Consultancy Report Consultancy to Assist in Development oJ ...
Consultancy Services for Construction of Transit Camp at Plot No....
Transcript of Consultancy Services for Construction of Transit Camp at Plot No....
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 1
SJVN Ltd. (A Joint Venture of Govt. of India & Govt. of Himachal Pradesh)
(An ISO-9001-2015, Mini Ratna & Schedule-A PSU)
SJVN Corporate Head Quarter: Shanan Shimla-06.
SHIMLA – 171006 (H.P.), INDIA
CIN: L4010HP1988GOI008409
TENDER DOCUMENT (THROUGH E-PROCUREMENT)
{Domestic Competitive Bidding}
FOR
CONSULTANCY SERVICES FOR CONSTRUCTION OF TRANSIT
CAMP AT PLOT NO. 540, SECTOR 33, CHANDIGARH.
INDIA
*****
Tender No.: DCB–CCD–ARCH–758–01
EMPLOYER: SJVN
COUNTRY : INDIA
SHIMLA February 2020
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 2
CONTENTS
Sr. No. Description Page No.
- Detailed Notice Inviting Tender 3
Section-I Scope of Services 16
Section-II Information for bidders 29
Section-III Instructions to bidders 31
Section-IV
Tender form, form of declaration,
qualification information and
schedules 47
Section-V Price Schedule 58
Section-VI General conditions of contract 60
Section-VII
Forms, procedures ,integrity pact and
guidelines on banning business
dealings 86
Section-VIII Special conditions of contract 95
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 3
DETAILED NOTICE INVITING TENDERS
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 4
SJVN Limited (A Joint Venture of Govt. of India & Govt. of Himachal Pradesh)
(An ISO-9001-2015, Mini Ratna & Schedule-A PSU)
SJVN Corporate Head Quarter : Shanan,
SHIMLA – 171006 (H.P.), INDIA CIN-L40101HP1988GOI008409
DETAILED NOTICE INVITING TENDER
E- TENDER NO. DCB-CCD-ARCH-758-01
1.1.0 INTRODUCTION AND INVITATION
1.1.1 SJVN Limited, a Mini Ratna, Category-I and Schedule –„A‟ CPSE under
administrative control of Ministry of Power, Govt. of India, was incorporated on May
24, 1988 as a joint venture of the Government of India (GOI) and the Government of
Himachal Pradesh (GOHP).
Beginning with a single Project and single State operation (i.e. India‟s largest 1500
MW Nathpa Jhakri Hydro Power Station in Himachal Pradesh) the Company has
commissioned projects namely 412 MW Rampur Hydro Power Station in Himachal
Pradesh, 47.6 MW Khirwire Wind Power Project in Maharashtra, 5.25 MW
Charnakha Solar Power Plant in Gujarat and Sadla Wind Power Project in Gujarat.
SJVN is presently implementing Power Projects in Himachal Pradesh, Uttarakhand,
Bihar and Gujarat in India besides neighboring countries viz. Nepal and Bhutan.
SJVN has its Registered and Corporate Office at SJVN Corporate Head Quarters,
Shanan, Shimla, H.P.
The aim of this invitation is to invite tenders for hiring :
‘Consultancy services for Construction of Transit camp at plot no. 540,
Sector-33, Chandigarh’*
*As detailed in Section-1 Scope of Services of Tender Document.
1.1.2 SJVN invites tenders from eligible bidders in single stage two parts i.e. Techno
Commercial Bid and Financial Bid on Domestic Competitive Bidding, through
Electronic Tendering System (E-Tender) for Consultancy services for Construction of
Transit camp at plot no. 540, Sector-33, Chandigarh’.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 5
1.2.0 KEY DATES/OTHER RELATED PARTICULARS :
The key particulars/details and dates are as under
i. Tender view date and
time.
: Any time between 19.02.20 to 19.03.20.
ii. Pre-bid meeting
(date/time and venue)
: 06.03.20 (at 1500 Hrs.)
Venue: SJVN Expediting Office,
Office Block, Tower-1, 6th
Floor, NBCC
Complex, East Kidwai Nagar, New Delhi.
iii. Last date & time for
uploading of
Technical as well as
Financial bids on
SJVN‟s e-tender
portal
https://sjvn.abcprocur
e.com
:
20.03.20 upto 1300 Hrs.
iv. Deadline for
submission of
documents in
physical form.
: 27.03.20 upto 1800 Hrs.
v. Last date for
submission of letter
seeking
clarifications/pre-bid
queries from bidder
: 03.03.20 upto 1500 Hrs.
vi. Venue for opening of
bids
Venue: Corporate Civil Contracts Deptt.
SJVN Corporate Head Quarter, Shanan.
Shimla-06, H.P.
vii. Date & time for
opening of Technical
bids.
: 20.03.20 at 1500 Hrs.
viii. Date & time for
opening of Financial
bids.
: Shall be intimated separately.
ix. Bid validity period : The bid shall remain valid for 180 days
after the last date fixed for submission of
bid including extension thereof, if any.
x. Cost of Tender
Document*
: INR 5,000 /- (Rupees Five Thousand) (non
refundable) inclusive of GST Payable
online through E-payment gateway
available on SJVN‟s E-tender portal,
https://sjvn.abcprocure.com)
xi. EMD/Bid Security* : INR 46,000 /- (payable as per Sub-Clause 5
of Section-2, ITB of Tender Document.)
*Small Scale Units registered with the National Small Industries Corporation (NSIC)
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 6
under their single point Registration Scheme of the stores /work are exempted from
furnishing the cost of tender document fees and bid security deposit. Further, Micro
and Small Enterprises (MSEs) as defined in MSE Procurement Policy issued by
Department of Micro, Small and Medium Enterprises (MSME) or registered with
Central Purchase Organization or the concerned ministry or department or as defined
by GoI from time to time are also exempted from furnishing the cost of tender
document fees or bid security. They should furnish an attested scanned copy (by
authorized representative) of the valid registration NSIC/MSME Certificate /Udyog
Aadhaar Memorandum number to avail the benefits. Also, Start-ups (recognized by
Department of Industrial Policy and Promotion or as defined by GoI from time to
time) shall also be exempted from furnishing the cost of tender document fees or bid
security. No other Bidder is exempted from furnishing cost of tender fee and bid
security as mentioned above.
1.3.0 REGISTRATION FOR E-TENDERING / METHOD OF APPLYING
1.3.1
This tendering process is being processed through e-procurement mode on
https://sjvn.abcprocure.com.
For participating in E-tendering with SJVN Ltd., the Bidder has to register with M/s
E-procurement Technologies Ltd. (If not registered earlier and/or if the registration is
not valid at the time of uploading/submission of Bid) on SJVN‟s E-tender Portal,
https://sjvn.abcprocure.com and the detailed procedure for the registration is as under:-
Steps for New Bidder Registration:
Perform below mentioned steps to register yourself
Click on a “New Bidder Registration” link available on home page.
You need to furnish individual details as well as of company details in registration
form.
After filling all mandatory fields, you need to click on “submit” button to complete
registration process and make payment of applicable registration fees.
On successful completion of registration you will be prompted a message saying
that “You have successfully registered on (SJVN Limited)‟s e-Procurement
Portal”
1.3.2 System Configuration Requirements
a) An Internet connection with minimum 512 Kbps speed.
b) Operating System should be Windows XP Service Pack -3 / Vista / Windows
7.
c) Supported Browsers: Internet explorer – 7.0, 8.0 & 9.0
d) Minimum bandwidth 512 kbps
e) Operating System Core2 Duo / I3 / I5 (Recommended)
f) System Access with Administrator Rights
g) Minimum RAM 2 GB
h) Digital Certificate: For participating in E-tendering i.e., for login, uploading
& downloading the Tender document or for submitting the bids on E-mode, the
bidder has to procure a Digital Signature/Digital Security Certificate from
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 7
certifying authority of India as per the IT Act, 2000. Digital signature can be
obtained from any of the authorized agencies of CCA (Controller of Certifying
authorities) from GNFC, TCS, MTNL, Safe Script etc. For this a separate
processing fee would be payable to the authorized agency of CCA.
Valid Digital Certificate must be installed in a computer system from where you
want to login on website. Perform the below steps to confirm whether valid digital
certificate is available on your computer system or not:
Steps:
Open Internet Explorer.
Select Tools menu from menu bar. OR(Press Alt + T on your keyboard)
Click on Internet Options >> Content >> Certificate button.
You should view your digital certificate under “Personal” heading.
1.3.3
Requirement of Digital Signature Certificate
Please enable ActiveX Controls & Plug-ins. (Tools->Internet Options->
Security->Custom Level)
Active-X controls need to be enabled in your Internet browser. In order to ensure
this, please do the following:
1. In Menu Bar ---Click on Tools - Internet Options – Security – Click on Trusted
Sites Icon – Click on Sites button
Add 2 Website in Trusted Sites……
i. https://sjvn.abcprocure.com
ii. https://www.tpsl-india.in
2. After that, click on
Tools menu of Internet explorer - Internet Options – Security – Click on Internet
Icon
3. After Click on Custom Level button –
From below ActiveX controls and plug-ins ---- Select below 5 Items to enabled
i. Download signed ActiveX controls –select Prompt or Enable
ii. Download unsigned ActiveX controls – select Prompt or Enable
iii. Initialize and script ActiveX controls not marked as safe for scripting –
select Prompt or Enable
iv. Run ActiveX controls and plug-ins-select Enable
v. Script ActiveX controls marked safe for scripting – select Enable
4. After completed this above selection----Below option has available---Reset
custom settings---Reset To: Select low or medium ---Click on OK
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 8
Also, please check your system Date & Time it should be set as current date &
time.
5. In case of Digital Certificate based Login, user need to download & install
"Signer" file available under Download Section at https://sjvn.abcprocure.com
Download & Install "Intermediary Certificate" available under Download
Section at https://sjvn.abcprocure.com
6. Please disable or uninstall Third Party Toolbar / Add-ons from Browser.
1.3.4
Bidder shall be required to arrange all resources, including Digital Signature and
Internet Connections at their own cost, for participating in online tenders/ bids at
SJVN‟s E-Procurement portal.
All the Bidders are requested to get themselves registered well in advance and no extra
time will be considered for the delay in on-line Vendor Registration, if any. In case
bidders wait till the last moment for registration/uploading of Bids, and if any
technical problem is encountered at that time and the closing time may elapse, SJVN
Ltd. shall not be responsible in any manner for such delay/ or any other reason thereof.
1.3.5 Mode of the payment for Purchase/downloading of Tender document and EMD.
The following modes of payments have been provided for e-payment on account of
Purchase/downloading of Tender document :
a) Credit Card
b) Debit Card
c) Net Banking
d) NEFT/RTGS
Credit Card/Debit Card/ Net Banking:-
Bidder is required to add https://www.tpsl-india.in website in Trusted Zone as
suggested above.
Bidder needs to feed correct details while making the payment through online
payment gateway.
NEFT/RTGS:-
To make payment through NEFT/RTGS, bidders will get an auto generated e-
Mail which contains details of their Unique Bidder Code and when and how to
do RTGS/NEFT and details pertaining to it. This information will also be
available on screen under heading of “NEFT/RTGS Instruction” once bidder
gets login.
