Вы находитесь на странице: 1из 16

No.

HUDCO/DD/Siliguri/2013

Dated 01/01/2014

NOTICE INVITING TENDER FOR SELECTION OF CONSULTANT FOR PROVIDING ENGINEERING SERVICES FOR NEW OFFICE BUILDING OF SILIGURI MUNICIPAL CORPORATION

Period of availability of Tender document:

01/01/2014 to 21/01/2014 (Downloadable from http://www.hudco.org) 22/01/2014 by 3:00 P.M.

website:

Last date for receipt of Tender at HUDCO:

Earnest Money Deposit

Rs 20,000/Tender Box installed at 1st Floor, Housing & Urban Development Corporation Limited, Hudco Bhawan, Core 7-A, India Habitat Centre, Lodhi Road, New Delhi 110 003 Technical Bid - [3:30 PM on 22/01/2014] (Date & time of opening of financial bid shall be intimated to the qualifying applicants later). (Applicants / authorized representative may be present at the time of bid opening)

Place of submission of Tender document:

Date and Time of Tender opening:

For further information: Executive Director (DD/URP) Housing & Urban Development Corporation Limited, IVth Floor, Hudco Bhawan, Core 7-A, India Habitat Centre, Lodhi Road, New Delhi 110 003

1. OVERVIEWOFTHEPROJECT

Housing & Urban Development Corporation Limited (HUDCO), a Government of India Undertaking is providing Consultancy Services for the project: Planning, Designing, Estimation and Preparation of DPR for Construction of a (2 Basements+G+6) storied New Office Building of Siliguri Municipal Corporation. The Salient Features along with the layout plan is placed at Annexure-A. In connection with the same, HUDCO invites technical and financial bids in sealed covers from reputed Engineering Consultants for providing Comprehensive Engineering Consultancy Services for the project as per the detailed Scope of Work described as follows:
2. SCOPE OF WORK FOR THE CONSULTANTS

The Engineering Consultant shall provide services in respect of the following works along with the detailed design and drawings, design calculations, computer analysis, estimation with specifications and bill of quantities. a) Structural Design. b) Public Health Engineering (Sanitary, Plumbing, water Supply, Solid Waste, drainage and sewerage Design etc. - both internal and external) including Rain water Harvesting system etc. c) Electrical works (both internal and external), Electronic, communication system (EPABX, computer and public address system, etc.) d) Heating, ventilation and air-conditioning work (HVAC) and other mechanical system, if required. e) Elevators, escalators etc. f) Fire detection. Fire protections and security Systems, etc. g) Site development including Roads and Parking design etc. h) Detailed design, drawings and estimates including specifications and bill of quantities of all items for Tendering purposes i) Periodic inspection and supervision
3. SCHEDULE OF SERVICES

The Consultant shall after taking instruction from HUDCO render the following services:3.1 3.2 3.3 Prepare Conceptual designs with reference to requirements given and prepare approximate estimates of cost by cubic measurements or on area basis. Modify the Conceptual designs incorporating required Changes and prepare preliminary drawings and designs for HUDCOs approval along with revised estimates of cost. Prepare drawings, documents and collect all the relevant information related to the project necessary for submission to Statutory bodies restricted to their scope of work for sanction and assist and advise on formalities. Prepare working engineering drawings, specifications and schedule of quantities sufficient to prepare the estimates of cost. Prepare working engineering drawings including large Scale and full size details, detailed specifications, schedule of quantities and cost estimates sufficient to invite

3.4 3.5

tenders. 3.6 Prepare and submit complete working drawings and details ( 5 sets and soft copy ) sufficient for commencement of work at the site and for proper execution during construction. Visit the site of work and provide periodic supervision necessary to clarify any decision or interpretation of the drawings and specifications that may be necessary and attend conferences and meetings and to ensure that the project proceeds generally in accordance with Conditions of Contract. These visits would be limited to two visits for two persons or four visits for one person. The financial quote of the consultant should include the cost/expenditure to be incurred on account of these visits to Siliguri.

