Вы находитесь на странице: 1из 25

Request for Proposal (RFP)

Selection of an Architectural Consultant for


Construction of 10 floor Multi-storey
residential flats

Umendra Kumar Singh A13559016334


Jeet Bhattacharya A13559016314
Rikhesh Kurar A13559016324
Praveen Kumar Singh A13559016186
Disclaimer

The information contained in this Request for Proposal document (“ RFP”) or subsequently
provided to Applicants, whether verbally or in documentary or any other form by or on behalf
of the authority or any of its employees, is provided to Applicants on the terms and conditions
set out in this RFP and such other terms and conditions subject to which such information is
provided.

This RFP is not an agreement and is neither an offer nor invitation by the Authority to the
prospective Applicants or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in the formulation of their Proposals
pursuant to this RFP. This RFP includes statements, which reflect various assumptions and
assessments arrived at by the Authority in relation to the Consultancy. Such assumptions,
assessments and statements do not purport to contain all the information that each Applicant
may require. This RFP may not be appropriate for all persons, and it is not possible for the
Authority, its employees or advisers to consider the objectives, technical expertise and
particular needs of each party who reads or uses this RFP. The assumptions, assessments,
statements and information contained in this RFP, may not be complete, accurate, adequate or
correct. Each Applicant should, therefore, conduct its own investigations and analysis and
should check the accuracy, adequacy, correctness, reliability and completeness of the
assumptions, assessments and information contained in this RFP and obtain independent
advice from appropriate sources.

Information provided in this RFP to the Applicants is on a wide range of matters, some of
which depends upon interpretation of law. The information given is not an exhaustive account
of statutory requirements and should not be regarded as a complete or authoritative statement
of law. The Authority accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on the law expressed herein.

The Authority and its employees make no representation or warranty and shall have no
liability to any person including any Applicant under any law, statute, rules or regulations or
tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or
expense which may arise from or be incurred or suffered on account of anything contained in
this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or
completeness of the RFP and any assessment, assumption, statement or information contained
therein or deemed to form part of this RFP or arising in any way in this Selection Process.

The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise however caused arising from reliance of any Applicant upon the statements
contained in this RFP.

The issue of this RFP does not imply that the Authority is bound to select an Applicant or to
appoint the Selected Applicant, as the case may be, for the Consultancy and the Authority
reserves the right to reject all or any of the Proposals without assigning any reasons
whatsoever.
The Applicant shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be required by
the Authority or any other costs incurred in connection with or relating to its Proposal. All
such costs and expenses will remain with the applicant and the Authority shall not be liable in
any manner whatsoever for the same or for any other costs or other expenses incurred by an
Applicant in preparation or submission of the Proposal, regardless of the conduct or outcome
of the Selection Process.
A. Introduction and Scope

a) UJ Enterprise (UJE) has been appointed as Project Consultant for providing


Comprehensive Architectural and Engineering consultancy services including
Project management consultancy services for the setting up of UJ TRIVIA 3 nos.
of 10 – Storied Residential Towers having a cost of Rs. 350 cr., land area of 3
acres and BUA of 40 lakh sqft. The Project is located at Sector 27, Greater Noida.
It has to be an Earthquake Resistant Structure which can resist an earthquake upto
7.0 in Richter Scale. of for this project UJE invites Expression of Interest (EOI)
from eligible Architectural Consultant with requisite experience as consultant to
UJE to provide the required Architectural & Engineering Consultancy Services.

b) The Architectural Consultant will be required to engage sufficient technically


qualified and experienced staff in the field of Residential Building for providing
the required level of services.

c) The scope of work includes but is not limited to site evaluation / assessment,
preparation of concept plan, preparation of preliminary, detailed architectural and
structural designs, preparation of working / GFC drawings, preparation of tender
documents, BOQ and detailed specifications, planning and design of services
including MEP / HVAC, lifts/elevators, fire detection, fire protection and security
system, interior designs, landscape architecture, planning ,STP, selection of
material / approval of samples, periodic inspection and evaluation of works, check
and approve drawings submitted by contractors, obtaining statutory approvals
from authorities/local bodies, obtaining NOC of municipal / local bodies,
submission of ‘as built drawings’, and obtaining completion certificates from
statutory authorities.

