passenger-cum-bed elevators, solar system,
medical gas system, fire fighting, fire detection etc.
iii To get proof checking of structural design and drawings, for projects
costing more than 5.00 Cr. or having structure more than three stories, by
IIT’s / NIT’s.
iv Prepare estimate, bid document and construction program of work and
also prepared estimates for shifting of existing services if required.
v To assist in supervision as and when required by RSRDC at least twice in
the month or as required by the RSRDC and submit report to the RSRDC
management.
vi Provide as built drawings in hard and soft copies, operation manuals and
to get approval of completion certificate from local authorities and client
department.
1. Bidder should be an Architects / Architect firms in which all partners shall be
registered with Council of Architect.
2. The Bid documents of those Architects / Architectural firms shall only be
considered as responsive which fulfills followings eligibility criteria :-
i The Architects / Architectural firms should registered with council of
Architect, at least five years before the date of submission of bid and
registration / membership should be live as on date.
2
ii The Architect / Architectural firms should have experience of at least one
similar building project of Central / State Govt./ Govt. undertaking
building project, of similar magnitude, in last five years, value of which
should be more than Rs 763.00 lacs (i.e. 50% of estimated cost of the
work) as per certificate issued by client or two works having value more
than Rs 534.00 lacs (i.e. 35% of estimated cost of the work).
iii The Architects / Architectural firms should have filed the income tax
return for the last five years and should submit the copies with their
proposal.
iv Earnest Money deposit (EMD) Rs. 15,000/- (i.e. 2% as per NIT) by
cash/Demand Draft payable in favour of Project Director, RSRDC Ltd,
unit Jhalawar (except Indusind Bank)
v Firm shall provide list of professional intent to be depute for this project
with qualifications, experience along with their consent.
vi The Architects / Architectural firms should be registered with Service tax
department.
vii The proposal shall be valid for the period of not less than 90 days from
the BID due date.
Architect / Architectural firms should be required to submit proof of the above
noted condition and affidavit on Non judicial stamp of Rs. 100/- regarding
trueness of facts / information provided in this bid. The work shall be awarded
on the basis of financial offer only.
3. Bid document should be obtained w.e.f. 25.07.2016 to 01.08.2016 upto 18:00
hours on all working days on payment of a fee of Rs. 200/- (Two Hundred
only) in the form of cash/demand draft drawn on any Scheduled bank (Except
Indusind bank) in India in favour of Project Director, RSRDC Ltd., unit
Jhalawar and payable at Jhalawar. Bid document for the above mentioned work
can be downloaded w.e.f. 25.07.2016 to 01.08.2016 from official website
http://rsrdc.com (Link tenders) and http://sppp.raj.nic.in. In case of download,
firm will deposit of Rs. 200/- (Two Hundred only) in favour of Project
Director, RSRDC Ltd. unit Jhalawar and payable at Jhalawar (to be enclosed
with the technical bid).
For further enquiry in this regard: please contact Project Director, RSRDC Ltd
Unit- Jhalawar (Mobile no. 94141-85882) Email ID:
3
4. The request for proposal shall have to be submitted in two envelope system i.e.
I- Technical bid (containing all certified copies of eligibility criteria 1 to 7
above) II- Finanical bid.
Complete bid document in one envelope shall be submitted latest by 3:00 PM
on dated 02.08.2016 in the office of the Project Director, RSRDC Ltd, Unit
Jhalawar.
The Technical bid shall be opened on 02.08.2016 at 3:30 PM (in the office of
the Project Director, RSRDC Ltd, Unit Jhalawar.) in the presence of bidders
who wish to be present. Time & date of opening the financial bid of technically
qualified bidders, as above, will be intimated later.
5. Period of completion :-
i Completion & approval of DPR from client - 1 Month
ii Completion of complete project - Upto Project Completion
6. RSRDC reserve the rights to reject any of the all proposals, without assigning
any reason thereof.
