BID DOCUMENT FOR · Comprehensive Architectural Services and preparation of DPR (Detail Project...
Transcript of BID DOCUMENT FOR · Comprehensive Architectural Services and preparation of DPR (Detail Project...
1
BID DOCUMENT FOR
ENGAGEMENT OF CONSULTANT/ARCHITECT
FOR CONSTRUCTION AND DEVELOPMENT OF
NEW GROUP HOUSING PROJECT AT
NOORULLAH ROAD, ALLAHABAD
ALLAHABAD DEVELOPMENT AUTHORITY
2
ENGAGEMENT OF CONSULTANT/ARCHITECT FOR CONSTRUCTION AND
DEVELOPMENT OF NEW GROUP HOUSING PROJECT AT NOORULLAH
ROAD, ALLAHABAD
INDEX
Sl. No. Particular Page No.
1 Invitation of Offers 3
2 General Conditions 4-12
3 Information to Consultants 13-14
4 Data Sheet 15
5 Terms of Reference 16-20
6 Standard Forms for Technical Qualification Bid
21-28
7 Standard Form for Financial Bid 29
3
ENGAGEMENT OF CONSULTANT/ARCHITECT FOR CONSTRUCTION AND DEVELOPMENT OF
NEW GROUP HOUSING PROJECT AT NOORULLAH ROAD, ALLAHABAD
1. Tenders are invited from experienced architectural firm/architects for above mentioned
works, separately for each work. The terms and conditions for each work will remain as
follows.
2. Scope of work includes site survey collection and evaluation of existing data, preparation of
preliminary drawings, preparation of final drawings after getting approval of authority,
preparation of preliminary estimate, BOQ, Detailed specification, Getting approval from
appropriate level, preparation of tender Documents, site visits, submissions of extra items
(if required) and preparation of final drawings etc as mentioned in tender documents. The
detail scope of work can be downloaded from website https://etender.up.nic.in (Select
tenders by organization-Organization Name- Allahabad Development Authority) or
www.adaallahabad.in from 01. 11.17
3. The bidder should have a minimum average annual turnover of Rs. 3.00 Cr. (Rs. Three Cr.)
during the last three (3) financial years.
4. The Process of selection of consultant/architect shall be “Quality cum cost based system”
(QCBS) as per the procedure described in the tender documents in the ratio of 80:20.
5. The bid must be submitted as a percentage of total cost of actual works to be executed
inclusive of all taxes.
6. The cost of the tender document is Rs. 1000.00 including GST (Non Refundable) must be
paid in favour of Secretary ADA, Through NEFT/RTGS in UCO Bank, Main Branch, Sardar
Patel Marg, Civil Lines, Allahabad. (IFSC Code UCBA0000032 Account No.
00320204000449) Details of Fee deposited must be mentioned in the bid.
7. The bidder must deposit Rs. 1.00 Lac (One Lac Only) in the form of FDR or through NEFT/
RTGS in the aforesaid bank account as earnest money in favour of Secretary ADA.
8. The tenders on the prescribed format must be uploaded on the e-procurement website
“https://etender.up.nic.in” latest by 14:00 hrs on 15.11.17. The tenders will be opened on
the same day at 16:00 Hrs. in the meeting hall of Allahabad Development Authority Office,
8th floor, Indira Bhawan, Civil Lines, Allahabad.
Secretary Allahabad Development Authority,
Allahabad
ALLAHABAD DEVELOPMENT AUTHORITY, ALLAHABAD 7th & 8th Floor, Indira Bhawan, Civil Lines, Allahabad.
4
ENGAGEMENT OF CONSULTANT/ARCHITECT FOR CONSTRUCTION AND DEVELOPMENT
OF NEW GROUP HOUSING PROJECT AT NOORULLAH ROAD, ALLAHABAD
1. GENERAL CONDITIONS
1. Purpose of the Assignment
The purpose of this assignment is to procure architectural consultancy services from
reputed and experienced architect/consultant / consultancy firm for undertaking
Comprehensive Architectural Services and preparation of DPR (Detail Project Report) of
Construction and Development of new group housing project at Noorullah Road,
Allahabad.
2. Information on the Assignment
In order to obtain any first hand information on the assignment and the local conditions, it
is considered desirable that a representative of the consultants / consultancy firms visit the
office of the Executive Engineer, Allahabad Development Authority before the proposal is
submitted. Representatives of the architect /consultants /consultancy firm can meet the
following official for further information, if any:-
Mr. Rohit Khanna Executive Engineer Allahabad Development Authority, Allahabad. Mob. No. 99918001484 email : [email protected]
Please ensure that advance intimation regarding the visit is sent to enable/make
appropriate time arrangement.
