0
DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEV. CORP. LTD UDYOG SADAN BUILDING, 419, FIE PATPARGANJ, DELHI-92
OFFICE OF THE CHIEF PROJECT MANAGER (KBI) Name of work:- Engagement of consultant for Development, Planning, Design &
Architectural/ other allied engineering consultancy services for the development of Knowledge Based Industrial Park ( KBI) at Baprola, Delhi.
Index
S. No. Description Page No.
1 Press Notice 1 2 Information for submission of offers 2 3 Part- I (Technical bid) 3 4 Check list 4 5 Back ground 5-6 6 Eligibility 6-11 7 Other information to be submitted 11-12 8 Other General information & Instructions. 12-14 9 Scope of work 15-19 10 Schedule of services 19-21 11 Payment of Remuneration 21-22 12 Consultancy fee 23-28 13 Award of contract. 29 14 Termination 29 15 Arbitration 29-31 16 Number of drawings sets and copyright. 31 17 Security deposit 32 18 Time schedule 32 19 Abandonment of work. 32-33 20 Guarantee 33 21 Determination of recession of agreement 33-34 22 General 34-35 23 Acceptance 36 24 Undertaking form (A-H) 37-48 25 Part-II (Financial bid) 49 26 Key Plan 50 27 Site plan 51
Certified that this NIT contains page No.1 to 51 only. CPM (KBI)
1
DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEVELOPMENT CORPORATION LTD.
Udyog Sadan
Patparganj Industrial Area , Delhi 92
OFFICE OF THE CHIEF PROJECT MANAGER -CPM(KBI)
Press Notice No.CPM(KBI)/10/2010
Item rate tenders are invited for the work of “Engagement of consultant for Development,
Planning, Design & Architectural / other allied engineering consultancy services for the
development of Knowledge Based Industrial Park (KBI) at Baprola, Delhi”
Cost of Tender Document : Rs. 10,000/-
Pre bid meeting : 29/11/10 at 11.00 A.M.
Last date of sale of tender document : 15/12/10 up to 4.00 P.M.
Last date of submission of tenders : 16/12/10 up to 3.00 P.M.
Opening of Tender (Technical Bid ) : 16/12/2010 at 3.30 P.M.
Further detailed terms & condition can be seen at our website: www.dsiidc.org.
CPM (KBI)
2
INFORMATION FOR SUBMISSION OF OFFERS
1. Name of Department Delhi State Industrial & Infrastructure
Development Corporation Ltd.
2. Address for Sale of Tender Office of the CPM (KBI), Udyog Sadan,
Patparganj Industrial Area, Delhi 92
3. Address for submission of
tender document
Office of the CPM (KBI), Udyog Sadan, Patparganj
Industrial Area , Delhi 92
4. Name of work Engagement of consultant for Development,
Planning, Design & Architectural / other allied
engineering consultancy services for the
development of Knowledge Based Industrial Park
(KBI) at Baprola, Delhi
5. Contact Persons Sh.S.K.Gupta, PD((KBI), Mob.No.+91 9717894730
Smt.Namrita Kalsi, Sr.Arch. Mob.No.+91 9650064499
Sh.S.N.Sharan, CPM(KBI), Mob.No.+91 9958050251
6. Date and time for submission
of offers
On or before 16.12.2010 upto 3.00 PM.
7. Place for opening of offers Office of CPM (KBI)
Plot No. F.I.E.-419, Patparganj Industrial Area ,
III Floor, Udyog Sadan , Delhi 92
8. Whether it can be
downloaded from the website
Yes, the offer document can be downloaded from
the DSIIDC website and a demand draft of Rs.
10,000/- (Rs. Ten Thousand only) should be made
in favour of DSIIDC- CPM (KBI) which can be
submitted along with the offer. The bid shall be
submitted on or before due date & time mentioned
in the offer document.
3
DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEVELOPMENT CORPORATION LTD.
Udyog Sadan Patparganj Industrial Area , Delhi 92
OFFICE OF THE CPM/ EXECUTIVE ENGINEER ( CD-KBI)
NOTICE INVITING TENDER
Tender ID No.CPM(KBI)/01/2010
PART – I (TECHNICAL BID) Item Rate Tenders are invited in two bid system i.e Part-I ( Technical Bid ) and Part-II ( Financial
Bid ) on behalf of the Managing Director DSIIDC, from reliable, well established, competent and
experienced Architectural Consultancy Firms for the following works
S.
No
Name of Work Cost of Tender
(in Rs.)
Construction
Division
1. Pre bid meeting 2. Last date of sale of
tender Document 3. Date of submission of
tender 4. Date of opening of
Tender ( Part-I- Technical )
1. Engagement of consultant for
Development, Planning,
Design & Architectural /
other allied engineering
consultancy services for
Development of Knowledge
Based Industrial Park (KBI)
at Baprola, Delhi
Rs. 10,000/-
CPM/ Ex.
Engineer
(CD-KBI)
DSIIDC
Udyog Sadan
Patparganj
Industrial Area
, Delhi 92
29/11/10 at 11.00 A.M.
15/12/10 up to 4.00 P.M.
16/12/10 up to 3.00 P.M.
16/12/2010 at 3.30 P.M.
Tender document can be purchased from the office of the undersigned. The tender document can be downloaded
from our website www.dsiidc.org The Managing Director, DSIIDC reserves the right to reject any or all the
tenders without assigning any reason.
4
The Tenderer shall submit with the following ( Checklist ) :-
1. Tender cost of Rs. 10,000/-
2. Undertaking ( as per Form A)
3. Copy of PAN Number
4. Copy of Service Tax Number
5. Copy of proof of having submitted the latest service tax returns. 6. Form B1 ( works completed during last 7 years )
7. Form B2 ( works in hand)
8. Form C ( list of associated consultants)
9. Form D1 ( International / National Awards )
10. Form D2 ( other Awards / appreciation etc )
11. Form E (Particulars of Litigation / Arbitration Cases
12. Form F ( Technical Staff )
13. Form G ( Document regarding Financial Turnover )
14. Form H ( Empanelment with Govt. / Semi Govt. etc )
CPM/Executive Engineer CD-KBI, DSIIDC.
For & on behalf of Managing Director, DSIIDC Udyog Sadan
Patparganj Industrial Area , Delhi 92
5
Background
1) The Corporation stands committed to provide developed, organized and
Hi-Tech work space to clean, green and knowledge based industries in
Delhi under the Industrial Policy for Delhi 2010-2021 and employment
for skilled work force and walk to work concept, wherever possible.
2) DSIIDC had acquired lease-hold rights for 99 years for land measuring
130.71 acres at Baprola from the Directorate of Rural Development,
Govt. of NCT of Delhi in December 2006. DSIIDC has decided that
Knowledge Based Industrial Park (KBI) may be constructed on the
land measuring 70.6 acres on two pockets of approx 65.62 acres and
4.99 acres situated on either side of Nangloi - Najafgarh Road.