B. Mode of Consultancy

The Consultant shall act and provide the required services as back up office consultant to
UJE. This shall mean that the Consultant shall be working and supplying all the details as
per the respective scope of work in the manner and in the name of UJE.

C. Eligibility

1. Bidders for the architectural design package must be an architectural design firm with
relevant statutory registration(s) to practice architecture in India.
2. The bidding firm must be a proprietorship firm whose proprietor is a qualified architect
registered with the Council of Architecture of India or a partnership firm in which all the
partners are qualified architects registered with the Council of Architecture of India.
3. Limited companies, private/public companies, societies & other juridical persons shall
not be permitted to participate in the bid
4. Bidder must not have been blacklisted or de-registered by any government
authorities/agencies or public-sector entities in India or abroad.
5. Bidder should have designed at least 3 (three) residential projects in India during the
last 2 (two) years. Proof of assignment shall be furnished in the form of ‘Letter of
Appointment /Completion’ issued by each of the client.
6. The bidding firm should have been in practice for minimum 2 (two) years as on 31 st
March 2017.
7. The Bidder shall clearly demonstrate the capabilities of its senior team members & the
team leader in the planning & design of similar residential/educational facilities.
8. Bidder’s team members qualification & professional experience requirement is
elaborated in the chart below:

KEY PERSONNEL (should be employed with the bidding firm)


Sl. Designation Minimum Qualification Experience in the Registration
No. no. of Medical
personnel Architecture

1 Project 1 Masters in Total experience of Council of


Head/Team Architecture 15 years with at Architecture, India
Leader least 10 years as or equivalent body
part of core project for international
design team for 5 Architects
residential projects
(Earthquake
resistant design) of
more than 300 crs.

2 Senior Architect 1 Bachelors in Total experience of Council of


Architecture 10 years with at Architecture, India
least 5 years as part or equivalent body
of core project for international
design team of Architects
Residential
Projects
(Earthquake
resistant design) of
more than 300 crs.

3 Engineering 1 Bachelors in Total experience in Institute of


Design /Project Civil/Electric Residential Engineers, India or
Coordinator al/Mechanica Projects of 15 equivalent body for
l years in at least 3 international
Residential Engineers
projects
(Earthquake
resistant design) of
more than 300 crs
4 Interior Designer 1 Bachelors in Total experience in
Interior Residential
Design projects of 3 years
in at least 3
Residential
projects of more
than 300 crs.
Note: The bidding firm’s associate sub-consultants for Structure, Plumbing & Fire Fighting, HVAC,
Electrical & IT, MGPS, shall also have relevant experience in the design of at least 3 Residential
projects
during the last 2 years as on 31st March 2017.

a) The term "ARCHITECT" shall mean any person, who at the time of his
application is registered with the Council of Architecture under the Architects-
Act-1972. Where the expression of Interest is made by a team, its leader shall be
an "ARCHITECT" and where the application is made by proprietorship firm
whose proprietor is a qualified architect registered with the Council of
Architecture of India or a partnership firm in which all the partners are qualified
architects registered with the Council of Architecture of India. The applicants
should be in the architectural consultancy business in the present name and style
for a period of minimum 2 years viz. 31 st March 2017.

b) The firm must have provided comprehensive architectural consultancy services


for setting up minimum one Residential/Institutional projects during last Two 2
years as on 31st March 2017.

D. Instructions & Guidelines for Submission of Application Form for


Selection of Architects

1. EOI & RFP document can be downloaded from our website at www.ujeinfo.com.

2. Application form shall be submitted in sealed envelope super scribing “Expression of


Interest for Setting up of UJ TRIVIA, Sector 27, Greater Noida,” on or before
22.08.2017 up to 11.00 hours in the office of VP(ID), UJ Enterprise, B-14-A, Sector – 62,
NOIDA – 201307 (U.P).

3. The application shall be submitted only as per the enclosed format (s) along with
Annexure I to XI, Self-attested documentary proof(s) in respect of the details furnished in
the application form shall be submitted along with the application. The intending firms
shall also submit the list of such projects where due to any disputes litigation/arbitration
was invoked and or the consultancy services were abandoned/suspended by the
architect(s). Suppression of any information in this regard may lead to disqualification of
the Firm/Architect(s) concerned, if such information comes to the notice of UJ Enterprise.
Incomplete applications will be summarily rejected.