3.7

4. SCHEDULE OF PAYMENT

For each of the services in the scope of work the consultant shall be paid in the following stages consistent with the work done plus reimbursable expenses as agreed upon. Payments made to the Consultant are on account and shall be adjusted against the final fee payable. Stage 1 On submitting conceptual designs/drawings as per the requirements and preliminary estimates of costs.

15% of total fees payable.

Stage 2 Preparation and submission of draft DPR and compliance with Indian Codes and Standards for SMC/Statutory approval. Stage 3 On submitting detailed engineering working drawings, detailed specifications, estimation, detailed structural design & drawings (including sanitary & plumbing, fire fighting etc.) and services designs together with estimates of costs and bill of quantities for tendering purposes. 35% of the total fees payable less payment already made.

55% of the total fees payable less payment already made.

Stage 4 On submission of final DPR with detailed Engineering Design & Drawings (Six sets) including sanitary, plumbing, fire fighting, HVAC, electrical structural etc., detailed estimates as per latest PWD Schedule of Rates, Northern Circle, Govt of West Bengal. Stage 5 On commencement of work at site by SMC The consultant would be required to submit complete set of drawings and details for the work to commence at site and thereafter, as per requirements till the project reaches upto 2nd floor roof level.

75% of the total fees payable less payment already made

100% of the total fees payable less payment already made

Payment to the consultant shall be made on production of the bill for the relevant stage, subject to receipt of payment by Hudco from SMC for that relevant stage.
5. EXECUTION OF THE ASSIGNMENT

5. 1

All the stages of work shall be completed by the Consultant and the necessary approval given by HUDCO according to the time schedule mutually agreed upon. The works through out the stipulated period of contract will be carried out with diligence, time being the essence of the contract. In the event of the failure on the part of the Consultant to complete their work or in the event of the consultant committing a breach of anyone or more of the terms and conditions of the agreement, Hudco shall be entitled to rescind this Agreement without prejudice to its rights to claim damages or remedies under the law. The period of notice to be given to rescind the contract will be 30 days. The Consultant shall prepare drawings, designs, outline specifications and estimates of costs by cubic measurements or on areas basis on schedule of rates plus tender percentage and/or on Bureau of Indian Standards (previously ISI) specifications as per requirement. In the absence of rate in the aforesaid schedule of rates, the same shall be arrived at by actual analysis. The Consultant will advise HUDCO on the Time Schedule (Bar Chart/PERT/CPM Net Work) for the completion of the work, if required. The Consultant must have the, authority of HUDCO before initiating any stage of his duties. The Consultant shall assume full responsibility for the designs and specifications for items described in the scope of work. The consultant shall submit the details of 4

5.2

5.3

5.4 5.5 5.6

the calculation and render all possible help for the above scrutiny. 5.7 The consultant shall not make any deviation, alteration or omission from the approved Drawings. Involving financial implications without prior consent of HUDCO. The consultant shall exercise all reasonable skill, care and diligence in the discharge of his duties and shall exercise such general superintendence and inspection in regard to such work as may be necessary to ensure that works are being executed in accordance with the agreement. The consultant shall make necessary revisions as may be required by HUDCO in the drawings and other documents once approved, required to be made by HUDCO. HUDCO shall have the liberty to postpone or not to execute any work and the Consultant shall not be entitled to any compensation or damage for such postponement or non-execution of the work except the fees which are payable to the Consultant up to the stage of services then in progress. The Executive control of the work, as far as this agreement is concerned on behalf of HUDCO subject to the overall control of the Chairman & Managing Director shall be with the Executive Director (Design & Development), HUDCO to whom the Consultant shall address all communications to be confirmed thereafter in writing.