3. Bid Format
The proposal is two parts - Technical Qualification Bid and a Financial Bid- must be
submitted in the prescribed formats.
4.Cost of Tender
The cost of the tender document is Rs. 1000.00 including GST (Non Refundable) must be
paid in favour of Secretary ADA, Through NEFT/RTGS in UCO Bank, Main Branch, Sardar Patel
Marg, Civil Lines, Allahabad. (IFSC Code UCBA0000032 Account No. 00320204000449)
5. Earnest money deposit
The bidder must deposit Rs. 1.00 Lac (One Lac Only) in the form of FDR or through NEFT/
RTGS in UCO Bank, Main Branch, Sardar Patel Marg, Civil Lines, Allahabad. (IFSC Code
UCBA0000032 Account No. 00320204000449)
5
6. Submission, Receipt and Opening of Bids
Bids will be submitted only online as per following programme :-
MILESTONE DATE and TIME
1. Online availability of Request for
Proposal to Bidders
From 11:00 hrs on 01.11.2017 to 17 hrs on
14.11.2017.
2. Submission of Proposals.
(Proposal Due Date)
Online submission latest by 14:00 hrs on 15.11.2017
3. Physical submission of Document No Physical Submission of the proposal. The
proposal shall be uploaded on the e-procurement
website https://etender.up.nic.in” latest by 14:00 Hrs
on 15.11.2017
4. Opening of technical bids 16:00 hrs on 15.11.2017
5. Presentation by the Bidders To be intimated on the date of opening of technical
bids
6. Date of Opening of Financial
proposal
To be intimated at letter stage.
a. Any Bid after the closing time for submission of bids, shall not be accepted.
b. The proposal will be opened in the meeting hall of ADA at 1600 HRs. On 15.11.2017 in
the presence of such consultants or their authorized representative who may choose to be
remain present. It may please be noted that the Financial Bid will not be opened until
evaluation of technical qualification bid has been completed and the result approved by
the competent authority.
c. In preparing the Proposal, Consultants are expected to examine in detail the Bid
Document. Material deficiencies in providing the information requested may result in
rejection of a Proposal.
7. Qualification Criteria
A. The terms "ARCHITECT" shall mean any person, who at the time of his application is
registered with the Council of Architecture under the ArchitectsAct-1972. Where the
application is made by a team, its lead member shall be an "ARCHITECT" and where the
application is made by a firm, at least one of its partner but not any employee shall be an
"ARCHITECT".
B. The Architects/Firms having the head quarters in Allahabad or those stationed outside
Allahabad are eligible to apply provided they have an experience of at least 15 years of
planning, designing of building projects. Architects practicing outside Allahabad have to
establish an office at Allahabad immediately after the award of work.
6
C. Average annual turnover of Rs. 3 crores (in the form of consultancy fee only) during last
Three financial years. Balance sheet, certified by the chartered accountant, shall be
attached as proof. In case of a team this criteria must be met by the lead member,
including PAN.
D. Experience of atleast Three consultancy work of similar nature for project costing not
less than Rs.100.00 crores during last Five financial years. Certificates from the employers
(clients), issued by the officer of rank not below the level of Executive Engineer or
equivalent, shall be attached as documentary proof of experience. The Pre-qualification
Technical Bid shall be summarily rejected in absence of documentary proof of experience.
E. The Consultant firm must have in house at least two architects, one urban designer,
one structure engineer and one civil engineer on full time basis. The firm must have
adequate full time CAD Staff and office infrastructure to carry out the work.
F. The total key personnel and their qualification required is as follows :-
Sl. No. Key Professional Period Qualification 1 Team Leader Full time Architect. Min experience of 10
years in urban planning & urban design. Experience in a project of similar nature is must.
2 Structural Engineer NA Civil Engineer with post graduation in Structural engineering. Min. experience of 5 years in Engineering.
3 Infrastructure/ Plumbing/ Drainage services Specialist
NA Civil Engineer with post graduation in Water supply & Drainage engineering. Min. experience of 5 years in Engineering.
4 Electrical & Mechanical services Specialist
NA Electrical/Mechanical Engineer Min. experience of 5 years in Engineering.
5 Urban Designer NA Min. experience of 5 years in urban design.
6 Landscape Architect NA Landscape Architect Min. experience of 5 years in landscape design. The consultant will provide adequate support staff to undertake the assignment.