4. The application shall be signed by the authorized person (s) of the firm. All pages of
the EOI document shall be signed / sealed.

5. UJE reserves the right to accept or reject any application or cancel this EOI process
without assigning any reason or incurring any liability thereof.

6. Architect(s)/Firms having experience in designing Green Buildings as per GRIHA


norms or equivalent recognized international norms should give details of such works
carried out by them in the last 2 years.

7. The Application should be on the prescribed form. All Annexures duly completed
should be submitted. The Annual turnover of the firm and profit and loss statement by
way of Professional Fees for Architectural Consultancy for the last two years, duly
audited by a Charted Accountant, should be submitted. Certified copies of Award letters,
completion certificates etc. should be enclosed.
8. Summary of regular/permanent professional employees and key Personnel including
the nature of specialization, qualifications and experience should be enclosed along with
certificates.
9. Applicants should give an undertaking certifying that the firm has not been blacklisted
by any Govt. /Local bodies/PSUs.
10. The evaluation of the applications submitted by the firms shall be undertaken based
on details submitted by them strictly as per requirement of this EOI document. Applicants
shall not be required to submit their own, additional information or material subsequent to
the date of submission and such material if submitted will be disregarded. It is therefore
essential that all the details are submitted by the applicants accurately and specifically as
per requirement of this EOI. However, HITES reserves the right to ask any clarification
from the applicants for details submitted if it so desires during evaluation.

E. Conflict of Interest

UJE requires that consultants should provide professional, objective and impartial advice
and at all times hold the client’s interest paramount, strictly avoid conflicts with other
Assignment/Jobs or their own corporate interests and act without any consideration for
future work. The consultant and any of their affiliates shall be considered to have a
conflict of interest and shall not be hired under any of the circumstances given below:
a. Conflicting activities or assignment i.e. providing goods or works or assignment other
than consulting assignment

b. Conflicting relationship i.e. business/relationship with a member of client’s staff


involved in the job.
c. The consultants shall be required to observe the highest standard of ethics during
rendering of professional services.

F. Preparation of EOI& Submission of RFP:


The offer shall comprise of two parts:

a. Volume-I -Expression of Interest:

The Architect/Firm shall submit the documents in compliance to this EOI. This
submission under Volume-I shall form Part I of the offer. These documents shall be
examined and the financial offer submitted under Volume-II in respect of the
successful eligible applicant/ firm(s) shall only be opened.

b. Volume-II-Request for Proposal


Complete RFP document &Financial Offer given by the Architect / Firm shall form
Part II of the offer.
i. The Offers must be delivered to the address below on or before 11.00 hrs. of
17.03.2016. The Applicants shall place their offer in two separate sealed covers
i.e. Expression of Interest (Volume-I) and Request for Proposal with Financial
Offer (Volume-II). EOI is to be placed in separate sealed Envelopes i.e.
Envelope-I for the EOI and Envelope –II consisting of RFP with Financial
Offer (Form-C). Each envelope will be marked in bold letters indicating its
contents. Both the envelopes shall be placed in a single sealed envelope duly
super-scribed “Expression of Interest for Setting up of UJ TRIVIA, Sector
27, Greater Noida,”
ii. Incomplete Applications will be summarily rejected UJE reserves the right to
accept or reject any application without assigning any reason.

G. Criteria for Evaluation

Evaluation of Technical Proposals

 In the first stage, the Technical Proposal will be evaluated on the basis of
Applicant’s experience, its understanding of TOR, proposed methodology and
Work Plan, and the experience of Key Personnel. Only those Applicants whose
Technical Proposals get a score of 70 marks or more out of 100 shall qualify
for further consideration, and shall be ranked from highest to the lowest on the
basis of their
technical score (ST).
 Each Key Personnel must score a minimum of 70% marks except as provided
herein. A Proposal shall be rejected if the Team Leader scores less than 70%
marks or any two of the remaining Key Personnel score less than 70% marks.
In case the Selected Applicant has one Key Personnel, other than the Team
Leader, who scores less than 70% marks, he would have to be replaced during
negotiations, with a
better candidate who, in the opinion of the Authority, would score 70% or
above.
 The scoring criteria to be used for evaluation shall be as follows. A proposal
shall be rejected at this stage if it does not respond to important aspects of the
Terms of Reference: -
(Table –X)
Item
Parameters Maximum Marks
Code
1 Relevant Experience of Applicant 30
(a) Turnover 10
(b) No. of Eligible Assignments 15
Experience in completion of green buildings
(c) 5
(certified by LEED/GRIHA)
2 Key professionals & their experience 50
3 Concept presentation 20
Total
100
Technical

