hindustan prefab limited - hindprefab.orghindprefab.org/english/iit-kharagpur.pdf · hindustan...

42
HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise) JANGPURA, NEW DELHI-110014 To render Architectural and Engineering Consultancy Services in connection with the Construction of Post Doctoral Student’s Accommodation at IIT-Kharagpur. NIT NO: HPL/GM/TC/IITK/2015-16/ 62 Dated : 07.09.2015 Last date for Submission of Tender : 14.10.2015 Cost of Bid Document : ` 5000 /- EMD : : ` 20,000/- ISSUED TO M/s_________________________ Ph- (011) 43149800-899, Fax: - (011) 26340365 E-mail:- [email protected] Website: - www.hindprefab.org

Upload: vokhanh

Post on 23-Apr-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise)

JANGPURA, NEW DELHI-110014

To render Architectural and Engineering Consultancy Services in

connection with the Construction of Post Doctoral Student’s

Accommodation at IIT-Kharagpur.

NIT NO: HPL/GM/TC/IITK/2015-16/ 62 Dated : 07.09.2015

Last date for Submission of Tender : 14.10.2015

Cost of Bid Document : ` 5000 /-

EMD : : ` 20,000/-

ISSUED TO M/s_________________________

Ph- (011) 43149800-899, Fax: - (011) 26340365 E-mail:- [email protected] Website: - www.hindprefab.org

Seal & Signature of Tenderer HPL 2

HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise)

JANGPURA, NEW DELHI-110014

NOTICE INVITING TENDER

NIT NO: HPL/GM/TC/IITK/2015-16/ 62 Dated : 07.09.2015

Sealed offers are invited from eligible and reputed Architectural firms / Consultants in

two bid system To render Architectural and Engineering Consultancy Services in

connection with the Construction of Post Doctoral Student’s Accommodation at IIT-

Kharagpur as per details given below :-

Sl.

No

.

Name of Work Estimated

Cost

(Rs. in

Crores)

EMD

(Rs. in

Thousand)

Cost of

tender

(Rs.)

Time of

completion

1 To render Architectural and

Engineering Consultancy Services

in connection with the

Construction of Post Doctoral

Student’s Accommodation at IIT-

Kharagpur.

16.00

20,000/-

5000/-

(non-

refunda

ble)

12 months

The tender documents can be had from the office of General Manager (Engg.),

Hindustan Prefab Limited from 08.09.2015 to 13.10.2015 up to 4.00 PM on furnishing

Demand Draft drawn on a Scheduled Bank in favour of “Hindustan Prefab Limited”

payable at New Delhi for Rs.5000/- as tender cost (non refundable). The tenders shall be

submitted in the office of General Manager (Engg.) , Hindustan Prefab Limited,

Jangpura, New Delhi-14 by 14.10.2015 up to 3.00 PM and opened on the same day

at 3.30 PM.

A pre-bid conference shall be held on dt. 24.09.2015 at 3:00 PM in the office of

Chairman (Civil Construction & Maintenance) at Indian Institute of Technology,

Kharagpur-721302, West Bengal. Any clarification / amendment / corrigendum given

shall be uploaded on HPL’s website, if any, upto dt.14.10.2015. To attend the pre-bid

conference, the bidders shall have to deposit the tender cost (non-refundable in the form

of DD or in Cash with Project Incharge HPL) prior to the pre-bid conference. Only two

representatives of each bidder can attend the pre-bid conference.

Tender documents can also be downloaded from HPL’s website www.hindprefab.org.

However, cost of tender documents as aforesaid shall be payable in addition to EMD at

the time of tender submission.

Hindustan Prefab Limited (HPL) reserves the right to accept or reject any or all tenders in

part or full without assigning any reason thereof.

General Manager (Engg.)

Seal & Signature of Tenderer HPL 3

INSTRUCTIONS TO TENDERERS

1.0 The tenderers shall be required to deposit Earnest Money of Rs. 20,000/-

(Rupees Twenty thousands only) by means of Demand Draft from any Scheduled Bank

in favour of “Hindustan Prefab Ltd.,” payable at New Delhi. The tenders received

without required Earnest Money and Tender Cost as mentioned above shall be summarily

rejected. In case, the date of opening of tenders happens to be a holiday, the tenders

would be received and opened on the next working day at the same time.

2.0 Mode of Submission:

The tender is to be submitted in two separate sealed covers as under:-

a) Envelope-1 (EMD, Cost of tender and undertaking for unconditional

acceptance of tender conditions).

This Envelope shall contain the following:-

i) Requisite EMD as specified in NIT.

ii) Cost of Tender documents, (if downloaded from Website) as specified in NIT.

iii) Letter of Integrity pact on letter head of party.

iv) Letter of Unconditional Acceptance of tender conditions as per proforma Annexure-I.

The envelope shall be properly sealed and superscribed as “Envelope-I”, indicating the

NIT No., Due date, Name of work and Name of the Tenderer.

Tenders not accompanied with prescribed EMD and cost of tender documents shall be

summarily rejected and such Tenderers shall not be allowed to participate in presentation

and attend the Opening of Financial Bids.

b) Envelope –II (Technical Bid)

This envelope shall contain the following:-

i) Application form for prequalification, initial criteria for eligibility for

prequalification, evaluation criteria, letter of transmittal etc. as per proforma given in

Technical Bid.

ii) NIT, General Conditions of Contract, Special Conditions of Contract,

Corrigendum/ Addendum, if any and Technical Specifications.

iii) Copy of Power of Attorney / Partnership Deed duly self attested by the owner of

the firm.

iv) Any other information required to be submitted along with the tender.

The Architect/Consultant should submit the documents keeping in mind the Technical

Evaluation Criteria and covers the following :-

1. Master Planning

a) 3-Dimensional view of the site

b) As integration of campus master plan

c) Access , communication & movement plan of the entire complex

d) Landscape plan (including site drainage)

e) Fire fighting plan

f) Parking plan

Seal & Signature of Tenderer HPL 4

2. Building Plans

a) Concept Floor Plans

b) Elevation/Sections-as per requirement.

c) 3-D views of both the buildings

d) Plan for services& utilities like water, sewer,electricity ,networking etc.

3. Budgetary estimate (based on CPWD Plinth Area Rates) incl. all services listed above.

4. List of measures to be taken for Energy efficiency/Green Building Concept for at least

GRIHA4 rating

All the above documents should be submitted along with Technical bid, and this envelope

shall be properly sealed and superscribed as “Envelop–II (Technical Bid)” indicating NIT

No., Due date, Name of Work, Name of tender/ Contractor.

c) Envelope –III (Financial Bid)

Containing the Financial bid which shall be opened as per S. No. 16.03 of ITT.

This envelope shall be properly sealed and superscribed as “Envelope-III (Financial

Bid)”, indicating the NIT No., Due date, Name of work, Name of Tenderer. This

Envelope shall contain the Price Bid.

All the three sealed envelopes shall be wrapped in an outer envelope which should also

be properly sealed super-scribing the NIT No., Due date, Name of work, Name of

Tenderer.

A pre-bid conference shall be held on dt. 24.09.2015 at 3:00 PM in the office of

Chairman (Civil Construction & Maintenance) at Indian Institute of Technology,

Kharagpur-721302, West Bengal. Any clarification / amendment / corrigendum given

shall be uploaded on HPL’s website, if any, upto dt.14.10.2015. To attend the pre-bid

conference, the bidders shall have to deposit the tender cost (non-refundable in the form

of DD or in Cash with Project Incharge HPL) prior to the pre-bid conference. Only two

representatives of each bidder can attend the pre-bid conference.

The tenders will be received in the office of General Manager (Engg.) by 14.10.2015

up to 3.00 PM and will be opened on the same day at 3.30 PM in the presence of

representatives of Tenderers who wish to be present there. In case, the date of opening of

tenders happens to be Holiday then the tenders would be received and opened on the next

working day at the same time.