(D.R. Kshatriya)
Project Director RSRDC Ltd.,
Unit Jhalawar
4
RAJASTHAN STATE ROAD DEVELOPMENT & CONSTRUCTION
CORPORATION LIMITED JAIPUR
(A GOVERNMENT OF RAJASTHAN UNDERTAKING)
CONSULTANCY FOR “CONSTRUCTION OF P.G. HOSTEL
BUILDING AT MEDICAL COLLEGE, JHALAWAR”
BID DOCUMENT
FOR
APPOINTMENT OF
ARCHITECTURAL CONSULTANT
FOR
“CONSTRUCTION OF P.G. HOSTEL BUILDING AT MEDICAL
COLLEGE, JHALAWAR”
PROPOSAL DUE DATE
Upto 15 Hrs 02.08.2016
PROJECT DIRECTOR RSRDC LTD. Unit Jhalawar
HEAD OFFICE: SETU BHAWAN, JHALANA DOONGRI,JAIPUR
5
OFFICE OF THE PROJECT DIRECTOR, RSRDC LTD., UNIT-JHALAWAR
1 Name of work Consultancy for “Construction of P.G. Hostel
Building at Medical College, Jhalawar”
2 Estimated Cost Rs.7.50 Lacs
3 Cost of Tender Document Rs. 200/-
4 Earnest Money Rs. 15,000/-
5 Date of Sale of Tender From 25.07.2016 to 01.08.2016 upto 6.00 P.M
6 Date of Receipt of Tender 02.08.2016 up to 3.00 P.M.
7 Date of Opening of
Tender
Technical Bid on 02.08. 2016 (3.30 P.M.) at
office of Project Director, RSRDC Ltd. Unit
Jhalawar
8 NIT No. 143/ 2016-17
Project Director
RSRDC Ltd.,
Unit Jhalawar
6
Name of work: - Consultancy for “Construction of P.G. Hostel Building at
Medical College, Jhalawar”
1 INTRODUCTION
1.1 Background
The RSRDC Ltd., (authority) has decided to appoint of Architectural consultant
for Consultancy for “Construction of P.G. Hostel Building at Medical
College, Jhalawar” (the “Project”). the estimated cost of the Project is
Rs. 1525.94 lacs.
1.2 Bid document The Authority invites Proposals (the “Proposals”) for selection
Architect/Architect firm who shall prepare a report for development of the
Project. The report shall inter alia include engineering surveys, land plans,
master plan and architectural design, service design (Activity of planning and
organizing people), service design for building, including preliminary survey,
soil investigation, design etc.
The Authority intends to select the Consultant through an open competitive
bidding process in accordance with the procedure set out herein.
1.3 Sale of Bid Document
Bid document should be obtained w.e.f. 25.07.2016 to 01.08.2016 upto 18:00
hours on all working days on payment of a fee of Rs. 200/- (Two Hundred
only) in the form of cash/demand draft drawn on any Scheduled bank (Except
Indusind bank) in India in favour of Project Director, RSRDC Ltd., unit
Jhalawar and payable at Jhalawar. Bid document for the above mentioned work
can be downloaded w.e.f 25.07.2016 to 01.08.2016 from official website
http://rsrdc.com (Link tenders) and http://sppp.raj.nic.in. In case of download,
firm will deposit/produce the demand draft of Rs. 200/- (Two Hundred only)
drawn on any Scheduled Bank (Except Indusind Bank) in India in favour of
Project Director, RSRDC Ltd. unitJhalawar and payable at Jhalawar (to be
enclosed with the technical bid).
For further enquiry in this regard: please contact Project Director, RSRDC Ltd
Unit- Jhalawar (Mobile no. 94141-85882) Email ID:
1.4 Validity of the Proposal
The Proposal shall be valid for a period of not less than 90 days from the
Proposal Due Date (the “PDD”).
7
1.5 Brief description of the Selection Process
The Authority has adopted a two stage selection process (collectively the
“Selection Process”) in evaluating the Proposals comprising technical and
financial bids to be submitted in two separate sealed envelopes. In the first
stage, a technical evaluation will be carried out as specified in Clause Based on
this technical evaluation, a list of short-listed applicants shall be prepared. In the
second stage, a financial evaluation will be carried out. The lowest financial
bidder shall be selected for approval / negotiation (the “Selected Applicant”)
while other applicant will be kept in reserve.
1.6 RSRDC reserves the rights to reject any of all the proposals, without assigning
any reason thereof.
2. INSTRUCTIONS TO APPLICANTS
2.1 Eligibility criteria
2.1.1 Applicants must read carefully the minimum conditions of eligibility (the
“Eligibility criteria”) provided herein. Proposals of only those Applicants who
satisfy the Eligibility criteria for Technical evaluation will be considered for
financial evaluation.
