official website of uttar pradesh rajkiya nirman nigam · 2019-09-06 · designing and architect...
TRANSCRIPT
Expression of Interest
FOR
SELECTION OF AN
ARCHITECTURAL & ENGINEERING CONSULTANT
For Development of Commercial, Mixed use spaces, Parking and Landscaping for Public use in Mughal Canal Phase II and Phase III at
Karnal (Haryana)
Construction Agency:
U.P. Rajkiya Nirman Nigam Ltd., (A State Govt. Undertaking)
General Manager, Delhi Zone
C-20/1A/7, Sector-62, Noida Email. [email protected]
Uttar Pradesh Rajkiya Nirman Nigam Ltd
(UP State Government Undertaking)
(ISO 9001:2015 QMS and ISO 14001:2004 EMS Certified)
General Manager (D/Z), C-20/1A/7, Sector 62, Noida
Notice No. 510/Karnal Arch./RNN/2019 Dated- 04/09/2019
E-Tender Notice
Invitation of online Expression of Interest (EOI) in two bid system for selection of
Architects and Engineering Consultant for Development of Commercial, Mixed use
spaces, Parking and Landscaping for Public use in Mughal Canal Phase II and Phase
III at Karnal (Haryana). Interested Architectural Firms may furnish their Expression of
Interest online with all necessary documents on or before 25 September 2019 by
5:00 PM. Eligibility criteria, terms/conditions and other details are available on E-
Tendering website https://etender.up.nic.in. For any change / corrigendum please
follow UPRNNs website: http://uprnn.upsdc.gov.in regularly.
General Manager (Delhi Zone)
उत्तर प्रदेश राजकीय निर्ााण निगर् नि0 (उ.प्र. सरकार का उपक्रर्) दूरभाष सं0 0120&2400168
Uttar Pradesh Rajkiya Nirman Nigam Ltd. (A State Govt. Undertaking)
C-20/1A/7, FIRST FLOOR
SECTOR-62, NOIDA-201309
(GAUTAMBUDH NAGAR)
E mail: [email protected]
Ref.No. 510 /Karnal Arch./RNN/19 Dated:- 04/09/2019
Name of work: Invitation of Expression of Interest (EOI) for Selection of Architect & Engineering Consultant for DEVELOPMENT OF COMMERCIAL, MIXED USE SPACES, PARKING AND LANDSCAPING FOR PUBLIC USE IN
MUGHAL CANAL PHASE II AND PHASE III, KARNAL (HARYANA)
COST OF PROJECT: 225.00 CR.
1.0 AVAILABILITY OF DOCUEMENTS:
The EOI document can be downloaded from the website https://etender.up.nic.in. The Bidders are
expected to examine all the instructions, forms, terms, project requirements and other details in
the EOI documents. Failure to furnish complete information as mentioned in the EOI document in
every respect will be at the bidder’s risk and may result in rejection of the proposal.
Other General Terms & Conditions:
1.1 The EOI should be submitted in sealed cover only. It is responsibility of the bidders to
see that their offers reach the above address by due date and time.
1.2 The person signing the Expression of Interest documents should duly authenticate any
errors or corrections in the EOI. Overwriting should be attested.
1.3 An authorized representative of the bidders may remain present at the time of opening
of the offers for Express of Interest.
1.4 This is an invitation for Expression of interest and not a tender. No payment will be
made to the bidder for such Expression of Interest, if their offer for Expression of
Interest is considered acceptable.
2.0 TENTATIVE CALENDER OF EVENTS:
Sl.
No.