The consultant will provide adequate supporting staff to undertake the assignment.
7
8- Evaluation of the BIDS.
The evaluation of the bids would be carried out as under:
1. The architect/firm/team will be selected as per Quality and cost Based System (QCBS) procedure.
2. Weightage of technical score to financial score will be 80:20
3. The marks for various technical components are as follows:
1. Suitability of the Key Resource Personnel for the assignment (15 Marks)
(a) (i) Team leader- Architect ( 5 Marks)
(ii) Education & Overall
Experience in field of
Architecture
2 Mark
4 Mark
5 Mark
2 Marks for having more
then 10 years of
experience
4 Marks for having more
than 15 years of
experience
5 Marks for having 20
years or more experience
(b) Domain Specialist ( 10 Marks) (Outsourced or In-house)
Specialist Graduate or
equivalent
recognized
qualification
with min.5 yrs
Experience
Graduate or
equivalent
recognized
qualification
with min.10 yrs
Experience
Total
Marks
(i) MEP Engineers 1 2
(ii) Structural Engineer 1 2
(iii) E/M Services
specialist
1 2
(iv) Landscape
consultant
1 2
(v) Urban Designer 1 2
2 Experience of projects completed during the last 5 years (15 marks)
a Three Projects costing more than 100 Cr each
or
one or more project Costing Rs. 300 Cr. Rs.
3 x5 = 15 Marks
8
3 Methodology & Understanding of TOR (70 Marks)
Note - This would be based upon presentations to be made by bidder considering
the following but not limited to: -
i. Demonstration of bidder’s competence for providing required services for
Master planning and Concept designing for this project based on previous
project / projects
ii. Proposed Approach and methodology for Master planning and Concept
designing & integration of housing and interior designing for this project
iii. Design approach for creation of state of the art facility and advances in
housing development architecture for this project
iv. Master planning and Concept designing for this project. The Architect has
to submit space planning (area allocation to each facility, floor plate,
etc) and Stack diagram along with the concept design
v. The Architects have to prepare 3D presentation or walkthrough from all
the directions with precise detailing for the proposal
vi. All designs, drawings and other documents prepared by the architects shall
conform prevailing relevant Indian Standards (for ex: NBCI for building design & NABH
for hospital design, etc.) and statutory requirements. However, all designs should be
safe, efficient and cost effective
vii. Architect’s perception with respect to Landscaping, external services and green
building parameters for housing project.
The Percentage (%) Marking parameters for the total 80 Marks w.r.t. Methodology &
Understanding of TOR is given below:
Sl.
No.
Attributes
Marks (%)
(Max. 40)
1. Conceptual approach & Methodology 8
2. Planning:
Location and land utilization (Macro Zoning) 4
Residential Apartments/Housing 4
Space Programming 3
Planning grid and work grid (modules) 3
Activity relationship including placing of apartments floor wise,
horizontally or vertically
3
Circulation and walking distances 3
Waiting areas, service areas and distribution of services and systems,
parking- central or distributed at various places
3
Light and ventilation, solar heating and conservation of water and
waste management system and maintenance.
3
Innovation In Design 3
Eco-friendly, sustainable architecture ( Adoption of Best Practices) 3
3. Construction, Design: Max. 15 Marks
Structural modules 5
Building materials
-Construction system / techniques for efficiency.
-Finishes
-Local architectural features (if any)
4
Services modules
Flexibility of Services systems for alterations /additions during
functional periods
3
9
Services for efficiency of operation, maintenance.
Architectonic statement - visual expression and quality of design
3
4. Environment: Max. Marks 10 10
Light, Ventilation aspects
Landscaping
Development of landscapes, gardens, should be proportionate to the
scale of the building and population it serves.
Signage
5. Expansion Provisions : Max. Marks 5
5
Total Marks 100
METHOD OF SELECTION:
The technical quality of the proposal will be given weight of 80%, the method of evaluation of technical
qualification will follow the below procedure. The price bids of only those consultants who qualify
technically (Minimum Qualifying Marks: 70%) will be opened. The proposal with the lowest cost may be
given a financial score of 100 and the other proposal given financial score that are inversely proportionate
to their prices. The financial proposal shall be allocated weight of 20%. For working out the combined
score, the employer will use the following formula:
Total points = T (w) x T (s)/100 + 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 Evaluated Cost of the financial proposal
LEC stands for Lowest Evaluated Cost of the financial proposal.
