Вы находитесь на странице: 1из 50

DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEV. CORP.

LTD UDYOG SADAN BUILDING, 419, FIE PATPARGANJ, DELHI-92 OFFICE OF THE CHIEF PROJECT MANAGER (KBI) Name of work:Engagement of consultant for Development, Planning, Design & Architectural/ other allied engineering consultancy services for the development of Knowledge Based Industrial Park ( KBI) at Baprola, Delhi. Index S. No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Description Press Notice Information for submission of offers Part- I (Technical bid) Check list Back ground Eligibility Other information to be submitted Other General information & Instructions. Scope of work Schedule of services Payment of Remuneration Consultancy fee Award of contract. Termination Arbitration Number of drawings sets and copyright. Security deposit Time schedule Abandonment of work. Guarantee Determination of recession of agreement General Acceptance Undertaking form (A-H) Part-II (Financial bid) Key Plan Site plan Page No. 1 2 3 4 5-6 6-11 11-12 12-14 15-19 19-21 21-22 23-28 29 29 29-31 31 32 32 32-33 33 33-34 34-35 36 37-48 49 50 51

Certified that this NIT contains page No.1 to 51 only.

CPM (KBI)
0

DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEVELOPMENT CORPORATION LTD.

Udyog Sadan Patparganj Industrial Area , Delhi 92 OFFICE OF THE CHIEF PROJECT MANAGER -CPM(KBI) Press Notice No.CPM(KBI)/10/2010

Item rate tenders are invited for the work of Engagement of consultant for Development, Planning, Design & Architectural / other allied engineering consultancy services for the development of Knowledge Based Industrial Park (KBI) at Baprola, Delhi

Cost of Tender Document Pre bid meeting

: :

Rs. 10,000/29/11/10 at 11.00 A.M. 15/12/10 up to 4.00 P.M. 16/12/10 up to 3.00 P.M. 16/12/2010 at 3.30 P.M.

Last date of sale of tender document : Last date of submission of tenders :

Opening of Tender (Technical Bid ) :

Further detailed terms & condition can be seen at our website: www.dsiidc.org.

CPM (KBI)

INFORMATION FOR SUBMISSION OF OFFERS 1. Name of Department Delhi State Industrial & Infrastructure

Development Corporation Ltd. 2. Address for Sale of Tender Office of the CPM (KBI), Udyog Sadan,

Patparganj Industrial Area, Delhi 92

3.

Address for submission of tender document

Office of the CPM (KBI), Udyog Sadan, Patparganj Industrial Area , Delhi 92

4.

Name of work

Engagement of consultant

for

Development,

Planning, Design & Architectural / other allied engineering consultancy services for the

development of Knowledge Based Industrial Park (KBI) at Baprola, Delhi 5. Contact Persons Sh.S.K.Gupta, PD((KBI), Mob.No.+91 9717894730 Smt.Namrita Kalsi, Sr.Arch. Mob.No.+91 9650064499 Sh.S.N.Sharan, CPM(KBI), Mob.No.+91 9958050251 6. Date and time for submission of offers 7. Place for opening of offers Office of CPM (KBI) Plot No. F.I.E.-419, Patparganj Industrial Area , III Floor, Udyog Sadan , Delhi 92 8. Whether it can be downloaded from the website Yes, the offer document can be downloaded from the DSIIDC website and a demand draft of Rs. 10,000/- (Rs. Ten Thousand only) should be made in favour of DSIIDC- CPM (KBI) which can be submitted along with the offer. The bid shall be submitted on or before due date & time mentioned in the offer document. On or before 16.12.2010 upto 3.00 PM.

DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEVELOPMENT CORPORATION LTD. Udyog Sadan Patparganj Industrial Area , Delhi 92 OFFICE OF THE CPM/ EXECUTIVE ENGINEER ( CD-KBI)

NOTICE INVITING TENDER Tender ID No.CPM(KBI)/01/2010 PART I (TECHNICAL BID)


Item Rate Tenders are invited in two bid system i.e Part-I ( Technical Bid ) and Part-II ( Financial Bid ) on behalf of the Managing Director DSIIDC, from reliable, well established, competent and experienced Architectural Consultancy Firms for the following works

S. No

Name of Work

Cost of Tender
(in Rs.)

Construction Division

1. Pre bid meeting 2. Last date of sale of tender Document 3. Date of submission of tender 4. Date of opening of Tender ( Part-ITechnical )

1.

Engagement of consultant for Development, Design other & Planning, Architectural / Rs. 10,000/-

CPM/ Ex. Engineer (CD-KBI)

29/11/10 at 11.00 A.M. 15/12/10 up to 4.00 P.M. 16/12/10 up to 3.00 P.M. 16/12/2010 at 3.30 P.M.

allied

engineering services for

DSIIDC Udyog Sadan Patparganj Industrial Area , Delhi 92

consultancy

Development of Knowledge Based Industrial Park (KBI) at Baprola, Delhi

Tender document can be purchased from the office of the undersigned. The tender document can be downloaded from our website www.dsiidc.org The Managing Director, DSIIDC reserves the right to reject any or all the tenders without assigning any reason.
3

The Tenderer shall submit with the following ( Checklist ) :1. 2. 3. 4. 5.


6. 7. 8. 9. 10. 11. 12. 13.

Tender cost of Rs. 10,000/Undertaking ( as per Form A) Copy of PAN Number Copy of Service Tax Number Copy of proof of having submitted the latest service tax returns.
Form B1 ( works completed during last 7 years ) Form B2 ( works in hand) Form C ( list of associated consultants) Form D1 ( International / National Awards ) Form D2 ( other Awards / appreciation etc ) Form E (Particulars of Litigation / Arbitration Cases Form F ( Technical Staff ) Form G ( Document regarding Financial Turnover )

14.

Form H ( Empanelment with Govt. / Semi Govt. etc )

CPM/Executive Engineer CD-KBI, DSIIDC. For & on behalf of Managing Director, DSIIDC Udyog Sadan Patparganj Industrial Area , Delhi 92

Background

1)

The Corporation stands committed to provide developed, organized and Hi-Tech work space to clean, green and knowledge based industries in Delhi under the Industrial Policy for Delhi 2010-2021 and employment for skilled work force and walk to work concept, wherever possible.