3) The Government of Delhi has approved proposal of DSIIDC to develop
a Knowledge Based Industrial Park at Baprola.
4) Broad financial outlay of the project is tabulated hereunder:
6
S/n Built up Space Area in
Sqm Unit
Rate in
Rs./Sqmt.
Estimated Cost in Rs.
in crore
a. Industrial Covered Area in the super structure 398328 Sqm 25,000 995.8
B Residential Covered Area in the super structure 40887 Sqm 23,000 94.0
C
Covered Area for parking & services ( Transportation & MSPL not counted) 104471 Sqm 15,000 156.7
D Infrastructure Development 199416 Sqm 3500 69.8
E Sub Total 1316.30
F Green building components 10% is to be taken Extra 131.63
Total project Cost 1448.0
Say = Rs.1450 crores Note:- The final area would emerge after the finalization of road alignments etc.
Eligibility
Tenders will be issued to individual, proprietary firms, firms in partnership or limited
companies / corporations. Joint Ventures will not be permitted.
The Tenders shall have to fulfill the Eligibility Criteria as laid down in para 1A of the
tender, failing which his financial bid will be returned unopened.
The procedure to be followed for submission and opening of Tenders has been described
in para 1A4.
7
1A. PREQUALIFICATION CRITERIA & WORK EXPERIENCE
i) The applicant should be registered with Council of Architecture India,
during the last 03 years on the date of submission of bid. Architect firm must
qualify at their own (JV partnership is not allowed).
ii) In case of consulting firms from abroad, firm should have a permanent
establishment in the NCR of Delhi. In case of consulting firms from India, they
should have an office in NCR of Delhi.
iii) In case of foreign consulting firms, they should be conversant with local
statutory laws and follow all rules and regulations in India especially laid down
by Ministry of Commerce, any other GOI Department, Statutory Body ,
Council Of Architecture, Tribunal, GOI Tax requirements etc. They should be
in possession of Indian Pan & Service Tax number.
iv) Average Turnover: The applicant should have an average annual turnover of
not less than Rs. 5 crores (1.1 million USD) per annum from the Consultancy
service during the last three years (Attested copies of audited financial
statements along with copies of Income Tax Return filed with Income Tax
Deptt. to be enclosed)
v) The consultant should not have been blacklisted by any Govt. department /
agency during the last seven years.
vi) The Architect Consultant should have all necessary CAD/CAM equipments for
successful execution of project.
vii) Work Experience :The applicant should have experience of rendering
consultancy service in its own name during the last 7 years ending 30
September 2010 at least of having satisfactorily completed from concept to
commissioning of similar hi tech, office or commercial complex approx. of :
8
One similar project 50% each of - site area of 70.6 acres, built up area of
5,50,000 sq.m. and cost of 1,450 crores.
OR
Two similar projects of 30% each of - site area of 70.6 acres, built up
area of 5,50,000 sq.m. and cost of 1,450 crores.
OR
Three similar projects of 20% each of - site area of 70.6 acres, built up
area of 5,50,000 sq.m. and cost of 1,450 crores.
viii) Minimum Configuration of the team of the consultant for this project: The
Architect Consultant should have sufficient number of Technical and
Administrative permanent employees and the following permanent staff should
have been engaged by the firm during the last three years before 30th
September, 2010. The Consultant must furnish CV/Bio data of the
professionals / employees.
s/n Professional Criteria
I a) Team Leader (1 no.) B.Arch. with minimum 25 years professional
experience and minimum 5 years in the field
of designing of hi tech office, or commercial
buildings , complex and housing.
b) Support Team:- Must comprise of :
(i) Structural Engg.(1 no.) M. Tech in structural engineering with
minimum 20 years experience in the field of
designing of hi tech, office or commercial
buildings , complex .
(ii) Architect (02 nos.) B.Arch. with minimum 15 years experience in
the field of designing of hi tech, office or
commercial buildings, complex.
9
(iii) Quantity surveyor (02
nos.)
Diploma in Civil Engineering with 15 years
experience.
(iv) Civil Engineer (02 nos.) B.E. in Civil Engineering with 15 years
experience in housing projects.
II Consultants/
Engineers
In case following staff is not available in
house, the same could be hired or arranged or
hired:
(i) Structural Engg. Consultant
Having minimum 20 years of experience.
(ii) Environmental
Engineer
/EIA Consultants
Experience in preparation of EIA report and
getting EIA clearance for large Hi Tech
projects and housing.
(iii) PHE Plumbing and
Sewerage
Consultant/Engineer
Consultant/Engineer should have experience
of designing Plumbing & Sewerage system of
large Hi Tech projects and housing.
(iv) Electrical Engg./
Consultant
B.E. in Electrical Engineering with 15 years
experience is designing of Electrical &
communication system for large techno savvy
Hi Tech projects and housing.
(v) HVAC Consultant 15 years experience in designing
(vi) Landscape &
Horticulture Consultant
15 years experience in designing
(vii) Transport Consultant
15 years experience in designing
1A.4 Submission of Tender
The bidders shall submit the tender in the following manner : -
1A4.1 Tender cost of Rs. 10,000/- in the form of demand draft of a scheduled bank issued in
favour of “CPM/Executive Engineer, (CD-KBI), DSIIDC, Delhi -110 092.
1A4.2 A sealed envelope marked as Part I (Technical Bid ) will contain Technical Bid of the
tender document.
10
1A4.3 A sealed envelope marked as Part II (Financial Bid) will contain Financial Bid of the
tender document
1A4.4 Part-I containing “Technical Bid” and the Part-2 containing “ Financial Bid” will be
placed in a sealed (bigger) envelope which shall be sealed and addressed to the CPM /
Executive Engineer ( CD-KBI), DSIIDC and bear on its cover the name of work, the
name and address of the Tenderer, and the due date of opening. The Envelope shall be
submitted in the office of CPM/ Executive Engineer, DSIIDC–KBI at Udyog Sadan , Patparganj Industrial Area , Delhi 92
,
1A4.5 The inner envelope i.e Part-I mentioned in Para 1A4.2 above as well as Part-2 mentioned
in 1A4.3 above will also bear on the cover the name of work and the name and address of
the Tenderer, and shall be addressed to the CPM / Executive Engineer ( CD-KBI),
DSIIDC
1B. EVALUATION OF BIDS
The bids will be evaluated on Combined Quality cum Cost Based System wherein Technical Bid will be given a weightage of 70% and financial bid will be given a weightage of 30%. Criteria, Sub-criteria and point system for evaluation of technical bid is as under (Total 100 marks) :-
i) Specific experience of the consultant firm relevant to the Project
assignment (Max. 15 marks)
Experience of rendering consultancy service in its own name during the last 7 years ending 30 September 2010 satisfactorily completed from concept to commissioning of similar hi tech industrial park, office or commercial complex.
ii) Adequacy of the proposed methodology and work plan in response
to the terms of reference. (Max. 15 marks).