The tenders received after the due date & time of submission shall not be entertained, and

shall be returned to the Tenderers unopened. HPL shall not be responsible for any postal

delays. Tenderers shall take care to ensure the submission of tenders at place of receipt

of tender before due date.

Financial Bid of those tenderers shall be opened who are technically qualified. Date for

opening of Financial Bids shall be intimated to the tenderers, who are found to be

technically qualified after evaluation in accordance with the prescribed criteria.

Seal & Signature of Tenderer HPL 5

3.0 In case the offer is withdrawn before validity period, the earnest money so

deposited shall be forfeited.

4.0 The tenders shall be strictly as per the conditions of NIT. Tenders with any

additional condition(s) / modifications shall be rejected.

5.0 The acceptance of tender will rest with the HPL, who does not bind itself to accept

the lowest tender and reserves the right to reject any or all the tenders received without

assigning any reason thereof. Incomplete Tenders or tenders not fulfilling the prescribed

conditions are liable to be rejected.

6.0 Canvassing whether directly or indirectly in connection with tenders is strictly

prohibited and the tenders submitted by the Tenderers / firms who resort to canvassing

will be liable for rejection.

7.0 On acceptance of tender, the name of the accredited representative(s) of the

Tenderers/ firm who would be responsible for taking instructions from Engineer-in-

Charge or its authorized representative shall be intimated by the Tenderers/agency within

07 (Seven) days of the issue date of letter/Fax/E.mail or Letter of Intent/ Award by HPL.

8.0 The time of completion of the entire work, as stipulated in the NIT, shall be

reckoned from the 7th

day after issue of the letter/Fax/E.mail of Intent by the HPL.

9.0 The tender award, execution and completion of work shall be governed by tender

documents, consisting of (but not limited to) Letter of Intent/ Work Order, Scope of

work, General Conditions of Contract etc. The Tenderers shall be deemed to have gone

through the various conditions and clauses of the tender or any other condition which in

the opinion of tenderer will affect his price/rates before quoting their rates. No claim,

whatsoever, against the foregoing shall be entertained.

10.0 In case the conditions mentioned above are found violated at any time before

opening of tenders the tender shall be summarily rejected and HPL shall without

prejudice to any other right or remedy be at liberty to forfeit the full Earnest Money

absolutely.

11.0 TRANSFER OF BID DOCUMENTS

Transfer of bid documents purchased by one intending bidder to another is not

permissible.

12.0 Only One Proposal

The Architect /consultant firm shall only submit one proposal. If a Consultant submits or

participates in more than one proposal, such proposals shall be disqualified. However,

this does not limit the participation of the same Sub-Consultant, including individual

experts, to more than one proposal.

13.0 Proposal Validity

The Architect firm /consultant tender must remain valid for 180 days after the last date

fixed for submission of tender including the extension(s) given, if any.

Seal & Signature of Tenderer HPL 6

14.0 Preparation of Bid Proposal

14.1 In preparing their tender, Architect firm/consultants are expected to examine in

detail the tender document and visit the site, if desired.

14.2 The bid proposals, all related correspondence exchanged by the Architect

firm/consultants & the HPL and the contract to be signed with the winning consultant

shall be written in the English language

1 4.3 Financial bid Proposals

The Financial bid shall not include any commercial or technical condition/ information.

Financial offer shall be submitted as per Financial Bid in Percentage Rate.

15.0 Technical Qualification and Presentation

The building included in this phase for which NIT is being invited is Post Doctoral

Student’s Accommodation at IIT-Kharagpur .

The eligible tenderers who fulfill the criteria as mentioned at S. No. 2(a) & 2(b) and

16.02 shall be invited for participating in the presentation before the Committee

constituted for the purpose by HPL. The Architect firm/Consultant shall bring hard &

Soft copy of related details at the time of presentation. The time and venue for

presentation shall be intimated to the tenderers, who are found to be technically qualified

after evaluation in accordance with the prescribed qualification criteria.

The committee shall evaluate the presentation and would assign the marks independently

and then the assigned marks would be included in the marks obtained by the bidder in

technical bid as per NIT.

The consultant shall have no right to challenge the marks assigned by the individual

member of the committee and, individual member of the committee shall have no liability

to applicant in this regard. No correspondence would be entertained challenging or

contesting the marking by the individual member of the committee.

The committee will select the Architects firms/Consultant on the basis of their

presentation and Technical evaluation. The financial bid of those Architect

firm/consultant shall only be opened who secure minimum 60% out of total marks in the

Technical evaluation.

The committee shall evaluate the Technical evaluation of consultants by applying the

evaluation criteria, sub-criteria, and point system as stipulated here in under.

16.0 Tender Evaluation

16.01 The bid document of the participating Architects will be evaluated by a duly

constituted/authorized committee of Client and HPL based on the following criteria for

Technical Bid (based on information provided by the bidders). Therefore the bidders are

Seal & Signature of Tenderer HPL 7

requested to provide authenticate, updated documentary evidential information along

with their bid. No request for subsequent production of documents will be allowed.

16.02 Qualification Criteria:

Architects /Firms who will fulfill the following criteria shall be considered for participation:

a. Members of Institution of Architects and Indian Council of Architects.

b. Have experience in the field for not less than 10 years as on 31.07.2015.

c. Have completed similar consultancy assignment during the last seven years as on 31.07.2015

value as listed below:

“At least one similar project costing not less than Rs.13 crore or two similar projects each

costing not less than Rs.10 crore or three similar projects each costing not less than Rs.7 crore”

d. The similar completed project must have minimum five storeys.

e. Similar assignment means providing comprehensive master plan/architectural/engineering

consultancy for planning & designing of architectural, civil engineering, public health, electrical,

fire fighting and other services for a reputed institute. At least one of the above projects shall be

for Government/PSU/Government Autonomous Bodies etc.

f. The Agency should have an average annual turnover not less than Rs.16 lacs for Consultancy

service during the last three financial years ending 31st March 2015. (Attested copies of audited

balance sheet along with Income Tax Return filed with IT Deptt. To be enclosed duly attested by

Notary Public)

g. The applicant should have a solvency of Rs 6.4 lacs certified by his Bankers. The solvency should be

issued in the name of HPL or to whom so it may concern & it should not be older than 6 months as on last

date of receipt of tenders.

The initial screening will be done for the bidders who have fulfilled the above criteria. The

documentary evidence for the fulfilling the above criterion is to be submitted along with the

Technical Bid. The bidders who are fulfilling the above criteria shall be evaluated as per the

following Technical Evaluation Criteria. The selection shall be based on Quality & Cost Based

Criteria (QCBC) as defined in Table-I.

Seal & Signature of Tenderer HPL 8

Table: I

Technical Evaluation Criteria

S.N. Criteria Weightage

A. Design of buildings

60%

a) Master plan 5%

b) 3D view of entire complex& landscaping 5%

c) Parking, access & fire fighting plan 5%

d) Space Planning of the buildings: 40%

i) Floor Plan 20%

ii) Space Utilization 10%

iii) Circulation & Flow: 10%

e) 3D view of the building : 5%

B. Qualification & Competence of the key staff for Assignments 20%

( Out of which

30 %for

qualification

& 70% for

quality of

experience)

a) Team Leader

b) Structural Engineer

c) Architect

c) PHE Expert

d) Electrical Engineer

C. Compatibility with GRIHA 4 Rating (the Architect need to enclose a

write up on how their design will be cost & energy efficient).

10%

D. Presentation 10%

Total: 100%

Qualification of Key Staff for Assignment

(CV recently signed and dated by the professional staff to be enclosed)

Sl.

No.

Designation Min. No. of

personnel

Qualification Experience

I. Team Leader 1 Graduate in Architecture

(Degree recognized by

Council of Architecture)

Minimum 5 years as

Team leader and

minimum total experience

of 15 years.