2)

DSIIDC had acquired lease-hold rights for 99 years for land measuring 130.71 acres at Baprola from the Directorate of Rural Development, Govt. of NCT of Delhi in December 2006. DSIIDC has decided that Knowledge Based Industrial Park (KBI) may be constructed on the land measuring 70.6 acres on two pockets of approx 65.62 acres and 4.99 acres situated on either side of Nangloi - Najafgarh Road.

3)

The Government of Delhi has approved proposal of DSIIDC to develop a Knowledge Based Industrial Park at Baprola.

4)

Broad financial outlay of the project is tabulated hereunder:

S/n a. B

Built up Space
Industrial Covered Area in the super structure Residential Covered Area in the super structure Covered Area for parking & services ( Transportation & MSPL not counted) Infrastructure Development Sub Total
Green building components 10% is to be taken Extra

Area in Sqm
398328 40887

Unit
Sqm Sqm

Rate in Estimated Rs./Sq Cost in Rs. mt. in crore


25,000 23,000 995.8 94.0

C D E F

104471 199416

Sqm Sqm

15,000 3500

156.7 69.8 1316.30 131.63 1448.0

Total project Cost

Say = Rs.1450 crores Note:The final area would emerge after the finalization of road alignments etc.

Eligibility
Tenders will be issued to individual, proprietary firms, firms in partnership or limited companies / corporations. Joint Ventures will not be permitted. The Tenders shall have to fulfill the Eligibility Criteria as laid down in para 1A of the tender, failing which his financial bid will be returned unopened. The procedure to be followed for submission and opening of Tenders has been described in para 1A4.

1A.

PREQUALIFICATION CRITERIA & WORK EXPERIENCE

i)

The applicant should be registered with Council of Architecture India, during the last 03 years on the date of submission of bid. Architect firm must qualify at their own (JV partnership is not allowed).

ii)

In case of consulting firms from abroad, firm should have a permanent establishment in the NCR of Delhi. In case of consulting firms from India, they should have an office in NCR of Delhi.

iii)

In case of foreign consulting firms, they should be conversant with local statutory laws and follow all rules and regulations in India especially laid down by Ministry of Commerce, any other GOI Department, Statutory Body ,

Council Of Architecture, Tribunal, GOI Tax requirements etc. They should be in possession of Indian Pan & Service Tax number.

iv)

Average Turnover: The applicant should have an average annual turnover of not less than Rs. 5 crores (1.1 million USD) per annum from the Consultancy service during the last three years (Attested copies of audited financial

statements along with copies of Income Tax Return filed with Income Tax Deptt. to be enclosed)

v)

The consultant should not have been blacklisted by any Govt. department / agency during the last seven years.

vi)

The Architect Consultant should have all necessary CAD/CAM equipments for successful execution of project.

vii) Work Experience :The applicant should have experience

of rendering

consultancy service in its own name during the last 7 years ending 30 September 2010 at least of having satisfactorily completed from concept to commissioning of similar hi tech, office or commercial complex approx. of :
7

One similar project 50% each of - site area of 70.6 acres, built up area of 5,50,000 sq.m. and cost of 1,450 crores. OR

Two similar projects of 30% each of - site area of 70.6 acres, built up area of 5,50,000 sq.m. and cost of 1,450 crores. OR

Three similar projects of 20% each of - site area of 70.6 acres, built up area of 5,50,000 sq.m. and cost of 1,450 crores.

viii) Minimum Configuration of the team of the consultant for this project: The Architect Consultant should have sufficient number of Technical and Administrative permanent employees and the following permanent staff should have been engaged by the firm during the last three years before 30th September, 2010. The Consultant must furnish CV/Bio data of the professionals / employees.

s/n I a)

Professional Team Leader (1 no.)

Criteria B.Arch. with minimum 25 years professional experience and minimum 5 years in the field of designing of hi tech office, or commercial buildings , complex and housing.

b)

Support Team:-

Must comprise of :

(i)

Structural Engg.(1 no.)

M. Tech in structural engineering with minimum 20 years experience in the field of designing of hi tech, office or commercial buildings , complex .

(ii)

Architect (02 nos.)

B.Arch. with minimum 15 years experience in the field of designing of hi tech, office or commercial buildings, complex.
8

(iii)

Quantity surveyor (02 nos.)

Diploma in Civil Engineering with 15 years experience.

(iv)

Civil Engineer (02 nos.) B.E. in Civil Engineering with 15 years experience in housing projects.

II

Consultants/ Engineers

In case following staff is not available in house, the same could be hired or arranged or hired:

(i) (ii)

Structural Engg. Consultant Environmental Engineer /EIA Consultants

Having minimum 20 years of experience. Experience in preparation of EIA report and getting EIA clearance for large Hi Tech projects and housing. Consultant/Engineer should have experience of designing Plumbing & Sewerage system of large Hi Tech projects and housing. B.E. in Electrical Engineering with 15 years experience is designing of Electrical & communication system for large techno savvy Hi Tech projects and housing.

(iii)

PHE Plumbing and Sewerage Consultant/Engineer

(iv)

Electrical Engg./ Consultant

(v) (vi)

HVAC Consultant Landscape & Horticulture Consultant

15 years experience in designing 15 years experience in designing

(vii)

Transport Consultant

15 years experience in designing

1A.4

Submission of Tender

The bidders shall submit the tender in the following manner : 1A4.1 Tender cost of Rs. 10,000/- in the form of demand draft of a scheduled bank issued in favour of CPM/Executive Engineer, (CD-KBI), DSIIDC, Delhi -110 092. 1A4.2 A sealed envelope marked as Part I (Technical Bid ) will contain Technical Bid of the tender document.

1A4.3

A sealed envelope marked as Part II (Financial Bid) will contain Financial Bid of the tender document

1A4.4

Part-I containing Technical Bid and the Part-2 containing Financial Bid will be placed in a sealed (bigger) envelope which shall be sealed and addressed to the CPM / Executive Engineer ( CD-KBI), DSIIDC and bear on its cover the name of work, the name and address of the Tenderer, and the due date of opening. The Envelope shall be submitted in the office of CPM/ Executive Engineer, DSIIDCKBI at Udyog Sadan ,
Patparganj Industrial Area , Delhi 92

, 1A4.5 The inner envelope i.e Part-I mentioned in Para 1A4.2 above as well as Part-2 mentioned in 1A4.3 above will also bear on the cover the name of work and the name and address of the Tenderer, and shall be addressed to the CPM / Executive Engineer ( CD-KBI), DSIIDC

1B.