Technical approach & methodology
iii) Key professional staff: Qualification & competence for the Project assignment. (Max. 15 marks).
The maximum marks for key professionals will be further divided as under:- a) Team leader (Max. 5 marks) b) Other professionals. (Max 10 marks)
11
For evaluation of each of the key professionals the following sub-criteria shall be followed:-
c) Educational Qualifications (30%) d) Experience & Adequacy for the Project assignment. (50%) e) Experience of the region & language (20%)
iv) Presentation by the pre-qualified consultants( Max. 55 marks ) :-
After short listing based on the prequalification criteria by the committee a presentation is to be done by the prequalified firms before duly appointed Jury to be evaluated broadly on the following parameters:- a) Site layout, Human and vehicular traffic management (Max.15
marks) b) Urban Context & aesthetics (Max. 15 marks) c) Concept & Design of buildings (Max. 15 marks) d) Building efficiency, green building component and FAR
utilization (Max. 10 marks)
v) Pre-qualified consultants alone will be considered at the presentation stage. Bids securing a minimum of 60% and above marks in technical evaluation with 50% marks in each sub-criteria will be considered for opening of financial bid. The bids with the lowest cost will be given a financial score of 100 and the other bids will be given financial score that are inversely proportionate to their prices. The total score, both technical and financial, shall be obtained by weighing the Technical and Financial scores and adding them up. The bid will be ranked in terms of total points scored. The proposal with the highest total points (H-1) will be considered for award of contract and will be called for negotiations, if required.
2. Other Information to be submitted:- 2.1 The Architect Consultant should have sufficient number of Technical staff and
Consultants/Associates for the proper execution of the contract. The applicant should submit a list of staff. Details should be furnished in FORM “C” & “F”.
2.2 List of completed similar works shall be submitted separately in Form ‘B-I’. List of
ongoing similar works shall be submitted separately in Form- “B-2”. 2.3 If the firm is registered/empanelled with other Organization/Statutory bodies such as
CPWD, PWD, MES, Banks, World Bank, ADB or any other International body etc. furnish their Name, Category and date of registration, if any. (Form H)
12
2.4 Furnish list of Awards / recognitions / competition won (Form D1 & D2)
2.5 If the offer is submitted by a proprietary firm it shall be signed by the proprietor above
his full type written name and the full name of his firm with its current address.
2.6 If the offer is submitted by a firm in partnership, it shall be signed by all the partners of
the firm with their full names and current addresses or by a partner holding the power of
attorney for the firm by signing the offer in which case a certified copy of the power of
attorney shall accompany the offer. A certified copy of the partnership deed, current
address of the firm and the full names of partners shall also accompany the offer.
2.7 The bidder should furnish an undertaking in the form of an affidavit guaranteeing the
truth and accuracy of all statements and information furnished in the format given (Form
A)
Note: The Architect Consultant is required to furnish all information in all the
Presentation FORMS A to H and their appurtenant format along with proof, failing
which the proposal is liable to be rejected.
3. OTHER GENERAL INFORMATION & INSTRUCTIONS
3.1 The firm will provide consultancy services for preparing complete Detailed Project
Report (DPR) and complete Architectural and Engineering services in respect of the work
“Engagement of consultant for Development, Planning, Design & Architectural /
other allied engineering consultancy services for the development of Knowledge
Based Industrial Park (KBI) at Baprola, Delhi
3.2 All information called should be furnished against the relevant columns. Additional
information may be furnished on a separate sheet, by mentioning the same against the
relevant column. If any particulars / query is not applicable, it should be stated as `Not-
Applicable`. Incomplete information shall be summarily rejected.
13
3.3 Credentials, references, information and certificates from the client certifying
performance along with list of important works executed during the last seven years etc.
should be furnished in the prescribed formats
3.4 If any information furnished by the applicant is found incorrect at a later stage, the firm
shall be liable to be debarred from bidding/taking up of work in DSIIDC. The
Corporation reserves the right to verify the particulars furnished by the applicant
independently.
3.5 Canvassing whether directly or indirectly, in connection with proposals is strictly
prohibited and the proposals bids submitted by the applicants who resort to canvassing
will be liable to rejection.
3.6 All documents enclosed should be signed with seal.
3.7 The competent authority on behalf of MD of DSIIDC reserves the right of accepting the
whole or any part of the proposal.
3.8 Managing Director, DSIIDC, reserves the right to reject any or/ all the bids without
assigning any reason thereof and no correspondence in this regard shall be entrained.
3.9 Tender shall be valid for 90 days from the date of opening of tender. The DSIIDC reserves the right to
reject any or all tenders without assigning any reason.
3.10 The time allowed for preparation of DPR etc. as per Clause 4.1.15 in accordance with the phasing,,
indicated in the tender documents.
3.11 The site for the work shall be available.
3.12 Sealed Tenders will be received in the Tender Box placed in the office of CPM/Executive Engineer, (CD-
KBI), DSIIDC, Udyog Sadan Patparganj Industrial Area , Delhi 92
3.13 The Consultant, whose tender is accepted, will be required to furnish performance Bank Guarantee of 5%
(five percent) of the tendered amount within 15 days of Award letter. This Bank Guarantee shall be issued
14
from any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the
consultant fails to deposit the said performance guarantee within the prescribed period including the
extended period, if any, the offer will be cancelled and offer may be given to next preferred bidder.
3.14 FINANCIAL BID
3.14.1 The Financial offer would provide fee for whole consultancy job as per TOR and shall be submitted as per
Bid (Part-II)
3.14.2 The bidders are required to quote item rate fee for comprehensive Consultancy job work inclusive of all
prevailing taxes and levies except the statutory service tax for the Consultancy Services as per TOR
3.14.3 Bids securing overall 60% and above marks and minimum 50% marks in each sub-head in technical
evaluation will only be considered for opening of Financial Bids. The Bids with the lowest cost may be
given a financial score of 100 and the other bids given financial score that are inversely proportionate to
their prices.
3.14.4 The total score, both technical and financial, shall be obtained by weighing the Technical and Financial
scores and adding them up. On the basis of the combined weighted score for Technical and Financial, the
consultant shall be ranked in terms of the total score obtained. The bid obtaining the highest total combined
score in evaluation of quality and cost will be ranked as H-1 followed by the bids securing lesser marks as
H-2, H-3 etc.