II. Structural Engineer 1 Post Graduate / Graduate

in Structural Engineering

Minimum 5 years

experience in structural

designing and total of 10

years.

III. Electrical Engineer 1 Graduate in relevant

branch of Engineering.

Minimum relevant

experience of 5 years.

Seal & Signature of Tenderer HPL 9

The bidders are also required to submit a self evaluation sheet along with the Technical Bid. The

supporting documents should be numbered and referred in the self evaluation sheet to support the self

marking.

The markings shall be based on the supporting documents submitted along with the Technical Bid. The

technical proposal shall be evaluated by the evaluation committee for the parameters based on the

evaluation criteria mentioned above and given a technical score. Bidders securing minimum 60% of the

marks mentioned above shall be declared technically successful. Financial bids of the technically

unsuccessful bidders will be returned unopened.

16.03 Opening of Financial Bids :

The Financial bids of only those agencies will be opened who are qualified in the Technical evaluation

and Presentation by the committee.

The date of opening of financial bid shall be intimated accordingly and shall be opened in the presence of

selected bidders /Architect Consultants or their representatives who wish to attend.

16.04 Financial Proposal Evaluation:

Evaluation Committee shall open the Financial Proposal of the technically qualified Bidders in the

presence of the Bidders / their authorized representative, who choose to attend, at the scheduled date and

time.

Lowest financial proposal (Fm) shall be given a financial score (Sf) of 100 points. The financial score of

the other financial proposals (Fo) shall be computed as follows:

Sf = 100 x Fm (Lowest financial proposal)

Fo (Other financial proposal)

Similarly highest technical proposal shall be given a technical score (Tm) of 100 points. The technical

score of the other financial proposals (To) shall be computed as follows.

St = 100 x To (score of other technical proposal)

Tm (highest score technical proposal)

Final Ranking: Proposals shall finally be ranked according to their combined technical (St) and

Financial (Sf) scores using the weights (T=the weight given to the technical proposal=80%; F=the weight

given to the financial proposal=20%;) indicated below:

S =St x T+ Sf x F

= (St x 80% + Sf x 20%)

17.0 Selection of Architect:

The assignment shall be awarded to the bidder with higher final ranking. In case of a tie, bidder

with higher financial score will be considered for award of work.

Seal & Signature of Tenderer HPL 10

18.0 Even though the applicant may satisfy the above requirements, he/she would be

liable to disqualification, if he/she has made misleading or false representation or

deliberately suppressed the information in the forms, statements and enclosures.

19. 0 The successful consultant(s) for the purpose of execution of the services, progress

review and monitoring, shall submit, a detailed work schedule and PERT network

/ CPM indicating completion of all major activities as per the milestones indicated

for completion of such activities in the RFP Document for consideration and

approval by the HPL. This approved schedule / network shall be pre-requisite for

signing of the Contract Agreement and shall form part of the Contract Agreement.

Further the consultant shall also submit another schedule, which is the most

detailed schedule depicting all activities involved for each of the major milestones/

activities involved in consultation with the HPL for approval by the Engineer in-

Charge at the site.

20.0 Confidentiality

Information relating to evaluation of tenders and recommendations concerning

awards shall not be disclosed to the Architect firm/consultants who submitted the

tender or to other persons not officially concerned with the process, until the

publication of the award of Contract. The undue use by any Consultant of

confidential information related to the process may result in the rejection of its

tender and may be debarred from participating in future tenders

General Manager (Engg.)

Issued to:

M/s. ________________________

________________________

________________________

Seal & Signature of Tenderer HPL 11

Annexure-I

UNDERTAKING

(To be enclosed along with EMD in Envelope-I)

I/We of M/s. _____________________________ bidder for Consultancy works “ To

render Architectural and Engineering Consultancy Services in connection with the

Construction of Post Doctoral Student’s Accommodation at IIT-Kharagpur” with

M/s. Hindustan Prefab Limited do hereby undertake that I/We agree to unconditionally

accept all the terms and conditions mentioned in the tender documents.

Further, we have noted that after unconditionally accepting the tender conditions in its

entirety, it is not permissible to put any remarks/conditions in the Price Bid enclosed in

Envelope-II and the same has been followed in the present case. In case this provision of

the tender is found violated at any time after opening of Envelope-II, we agree that the

tender shall be summarily rejected and HPL shall without prejudice to any other right or

remedy be at liberty to forfeit the full said earnest money absolutely.

Signature of the Bidder

or Authorised Person ________________________________

Name of the Firm ________________________________

Seal of the Firm

Seal & Signature of Tenderer HPL 12

LETTER OF TRANSMITTAL

From :

To

The General Manager (Engg.),

Hindustan Prefab Limited,

Jangpura, New Delhi: 110 014.

SUBJECT: Submission of tender To render Architectural and Engineering Consultancy Services

in connection with the Construction of Post Doctoral Student’s Accommodation at IIT-

Kharagpur.

Sir,

Having examined the details given in press-Notice and bid document for the above work, I/We

hereby submit the bid document and other relevant information.

1. I /We hereby certify that all the statements made and information supplied in the enclosed forms

A to F and accompanying statement are true and correct.

2. I / We have furnished all information and details necessary for eligibility and have no further

pertinent information to supply.

3. I /We submit the requisite certified solvency certificate and authorize the Dy. General Manager

or his authorized representatives to approach the Bank issuing the solvency certificate to confirm

the correctness thereof. I/We also authorise Dy. General Manager or his authorized

representative to approach individuals, employers, firm and corporation to verify our competence

and general reputation.

4. I /We submit the following certificates in support of our suitability, technical knowhow and

capability for having successfully completed the following works.

Enclosures:

Seal of Bidder Signature of Bidder(s)

S. N. Name of work Certificate from

Seal & Signature of Tenderer HPL 13

Date of Submission

INTEGRITY PACT

To,

General Manager (Engg.)

Hindustan Prefab Limited,

Jangpura, New Delhi : 110 0 14

SUBJECT : Selection of Architect To render Architectural and Engineering Consultancy

Services in connection with the Construction of Post Doctoral Student’s

Accommodation at IIT-Kharagpur.

NIT No. : HPL/GM/TC/IITK/2015-16/ 62 Dated : 07.09.2015

Dear Sir,

I/We acknowledge that HPL is committed to follow the principles thereof as

enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on

the condition that I/We will sign the enclosed integrity Agreement, which is an integral

part of tender documents, failing which I/We will stand disqualified from the tendering

process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED

AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and

spirit and further agree that execution of the said Integrity Agreement shall be separate and

distinct from the main contract, which will come into existence when tender/bid is finally

accepted by HPL. I/We acknowledge and accept the duration of the Integrity Agreement,

which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the

Integrity Agreement, while submitting the tender/bid, HPL shall have unqualified, absolute

and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance

with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Seal & Signature of Tenderer HPL 14

INTEGRITY PACT

To be signed by the bidder and same signatory competent / authorised to sign the

relevant contract on behalf of HPL.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ........ on this ........ day of ...........201….

BETWEEN

President of India represented through General Manager (Engg.), Hindustan Prefab Limited,

Jangpura, New Delhi-110014, on behalf of ________________________ (Hereinafter referred

as the ‘Principal/Owner’, which expression shall unless repugnant to the meaning or context

hereof include its successors and permitted assigns)

AND .............................................................................................................

(Name and Address of the

Individual/firm/Company)

through .................................................................... (Hereinafter referred to as the

(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or

context hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No.