EVALUATION OF BIDS The bids will be evaluated on Combined Quality cum Cost Based System wherein Technical Bid will be given a weightage of 70% and financial bid will be given a weightage of 30%. Criteria, Sub-criteria and point system for evaluation of technical bid is as under (Total 100 marks) :i) Specific experience of the consultant firm relevant to the Project assignment (Max. 15 marks) Experience of rendering consultancy service in its own name during the last 7 years ending 30 September 2010 satisfactorily completed from concept to commissioning of similar hi tech industrial park, office or commercial complex. ii) Adequacy of the proposed methodology and work plan in response to the terms of reference. (Max. 15 marks). Technical approach & methodology iii) Key professional staff: Qualification & competence for the Project assignment. (Max. 15 marks). The maximum marks for key professionals will be further divided as under:a) Team leader (Max. 5 marks) b) Other professionals. (Max 10 marks)
10

For evaluation of each of the key professionals the following subcriteria shall be followed:c) d) e) iv) Educational Qualifications (30%) Experience & Adequacy for the Project assignment. (50%) Experience of the region & language (20%)

Presentation by the pre-qualified consultants( Max. 55 marks ) :After short listing based on the prequalification criteria by the committee a presentation is to be done by the prequalified firms before duly appointed Jury to be evaluated broadly on the following parameters:a) Site layout, Human and vehicular traffic management (Max.15 marks) b) Urban Context & aesthetics (Max. 15 marks) c) Concept & Design of buildings (Max. 15 marks) d) Building efficiency, green building component and FAR utilization (Max. 10 marks)

v)

Pre-qualified consultants alone will be considered at the presentation stage. Bids securing a minimum of 60% and above marks in technical evaluation with 50% marks in each sub-criteria will be considered for opening of financial bid. The bids with the lowest cost will be given a financial score of 100 and the other bids will be given financial score that are inversely proportionate to their prices. The total score, both technical and financial, shall be obtained by weighing the Technical and Financial scores and adding them up. The bid will be ranked in terms of total points scored. The proposal with the highest total points (H-1) will be considered for award of contract and will be called for negotiations, if required.

2.
2.1

Other Information to be submitted:The Architect Consultant should have sufficient number of Technical staff and Consultants/Associates for the proper execution of the contract. The applicant should submit a list of staff. Details should be furnished in FORM C & F. List of completed similar works shall be submitted separately in Form B-I. List of ongoing similar works shall be submitted separately in Form- B-2. If the firm is registered/empanelled with other Organization/Statutory bodies such as CPWD, PWD, MES, Banks, World Bank, ADB or any other International body etc. furnish their Name, Category and date of registration, if any. (Form H)

2.2

2.3

11

2.4 2.5

Furnish list of Awards / recognitions / competition won (Form D1 & D2) If the offer is submitted by a proprietary firm it shall be signed by the proprietor above his full type written name and the full name of his firm with its current address.

2.6

If the offer is submitted by a firm in partnership, it shall be signed by all the partners of the firm with their full names and current addresses or by a partner holding the power of attorney for the firm by signing the offer in which case a certified copy of the power of attorney shall accompany the offer. A certified copy of the partnership deed, current address of the firm and the full names of partners shall also accompany the offer.

2.7

The bidder should furnish an undertaking in the form of an affidavit guaranteeing the truth and accuracy of all statements and information furnished in the format given (Form A)

Note: The Architect Consultant is required to furnish all information in all the Presentation FORMS A to H and their appurtenant format along with proof, failing which the proposal is liable to be rejected. 3. OTHER GENERAL INFORMATION & INSTRUCTIONS

3.1

The firm will provide consultancy services for preparing complete Detailed Project Report (DPR) and complete Architectural and Engineering services in respect of the work Engagement of consultant for Development, Planning, Design & Architectural / other allied engineering consultancy services for the development of Knowledge Based Industrial Park (KBI) at Baprola, Delhi

3.2

All information called should be furnished against the relevant columns. Additional information may be furnished on a separate sheet, by mentioning the same against the relevant column. If any particulars / query is not applicable, it should be stated as `NotApplicable`. Incomplete information shall be summarily rejected.

12

3.3

Credentials, references, information and certificates from the client certifying performance along with list of important works executed during the last seven years etc. should be furnished in the prescribed formats

3.4

If any information furnished by the applicant is found incorrect at a later stage, the firm shall be liable to be debarred from bidding/taking up of work in DSIIDC. The

Corporation reserves the right to verify the particulars furnished by the applicant independently.

3.5

Canvassing whether directly or indirectly, in connection with proposals is strictly prohibited and the proposals bids submitted by the applicants who resort to canvassing will be liable to rejection.

3.6

All documents enclosed should be signed with seal.

3.7

The competent authority on behalf of MD of DSIIDC reserves the right of accepting the whole or any part of the proposal.

3.8

Managing Director, DSIIDC, reserves the right to reject any or/ all the bids without assigning any reason thereof and no correspondence in this regard shall be entrained.

3.9

Tender shall be valid for 90 days from the date of opening of tender. The DSIIDC reserves the right to reject any or all tenders without assigning any reason.

3.10

The time allowed for preparation of DPR etc. as per Clause 4.1.15 in accordance with the phasing,, indicated in the tender documents.

3.11

The site for the work shall be available.

3.12

Sealed Tenders will be received in the Tender Box placed in the office of CPM/Executive Engineer, (CDKBI), DSIIDC, Udyog Sadan Patparganj Industrial Area , Delhi 92

3.13

The Consultant, whose tender is accepted, will be required to furnish performance Bank Guarantee of 5% (five percent) of the tendered amount within 15 days of Award letter. This Bank Guarantee shall be issued 13

from any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the consultant fails to deposit the said performance guarantee within the prescribed period including the extended period, if any, the offer will be cancelled and offer may be given to next preferred bidder.

3.14

FINANCIAL BID

3.14.1

The Financial offer would provide fee for whole consultancy job as per TOR and shall be submitted as per Bid (Part-II)

3.14.2

The bidders are required to quote item rate fee for comprehensive Consultancy job work inclusive of all prevailing taxes and levies except the statutory service tax for the Consultancy Services as per TOR

3.14.3

Bids securing overall 60% and above marks and minimum 50% marks in each sub-head in technical evaluation will only be considered for opening of Financial Bids. The Bids with the lowest cost may be given a financial score of 100 and the other bids given financial score that are inversely proportionate to their prices.