Once bidder deposit amount in Beneficiary account number provided to them,
while making payment for document fees and EMD by RTGS/NEFT payment
option at the document fees and EMD payment screen, bidder shall be able to
view the funds already remitted by him/her through NEFT/RTGS as available.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 9
Please proceed to make the payment. Upon doing so, the required amount to be
paid through the document fees and EMD, shall get appropriately deducted from
the available balance and payment shall be confirmed in real time.
This facility allows you to transfer lump sum amount to your Bidder ID account
number as mentioned above via RTGS/NEFT. Bidder would be able to use the
funds as and when require till the time balance is available in Bidder ID. Also,
Bidder can transfer more amount as and when he/she require. Kindly note that
the payment via RTGS/NEFT is required to be made one working day in
advance in order to make it available in your Bidder ID. Hence please ensure
that Bidder remit funds at least one day in advance before he/she would like to
make the document fees and EMD payment through RTGS/NEFT option on
payment gateway.
Caution: Please ensure that your need to mention the correct beneficiary account
number and IFSC code as mentioned above while making payment via RTGS/NEFT.
In the event of funds remitted to wrong beneficiary account number, SJVN Limited or
its Bank or its service provider shall not be responsible for the same.
Note: The Bidder may furnish, the EMD through online payment or through FDR
duly pledged to SJVN or unconditional BG. However, cost of document shall only be
accepted through online payment.
1.3.6 Downloading Bid Document
The complete Tender Document is available for download from www.sjvn.nic.in and
www.eprocure.gov.in. However, for submission of bid, Bidder has to access e-Tender
portal of SJVN (https://sjvn.abcprocure.com). Bidder can submit the bid after
completing registration formality, successful login and payment of cost of Tender
Document.
Download Document link is available at the end of every tender notice along with
access to Corrigendum (if any).
Contact Details
Bidders may contact below mention official in case of any assistance require with
respect to accessing of e-Tendering portal and bid submission.
Mr. Nitesh Singh–
Ph : +919265562822 e-Mail : [email protected]
Mr. Raman
Ph: +919265562832 e-mail :[email protected]
Mr.Vismay Jagad-
Ph : +917940016867 e-Mail [email protected]
Ms.Vaishali Soni
Ph : +917940016837 , e-Mail : [email protected]
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 10
Mr. Pradip Parmar
Ph : +917940016865, e-Mail: [email protected]
Mr. Rizwan Ajmeri
Ph: +917940016843, e-Mail: [email protected] (for registration and Digital
Signature)
Mr. Rahul Dixit
Ph: +917940016879 e-mail :[email protected]
Mr. Shafique Shaikh
Ph: +917940016802 e-mail :[email protected]
1.4.0 BREIF SCOPE OF SERVICES
The Scope of Services to be performed by the bidder shall be as per Section -1 –
Scope of Services of Tender Document.
1.5.0 TIME FOR COMPLETION
The Time for Completion of the Consultancy Assignment is twenty (20) months and
Defect Liability Period is Six (06) months. The bidder shall perform the different
stages of work according to the time period stipulated in Section -I – Scope of
Services of Tender Document.
1.6.0 ELIGIBILITY
1.6.1 This invitation to bid is open to all registered Consultancy Firms/Architects Firm from
India who meet the Qualification Criteria as indicated hereunder.
1.6.2 The bidder should meet the following minimum qualifying requirements:
1.6.2.1
The bidder must have experience of having completed following consultancy
assignment (s) during the last 7 (seven) years ending last day of month previous to the
one in which bids are invited :
a) One similar consultancy assignment wherein consultancy fees paid to the
bidder is not less than INR 18.79 lakh or
b) Two similar consultancy assignments wherein consultancy fees paid to the
bidder is not less than INR 11.75 lakh each or
c) Three similar consultancy assignments wherein consultancy fees paid to the
bidder is not less than INR 9.40 lakh each .
Similar works hereby means that Architect firm should have completed
consultancy assignment of requisite consultancy fees as indicated above
for comprehensive Architectural services including planning and
designing of Bungalows/ Villas/ Guest houses/ Transit Camps/
Hotels/Motels/ Resorts.
Note:
(i) Experience certificate and work order (LOA) from employer would be required to
substantiate the experience in all cases.
(ii) In case of evidence of experience against qualifying requirement has been issued
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 11
by non-governmental organization, copy of TDS issued by client/owner against
the said consultancy assignment is required to be submitted by the bidder.
1.6.2.2 The Average annual turnover of the bidder from related business in the preceding
three financial years ending 31.03.2019 shall not be less than INR 7.05 lakh.
Note:
(i) For bidder‟s financial evaluation, annual financial statement, audited / duly signed
by CA, as the case may be (Balance sheet, profit & loss / Statement of income &
expenditure, Auditor Report and relevant schedule forming part of audited
annual financial statement) for immediate preceding three years shall be
submitted by the bidder. Where the turnover is not bifurcated and revenue
received from consultancy services are not available then the certificate from the
statutory auditor / chartered accountant in respect of revenue against consultancy
services needs to be furnished.
(ii) In case if annual financial statements for FY 2018-19 have not been
prepared/available, then a certificate duly signed by CA/statutory auditors (as the
case may be) for turnover from related business may be submitted by the bidder.
1.6.2.3 In case the bidder is a proprietary concern then the proprietor should be registered
with the Council of Architecture (India). In case the bidder is a firm then at least one
of the Partners/Directors or Principal Architect of the firm should be registered with
the Council of Architecture (India). The registration should be valid on the date of
opening of the techno-commercial bids. Documentary proof in the form of copy of the
Registration certificate(s) in support of the above to be submitted by the bidder failing
which their bid will not be entertained.
Notes:
i. The subsidiary companies/firms, who intend to get qualified on the basis of
experience of the parent companies/firms, shall not be considered and vice versa.
ii. In case of a Company/firm, formed after merger and/ or acquisition of other
companies/firms, past experience and other antecedents of the merged/ acquired
companies/firms will be considered for qualification of such Company/firm
provided such Company/firm continues to own the requisite assets and resources
of the merged/ acquired companies/firms relevant to the claimed experience.
iii. If the consultancy assignment for which the experience is being claimed has been
completed in the last SEVEN (7) years period, even if it has started earlier, the
same will be considered.
iv. The word „completed‟ hereby means that consultancy fees as indicated in clause
1.6.2.1 above must have been paid to the bidder in the SEVEN (7) years period
ending last day of month previous to the one in which bids are invited. The
consultancy fees shall be inclusive of GST/Service Tax (as applicable).
v. The bidder shall provide completion certificate to substantiate the experience from
client for consultancy assignment. The completion certificate hereby means that
certificate of successful completion of consultancy assignment of architectural
planning and designing of Bungalows/ Villas/ Guest houses/ Transit Camps/
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 12
Hotels/Motels/Resorts etc. by the client ((Employer) and bidder should not have
any affiliation in terms of subsidiary/ parental company/group company
vi. Joint-venture/ consortia of firms/ companies shall not be allowed and the bidder
should meet the above criteria themselves.
vii. In case the experience is in currency other than INR, the conversion rate for the
purpose of evaluation of Bidder shall be the daily exchange rate for similar
transactions published by the SBI, as on 28 days prior to the Last Date of
Submission of bids.
1.7.0 GENERAL
1.7.1 The bidder will be selected under Quality Cost Based Selection (QCBS) and
procedures described in this Tender Document. The Tender Document includes the
following Sections:
- DETAILED NOTICE INVITING TENDER
SECTION-I SCOPE OF SERVICES
SECTION-II INFORMATION FOR BIDDERS
SECTION-III INSTRUCTIONS TO BIDDERS
SECTION-IV TENDER FORM, FORM OF DECLARATION,
QUALIFICATION INFORMATION AND SCHEDULES
SECTION-V PRICE SCHEDULE
SECTION-VI GENERAL CONDITIONS OF CONTRACT
SECTION-VII FORMS,PROCEDURES, INTEGRITY PACT AND
GUIDELINES ON BANNING BUSINESS DEALINGS
SECTION-VIII SPECIAL CONDITIONS OF CONTRACT
1.7.2 Tender Document will neither be issued manually nor be sent by post or courier; the
same can be viewed and downloaded from www.sjvn.nic.in and www.eprocure.gov.in.
However, for submission of bid, Bidder has to access e-Tender portal of SJVN
(https://sjvn.abcprocure.com). Bidder can submit the bid after completing registration
formality, successful login and payment of cost of Tender Document between the
dates and time mentioned in Clause 1.2.0 here-in-above.
1.7.3 Interested parties may download the Tender document in accordance with the
procedure given under Clause 1.3.0 between the date and time mentioned in Clause
1.2.0 here-in-above. Downloading/uploading of Tender document/bid by any bidder
shall, however, not construe that such bidder is considered as qualified.
1.7.4 The Tender document shall be available on website https://sjvn.abcprocure.com only.
At any time before the submission of bids, Employer may modify/ amend the Tender
Document and extend the last date of submission/opening of the bids and any other
key dates by issuing a corrigendum/addendum and such corrigendum/addendum to
this notice as well as to the Tender Document shall be available only on following
websites:
A www.sjvn.nic.in
B https://sjvn.abcprocure.com
C www.eprocure.gov.in
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 13
As such the bidders are advised to visit the above websites regularly before deadline
for submission of bids.
To give the bidder reasonable time to take an amendment into account in their bids
and on account of any other reasonable circumstances, Employer may at its discretion,
extend the deadline for the submission/opening of the bids.
1.7.5 Bidders should not be under a declaration of ineligibility for corrupt/fraudulent
coercion/collusion practices and defaults committed under Integrity pact by the
Central Government / State Government or any of its agency / department, public
sector undertaking or autonomous body or any authority by whatever name called.
1.7.6 The prospective bidders are advised to visit the Project Site before submission of their
bids. The Bidder shall bear all costs associated with the site visit. The Bidder shall
arrange the inner permit/permission for him as well as for his workers as required in
accordance to the laws if required for the work.
The information about the project and/or its surroundings are given in good faith. The
bidder may however, obtain necessary information and acquaint themselves with Site
by making site visit at their own cost.
1.7.7 An authorized representative of the bidder shall fill and digitally sign the Technical &
Financial Bid. The authorization shall be in the form of Power of Attorney
accompanying the tender.
Duly Notarized Power of Attorney must be supported with necessary documentary
evidence of the person/authority giving power of attorney like Partnership Deed,
Board Resolution, Memorandum & Articles of Association etc. indicating that the
person/authority issuing POA is authorized to issue such POA.
1.7.8 The bidder shall submit the Technical and Financial bids through e-mode.
(Through E-Mode) :
Bidder needs to login first on the tendering portal of SJVN, (i.e.
https://sjvn.abcprocure.com)
Search tender by filling necessary searching criteria after Login.
After finding the tender on the screen , Click on the “Dashboard”
Click on “Declaration” & then Click on “I Agree”
Click on the “Tender Fees” & Pay the Tender Fees Online
Click on the “EMD” & Pay the EMD as detailed under clause 14 of ITB Section-
II.
Click on “Prepare Bid” & Fill necessary Forms (Schedules)
After filling Price Bid Form click on “Final Encrypt”
After filling all forms & final Encryption of Price bid Click on “Final
Submission”
After Final Submission bidder will get receipt of Final Submission of their Bid
The bid/bids (except the documents specified in clause 6.2 below) sent through post/
courier or by hand will not be considered/accepted.