QUALITY COST BASED SYSTEM
Illustration
STAGE 1: TECHNICAL BIDS EVALUATION
Bidder details Technical Mark Obtained
Bidder1 92
Bidder2 85
Bidder3 55
Bidder4 75
10
QCBS Grading System
STAGE 2: Conversion of Technical Marks to Technical Score
*Since the eligible technical score should be 70 &above, bidder 3 is rejected
STAGE 3: FINANCIAL BID EVALUATION
Grade Range Marks
Outstanding 91-100 100
Excellent 81-90 90
Very Good 71-80 80
Good 61-70 70
Very Fair 51-60 60
Fair 41-50 50
Average 31-40 40
Below Average 21-30 30
Poor 11-20 20
Very Poor 1-10 10
Zero 0 0
Bidder details Technical Score based on Grading System
Bidder1 100
Bidder2 90
Bidder3 Rejected *
Bidder4 80
Bidder details Financial Bid Amount
Bidder1 1,30,000
Bidder2 1,20,000
Bidder4 1,00,000
11
Stage 4: Conversion of financial bid amount to score
LFB = Lowest Financial Bid, F = Quoted Amount
Consolidated Technical & Financial Score
Bidder Details Technical Score Financial Score
Bidder 1 100 76.92
Bidder 2 90 83.33
Bidder 4 80 100
Stage 5: Combined Technical and Financial Score (CTFS)
With Weightage 80:20
Bidder Details Applying weights for the
Technical Score & Financial
Score
CTFS Rank of the Bidder
Bidder1 100*(80/100) +
76.92*(20/100)
95.385 (80+15.384) H1
Bidder2 90*(80/100) + 83.33*(20/100) 88.666 (72+16.666) H2
Bidder4 80*(80/100) + 100*(20/100) 84 (64+20) H3
The proposals 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.
Bidder Details Financial Bid
Amount
Financial Score
(LFB/F*100)
Bidder1 1,30,000 100000/130000*100=76.92
Bidder2 1,20,000 100000/120000*100= 83.33
Bidder4 1,00,000 100
12
a. The Financial Bid shall be opened in the presence of the Consultant’s representatives,
who choose to attend.
b. During negotiations the consultant must be prepared to furnish the detail cost breakup
and other clarifications to the proposal submitted by him, as may be required to adjudge
the reasonableness of his price proposal. If the negotiations with this consultant are
successful, the award will be made to him. If negotiations fail, and if it is concluded that the
contract with reasonable terms cannot be concluded with this consultant, the consultant
with second highest score may be invited for negotiations. This process may be repeated
until an agreed contract is concluded.
9. Right to Reject
Any Bid The Vice Chairman, Allahabad Development Authority reserves the right to reject
any or all the bids without assigning any reason Government rules and regulations issued
from time to time will be binding to the bidders.
10. Validity of the Proposals
The Proposals submitted by the Consultants must be valid for 90 days from the date of
submission without changing the personnel proposed for the assignment and the
proposed Price. The Allahabad Development Authority will make its best efforts to select a
consultant firm within this Period.
11. Cost of preparing the Proposal
Cost of preparing a proposal and of negotiating a contract including visit to site, if any, is
not reimbursable as direct cost to the assignment.
12. Commencement of the Assignment
Assuming that the contract can be satisfactorily concluded in two weeks after finalizing the
consultant, it is expected that the works shall commence within two weeks.
13. Conflict of Interest
In case a manufacturing of construction firm is associated with a consultant firm, it will not
be eligible for award of construction works at a later point of time.
14. Taxes etc.
The rates quoted by the bidders shall be inclusive of all taxes and duties (including GST)
13
2. INFORMATION TO THE CONSULTANTS
1. Introduction
a. Selection of most suitable consultant among those consultants who would submit the
complete bid will be done in accordance with the method of selection.
b. The consultants are invited to submit a Technical Qualification Bid and Financial Bid for
Comprehensive Architectural Services and preparation of DPR (Detail Project Report) for
Construction and Development of new group housing project at Noorullah Road,
Allahabad The bid will be the basis for contract negotiations and ultimately for a signed
contract with the selected firm.
c. The Consultants must familiarize themselves with local conditions and take them into
account in preparing their bids. To obtain first hand information on the consultancy and on
the local conditions, consultants are encouraged a visit to the site before submitting a bid.
d. The client will provide the inputs, assist the firm in obtaining licenses and permits
required to carry out the services, and make available relevant project data and reports as
per availability.
e. Government policy requires that consultants provide professional, objective, and
impartial advice and at all times hold the Client’s interests paramount, without any
consideration for future work, and strictly avoid conflicts with other assignment that would
be in conflict with their prior or current obligations to other Clients, or that may place them
in a position of not being able to carry out the assignment in the best interest of the
Clients.