2.1.2 The Bid document of those Architects/Architectural firms shall only be
considered as responsive which fulfils following eligibility criteria:-
i. The Architect/ Architectural firms should registered with council of
Architect, at least 5 year before the date of submission of bid and
registration/membership should be live as on date.
ii. The Architect/ Architectural firms should have experience of at least one
similar building project of central/state Govt. /Govt. undertaking building
project, of similar magnitude, in last five years, value of which should be
more than Rs. 763.00 Lacs (i.e. 50% of estimated cost of the work)
as per certificate issued by client or two works having value more than
Rs. 534.00 Lacs (i.e. 35% of estimated cost of the work).
iii. The Architects/Architectural firms should have filed the Income Tax
Return for the last five years and should submit the copies with their
proposal.
iv. Earnest Money Deposit (EMD) Rs. 15,000/- (As per NIT) by cash/Demand
Draft payable in favour of Project Director, RSRDC Ltd., Unit , Jhalawar.
v. Firm shall provide list of professional intent to be depute for this project
with qualification, experience along with their consent.
8
vi. The Architects/Architect firm should be registered with service tax
department
vii. The Proposal shall be valid for a period of not less than 90 days from the
Bid Due Date.
Architect/Architect firms shall be required to submit proof of the above noted
condition and affidavit on Non Judicial stamp paper of Rs. 100/-, regarding
trueness of facts/information provided in this bid. The work shall be awarded
work on the basis of financial offer only.
2.1.3 Any entity which has been barred by the Central Government, any State
Government, a statutory authority or a public sector undertaking, as the case
may be, from participating in any project, and the bar subsists as on the date of
Proposal, would not be eligible to submit a Proposal either by itself or through
its Associate.
2.1.4 An Applicant should have, during the last three years, neither failed to perform
on any agreement, as evidenced by imposition of a penalty by an arbitral or
judicial authority or a judicial pronouncement or arbitration award against the
Applicant or its Associate, nor been expelled from any project or agreement nor
have had any agreement terminated for breach by such Applicant or its
Associate.
2.1.5 While submitting a Proposal, the Applicant should attach clearly marked and
referenced continuation sheets in the event that the space provided in the
specified forms in the Appendices is insufficient. Alternatively, Applicants may
format the specified forms making due provision for incorporation of the
requested information.
2.2 Number of Proposals
No Architect/Architect firm shall submit more than one Application for the
Architectural Consultancy.
2.3 Cost of Proposal
The Applicants shall be responsible for all of the costs associated with the
preparation of their Proposals and their participation in the Selection Process
including subsequent negotiation, visits to the Authority, Project site etc. The
Authority will not be responsible or in any way liable for such costs, regardless
of the conduct or outcome of the Selection Process.
2.4 Site visit and verification of information
Applicants are encouraged to submit their respective Proposals after visiting the
Project site and ascertaining for themselves the site conditions, traffic, location,
9
surroundings, climate, access to the site, availability of drawings and other data
with the Authority, Applicable Laws and regulations or any other matter
considered relevant by them.
2.5 Acknowledgement by Applicant
The Authority shall not be liable for any omission, mistake or error on the part
of the Applicant.
2.6 Right to reject any or all Proposals
2.6.1 Notwithstanding anything contained in this BID DOCUMENT, the Authority
reserves the right to accept or reject any Proposal and to annul the Selection
Process and reject all Proposals, at any time without any liability or any
obligation for such acceptance, rejection or annulment, and without assigning
any reasons thereof.
2.6.2 Without prejudice to the generality of Clause, the Authority reserves the right to
reject any Proposal if:
(a) At any time, a material misrepresentation is made or discovered, or
(b) The Applicant does not provide, within the time specified by the Authority,
the supplemental information sought by the Authority for evaluation of the
Proposal.
Misrepresentation/ improper response by the Applicant may lead to the
disqualification of the Applicant.
2.7 Amendment of BID DOCUMENT
2.7.1 At any time prior to the deadline for submission of Proposal, the Authority may,
for any reason, whether at its own initiative or in response to clarifications
requested by an Applicant, modify the BID DOCUMENT by the issuance of
Addendum/ Amendment and posting it on the Official Website
2.7.2 In order to afford the Applicants a reasonable time for taking an amendment
into account, or for any other reason, the Authority may, in its sole discretion,
extend the Proposal Due Date.