1.7.9 However, the bidder shall also submit the scanned copies of the following documents
along with technical bid through e-mode. The original of the same shall have to be
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 14
submitted on or before the date & time mentioned in Sr. No. 1.2.0 (v) abovein a sealed
envelope clearly marked “Physical submission for tender no. DCB-CCD-ARCH-754-
01” through post/courier or by hand on the following address failing which the
financial bids will not be opened:
HOD(Civil Contracts),
Corporate Contracts Department (Civil),
SJVN Corporate Head Quarter, Shanan,
Shimla-171006, (H.P.)
I. Power of Attorney
A Power of Attorney indicating that the person(s) signing the Bid has the
authority to sign the Bid supported with necessary documentary evidence of the
person/authority giving power of attorney like Partnership Deed, Board
Resolution, Memorandum & Articles of Association etc. indicating that the
person/authority issuing POA is authorized to issue such POA and that the Bid is
binding upon the Bidder during the full period of its validity.
II. Copy of Valid NSIC/MSME Certificate /Udyog Aadhaar Memorandum number
/Proof of being a Startup (if applicable) towards relaxation in payment of tender
document fees and Bid security.
III. Integrity Pact duly signed by authorized representative of the bidder.
IV. Original FDR/BG in case EMD has not been paid through e-mode.
1.7.10 Submission of bids by the bidder implies that they have read this notice and all other
documents and have made themselves aware of the scope & specifications of the
services to be provided and local conditions and other factors which may have bearing
on the rendering of services.
1.7.11 Initially the Technical bid on e-mode will be opened on the specified date and time
mentioned at Clause 1.2.0 here-in-above or extended otherwise, in the presence of
bidders or their authorized representatives who may choose to attend. In case the day
becomes holiday, the bids will be opened at the same specified time on next working
day. Bids received after due date and time will not be entertained.
Financial Bid will be opened on a subsequent date for which an intimation will be
uploaded on e-mode to those bidders who meet the minimum qualifying requirements,
evaluation criteria specified in Tender Document and whose bid is found to be
responsive to the Tender Document.
1.7.12 If bidder does not provide clarifications/ documents in relation to bid by the date &
time prescribed by SJVN, further evaluation shall be done based on available
data/information.
1.7.13 The successful bidder shall be required to furnish performance security in accordance
with the provisions of Tender Document.
1.7.14 The Tender Document is not transferable and the cost of Tender Document is not
refundable under any circumstances.
1.7.15 Bids other than e-tenders shall not be accepted.
1.7.16 SJVN does not bind themselves to accept the lowest bid or any Bid or to give any
reasons for their decision.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 15
1.7.17 SJVN reserves the right to cancel/withdraw the Tender Document at any stage without
assigning any reason and shall bear no liability whatsoever consequent upon such a
decision.
1.7.18 SJVN reserves the right to extend the last date and time for submission/opening of
Technical and Financial bids or any other key dates of this Tender Document.
1.7.19 Purchase preference applicable as per Govt. of India policies and guideline from time
to time shall be given.
1.7.20 For any enquiry/clarification for registration, submission of bid and any other
information, the bidder may contact to the following person:
Sr. AGM (Civil Contracts)
Corporate Contracts Department (Civil),
SJVN Corporate Head Quarter, Shanan,
Shimla-171006, (HP) India
Telephone No. +91-177-2660162
Email: [email protected]
Sr. Manager (Civil Contracts)
Corporate Contracts Department (Civil),
SJVN Corporate Head Quarter, Shanan,
Shimla-171006, (HP) India
Telephone No. +91-177-2660161
Email: [email protected]
1.7.21 All correspondence with regard to the above shall be made at the following address :
HOD(Civil Contracts)
Corporate Contracts Department (Civil),
SJVN Corporate Head Quarter, Shanan,
Shimla-171006, (H.P.) India.
Telephone No. +91-177-2660161
Fax: +91-177-2660164
Email: [email protected]
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 16
SECTION-I
SCOPE OF SERVICES
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 17
Scope of Services
1.0 DESCRIPTION:
SJVN Limited, a CPSE under Ministry of Power, Govt. of India, is a listed Company
implementing Power Projects in Himachal Pradesh, Uttarakhand, Bihar, Maharashtra
and Gujarat in India besides neighboring countries viz. Nepal and Bhutan totaling
6020 MW SJVN has expanded its horizons and envisions developing itself into a fully
diversified transnational Power Sector Company in all types of conventional & non-
conventional forms of energy along with Power Transmission. SJVN has been
conducting all its activities in an environmentally responsible manner.
Beginning with a single Project and single State operation SJVN has expanded its
horizons and envisions developing itself into a fully diversified transnational power
sector company in all types of conventional and non-conventional forms of energy
along with power transmission. SJVN aims to be a 5000 MW company by 2023,
12000 MW company by 2030 and 25000 MW company by 2040.
Chandigarh being the center point and a city with the functional airport is very
frequently traversed by the employees and senior management of SJVN. It, therefore,
own premise instead of a hired one is more justified, logical and economical in the
long run.
In pursuance of above SJVN has purchased plot no. 540 (2 Kanal plot) in Sector 33
Chandigarh. Now SJVN intends to develop the property by constructing a building
“Satluj Bhawan” (transit camp) for which consultancy services for planning,
designing and liaison works with local statutory/govt. authorities are required.
1.0.1 Topography of the site: 2 Kanal/ 1014 sq. yards. (78‟ x 117‟) of flat site.
1.0.2 The “Satluj Bhawan” tentatively consists of following Requirements:
1.0.2.1 RCC Framed Structure including basement floor.
1.0.2.2 Fire Fighting And Fire Alarm System.
1.0.2.3 Building Sevices i.e. MEP works.
1.0.2.4 Passenger Lift.
1.0.2.5 RCC Water Tanks.
1.0.2.6 Site development works and Rain Water Harvesting and storm water drains
etc.
1.0.2.7 Horticulture works/ Landscaping works and Boundary Wall.
1.0.2.8 Specialized E&M Works i.e. Sub-Station Equipments, Diesel Generating Sets,
Uninterrupted Power Supply, Precision Air Conditioning System, Solar Photo
Voltaic Power Generation System, Solar Water Heating System, CCTV
System, Access Control System, Lighting Automation Including Occupancy
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 18
Sensors, LAN System, IP Based EPABX System, Door Frame Metel Detector,
Boom Barrier, Emergency Light & Illuminated Signages, and Motorized Steel
Gate.
In order to incorporate latest & State of the art technologies, interior & exterior
design and to enable faster construction, SJVN now envisages to engage a
consultant for architectural design and planning, detailing, structure designing,
landscaping and electrical mechanical plumbing, sanitary etc. and issue good for
construction drawings.
The work of above mentioned Consultancy services consists of rendering services
for the Architectural Planning, Designing, Detailing, Structural Designing,
Electrical, Sanitary, Interiors, Landscaping, Fire Protection, Electrification, IT
&Telecommunication Systems, HVAC/ Ventilation System, Best in class
Acoustics, Fire Detection & Alarm and Fire Fighting System, Elevators, Signage,
Detailed Estimates, Preparation of Technical Specifications, Bill of Quantities for
tendering, Justification of Rates, Periodic Inspection, Evaluation of construction,
any other related services for the proposed construction of transit camp including
Parking i.e. “Satluj Bhawan” in Plot no. 540, Sector 33 Chandigarh, or any other
assigned work complete in all respects and handing over the same to SJVN. Any
statutory clearances required from Govt. Departments, Municipal Corporation,
Pollution Control Board, electricity board etc. shall be responsibility of the
Consultancy firm and payment of the same shall be regulated to the agency on
actual basis on submitting valid documentary proof. Any statutory fee deposited by
the consultancy firm on behalf of SJVN shall be reimbursed on submitting a valid
documentary proof.
The concept and design of the buildings shall be based on Innovative Modern
Global and Contemporary International Trends. The transit camp including Parking
i.e. “Satluj Bhawan” shall be designed as energy efficient building (optimum use of
solar energy), environmental friendly (Rain Water Harvesting) and a barrier free
environment etc. use of solar roof panels should also be integrated in design of the
building and using disaster resistant technologies etc.
1.0.3 The building design shall be best in class and shall be in line with modern trends
integrating the vernacular architecture of the region. The building shall be
environmental friendly, energy efficient and using both passive and active
intelligence to maximize benefits to its occupants. The building is proposed to be
designed as Barrier free and wheelchair accessible.
1.0.4 The concept and designs of the building shall be planned and designed to achieve
and obtain GRIHA-3 Star Rating minimum. However, all efforts shall be made to
obtain upto 5 star GRIHA star ratings.
1.0.5 The building should have structured cabling system for Voice, Data, and Video.
All the areas should be connected with state of the art LAN system.
1.0.6 The planning, designing & detailing of various components shall be done based on
local building Bye-laws, latest National Building Code & relevant BIS and IS
Codes, CPWD Specifications.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 19
2.0 SCOPE OF SERVICES:
The Scope of Services shall include but not limited to the following: -
2.0.1 Study Existing Land and building uses of the site, exiting patterns of the water
supply, Drainage, Circulation Pattern and Parking. Undertaking site visits to
collect details / data / information required for planning purpose, holding necessary
discussions with the SJVN and obtaining requirements of project and attending
meetings at site of work or SJVN Office as and when required by SJVN.
2.0.2 To prepare necessary documents & drawings by carrying out detailed survey and
geo technical investigations in accordance to relevant BIS Codes and CPWD
Specifications for the site of the project.
2.0.3 Preparation and submission of preliminary concept drawings including layout plan
of concerned area with Green building tech features to obtain minimum GRIHA 3
Star Rating, a brief report & detailed cost estimates based on latest CPWD Rates
and obtaining necessary approvals from SJVN/statutory bodies/ Ministry of
Environment and forest etc..
2.0.3 (a) Preparation and submission of detailed walk through model, 3-D model,
perspective as per the requirement of SJVN including their
presentations thereof. The presentation(s) should be with the walk
through model, 3-D model, photographs, perspectives and other
documents to SJVN etc., as and when required, in connection with
approval from SJVN and Statutory Bodies at no extra cost to SJVN.
2.0.3. (b) Furnish a preliminary report on environmental impact of the project and
measures required for mitigating the adverse impact if required.
2.0.3. (c) The building including all the services will be designed according to
GREEN BUILDING Concepts and for maximizing energy efficiency.
It aspires to achieve a leadership in energy and environment design
rating. The building shall be planned and designed to achieve and
obtain GRIHA-3 Star Rating minimum. However, all the efforts shall
be made to achieve higher GRIHA Star Ratings. The GRIHA
Consultant shall be appointed separately by the architect at its own cost
and it shall remain in the responsibility of the consultant to provide all
required inputs, details, drawings and designs as well as to coordinate
with GRIHA Consultant to obtain GRIHA-3 Star Rating minimum.
However, any statutory fee paid to any Govt. body shall be reimbursed
as per actual by SJVN on submission of a valid documentary proof.
2.0.3. (d) Preparation and submission of drawings including layout plan of
concerned area, a brief report for obtaining necessary approvals/Rating
from SJVN/Statutory bodies and GRIHA including preparation &
submission of models, photographs, perspectives and other documents,
giving presentations etc., if required, in connection with approval from
SJVN and Statutory Bodies and GRIHA.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 20
2.0.4 Obtaining approval from any Statutory Body/Local Govt. Body like Municipal
Corporation, Town and Country Planning Department, Pollution Control Board,
National Highway Authority, Fire department etc. as applicable to this project for
execution of work or for approval of designs/drawings of the scheme.