Milestone Date
2.1 Release of EOI 04 September 2019
2.2 Last date of submission of EOI Responses of
Part-A & Part-B
25 September 2019
2.3 Opening of bid “PART-A” for admitting the
bid / technical evaluation
25 September 2019
2.4 Date of Conceptual Representation by
shortlisted bidders (PART-A)
Shall be intimated
2.5 Date of Opening of Part B Shall be intimated
OFFICE OF THE GENERAL MANAGER, DELHI ZONE
Registered Office Vishweshwaraiya Bhawan Vibhuti Khand, Gomti Nagar, Lucknow-226010. Fax 0522-2720846 PBX : 0522-2720671, 2720665, 2720670
ISO 9001:2008
&
ISO 14001:2004
CERTIFIED
Corporate Identity Number U85320 UP 1975SGC004116
THE SCOPE OF COMPREHENSIVE ARCHITECTURAL SERVICES SHALL COMPRISE OF THE FOLLOWING
2.1 Architectural Consultancy services from concept to commissioning including Planning,
Designing and Architect Services, Structural design with relevant seismic
considerations/Pre-engineering design for Civil, Electrical, Plumbing, HVAC, Fire
Fighting, Fire Detection, PA System, Lifts, Rainwater Harvesting work, External
Development work, Horticulture and Landscaping. IT enabled services, Internal &
External services etc. with design basis report. Preparation of Preliminary estimates
sufficient for the work, based on applicable Schedule of Rates and Market Rate Analysis
for tendering process, obtaining approvals from Local and Statutory bodies. The scope
of work includes preparation of Master Plan and working out various options (Layout
Plan, Elevation, 3D, Floor Plans, Conceptual Scheme of Services) for works of Widening
& lengthening of Road, Service Utilities, Landscaping, Parking Facility, Podium Floor,
Commercial space (Shops), Mixed use space, Suspension Bridge etc. Detailed Scope of
work is at Annexure-1
2.2 Preparation of DPR, tender document and bill of quantities.
2.3 Other related documents/drawings to execute the project.
2.4 Periodic supervision of the project to assist UPRNN in completion of the project..
2.5 Assist UPRNNL in completion of Project.
3.0 QUALIFICATION CRITERIA:
3.1 Experience of Comprehensive Architectural Consultancy Services work etc.
Principal Architect should be in the field of Architectural Consultancy for at least 12
years. The Architect must have previous exposure and experience of working with
UPRNN.
3.2 Principal Architect should be registered with Council of Architect.
3.3 Principal Architect should not be barred by any Government Department / PSU etc.
from participation in providing consultancy. An affidavit in this regard shall be
submitted. If any such information comes to the notice of the client he shall be liable
for debarment from further work and blacklisting with UPRNN.
3.4 Joint Venture/Consortium NOT ALLOWED.
4.0 FEE:
Fee for the consultancy services shall be limited to 0.75 per cent (Zero decimal seven five per
cent) of the estimated Project cost put to tender. Fee shall include GST and all other applicable
taxes.
It is hereby clarified that the actual payment to the Agency, under the Contract, shall be
restricted to the aforesaid percentage of the Estimated Project Cost or that of the actual Project
Cost, whichever is lower.
Schedule of payment shall be as per Annexure-II.
5.0 OFFERS SHALL BE IN TWO PARTS:
PART-A(To be submitted by the firms as per calendar given at Clause No. -2). This shall be
named as Technical Bid and shall comprise of the following:
5.1 Processing fee (Non-refundable) of Rs. 11800.00 (including GST) in the form of Demand
Draft/Banker Cheque/ Pay order drawn in favour of UPRNN Ltd., payable at Meerut.
5.2 Brief company profile along with the list of projects done with year of completion and
cost of the project.
5.3 Certificate regarding Experience / exposure to UPRNN as mentioned at Clause No. 4.1
5.4 Certificate of registration with COA as mentioned at Clause No. 4.2.
5.5 List of Key Personnel with their qualifications and experience.
5.6 G.S.T. Registration Certificate.
5.7 Latest Income Tax Return documents
5.8 Participants of submit conceptual drawing, Presentation as per calendar given at clause
No. -2 as per site plan enclosed.
5.9 Presentation.
ENVELOPE-2
PART-B SHALL CONSIST OF ONLY PRICE BID/OFFER TO BE SUBMITTED ONLINE ONLY.
6.0 REQUIREMENTS:
7.1 The Project envisages the development of recreation, commercial & mixed use spaces
and parking.
7.2 Broadly, the project comprises the construction and maintenance of the following
components,
Road and road furniture
Construction of Podium floor
Provision of Service Utilities and Underground utilities such as water, sewerage,
drainage;
Overground utilities such as street lighting, signage’s; Landscaping;
Construction of commercial, mixed use space including provision of Parking;
Ramp / slider / Lift / escalator / elevators etc.,
7.0 EOI Evaluation :
(a) Short Listing: Technical bid submitted online shall be evaluated with respect
to the processing fee, qualification, information, experience and other
information furnished from 6.1 to 6.7. Qualification fulfillment as per criteria
mentioned in clause No. 4 shall be mandatory. A list shall be drawn up of
responsive firms who are found eligible for technical presentation.
(b) Selection of firm:
Date of presentation of Architectural design by short listed firms has
already been mentioned at clause No. 2.4.
The presentation shall be done in Noida at office of the General Manager
(Delhi Zone).