… …….…………………..……………….) (hereinafter referred to as “Tender/Bid”) and

intends to award, under laid down organizational procedure, contract for

:

______________________________________________________________________________

______________________________________________________________________________

____________________

NIT No. HPL/GM/TC/IITK/2015-16/ Dated : .2015 hereinafter referred to as the

“Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of

the land, rules, regulations, economic use of resources and of fairness/transparency in

its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into

this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and

conditions of which shall also be read as integral part and parcel of the Tender/Bid documents

and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the

parties hereby agree as follows and this Pact witnesses as under:

Seal & Signature of Tenderer HPL 15

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent

corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family

members, will in connection with the Tender, or the execution of the Contract,

demand, take a promise for or accept, for self or third person, any material or

immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity

and reason. The Principal/Owner will, in particular, before and during the Tender

process, provide to all Bidder(s) the same information and will not provide to any

Bidder(s) confidential / additional information through which the Bidder(s) could

obtain an advantage in relation to the Tender process or the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process any

person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees

which is a criminal offence under the Indian Penal code (IPC)/Prevention of

Corruption Act, 1988 (PC Act) or is in violation of the principles herein

mentioned or if there be a substantive suspicion in this regard, the

Principal/Owner will inform the Chief Vigilance Officer and in addition can also

initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers,

employees and agents) adhere to the highest ethical standards, and report to the

Government / Department all suspected acts of fraud or corruption or Coercion or

Collusion of which it has knowledge or becomes aware, during the tendering

process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to

prevent corruption. He commits himself to observe the following principles during

his participation in the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,

offer, promise or give to any of the Principal/Owner’s employees involved in the

Tender process or execution of the Contract or to any third person any material or

other benefit which he/she is not legally entitled to, in order to obtain in exchange

any advantage of any kind whatsoever during the Tender process or during the

execution of the Contract.

Seal & Signature of Tenderer HPL 16

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to

prices, specifications, certifications, subsidiary contracts, submission or non-submission

of bids or any other actions to restrict competitiveness or to cartelize in the bidding

process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC

Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of

competition or personal gain), or pass on to others, any information or

documents provided by the Principal / Owner as part of the business relationship,

regarding plans, technical proposals and business details, including information

contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of

agents / representatives in India, if any. Similarly Bidder(s)/ Contractor(s) of Indian

Nationality shall disclose names and addresses of foreign agents/representatives, if

any. Either the Indian agent on behalf of the foreign principal or the foreign principal

directly could bid in a tender but not both. Further, in cases where an agent participate

in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf

of another manufacturer along with the first manufacturer in a subsequent/parallel tender

for the same item.

d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments

he has made, is committed to or intends to make to agents, brokers or any other

intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences

outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or

firm indulge in fraudulent practice means a wilful misrepresentation or

omission of facts or submission of fake/forged documents in order to induce

public official to act in reliance thereof, with the purpose of obtaining unjust

advantage by or causing damage to justified interest of others and/or to

influence the procurement process to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm

use Coercive Practices (means the act of obtaining something, compelling an

action or influencing a decision through intimidation, threat or the use of force

directly or indirectly, where potential or actual injury may befall upon a person, his/

her reputation or property to influence their participation in the tendering process).

Seal & Signature of Tenderer HPL 17

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or

the Contract or its established policies and laid down procedures, the Principal/Owner shall

have the following rights in case of breach of this Integrity Pact by the

Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and

uphold the Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract

has committed a transgression through a violation of Article 2 above or in any other

form, such as to put his reliability or credibility in question, the Principal/Owner

after giving 14 days notice to the contractor shall have powers to disqualify the

Bidder(s)/ Contractor(s) from the Tender process or terminate/determine the

Contract, if already executed or exclude the Bidder/Contractor from future contract

award processes. The imposition and duration of the exclusion will be

determined by the severity of transgression and determined by the

Principal/Owner. Such exclusion may be forever or for a limited period as decided

by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the

Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the

award of the Contract or terminated/determined the Contract or has accrued the right

to terminate/determine the Contract according to Article 3(1), the Principal/Owner

apart from exercising any legal rights that may have accrued to the

Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest

Money Deposit, Performance Guarantee and Security Deposit of the

Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder

or Contractor, or of an employee or a representative or an associate of a Bidder or

Contractor which constitutes corruption within the meaning of IPC Act, or if the

Principal/Owner has substantive suspicion in this regard, the Principal/Owner will

inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years

with any other Company in any country confirming to the anticorruption

approach or with Central Government or State Government or any other

Central/State Public Sector Enterprises in India that could justify his exclusion

from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified

from the Tender process or action can be taken for banning of business

dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/

Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage

caused by him and has installed a suitable corruption prevention system,

the Principal/Owner may, at its own discretion, revoke the exclusion

prematurely.

Seal & Signature of Tenderer HPL 18

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all

subcontractors a commitment in conformity with this Integrity Pact. The

Bidder/Contractor shall be responsible for any violation(s) of the principles laid

down in this agreement/Pact by any of its Sub- contractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all

Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly

signed Pact between the Principal/Owner and the bidder, along with the

Tender or violate its provisions at any stage of the Tender process, from the

Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the

Contractor/Vendor 12 months after the completion of work under the contract or till the

continuation of defect liability period, whichever is more and for all other bidders, till the

Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be

valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by

the Competent Authority, HPL on behalf of IIIT, Guwahati.

Article 7- Other provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction

is the Head quarters of the Division of the Principal/Owner, who has floated

the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not

been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by

all the partners or by one or more partner holding power of attorney signed by

all partners and consortium members. In case of a Company, the Pact must be

signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder

of this Pact remains valid. In this case, the parties will strive to come to an

agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between

the parties with regard to the terms of this Integrity Agreement / Pact,

any action taken by the Owner/Principal in accordance with this Integrity

Agreement/ Pact or interpretation thereof shall not be subject to

arbitration.

Seal & Signature of Tenderer HPL 19

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights

and remedies belonging to such parties under the Contract and/or law and the same shall be

deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For

the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over

the Tender/Contact documents with regard any of the provisions covered under this Integrity

Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the

place and date first above mentioned in the presence of following witnesses:

............................................................... (For and on behalf of Principal/Owner)

................................................................. (For and on behalf of Bidder/Contractor)

WITNESSES:

1. ..............................................

(signature, name and address)

2. ...............................................

(signature, name and address)

Place

Date

Seal & Signature of Tenderer HPL 20

GENERAL CONDITIONS OF CONTRACT

Brief project summary:

The project will comprise of construction of 100 units of accommodation for Post Doctoral

Student’s at IIT Kharagpur Campus at Kharagpur. The construction will be of high-rise

type, maximum up to G+7(no basement floor) .The built up footprint area is to be limited to

600 sqm. Each of the proposed units should have exactly 35 sqm of living area (excluding

area occupied by walls).There will be provision for living cum bedroom, bathroom,

kitchenette, loft, wall cupboards in each unit . Each unit should be fitted with LAN points

(for internet & telephone), power sockets at kitchenette & bathroom. Provision of common

mechanized washing & clothes drying space instead of individual balconies will be

preferred. Front office space, lounge , common kitchen & dining (50 capacity) in ground

floor and parking for 100 two wheelers are to be provided.

1.0 SCOPE OF WORK.

Preparation of Master Plan of campus, infrastructure and site development work

including site survey, Topographical Survey, Contouring , Levels, soil testing, measured

dimensions of existing buildings, including additions and alterations and interior design

of existing buildings. The topographical survey should include the existing structures

including service line and facilities available like water supply, electricity and approach

road etc. Work also includes proposal for new buildings such as hostels, staff quarters,

laboratories and lecture rooms, main security gate, library buildings, café, dinning halls

wardens facilities etc work involves design drawings, specs and architecture, structural

plumbing, electrical and external development work with quick construction technology /

prefab construction, site visits, preparation of BOQ, bid documents, rate analysis, detailed

engineering of all services and approval of shop drawings and weekly meetings on site to

resolve any issue and implement any change or take specific data for revision in drawings

or for providing additional details.

A – PLANNING STAGE

1.01 Undertaking site visits to collect details/data/information required for planning purpose,

holding necessary discussions with the Clients and HPL and obtaining requirements of

project and attending meetings at site of work or HPL’s Office, Client’s Office as and

when required by HPL to carryout detailed survey of the project location

1.02 Preparation and submission of detailed “Master Plan” of entire complex and obtaining

necessary approvals from client and statutory bodies including submission of

photographs and other documents required in connection with approval from clients and

Statutory Bodies. Prepare plinth are rate estimate as per CPWD norms. The estimate shall

also include the non-PAR items on prevailing market rate along with justification,

specification.