2.0.5 Consultant has to prepare and submit detailed bills of quantities, design, detailed
estimate including preparation and submission of detailed take off calculation
sheets, and list of approved makes, detailed specifications of non-schedule items,
analysis of rates/justification of rates for each and every building/structure
including all internal & external services, investigations complete based on
approved concept plans and including getting necessary approvals from SJVN/all
Statutory Bodies etc. for all work involved including issue of adequate number of
tender documents along with necessary drawings for the purposes of inviting
tenders including giving necessary advice (if required) in deciding the award of
work. Separate documents may be required to be submitted for different works as
decided by SJVN and will be final and binding on consultant, no extra payment in
this regard will be payable to consultant.
2.0.6 Preparation and submission of detailed Architectural drawings, designs and
specifications for building/structures suitable for construction and releasing to site
“Good for Construction” drawings including getting necessary approval from
SJVN/ Statutory bodies wherever required.
2.0.6.(a) Preparation and submission of detailed designs, drawings and documents
for all internal utility services like plumbing fire-fighting, electrification,
fire detection, Ventilation System, lifts, telephones, EPABX, public
address system, communication, networking acoustics, Green Building
Features and other specialized services as per the requirements of the
project suitable for construction and release to site –“Good for
construction” drawings including getting necessary approval from SJVN/
Statutory bodies wherever required.
2.0.7 Preparation and submission of detailed structural designs drawings, fabrication and
erection drawings based on approved Architectural drawings, for various
buildings/structures complete, suitable for construction and release to site “Good
for Construction” drawings including getting approvals from SJVN/ Statutory
bodies wherever required.
2.0.7(a) The Consultant shall submit the detailed structural analysis, designs,
calculations and drawings confirming to provision of Bureau of Indian
Standards (BIS) codes/ standards (latest revision) for execution. The
Consultant shall submit the calculations, analysis and drawings in
editable soft as well as hard copy. He shall also submit a certificate of
structural stability by a qualified Structural Engineer (Post Graduate in
Civil Structural Engineering). On review if required, the consultant will
be bound to make changes suggested by SJVN.
2.0.8 Preparation of designs, drawings and documents for external utility services like
Ventilation/ HVAC system, water supply, sewerage, storm water drainage, fire
hydrants schemes, water and sewerage systems, water supply in-take arrangements,
Solar Water Heating System, Rain Water Harvesting, Green Building Features,
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 21
roads, street lighting, telephone system, and other related schemes, landscaping,
horticulture, arboriculture, furniture and fixtures, paths, boundary walls and any
other specialized extra services as per project requirement suitable for construction
and release to site “Good for construction” drawings including getting necessary
approvals from SJVN/ Statutory bodies wherever required.
2.0.9 Preparation and submission of detailed designs, drawings and documents pertaining
to all interior decoration, Signage, furniture, furnishing, equipment and other
similar services for buildings/structures required for construction and release to site
“Good for Construction” drawings including getting necessary approvals from
SJVN wherever required.
2.0.10 Preparation and submission of drawings/details of any other items (s) not mentioned
above but required for completion/execution of project as per requirement of
SJVN.
2.0.11 Carrying out all modifications/ deletions/ additions/ alteration in design/drawings/
documents as required by SJVN/ Statutory bodies for proper execution of works at
site till completion and handing over of the project.
2.0.12 Undertaking site visits for periodic supervision of works to ensure adherence on the
part of the contractor‟s execution of work as per detailed drawings and
specifications, including sorting out problems and issue of necessary clarifications
at site – as & when required including preparation & issue of additional drawings
and details for proper execution of work at site till completion of project. 10
number site visits by the Principal Architect of the site shall be mandatory. It is
mandatory that one permanent architect (Graduate/ degree holder) having the good
Architectural knowledge and minimum five year experience after graduation will
be deputed at site in Chandigarh during the construction period by the consultant
for smooth coordination with the project Team of SJVN at his own cost.
2.0.13 Preparation and submission of completion reports, completion drawings and
documents for the project as required and acceptable to SJVN including getting
necessary completion certificates, from statutory bodies. The completion
documents shall be submitted in soft copy also in an acceptable format to SJVN.
2.0.14 Submission of completion drawing to Concerned authority and seeking its approval
i.e. obtaining completion certificate.
2.0.15 Defects Liability Period for this project is 6 months, which shall be reckoned from
the date of taking over of the building by SJVN or issue of completion certificate
by SJVN. The consultant shall visit the site and provide all the
drawings/details/specifications for rectification of defects, if any during the Defects
Liability Period.
2.0.16 The above scope is indicative and SJVN reserves the right to add or delete the
building (s) or any other Scope of Services as a whole or in part without assigning
any reasons thereof. The Consultant shall have no claim whatsoever on this
account.
In consideration of the fees hereby agreed to be paid to the Consultant, the
Consultant shall faithfully, expeditiously, economically and honestly perform the
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 22
services (2.0.1 to 2.0.15) for the building awarded for consultancy work as per time
schedule enclosed at Annexure-I.
3.0 INDICATIVE BUILDING DESIGN BRIEF: -
S.no Area Provisions Remarks
1. Project
Objective
To create a building that is environmental friendly, energy
efficient and uses both passive and active intelligence to
maximize benefit to its occupants.
2. Building life One hundred years
Twenty-five years without a major retrofit
Embedded intelligent and IT systems to become eligible for a
retrofit/upgrade every ten years.
3. Design
Philosophy
(In the order of
listing)
Use passive intelligence and Concepts to maximize energy
efficient features.
Incorporate state-of-art active intelligent systems to: -
Maximize Energy Conservation.
Reduce manpower deployment for services and systems.
Provide a safe, secure and healthy environment.
Provide seamless communication both internally and externally
Provide embedded resilient and redundant systems to ensure
that building integrity and functionality is not compromised in
the event of isolated failure.
Provide embedded fault detection, notification and adaptation
ability.
Use the adage „Maintenance over aesthetics‟.
Audit design from a maintenance perspective.
Avoid use of prototype technology.
Ensure compliance with established codes and fit-for-approval
by statutory agencies.
4. Architectural - Building bye-laws and
controls to be followed.
4.1 Building
Description
Ultra-chic and city Landmark.
4.2 Interior space
maximization
Column-free interiors
4.3 Energy
conserving
facades
„Concepts to be used for
conserving energy and reducing
light and other load.
High-performance
glazing to be used.
4.4 Structural
Building
Earthquake resistant RCC structure
as per concept.
RCC as per structural
design as applicable.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 23
Material
4.5
Water
Conservation
Low volume flushing utilities
Leak proof plumbing
Water re-cycling
Rain water run-off capture for
ground water re-charge.
Embedded sensors for monitoring
water quality.
Building should be water
self-reliant, through use
of rain water harvesting
to the extent possible.
4.6 Urinals Waterless/ Low water design.
4.7 WC Low Water design
4.8 Space
Utilization
Flexible-Interiors
4.9 Shared
Resources
Parking
Maintenance
Store (discards pending disposal)
Water Management Sewage
Management Systems
All Services
infrastructure is to be
located at a suitable
place.
5 HVAC/
Ventilation
System and
Energy
efficiency
Special provisioning for
Parking, Battery Room,
Control room etc.
Provision for integration
with facade heat capture
systems.
Features to enhance energy
efficiency e.g. integrated
with sensors to monitor
space occupancy for system
load optimization.
A ducted ventilation system
will be used for the parking,
if required.
Design and features
should be designed to
accumulate GRIHA
points.
No „sick building
syndrome‟
Co-2 levels to be
monitored for air quality
surveillance.
HVAC/ Ventilation
System is to be
integrated with the fire
control system to
evacuate smoke and toxic
fumes.
It should be linked to the
IBMS
6 Electrical and
Lighting CAT-7 or Latest
Proprietary Cabling to be
used.
Passive intelligent building
design will be undertaken to
ensure maximized use of
ambient light.
Energy efficient lights
and fixtures would be
used.
Possibility of „Low-
Power‟ lighting can be
explored.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 24
Use of technology such as
„Passive Fiber-Optic Day-
Lighting should be explored
for providing natural light
to confined spaces.
Use of Photo chromatic or
„Double Glazed‟ windows
with powered blinds to be
used.
Powered lighting will be
energy efficient. Motion
sensors will monitor space
usage and switch on/off
powered lights in
conjunction with ambient
light.
Over-ride provisions will be
provided for aesthetic
lighting.
Lighting will be context
specific.
Smart lighting system such as
signage light, Profile
light,50W,Recessed type ceiling
LED,2X18W LED
Battens,50W,400k,Dimmable led
etc.
7 Telecom
Services
1. Building will be completely
WI-FI. „Bluetooth‟ enabled
devices will be used.
2. The following services will
be provided on the WI-FI
Laptop.
Broadband (Including E-
mail, Electronic Fax, E-
Document transfer)
Video-conferencing
Knowledge Management
Software
Other competing
technologies such as
WLAN and GSM may be
evaluated. Wireless
Broadband feasibility
and provisioning to be
made.
8 Security 1. CCTV will be used for
entry/exit points, elevators
and common areas.
9 Fire systems The building must determine „very
early‟ the possibility of a fire
before it actually erupts. This can
be accomplished by very early
Smoke Detection Apparatus
(VESDA) based fire detection
systems. Subsequently, it identifies
A self-diagnostic system
that can detect electrical
malfunctions (a major
cause of fire) can be
incorporated in the fire
detection system.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 25
4.0 CONSULTANCY FEE
4.1 For the consultancy services as per Scope of Services and terms & conditions,
consultancy fee/ charges shall be quoted by the bidder in Price Schedule, Section-
V. The payment of consultancy fee/ charges shall be released as per stages of
payments given in Payment Schedule mentioned in clause 4.5 below.
4.2 The rate/ fee/ charges provided in the Price Schedule, Section-V should remain
firm and no escalation due to any reason whatsoever during the pendency of the
contract shall be payable.
4.3 Any statutory payment/ fees to Government/ Local Authorities of Government
deposited by the consultancy firm on behalf of SJVN for obtaining clearances of
works covered in the scope to the concerned authorities shall be reimbursed as per
actual on production of documentary proof.
its precise location and
prognosticates its spread pattern.
This activates the automatic fire
mitigation and control devices. It
raises an alarm and informs
occupants to evacuate the building
through the best route and activates
event specific signage. It then
announces this through automatic
voice spiels (Human voice may
contain inflexions that may set off
a panic). It also uses air channels
controlled by Ventilation System
to evacuate smoke and fumes so
that orderly evacuation is
faciliated.
Special provisions such
as infra-red heat sensor
based systems may be
necessary for Computer
rooms.
10 Elevators The elevator system will be able to
map the traffic pattern and
configure its movements
accordingly
It will be linked to the fire-
management system so that its
movement can be controlled for
evacuation.
It will have CCTV and its
light/ventilation will also be
controlled based on occupancy.
The traffic pattern can be
determined by: -
Transducers embedded in
the floor to monitor
incident load.
Input from access
point.
Combination thereof.