Exact time and place shall be intimidated before presentation date.
The presentation shall be evaluated by High level Committee formed by
Employer.
The High Level Committee shall select the most suitable proposal on the
criteria approved by the Employer.
The committee shall evaluate the evaluation criteria, sub-criteria and point
system as stipulated herein under:
EVALUATION SHEET
Sl.
No.
Name &
Address
of Firms
Innovative
Elements
in the
Proposal
Aesthetic
aspect of
the
Proposal
Functional
Aspect of
the
Proposal
Optimum
use of
space in
the
Proposal
Total Evaluation
Max. Marks
25
Max. Marks
25
Max. Marks
25
Max. Marks
25
Max. Marks
100
Those Bidders who
score minimum 50%
marks in each category
and 70% in total shall
be eligible for opening
of financial proposals.
Evaluation shall be followed in CQCCBS mode with weight age as under:
Technical Evaluation: 70%
Financial Evaluation: 30 %
On the basis of the combined weighted score for quality and cost, the consultant shall be ranked in
terms of the total score obtained. The proposal obtaining the highest total combined score in
evaluation of quality and cost will be ranked asH-1 followed by the proposals securing lesser marks
as H-2, H-3etc. The proposal securing the highest combined marks and rankedH-1 will be invited for
negotiations, if required and shall be recommended for award of contract.
8.0 OTHER CONDITIONS FOR THE SELECTED CONSULTANT:
8.1 After selection as consultant, the firm shall have its setup in KARNAL/ NOIDA.
8.2 After selection as consultant, the firm shall have to deploy sufficient experts and
technical staff to meet the time schedule of the project. Time shall be the main essence
of the contract.
8.3 Performance Guarantee @ 5% of payable fee in the shape of DD/FDR drawn in favour of
UPRNN shall be submitted by the firm within 07 days from the date of issue of
LOA/Prior to signing of agreement.
8.4 Man power requirement for project will be worked out based on requirement of
project mutually OR as per CPWD’s manual.
8.5 UPRNN reserves the right to amend/add/delete services as per EPC work requirement
and accordingly fee for the same will be adjusted as per UPRNN norms/similar nature of
work agreement available.
NOTE:
UPRNN reserves the right to accept or reject any offer or extend the date of submission
of the offer or cancel any or all the EOI(s) or a null this EOI process without assigning any
reason whatsoever.
The Architects intending to participate EOI are requested to visit the e-tender web site
https://etender.up.nic.in regularly for this purpose.
10.0 GUARANTEE
10.1 The consultant shall agree to re-design at his cost any portion of his
architectural/engineering design work, which due to his failure to use a reasonable
degree of design architectural/ skill shall be found to be defective within two year from
the date of start of regular use of the portion of work affected.
10.2. The Authority shall grant right of access to the consultant of these portions of the work
claimed to be defective for inspection.
10.3 The Authority may make good the loss by recovery from the dues of the consultant in
case of failure to comply with the above clause.
11.0 DETERMINATION OR RECESSION OF AGREEMENT
The Authority without any prejudice to its right against the consultant in respect of any
delay by notice in writing absolutely determine the contract in any of the following
cases:-
11.1 If the Consultant being a firm/company shall pass a resolution or the court shall make
any order that the firm/company shall be wound up or if a receiver or a manager on
behalf of the creditor shall be appointed or if circumstances shall arise which entitle the
court of creditor to appoint a receiver or a manager or which entitle the court to make
up a winding order.
11.2 If the Consultant is in breach of any of terms of agreement.
11.3 When the Consultant has made himself liable for action under any of the cases aforesaid
the Authority shall have powers:
11.3.1 To determine or rescind the agreement
11.3.2 To engage another consultant to carry out the balance work debiting the consultant the
excess amount if any so spent.
12.0 GENERAL
12.1 The Consultant shall be fully responsible for the technical soundness of the work including
those of the specialists engaged, if any and also ensure that the work is carried out in
accordance with drawings specifications and conceptual plan.
12.2 The Authority will get the work of Consultant and/or his sub-consultants
supervised/inspected at any time by any officer nominated by him who shall be at liberty
to examine the records, check estimate and designs.
12.3 The appointment of the Authority’s own supervisory staff, if any, does not absolve the Consultant of his responsibility of general supervisor/services of the work entrusted to
him so as to satisfy their requirement.