2.8 Language
The Proposal with all accompanying documents (the “Documents”) and all
communications in relation to or concerning the Selection Process shall be in
English language and strictly on the forms provided in this BID DOCUMENT.
No supporting document or printed literature shall be submitted with the
Proposal unless specifically asked for and in case any of these Documents is in
10
another language, it must be accompanied by an accurate translation of the
relevant passages in English, in which case, for all purposes of interpretation of
the Proposal, the translation in English shall prevail.
2.9 Format and signing of Proposal
The Applicant shall provide all the information sought under this BID
DOCUMENT. The Authority would evaluate only those Proposals that are
received in the specified forms and complete in all respects.
2.10 Technical Proposal
2.10.1 Applicants shall submit the technical proposal as specified (the “Technical
Proposal”).
2.10.2 The Technical Proposal shall not include any financial information relating to
the Financial Proposal.
2.10.3 The Authority reserves the right to verify all statements, information and
documents, submitted by the Applicant in response to the BID DOCUMENT.
Any such verification or the lack of such verification by the Authority to
undertake such verification shall not relieve the Applicant of its obligations or
liabilities hereunder nor will it affect any rights of the Authority there under.
2.11 Financial Proposal
2.11.1 Applicants shall submit the financial proposal in the prescribed format at (the
“Financial Proposal”) clearly indicating the total cost of the Consultancy in
both figures and words, in Indian Rupees, and signed by the Applicant. In the
event of any difference between figures and words, the amount indicated in
words shall prevail. In the event of a difference between the arithmetic total and
the total shown in the Financial Proposal, the lower of the two shall prevail.
2.11.2 While submitting the Financial Proposal, the Applicant shall ensure the
following:
(i) All the costs associated with the assignment shall be included in the
Financial Proposal. These shall normally cover remuneration for all the
Personnel (Expatriate and Resident, in the field, office etc),
accommodation, air fare, equipment, printing of documents, surveys, geo-
technical investigations etc. The total amount indicated in the Financial
Proposal shall be without any condition attached or subject to any
assumption, and shall be final and binding. In case any assumption or
condition is indicated in the Financial Proposal, it shall be considered non-
responsive and liable to be rejected.
11
(ii) The Financial Proposal shall take into account all expenses and tax
liabilities. For the avoidance of doubt, it is clarified that all taxes shall be
deemed to be included in the costs shown under different items of the
Financial Proposal. Further, all payments shall be subject to deduction of
taxes at source as per Applicable Laws.
(iii) Costs (including break down of costs) shall be expressed in INR.
2.12 Submission of Proposal
2.12.1 The Applicants shall submit the Proposal in sealed envelopes, with all pages
numbered serially and by giving an index of submissions. Each page of the
submission shall be signed by the Applicant as per the terms of the BID
DOCUMENT. In case the proposal is submitted on the document down loaded
from Official Website, the Applicant shall be responsible for its accuracy and
correctness as per the version uploaded by the Authority and shall ensure that
there are no changes caused in the content of the downloaded document. In case
of any discrepancy between the downloaded or photocopied version of the BID
DOCUMENT and the original BID DOCUMENT issued by the Authority, the
latter shall prevail.
2.12.2 The Proposal will be sealed in an outer envelope which will bear the address of
the Authority, BID DOCUMENT Notice number, Consultancy name and the
name and address of the Applicant. It shall bear on top, the following:
“Do not open, except in presence of the Authorised Person of the Authority”
If the envelope is not sealed and marked as instructed above, the Authority
assumes no responsibility for the misplacement or premature opening of the
contents of the Proposal submitted and consequent losses, if any, suffered by
the Applicant.
2.12.3 The aforesaid outer envelope will contain two separate sealed envelopes, one
clearly marked ‘Technical Proposal’ and the other clearly marked ‘Financial
Proposal’.
The envelope marked “Financial Proposal” shall contain the financial proposal.
2.12.4 The Technical Proposal and Financial Proposal shall be typed or written in
indelible ink and signed by the Applicant. All pages of the original Technical
Proposal and Financial Proposal must be numbered and signed by the person or
persons signing the Proposal.