3.14.4

The total score, both technical and financial, shall be obtained by weighing the Technical and Financial scores and adding them up. On the basis of the combined weighted score for Technical and Financial, the consultant shall be ranked in terms of the total score obtained. The bid obtaining the highest total combined score in evaluation of quality and cost will be ranked as H-1 followed by the bids securing lesser marks as H-2, H-3 etc.

Total points = T (w) x T (s) + F (w) x LEC / EC, where

T (w) stands for weight of the technical score. T (s) stands for technical score. F (w) stands for weight of the financial proposal. EC stands for Evaluation Cost of the financial proposal. LEC stands for Lowest Evaluation Cost of the financial proposal.

The proposal will be ranked in terms of total points scored. The proposal with the highest total points (H-1) will be considered for award of contract and will be called for negotiations, if required.
3.15 NA 14

4.

Scope of work

The Architect consultant shall base his proposal on MPD 2021, Industrial policy 20102020 and broad concepts prepared by DSIIDC. The architect is required to provide services in respect of the following:

i.

Taking clients instructions and preparation of design brief with : Preliminary Project Reports Project cost estimations based on PAR 2007 All statutory approvals / clearances Preparation of bill of quantities(BOQ) for detailed estimates Preparation of Bid documents etc. Detailed Project Reports, Drawings As built Drawings & Completion Working , structural & Detailed

ii.

The scope of work of architect-consultant

will be all

encompassing comprising of all tests & Site survey, evaluation, analysis and impact of existing and / or proposed development on its immediate environs inclusive of preparation of General Layout of all proposed Buildings and Services or any other requirement for Environmental Impact Assessment ( EIA of built up space) & implementing Environment Impact Assessment (EIA) iii. iv. Building Design, site layout & development. Preparation and Approval of plans from all competent authorities / Statutory Bodies, Change and conversion in land use. v. Models on a suitable scale, 3-D perspectives & input for marketing Brochures,
15

vi.

All engineering services required for successful construction & completion of project , comprising following but not limited to works: a. Building specifications, Quantity surveying, preparation of BOQ and all estimates like Preliminary & Detailed estimates for AA & TS, Bid Documents for tendering purposes based on CPWD Manual (or DSIIDC Works Manual) and General Conditions of contract. Detailed measurement sheet and rate analysis of non schedule items. b. c. Structural design of structures & building basement etc. Transport Infrastructure, provision for parking, landscape, beautification, irrigation & Arboriculture Architecture. d. e. Sewerage and Sewerage Treatment Plant. Internal & external Electricity , street lighting , electronic & communication systems, f. g. Storm water and rain water harvesting Hygiene , Waste collection, accessories , Graphic signage, facilities & street furniture h. Internal & external water supply, R.O. and Fire fighting, Fire detection, Fire protection and Security systems, etc. i. Internal & external public health engineering system like Sanitary, plumbing ,drainage and water recycle, j. Heating, ventilation and air conditioning design (HVAC) and other mechanical systems. k. Cable TV & Internet wires, solar energy use, faade lighting, security, Traffic & Building management systems. l. Elevators, escalators & travelators etc.

However DSIIDC reserves the right to allocate the selected consultant, the consultancy work for building work in batches performance , work in hand and time schedules. keeping in mind his past

16

4.1.14 Scope of work shall also include visit to the sites, collection of data/information for services technical features, visits to different agencies for liaison. No extra consideration shall be paid for such visits.

4.1.15

TIME FRAME:- Tentative milestones of the project are as follows:-

S/n
1. 2. 3. 4 5 6 8

Milestones
Preparation of DPR and submission of proposal for Clearances of the Project from different Govt./ competent Authorities for phase-I Preparation of preliminary and detailed estimates BOQ , Bid Documents, AS, TS ,call of tenders and award of work. for phase-I Procurement of the contractors for development work of 25% industrial building work and 50% housing building work (Phase-I) Completion of Development work Completion of Building Work (Phase-1 ) Submission of proposal for Clearances of the Project from different Govt./ competent Authorities for phase-II & III Preparation of preliminary and detailed estimates BOQ , Bid Documents, AS, TS , call of tenders and award of work. for phaseII Procurement of the contractors for development work of 50% industrial building work and 50% housing building work (PhaseII) Completion of Building Work (Phase-II ) . Preparation of preliminary and detailed estimates BOQ , Bid Documents, AS, TS , call of tenders and award of work. for Phase III Procurement of the contractors for development work of 2 5% housing building work (Phase-III) Completion of Building Work (Phase-III ) & remaining works.

Key dates May 2011 June 2011 Aug 2011 Aug 2012 Dec 2012 Oct 2011 August 2012 Dec. 2012

10 11

April 2014 Feb 2013

12 13

June 2013 Dec. 2014

4.1.16 The site survey Plan and Soil Testing reports (if any ) available with DSIIDC shall be provided to the Consultant for preparation of DPR any other information/data shall be collected by the Consultant on his own.
17

4.2

Part II: Architectural & Engineering Services :


The Consultant shall provide service in respect of the following services.

4.2.1

Getting approval of the scheme, from various local bodies like DUAC, DFS, DJB, NDPL, BSES,MCD and Building & Town Planning of MCD/DDA, etc. and other Statutory Authorities (including Ministry of Environmental / DPCC) after getting the drawings approval from the DSIIDC.

4.2.2

Civil and Architectural work like detailed Architectural and Structural drawings, structural design, including interiors, estimation, preparation of all related drawings, detailed calculations and BOQ etc. including approval from all concerned local bodies, wherever required

(i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix) (x)

Complete water supply system (internal & external) Complete sewerage disposal system (internal & external) Complete drainage system (internal & external) Complete electrification system (internal : external) Complete provision for fire fighting system. Complete telephones lines layout, if required Complete work of road, park, pump room etc. Complete horticulture and landscaping scheme. Complete layout including graphics signages. To prepare the scheme for rain water harvesting.

4.2.3

Visiting the site, discussing details with DSIIDCs representatives and attending meetings etc. as and when required.

4.2.4

Preparation of drawings and designs sketches plans elevation, sections, perspective etc. and all types of models as required adequate to explain general planning and nature of the work with basic dimensions.

4.2.5

Obtaining approval of the plans from the all local authorities concerned as mentioned above.

4.2.6

Preparation of Preliminary estimate of cost on cubical contents or area basis etc. supported with details of rates adopted as per CPWD norms for obtaining A/A & E/S sanctions.

4.2.7

Modifying Drawings, above if necessary and obtaining DSIIDCs final approval to the same before submitting to local bodies.