11 Furniture Customized and factory
Built.(World class reputed
manufacturers)The sample shall be
approved from SJVN EIC.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 26
4.4 Unless otherwise specifically provided in the Contract, the rate/ fee/ charges
provided in Price Schedule, Section-V shall be deemed to include cost, charges of
all the items of work stipulated in Scope of Services including any incidental,
ancillary and any other item of work/ service(s) which are not specifically
mentioned in the contract, but are considered necessary to complete a certain item
of work/ service(s).
4.5 STAGES OF PAYMENT OF CONSULTANCY FEE: Consultancy fee shall be
paid as per progress of the building as per payment schedule as per Annexure-1.
5.0 MILESTONES FOR LD
The schedule for achievement of major milestones of works and compensation for
delay are as detailed in Section-IV, Schedule-A.
6.0 INPUTS TO BE PROVIDED BY SJVN
Documents related to ownership of the plot shall be provided by the SJVN.
NOTES
1. SJVN shall release running payments on pro-rata basis for various stages
depending upon extent of their completion and statutory deductions, and decision
of SJVN in this regard shall be final and binding on the consultant. No claim in this
regard shall be admissible on SJVN or payable by SJVN.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 27
Annexure – 1
TIME SCHEDULE FOR SUBMISSION / ISSUE OF DRAWINGS AND STAGES
OF PAYMENT:
S.
No. ACTIVITIES
PREDEC
ESSOR
SL. NO.
PERIOD
OF
COMPLETI
ON FROM
DATE OF
ISSUANCE
OF LOA
(Days)
EXTENT OF
PAYMENT
(%AGE OF FEE
PAYABLE OF
TOTAL
CONSULTANC
Y FEE/
CHARGES)
1 Collection of data from site and local
bodies by consultant and submission of
inception report for discussion (Scope as
per Para 2.0.1 to 2.0.2)
- 10
7%
2 Presentation on concept (s) to SJVN
(Scope as per Para 2.0.3) 1 18
3 Finalization of concept including
modifications if any and approval of
concept by SJVN (Scope as per Para
2.0.3)
2 30 5%
4 Approval from statutory authorities M.C.,
PCB etc. (Scope as per Para 2.0.4) 3 90 3%
5 Preparation and submission of walk
through model, 3d model & perspective
etc. (Scope as per Para 2.0.3 a)
3 90 3%
6 Preparation of tender documents a/w
tender drawings, technical specifications,
BOQ, detailed scope of work etc. For the
purpose of supplementary tendering for
the works required to be completed as per
approved concept by SJVN as required
by SJVN. (Scope as per Para 2.0.5)
3 105 9%
7 Tendering and award of construction and
allied services works by SJVN. 6 180 3%
8 Completion of detailed working drawings
including Structural and Architectural
drawings (Scope as per Para 2.0.6 &
2.0.7)
3 180 15%
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 28
9 Completion of construction works (Scope
as per Para 2.0.8 to 2.0.13) 3 545 -
9
(a)
Submission of Excavation / Site
development drawings - - 5%
9
(b)
On completion of 10% of work* with
drawings and details required submitted - - 5%
9
(c)
On completion of 20% of work* with
drawing and details required submitted - - 5%
9
(d)
On completion of 40% of work* with
drawings and details required submitted - - 5%
9
(e)
On completion of 60% of work* with
drawings and details required submitted - - 7.5%
9
(f)
On completion of 80% of work* with
drawings and details required submitted - - 7.5%
9
(g)
On virtual completion of work* including
any revisions required in the drawings
and details
- - 10%
10 Obtaining Completion Certificate from
statutory bodies (Scope as per Para
2.0.14)
9 575
10% 11 Handing over of the project 9 575
12 Obtaining GRIHA certification 9 600
13 Defect Liability Period (Scope as per
Para 2.0.15) 9 780
* Percentage (%) completion of work shall mean Percentage (%) of award value of the Building
or varied cost of the building (i/c variations, allied works etc. as per EIC), whichever is higher.
-End of Section-I-
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 29
SECTION-II
INFORMATION FOR
BIDDERS
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 30
DELETED
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 31
SECTION-III
INSTRUCTIONS TO
BIDDERS
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 32
Instructions to Bidders
1. Scope of Services:
The scope and details of services to be rendered are given in Section-I under the
heading “Scope of Services”. The bidders are advised to study the same carefully
before submission of bid and they shall be deemed to have fully acquainted
themselves with the same.
2. Sufficiency of tender:
2.1 The bidders in their own interest are advised to inspect the sites and their
surroundings and satisfy themselves before submitting their tenders in respect of
the site conditions, which may have bearing on his service(s) and cost thereof
under the contract.
2.2 The bidders should note that information, if any, in regard to site and local
conditions, as contained in these Tender Documents, has been given merely to
assist the Bidders and is not warranted to be complete.
2.3 The bidders should note and bear in mind that the Employer shall bear no
responsibility for the lack of acquaintance of the sites and other conditions or any
information relating thereto, on their part. The consequences of the lack of any
knowledge, whatsoever, as aforesaid, on the part of the bidders shall be at their risk
and cost and no charges or claims, whatsoever, consequent upon the lack of any
information, knowledge or understanding shall be entertained or payable by the
Employer.
2.4 The bidder shall be deemed to have satisfied himself as to the correctness and
sufficiency of his tender for the services as detailed in this Tender Document and
the lump sum fees and charges (to be quoted in Part-A of BOQ) shall cover all his
obligations under the Contract and all matters and things necessary for the proper
rendering of Services in accordance with the provisions of the Contract.
3.0 Eligibility criteria
3.1 This invitation to bid is open to all registered Consultancy Firms/Architects from
India who meet the Qualification Criteria as indicated hereunder.
3.2 The bidder should meet the following minimum qualifying requirements:
(A) Technical Criteria
The bidder must have experience of having completed following consultancy
assignment (s) during the last 7 (seven) years ending last day of month previous to the
one in which bids are invited :
a) One similar consultancy assignment wherein consultancy fees paid to the bidder is
not less than INR 18.79 lakh or
b) Two similar consultancy assignments wherein consultancy fees paid to the bidder
is not less than INR 11.75 lakh each or
c) Three similar consultancy assignments wherein consultancy fees paid to the
bidder is not less than INR 9.40 lakh each
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 33
Similar works hereby means that Architect firm should have completed
consultancy assignment of requisite consultancy fees as indicated above for
comprehensive Architectural services including planning and designing of
Bungalows/ Villas/ Guest houses/ Transit Camps/ Hotels/Motels/ Resorts.
Note: (i) Experience certificate and work order (LOA) from employer would be
required to substantiate the experience in all cases.
(ii) In case of evidence of experience against qualifying requirement has
been issued by non-governmental organization, copy of TDS issued by
client/owner against the said consultancy assignment is required to be
submitted by the bidder.
(B) Financial Criteria
The Average annual turnover of the bidder from related business in the preceding
three financial years ending 31.03.2019 shall not be less than INR 7.05 lakh.
Note:
(i) For bidder‟s financial evaluation, annual financial statement, audited / duly
signed by CA, as the case may be (Balance sheet, profit & loss / Statement of
income & expenditure, Auditor Report and relevant schedule forming part of
audited annual financial statement) for immediate preceding three years shall
be submitted by the bidder. Where the turnover is not bifurcated and revenue
received from consultancy services are not available then the certificate from
the statutory auditor / chartered accountant in respect of revenue against
consultancy services needs to be furnished.
(ii) In case if annual financial statements for FY 2018-19 have not been
prepared/available, then a certificate duly signed by CA/statutory auditors (as
the case may be) for turnover from related business may be submitted by the
bidder.
(C) In case the bidder is a proprietary concern then the proprietor should be registered
with the Council of Architecture (India). In case the bidder is a firm then at least
one of the Partners/Directors or Principal Architect of the firm should be
registered with the Council of Architecture (India). The registration should be
valid on the date of opening of the techno-commercial bids. Documentary proof in
the form of copy of the Registration certificate(s) in support of the above to be
submitted by the bidder failing which their bid will not be entertained.
Notes:
i. The subsidiary companies/firms, who intend to get qualified on the basis of
experience of the parent companies/firms, shall not be considered and vice
versa.
ii. In case of a Company/firm, formed after merger and/ or acquisition of other
companies/firms, past experience and other antecedents of the merged/
acquired companies/firms will be considered for qualification of such
Company/firm provided such Company/firm continues to own the requisite
assets and resources of the merged/ acquired companies/firms relevant to the
claimed experience.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 34
iii. If the consultancy assignment for which the experience is being claimed has
been completed in the last SEVEN (7) years period, even if it has started
earlier, the same will be considered.
iv. The word „completed‟ hereby means that consultancy fees as indicated in
clause 3.2 (A) above must have been paid to the bidder in the SEVEN (7) years
period ending last day of month previous to the one in which bids are invited.
The consultancy fees shall be inclusive of GST/Service Tax (as applicable).
v. The bidder shall provide completion certificate to substantiate the experience
from client for consultancy assignment. The completion certificate hereby
means that certificate of successful completion of consultancy assignment of
architectural planning and designing of Bungalows/ Villas/ Guest houses/
Transit Camps/ Hotels/Motels/Resorts by the client ((Employer) and bidder
should not have any affiliation in terms of subsidiary/ parental company/group
company
vi. Joint-venture/ consortia of firms/ companies shall not be allowed and the bidder
should meet the above criteria themselves.
vii. In case the experience is in currency other than INR, the conversion rate for the
purpose of evaluation of Bidder shall be the daily exchange rate for similar
transactions published by the SBI, as on 28 days prior to the Last Date of
Submission of bids.
3.3 Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have made misleading or false representations in the forms,
statements, declarations and attachments submitted in proof of the qualification
requirements; and/or
3.4 Bidders should not be under a declaration of ineligibility for corrupt/fraudulent
coercion/collusion practices and defaults committed under Integrity pact by the
Central Government / State Government or any of its agency / department, public
sector undertaking or autonomous body or any authority by whatever name called.
3.5 To improve transparency and fairness in the tendering process the Employer is
implementing Integrity Pact.
The Integrity Pact, signed by all the prospective Bidders and the Employer, shall
commit the persons/officials of both the parties, not to exercise any corrupt
/fraudulent/collusive/coercive practices in the Tendering process and also during
implementation of the Contract. Only those Bidders who have entered into
Integrity Pact with the Employer shall be eligible to participate in the bidding
process. Entering into Integrity Pact as per Performa (enclosed in Section-VII) is a
basic qualifying requirement. Bidders signing Integrity Pact shall not approach the
Courts while representing the matter to IEMs and he/she will await the decision in
the matter.
The Integrity Pact signed on behalf of Employer is enclosed.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 35
To oversee the compliance of obligation under the Integrity Pact, Dr. Jai Pal Singh
has been appointed as Independent External Monitor(s) (IEM) by the Employer.
The Contact address of IEM is as under:-
C/o Corporate Civil Contracts Department,
Shakti Sadan, 2nd Floor, SJVN Ltd.
SJVN Corporate Head Quarters, Shanan,
Shimla-171006
The Integrity Pact duly signed on behalf of the Employer is given in Section - VI of
these Tender Documents. The Integrity Pact shall be downloaded, printed and
signed by the bidder and the hard copy shall be submitted as provided in clause 8.2
of ITB.