5.8

5.9

5.10

5.11

6. CONDITIONS OF ELIGIBILITY OF APPLICANTS

6.1 6.2 The applicant Consultant shall be a single legal entity. Consortiums/ Joint Ventures are not applicable. Average Annual financial turnover from consultancy operations during the last 3 years, ending 31st March of the previous financial year, should be at least Rs 10.00 lacs. (The statement indicating the same shall be certified by Registered Chartered Accountant). The applicant Consultant should have provided Engineering Consultancy Services for: Three similar completed works/projects costing not less than Rs 1200.00 lacs each OR Two similar completed works/projects costing not less than Rs 1500.00 lacs each OR One similar completed work/project costing not less than Rs 2400.00 Lacs. Documents substantiating the same (Work Orders/Completion Certificates etc. issued by the client ) shall be provided in support of undertaking the assignments 6.4 The applicant consulting agency should possess in-house engineering setup/outfit with competent engineers/professionals etc. The applicant should have atleast one Structural Engineer, One Public Health Engineer and One Electrical Engineer. The details of these professionals alongwith other technical staff are required to be enclosed as per Form C.

6.3

7 7.1

INSTRUCTIONS TO APPLICANTS The Applicant shall submit their Bids in the form and manner specified in this NIT. The Technical Bid shall be submitted as per Form A to C and the Financial Bid shall be submitted as per Form D. Upon selection, the Applicant shall be required to undertake the Assignment on the receipt of the Letter of Appointment from HUDCO. The Contract Period for the Assignment will be till the successful completion of the Assignment by the selected Consultant.

7.2

SUBMISSION OF BIDS 7.3 The bids shall be submitted in the following manner: Envelope A EMD - This sealed envelope shall contain Earnest Money Deposit of Rs.20,000/- (Rupees Twenty Thousand only) by way of Demand Draft drawn in favour of HUDCO Limited and payable at New Delhi. The envelope shall be superscribed with Earnest Money Deposit for Engineering Consultancy Services for New Office Building of Siliguri Municipal Corporation. Envelope B Technical Bid - This sealed envelope shall contain the following: Company Profile of the consultant alongwith the details such as Name, Address, Telephone Number, Fax, E-Mail, Details of Branches, if any. Duly certified copy of Registration/Incorporation of the company, Service Tax Registration, PAN No. etc. Documents substantiating eligibility criteria as mentioned at Clause 6 above. Details of technical staff on permanent & temporary rolls, at the disposal of the Consultant. This shall be in addition to Clause 6.4 above. Copies of Annual Report, if any, for the last 3 years

This envelope shall be superscribed with Technical Bid for Engineering Consultancy Services for New Office Building of Siliguri Municipal Corporation. Envelope C Financial Bid This shall contain the following: The sealed financial bid shall mention the Lump Sum amount in INR (in figures and in words and exclusive of applicable service taxes) that the consultants would ask from HUDCO towards the services to be rendered as per the scope of work mentioned above. The financial quote shall include all costs associated with the project. The financial quote shall also include the cost/expenditure to be incurred for two visits for two persons or four visits for one person to Siliguri. Since service tax is liable to vary, Lump Sum amount should be qualified by the words plus applicable service tax. The fees shall be payable according to Schedule of payment of consultancy fees cited above. The financial offer shall be given in the Form D. 6

This envelope shall be superscribed with Financial Bid for Engineering Consultancy Services for New Office Building of Siliguri Municipal Corporation.

7.4

All the above three envelopes (i.e. A, B & C) must be packed in a separate sealed outer cover and clearly super scribed with the following: Proposal for Engineering Consultancy Services for New Office Building of Siliguri Municipal Corporation. The Applicants Name & address shall be mentioned in the left hand corner of the outer envelope.

7.5

The inner and outer envelopes shall be addressed to: Executive Director (DD/URP) Housing & Urban Development Corporation Limited, Core 7-A, India Habitat Centre, Lodhi Road, New Delhi 110 003

7.6

If the outer envelope is not sealed and marked as mentioned above, then HUDCO will assume no responsibility for the tenders misplacement or premature opening. An Applicant is eligible to submit only one Application for the assignment. The Proposal shall remain valid for 90 days after the date of bid opening. Any Proposal which is valid for a shorter period shall be rejected as non-responsive.