Total points = T (w) x T (s) + F (w) x LEC / EC, where
T (w) stands for weight of the technical score.
T (s) stands for technical score.
F (w) stands for weight of the financial proposal.
EC stands for Evaluation Cost of the financial proposal.
LEC stands for Lowest Evaluation Cost of the financial proposal.
The proposal will be ranked in terms of total points scored. The proposal with the highest
total points (H-1) will be considered for award of contract and will be called for negotiations, if
required.
3.15 NA
15
4. Scope of work
The Architect consultant shall base his proposal on MPD 2021, Industrial policy 2010-
2020 and broad concepts prepared by DSIIDC. The architect is required to provide
services in respect of the following:
i. Taking clients instructions and preparation of design brief with :
Preliminary Project Reports
Project cost estimations based on PAR 2007
All statutory approvals / clearances
Preparation of bill of quantities(BOQ) for detailed estimates
Preparation of Bid documents etc.
Detailed Project Reports, Working , structural & Detailed
Drawings
As built Drawings & Completion
ii. The scope of work of architect-consultant will be all
encompassing comprising of all tests & Site survey, evaluation,
analysis and impact of existing and / or proposed development
on its immediate environs inclusive of preparation of General
Layout of all proposed Buildings and Services or any other
requirement for Environmental Impact Assessment ( EIA of built
up space) & implementing Environment Impact Assessment
(EIA)
iii. Building Design, site layout & development.
iv. Preparation and Approval of plans from all competent authorities
/ Statutory Bodies, Change and conversion in land use.
v. Models on a suitable scale, 3-D perspectives & input for
marketing Brochures,
16
vi. All engineering services required for successful construction &
completion of project , comprising following but not limited to
works:
a. Building specifications, Quantity surveying, preparation of
BOQ and all estimates like Preliminary & Detailed
estimates for AA & TS, Bid Documents for tendering
purposes based on CPWD Manual (or DSIIDC Works
Manual) and General Conditions of contract. Detailed
measurement sheet and rate analysis of non schedule items.
b. Structural design of structures & building basement etc.
c. Transport Infrastructure, provision for parking, landscape,
beautification, irrigation & Arboriculture Architecture.
d. Sewerage and Sewerage Treatment Plant.
e. Internal & external Electricity , street lighting , electronic
& communication systems,
f. Storm water and rain water harvesting
g. Hygiene , Waste collection, accessories , Graphic signage,
facilities & street furniture
h. Internal & external water supply, R.O. and Fire fighting,
Fire detection, Fire protection and Security systems, etc.
i. Internal & external public health engineering system like
Sanitary, plumbing ,drainage and water recycle,
j. Heating, ventilation and air conditioning design (HVAC)
and other mechanical systems.
k. Cable TV & Internet wires, solar energy use, façade
lighting, security, Traffic & Building management systems.
l. Elevators, escalators & travelators etc.
However DSIIDC reserves the right to allocate the selected consultant, the
consultancy work for building work in batches keeping in mind his past
performance , work in hand and time schedules.
17
4.1.14 Scope of work shall also include visit to the sites, collection of
data/information for services technical features, visits to different agencies
for liaison. No extra consideration shall be paid for such visits.
4.1.15
TIME FRAME:- Tentative milestones of the project are as follows:-
S/n Milestones Key dates 1. Preparation of DPR and submission of proposal for Clearances of
the Project from different Govt./ competent Authorities for phase-I May 2011
2. Preparation of preliminary and detailed estimates BOQ , Bid Documents, AS, TS ,call of tenders and award of work. for phase-I
June 2011
3. Procurement of the contractors for development work of 25% industrial building work and 50% housing building work (Phase-I)
Aug 2011
4 Completion of Development work Aug 2012 5 Completion of Building Work (Phase-1 ) Dec 2012 6 Submission of proposal for Clearances of the Project from
different Govt./ competent Authorities for phase-II & III Oct 2011
8 Preparation of preliminary and detailed estimates BOQ , Bid Documents, AS, TS , call of tenders and award of work. for phase-II
August 2012
9 Procurement of the contractors for development work of 50% industrial building work and 50% housing building work (Phase-II)
Dec. 2012
10 Completion of Building Work (Phase-II ) . April 2014 11 Preparation of preliminary and detailed estimates BOQ , Bid
Documents, AS, TS , call of tenders and award of work. for Phase III
Feb 2013
12 Procurement of the contractors for development work of 2 5% housing building work (Phase-III)
June 2013
13 Completion of Building Work (Phase-III ) & remaining works. Dec. 2014
4.1.16 The site survey Plan and Soil Testing reports (if any ) available with DSIIDC
shall be provided to the Consultant for preparation of DPR any other
information/data shall be collected by the Consultant on his own.
18
4.2 Part II: Architectural & Engineering Services :
The Consultant shall provide service in respect of the following services.
4.2.1 Getting approval of the scheme, from various local bodies like DUAC, DFS, DJB, NDPL, BSES,MCD
and Building & Town Planning of MCD/DDA, etc. and other Statutory Authorities (including
Ministry of Environmental / DPCC) after getting the drawings approval from the DSIIDC.
4.2.2 Civil and Architectural work like detailed Architectural and Structural drawings, structural design,
including interiors, estimation, preparation of all related drawings, detailed calculations and BOQ etc.
including approval from all concerned local bodies, wherever required
(i) Complete water supply system (internal & external)
(ii) Complete sewerage disposal system (internal & external)
(iii) Complete drainage system (internal & external)
(iv) Complete electrification system (internal : external)
(v) Complete provision for fire fighting system.
(vi) Complete telephones lines layout, if required
(vii) Complete work of road, park, pump room etc.
(viii) Complete horticulture and landscaping scheme.
(ix) Complete layout including graphics signages.
(x) To prepare the scheme for rain water harvesting.
4.2.3 Visiting the site, discussing details with DSIIDC’s representatives and attending meetings etc. as and when
required.
4.2.4 Preparation of drawings and designs sketches plans elevation, sections, perspective etc. and all types of
models as required adequate to explain general planning and nature of the work with basic dimensions.
4.2.5 Obtaining approval of the plans from the all local authorities concerned as mentioned above.
4.2.6 Preparation of Preliminary estimate of cost on cubical contents or area basis etc. supported with details
of rates adopted as per CPWD norms for obtaining A/A & E/S sanctions.
4.2.7 Modifying Drawings, above if necessary and obtaining DSIIDC’s final approval to the same before
submitting to local bodies.
19
4.2.8 Preparation of working drawings and details, structural designs including interiors (if required) etc. for
all aspects of the work including architectural, sanitary, water supply, drainage, electrical works and
obtaining approval of the DSIIDC for the same.
4.2.9 Preparation of site plans, landscaping, design of roads and compound wall and external electrification
etc.