1.03 The Architect / Consultant will make the presentation related to the project as and when

required by the client / HPL

Seal & Signature of Tenderer HPL 21

1.04 The Associate Consultant shall be fully responsible for evolving safe, economic,

technically sound and correct design and shall ensure that the planning and designing of

the project as per specifications of clients, latest ISI codes of practices, legislation, other

relevant bye-laws and good engineering practices.

1.05 The Associate Consultant will give undertaking that the estimate / design and other

documents related to the projects will be prepared and furnished to suit the particular

local conditions of the site in the most economical manner. The Associate Consultant

will work out economic design and adopt specification so as to ensure that the estimate

approved by clients at initial stages is not exceeded on completion of work.

B - Implementation of project.

1.06 To carryout Soil Investigation for the project and submission of complete data / Test

Report. To conduct the survey with the due diligence study based upon the land records

including relevant maps and records. This will also include performance site survey

including building, tree and utility surveys, obtaining Soil data, Topographical data,

Hydrological data, Meteorological data etc. for design purpose as per codel provisions.

1.07 Preparation and submission of preliminary drawings, designs, specifications and

preliminary cost estimates for each and every building/ structure including internal

services complete and including getting necessary approvals from clients/ Statutory

Bodies including preparation and submission of Model.

1.08 Preparation and submission of detailed Architectural drawings, designs and

specifications for building / structures suitable for construction and releasing to site

including getting necessary approval from clients/ local authorities, wherever required.

Architectural drawings shall mean and include detailed engineering drawings, showing

plans, elevations, sections and detailing related to the structural, civil, sanitary electrical,

mechanical, chemical, environmental, public health related and other works for each of

the construction units together with modification and / or revision thereto, as and when

needed.

1.09 a) Preparation and submission of detailed structural designs drawings, fabrication

and erection drawings and detailed bar bending schedule (if required by HPL field

units/client) based on approved Architectural drawings, for various buildings/ structures

complete, suitable for construction and release to site including getting approvals from

clients / local authorities, wherever required.

b) The structure design details shall be got proof checked by Consultant from any of

the IITs/ NITs/ Institution, approval by HPL. The consultant has the obligation to make

as many required modification in the design incorporating the observation of above

authority and re-submit the design and drawing. The fee on account of this shall be borne

by the Architect Consultant.

1.10 Preparation and submission of detailed designs, drawings and documents for all internal

utility services like plumbing, fire-fighting, electrification etc. as per the requirements of

the project suitable for construction and release to site including getting necessary

approval from clients/ local authorities, wherever required.

Seal & Signature of Tenderer HPL 22

1.11 Preparation of designs drawings and documents pertaining to external utility services

like water supply, sewerage, storm water drainage, fire hydrants schemes, water supply

in-take arrangements, roads, street lighting, substations, switch yards and other related

schemes, landscaping, horticulture, arboriculture, street furniture, paths, boundary walls

and any other specialized extra services as per project requirement suitable for

construction and release to site including getting necessary approvals from clients / local

authorities, wherever required.

1.12 Preparation and submission of detailed bills of quantities, detailed estimate including

preparation and submission of detailed take off calculations sheets, analysis of rates and

tender documents for all works covered under clauses 1.05 to 1.10 including issue of

adequate number of tender documents along with necessary drawings for the purposes of

inviting tenders. Separate tender documents may be required to be submitted for different

works as decided by HPL.

1.13 Carrying out all modifications / deletions / additions / alteration in design/ drawings /

documents as required by client and HPL for proper execution of works at site till

completion and handing over of the project to the client.

1.14 Periodic supervision of works to ensure adherence on the part of the contractor’s

execution of work as per detailed drawings and specifications, including sorting out

problems and issue of necessary clarifications at site including preparation of additional

drawings and details for proper execution of work at site. The visit to the site at

Construction stages will be as and when required in the exigencies of work but the

consultant will adhere the below schedule.

i) At the starting of the project

ii) At 15% completion of work

iii) At 30% completion of work

iv) At 45% completion of work

v) At 60% completion of work

vi) At 75% completion of work

vii) At 90% completion of work

viii) At 100% completion of work

1.15 Preparation and submission of completion reports, completion drawings and documents

for the project as required and acceptable to clients including getting necessary

completion certificates, from Municipality/ statutory bodies.

1.16 The Client shall become the absolute and unencumbered owner of all intellectual

property (including documents/maps/plans etc. in hardcopy and/or in electronic form)

related to and arising from preliminary submissions, Architectural Drawings,

Architectural Design, Surveys of the project as they become available. The Client shall

have exclusive and complete right of above intellectual property in perpetuity for use in

future projects and in non-academic and academic activities. Sub-contractors/consultants

etc. shall have no ownership of above intellectual property and shall not use the same for

any commercial or non-commercial activity in the future.

Seal & Signature of Tenderer HPL 23

2.0 PAYMENT OF CONSULTANCY FEES

2.01 The fee of the consultant will be payable on percentage basis (as quoted & approved) of

the actual cost of work on completion or sanctioned prime cost of the work, whichever is

lower.

The rate of consultancy fee, shall be firm, fixed and final and inclusive of all taxes

(Service Tax, education cess etc. as applicable) and valid till completion of the project.

The completion cost shall exclude the following:-

a) Cost of Land.

b) Plan approval and service connection deposits and fees to local and /or statutory

bodies/ State/Central Govt., paid/payable by the Client/Executing Agency.

c) Any other services, fittings and fixtures which are not designed and planned by the

Consultant.

d) Cost of demolition of the existing building or its portion. Any infructuous

expenditure as a result of demolition etc. and cost of any rejected work.

e) Cost of supervisory and other establishment employed on work by Consultant or the

Client/Executing Agency.

f) Other contingent expenditure like press advertisement, publicity, cost of foundation

stone, inauguration ceremonies of building etc.

g) Escalation in the cost of work due to increase in rates of materials, labour etc. after

award of work.

h) Any deviation in the items of work not authorized by the Client/Executive Agency

prior to its execution.

i) Cost of any equipment which does not come under the scope of works of consultant.

j) Expenses relating to all legal fees and taxes etc. payable to various statutory and local

authorities paid by Client/Executive Agency.

k) Any payment towards reimbursement of taxes and duties, levies, cess etc.

l) Agency charges of Executing Agency.

3.0 MODE OF PAYMENT

On completion of works in stages

3.01 1.01 to 1.05 10% of total consultancy fee

3.02 1.06 to 1.07 15% - do -

3.03 1.08 to 1.10 15% - do -

3.04 1.11 10% - do --

3.05 1.12 10% - do -

3.05 1.13 to 1.14 20% - do -

3.06 1.15 20% - do –

--------

100% - do -

HPL shall release running payments on pro-rata basis after receiving the payment from the

client for various stages depending upon extent of their completion and decision of HPL in this

regard shall be final.

Seal & Signature of Tenderer HPL 24

On completion of works in stages

4.0 TERMS AND CONDITIONS

4.01 The Associate Consultant shall furnish an unconditional and irrevocable performance

bank guarantee on the proforma of HPL from a scheduled bank to the extent of 5% of

the value of total consultancy fees of Associate Consultant before release of 1st

installment (stage 3.01) of his fees based on approved cost. This bank guarantee

shall remain valid till twelve months after execution of work and handing over all

works of the project to clients by HPL.

4.02 5% of the fees payable to the Associate Consultant shall be retained from the

Running bills as ‘Retention Money’ in addition to the performance guarantee and the

same shall be released to the Associate Consultant three months after completion of

defect liability period.