The successful bidder shall submit duly executed Integrity Pact on Non-Judicial
stamp paper of appropriate value prior to signing of Contract Agreement.
4. Signing of tender:
Tenders should be submitted in the prescribed form and the same should be signed
properly on each page of the bid document as laid down hereunder:
a) If the tender is submitted by an individual, it shall be signed by the individual
above his full name and with his current business address.
b) If the tender is submitted by a proprietary firm, it shall be signed by the
proprietor above his full name and full name of his firm with its current
business address.
c) If the tender is submitted by a firm in partnership, it shall be signed by all the
partners of the firm above their full names and current business addresses, or
by a partner holding the power of attorney for the firm by signing the tender
in which case a certified copy of the power of attorney shall accompany the
tender. A certified copy of the partnership deed and current business address
of all the partners of the firm shall also accompany the tender. If the bidder
happens to be a HUF, then the bid should be signed by the “KARTA” of the
HUF.
d) If the tender is submitted by a limited company or a limited corporation, it
shall be signed by a duly authorized person holding the power of attorney for
signing the tender in which case a certified copy of the power of attorney
shall accompany the tender. Such limited company or corporation may be
required to furnish satisfactory evidence of its existence before the contract is
awarded.
e) All witnesses and sureties shall be persons of status and their full names,
occupations and addresses shall be stated below their signatures. Signatures
of the person authorized to sign the tender should be affixed on each page in
the tender document.
f) The tender for the services shall not be witnessed by a tenderer or bidders
who himself/themselves has/have tendered for the same services. Failure to
observe this condition shall render the tenderer as well as of those witnessing
the tender liable to rejection.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 36
5. Bid Security /Earnest Money (EMD)
5.1 The Bidder shall furnish, as part of the Bid, Bid Security / Earnest Money Deposit,
for the amount specified in the NIT through either of the following modes:
a. E-payment: Through online payment as per the procedure of e-payment
mentioned in NIT.
b. Bank Guarantee: In the form of an irrevocable, valid and fully enforceable
Bank Guarantee in favour of SJVN Ltd. from any Indian nationalized
bank/scheduled bank in India in the form acceptable to Employer.
Bank Guarantee in original shall be submitted in accordance with clause 8.2 of
ITB. However, the issuing Bank shall submit an unstamped duplicate copy of
Bank Guarantee directly by Registered Post (A.D) to the Employer (authority
inviting tenders) with a forwarding letter.
The format of the bank guarantee shall be in accordance with the form of bid
security included in Section-VI. Bid securities shall remain valid for a period of
30 days, beyond the bid validity period.
c. FDR : In the form of FDR pledged to SJVN from any Indian nationalized
bank/scheduled bank in India.
5.2 Any bid not accompanied by an acceptable Earnest Money Deposit and duly signed
Integrity Pact shall be rejected by the Employer as non-responsive.
5.3 The bid securities of unsuccessful bidders will be returned within thirty days after
issuance of LOA to the successful Consultant.
5.4 The Earnest Money Deposit of the successful Bidder will be discharged when the
Bidder has signed the Agreement and furnished the required Performance Security
Deposit.
5.5 The Earnest Money Deposit may be forfeited:
a) If the Bidder withdraws or modifies the Bid after bid opening (technical
bid) during the period of Bid validity or
b) If the Bidder adopts corrupt or fraudulent or collusive or coercive practices,
or commits default under Integrity pact
c) In the case of a successful Bidder, if the Bidder fails within the specified
time limit to:
i. sign the Agreement; and/or
ii. furnish the required Performance Security Deposit and/or
iii. Commence the work as per GCC Clause 12.
6.0 Submission of document
6.1 The bidder along with his tender shall submit the following:
a) Tender form as per format enclosed in Section-IV.
b) Copy of Registration Certificate; Copies of the original document defining
the Constitution or legal status, place of registration, principal place of
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 37
business, Council of Architecture registration Certificate and written power
of attorney of the signatory of the Bid to commit the Bidder.
c) Proof of experience as per eligibility criteria mentioned at para 3 above.
d) Scanned copy of Valid NSIC/MSME Certificate /Udyog Aadhaar
Memorandum number (if applicable).
e) Scanned copy of Power of Attorney.
f) Total monetary value of consultancy works performed for each of the last
Seven years and corresponding value of works/services with certificate from
clients/owners;
g) Details of facility available for office automation & design/ drafting;
h) Proposed manpower to be utilized for carrying out services under the
Contract discipline wise along with their names, qualification and experience;
i) Annual financial statement (audited/duly signed by CA, as the case may be)
(Balance sheet, profit & loss account/ Statement of income & expenditure,
Auditor Report and relevant schedule forming part of audited annual
financial statement) for immediate preceding three years shall be submitted
by the bidder. Where the turnover is not bifurcated and revenue received
from consultancy services are not available then the certificate from the
statutory auditor / chartered accountant in respect of revenue against
consultancy services needs to be furnished. In case if annual financial
statements for FY 2018-19 have not been prepared/available, then a
certificate duly signed by CA/statutory auditors (as the case may be) for
turnover from related business may be submitted by the bidder;
j) The proposed Approach and methodology for architecture works to undertake
and fulfill the objectives of consultancy service as per relevant specifications
and within the stipulated period of completion along with Schedule in bar
chart form (Ref Clause 1.8 of Qualification Information and Schedule-C).
k) Relevant data required for evaluation of Technical Bids through Quality
Based Selection
6.2 Language of tender
Tender shall be submitted in the prescribed form in English language only. All
literature and correspondence in connection with the tender shall also be submitted
/made in English language only.
7.0 Pre-Bid Meeting
7.1 The Bidders are invited to attend a Pre-Bid meeting, which will take place at the
venue and time stipulated in the NIT. Non-attendance at the pre-bid meeting will
not be a cause for disqualification of a bidder.
The purpose of the meeting will be to clarify issues and to answer questions on any
matter that may be raised at that stage. The Bidder is requested to submit any
questions through e-mail not later than 3 days before the pre- bid meeting which
will be responded to and clarified in the Pre-Bid meeting.
Any modifications of the Tender Documents, which may become necessary as a
result of the Pre-Bid meeting, shall be made by the Employer exclusively through
the issue of an Addendum pursuant to clause 7.2.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 38
7.2 Amendment to Tender Documents
At any time prior to the deadline for submission of Bids, the Employer may, for
any reason, whether at its own initiative, or in response to a clarification requested
by a prospective Bidder, amend the Tender Documents by issuing Addenda.
Any Addendum thus issued shall be part of the Bid Documents and shall be
communicated only through the portal https://sjvn.abcprocure.com. The
communication/alert regarding the notification of amendment shall also be sent by
the portal directly to all the prospective bidders. The amendments to the Bid
Documents will be binding on the bidders and the notification of the amendment
through portal, sent to the prospective bidders, shall be deemed to be construed that
such amendment(s) to the Tender Documents have been taken into account by the
Bidder in its bid.
To give prospective Bidders reasonable time in which to take an Addendum into
account in preparing their Bids, the Employer shall extend as necessary the
deadline for submission of Bids, and notify on portal https://sjvn.abcprocure.com
where all prospective bidders may see the extended deadline.
8.0 Submission of tender
8.1 The tenders are to be submitted though e-mode on or before last date of submission
of tenders, in two separate parts as indicated below:
a) Part-I - Technical Bid (to be submitted through e-mode only) – will contain
the technical proposal, EMD and Integrity Pact (duly signed) as per Para 6.1
above and all requisite documents as mentioned in Para 6 above. The disclosure
of any price information in this envelope may render the bid as liable to be
rejected.
b) Part – 2 – Price Bid – (to be submitted through e-mode only). A separate Price
schedule is uploaded on e-mode for quoting prices by the bidder. The price bid
shall contain the prices for the various services as defined in this Tender
Document. The bidder shall also submit breakdown of cost in Part-B on e-
mode.
8.2 Submission of Document in Physical Form
The Bidder shall submit the Technical and financial bid through e-mode.
However, the Bidder shall also submit the scanned copies of the following
documents along with technical bid through e-mode. The original of the same shall
have to be submitted on or before the specified date and time mentioned at Clause
1.2.0 of Detailed Notice Inviting Tenders in a sealed envelope through post /
courier or by hand.
I. Power of Attorney
A Power of Attorney indicating that the person(s) signing the Bid has the
authority to sign the Bid supported with necessary documentary evidence of the
person/authority giving power of attorney like Partnership Deed, Board
Resolution, Memorandum & Articles of Association etc. indicating that the
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 39
person/authority issuing POA is authorized to issue such POA and that the Bid
is binding upon the Bidder during the full period of its validity.
II. Copy of Valid NSIC/MSME Certificate /Udyog Aadhaar Memorandum
number /Proof of Startup (if applicable) towards relaxation in payment of
tender document fees and Bid security.
III. Integrity Pact duly signed by authorized representative of the bidder.
IV. Original FDR/BG in case EMD has not been paid through e-mode.
Failing which the financial bid will not be opened.
8.3 The listed documents in physical form should be submitted to:
HOD (Civil Contracts)
Corporate Contracts Department (Civil)
SJVN Corporate Head Quarter, Shanan, Shimla-171006 (H.P)
Telephone No. +91-177-2660161
Fax: +91-177-26660164
Email: [email protected]
9.0 Opening and evaluation of tender:
9.1 The tenders are to be submitted in the manner as described at para 8 above.
9.2 The Employer shall have the right to reject all or any of the tenders without
assigning any reason and will not bound to accept the lowest or any tender or to
give any reason for their decision.
9.3 The Employer reserves its right to postpone and/or extend the date of receipt of or
to withdraw the tender notice without assigning any reason thereof, entirely at the
discretion of the Employer. In such any event, bidders shall not entitled to any
compensation in any form whatsoever.
9.4 The technical bids shall be opened on stipulated date in the presence of bidders/or
his authorized representative who may like to be present at the time of tender
opening. Technical Bid on e-mode shall be opened at the date and time mentioned
under Clause 1.2.0 of Detailed Notice Inviting Tenders.
9.5 Evaluation of Technical Proposals (QCBS)
In Quality Cost Based Selection (QCBS), Proposals will be ranked according to their
total score (S) i.e. combined technical (St) and financial (Sf) scores using the weights,
which will be determined as under:
(a) 40% weight-age will be given to the Technical Score (St).
(b) 60% weight-age will be given to the financial score (Sf).
While evaluating the proposals, the evaluation committee shall evaluate the
proposal and would assign the marks independently and then the assigned marks
would be averaged out. The bidder shall have no right to challenge the marks
assigned by the individual committee member/ committee members and committee
member/s shall have no liability to applicant in this regard. No correspondence
would be entertained challenging or contesting the marking by the committee
member/s or by SJVN.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 40
Technical Proposal shall be evaluated in two stages as under:
Stage-1
–Evaluation of the Qualifying Requirements – initially it shall be seen whether the
Consultant/Firm fulfils the following requirements or not
a) The bid proposal is accompanied by the requisite bid security in the manner
and form stipulated in tender document.
b) The proposal has been properly digitally signed by an authorized signatory
holding legally enforceable Power of Attorney (i.e., duly notarized) in his
favour.
c) The requirements as stipulated in Eligibility Criteria mentioned in the tender
document.
d) Undertaking in respect of blacklisting of consultants /firms.
e) Responsiveness of bid to the requirement of Tender document
A substantially responsive bid is the one that meets the requirements of the Tender
document including time for completion, without material deviation or reservation or
omission. A material deviation or reservation or omission is the one which (a) affects in
any substantial way the scope, quality or performance of the Works specified in the
Contract, or (b) limits in any substantial way, in consistent with the Tender Document, the
Employer‟s rights or the Consultant‟s obligations under the Contract, or (c) whose
rectification would unfairly affect the competitive position of other bidders presenting
substantially responsive bids.