12
2.12.5 The completed Proposal must be delivered on or before the specified time on
Bid Due Date. Proposals submitted by fax, telex, telegram or e-mail shall not be
entertained.
2.12.6 The Proposal shall be made in the Forms specified in this BID DOCUMENT.
Any attachment to such Forms must be provided on separate sheets of paper and
only information that is directly relevant should be provided. This may include
photocopies of the relevant pages of printed documents. No separate documents
like printed annual statements, company brochures, copy of contracts etc. will
be entertained.
2.12.7 The rates quoted shall be firm throughout the period of performance of the
assignment and discharge of all obligations of the Consultant under the
Agreement.
2.13 Proposal Due Date
2.13.1 Proposal should be submitted at or before the Proposal Due Date at the address
provided in Clause in the manner and form as detailed in this BID
DOCUMENT.
2.13.2 The Authority may, in its sole discretion, extend the Proposal Due Date by
issuing an Addendum.
2.14 Late Proposals
Proposals received by the Authority after the specified time on Proposal Due
Date shall not be eligible for consideration and shall be summarily rejected.
2.15 Modification/ substitution/ withdrawal of Proposals
No Proposal shall be modified, substituted, or withdrawn by the Applicant after
submission.
2.16 Evaluation of Proposals
2.16.1 The Authority shall open the Proposals at specified time on the Bid Due Date, at
the place specified and in the presence of the Applicants who choose to attend.
The envelopes marked “Technical Proposal” shall be opened first. The
envelopes marked “Financial Proposal” shall be kept sealed for opening at a
later date.
2.16.2 In the Technical evaluation the authority subsequently examines and evaluates
the proposals in accordance with the requirements of the BID DOCUMENT.
2.16.3 After the technical evaluation, the Authority shall prepare a list of
qualified/responsive Applicants for opening of their Financial Proposals. A
13
date, time and venue will be notified to all Applicants for opening of Financial
Proposals. The opening of Financial Proposals shall be done in presence of
respective representatives of Applicants who choose to be present. The
Authority
will not entertain any query or clarification from Applicants who fail to qualify
at any stage of the Selection Process. The financial evaluation of the Proposals
shall be carried out.
2.16.4 Any information contained in the Proposal shall not in any way be construed as
binding on the Authority, its agents, successors or assigns, but shall be binding
against the Applicant if the Consultancy is subsequently awarded to it.
2.17 Negotiations
The Selected Applicant may, if necessary, be invited for negotiation.
2.18 Execution of Agreement
After the approval of proposals from the competent authority the work is
awarded to the successful bidder.
2.19 Commencement of assignment
The Consultant shall commence the Services at the Project site within 7 (seven)
days of the date of the work order.
3 SCOPE OF WORK :
The Architect/Architect firm shall provide services in respect of the following works :
Survey and soil investigation of the site.
3.1 To prepare total station survey / Contour plan Architectural detail /working
drawing of the building. Earthquake resistant structural design and drawings,
working drawings of services i.e. Electrical, sanitary, water supply, sewerage,
computer networking, electrical substation, EPBX, with telephone wiring, CCTV,
passenger cum bed elevators, solar system, medical gas system, fire fighting, fire
detection etc.
3.2 To get proof checking of structural design and drawings, for projects costing
more than 5.00 Cr. or having structure more than three stories, by
IIT’s/NIT,s.
3.3 To prepare estimate of work and also prepare estimates for shifting of existing
services if required.
14
3.4 To assist in supervision by visiting the site, at least twice in a month and as and
when required by the RSRDC and submit report to RSRDC management.
3.5 To provide as built drawings in hard and soft copies, operation manuals and to
get approval of completion certificate from local Authorities and client
department.
4 SCHEDULE OF SERVICES :
The Architect/Architect firm shall after, taking instruction from the corporation,
render the following:
4.1 Furnish site map, site evaluation and analysis report with basic approach to
circulations, activity distribution, interaction and external linkages.
4.2 Prepare Architectural working/detailed drawings, along with 3D views and
obtain approvals from the client.
4.3 Obtain clearances from local, environmental and other statuary authorities.
4.4 Prepare estimate, bid document and construction program of work and also
prepared estimates for shifting of existing services if required.
4.5 Provide Earthquake resistant structural designs & drawings to appropriate scale.
4.6 Prepare and submit the complete working drawing, structural drawings and
details sufficient to commence work at site and for proper execution during
construction.