7.7 7.8

ACKNOWLEDGEMENT BY APPLICANT 7.9 It shall be deemed that by submitting the Proposal, the Applicant has:

a. made a complete and careful examination of the NIT b. received all relevant information requested from HUDCO c. acknowledged and accepted the risk of inadequacy, error or mistake in the information provided in the NIT or furnished by or on behalf of HUDCO or relating to any of the matters stated in the NIT Document d. satisfied itself about all matters, things and information, necessary and required for submitting an informed Application and performance of all of its obligations there under; and e. agreed to be bound by the agreement, format for which is enclosed with this NIT. RIGHT TO REJECT ANY OR ALL PROPOSALS 7.10 Notwithstanding anything contained in this NIT, the HUDCO reserves the right to accept or reject any Proposal and to annul the Selection Process and reject all Proposals, at any time without any liability or any obligation for such acceptance rejection or annulment, and without assigning any reasons thereof. 7

7.11

HUDCO also reserves the right to reject any Proposal if: a. at any time, a material misrepresentation is made or uncovered, or b. the Applicant does not provide, within the time specified by HUDCO, the supplemental information sought by the HUDCO for evaluation of the Proposal. Such misrepresentation/ improper response may lead to the disqualification of the Applicant. If such disqualification /rejection occur after the Proposals have been opened and the highest ranking Applicant gets disqualified / rejected, then the HUDCO reserves the right to consider the next best applicant, or any other measure as may be deemed fit in the sole discretion of the HUDCO, including annulment of the Selection Process.

7.12

The Proposal with all accompanying documents (the Documents) and all communications in relation to or concerning the Selection Process shall be in English language and strictly on the forms provided in this NIT. OPENING OF THE BIDS

7.13

The sealed Envelope A (EMD) shall be opened first in presence of the authorized representatives of the applicant consulting entities who may choose to remain present at the office of Executive Director (DD/URP), Housing & Urban Development Corporation Limited, IVth Floor, Hudco Bhawan, Core 7-A, India Habitat Centre, Lodhi Road, New Delhi 110 003, on 22.01.2014 at 3:30 PM. If found in order, the sealed Envelope B (Technical Bid) shall be opened subsequently, on the same day, date and time.

7.14

On the evaluation of the Technical Bids by the Empowered Committee formed by HUDCO, Financial Bids of only those agencies would be opened, who are found to be eligible as per the criteria defined above. The date of opening of financial bids shall be intimated to the shortlisted agencies at a later date. In the event of the specified date being declared a holiday for HUDCO, the Bids shall be opened at the appointed time and location on the next working day. AWARD OF CONSULTANCY

7.15

7.16

After selection, a Letter of Appointment (the LOA) shall be issued, in duplicate, by HUDCO to the Selected Applicant and the Selected Applicant shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Applicant is not received by the stipulated date, HUDCO may, unless it consents to extension of time for submission thereof, forfeit the EMD of such Applicant, and the next eligible Applicant may be considered. COMMENCEMENT OF ASSIGNMENT

7.17

The Consultant shall commence the Services within three days from the date of issue of the Letter of Appointment by HUDCO to the Selected Applicant.

8.

TERMINATION On failure to provide satisfactory service thereby causing any delay or damage in the execution of the project etc., HUDCO shall have the right to terminate the consultancy forthwith by giving thirty days advance notice at the address mentioned therein. The decision of HUDCO regarding dis-satisfaction of services/ delay/ damages caused by the consultant shall be final in this regard.

9.

ARBITRATION All difference and dispute arising between the Consultant and HUDCO on any matter connected with this consultancy or in regard to the interpretation of the contents thereof shall be referred for arbitration to a sole arbitrator appointed by Chairman & Managing Director, HUDCO in accordance with the provisions of Arbitration and Conciliation Act, 1996 and the decision and award of the arbitration shall be binding and the parties thereof. The place of arbitration proceedings shall be New Delhi.