18

4.2.8

Preparation of working drawings and details, structural designs including interiors (if required) etc. for all aspects of the work including architectural, sanitary, water supply, drainage, electrical works and obtaining approval of the DSIIDC for the same.

4.2.9

Preparation of site plans, landscaping, design of roads and compound wall and external electrification etc.

4.2.10

Coordinating overall designing, drawings and detailing work pertaining to various services and other engineering works as may be necessary.

4.2.11

Formulation of specifications.

4.2.12

Assisting main executing agency in preparation of PERT/CPM Charts for the total project for ensuring timely completion of the work and review the progress all through.

4.2.13

Preparation of all necessary schedules of quantities and detailed specifications for the purpose of tenders.

4.2.14

Preparation of necessary tender documents and Market Rate Justification thereafter.

4.2.15

Maintaining liaison with DSIIDC and local authority in connection with successful completion of this project.

4.2.16

Assisting in arbitration and litigation cases that may arise out of the contracts entered into in respect of any of the related works.

4.2.17

Making available one copy of each original tracing/ Soft Copy to DSIIDC on a good quality tracing paper/ DVD as required by DSIIDC.

4.2.18

Making available as many as 10 (ten) number of prints of the plans / drawings and working drawings and detailed drawings etc. as may be required during the progress of the work.

4.2.19

Requiring to incorporate all the changes in drawings, which DSIIDC might require to incorporate at any stage during the process of implementation of the project.

4.2.20

Preparation of the as built drawings at the completion of the project and providing necessary hard and soft copies for record.

5.

SCHEDULE OF SERVICES :Consultants shall be responsible for :19

5.1

Planning Stage :-

a)

Understanding the clients requirements

b)

Preparing preliminary conceptual scheme with design of individual units, cluster plan, block plan, layout as per Master Plan / Building Byelaws and National Building Code or other IS codes and norms applicable.

c)

Revising the scheme to suit the clients need till approval.

d)

Preparing preliminary estimates.

e)

Preparing specifications.

f)

Revising the specifications to suit the various parameters required.

5.2

Statutory Approval Stage:-

a)

On approval of conceptual scheme from the client, prepare drawings and other documents for submission to statutory authorities like MCD, DDA, DUAC, DFS,DJB , NDPL, BSES, DMRC, Ministry of Environment .

b) c)

Liaison with various Authorities and obtaining approvals. Doing necessary corrections / amendments / modifications, if required, for approvals from Statutory Authorities.

d)

Any modification at this stage shall be got approved from DSIIDC before submitting to Statutory Authorities.

e)

The Consultant will appoint independent EIA Consultant, if not available in house and will get EIA study conducted and obtain approval from the DPCC/ Ministry of Environment.

5.3

Working Drawing Stage:-

a)

Preparation of detailed architectural, structural, services drawings and including drawings showing details of all utilities and services, internal and external including and incorporating all revisions and including details of specifications of all special item of work.

b)

Obtaining approval of the employer to above and modifying them if considered necessary by the DSIIDC and/or if the cost exceed the estimated cost by over 5% (Five percent)

c)

If required, prepare drawings for obtaining approval of local and other authorities mentioned above and making any change required by them. 20

d)

Preparing and coordinating the Architectural, Structural engineering, surveying work, and prepare complete working details, schedules, specifications, and bill of quantities etc. to describe the whole project adequately for the purpose of placing the main and other subsidiary contracts by the DSIIDC.

e)

Preparing and supplying bills of quantities, along with details of calculation of all items of work together with details of specification of all special items complete with necessary architectural drawings, structural drawings, detailed estimates on standard schedule of rates and based on market rates for non schedule items including tender documents to enable the DSIIDC to invite tenders.

5.4

Construction Stage :-

The Consultants would:a) Release such architectural, structural and services drawings specification and details, which may be required for proper execution of the work. b) Obtain DSIIDCs approval for any material deviation in design or cost of the working drawings, schedules and specification from the approved scheme. c) d) e) f) g) Vetting of structural drawings through independent agency or BMTPC or CBRI. Site visits whenever required Preparation of completion drawings The CPM / Pert Chart prepared by executing agency shall be vetted by the consultant. Attending progress review meetings and suggest remedial measures for achieving the desired targets

6.1

STRUCTURAL STABILITY The consultant shall give Certification regarding Structural stability of the structures.

6.2

EARTHQUAKE RESISTANT :

The consultant shall ensure that the building has been designed as earthquake resistant building.

PAYMENT OF REMUNERATION :

The employer agrees to pay the following fees to Consultants for the professional Services rendered by them.
21

7.1

NA

7.2

Service tax as applicable shall be paid to the consultants by the employer on the fee.

7.3

The above fee at clause (7.1) is inclusive of fees payable by the Consultant to any other sub consultant and associated consultant and nothing extra shall be payable by the Employer.

7.4

DSIIDC shall not pay any expenditure to consultant on any local or outstation visit for the purpose of the project. Consultant has to bear all such type of transportation and any other expenses. DSIIDC shall not pay any expenditure towards liaison with various statutory authorities for obtaining their approvals.

7.5

The Consultants shall have to make all arrangements for any other facilities required by his staff at their own cost.

7.6

The compensation of Rs. 50,000/- per default shall be recovered by the employer from the Consultants for not attending prefixed meetings for discussions, assistance to employer in completing the project. Provided that no such compensation will be recoverable, if in the opinion of the Executive Engineer of DSIIDC that such failure to attend the meeting was for reason beyond the control of the Consultants.

7.7

Consultants shall acquaint himself with all the legislation, Court and standards prescribed from time to time.

22

8. 8.1

CONSULTANCY FEE :The amount of fees will be paid in instalments as specified below :-

%age

STAGE as per allocated phase Stage-I Preliminary planning of scheme and its approval from local authorities: (i) On approval of concept drawing and scheme drawings from DSIIDC authorities (ii) Preparation of draft/submission drawing of building and development work of project including its submission and approval from local authorities like fire Department, DDA, MCD,DUAC,AAI, CIOF and other local bodies, if any, including submission of original approval of drawing so obtained to DSIIDC : a) On Submission to MCD

%age

of PAY MENT

30% of the total 7% of the total fees payable 7%

14% of the total fees payable less payment already made at stage-I(i)

7%

b) On Submission to other Authorities/departments

16% of the total fees payable less payment already made at stageI(i)&(ii)(a)

2%

c)On Approval from MCD

24% of the total fees payable less payment already made at stageI(ii) b)

8%

d) Approval from other Authorities/departments DJB,DPCC/SLEIAA of services drawings

28% of the total fees payable less payment already made at stageI(ii) c)

4%

(iii)Submission of preliminary estimate covering all aspect of the project.