12.4 The Consultant hereby agrees that the fess to be paid as provided herein will be in full
discharge of functions to be performed by him and no claim whatsoever shall be against
the Authority in respect of any proprietary rights or copy right on the part of any other
party relating to the plans, models and drawings.
12.5 The Consultant shall indemnify and keep indemnified the Authority against any such claims
and against all cost and expenses paid by the Authority in defending itself against such
claims.
12.6 It is hereby further agreed between the parties that the stamp duly payable under the law
in respect of this agreement shall be borne by the Consultant.
13.0 ARBITRATION CLAUSE:
DISPUTE RESOLUTION
The parties shall use their best efforts to settle amicably all disputes arising out of or in
connection with this Agreement/MOU in the manner specified in this clause, including any
unresolved controversy of dispute (s) arising out of or in connection with this
Agreement/MOU’s existence, interpretation, performance, or termination. The party
raising the dispute shall address to the other Party a notice requesting an amicable
settlement of the dispute within ten (10) days from the existence of the dispute. The matte
will then be referred for resolution by and between the Architect and General Manager
(D/Z) from UPRNN (or any other person duly authorized by the Managing Director,
U.P.R.N.N.L. The dispute shall be resolved by them and the Agreed course of action
documented within a further period of twenty (20) days. Any dispute between the Parties
that cannot be settled amicable in the manner described above within thirty (30) days after
receipt by one Party of the Party’s request for such amicable settlement may be referred by either party to arbitration. The seat of arbitration shall be Delhi. The arbitration shall be
conducted in accordance with the provisions of the Arbitration and Conciliation. Act, 1996
and any statutory modification or re-enactment thereof. Each Party to the dispute shall
appoint one arbitrator each and the two arbitrators shall appoint the third or the presiding
arbitrator (Umpire). The Arbitration proceeding shall be conducted in English or Hindi
language. The arbitral award shall be final and binding upon the parties and Judgment may
be entered thereon upon the application of either party to a Court having Jurisdiction as
per this MOU/agreement. Each party shall bear the cost of preparing and presenting its
own case and the cost of arbitration, including fees and expenses of the arbitrators shall be
shared equally by the parties unless the award otherwise provides.
SUBMISSION CHECK LIST:
a. Covering LETTER, demand draft/payment and all the documents mentioned at Clause
No.-6 “PART-A”
b. A folder of conceptual design and layout (on site plan attached) of the project for
which offer is being made as mentioned at clause No. 6 “PART-A”.
c. A folder of financial quote “PART-B”. To be submitted online only.
PLACE FOR SUBMISSION OF BIDS:
Office of the General Manager (Delhi Zone)
U.P. Rajkiya Nirman Nigam Ltd., C-20/1A/7, Sector-62,
Noida (Distt. Gautam Budh Nagar)
For any clarification please contact:
1. Er. Balendra, General Manager (Delhi Zone) (Mob. No. 9958960766)
2. Er. Manendra Singh , Project Manager (Mobile No. 9897832206)
Annexure-I
Background, Objectives and Detailed Scope of the Assignment
PROJECT BACKGROUND
• Smart City Mission India is one of the fastest developing economies in the world, with the complexity of newly emerging
infrastructure networks which are changing drastically including change in living standard and migrating
from rural areas to urban areas.
The Smart Cities Mission (SCM) is an initiative by the Government of India to drive economic growth and
improve the quality of life of people by enabling local development and harnessing technology as a means
to create smart outcomes for citizens. The mission will cover 100 cities and its duration will be five years (FY
2015-16 to FY 2019-20). The Smart City Mission of Government of India focuses on promoting the cities
that provide core institutional, physical, social and economic infrastructure; provide decent quality of life to
city dwellers; sustainable environment and smart solutions.
The Smart Cities in India are also expected to attract investments, building cities that work well especially
for business and developing new technologies for communication.
The core infrastructure features of Smart City Mission includes adequate water supply, assured electricity
supply, sanitation, including solid waste management, efficient urban mobility and public transport,
affordable housing, especially for the poor, robust IT connectivity and digitalization, good governance,
especially e-governance and citizen participation, sustainable environment, safety and security of citizens,
particularly women, children and the elderly, and health and education. Some of its other features are
mixed use of land, Transit Oriented Development (TOD i.e. developing commercial and residential plots in
the same area to reduce use of vehicles or to increase the use of public transport, last mile connectivity
through para transport (autos, disabled friendly vehicles etc.), pedestrian / cyclist friendly design of streets,
preservation of open spaces and ecological balances, green buildings which reduce energy consumption,
mobile and e-governance etc.