During the evaluation of bids, the following definitions apply :
a) “Deviation” is a departure from the requirements specified in the Tender
Document;
b) “Reservation” is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the Tender Document;
and
c) “Omission” is the failure to submit part or all of the information or
documentation required in the Tender Document.
If a Bid is not substantially responsive, it will be rejected by the Employer, and
may not subsequently be made responsive by correction, alteration, modification,
substitution or withdrawal of the non-conforming deviation, condition,
qualification, or reservation.
The Employer may waive any minor non-conformity or irregularity in a bid that
does not constitute a material deviation and that does not prejudice or affect
relative ranking of any bidder.
The proposal shall be rejected at this stage itself if it does not fulfil the above
requirement.
In case Architectural Consultant/firm meets the above requirement further stage-2
evaluation shall be carried out as under:
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 41
Stage-2-
Under this stage the bidders short listed after Stage-I as above shall be evaluated on
the basis of documentary proof submitted as per the criteria given below. They shall
submit the desired documents & their design concept in sealed envelopes.
The committee of SJVN will select consultants based on evaluation of the
documentary proof submitted by them.
Note: The Architectural consultant/bidder shall have no right to challenge the
selection and marks assigned by the individual member of the committee of SJVN
and individual committee member shall have no liability to applicant in this regard.
No correspondence would be entertained challenging of contesting the marking by
the individual committee member or by SJVN.
Further evaluation will be done as under :
„Criteria, sub-criteria, and point system for the evaluation of Full
Technical Proposals are:
Criteria & Point System for evaluation
(i) Specific experience of the Architectural consultant/firm related to
the Assignment i.e. Architectural Planning, designing, supervision
of construction works etc.
70
a)*Experience in comprehensive Architectural services including
planning and designing of residential buildings i.e. Bungalows/
Villas/ Guest houses/ Transit Camps/ Hotels having project value
more than INR 5 Crores.
(10 marks for each such work; documentary proof including LOA,
Completion Certificate with Date of Start, Date of Completion,
amount of services and project cost; and actual photographs of
completed project for total 4 best projects to be submitted.)
Max
marks
40
b)* Experience in projects (having project value more than INR 5
Crores) for Architectural planning, designing & supervision of
construction in UT Chandigarh Region (Experience in region).
(10 marks for each project; documentary proof including LOA,
Completion Certificate with Date of Start, Date of Completion,
amount of services and project cost; and actual photographs of
completed project for total 3 best projects to be submitted..)
Max
marks
30
* If required Evaluation Committee may physically verify and visit the
project/s for evaluation. A project/ building meeting requirements ‘(i)
a’ and ‘(i) b’ above cannot be claimed in both the categories for
evaluation, separate projects shall be submitted in both the categories
for evaluation.
(ii) Qualifications and Competence of the Key Professional, and
Specialist, category wise on the role of the company & to be
deployed for the Assignment.
A. *Key professional staff
30
a) Principal Architect
(Degree in B. Arch with > 12 years‟ experience in
relevant field)
12
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 42
b) Assistant Architect/s
(Degree in B. Arch with > 5 years & < 11 years‟
experience in relevant field,
5 marks for > 5 years, plus additional 01 mark for
every two years in excess of 5 years upto 11 years
Maximum Marks = 8 marks
08
B. Specialist
a) Structural Consultant (Master Degree in
Engineering i.e. M. Tech for Structural assignment)
b) Services/ MEP Consultant
c) GRIHA Consultant
05
03
02
Total Points 100
The minimum technical score required to Pass : 60
*Key professional staff for which marks are to be claimed shall be on the rolls
of the consultancy firm and documentary proof in this regard shall be
submitted.
In addition to above the bidder shall submit the following documents for the
proposed building
i) Planning/Floor Plans
ii) Elevations
iii) 3D Views and 3D Model/ Walkthrough
iv) Interior Design Scheme with conceptual drawings and 3D views
v) Landscaping Scheme with conceptual drawings and 3D views)
The bidder shall transfer knowledge / copyright the planning & designing in
favour of SJVN. If required , a presentation may be arranged to be given at SJVN office Shimla with no
extra cost.
9.6 Evaluation of Financial Proposals
After the technical evaluation is completed, the Client shall simultaneously display
on websites to those responsive Architectural Consultant Firm (who have secured
60 and above marks in the technical evaluation of their Technical proposal
provided), the date, time and location for opening of their financial proposals (in e-
tender mode). Architectural Firm‟s attendance at the opening of Financial
Proposals is optional.
Financial Proposals shall be opened in the presence of the Consultants‟
representatives who choose to attend. The Financial Proposal of the consultant(s)
based on technical scores shall be then opened online.
The Evaluation Committee will correct any computational errors. In case of
discrepancy between a partial amount and the total amount, or between words and
figures the formers will prevail. The activities and items described in the Technical
Proposal but not priced, shall be assumed to be included in the prices of other
activities or items.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 43
The lowest evaluated Financial Proposal (Fm) will be given the maximum
financial score (Sf) of 100 points. The financial scores (Sf) of the other Financial
Proposals will be computed as indicated in the formula below:
Formula for determining the financial scores:
Sf = 100 x Fm / F
In which Sf is the financial score, Fm is the lowest price and F the price of the
proposal under consideration.
9.7 Combined and final evaluation
1. Proposals of the post qualified applicant consultants during the process of
evaluation of the technical bid will finally be ranked according to the total score
(S) [Technical Score (St) + Financial Score (Sf)], which will be computed as
indicated in the formula below:
Formula for determining the total score:
(S) = (St x 0.4) + (Sf x 0.6)
As the weight-age given to the Technical (T) and Financial (F) Proposals are: T =
0.40, and F = 0.60
2. The Selected Applicant Consultant shall be the first ranked Applicant
Consultant whose total score is the highest and whose proposal has been
determined to be substantially responsive to the tender document. The second
ranked Applicant Consultant shall be kept in reserve and may be invited for
negotiations in case the first ranked Applicant Consultant withdraws, or fails to
comply with the requirements specified hereinabove.
9.8 Bidders are advised to fill in price schedules and appendices, in respect of each and
every item by strictly following the instructions, foot notes etc. to facilitate the
Employer in speedy evaluation of bids. Failure to do so may prevent the tender
from being considered by the Employer.
9.9 The price quoted by the Bidder shall be inclusive of all Taxes, duties levies,
royalties, professional fees etc. except GST, applicable as on 28 days prior to last
date of submission of bids. The GST shall be released extra at the prevailing rate
on submission of GST invoice as per prevailing GST Act/Rule.
9.10 There is no provision for offering of rebate/ discount in the bid.
9.11 Tenders shall be valid for a period of not less than one hundred and eighty days
(180 days) from the date of opening of tenders.
9.12 Bidders shall not be entitled during the period of validity of their offers, without
the consent in writing of the Employer, to revoke or withdraw their tenders or vary
any term or condition in regard thereof. In case of a bidder revoking or
withdrawing his tender or varying any terms & conditions in regard there to
without the consent of the Employer in writing, the Employer may at its discretion,
forfeit the earnest money deposit furnished by the bidder along with his offer.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 44
9.13 The price bid should be unconditional.
10. Performance Security Deposit
10.1 Within 21 (Twenty One) days from date of issue of the Letter of Acceptance, the
successful bidder shall deliver to the Engineer-in-charge, a Performance Security
of 2% (Two Percent) of the Contract Price as per clause-7 of General Conditions of
Contract.
10.2 The performance security deposit shall be in the form of a Bank Guarantee in the
name of the Employer from an Indian Nationalized / Scheduled bank of India in the
prescribed Performa.
10.3 Failure of the successful Bidder to comply with the requirements of Para 10.1
above shall constitute sufficient grounds for cancellation of the award and
forfeiture of the Earnest Money Deposit. He will also be debarred from
participating in bids invited by the Employer for one year.
11. Notification of Award and Signing of Agreement.
11.1 The bidder whose bid has been accepted will be notified of the award by the
Employer prior to expiration of the Bid validity period through the “Letter of
Acceptance”, which will state the sum that the Employer will pay to the Contractor
in consideration of the execution, completion by the Contractor as prescribed by the
Contract.
11.2. The notification of award will constitute the formation of the Contract until the
formal Agreement is signed pursuant to Para 11.3 of ITB and further subject only
to the furnishing of a Performance Security Deposit in accordance with the
provisions of Para No. 10 of ITB.
11.3. The Contract shall incorporate all agreements between the Employer and the
successful bidder. It will be signed by the Employer and the successful bidder after
the Performance Security Deposit is furnished.
11.4 Upon furnishing by the successful Bidder of the Performance Security deposit, the
Employer will return his Earnest Money.
12. Corrupt or Fraudulent Practices
The Employer requires the bidders/contractors under this Contract Package observe
the highest standard of ethics during the procurement and execution of this
Contract Package. In pursuance of this policy, the Employer:
(a) defines, for the purpose of these provisions, the terms set forth as follows:
(i) “corrupt practice” means the offering, giving, receiving or soliciting
of any thing of value to influence the action of a public official in the
procurement process or in contract execution; and
(ii) “fraudulent practice” means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to be
detriment to the Employer, and includes collusive practice among
Bidders (prior to or after bid submission) designed to establish bid
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 45
prices at artificial non-competitive levels and to deprive the Employer
of the benefits of free and open competition.
(iii) “collusive practice” means a scheme or arrangement between two or
more bidders, with or without the knowledge of the Employer,
designed to establish bid price at artificial, non-competitive levels;
and
(iv) “Coercive practice” means harming or threatening to harm, directly or
indirectly, person or their property to influence their participation in
the tendering process or affect the execution of a contract.
(v) An agreement called Integrity Pact between the prospective Bidders
and the Employer shall be signed committing the persons /officials of
both the parties, not to exercise any corrupt influence on any aspect of
the Tender/Contract. The Independent External Monitor(s) appointed
by the Employer shall oversee the compliance of obligation under the
Integrity Pact.
(b) Employer will reject a bid for award of work if he determines that the Bidder
recommended for award has engaged in corrupt, fraudulent, collusive and
coercive practices and committed default under Integrity Pact in competing
for the tender in question.
(c) Employer will declare a Bidder ineligible, either indefinitely or for a stated
period of time, to be awarded contract/contracts if it at any time determines
that the Bidder has engaged in corrupt, fraudulent, collusive and coercive
practices and committed default under Integrity Pact in competing for, or in
executing, the tender.
(d) Employer will forfeit the Earnest Money Deposit if it determines that the
Bidder has engaged in corrupt, fraudulent, collusive and coercive practices
and committed default under Integrity Pact in competing for the tender in
question.
13. Currencies of Bid and Payment
13.1 The rates and the prices shall be quoted by the bidder entirely in Indian Rupees.
14. Additional Information:
14.1 The “Notice Inviting Tender” and the “Information for Bidders / bidders” shall
from part of the Tender Documents.