29 % of the total fees payable less payment already made at stageI(ii) d)

1%

23

(iv) Submission of model of project

30% of the total fees payable less payment already made at stageI(iii)

1%

Stage-II A) On submission of post qualification/ tender document, estimate and on approval of specifications /PQ/ Estimate and draft NIT by competent authority i) Tender document for civil, electrical (internal & external), networking and communication (conducting) sanitation, water supply, development work including bulk services, rain water harvesting, STP (if required), water boosting arrangement, Solar Heaters and its arrangement. The Estimate of the service shall be prepared on the basis of with bldg. drawings* ii) On submission of estimates including Operation and Maintenance provisions for the required works, Draft NITs and the approval of Deptt. CIVIL WORK

50% of the total fees payable less payment already made at Stage-I (iv)

20 % of the total

(10%)

i) Civil & Internal Electrification work upto 1st Manhole and Main Electrical Board/ LT Pannel of Building i/c Main Gate provisions ii) Service Block, Boring of Tubewels, Water Boosting arrangement with required Water Treatment Plants i/c Electrical & Mechanical work iii) Fire fighting (internal & external), fire alarm, Fire Check Doors etc. iv) False Ceiling with Electrical Fittings & Fixtures v) External Development work i/c Sewerage, Water supply, Drainage, and Rain Water Harvesting
24

(1%)

(1%)

(1%) (1%)

vi) Interior Designing work like reception, lift lobby, corridor ( Not loose furniture) i/c signages and any other estimate, if required ELECTRICAL WORK i) HVAC (low & high side) (1%) ii) Lift and escalators (1%) iii) LT & HT Pannel/ Cable Work & Substation equipments (1.5%) iv) EPBAX, LAN, WAN System and any other estimate, if required (.25%)

(1%)

HORTICULTURE AND OTHER WORK

1.25%

i) Landscape and horticulture work with Operation and maintenance for five years (1%)

ii) Cosmetics & facade lighting/ art work any other remaining services/item for successful construction of project On submission and theirs approvals. (25%) Stage-II B) Preparing of detailed working drawing:* On preparation and finalization of detailed working, architectural, structural, water supply, sanitation, fire fighting, electrical, mechanical HVAC, rain water harvesting, interior designing and drawing etc i.e. of all disciplines broadly as under : i) Building Block including incorporation of structures etc. 62% of the total fees payable less payment already made at Stage-II B (I) ii) Incorporation of services 64% of the total fees payable less payment already made at Stage-II B (ii)
25

70% of the total fees payable less payment already made at Stage-II A

20 % of the total

iii)

Development Works

66 % of the total fees payable less payment already made at Stage-II B (iii)

iv)

Joinery & Details like kitchen, toilets, pantry, stairs, flooring , faade details etc

68% of the total fees payable less payment already made at Stage-II B (iv)

v)

Iron works & HVAC, Lifts, on coordinating, resolving & vetting of the shop floor drawings

68% of the total fees payable less payment already made at Stage-II B (v)

* (All drawings shall be marked as good for construction during progress of work incorporating any changes, amendments etc.)

Stage-II C) On preparation and approval of revised estimate with extra, substitute and deviation, if there during the execution and completion of work, if required otherwise would be adjusted in stage III A (v) Stage-III Construction & Supervision Stage A) On completion of (i) 20% work

71% of the total fees payable less payment already made at Stage-II B (v)

1%

89% of the total fees payable less payment already made at Stage-II C 75% of the total fees payable less payment already made at stage-II C

19%

(ii) 40% work

80% of the total fees payable less payment already made at Stage-III A(i)

(iii)60% work

85% of the total fees payable less payment already made at Stage-III A(ii)

(iv) 80% work

87% of the total fees payable less payment already made at Stage-III A(iii)
26

(v) 100% of work and on providing defect list, if any

89% of the total fees payable less payment already made at Stage-III A(iv)

Stage-III B) Draft replies to queries/point raised by different agencies related to planning, PQ estimate, tender document, extra/ substitute/ deviation item if any, otherwise would be adjusted in stage III A (V) Stage-IV Completion Stage A) After completion of work and submission of all completion drawings for approval from all local bodies & as built drawings. B) After obtaining completion certificate from local bodies, drawings for connections /service, and obtaining occupancy certificate etc.

91% of the total fees payable less payment already made at Stage-III A(v)

1 % of the total

95% of the total fees payable less payment already made at Stage-III B

5 % of the total

100% of the total fees payable less 4 % of payment already made at Stage-IV the A total

100%

NOTE: Two sets of all drawing shall be submitted along with soft copies. Z denotes the Commencement Date as per the Contract Agreement. Y denotes the Completion of Construction Work. Time period for the Consultancy shall be excluding time taken by DSIIDC for approval. Payment can be released on prorate basis at each stage.

9.0

COST TO BE EXCLUDED FOR PAYMENT TO CONSULTANTS

NA

10.0

ADDITION AND ALTERATION


27

10.1

The employer shall have the right to request in writing changes, additions, `modifications or deletions in the design and drawing of any part of the work and to request in writing additional work in connection therewith and the Consultants shall comply with such request. If the Employer deviates substantially from the original scheme which involves for its proper execution extra services, expenses and extra labour on the part of the Consultants for making changes and additions to the drawings specifications or other documents due to rendering major part or the whole of his work infructous and the Consultants may then be compensated for such extra services and expenses on quantum merit basis at percentage applicable under this agreement and to be determined mutually unless such changes, alterations are due to Consultants own commission and/or discrepancies including changes required by Consultants of all internal, external utilities and services, the decision of the employer shall be final on whether the deviations and additions are substantial as requiring any compensation to be paid to the Consultants. However for the minor modification or alteration which does not affect the entire design planning etc. no amount will be payable.

10.2

If it is found after call of tender that the acceptable tender is not within the amount sanction then the Consultants shall if so desired by the employer take steps to carry out necessary modification in the design and specification to see that tendered cost does not exceed. The Consultants shall not be paid anything extra for such modification. If the employer is convinced that the trend of market rates is such that work can not be done within the amount of approved estimate, the Consultants shall submit a revised estimate expeditiously for obtaining revised approval.