2. Language for preparing the Technical Qualification
Bid and Financial Bid Consultants are requested to submit a bid written in the language(s)
specified in the Data Sheet.
3. Technical Qualification Bid
1. It is desirable that at least 4 of 6 key professional staff proposed for assignment must
be permanent employees of the firm or have an extended & stable working relationship
with it. Proposed Key professional staff must have the experience indicated in
Qualification Criteria preferable working under conditions similar to those prevailing in
the country to the Assignment. Alternative key professional staff shall not be proposed.
Only one curriculum vitae (CV) shall be submitted for each person.
2. Reports to be issued by the consultants as part of this assignment must be in the
language(s) specified in Data Sheet.
3. The Technical Qualification Bid must be submitted in the format as indication in
Section-5 – Standard Forms for Technical Qualification Bid. The proposal shall be
rejected if it does not confirm to the formats. These formats and requirements are briefly
described below :
14
• Form F-1 is the format for the covering letter for submitting the Technical Qualification
Bid.
• Form F-2 has two parts (A) brief description of the firm / organization B) project
experience of a similar nature in the last 5 years. Part A must be further detailed as –
A1 – Basic Information, A5 – Staff Strength & Key Professionals and A3 – Office
Infrastructure.
• Form F-3 has two parts (A) brief description of the firm organization B) completed
project experience in the last 5 years. Part A must be further detailed as – A1 – Basic
Information, A2 – Staff Strength & Key Professionals and A3 – Office Infrastructure.
• Form F-4 has two parts (A) brief description of the firm organization B) current/ongoing
project experience in the last 5 years. Part A must be further detailed as – A1 – Basic
Information, A2 – Staff Strength & Key Professionals and A3 – Office Infrastructure.
• Form F-5 has two parts (A) brief description of the firm organization B) award winning
projects. Part A must be further detailed as – A1 – Basic Information, A2 – Staff
Strength & Key Professionals and A3 – Office Infrastructure.
• Form F-6 should indicate the annual financial turn over (consultancy fee only) of the
consultant in the given format.
• Form F-7 should indicate the key professional staff assignments in the given format.
• Form F-8 should give the detailed CVs of the key professional staff in the given
format. The CVs must be signed by the concerned professionals.
5. Any additional information requested in the Data Sheet.
6. The Technical Qualification Bid shall not include any financial information.
7. The Technical Qualification Bid shall also contain the earnest money deposit and
cost of bid document, if it is downloaded from website.
NOTE-Conceptual Plan should be presented before the evaluation committee on date
and time fixed by the client.
4. Financial Bid
The Financial Bid must be submitted in the format as indicated in section-6- Standard form
for Financial Bid(Form- F-9)
5. Negotiations
The Price negotiations will be carried out first with highest scorers of QCBS, if required.
6. Award of Contract
The Contract will be awarded after negotiation if rate is reasonable. The firm is expected
to commence the Assignment on the date and at the location specified in the Data Sheet.
15
3. DATA SHEET
1 Name of work : Comprehensive Architectural Services and preparation of DPR (Detail Project Report) of CONSTRUCTION AND DEVELOPMENT OF NEW GROUP HOUSING PROJECT AT NOORULLAH ROAD, ALLAHABAD
2 Name of client : Allahabad Development Authority 3 Address of the client : 7th & 8th Floor, Indira Bhawan, Civil Line, Allahabad-
211011 4 Type of brief
submission : Only online submission
5 Language of submitted bid & Reports
: English
6 Bid document cost : 1,000/- 7 Earnest money
deposit : Rs. 1,00,000/-
8 Contract Period : As indicated in the time frame in the ToR 9 Last Date of
submission : 15.11.2017 at 14:00 hrs,
10 Opening date of Bids (Technical Qualification Bid)
: 15.11.2017 at 16:00 hrs
11 Bid validity period : 90 Days from the date of opening of Price Bid. 12 Bid opening : Technical Qualification Bid shall be opened first.
After scrutiny of Technical Qualification Bid, the Financial Bid of those bidders who clears the qualifying criteria shall be opened.
13 Minimum key persons to be provided.
: As mentioned in the Qualification Criteria.
14 Consultancy services to be provided
: As per TOR given in Technical Qualification Bid.