4.2.10 Coordinating overall designing, drawings and detailing work pertaining to various services and other
engineering works as may be necessary.
4.2.11 Formulation of specifications.
4.2.12 Assisting main executing agency in preparation of PERT/CPM Charts for the total project for ensuring
timely completion of the work and review the progress all through.
4.2.13 Preparation of all necessary schedules of quantities and detailed specifications for the purpose of
tenders.
4.2.14 Preparation of necessary tender documents and Market Rate Justification thereafter.
4.2.15 Maintaining liaison with DSIIDC and local authority in connection with successful completion of this
project.
4.2.16 Assisting in arbitration and litigation cases that may arise out of the contracts entered into in respect of
any of the related works.
4.2.17 Making available one copy of each original tracing/ Soft Copy to DSIIDC on a good quality tracing
paper/ DVD as required by DSIIDC.
4.2.18 Making available as many as 10 (ten) number of prints of the plans / drawings and working drawings
and detailed drawings etc. as may be required during the progress of the work.
4.2.19 Requiring to incorporate all the changes in drawings, which DSIIDC might require to incorporate at
any stage during the process of implementation of the project.
4.2.20 Preparation of the as built drawings at the completion of the project and providing necessary hard and
soft copies for record.
5. SCHEDULE OF SERVICES :-
Consultants shall be responsible for :-
20
5.1 Planning Stage :-
a) Understanding the client’s requirements
b) Preparing preliminary conceptual scheme with design of individual units, cluster plan, block plan,
layout as per Master Plan / Building Byelaws and National Building Code or other IS codes and
norms applicable.
c) Revising the scheme to suit the client’s need till approval.
d) Preparing preliminary estimates.
e) Preparing specifications.
f) Revising the specifications to suit the various parameters required.
5.2 Statutory Approval Stage:-
a) On approval of conceptual scheme from the client, prepare drawings and other documents for
submission to statutory authorities like MCD, DDA, DUAC, DFS,DJB , NDPL, BSES, DMRC,
Ministry of Environment .
b) Liaison with various Authorities and obtaining approvals.
c) Doing necessary corrections / amendments / modifications, if required, for approvals from
Statutory Authorities.
d) Any modification at this stage shall be got approved from DSIIDC before submitting to Statutory
Authorities.
e) The Consultant will appoint independent EIA Consultant, if not available in house and will get
EIA study conducted and obtain approval from the DPCC/ Ministry of Environment.
5.3 Working Drawing Stage:-
a) Preparation of detailed architectural, structural, services drawings and including drawings showing
details of all utilities and services, internal and external including and incorporating all revisions
and including details of specifications of all special item of work.
b) Obtaining approval of the employer to above and modifying them if considered necessary by the
DSIIDC and/or if the cost exceed the estimated cost by over 5% (Five percent)
c) If required, prepare drawings for obtaining approval of local and other authorities mentioned
above and making any change required by them.
21
d) Preparing and coordinating the Architectural, Structural engineering, surveying work, and
prepare complete working details, schedules, specifications, and bill of quantities etc. to describe
the whole project adequately for the purpose of placing the main and other subsidiary contracts by
the DSIIDC.
e) Preparing and supplying bills of quantities, along with details of calculation of all items of work
together with details of specification of all special items complete with necessary architectural
drawings, structural drawings, detailed estimates on standard schedule of rates and based on
market rates for non schedule items including tender documents to enable the DSIIDC to invite
tenders.
5.4 Construction Stage :-
The Consultants would:-
a) Release such architectural, structural and services drawings specification and details, which may
be required for proper execution of the work.
b) Obtain DSIIDC’s approval for any material deviation in design or cost of the working drawings,
schedules and specification from the approved scheme.
c) Vetting of structural drawings through independent agency or BMTPC or CBRI.
d) Site visits whenever required
e) Preparation of completion drawings
f) The CPM / Pert Chart prepared by executing agency shall be vetted by the consultant.
g) Attending progress review meetings and suggest remedial measures for achieving the desired
targets
6.1 STRUCTURAL STABILITY
The consultant shall give Certification regarding Structural stability of the structures.
6.2 EARTHQUAKE RESISTANT :
The consultant shall ensure that the building has been designed as earthquake resistant
building.
7 PAYMENT OF REMUNERATION :
The employer agrees to pay the following fees to Consultants for the professional
Services rendered by them.
22
7.1 NA
7.2 Service tax as applicable shall be paid to the consultants by the employer on the
fee.
7.3 The above fee at clause (7.1) is inclusive of fees payable by the Consultant to any
other sub consultant and associated consultant and nothing extra shall be payable
by the Employer.
7.4 DSIIDC shall not pay any expenditure to consultant on any local or outstation
visit for the purpose of the project. Consultant has to bear all such type of
transportation and any other expenses. DSIIDC shall not pay any expenditure
towards liaison with various statutory authorities for obtaining their approvals.
7.5 The Consultants shall have to make all arrangements for any other facilities
required by his staff at their own cost.
7.6 The compensation of Rs. 50,000/- per default shall be recovered by the employer
from the Consultants for not attending prefixed meetings for discussions,
assistance to employer in completing the project. Provided that no such
compensation will be recoverable, if in the opinion of the Executive Engineer of
DSIIDC that such failure to attend the meeting was for reason beyond the control
of the Consultants.
7.7 Consultants shall acquaint himself with all the legislation, Court and standards
prescribed from time to time.
23
8. CONSULTANCY FEE :-
8.1 The amount of fees will be paid in instalments as specified below :-
STAGE as per allocated phase %age %age
of PAY
MENT Stage-I
Preliminary planning of scheme and its
approval from local authorities:
30%
of the
total
(i) On approval of concept drawing and scheme
drawings from DSIIDC authorities
7% of the total fees payable 7%
(ii) Preparation of draft/submission drawing of
building and development work of project
including its submission and approval from local
authorities like fire Department, DDA,
MCD,DUAC,AAI, CIOF and other local bodies,
if any, including submission of original approval
of drawing so obtained to DSIIDC :
a) On Submission to MCD 14% of the total fees payable less
payment already made at stage-I(i)
7%
b) On Submission to other
Authorities/departments
16% of the total fees payable less
payment already made at stage-
I(i)&(ii)(a)
2%
c)On Approval from MCD 24% of the total fees payable less
payment already made at stage-
I(ii) b)
8%
d) Approval from other Authorities/departments
DJB,DPCC/SLEIAA of services drawings
28% of the total fees payable less
payment already made at stage-
I(ii) c)
4%
(iii)Submission of preliminary estimate covering all
aspect of the project.