4.03 Payment of running bills shall be made to the Associate Consultant based on the

contract value at which work is awarded by HPL to contractor or approved estimated

cost (excluding HPL’s agency charges), whichever is lower. The payment shall

however be made from the Registered Office of HPL situated in New Delhi by A/c

Payee cheque drawn on the Bank at New Delhi. In case the payment is required by

D.D., the charges shall be borne by the Associate Consultant.

Notwithstanding what is stated in para 2.0 and 3.0 above, the payment of fees to the

Associate Consultant shall be released only after the financial sanction of project is

received by the HPL from clients and money released by the clients to HPL against

this project. The Associate Consultant shall have no claim on HPL in case release of

money is delayed by clients or project is not sanctioned to HPL.

4.04 The final fees payable to the consultant shall be determined on the basis given in para

2.0 and difference, if any, in the fees payable and already paid at various stages shall

be adjusted at the last stage of the payment given under para / clause 3.0.

4.05 The Associate Consultant shall design, redesign, modify and make changes in the

design, drawings, details etc. till they are finally approved by clients and as required

for completion trial run, defect liability period and handing over of the project to

clients, within the fees agreed by the Associate Consultant in para 2.0 and nothing

extra shall be payable to Associate Consultant in this regard.

4.06 PAYMENT TOWARDS VISITS

All expenses for visits to the sites by the Associate Consultant in connection with

planning, designing, detailing, obtaining approval from clients / HPL / Statutory

bodies and during construction and completion stage of work shall be borne by the

associate Consultant and deemed to be included in his quoted fees.

The Associate Consultant shall prepare necessary models, if required, in connection

with approvals of scheme prepared by them from clients/ statutory bodies etc. at his

own cost.

Seal & Signature of Tenderer HPL 25

4.07 If at any time after award/ start of work, the client decides to abandon or reduce

the scope of work for any reason whatsoever and hence not require the whole or any

part of the works to be carried out, the HPL shall give notice in writing to this effect

to the Associate Consultant and the Associate Consultant shall have no claim for any

payment of compensation, or otherwise whatsoever, on account of any profit or

advance which he might have derived from the execution of the works in full but

which he did not derive in consequence of the foreclosure of the whole or part of the

work.

4.08 The Associate Consultant shall supply free of charge to the HPL, the following

documents:

a) Six sets of complete detailed design calculations (structural and other services)

including supply of drawings incorporating subsequent modifications /

revision, if any.

b) Ten sets of each of all working drawings for Architectural, Structural, Public

Health, Electrical, Mechanical, Fabrication, Erection and all services and

works (good for construction drawings), based on the approved drawings

including supply of drawings incorporating modifications / revision, if any.

c) Six sets of detailed estimates and rate analysis of all works.

d) Adequate number of tender documents and drawings.

e) Adequate number of additional design, drawings and other documents needed

for proper execution of works.

f) Six sets of completion drawings (cloth mounted) and detailed documents duly

approved by local authorities.

4.09 The Associate Consultant shall provide the documents, drawings, design, details

as required for timely completion of works within the time period mentioned against

each activity and the same is part of this agreement. The consultant shall complete

the said works within this agreed time schedule. No extension of time for completing

the same shall be made owing to any variations made in the works by the orders of

the clients/HPL, unless the clients in consequences of such variations extends the

time allowed to HPL for the completion of the works, in which case HPL may extend

the time for completion under this agreement for a proportionate period but not

greater than the time allowed to HPL for the completion of the whole works.

4.10 All designs and drawings shall be the property of HPL and the name of HPL shall

be predominantly displayed on all the drawings and documents as “Executing

Agency”. The originals of approved completion drawings shall be on good quality

re-producible on tracing papers. The proprietary rights of design shall remain with

Associate Consultant. The copy of design and drawings in digitalized format shall be

submitted to HPL.

Seal & Signature of Tenderer HPL 26

4.11 The Associate Consultant shall be fully responsible for evolving safe, economic,

technically sound and correct design and shall ensure that the planning and designing

of the work is carried out based on the tender documents and specifications of

clients, latest ISI codes of practices, legislation, other relevant bye-laws and good

engineering practices and Associate Consultant shall guarantee the performance of

all the structures, conveyances system and services after completion. The bill of

quantities and specifications shall be as per CPWD, BIS, MOST, HPL norms as

desired by HPL and / or clients.

4.12 The Associate Consultant will give undertaking that all drawings, design,

specifications, plans, estimates and other documents will be prepared and furnished

to suit the particular local conditions of the site in the most economical manner. The

Associate Consultant will work out economic design and adopt specification so as to

ensure that the estimate approved by clients at initial stages are not exceeded on

completion of work. At any stage. during the progress of execution of the work, if

any defect is noticed in the drawings, designs, specifications, plans, estimates or

other documents, the consultant shall provide free of cost to HPL fresh designs /

drawings / specifications / estimates and other documents within a period of the

seven days from the date of notice issued by HPL in this regard. The consultant shall

also indemnify the HPL due to such defective drawings/ designs/ specifications /

estimates / other documents supplied by the consultant subject to a maximum of the

consultancy fees.

4.13 The Associate Consultant shall ensure at detailed design stage that the project is

completed within approved project cost and the actual quantities of works executed

at site based on details / drawings given by the Associate Consultant, should not

exceed by 3% (three percent) of the quantities given by him at preliminary project

report stage on the basis of which the project cost is approved by the clients. In case

HPL has to incur extra expenses due to execution of extra quantities / additional

work to complete the project, the same shall be recovered from the Associate

Consultant upto the extent of maximum 15% (fifteen percent) of total consultancy

fees.

4.14 While providing consultancy services, the Associate Consultant shall ensure that

there is no infringement of any patent or design rights and he shall be fully

responsible for consequence / any actions due to any such infringement. Associate

Consultant shall keep HPL indemnified all the times and shall bear the losses

suffered by HPL in this regard.

4.15 The statutory deduction of income tax, or other taxes, duties, levies, cess etc. as

applicable shall be made from the payment released to Associate Consultant from

time to time and same are deemed to be included in the Associate Consultants fees

and nothing extra shall be payable to Associate Consultant in this regard. The

Associate Consultant shall submit the service tax details in all bills/ invoices to be

submitted for payments.

Seal & Signature of Tenderer HPL 27

4.16 The Associate Consultant shall establish office at Kharagpur to undertake site visits

or to attend meetings to collect details/data/information required for planning

purposes, holding necessary discussions with HPL/Clients representatives/local

bodies and obtaining requirements of the Project and attending meetings with

officials of Local bodies/Govt. Authorities/State/HPL/Central Govt. or any other

agency, as and when required.

5.0 TERMINATION OF WORK

5.1 The work may be terminated at any time by HPL upon one month’s notice in writing

being given to Associate Consultant, if the Associate Consultant’s work is not found

to be satisfactory according to the terms of the agreement. In case the agreement is

terminated on account of Associate Consultant’s work not being satisfactory. HPL

will get the work done at the risk and cost of the consultant.

5.2 If the scope of work is reduced by the client and the consultant approaches to the

client to get the same work for rendering the consultancy services than the

performance guarantee, security money, earnest money deposited by the consultant to

HPL will be forfeited.

6.0 LIQUIDATED DAMAGES

In case the Associate Consultant fails to complete the work within the contract period

or extended period mentioned in clause 4.09 above owing to reasons attributable to

Associate Consultant, liquidated damages @ 1% per week of the total fees subject to a

maximum of 10% of the total fees payable shall be levied on the Associate consultant.

HPL shall be entitled to deduct such damages from the dues that may be payable to

the Associate Consultant.

7.0 FORCE MAJEURE CLAUSE

The HPL will not be responsible for any delay / stoppage of work due to force

majeure conditions like natural calamities, civil disturbances, strikes, war etc. and

losses suffered, if any, by the consultant on this account. The HPL shall not be liable

in any way to bear such losses and no compensation of any kind whatsoever will be

payable by the HPL to the Associate consultant.