10.3

The Consultants shall not make any deviation, alterations, additions to or omission from the work shown / described and awarded to the Consultant except through and with prior approval of the Engineer-in-Charge in writing.

28

11.

Award of Contact :

11.1

The Contract will be awarded after successful negotiations with the successful consultants

11.2

Upon successful completion of the negotiations, the Engineer-in-charge will inform the successful bidder about the intention to award the work through a Letter of Intent.

11.3

Remuneration received as per the contract will be subject to tax deductions at source at the rate as applicable at that point of time

11.4

Formal agreement will be drawn by the CPM/Executive Engineer CD- KBI

11.0

TERMINATION

That this agreement may be terminated at any time by either party upon giving one months notice to the other and in the event of such termination, the Consultants shall be entitled to all such fee for the services rendered and liable to refund the excess payment, if any made to him over and above than what is due in terms of this agreement on the date of termination and the employer may make full use of all or any of the drawings prepared by the Consultants.

12.0

ARBITRATION

In the event of any dispute between the parties hereto arising out of or in any way touching or concerning this agreement (except those the decision where of is otherwise herein before provided for), disputes or differences shall be referred for adjudication through arbitration by a sole arbitrator appointed by the Chief Engineer, DSIIDC, in charges of the work or if there be no Chief Engineer, the Administrative head of the DSIIDC. If the arbitrator so appointed is unable or unwilling to act or resign his appointment or vacates his office due to any reason whatsoever, another sole arbitrator

29

shall be appointed in the manner aforesaid. Such person shall be entitled to proceed with the reference from the stage at which it was left by his predecessor.

It is a term of this contract that the party invoking arbitration shall give a list of disputes with amounts claimed in respect of each such dispute along with the notice for appointment of arbitrator and giving reference to the rejection by the Chief Engineer of the appeal.

It is also a term of this contract that no person, other than a person appointed by such Chief Engineer DSIIDC or the administrative head of the DSIIDC, as aforesaid, should act as arbitrator and if for any reason that is not possible, the matter shall not be referred to arbitration at all.

It is also a term of this contract that if the consultant does not make any demand for appointment of arbitrator in respect of any claims in writing as aforesaid within 120 days of receiving the information from the Engineer-in-charge that the final bill is ready for payment, the claim of the consultant shall be deemed to have been waived and absolutely barred and the DSIIDC shall be discharged and released of all liabilities under the contract in respect of these claims.

The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996 (26 of 1996) or any statutory modifications or re-enactment thereof and the rules made thereunder and for the time being in force shall apply to the arbitration proceeding under this clause.

It is also a term of this contract that the arbitrator shall adjudicate on only such disputes as are referred to him by the appointing authority and give separate award against each dispute and claim referred to him and in all cases where the total amount of the claims by any party exceeds Rs. 1,00,000/-, the arbitrator shall give reasons for the award.

It is also a term of the contract that if any fees are payable to the arbitrator, these shall be paid equally by both the parties.
30

It is also a term of the contract that the arbitrator shall be deemed to have entered on the reference on the date he issues notice to both the parties calling them to submit their statement of claims and counter statement of claims. The venue of the arbitration shall be such place as may be fixed by the arbitrator in his sole discretion. The fees, if any, of the arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. The cost of the reference and of the award (including the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may direct to any by whom and in what manner, such costs or any part thereof shall be paid and fix or settle the amount of costs to be so paid.

13.0

NUMBER OF DRAWINGS SETS AND COPYRIGHT

All estimates, bill of quantities with detailed measurement of details of quantities, detailed designs with calculation, reports and any other details envisaged under this agreement shall be supplied in triplicate and all drawings architectural or other services / utilities (internal and external) would be supplied by the Consultants as required on submission to all the local bodies and other authorities plus sets required by the Employer itself being no less than ten sets of prints and one reproducible copy in the same size. If there is any revision of any detail in any drawing for any reason same number of drawings shall be reissued without any extra charge. All the drawings will become the property of the Employer and it will have the right to use the same anywhere else but only at its own risk and responsibility. In that event, the Employer will pay a royalty to the consultants on mutually acceptable basis.

The drawings cannot be issued to any other person, firm or authority, except to the associates and sub consultants of the Consultants or used by the Consultants for any other project. No copies of any drawings or documents shall be issued to any one except the Employer and / or his authorised representative.

31

14.0

SECURITY DEPOSIT

NA

15.0

TIME SCHEDULE

Commencement of Work :The date of commencement of work will be considered on 3rd day after the date of issue of commencement letter.

15.1

Completion of various services mentioned in Clause (5.1 to 5.4) from the date of commencement excluding time taken by the local bodies after confirmation of complying with all requirements and furnishing certified copies of site plan and model shall be completed within the stipulated time.

15.2

The time must be strictly observed by the Consultants and shall be deemed to be an essence of the contract on the part of the Consultants. The work shall (throughout the stipulated period of contract) be processed with all diligence and in the event of failure of the Consultants of complete the work within time schedule as specified above or subsequently notified to him, the Consultants shall pay to owners as compensation amount equal to 1(one) percent of total fee payable to the Consultants per week the work remains unfinished after specific date subject to maximum of 10% (ten percent) of total fees.

16.0

ABANDONMENT OF WORK

That if the Consultants abandons the work for any reasons whatsoever or becomes incapacitated from acting as Consultants as aforesaid, the employer may make full use of all or any of the drawings prepared by the Consultants and that the Consultants shall be liable to pay such damages as may be assessed by the Employer subject to a maximum of 10% (ten percent) of the total fee payable to the Consultants under this agreement.
32

Provided, however, that in the event of the termination of the agreement being under proper notice as provided in the clause hereinafter, the Consultants shall be entitled to all such fee for the services rendered and liable to refund any excess payment made to him over/and above which is due to him in accordance with the terms of this agreement, for the service rendered by him till the date of termination of the agreement.

17.0

GUARANTEE

The Consultants shall agree to re-design at his cost any portion of his engineering design work, which due to his failure to use a reasonable degree of design skill, shall be found defective within two years from the date of start of regular use of the portion of work affected.

The employer shall grant right of access to the Consultants of these portions of the work claimed to be defective for inspection.

The employer may make good the loss by recovery from the dues of the Consultants in case of failure to comply with the above clause.

18.0

DETERMINATION OR RECESSION OF AGREEMENT

The Employer 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: -

18.1

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 or creditor to appoint a receiver or a manager or which entitled the court to make up a winding order.