29 % of the total fees payable less
payment already made at stage-
I(ii) d)
1%
24
(iv) Submission of model of project 30% of the total fees payable less
payment already made at stage-
I(iii)
1%
Stage-II
A) On submission of post qualification/ tender
document, estimate and on approval of
specifications /PQ/ Estimate and draft NIT by
competent authority
50% of the total fees payable less
payment already made at Stage-I
(iv)
20 %
of the
total
i) Tender document for civil, electrical (internal &
external), networking and communication
(conducting) sanitation, water supply,
development work including bulk services, rain
water harvesting, STP (if required), water
boosting arrangement, Solar Heaters and its
arrangement. The Estimate of the service shall be
prepared on the basis of with bldg. drawings*
ii) On submission of estimates including Operation
and Maintenance provisions for the required
works, Draft NIT’s and the approval of Deptt.
CIVIL WORK
i) Civil & Internal Electrification work upto 1st
Manhole and Main Electrical Board/ LT Pannel of
Building i/c Main Gate provisions
(10%)
ii) Service Block, Boring of Tubewels, Water
Boosting arrangement with required Water Treatment
Plants i/c Electrical & Mechanical work
(1%)
iii) Fire fighting (internal & external), fire alarm, Fire
Check Doors etc.
(1%)
iv) False Ceiling with Electrical Fittings & Fixtures (1%)
v) External Development work i/c Sewerage, Water
supply, Drainage, and Rain Water Harvesting
(1%)
25
vi) Interior Designing work like reception, lift lobby,
corridor ( Not loose furniture) i/c signages and any
other estimate, if required
ELECTRICAL WORK
i) HVAC (low & high side) (1%)
ii) Lift and escalators (1%)
iii) LT & HT Pannel/ Cable Work & Substation
equipments (1.5%)
iv) EPBAX, LAN, WAN System and any other
estimate, if required (.25%)
(1%)
HORTICULTURE AND OTHER WORK
i) Landscape and horticulture work with Operation
and maintenance for five years (1%)
ii) Cosmetics & facade lighting/ art work any other
remaining services/item for successful construction of
project On submission and theirs approvals. (25%)
1.25%
Stage-II
B) Preparing of detailed working drawing:* On
preparation and finalization of detailed working,
architectural, structural, water supply, sanitation,
fire fighting, electrical, mechanical HVAC, rain
water harvesting, interior designing and drawing
etc i.e. of all disciplines broadly as under :
70% of the total fees payable less
payment already made at Stage-II
A
20 %
of the
total
i) Building Block including incorporation of
structures etc.
62% of the total fees payable less
payment already made at Stage-II
B (I)
ii) Incorporation of services 64% of the total fees payable less
payment already made at Stage-II
B (ii)
26
iii) Development Works 66 % of the total fees payable less
payment already made at Stage-II
B (iii)
iv) Joinery & Details like kitchen, toilets, pantry,
stairs, flooring , façade details etc
68% of the total fees payable less
payment already made at Stage-II
B (iv)
v) Iron works & HVAC, Lifts, on coordinating,
resolving & vetting of the shop floor drawings
68% of the total fees payable less
payment already made at Stage-II
B (v)
* (All drawings shall be marked as good for construction during
progress of work incorporating any changes, amendments etc.)
Stage-II
C) On preparation and approval of revised
estimate with extra, substitute and deviation, if
there during the execution and completion of
work, if required otherwise would be adjusted in
stage III A (v)
71% of the total fees payable less
payment already made at Stage-II
B (v)
1 %
Stage-III
Construction & Supervision Stage
A) On completion of
89% of the total fees payable less
payment already made at Stage-II
C
19%
(i) 20% work 75% of the total fees payable less
payment already made at stage-II
C
(ii) 40% work 80% of the total fees payable less
payment already made at Stage-III
A(i)
(iii)60% work 85% of the total fees payable less
payment already made at Stage-III
A(ii)
(iv) 80% work 87% of the total fees payable less
payment already made at Stage-III
A(iii)
27
(v) 100% of work and on providing defect list, if any 89% of the total fees payable less
payment already made at Stage-III
A(iv)
Stage-III
B) Draft replies to queries/point raised by
different agencies related to planning, PQ
estimate, tender document, extra/ substitute/
deviation item if any, otherwise would be
adjusted in stage III A (V)
91% of the total fees payable less
payment already made at Stage-III
A(v)
1 % of
the
total
Stage-IV
Completion Stage
A) After completion of work and submission of
all completion drawings for approval from all
local bodies & as built drawings.
95% of the total fees payable less
payment already made at Stage-III
B
5 % of
the
total
B) After obtaining completion certificate from
local bodies, drawings for connections
/service, and obtaining occupancy certificate
etc.
100% of the total fees payable less
payment already made at Stage-IV
A
4 % of
the
total
100%
NOTE:
Two sets of all drawing shall be submitted along with soft copies.
“Z” denotes the Commencement Date as per the Contract Agreement.
“Y” denotes the Completion of Construction Work.
Time period for the Consultancy shall be excluding time taken by DSIIDC for approval.
Payment can be released on prorate basis at each stage.
9.0 COST TO BE EXCLUDED FOR PAYMENT TO CONSULTANTS
NA
10.0 ADDITION AND ALTERATION
28
10.1 The employer shall have the right to request in writing changes, additions, `modifications
or deletions in the design and drawing of any part of the work and to request in writing
additional work in connection therewith and the Consultants shall comply with such
request. If the Employer deviates substantially from the original scheme which involves
for its proper execution extra services, expenses and extra labour on the part of the
Consultants for making changes and additions to the drawings specifications or other
documents due to rendering major part or the whole of his work infructous and the
Consultants may then be compensated for such extra services and expenses on quantum
merit basis at percentage applicable under this agreement and to be determined mutually
unless such changes, alterations are due to Consultants own commission and/or
discrepancies including changes required by Consultants of all internal, external utilities
and services, the decision of the employer shall be final on whether the deviations and
additions are substantial as requiring any compensation to be paid to the Consultants.
However for the minor modification or alteration which does not affect the entire design
planning etc. no amount will be payable.
10.2 If it is found after call of tender that the acceptable tender is not within the amount
sanction then the Consultants shall if so desired by the employer take steps to carry out
necessary modification in the design and specification to see that tendered cost does not
exceed. The Consultants shall not be paid anything extra for such modification. If the
employer is convinced that the trend of market rates is such that work can not be done
within the amount of approved estimate, the Consultants shall submit a revised estimate
expeditiously for obtaining revised approval.
10.3 The Consultants shall not make any deviation, alterations, additions to or omission from
the work shown / described and awarded to the Consultant except through and with prior
approval of the Engineer-in-Charge in writing.
29
11. Award of Contact :
11.1 The Contract will be awarded after successful negotiations with the successful
consultants
11.2 Upon successful completion of the negotiations, the Engineer-in-charge will
inform the successful bidder about the intention to award the work through a
Letter of Intent.