10. 10.1

10.2

10.3

FRAUD AND CORRUPT PRACTICES The Applicants and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained in this NIT, HUDCO shall reject a Proposal without being liable in any manner whatsoever to the Applicant, if it determines that the Applicant has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice (collectively the Prohibited Practices) in the Selection Process. In such an event, HUDCO shall, without prejudice to its any other rights or remedies, forfeit the EMD, as the case may be or as mutually agreed genuine pre-estimated compensation and damages payable to HUDCO for, inter alia, time, cost and effort of HUDCO, in regard to the NIT, including consideration and evaluation of such Applicants Proposal. Without prejudice to the rights of HUDCO under Clauses hereinabove and the rights and remedies which the HUDCO may have under the LOA, if an Applicant or Consultant, as the case may be, is found by the HUDCO to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Selection Process, or after the issue of the LOA, such Applicant or Consultant shall not be eligible to participate in any tender or NIT issued by HUDCO during a period of 2 (two) years from the date such Applicant or Consultant, as the case may be, is found by HUDCO to have directly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as the case may be. For the purposes of this Clause, the following terms shall have the meaning hereinafter respectively assigned to them: a. corrupt practice means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of any person connected with the Selection Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the HUDCO who is or has been associated in any manner, directly or indirectly with the Selection Process or the LOA or has dealt with matters concerning the Agreement or arising there from, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the 9

b. c.

d.

e.

service of the HUDCO, shall be deemed to constitute influencing the actions of a person connected with the Selection Process; or (ii) engaging in any manner whatsoever, whether during the Selection Process or after the issue of the LOA or after the execution of the Agreement, as the case may be, any person in respect of any matter relating to the Project or the LOA or the Agreement, who at any time has been or is a legal, financial or technical consultant/ adviser of the HUDCO in relation to any matter concerning the Project; fraudulent practice means a misrepresentation or omission of facts or disclosure of incomplete facts, in order to influence the Selection Process; coercive practice means impairing or harming or threatening to impair or harm, directly or indirectly, any persons or property to influence any persons participation or action in the Selection Process; undesirable practice means (i) establishing contact with any person connected with or employed or engaged by the HUDCO with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Selection Process; or (ii) having a Conflict of Interest; and restrictive practice means forming a cartel or arriving at any understanding or arrangement among Applicants with the objective of restricting or manipulating a full and fair competition in the Selection Process.

10

Form-A TECHNICAL PROPOSAL Letter of Proposal (On Applicants letter head) From: Date: ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------Telephone Number ------------------------ Fax Number ------------------------------E-mail ID --------------------------------------------To Executive Director (DD/URP) Housing & Urban Development Corporation Limited, Core 7-A, India Habitat Centre, Lodhi Road, New Delhi 110 003 Sub: Engineering Consultancy Services for New Office Building of Siliguri Municipal Corporation. Sir, Pursuant to the notice inviting tenders on the subject above, issued by HUDCO, New Delhi, we hereby submit our Offers for being appointed as the Engineering Consultants to HUDCO for carrying out the above mentioned assignment We have thoroughly read and understood the NIT. Submission of Offers will not devolve any right on us to be considered for selection. We agree to keep this Offer of ours open for acceptance by HUDCO up to 90 days after the last date of receipt of Offer and agree not to revoke our Offer at any time during such period. As required, an EMD of Rs.20,000/- (Rupees Twenty Thousand only) has been furnished in envelope No.1 in the form of Demand Draft in favour of HUDCO Limited payable at New Delhi (Bank Draft no. dated .. drawn on .. , Branch).

Yours faithfully, (Name & designation of the person signing with office seal)

11

Form-B Particulars of the Applicant 1. NAME OF THE FIRM : 2. REGISTERED OFFICE : 3. EXECUTING OFFICE: 4. REGISTRATION NO./INCORPORATION OF THE COMPANY: 5. PAN NO. 6. SERVICE TAX REGISTRATION NO. 7. CONSTITUTION OF CONSULTANT FIRM : 8. Names of Govt. Dept. / Public Sector undertaking / Pvt. Sector / International clients to whom the bidder has provided similar services, if any: 9. MAIN BUSINESS ACTIVITIES : 10. DETAILS OF MAIN BRANCHES IN INDIA : 11. Annual Turnover and Net Profit of the Firm (in INR) in India during last three Financial Years. (Please attach copy of the Audited Financial Statements) 12. DETAILS OF CONTACT PERSONS NAME : DESIGNATION : CONTACT TEL. NO. : MOBILE NO. : FAX NO. : EMAIL ID : POSTAL ADDRESS : (Signature of Authorized signatory)