NOTE: In case the applicant is a JV/Consortium, while awarding marks under item
code no. 1(a), (b) & (c), the combined turn over, no. of eligible assignments and
experience in completion of green buildings for both the members shall be
considered.
Marking scheme for Sr. No 1 (a) (Overall Turnover) as in Table “X” above
Total Marks = 10
Total Turnover in last 7
S.N Marks
(Seven) Financial Years
1. Up to 20 cr. 6
2. 20 Cr. To 50 Cr. 8
3. Above Rs. 50 crores 10

Marking scheme for Pt. 1 (b)


Total Marks -15
Eligible completed projects in the last 7 fiscal years Marks
Eligible assignments Completed in the last 7 years
Minimum 2 projects 10
3-5 projects 12
More than 5 projects 15

Marking scheme for Pt. 1 (c)


Total Marks -5
Experience in completion of green buildings
Marks
(certified by LEED/GRIHA)

Number of green buildings


1 project (Minimum) 2
2 projects 3
3 or more projects 4

Additional marks for platinum or 5* & above rated


1
Building(s)

Note: Only multi storey building of at least 8000 sq.mt area with green building
certification (final/provisional) shall be considered.

Marking scheme for Sr. No. 2 as in Table “X” above i.e. Key Professionals and
their Experience

Total Marks = 50
Max
S. No Proposed Key Personnel Percentage Weightage
Marks
1. 1. Team Leader 12
M Arch with atleast 15 Percentage
S.N Criteria
years of Weight
relevant experience General
1.
qualification
Educational
(i) 10
qualification
Total
(ii) 15
Experience
Adequacy
2. or
Assignment
(i) Size of 20
Eligible
Assignment
No. of
(ii) Eligible 30
Assignment
Years of
experience
(iii) on 25
eligible
assignment
Total
100
weightage
Senior Architect
B. Arch with atleast 8 years
2. 8
of
relevant experience
Sr. MEP Engineer
B. Tech/ B. Engg/
Infrastructure planning/
3. Utility 10
Planning with atleast 8
years of
relevant experience
Senior Structural Engineer
M.E (Structures) with
atleast 8
4. 8
years of relevant experience
in
Structural Design.
Architect
B. Arch with atleast 6 years
5. 6
of
relevant experience
Interior Design Architect
B.Arch with atleast 6 years
6 6
of
relevant experience

Note-
(i) While awarding marks for the number of eligible projects, the applicant that has
undertaken the highest number of eligible assignments shall be entitled to the
maximum score and all other competing applicants shall be entitled to a proportionate
score.
(ii) Key Personnel with the minimum laid down criteria shall be awarded 70% of the
total marks for meeting the benchmarks. Additional marks shall be awarded for higher
educational qualification and experience as per the proportionate criteria given in (i)
above.

Marking scheme for Pt. No. 3 “Concept Presentation” as in Table “X” above = 20
marks
The marking shall be done by the selected committee appointed by the Authority,
comprising of professionals from varied fields, who shall score the applicant on the
basis of the presentation, duly considering the design concept, understanding of the
project, design philosophy, work methodology, concepts for green and smart
technology and cost effectiveness.

Eligible Assignments

For the purposes of determining Conditions of Eligibility and for evaluating the
Proposals under this RFP, the following projects shall be deemed as eligible
assignments (the “Eligible Assignments”). The Applicant should satisfy criteria in all
the categories as mentioned below –

Experience criteria:

The Applicant should have completed the architectural consultancy assignment/ work
as given in the below table:

No. of Eligible projects


Individual Firm/ Company/LLP
of
Criteria or Lead Member of Joint
2nd Member of Joint
venture/ Consortium
Venture/ Consortium
No. of Eligible Projects
2 1
completed in last 7 F.Y.
At least one project by Individual
Firm/ Company/LLP or in case
of Joint venture/ Consortium at
No. of Green Building
least one project by either of the
Certifications
members as detailed under clause
3.1.3.
(Table –X) item code no 1(c)

“Eligible Projects” are defined as below:

Any Multi Storeyed (above six storeys) Building either in Government/Private Sector,
having atleast 15,000 sqm BUA, and for which the Applicant must have received
consultancy fee of Rs 2.50 cr for each of such projects in India or Consultancy fees of
Rs 4.50 cr. for each of these projects in countries other than India.