Karnal City was ranked ‘12’ for implementation in round 3 of Smart City Challenge. Karnal Municipal
Corporation, in order to design, develop, and manage and implementation of Smart City Proposals, as per
MoUD guidelines, formed a Special Purpose Vehicle (SPV) called Karnal Smart City Limited (KSCL).
• City Background
The city is located at 29.68°N latitude and 76.98°E longitude; situated 240 meters above sea level.
Geologically, the city is a part of the Indo-Gangetic plains and lies in High damage risk zone - IV of
Earthquake hazard zones .
Administratively, Karnal city is the district headquarter of Karnal District. Situated on National Highway 44,
historically known as Grand Trunk (GT) road, it lies midway between Delhi and Chandigarh; 125 kms away
from National Capital of Delhi and 130 kms from Chandigarh, the State Capital of Haryana.
2. Location and Connectivity
Road: Karnal City is situated on National Highway No. 44 and well connected with other parts of India. City
has an Inter State Bus Terminus (ISBT) situated on the National Highway and one Intra State bus stand is
situated within the city near Karan Park. Karnal is well connected with Chandigarh, Delhi, Meerut,
Saharanpur, Kaithal, Jind, Hissar, Patiala, Rohtak, Panipat etc.
Rail: Situated on Delhi Jammu Railway Track, it well connected with North (Punjab, J&K, UT Chandigarh,
and Himachal Pradesh) as well as rest of India through Rail Network. Shan e Punjab, Himachal Express,
Himalayan Queen Express, Howrah Kalka Express, Unchahar Express, Mussoorie Express, Jhelum Express,
Shatabdi are some of the trains that stop at this station.
Air: The Indira Gandhi International airport in Delhi is situated at a distance of 140 kms and Chandigarh
international Airport is situated 125 kms from Karnal City. Karnal has its own air strip situated about 3 kms
from the city but is not in use for regular flights.
3. PROJECT OBJECTIVE AND VISION
The objective of the Smart City Mission for Karnal is to provide core infrastructure and a clean and
sustainable environment by the application of ‘Smart’ Solutions to the basic infrastructure. The focus is on sustainable and inclusive development and the idea is to create a replicable model of smart, planned and
regulated urban development.
Broadly there are two types of component under the Smart City Initiative:
I. Area Based Development (ABD) – Covering part of City
II. PAN city – Covering the city as a whole
The core infrastructure elements targeted in a Smart City Mission include:
a) Adequate Water Supply,
b) Assured Electricity Supply,
c) Sanitation, Including Solid Waste Management,
d) Efficient Urban Mobility and Public Transport,
e) Affordable Housing, Especially for The Poor,
f) Robust IT Connectivity and Digitalization,
g) Good Governance, Especially E-Governance and Citizen Participation,
h) Sustainable Environment,
i) Safety And Security of Citizens, Particularly Women, Children and The Elderly, And
j) Health and Education
PROJECT COMPONENTS • Podium Structure
• Commercial & Mixed use spaces
• Road + Road Furniture
• Underground & Surface Service Utilities
• Landscaping
Minimum development Details of Components
Road length and Width Construction of two-lane new cement concrete road of minimum1770m length on each side of Canal (Phase II + Phase III) " ROW 12m
Service Utilities Water supply lines: approximately 3800 m " Sewerage lines: approximately 3800 m " Drainage system: approximately 3800 m " (Power) Street Lighting system: 3800 m " Telecommunication & OFC ducting: 3800 m " Firefighting system: as per norms covering entire development(podium floor + commercial & mixed use spaces) " Solar Panel: Minimum area 7000 sq.m. (approximately 70% of thetotal shop area) "
Landscaping Type and design to be submitted; " Area: as indicated in the concept / working drawings; " The landscape design will include (not limited to) the heritage corridor / theme on the concept of Mahabharata (Karn Corridor).(statues made of FRP/Stone or any other innovative material) " Provision of high efficiency
Parking Facility Area: as earmarked in the concept / working drawings; " Number (minimum): 1020 "
Podium Floor Length: 1770m; Width: 40m (minimum) " Height: 7.5m above ground level (or as per approved design) "
Commercial space (Shops) Area: as earmarked in the concept / working drawings; "Shops: 456 nos." Size of shop (appox.): 2.75m x 8m " Facilities: all MEP facilities required to function the commercial space through utility duct etc.
Mixed use space Area: as earmarked in the concept / working drawings; " Type: Recreational etc.