12

Form-C CURRICULUM VITAE (CV) OF PROPOSED KEY PERSONNELS Name of Staff ..................................................................................................................... Designation ........................................................................................................................ Date of Birth : ..................................................................................................................... Years with Firm/Entity : ........................................... Nationality ...................................... Membership of Professional Societies: Key Qualifications: [Give an outline of staff members experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use about half a page.] Education : [ Summarize college/university and other specialized education of staff member, giving their names, dates attended, and degrees obtained. Use about one quarter of a page] Employment Record: [Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, name of employing organizations, titles of positions held, and locations of assignments. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use about three quarters of a page. ] Languages: [For English language indicate proficiency: excellent, good, fair, or poor; in speaking, reading, and writing ] Certification I, the undersigned, certify to the best of my knowledge and belief that: (i) This CV correctly describes my qualifications and my experience. (ii) I am committed to undertake the assignment within the validity of Proposal. Name & Signature of the Key Personnel Name & signature of the authorized signatory

13

Form D (Financial Bid) (To be submitted on the companys letterhead) From: Date: ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------Telephone Number ------------------------ Fax Number ------------------------------E-mail ID --------------------------------------------To Executive Director (DD/URP) Housing & Urban Development Corporation Limited, Core 7-A, India Habitat Centre, Lodhi Road, New Delhi 110 003 Sub: Financial Offer for engineering Consultancy Services for New Office Building of Siliguri Municipal Corporation Sir, We hereby quote a Lump Sum amount of Rs. . (Rupees ) + applicable Service Tax for providing Engineering Consultancy Services for New Office Building of Siliguri Municipal Corporation as per the scope of work defined in the NIT. Service Taxes shall be extra, as applicable. We are aware that the accepted consultancy fees shall be payable according to the schedule of payments defined in the NIT. We undertake to sign the Contract/Agreement for the purpose within the stipulated date, as will be mentioned in the award letter favouring the consultancy assignment to us. In case of our failure to sign the Contract/Agreement within the stipulated date, we undertake to accept forfeiture of the amount paid to HUDCO by us as EMD. Yours faithfully, (Name & designation of the person signing with office seal) * ** TDS will be deducted as per income tax rules The financial quote shall include all costs associated with the project. The financial quote shall also include the cost/expenditure to be incurred for two visits for two persons or four visits for one person to Siliguri.

14

ANNEXURE - A Salient features for the proposed New Office Complex for Siliguri Municipal Corporation The proposed prestigious project is being launched by Siliguri Municipal Corporation (SMC) for which design consultancy has been provided by Housing and Urban Development Corporation (HUDCO). The salient features are given as under:There are two plots on which the project is to be developed, namely West Block and East block on either side of the Road. The plot area for the West Block is 3161.66 Sqm and that of East Block is 1111.20 Sqm making a total of 4272.86 Sqm. Site is located on a busy road. The design has been conceived keeping in mind the Colonial Architecture. The layout comprises of 2 Basements + G + 6 storied building blocks for West as well as East Block. The basements shall be used as covered parking spaces as well as for services etc. Additional spaces for Car parking has been provided strategically in spaces around the blocks. For site area and other covered area details please refer annexed layout plan.

ROAD

ADDITIONAL DISTRICT LIBRARY

SILIGURI GIRLS HIGH SCHOOL

WEST BLOCK

ROAD

EAST BLOCK

ROAD

TO BAGHAJA TI

PARK

RO

AD

TO

CO

TM UR

E OR

NEW OFFICE BUILDNG FOR SILIGURI MUNICIPAL CORPORATION, BAGHAJATIN ROAD, SILIGURI

SITE LOCATION PLAN

hudco
hudco

Вам также может понравиться