15 Financial Bid : As per TOR and FORM F-7
16
4. TERMS OF REFERENCE
A. Detailed Scope of Work
The Architect /Firm is required to provide services in respect of the following :
Part I – ARCHITECTURE:
Taking Client’s instructions and preparation of design brief.
Site evaluation, analysis and impact of existing and /or proposed development on its
immediate environs.
Design and site development.
Structural design.
Sanitary, plumbing, drainage, water supply and sewerage design.
Electrical, electronic, communication systems and design.
Heating, ventilation and air conditioning design (HVAC) and other mechanical systems.
Elevators, escalators, etc.
Fire detection, Fire protection and Security systems etc.
Periodic inspection and evaluation of Construction works.
Part II –: ALLIED FIELDS:
Landscape Architecture
Interior Architecture
Architectural Conservation
Urban Design
Green Building Concept
Graphic Design and Signage
SCHEDULE OF SERVICES:
The Architect shall, after taking instructions from the Client, render the following services:
CONCEPT DESIGN [STAGE 1]:
• Ascertain Client’s requirements, examine site constraints & potential; and prepare a
design brief for Client’s approval.
17
• Prepare report on site evaluation, state of existing buildings, if any ; and analysis and
impact of existing and/or proposed development on its immediate environs.
Prepare drawings and documents to enable the Client to get done the detailed survey and
soil investigation at the site of the project.
• Furnish report on measures required to be taken to mitigate the adverse impact, it any, of
the existing and/or proposed development on its immediate environs.
• Prepare conceptual designs with reference to requirements given and prepare rough
estimate of cost on area basis.
PRELIMINAY DESIGN AND DRAWINGS [STAGE 2] :
Modify the conceptual designs incorporating required changes and prepare the preliminary
drawings, sketches, study model, etc., for the Client’s approval along with preliminary
estimate of cost on area basis.
DRAWINGS FOR CLIENT’S/STATUTORY APPROVALS (INCLUDING
ENVIRONMENTAL CLEARANCE) [STAGE 3] :
Prepare drawings necessary for Client’s/ statutory approvals and ensure compliance with
codes, Standard and legislation, as applicable and assist the Client in obtaining the
statutory approvals thereof, if required.
WORKING DRAWINGS, TENDER DOCUMENTS AND DPR (Detail Project Report)
[STAGE 4] :
Prepare working drawings, specifications and schedule of quantities sufficient to prepare
estimate of cost and tender documents including code of practice covering aspects like
mode of measurement, method of payments, quality control procedures on materials &
works and other conditions of contract. Submission of draft
DPR. APPROVAL OF FINAL DPR [STAGE 5]:
• Prepare final DPR after discussion with client and various approvals.
CONSTRUCTIONS [STAGE 6]:
• Prepare and issue working drawings and details for proper execution of works during
construction.
• Visit the site of work, at intervals mutually agreed upon, to inspect and where necessary
clarify any decision, offer interpretation of the drawings/specifications, attend meeting to
ensure that the project proceeds generally in accordance with the conditions of contract
and keep the Client informed and render advice on actions, if required.
COMPLETION [STAGE 7]:
• Prepare and submit completion reports and drawings for the project as required and
assist the Client in obtaining “Completion/Occupancy Certificate” from statutory
authorities, wherever required.
• Issue two sets of as built drawings including services and structures.
18
D. Time Frame
The time frame for each assignment shall be as follows:
Sl. No. Name of the service Time Frame 1 Concept design [stage 1]: 15 days after execution of
agreement 2 Preliminary design and drawings [stage
2] : 30 days after execution of agreement
3 Drawings for client’s/statutory approvals (including environmental clearance) [stage 3]
45 days after execution of agreement
4 Working drawings, tender documents and DPR (detail project report) [stage 4]
60 days after execution of agreement
5 Approval of final DPR [stage 5]: 90 days after execution of agreement
6 Constructions [stage 6]: 12 months after execution of agreement
7 Completion [stage 7]: 15 months after execution of agreement
E. Deliverables
Each Report / Drawings shall be submitted in 5 hard copies and 2 soft copies.
F. Consultancy Fee
Consultants shall quote % fee on the total cost of works – structural works and site
development works etc. complete (including GST).
G. Payment Schedule
The Architect shall be paid professional fee in the following stages consistent with the
work done plus other charges and reimbursable expenses as agreed upon :
Retainer On appointment/ Signing of Agreement/ Acceptance of offer.
5% of the total fees payable, whichever is higher, adjustable at the last stage.