8.0 JURISDICTION

The Courts in Delhi/New Delhi alone will have the jurisdiction to deal with matters

arising under this work.

9.0 ARBITRATION :

Any or all disputes, differences, or questions which may at any time arise between the

parties hereto or any person claiming under them, touching or arising out of or in respect

of this agreement or the subject matter thereof shall first be endeavored to be amicably

resolved at the top management level of the parties. However, in the event of such

dispute, difference or question, etc. remaining unsolved, the same shall be referred to the

arbitration by a Sole Arbitrator to be nominated by the Chairman & Managing Director,

HPL and the provisions of the Arbitration & Conciliation Act, 1996 shall be applicable.

The place of such arbitration shall be at New Delhi.

Seal & Signature of Tenderer HPL 28

PROFORMA OF BANK GUARANTEE (PERFORMANCE)

Hindustan Prefab Limited,

Jangpura,

New Delhi 110014

Whereas the Hindustan Prefab Limited, (hereinafter called “HPL” which expression shall

include its successors and assigns) having awarded the Associate Consultancy Contract

for ___________________ hereinafter called the Contract) to M/s.

_________________________ (hereinafter called the Associate Consultant) at a total

price of Rs. _________ subject to the terms and conditions contained in the contract.

Whereas, the terms and conditions of the contract require the contractor to furnish a bank

guarantee for Rs. ________ (Rupees ________________) being ____ % of the total

value of contract for proper execution and due fulfillment of the terms and conditions

contained in the contract.

We, the Bank, (hereinafter called the “Bank”) do hereby unconditionally and irrevocably

undertake to pay to HPL immediately on demand in writing and without protest / or

demur all moneys payable by the Associate Consultant to HPL in connection with the

performance of the Contract inclusive of any loss, damages, charges, expenses and costs

caused to or suffered by or which would be caused to or suffered by HPL by reason of

any breach by the Associate Consultant of any of the terms and conditions contained in

the contract as specified in the notice of demand made by HPL to the bank. Any such

demand made by HPL on the bank shall be conclusive evidence of the amount due and

payable by the bank under this guarantee. However, the Bank’s liability under this

guarantee, shall be limited to Rs. ______ in the aggregate and the bank hereby agrees to

the following terms and conditions.

i) This guarantee shall be continuing guarantee and irrevocable for all claims of HPL as

specified above and shall be valid during the period specified for the performance of

the contract including the period of maintenance i.e. upto __________.

ii) We, the said bank further agree with HPL that HPL shall have the fullest liberty

without our consent and without affecting in any manner our obligations and

liabilities hereunder to vary any of the terms and conditions of the said contract or to

extend time for performance of contract by the contractor from time to time or to

postpone for any time or from time to time any of the powers exercisable by HPL

against the Associate Consultant under the contract and forebear or enforce any of

the terms and conditions relating to the said contract and we shall not be relieved

from our liability by reason of any such variations or extension being granted to the

Associate Consultant or for any forbearance, act or omission on the part of HP or any

other indulgence by HPL to the contractor or by any such matter or thing whatsoever,

which under the law relating to the sureties would, but for this provision, have effect

of so relieving us.

Seal & Signature of Tenderer HPL 29

iii) This guarantee / undertaking shall be in addition to any other guarantee or security

whatsoever HPL may now or at any time have in relation to the performance of the

works/equipment and the company shall have full recourse to or enforce this security

in performance to any other security or guarantee which the HPL may have or

obtained and there shall be no forbearance on the part of the HPL in enforcing or

requiring enforcement of any other security which shall have the effect of releasing

the Bank from its full liability. It shall not be necessary for HPL to proceed against

the said Associate Consultant before proceeding against Bank.

iv) This guarantee / undertaking shall not be determined or affected by the liquidation or

winding up, dissolution or change of constitution or insolvency of the Associate

Consultant, but shall in all respects and for all purposes be binding and operative

until payment of all moneys payable to HPL in terms thereof are paid by the Bank.

v) The Bank hereby waives all rights at any time inconsistent with the terms of this

Guarantee and the obligations of the bank in terms hereof, shall not be otherwise

effected or suspended by reasons of any dispute or disputes having been raised by the

Associate Consultant (whether or not pending before any Arbitrator, Tribunal or

Court) or any denial of liability by the Associate Consultant stopping or preventing

or purporting to stop or prevent any payment by the Bank to HPL in terms hereof.

We, the said Bank, lastly undertake not to revoke this guarantee during its currency

except with the previous consent of HPL in writing. Unless a claim is made in

writing within three months, i.e. from the date of expiry of the guarantee _______

(three months after the date of expiry) we shall be relieved from all liabilities under

this guarantee thereafter.

Signed this ______ day of _____________ at _______________.

For and on behalf of the Bank

WITNESS :

1.__________________

2.__________________

Seal & Signature of Tenderer HPL 30

TECHNICAL BID

Following proforma documents will form part of Technical Bid.

No document in support of minimum eligibility criteria will be accepted after opening of tender:

Schedule-I GENERAL INFORMATION OF THE ARCHITECT(S)

Schedule- II LIST OF COMPLETED SIMILAR PROJECTS HANDLED BY THE

FIRM

Schedule- III LIST OF ONGOING SIMILAR PROJECTS BY THE FIRM

Schedule- IV FINANCIAL INFORMATION

Schedule-V LIST OF TECHNICAL PERSONNEL GIVING THEIR TECHNICAL

QUALIFICATIONS, EXPERIENCE INCLUDING THAT IN THE

PRESENT ORGANIZATION

Schedule-VI DETAILED WRITE-UP OF SIMILAR NATURE OF WORK AND

METHODOLOGY

Schedule-VII DETAILS OF INFRASTRUCTURE FACILITIES AVAILABLE WITH

THE FIRM FOR ARCHITECTURAL CONSULTANCY

Schedule-VIII AFFIDAVIT REGARDING BLACKLISTING/ NON-BLACKLISTING

Seal & Signature of Tenderer HPL 31

HINDUSTAN PREFAB LIMITED (A GOVT. OF INDIA ENTERPRISE)

JANGPURA, NEW DELHI : 110 014. SCHEDULE-I

APPLICATION FORM FOR : To render Architectural and Engineering Consultancy

Services in connection with the Construction of Post Doctoral Student’s

Accommodation at IIT-Kharagpur.

1. Name, Nationality and address of the applicant

Telephone

Fax

2 Date of commencement of Business

3 Whether the firm is a Private or Public Ltd.

concern or undivided Hindu family, individual or

a registered partnership firm (Copies of

Partnership Deeds or Articles of Association to

be enclosed).

4. Name of person holding the power of Attorney

and his present nationality (Copy of Power of

Attorney to be enclosed).

5. Name of Banker’s full address with Banker’s

Report (Solvency

Certificate to be enclosed).

6. Name of Contact Person with Telephone & Fax

No.

7. Details of Experience :

(Please fill in the separate Schedule I to II enclosed)

8.

a)

Technical Resources :

List of Technical /Administrative Personnel available with their qualification (Please fill in the separate

Schedule V enclosed).

b) List of Infrastructure /Equipment such as computers, Software packages, Scanners, Printers, Plotter,

Total station etc. available with the applicant.

c) Details of Collaboration agreements for Foreign Technology/ Knowhow, if any.

9. Whether the applicant has Graduate

Engineer/Architects Registered with Council of

Engineer/ Architecture under his employment

(Copy of Registration to be enclosed.

10 Whether the applicant is already enlisted in

Govt. /Semi Govt. enclosed organization, if so,

enclosed the copy of Registration.

11 Latest Income Tax Clearance Certificate to be

enclosed.

12 Whether the applicant or any of his partners or

shareholders is/are members) of the Indian

Parliament or my State Legislature.

Seal & Signature of Tenderer HPL 32

(Signature of Applicant with seal)

Date :

Place :

13 Whether the applicant or any of his partners or

shareholders is/are dismissed Govt. Servant(s).