Note - Currency rate of 1USD = Rs 65.00 (INR), or equivalent exchange rate for other foreign
currencies, will be considered where fee has been received in currency other than INR.

All the eligible projects should have been executed from the stage of conceptual
planning, designing, implementation and completion; where either building is
completed or full fee has been received for Architectural Consultancy.
Completion of certificate of eligible projects from an authorized representative of the
client on a letter head is mandatory as proof of work.
Short-listing of Applicants

 Of the Applicants ranked as aforesaid financial evaluation of pre-qualified and


short- listed applicants shall be carried out in the second stage. However, if the
number of such pre- qualified applicants is less than two, the Authority may, in
its sole discretion, pre-qualify the Applicant(s) whose technical score is less
than 70 points even if such Applicant(s) do(es) not qualify in terms of Clause
3.1.2; provided that in such an event, the total number of pre-qualified and
short-listed Applicants shall not exceed two.
 All the applicants shall be informed of the Technical Score and shall be
uploaded on the official website of Authority. The date and time for opening of
financial bids shall also be intimated to by being uploaded on the official
website of the Authority and shall be opened publicly in the presence of the
Applicant ‘s representatives who choose to attend. The name of the
Consultant, the quality scores, and the proposed prices shall be read aloud and
recorded when the Financial Proposals are opened.

Evaluation of Financial Proposal


 In the second stage, the financial evaluation will be carried out as per
evaluation if financial proposal. Each Financial Proposal will be assigned a
Financial Score (SF).
 For financial evaluation, the cost based on consultancy rate indicated in the
financial proposal, excluding additional costs, will be considered.
 The Authority will determine whether the Financial Proposals are complete,
unqualified and unconditional. The cost indicated in the Financial Proposal
shall be deemed as final and reflecting the total cost of services. Omissions, if
any, in costing any item shall not entitle the firm to be compensated and the
liability to fulfil its obligations as per the TOR within the total quoted price
shall be that of the Consultant. The lowest financial proposal (F M) will be
given a financial score (SF) of 100 points. The financial scores of the other
proposal will be computed as follows:

SF = 100 x FM / F

Where F = Amount of financial proposal

Combined and final evaluation

 Proposals will finally be ranked according to their combined Technical (S T)


and Financial (SF) scores as follows:

S = ST x TW + SF x FW

Where S is the combined score, and T W and FW are weights assigned to


Technical Proposal and Financial Proposal that shall be 0.70 and 0.30
respectively.
 The Selected Applicant shall be the first ranked Applicant (having the highest
combined score). The second ranked Applicant shall be kept in reserve and
may be invited for negotiations in case the first ranked
 The Authority will determine whether the Financial Proposals are complete,
unqualified and unconditional. The cost indicated in the Financial Proposal
shall be deemed as final and reflecting the total cost of services. Omissions, if
any, in costing any item shall not entitle the firm to be compensated and the
liability to fulfil its obligations as per the TOR within the total quoted price
shall be that of the Consultant. The lowest financial proposal (F M) will be
given a financial score (SF) of 100 points. The financial scores of the other
proposal will be computed as follows:

SF = 100 x FM / F

H. 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 RFP, the Authority
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, the Authority shall, without
prejudice to its any other rights or remedies, forfeit and appropriate the Bid
Security or Performance Security, as the case may be, as mutually agreed
genuine pre-estimated compensation and damages payable to the Authority for,
inter alia, time, cost and effort of the Authority, in regard to the RFP, including
consideration and evaluation of such Applicant’s Proposal.