Stage 1 On submitting conceptual designs and rough estimate of cost.
10% of the total fees payable
Stage 2 On submitting the required preliminary scheme for the Client's approval along with the preliminary estimate of cost
20% of the total fees payable less payment already made at Stage 1.
Stage 3 a. On incorporating Client's suggestions
and submitting drawings for approval from the Client/ statutory authorities, if required.
b. Upon Client's / statutory approval necessary for commencement of construction, wherever applicable.
30% of the total fees payable less payment already made at Stages 1 and 2. 35% of the total fees payable less payment already made at Stages1 to 3a.
19
Stage 4 Upon preparation of working drawings, specifications and schedule of quantities sufficient to prepare estimate of cost and preparation of tender documents/ draft DPR
45% of the total fees payable less payment already made at Stages1 to 3a.
Stage 5 Approval of final DPR
55% of the total fees payable less payment already made at Stages 1 to 4
Stage 6 a. On submitting working drawings and details required for commencement of work at site.
65% of the total fees payable less payment already made at stages 1 to 5
b. i. On completion of 20% of the work ii. On completion of 40% of the work iii. On completion of 60% of the work iv. On completion of 80% of the work v. On Completion
70% of the total fees payable less payment already made at Stages 1 to 6a. 75% of the total fees payable less payment already made at Stages 1 to 6b(i). 80% of the total fees payable less payment already made at Stages 1 to 6b(ii). 85% of the total fees payable less payment already made at Stages 1 to 6b(iii). 90% of the total fees payable less payment already made at Stages 1 to 6b(iv).
Stage 7 On submitting Completion Report and drawings for issuance of completion/ occupancy certificate by statutory authorities, wherever required and on issue of as built drawings
100% of the fees payable less payment already made at various stages and retainer.
The fee payable to the Architect shall be computed on the actual cost of works on
completion. The payment due to the Architect at different stages be computed on the
following basis:
• Retainer : On rough estimate of cost.
• At Stage 1 : On rough estimate of cost.
• At Stages 2 to 4 : On preliminary estimate of cost.
• At Stages 5 to 6b : Accepted tender cost.
• At Stage 7 : Actual total cost.
H. Responsibility of the Client
The Client shall discharge all his obligations connected with the project and engagement
of the Architect as follows:
20
• To provide detailed requirements of the project.
• To provide property lease/ ownership documents.
• To provide a site plan, to a suitable scale, showing boundaries, contours at suitable
intervals, existing physical features including any existing roads, paths, trees, existing
structures, existing service and utility lines and such lines to which the proposed service
can be connected. In case such information is not readily available, the Client shall
arrange for the survey/ collection of necessary information and pay for the same.
• To furnish reports on soil conditions and test as required by the Architect or pay for the
preparation of the same.
• To furnish specific conditions/ Statutory stipulations/ Codes of Practice/Schedule of
rates, etc., desired to be followed.
5. STANDARD FORMS FOR TECHNICAL QUALIFICATION BID
Form F-1 Technical Qualification Bid Submission Letter
Form F-2 Similar nature of consultancy work
Form F-3 completed consultancy work
Form F-4 Current/ongoing consultancy work
Form F-5 Annual financial turnover of last five years (clearly indicating the consultancy
fee).
Form F-6 Team composition and task assignments.
Form F-7 Format of curriculum vitae (CV).
STANDARD FORM FOR PRICE BID
Form F-8 Format of Price Bid.
21
FORM F-1
TECHNICAL QUALIFICATION BID SUBMISSION LETTER
(Location, Date)
FROM : (Name of Firm)
To, Secretary, Allahabad Development Authority, 7th & 8th Floor, Indira, Bhawan, Civil Lines, Allahabad.
Date:- / /2012
Sub: Comprehensive Architectural Services and preparation of DPR (Detail Project
Report) of Construction and Development of new group housing project at Noorullah
Road, Allahabad.
Dear Sir,
We the undersigned, offer to provide the consulting services for the above in
accordance with your notice inviting Bid dated (Date) and our attached proposal. The Bid,
which we hereby submitting includes a technical proposal.
If selected to implement the service during the validity period, we undertake to
negotiate the contract on the basis of the proposed staff. Our Bid is binding upon as a
subject to the modification resulting from contract negotiations.
We undertake that you are not bound to accept any Bid you receive.