11.3 Remuneration received as per the contract will be subject to tax deductions at
source at the rate as applicable at that point of time
11.4 Formal agreement will be drawn by the CPM/Executive Engineer CD- KBI
11.0 TERMINATION
That this agreement may be terminated at any time by either party upon giving one
months notice to the other and in the event of such termination, the Consultants shall be
entitled to all such fee for the services rendered and liable to refund the excess payment,
if any made to him over and above than what is due in terms of this agreement on the
date of termination and the employer may make full use of all or any of the drawings
prepared by the Consultants.
12.0 ARBITRATION
In the event of any dispute between the parties hereto arising out of or in any way
touching or concerning this agreement (except those the decision where of is otherwise
herein before provided for), disputes or differences shall be referred for adjudication
through arbitration by a sole arbitrator appointed by the Chief Engineer, DSIIDC, in
charges of the work or if there be no Chief Engineer, the Administrative head of the
DSIIDC. If the arbitrator so appointed is unable or unwilling to act or resign his
appointment or vacates his office due to any reason whatsoever, another sole arbitrator
30
shall be appointed in the manner aforesaid. Such person shall be entitled to proceed with
the reference from the stage at which it was left by his predecessor.
It is a term of this contract that the party invoking arbitration shall give a list of disputes
with amounts claimed in respect of each such dispute along with the notice for
appointment of arbitrator and giving reference to the rejection by the Chief Engineer of
the appeal.
It is also a term of this contract that no person, other than a person appointed by such
Chief Engineer DSIIDC or the administrative head of the DSIIDC, as aforesaid, should
act as arbitrator and if for any reason that is not possible, the matter shall not be referred
to arbitration at all.
It is also a term of this contract that if the consultant does not make any demand for
appointment of arbitrator in respect of any claims in writing as aforesaid within 120 days
of receiving the information from the Engineer-in-charge that the final bill is ready for
payment, the claim of the consultant shall be deemed to have been waived and absolutely
barred and the DSIIDC shall be discharged and released of all liabilities under the
contract in respect of these claims.
The arbitration shall be conducted in accordance with the provisions of the Arbitration
and Conciliation Act, 1996 (26 of 1996) or any statutory modifications or re-enactment
thereof and the rules made thereunder and for the time being in force shall apply to the
arbitration proceeding under this clause.
It is also a term of this contract that the arbitrator shall adjudicate on only such disputes
as are referred to him by the appointing authority and give separate award against each
dispute and claim referred to him and in all cases where the total amount of the claims by
any party exceeds Rs. 1,00,000/-, the arbitrator shall give reasons for the award.
It is also a term of the contract that if any fees are payable to the arbitrator, these shall be
paid equally by both the parties.
31
It is also a term of the contract that the arbitrator shall be deemed to have entered on the
reference on the date he issues notice to both the parties calling them to submit their
statement of claims and counter statement of claims. The venue of the arbitration shall be
such place as may be fixed by the arbitrator in his sole discretion. The fees, if any, of the
arbitrator shall, if required to be paid before the award is made and published, be paid
half and half by each of the parties. The cost of the reference and of the award (including
the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may
direct to any by whom and in what manner, such costs or any part thereof shall be paid
and fix or settle the amount of costs to be so paid.
13.0 NUMBER OF DRAWINGS SETS AND COPYRIGHT
All estimates, bill of quantities with detailed measurement of details of quantities,
detailed designs with calculation, reports and any other details envisaged under this
agreement shall be supplied in triplicate and all drawings architectural or other services /
utilities (internal and external) would be supplied by the Consultants as required on
submission to all the local bodies and other authorities plus sets required by the Employer
itself being no less than ten sets of prints and one reproducible copy in the same size. If
there is any revision of any detail in any drawing for any reason same number of
drawings shall be reissued without any extra charge. All the drawings will become the
property of the Employer and it will have the right to use the same anywhere else but
only at its own risk and responsibility. In that event, the Employer will pay a royalty to
the consultants on mutually acceptable basis.
The drawings cannot be issued to any other person, firm or authority, except to the
associates and sub consultants of the Consultants or used by the Consultants for any other
project. No copies of any drawings or documents shall be issued to any one except the
Employer and / or his authorised representative.
32
14.0 SECURITY DEPOSIT
NA
15.0 TIME SCHEDULE
Commencement of Work :-
The date of commencement of work will be considered on 3rd day after the date of issue
of commencement letter.
15.1 Completion of various services mentioned in Clause (5.1 to 5.4) from the date of
commencement excluding time taken by the local bodies after confirmation of complying
with all requirements and furnishing certified copies of site plan and model shall be
completed within the stipulated time.
15.2 The time must be strictly observed by the Consultants and shall be deemed to be an
essence of the contract on the part of the Consultants. The work shall (throughout the
stipulated period of contract) be processed with all diligence and in the event of failure of
the Consultants of complete the work within time schedule as specified above or
subsequently notified to him, the Consultants shall pay to owners as compensation
amount equal to 1(one) percent of total fee payable to the Consultants per week the work
remains unfinished after specific date subject to maximum of 10% (ten percent) of total
fees.
16.0 ABANDONMENT OF WORK
That if the Consultants abandons the work for any reasons whatsoever or becomes
incapacitated from acting as Consultants as aforesaid, the employer may make full use of
all or any of the drawings prepared by the Consultants and that the Consultants shall be
liable to pay such damages as may be assessed by the Employer subject to a maximum of
10% (ten percent) of the total fee payable to the Consultants under this agreement.
33
Provided, however, that in the event of the termination of the agreement being under
proper notice as provided in the clause hereinafter, the Consultants shall be entitled to all
such fee for the services rendered and liable to refund any excess payment made to him
over/and above which is due to him in accordance with the terms of this agreement, for
the service rendered by him till the date of termination of the agreement.
17.0 GUARANTEE
The Consultants shall agree to re-design at his cost any portion of his engineering design
work, which due to his failure to use a reasonable degree of design skill, shall be found
defective within two years from the date of start of regular use of the portion of work
affected.
The employer shall grant right of access to the Consultants of these portions of the work
claimed to be defective for inspection.
The employer may make good the loss by recovery from the dues of the Consultants in
case of failure to comply with the above clause.
18.0 DETERMINATION OR RECESSION OF AGREEMENT
The Employer without any prejudice to its right against the consultant in respect of any delay
by notice in writing absolutely determine the contract in any of the following cases: -
18.1 If the Consultant being a firm/company shall pass a resolution or the court shall make any
order that the firm / company shall be wound up or if a receiver or a manager on behalf
of the creditor shall be appointed or if circumstances shall arise which entitle the court or
creditor to appoint a receiver or a manager or which entitled the court to make up a
winding order.