18.2 If the consultant is in breach of any of terms of agreement


33

18.3 When the consultant has made himself liable for action under any of the clauses aforesaid the Employer shall have powers :

18.3.1 To determine or rescind the agreement.

18.3.2 To engage another consultants to carry out the balance work debiting the consultant the excess amount if any so spent.

19.0

GENERAL

19.1

The Consultant shall be fully responsible for the technical soundness of the work including those of the specialists engaged, if any, by him and also ensure that the work is carried out generally in accordance with drawings, specifications and his conception.

19.2

The Employer will have the work of Consultant and/or his sub-consultants supervise/inspected at any time by any officer nominated by him who shall be at liberty to examine the records, check estimates and designs.

19.3

The appointment of Employers own supervisory staff, if any, does not absolve the Consultant of his responsibility of general supervision. The Consultant shall be responsible for designs of structures and all provisions / services of the work entrusted to him so as to satisfy their requirement.

19.4

The Consultant hereby agrees that the fees 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 Employer in respect of any proprietary rights or copy right on the part of any other party relating to the plans, models and drawings.

34

19.5

The Consultant shall indemnify and keep indemnified the Employer against any such claims and against all cost and expenses paid by the Employer in defending himself against such claims.

19.6 It is hereby further agreed between the parties that the stamp duty payable under the law in respect of this agreement shall be borne by the Consultant.

In witness whereof the parties hereunder have set their hands and seals the day and year first written

Signed & delivered by the Consultant Witness

for and behalf of Managing Director CPM/Executive Engineer CD-KBI

35

ACCEPTANCE

The above tender ( as modified by you as mentioned in the letters mentioned hereunder ) is accepted by me for and on behalf of the M.D., DSIIDC for a sum of Rs. ( Rupees. )

The letters referred to below shall form part of the this contract Agreement :i)

ii)

iii)

for & on behalf of the M.D., DSIIDC

Signature Dated Designation

36

FORM - A UNDERTAKING

I / We have read and understood the instructions and the terms and conditions contained in the document. I/ we do hereby declare that the information furnished in the application and in the supplementary sheets from page to page is correct to the best of my/our knowledge and belief. It is certified that we have not been blacklisted by any Organization of Government of India including CVC. I / We have neither failed to perform on any agreement nor been expelled from any project or agreement nor have any agreement terminated for breach during the last three years. The undersigned is fully authorized to sign and submit this document on behalf of the Organization. We authorize _____ to approach individuals, employers, firms and Corporations to verify our competence and general reputation.

Signature Name Designation Address

__________________ __________________ __________________ __________________ __________________

Seal Place :_____________ Date : _____________

37

FORM-B-1 PARTICULARS IN RESPECT OF WORK COMPLETED/EXECUTED ( DURING PAST 7 YEARS)

(ONLY SIMILAR PROJECTS)


Sl. No. Name of the work Short description of work executed Name and address of owner/client Value of work executed In INR In USD Land Area of the Project Built up Area of the Project Date of commen cement Date of completi on Any other relevant informatio n

1 2 3 4

Consultant shall submit the certificate of satisfactory completion of the work from the respective client along with the copy of award letter/ work order. Certified that above information is correct.

Signature of Applicant

38

FORM-B-2

PARTICULARS IN REPSECT OF WORK IN HAND/ONGOING WORKS (ONLY SIMILAR PROJECTS)


Sl. No. Name of the work Short description of work executed Name and address of owner/client Value of work executed In INR In USD Land Area of the Project Built up Area of the Project Date of commence ment Date of complet ion Any other relevant information

1 2 3 4

Consultant shall submit the award letter / work order from the respective clients Certified that above information is correct.

Signature of Applicant

39

FORM-B-3

NA

40

FORM-C

LIST OF CONSULTANTS ASSOCIATED


Sl. No Nature of Consultancy Name & Address of Consultants Experience of housing projects only Important Projects Handled Since When Associated

Architect Consultant Structural Consultant Civil Engineer Quantity/estimation /Quantity Surveyor Consultant HVAC Consultant Landscape & Horticulture Consultants Electrical Consultant EIA Consultant /Environmental Engineer ETP/WTP consultant

41

Transport Consultant PHE Consultant Other services consultant

Consultant shall submit the award letter / work order from the respective clients Certified that above information is correct.

Signature of Applicant

42

FORM-D1
COMPETITIONS WON AND AWARDS CONFERRED (International / National Awards) S.No. Name of Organization Year Competition Awards of Award conferred / Remarks

Signature of Applicant
43

FORM-D2
COMPETITIONS WON AND AWARDS CONFERRED (Others Awards / Appreciation etc. ) S.No. Name of Organization Year Competition Awards of Award conferred / Remarks

44

FORM E

PARTICULARS OF LITIGATION / ARBITRATION CASES

S.No.

Name of the project under litigation

Period of Litigation

Outcome of Arbitration

Remarks

Signature of Applicant

45

FORM- F LIST OF TECHNICAL STAFF S.N Particular o Name Designation Qualifi Experi Years Experience in similar Region of Language cation ence with the projects only project spoken Firm executed

Signature of the Applicant

46

FINANCIAL TURNOVER FORM G

Financial year

( Amount) Architectural Consultancy Only

2009 2010

2008 2009

2007 2008

Note : Consultant shall submit proof in support of the Financial turnover ( Balance Sheet / CA Certificate /TDS etc )

Signature of Applicant

47

FORM H

EMPANELMENT WITH GOVT. / SEMI GOVT. / PSUS / INTERNATIONAL BODIES FOR ARCHITECTURAL CONSULTANCY WORKS

S.No.

Name of Organization

Category / Classification if any

Date of Empanelment

Signature of Applicant

48

DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEVELOPMENT CORPORATION LTD.

Part II (Financial Bid)


Name of Work:Acceptance : I/We certify that I/we have read all the scope of work and all the terms and condition mentioned above in Bid document and I/we agree to accept each of them. (Consultants Signature & Address) with Stamp
S. No.
1.

Description of item

(A) Area (Sqm.)

(B) Rate per Sqm

Total AxB In INR

Consultancy for Development work

47

199416

Consultancy for Built up space (industrial & residential covered area)

439215

Consultancy for Built up space (parking & services)

104471

Total

Note :-

1.The Land Area and Built-up Area defined above can vary on either side.

(Consultants Signature & Address) with Stamp


49

Вам также может понравиться