4.7 Prepare service design for the building which will include, electrical, fire
fighting, fire detection plumbing and drainage/sewerage, computer networking,
electrical substation, EPBX, with telephone wiring, CCTV, passenger cum bed
elevators, solar system, medical gas system etc.
4.8 Prepare service design of Air conditioning/Air Cooling in designated area as per
requirement of project.
4.9 Prepare construction program/schedule and update during progress of the work.
4.10 Visit the site as and when necessary, to ensure that the architectural design,
drawings are followed at least twice in a month or as required by RSRDC and
submit report to RSRDC management.
4.11 Provide as built drawings in hard and soft copies, operation manuals and
Completion certificate along with safety certificate (From Structural Engineer)
as per the agreement for RSRDC and the client.
5 CONDITIONS OF ENGAGEMENT :
5.1 Architect/Architectural firms attend the meetings for finalization of the work
when ever called at the venue fixed by the employer. cost of travel, boarding
15
and lodging of the Architect/Architect firm and his associates shall not be
borne by the corporation.
5.2 Architect/Architectural firms shall exercise all, reasonable skill care and
diligence in the discharge of duties hereby covenanted to be performed by them.
5.3 Architect/Architectural firms shall not make any deviation, alteration,
commission from the approved design without the written consent of the
employer. The Architect shall also not issue drawings or instructions which
shall lead to extra items or work without prior consent of the employer.
5.4 Architect/Architectural firms shall arrange for a detailed topographical survey
of the site to a scale and contour as per the direction of the RSRDC. The cost
carrying out such survey shall, be borne by the Architect. Proposed
Drainage/Sewerage plan should match with existing drainage/sewerage lines of
surrounding areas.
5.5 Architect/Architectural firms shall provide 5 sets of all the drawings with
soft copy to P.D., RSRDC Ltd., as may be required by the Corporation.
5.6 Architect/Architectural firms shall on the completion of the work supply to the
Corporation free of cost three complete sets of the as-built drawing to
appropriate scales. The Architects shall, if so required by the Corporation,
supply extra copies of all such drawings at an additional cost (cost at actual).
6 PROFESSIONAL FEES,
6.1 The Architect/Architect firm agree to provide the service referred to above and
in consideration thereof, the Corporation agreed to pay remuneration for this
assignment shall be as per rate approved including service tax,VAT and all
other applicable taxes, levies etc.
7 THE CORPORATION'S RESPONSIBILITY:
The Corporation agrees to perform the following duties with a view to facilitate
the Architect/Architect firm to do their professional work efficiently and
effectively.
7.1 Furnish design brief and other requirements of the projects
7.2 Pay the fees of the Architect/Architect firm within one month of submission of
bills as per agreed schedule.
8 MODE OF PAYMENT:
For the services in the scope of work the Architect/Architect firm shall be paid in
the following stages consistent with the work done plus reimbursable expenses as
16
agreed upon. Payments made to the Architect/Architect firm are on account and
shall be adjusted against the final amount payable.
Stage Description of deliverables Key Date Payment
Stage –
I :
On submission of working drawings and
detailed cost estimates, detailed services
design, draft tender documents.
1 Months
20 % of the total fees
payable.
Stage –
II :
On submission of complete set of
drawings/structural designs duly proof
checked and details sufficient for the work to
commence along with drawings for services,
including statuary clearances.
2 Months 40 % of the total fees
payable less fees already
paid
Stage –
III :
During course of construction of work at site
including modification in drawings as per
requirement of construction,(40% to 90%)
payment to commensurable with progress of
work.
2 Months
to
completion
of the
work
40% to 90 % payable to
be paid in installments
consistent with the work
done at site from time to
time
Stage –
IV :
On Completion of the work and submission of
as built drawings, and issue of completion
certificates.
One month
after
completion
of work
100 % of the total fees
payable less payment
already made
9 EFFECTING PAYMENT TO THE ARCHITECT/ARCHITECT FIRM:
9.1 The payment to the Architect/Architect firm during various stages is on account
payment and will be adjusted in the final payment.
9.2 Progressive payments at all stage of mode payments may be made to the
Architect/Architect firm in any of the above stages based on the quantum of work done
in that stage as may be mutually agreed to by the parties.