18.2 If the consultant is in breach of any of terms of agreement
34
18.3 When the consultant has made himself liable for action under any of the clauses aforesaid
the Employer shall have powers :
18.3.1 To determine or rescind the agreement.
18.3.2 To engage another consultants to carry out the balance work debiting the consultant the
excess amount if any so spent.
19.0 GENERAL
19.1 The Consultant shall be fully responsible for the technical soundness of the work
including those of the specialists engaged, if any, by him and also ensure that the work is
carried out generally in accordance with drawings, specifications and his conception.
19.2 The Employer will have the work of Consultant and/or his sub-consultants
supervise/inspected at any time by any officer nominated by him who shall be at liberty
to examine the records, check estimates and designs.
19.3 The appointment of Employer’s own supervisory staff, if any, does not absolve the
Consultant of his responsibility of general supervision. The Consultant shall be
responsible for designs of structures and all provisions / services of the work entrusted to
him so as to satisfy their requirement.
19.4 The Consultant hereby agrees that the fees to be paid as provided herein will be in full
discharge of functions to be performed by him and no claim whatsoever shall be against
the Employer in respect of any proprietary rights or copy right on the part of any other
party relating to the plans, models and drawings.
35
19.5 The Consultant shall indemnify and keep indemnified the Employer against any such
claims and against all cost and expenses paid by the Employer in defending himself
against such claims.
19.6 It is hereby further agreed between the parties that the stamp duty payable under the law in
respect of this agreement shall be borne by the Consultant.
In witness whereof the parties hereunder have set their hands and seals the day and year first
written
Signed & delivered by the for and behalf of
Consultant Managing Director
Witness CPM/Executive Engineer – CD-KBI
36
ACCEPTANCE
The above tender ( as modified by you as mentioned in the letters mentioned hereunder ) is accepted by me for and on behalf of the M.D., DSIIDC for a sum of Rs. ( Rupees. ) The letters referred to below shall form part of the this contract Agreement :- i) ii) iii) for & on behalf of the M.D., DSIIDC Signature …………………………… Dated …………………………… Designation ……………………………
37
FORM - A
UNDERTAKING
I / We have read and understood the instructions and the terms and conditions contained in the document. I/ we do hereby declare that the information furnished in the application and in the supplementary sheets from page …… to page ……is correct to the best of my/our knowledge and belief. It is certified that we have not been blacklisted by any Organization of Government of India including CVC. I / We have neither failed to perform on any agreement nor been expelled from any project or agreement nor have any agreement terminated for breach during the last three years. The undersigned is fully authorized to sign and submit this document on behalf of the Organization. We authorize _____ to approach individuals, employers, firms and Corporations to verify our competence and general reputation.
Signature __________________ Name __________________ Designation __________________ Address __________________ __________________ Seal
Place :_____________ Date : _____________
38
FORM-B-1
PARTICULARS IN RESPECT OF WORK COMPLETED/EXECUTED
( DURING PAST 7 YEARS)
(ONLY SIMILAR PROJECTS)
Sl.No.
Name of the work
Short description of work executed
Name and address of owner/client
Value of work executed In INR In USD
Land Area of the Project
Built up Area of the Project
Date of commencement
Date of completion
Any other relevant information
1
2
3
4
Consultant shall submit the certificate of satisfactory completion of the work from the respective client along with the copy of award letter/ work order. Certified that above information is correct.
Signature of Applicant
39
FORM-B-2
PARTICULARS IN REPSECT OF WORK IN HAND/ONGOING WORKS
(ONLY SIMILAR PROJECTS)
Sl.No.
Name of the work
Short description of work executed
Name and address of owner/client
Value of work executed In INR In USD
Land Area of the Project
Built up Area of the Project
Date of commencement
Date of completion
Any other relevant information
1
2
3
4
Consultant shall submit the award letter / work order from the respective clients Certified that above information is correct.
Signature of Applicant
40
FORM-B-3
NA
41
FORM-C
LIST OF CONSULTANTS ASSOCIATED
Sl.
No
Nature of Consultancy Name & Address of Consultants
Experience of housing projects
only
Important Projects Handled
Since When
Associated
Architect Consultant
Structural Consultant
Civil Engineer
Quantity/estimation
/Quantity Surveyor
Consultant
HVAC Consultant
Landscape & Horticulture
Consultants
Electrical Consultant
EIA Consultant
/Environmental Engineer
ETP/WTP consultant
42
Transport Consultant
PHE Consultant Other services consultant
Consultant shall submit the award letter / work order from the respective clients Certified that above information is correct.
Signature of Applicant
43
FORM-D1
COMPETITIONS WON AND AWARDS CONFERRED (International / National Awards)
S.No. Name of Organization Year of
Competition / Awards
Award conferred Remarks
Signature of Applicant
44
FORM-D2
COMPETITIONS WON AND AWARDS CONFERRED (Others Awards / Appreciation etc. )
S.No. Name of Organization Year of
Competition / Awards
Award conferred Remarks
45
FORM “E”
PARTICULARS OF LITIGATION / ARBITRATION CASES
S.No. Name of the project
under litigation Period of Litigation
Outcome of Arbitration
Remarks
Signature of Applicant
46
FORM- F
LIST OF TECHNICAL STAFF
S.No
Particular Name Designation Qualification
Experience
Years with the Firm
Experience in similar projects only
Region of project executed
Language spoken
Signature of the Applicant
47
FINANCIAL TURNOVER
FORM “G” Financial year ( Amount) Architectural Consultancy Only 2009 – 2010 2008 – 2009 2007 – 2008
Note : Consultant shall submit proof in support of the Financial turnover ( Balance Sheet / CA Certificate /TDS etc )
Signature of Applicant
48
FORM “H”
EMPANELMENT WITH GOVT. / SEMI GOVT. / PSU’S / INTERNATIONAL BODIES FOR ARCHITECTURAL CONSULTANCY WORKS
S.No. Name of Organization Category / Classification if any
Date of Empanelment
Signature of Applicant
49
DELHI STATE INDUSTRIAL & INFRASTRUCTURE DEVELOPMENT CORPORATION LTD.
Part – II (Financial Bid)
Name of Work:-
Acceptance : -
I/We certify that I/we have read all the scope of work and all the terms and condition mentioned above in Bid document and I/we agree to accept each of them.
(Consultants Signature & Address)
with Stamp
S. No.
Description of item (A)
Area (Sqm.)
(B)
Rate per Sqm
Total AxB
In INR
1.
Consultancy for Development work 199416
2 Consultancy for Built up space (industrial & residential covered area)
439215
3 Consultancy for Built up space (parking & services)
104471
Total
Note :- 1.The Land Area and Built-up Area defined above can vary on either side.
(Consultants Signature & Address) with Stamp
47
Top Related