Suspension Bridge
• To connect Mughal Canal Phase II & III
• Non-motorized Steel Bridge (40m x 24m) approximately
Deliverables: Agency will ensure to deliver everything as per ToR/Scope of work and asper requirement until or
unless specified.
Time Line: As below
Stage Duration
Master Plan/ Concept Plan 01 Month
DPR Preparation and submission of Structural Drawings & Designs for
approval from competent authority
02 Months
Construction of Podium floor i/c foundation, columns slabs, Roadwork,
Ramps, Staircase , lifts, Escalators and all associated electrical Mechanical
and automation works for commercial, Mixed use spaces i/c interiors ,
MEP work etc. landscape works.
21 Months
Total
24 months
Note: The time taken for the approval of DPR by the competent authority of the client department would
be excluded from this timeline.
LIST OF DRAWINGS
S. No. Title
1 Concept Plan Phase II
Ground Floor
2 Concept Plan Phase II
Podium Floor
3 Concept Plan Phase III
Ground Floor
4 Concept Plan Phase III
Podium Floor
ANNEXURE-II
The Agency shall be paid Architectural fee as a percentage of the financial quote as per schedule given
below:
Sl.
No.
Milestone % of
Fee
Remarks
1. i) On approval of Concept Plan, Master Plan,
Detailed Architectural design/drawings @ 3%.
ii) On submission of applications for
clearances and approvals from statutory
bodies and submission of approved
drawings @ 1%
Iii) On submission of Structural drawings duly
proof checked by requisite institute @ 1%.
iv) On submission of approved GFC drawings
along with Construction plan on PRIMAVERA
software @20%
25%
2. During Construction stage 60% Payable on quarterly basis
progressively on pro-rata
basis in proportion to the
value of the work executed
during that particular period
by the agency.
3. After finalization of the project at the stage of
handing over, submission of “As built
drawings” and submission of completion
certification/NOC from all statutory bodies.
15%
TOTAL 100%
Note: In case of incompleteness/default leading to delays on account of non-fulfillment of any of the
above sub clauses, UPRNN shall be at liberty to engage debatable Agency and levy penalty @
twice the prescribed fee, as above.
PART-B
PRICE OFFER
To,
The General Manager (Delhi Zone),
U.P. Rajkiya Nirman Nigam Ltd.,
C-20/1A/7, Sector-62,Noida
Distt. Gautam Budh Nagar, Uttar Pradesh
Sub: Expression of Interest for Construction of DEVELOPMENT OF COMMERCIAL, MIXED USE SPACES,
PARKING AND LANDSCAPING FOR PUBLIC USE IN MUGHAL CANAL PHASE II AND PHASE III, KARNAL
( HARYANA)
SH: SUBMISSION OF PRICE OFFER
Dear Sir,
With reference Notice No. 510/Karnal Arch./RNN/2019 Dated 04.09.2019 regarding Expression
of interest for Selection of Architect & Engineering Consultant for Construction of DEVELOPMENT
OF COMMERCIAL, MIXED USE SPACES, PARKING AND LANDSCAPING FOR PUBLIC USE IN MUGHAL CANAL
PHASE II AND PHASE III, KARNAL ( HARYANA), WE HEREUNDER QUOTE OUR OFFER/PRICE FOR YOUR
CONSIDERATION:
SL.
NO.
PARTICULARS PRICE OFFER IN % AGE
IN FIGURE IN WORDS
1. Providing Architectural Consultancy services from
concept to commissioning including Planning,
Designing and Architect Services, Structural design
with relevant seismic considerations /Pre-
engineering design for Civil, Electrical, Plumbing,
HVAC, Fire Fighting, Fire Detection, PA System,
Lifts, Rainwater Harvesting work, External
Development work, Horticulture and Landscaping.
IT enabled services, Internal & External services etc.
with design basis report based on applicable
Schedule of Rates and Market Rate Analysis for
tendering process, Preparation of DPR, bill of
quantities, preparation of Master Plan etc. Preparation
of work plan for works of Widening & lengthening of
Road, Service Utilities, Landscaping, Parking Facility,
Podium Floor, Commercial space (Shops), Mixed use
space, Suspension Bridge etc. Providing
construction plan on primavera software and
obtaining approvals from Local and Statutory
bodies/Haryana Government.
NOTE: The above offer is inclusive of all applicable taxes whatsoever and nothing extra shall
be charged/claimed against providing Consultancy Services for the subject project.
Signature with Seal