9.3 There shall be provision for token penalty of Rs. 1000/- per day for the period
the construction work actually held up for want of drawing/ details from the
Architect/Architect firm, maximum up to 10% of contract amount.
10 TERMINATION OF AGREEMENT :
10.1 The Agreement herein may be terminated at a time by RSRDC by giving a written
notice of one month to the other party. Even after the termination of their
employment, the Architect/Architect firm shall remain liable and be responsible
for the drawings and designs in respect of the work executed before the
termination of the Architects appointment but in so far as the original design as
proposed by the Architect is retained and executed to its logical completion,
Architect shall have no liability for the Architectural design if changes are made
and effected after termination of the Architects contract.
17
10.2 If the Architect/Architect firm shall close the business or die or become
incapacitated from acting as such, Architect then the agreement shall stand
terminated.
10.3 if the Architect/Architect firm fails to adhere to the time schedule stipulated in the
schedule hereto annexed of the extended time which may be granted by the
Employer in its sole discretion or (ii) in case there is any charge in the constitution
of the Architects for any reason whatsoever, the Corporation shall be entitled to
terminate this agreement and entrust the work to some Architects.
10.4 In case of termination under any case of one or more of the sub-clauses (10.1),
(10.2) or (10.3) The Architect/Architect firm shall not be entitled to any fees or
compensation except the fees payable to them for the stage of work actually in
accordance with clause 6 hereunder. In such cases the work actually done and the
amount of the fees due to the Architect/Architect firm shall be worked out joint by
the Employer and the Architect on the basis of actual work done and mutually
agreed between both parties and shall be final and binding on both parties.
10.5 In case of the termination under any one or more sub clause (10.1), (10.2) or (10.3)
the corporation may take use of all or any drawings, or other documents prepared
by the Architect/Architect firm, after payment for the service of the
Architect/Architect firm for the preparation of the same in full as provided herein
and after the written consent of the Architects
11 TRANSFER OF INTERESTS :
Neither the Corporation nor the Architect shall assign, sub-let or transfer their
interest in this Agreement, without the written consent of the other.
12 ARBITRATION :
If any disputes, difference or question of any nature which at any time, arise
between the parties or their respective representatives, successors or assign on any
of them as to the construction of this Agreement or concerning anything herein
contained or arising out of this Agreement or as to rights. Liabilities or duties
under this Agreement of the parties hereto respectively except in respect of matter
for which it is provided herein that the decision of the employer if final and
binding, the same shall be referred to arbitration of a single Arbitrator. in
accordance with the provisions of the Arbitration Act. 1940 or any modification or
reenactment's thereto for the time being in force. In the event of disagreement as to
the appointment of single Arbitrators the parties shall appoint one Arbitrator each
who shall before that the Arbitrators so appointed shall make his/their Award
within one year from the date of the Arbitration of entering the reference. The
arbitration proceedings shall be held at Jaipur.
18
INTERPRETATION:
The sub-headings herein are provided for the sake of convenience only and do not
affect the interpretation or meaning of the Clauses in any manner.
Signature of Architect/Architect firm
Project Director
RSRDC Ltd.,
UnitJhalawar
19
TECHNICAL PROPOSAL
Letter of Proposal
(Date and Reference)
To,
The Project Director,
RSRDC Ltd, Unit- Jhalawar.
Sub: Appointment of Architectural Consultant.
Dear Sir,
With reference to your BID DOCUMENT dated NIT No 143/2016-17, I/we, having
examined all relevant documents and understood their contents, hereby submit our
Proposal for Consultancy for “Construction of P.G. Hostel Building at Medical
College, Jhalawar”. he proposal is unconditional and unqualified.
2. All information provided in the Proposal and in the Appendices is true and correct
and all documents accompanying such Proposal are true copies of their respective
originals.
3. This statement is made for the express purpose of appointment as the Consultant for
the aforesaid Project.
4. I/We shall make available to the Authority any additional information it may deem
necessary or require for supplementing or authenticating the Proposal.
5. I/We acknowledge the right of the Authority to reject our application without
assigning any reason or otherwise and hereby waive our right to challenge the same
on any account whatsoever.