 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and
the rights and remedies which the Authority may have under the LOA or the
Agreement, if an Applicant or Consultant, as the case may be, is found by the
Authority 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
or the execution of the Agreement, such Applicant or Consultant shall not be
eligible to participate in any tender or RFP issued by the Authority during a period
of 2 (two) years from the date such Applicant or Consultant, as the case may be, is
found by the Authority 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 Section, 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 Authority 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 service of the Authority, shall be deemed to constitute
influencing the actions of a person connected with the Selection Process); or (ii) save
as provided herein, 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 Authority in relation to any matter concerning the Project;

(b) “fraudulent practice” means a misrepresentation or omission of facts or


disclosure of incomplete facts, in order to influence the Selection Process;

(c) “coercive practice” means impairing or harming or threatening to impair or harm,


directly or indirectly, any persons or property to influence any person’s participation
or action in the Selection Process;

(d) “undesirable practice” means (i) establishing contact with any person connected
with or employed or engaged by the Authority 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

(e) “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.

APPLICATION FORM FOR SELECTION (PART –I)


INFORMATION TO BE FURNISHED BY THE APPLICANTS

Selection of Architects
Sl. No. Particulars Details

1. Name of Organization

2. Address

Mobile No.

Telephone No.

Fax No.

E-mail ID

3. Organization Details To be filled as per Annexure-


I
4. Details of Proprietors & Senior Technical Staff To be filled as per Annexure-
II
5. List of Architectural Consultancy Assignments To be filled as per Annexure-
completed in last 2 years III
6. List of major Residential projects in progress To be filled as per Annexure-
including Earthquake Resistant Design. IV
7. Financial Status To be filled as per Annexure-
V
8. List of permanent professional Employees and Self-certified copies to be
Key Personnel mentioning their specialization, enclosed
qualifications, experience and association with
the firm
9. List of award winning entries To be filled as per Annexure-
VI
10. List of consultants associated on regular basis To be filled as per Annexure-
VII
11. List of works for which GRIHA /International To be filled as per Annexure-
ratings for Green buildings VIII
12. List of International works To be filled as per Annexure-
IX
13. List of equipment& software available with the To be filled as per Annexure-
firm X
14. Affidavit To be filled as per Annexure-
XI

Annexure-I
ORGANIZATIONAL DETAILS

Sl. No. Parameter Details


1. Organizational Set-up: To be filled as per
- Year of Establishment Annexure-II
- Status of Firm (Proprietorship/Partnership/Any
other)
- Name of Directors/Partners/Proprietors
- Selection with Govt. Organizations
- (Mention names along with copies of certificates)

2. Staff Strength
- Architects (nos.)
- Structural Engineers (nos.)
- Civil Engineers (nos.)
- Plumbing / sanitary engineers
- Electrical Engineers (nos.)
- Environmental Engineers (nos.)
- HVAC Engineers (nos.)

3. Details of Office Automation

4. ISO Certification

5. Outsourcing jobs Details of sub-


- Structural Design consultants (if any) to be
- Plumbing, Sanitary & water supply given
- Electric Schemes & Design
- Fire Fighting and fire detection
- Environmental
- Air conditioning
- Mechanical
- Any other

Signature of the applicant


Name & Designation

Place:

Date:

DETAILS OF PROPRIETORS & SENIOR TECHNICAL


STAFF
Annexure-II
Sl. No. Name of Academic Designation Address /
Partners/Directors Qualifications Phone / Fax /
/ Proprietors e-mail

Signature of the applicant


Name & Designation

Place:
Date:

Annexure-III

LIST OF RESIDENTIAL ARCHITECTURAL CONSULTANCY


ASSIGNMENTS
COMPLETED IN LAST 2 YEARS

Sl. Name Brief Name Value Date of Start of Date of Bonus/ Any other
No of description and of Work/Project Completion of Liquidate Relevant
Work of address Work/ Work/ Project d Information
/ Architectural of Project damages
Proje / Owner if any
ct Consultancy / Client Stipula Actual Stipul Actual imposed-
with assignment ted ated on
addre consultan
t
ss

Note:
The list of Works/Project mentioned should be substantiated with documentary evidence
such as work orders and completion certificates in the absence of which the application is
liable to be rejected.