Yours Sincerely,
Authorized Signature Name and designation of Signatory
Name of firm Address Seal of the consultant /firm
22
FORM F-2
CONSULTANCY WORKS OF SIMILAR NATURE
A. Brief Description of the firm/organization.
A1. Basic Information
A2. Staff Strength & Key Professionals and
A3. Office Infrastructure.
B. Outline of recent experience on consultancy of projects of similar nature:
Sl.No Name of Consultancy
Name of
Project
Name of Employer
Cost of Consultancy
Date of commencement
Date of completion/Likely
date of completion
Description of
consultancy provided
1 2 3 4 5 6 7 8
Note : Please attach certificates from the employers (clients) for documentary proof of
experience. (Issued by the officer of rank not below the level of Executive Engineer or
equivalent. The project, for which the requisite certificate from the client is not attached,
shall not be considered in experience.
23
FORM F-3
CONSULTANCY WORKS SUCCESSFULLY COMPLETED DURING LAST 5 YEARS
C. Brief Description of the firm/organization.
A1. Basic Information
A2. Staff Strength & Key Professionals and
A3. Office Infrastructure.
D. Outline of recent experience on consultancy of projects of similar nature:
Sl.No Name of Consultancy
Name of
Project
Name of Employer
Cost of Consultancy
Date of commencement
Date of completion/Likely
date of completion
Description of
consultancy provided
1 2 3 4 5 6 7 8
Note : Please attach certificates from the employers (clients) for documentary proof of
experience. (Issued by the officer of rank not below the level of Executive Engineer or
equivalent. The project, for which the requisite certificate from the client is not attached,
shall not be considered in experience.
24
FORM F-4
CURRENT / ON-GOING CONSULTANCY WORK
E. Brief Description of the firm/organization.
A1. Basic Information
A2. Staff Strength & Key Professionals and
A3. Office Infrastructure.
F. Outline of recent experience on consultancy of projects of similar nature:
Sl.No Name of Consultancy
Name of
Project
Name of Employer
Cost of Consultancy
Date of commencement
Date of completion/Likely
date of completion
Description of
consultancy provided
1 2 3 4 5 6 7 8
Note : Please attach certificates from the employers (clients) for documentary proof of
experience. (Issued by the officer of rank not below the level of Executive Engineer or
equivalent. The project, for which the requisite certificate from the client is not attached,
shall not be considered in experience.
25
FORM F-5
ANNUAL FINANCIAL TURNOVER OF LAST THREE YEAR OF
THE FIRM / CONSULTANT
Sl.No Year Amount
1 2014-15
2 2015-16
3 2016-17
26
FORM F-6
TEAM COMPOSITION AND TASK ASSIGNMENTS
Sl.No Name Position Task
1
2
3
4
5
27
FORM F-7
FORMATE OF CURRICULUM VITAE (CV) FOR PROPOSED KEY
PROFESSIONAL STAFF
Proposed Position : _____________________________________________________
Name of Firm : _________________________________________________________
Name of Staff : _________________________________________________________
Profession : ___________________________________________________________
Date of Birth : __________________________________________________________
Years with Firm / Entity : _______________ Nationality _________________________
Membership in Professional Societies : ______________________________________
Key Qualification :
Give an outline of staff member’s experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant previous
assignment and give dates and location. (Use about half a Page)
Education :
Summarize college / university and other specialized education of staff member, giving
names of school, dates attended and degree (use about one quarter of a page).
Employment Record :
Starting with present position, list in reverse order every employment held. List of positions
held by staff member since graduation, giving dates, names of employing organization,
titles of positions held, and location of assignments. For experience in last ten years, also
give type of actives performed and Client references where appropriate. (Use about three
quarter of a page)
Languages :
28
For each language indicate proficiency : excellent, good, fair or proof in speaking, reading
and writing.
Certification :
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
described me, my qualification and my experience
___________________________________ date ________________________________
[Signature of staff member and authorized representative of the Firm] Day/Month/Year.
Full name of staff member: _________________________________________________
Full name of authorized representative : _______________________________________
Note : It is advised to attach summary sheet of CV for key staff indicating (A) qualification
(B) Total Experience (C) relevant experience in No. Of months.
29
FORM F-8
FINANCIAL BID
(To be quoted by the Consultant separately)
Consultancy Fee for Comprehensive Architectural Services and preparation
of DPR (Detail Project Report for Construction and Development of new
group housing project at Noorullah Road, Allahabad is ............................ %
(in figure) ......................... (in words) of the cost of components of the works
(including GST).
Dated : Authorized Signature
Name and designation of signatory
Name of Firm
Address
Seal of the consultant/firm