6. I/We certify that in the last three years, we or any of our Associates have neither
failed to perform on any contract, as evidenced by imposition of a penalty by an
arbitral or judicial authority or a judicial pronouncement or arbitration award against
the Applicant, nor been expelled from any project or contract by any public
authority nor have had any contract terminated by any public authority for breach on
our part.
20
7. I/We declare that:
(a) I/We have examined and have no reservations to the BID DOCUMENT
Documents, including any Addendum issued by the Authority;
(b) I/We have not directly or indirectly or through an agent engaged or indulged
in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice.
8. I/We understand that you may cancel the Selection Process at any time and that
you are neither bound to accept any Proposal that you may receive nor to select the
Consultant, without incurring any liability to the Applicants in accordance with the
BID DOCUMENT.
9. I/We further certify that no investigation by a regulatory authority is pending
against the Architect/Architect firm.
10. I/We agree and understand that the proposal is subject to the provisions of the BID
DOCUMENT. In no case, shall I/we have any claim or right of whatsoever nature
if the Consultancy for the Project is not awarded to me/us or our proposal is not
opened or rejected.
11. I/We agree to keep this offer valid for 90 (ninety) days from the Proposal Due Date
specified in the BID DOCUMENT.
12. I/We have studied BID DOCUMENT and all other documents carefully and also
visited the Project site. We understand that except to the extent as expressly set
forth in the Agreement, we shall have no claim, right or title arising out of any
documents or information provided to us by the Authority or in respect of any
matter arising out of or concerning or relating to the Selection Process including
the award of Consultancy.
13. The Financial Proposal is being submitted in a separate cover
14. I/We agree and undertake to abide by all the terms and conditions of the BID
DOCUMENT. In witness thereof, I/we submit this Proposal under and in
accordance with the terms of the BID DOCUMENT.
Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the Applicant)
21
(Name and seal of the Applicant)
FINANCIAL PROPOSAL
Covering Letter
(On Applicant’s letter head)
(Date and Reference)
To,
The Project Director,
RSRDC Ltd,
Unit Jhalawar.
Dear Sir,
Subject: Appointment of Architect/Architect firm for the Architectural Consultancy of
Consultancy for “Construction of P.G. Hostel Building at Medical
College, Jhalawar”.
I/We, _____________ (Applicant’s name) herewith enclose the Financial
Proposal for selection of my/our firm as Architectural Consultant for above.
I/We agree that this offer shall remain valid for a period of 90 (ninety)
days from the Proposal Due Date or such further period as may be mutually agreed
upon.
Yours faithfully,
(Signature, name and designation of the authorized signatory)
Note: The Financial Proposal is to be submitted strictly as per forms given in the BID
DOCUMENT.
22
Financial Proposal
OFFICE OF THE PROJECT DIRECTOR, RSRDC LTD., UNIT-JHALAWAR
“H” Schedule
Name of work: - Consultancy for “Construction of P.G. Hostel Building at
Medical College, Jhalawar”.
S.
No.
Item Qty. Unit Rates to be quoted by
Architect/Architect firm
Amount
(Rs.)
In Figure In Words
1 Consultancy for “Construction
of P.G. Hostel Building at
Medical College, Jhalawar
including planning contour
surveying, landscaping, design &
estimation, structural design
duly approved from Competent
Authority” complete as per
requirement, guideline, scope of work
(enclosed) and direction of Engineer-in-
charge including all taxes, charges,
VAT, Service Tax etc. (Estimated cost
of project is Rs.1525.94 Lacs) approx.
1 Job Each
Job
Total
Note: - Consolidated fee (in amount) for complete Architectural consultancy as per scope of
work (irrespective of final cost of project) should be quoted. The rates quoted
should be inclusive of all Taxes, Duty, Levies, and Surcharges VAT, Service Tax etc.
Project Director
RSRDC Ltd.,
Unit Jhalawar.
I/We hereby agree to execute the above work on rates quoted above as per conditions of
corporation without any reservation.
Signature of Architect/Architect firm
(Name, Address, & Telephone No.)
23
Note:
1. The financial evaluation shall be based on the above Financial Proposal.
2. No escalation on any account will be payable on the above amounts.
3. All other charges not shown here and all insurance premiums etc. are considered
included in the rate.
4. All payments shall be made in Indian Rupees and shall be subject to applicable
Indian laws withholding taxes if any.
Signature of Architect/Architect firm
(Name, Address, & Telephone No.)