Signature of the applicant

Annexure-IV
LIST OF MAJOR RESIDENTIAL PROJECTS IN PROGRESS

Sl Name Short Name Value of Date of Stipulate Stat Expecte Any


. of descriptio and Work/Pro Start of d time of us of d date other
N Work n of addre ject Work/Pro Complet wor of relevant
o / Architect ss of executed ject ion k complet informat
Projec ural Owne ion ion
t in Consultan r
Progr cy
ess
with
Addre
ss

Note:
The list of Works/Project mentioned should be substantiated with documentary evidence
such as work orders etc. in the absence of which the application is liable to be rejected.

Signature of the applicant

Annexure-V
FINANCIAL STATUS

Sl. No. Fiscal year Turnover (in Rs. Profit / loss (-)
Lacs)

1. 2013-2014
2. 2014-2015

Note:
Certified copies of audited Balance Sheets/IT Return/Chartered Accountants

Certificates to be enclosed.

Signature of the applicant


Name & Designation

Place:
Date:

Annexure-VI

LIST OF AWARD WINNING PROJECTS

(DURING LAST TWO YEARS)


Sl. No Name of Name Covered Cost Detail of Stage Institution
Client of Area of the of the & Nature
Departmen Project Work Project Project of Award
t (Salient
Feature
of the
Project)

Signature of the applicant


Name & Designation

Place:
Date:

Annexure-VII

LIST OF CONSULTANTS ASSOCIATED ON REGULAR BASIS

Sl. No Nature of Name & Name, Important


Consultancy Address of Qualification & Projects
Consultants Experience of Handled
Staff
1 Structural
Consultant

2 (a) For Civil


Services

(b) For Electrical


Services

(c) Fire Fighting


Services

(d) HVAC
Services

3 Land Scape
Consultants

4 Estimate
Consultants

5 GRIHA
Consultant

6 Any other
Consultant

Signature of the applicant


Name & Designation

Place:
Date:

Annexure-VIII

LIST OF WORKS FOR WHICH GRIHA /INTERNATIONAL RATINGS

FOR GREEN BUILDINGS EARNED


S. No Name of Name of Covered Cost of Detail of Rating
Client Project Area Work the Project Earned
(Salient
Feature of
the
Project)

Signature of the applicant


Name & Designation

Place:
Date:

Annexure-IX

LIST OF INTERNATIONAL WORKS**

S. No. Name of Name of Covered Cost of Detail of Stage of


Client Project Area Work the Project the Project
(Salient
Feature of
the
Project)

Signature of the applicant


Name & Designation

Place:
Date:

** INTERNATIONAL WORK MEANS WORKS DONE OUTSIDE INDIA.

Annexure-X

LIST OF EQUIPMENTS&SOFTWARE AVAILABLE WITH THE FIRM

S.No. Name of Equipment Type Nos.


1 Computers

2 Printers

3 Plotters

4 Software’s

Signature of the applicant


Name & Designation

Place:
Date:

Annexure –XI
AFFIDAVIT

(TO BE SUBMITTED ON NON-JUDICIAL STAMP PAPER OF MINIMUM RS.10/-


DULY CERTIFIED BY NOTARY PUBLIC)
Affidavit of Mr. ……………………………. S/o ………………………………….
R/o…………………………………….……….The deponent above named to hereby
solemnly affirm and declare as under:

1. That I am the Proprietor / Authorized signatory of M/s. ……………………having its


Head Office /Regd. Office at ……………………………

2. That the information / documents / Experience certificate submitted by


M/s…………..along with this ‘EOI to UJ Enterprise for Selection of Architects for
Setting up of UJ TRIVIA, Sector 27, Greater Noida are genuine and nothing has been
concealed.

3. I shall have no objection incase UJ Enterprise verifies them from issuing authority
(ies). I shall also have no objection in providing the original copy of the document(s), in
case UJ Enterprise, demand so for verification.

4. I hereby confirm that in case, any document, information & /or certificate submitted by
me found to be incorrect/false/fabricated, UJ Enterprise at its discretion may disqualify /
reject my application for pre-qualification out rightly and also debar me / M/s.
………………. from participating in any future tenders/PQ.

Deponent

I, ……………., the Proprietor / Authorized signatory of M/s. ………………, do herby


confirm that the contents of the above Affidavit are true to my knowledge and nothing has
been concealed there from and that no part of it is false.
Verified at ………………this …………. day of ………………..

Deponent

Вам также может понравиться