14 Has the applicant or shareholders been

blacklisted or removed from the approved list of

Architect, or demoted to lower class or orders

passed banning/ suspending business with the

applicant etc. by any Deptt. in the past.

15 Has the applicant or any of his partners/

shareholders in the firm worked in HPL as an

employee. Give details.

16 Does the Architect Consultant have in-house

facility for preparation of Architectural and

other drawings.

17 I/We certify that I/We have not got myself / ourselves registered as Consultant/ Architect in HPL under

more than one name.

18 We certify that I/We did not retire as an Engineer of Gazetted rank or as any Gazetted Officer

employed in Engineering or Administrative duties in the Engineering Departments of the Govt. of India

during the last two years. I also certify that I have neither such as person under my employment nor

shall I employ any such person within two years of his retirement except with the prior permission of

the Government. (For individual seeking assignment in their own name).

Seal & Signature of Tenderer HPL 33

SCHEDULE – II

Applicant shall give information To render Architectural and Engineering

Consultancy Services in connection with the Construction of Post Doctoral

Student’s Accommodation at IIT-Kharagpur.

Completed similar nature of work :

S.

No.

Full particulars of similar

works carried out by the

Consultant

Total cost of the

Project

Name of Clients Year of

Completion

AGENCY/Consultant shall submit the certificate of satisfactory completion of the work from the respective clients

along with copy of award letter / work order.

Certified that the above information is correct.

Signature of Applicant /

Authorised Representative with Seal

Seal & Signature of Tenderer HPL 34

SCHEDULE – III

Detail of present commitment for similar nature of work “To render Architectural

and Engineering Consultancy Services in connection with the Construction of Post

Doctoral Student’s Accommodation at IIT-Kharagpur.”

S.

No.

Full particulars of similar

in hand

Total cost of the

Project

Name of Client Date of

commencement

of work

Year of

Completion

Consultant shall submit the copy of the work order for the present commitments.

Certified that the above information is correct.

Signature of Applicant /

Authorised Representative with Seal

Seal & Signature of Tenderer HPL 35

SCHEDULE – IV

FINANCIAL INFORMATION

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

account for the last five years duly certified by the Chartered Accountant, as submitted by the applicant to

the Income Tax Department (Copies to be attached)

YEARS

I.

i) Gross Annual Turnover

on construction works

ii) Profit/ Loss

II. Financial arrangement with the Financial Institution like over drafts/loan, Bank Guarantee Limit

etc. for carrying out the proposed work

III The following certificates are enclosed:

a) Solvency Certificate (not older than six month) from Bankers of Applicant.

b) Current Income Tax Return filed with Income Tax Dept. duly acknowledged (with seal).

Signature of Applicant(s)

Signature of Chartered Accountant with Seal

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

Seal & Signature of Tenderer HPL 36

SCHEDULE – V

Key- personnel on permanent rolls of the Company as on date

S.No. Name Present

Designation

Age Qualification Architectural

Consultancy

Experience

Date from

which employed

in the present

organization

Indicate

special

experience, if

any.

Certified that the above information is correct

Signature of Applicant /

Authorized Representative with Seal

Seal & Signature of Tenderer HPL 37

SCHEDULE – VI

A. Detailed write up w.r.t. similar nature of work and Methodology (Not more than 2 pages).

Signature of Applicant /

Authorised Representative with Seal

Seal & Signature of Tenderer HPL 38

SCHEDULE – VII

Details of Infrastructure facilities available with the firm for Architectural Consultancy

(To be put in Envelope-I of Technical Bid on the letter head of the bidder)

(The information should include details of office space, in-house computer aided design facilities etc. available

with the firm)

Signature of Applicant /

Authorised Representative with Seal

Seal & Signature of Tenderer HPL 39

SCHEDULE – VIII

AFFIDAVIT REGARDING BLACKLISTING/ NON-BLACKLISTING

(To be executed on Rs.10/- Stamp paper & attested by Public Notary/Executive Magistrate by the

bidder)

I / We Proprietor/ Partner(s)/ Director(s) of M/S. --------------------------------------- hereby declare that the

firm/company namely M/S.----------------------------------------------------------------------------has not been

blacklisted or debarred in the past by HPL/ NITs/ IITs/IIITs/ Central Universities/ IISERs/CSIR labs

etc. or any other Government organization from taking part in Government tenders.

Or

I / We Proprietor/ Partner(s)/ Director(s) of M/S. ---------------------------------------- hereby declare that the

firm/company namely M/S.-------------------------------------- ---------------------------------------was

blacklisted or debarred by -------------- Name of Organization or Government Department -------------------

---------- from taking part in Government tenders for a period of ---------------- years w. e. f.--------- --------

.

The period is over on--------------and now the firm/company is entitled to take part in Government

tenders. In case the above information found false I/We are fully aware that the tender/ contract will be

rejected/cancelled by HPL, and EMD/SD shall be forfeited. In addition to the above HPL, will not be

responsible to pay the bills for any completed/ partially completed work.

Signature ………………………………………………………………….……

Name………………………………………………………………………….….

Capacity in which assigned: ………………………………………………..

Name & address of the firm: ………………………………………………...

Date:

Signature of Bidder with seal.

Seal & Signature of Tenderer HPL 40

LIST OF ENCLOSURES

(To be submitted by the Applicant)

1. Constitution of Firm :

2. Power of Attorney :

3. Last five years audited balance sheets and annual turnover.

4. Latest Income Tax Clearance Certificate and Trade License Certificate.

5. Financial capacity and credit facilities available to the firm / company as certified by their Bankers (Banker’s

certificates in original or duly attested showing present cash credit limits & guarantee limits).

6. Details of work executed during the preceding 5 years (Refer Schedule –II)

7. List of present commitment (Refer Schedule –III).

8. Financial Information (Refer Schedule –IV.).

9. Organization structure, manpower resources, technical staff, their qualification

(Refer Schedule –V).

10. Detailed write up w.r.t. similar nature of work and Methodology, not more than 2 pages

(Refer Schedule –VI).

.

11. Certificates received from clients.

12. MoU or agreement with collaborators, if any.

13. A list of those persons who are working with the applicant in any capacity and who are near relatives to any

HPL employee.

14. Affidavit regarding blacklisting/non-blacklisting (Refer Schedule-VIII)

NOTE : By the term near relative is meant wife, husband, parents and grandparents, children and grand

children, brothers and sisters, uncles, aunts and cousins and their corresponding in-laws.

Signature of Applicant /

Authorized Representative with

Seal

Seal & Signature of Tenderer HPL 41

FINANCIAL BID

To render Architectural and Engineering Consultancy Services in connection with

the Construction of Post Doctoral Student’s Accommodation at IIT-Kharagpur

S.N. Description To be quoted in percentage

(%)

1. Professional fees (inclusive of all Taxes /

Service Tax etc. as applicable) on the completion

cost of the project for the professional services

“To render Architectural and Engineering

Consultancy Services in connection with the

Construction of Post Doctoral Student’s

Accommodation at IIT-Kharagpur”.

@ ……………..%

(in figures)

Percentage (in words)

__________________

__________________

(B)

Note: 1. Fees should be quoted on percentage basis only and should be inclusive of

all Taxes/Service Tax etc. as applicable and as per relevant clauses or GCC.

2. In case of difference in words and figures, the lowest among these two shall be taken as quoted rate.

3. Approximate cost of work shall be around Rs. 16.00 Crore for phase-I.

4. The project will comprise of construction of 100 units of accommodation for Post Doctoral Student’s at IIT Kharagpur Campus at Kharagpur. Each of the proposed units should have exactly 35 sqm of living area (excluding area

occupied by walls).

Signature and Name of the Bidder with Rubber Stamp.

Seal & Signature of Tenderer HPL 42

Site Plan Annexure-II

*for further clarifications bidders may visit the site.