14.2 The drawings enclosed in the tender are only indicative for general awareness of
the bidder.
14.3 The above stated requirements are only informative and minimum and the
Employer reserves the right to call for any other additional information.
14.4 The Employer shall be the accepting authority for the purpose of this tender. The
Employer shall have the right of rejecting all or any of the tender and will not be
bound to accept lowest or any tender or to give any reasons for the decision.
14.5 Bidders shall furnish a declaration along with his tender that he is having no
relation directly or indirectly with any of the Employer‟s employees. Further in
case of having any relation directly or indirectly with any of owner‟s employees,
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 46
the name, designation and place of posting/department of such employee be
furnished.
15. Confidentiality
15.1 Information relating to evaluation of Bids and recommendations concerning
awards shall not be disclosed to the Bidders who have submitted the Bids or to
other persons not officially concerned with the process, until the publication of the
award of Contract. The undue use by any Bidder of confidential information
related to the process may result in the rejection of its Bid and any other action
Employer may deem fit at the time.
----End of Section III---
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 47
SECTION IV
TENDER FORM,
FORM OF DECLARATION,
QUALIFICATION INFORMATION AND
SCHEDULES
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 48
TENDER FORM
To
HOD(Civil Contracts)
Corporate Contracts Department (Civil)
SJVN Corporate Head Quarter, Shanan, Shimla-171006 (H.P)
Telephone No. +91-177-2660161
Fax: +91-177-26660164
Email: [email protected]
Dear Sir,
1. I/We have read and examined the following tender documents relating to the work
of “Consultancy services for Construction of Transit camp at plot no. 540, Sector-33,
Chandigarh”.
(i) Notice Inviting Tender (NIT)
(ii) Scope of Services
(iii) Information for Bidders and Instructions to Bidders.
(iv) Tender Form, Form of Declaration, Qualification Information and
Schedules A, B, C.
(v) Price Schedule
(vi) General Conditions of Contract
(vii) Special Conditions of Contract
(viii) Drawing (s), if any.
2. I/We hereby tender for the execution of the entire consulting services referred
to in documents mentioned in Paragraph – 1 above for Consultancy services
for Construction of Transit camp at plot no. 540, Sector-33, Chandigarh’, on the
terms and conditions contained or referred to in the aforesaid documents and
at the fees/charges contained in Price Schedule and within the period(s) of
completion of services given in Schedule “A”.
3. I/We agree to keep this tender open for acceptance for 180 days from the date
of opening thereof and also agree not to make any modification in its terms
and conditions on our own accord.
4. In accordance with clause 1.3.5 of Detailed NIT, Bid security for an amount
of ______________ has been paid/ is enclosed as FDR/BG or paid online.
I/We agree that if I/We fail to keep the validity of tender open as aforesaid, or
make any modification in the terms and conditions of my/our tender on our
own accord and/or after the acceptance of our tender if I/we fail to commence
the execution of the services as provided in the documents referred to in
paragraph-1 above and/or we indulge in the corrupt or fraudulent or
collusive practice / coercive practices and committed default under Integrity
Pact , I/We shall become liable for forfeiture, of my/our Earnest Money
Deposit, as aforesaid, and the corporation/Employer shall without prejudice
to any other right or remedy, be at liberty to forfeit the said Earnest Money
Deposit absolutely.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 49
5. I/We certify that the tender submitted by me/us is strictly in accordance with
the terms and conditions, specifications etc., as contained in your tender
document referred to in paragraph -1 above, and it is further certified that it
does not contain any deviation to the aforesaid document. Further, deviations,
if any, which might have crept inadvertently, are automatically deemed to
have been withdrawn by us without any reservation.
6. I/We agree to abide by and fulfill all the terms and conditions and provisions
of the above-mentioned tender documents.
Thanking you,
Yours faithfully,
(Signature of person duly authorized
to sign the Tender on behalf of the
Consultant alongwith the Seal of the
Company)
Witnesses:
1. Name __________________
2. Designation __________________
3. Signature & Date _____________________
4. Postal Address & Tel. No.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 50
FORM OF DECLARATION
M/s_____________________________________________(name of Consultant /
Architect) having its registered office at
_____________________________________________ (hereinafter referred to as “The
Consultant / Architect”) having carefully studied all the documents, drawings etc.
pertaining to the Work for “Consultancy services for Construction of Transit camp at plot no.
540, Sector-33, Chandigarh” and having undertaken to execute the said works DO HEREBY
DECLARE THAT:
1. The Consultant / Architect is familiar with all the requirements of the Tender
Document.
2. The Consultant /Architect has inspected the site and satisfied himself regarding the
character of the work and local conditions that may affect the work or its
performance.
3. The Consultant /Architect is satisfied that the work can be performed and completed
as required in the Tender Document.
4. The Consultant /Architect accepts all risks directly or indirectly connected with the
performance of the Contract.
5. The Consultant /Architect has no collusion with other Architects or with any person
in the Corporation to execute the said work.
6. The Consultant / Architect has not been influenced by any statement or promise of
any person of the Employer but only the Tender Document.
7. The Consultant / Architect is financially Solvent.
8. The Consultant /Architect is experienced and competent to perform the contract to
the satisfaction of the Engineer-in-Charge.
9. The statement submitted by the Consultant /Architect is true and correct.
10. The Consultant /Architect is familiar with all the general and special laws, acts,
ordinances, rules and regulations of the Municipalities, District, State and Central
Government of India or any other statutory bodies/institutions etc. that may affect the
work, its performance or personnel employed therein.
For and on behalf of the Consultant / Architect
Dated __________
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 51
Qualification Information
Notes on Form of Qualification Information
The information to be filled in by bidders in the following pages will be used for purposes of
post-qualification as provided for in Clause 6 of the Instructions to Bidders. This information
will not be incorporated in the Contract. Attach additional pages as necessary.
1. Profile of the Organisation
1.1 Constitution or legal status of Bidder
[attach copy]
Place of registration:
Principal place of business:
Council of Architecture Registration
Certificate: (attach copy)
Power of attorney or any other legally
valid document with regard to
authenticity of signatory of Bid
1.2 Total annual amount of consultancy
works executed and payments received
in the last three years preceding the year
in which bids are invited.
Financial Year (Turnover Rs. in Lakhs)
1 - ------------
2 - -----------
3 - -----------
1.3 PAN No. [attach copy if available ]
GSTIN no. (if applicable)
Any other statutory registration no.
related with the works/services to be
mentioned
------------------
------------------
------------------
1.4 Consultancy assignment performed by the bidder (in the same name and style) of a similar
nature and amount over the last seven years. Refer Clause 6.0 of Instruction to Bidders.
Attach certificate from the Employer.
Project
Name
Name of
Employer /
client
Description
of work for
which Consultancy
provided
Value of contract Contract No.
of
Consultancy Assignment
Date of
Issue of
Work Order
Stipulated
Time
& Date for Completion
Actual
Date of
Completion
Remarks,
reasons
for Delay, if
any
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 52
1.5 Details of availability of Office automation and Design/Drafting aids for carrying out the
Works. Refer also to Clause 6.0 of the Instructions to Bidders.
1.6 Qualifications of technical personnel proposed for the Contract.
Position Name Qualification Years of experience Experience detail in
similar nature of
assignments
1.7 Financial reports for the last three years: Audited balance sheets, Statement of Income & expenditure/,
Profit and Loss accounts, auditors' reports, Relevant schedules forming part of Audited financial
statement etc. Refer also to Clause 6 of the Instructions to Bidders List below and attach copies.
__________________________________________________________________________________
____________________________________________________________________________
1.8 Proposed approach and methodology, schedules, description, drawings, and charts as necessary, to
comply with the requirements of the bidding documents. Refer also to Clause 6 of the Instructions to
Bidders.
__________________________________________________________________________________
___________________________________________________________________________
1.9 Details of relatives of bidder working with the Employer (Ref. Clause 14.5 of ITB) __________________________________________________________________________________
____________________________________________________________________________
1.10
Evaluation of Technical Bids through Quality Based Selection.
„Criteria, sub-criteria, and point system for the evaluation of Full
Technical Proposals are:
Criteria & Point System for evaluation
(i) Specific experience of the Architectural consultant/firm related to
the Assignment i.e. Architectural Planning, designing, supervision
of construction works etc.
70
Detail of
Documents
Submitted
a)*Experience in comprehensive Architectural services including
planning and designing of residential buildings i.e. Bungalows/
Villas/ Guest houses/ Transit Camps/ Hotels having project value
more than INR 5 Crores.
(10 marks for each such work; documentary proof including LOA,
Completion Certificate with Date of Start, Date of Completion,
amount of services and project cost; and actual photographs of
completed project for total 4 best projects to be submitted.)
Max
marks
40
b)* Experience in projects (having project value more than INR 5
Crores) for Architectural planning, designing & supervision of
construction in UT Chandigarh Region (Experience in region).
(10 marks for each project; documentary proof including LOA,
Completion Certificate with Date of Start, Date of Completion,
Max
marks
30
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 53
amount of services and project cost; and actual photographs of
completed project for total 3 best projects to be submitted..)
* If required Evaluation Committee may physically verify and visit
the project/s for evaluation. A project/ building meeting
requirements ‘(i) a’ and ‘(i) b’ cannot be claimed in both the
categories for evaluation, separate projects shall be submitted in
both the categories for evaluation.
(iii) Qualifications and Competence of the Key Professional,
and Specialist, category wise on the role of the company
& to be deployed for the Assignment.
A. *Key professional staff
30
a) Principal Architect
(Degree in B. Arch with > 12 years‟ experience in
relevant field)
b) Assistant Architect/s
(Degree in B. Arch with > 5 years & < 11 years‟
experience in relevant field,
5 marks for > 5 years, plus additional 01 mark for
every two years in excess of 5 years upto 11 years
Maximum Marks = 8 marks
12
08
B. Specialist
a) Structural Consultant (Master Degree in
Engineering i.e M.Tech for Structural assignment)
b) Services/ MEP Consultant
c) GRIHA Consultant
05
03
02
Total Points 100
The minimum technical score required to Pass : 60
*Key professional staff for which marks are to be claimed shall be on the
rolls of the consultancy firm and documentary proof in this regard shall be
submitted.
In addition to above the bidder shall submit the following documents for the
proposed building
i) Planning/Floor Plans
ii) Elevations
iii) 3D Views and 3D Model/ Walkthrough
iv) Interior Design Scheme with conceptual drawings and 3D views
v) Landscaping Scheme with conceptual drawings and 3D views)
The bidder shall transfer knowledge / copyright the planning & designing in
favour of SJVN.
If required , a presentation may be arranged to be given at SJVN office
Shimla with no extra cost.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 54
1.11 CONFIRMATION OF THE SITE VISIT BY THE BIDDER
Name of Applicant (Consultant/Architect)
We……………………………………………………………………………………………
…
…………………………………………………(Name of Bidder) whose registered office is
at……………………………………………………………………………………………
………………………………………………………………… declare herewith that our
representatives have visited the site of the works on……………day of ……………2020
……………….., and that we have fully informed ourselves of all conditions, local and
otherwise, which may affect the preparation of this bid and the performance of works.
Give names and positions of the representative(s) who took part in the site visit(s):
Name: …………………………….. Signature: ………………………………..
Position: ………………………….. Date: ……………………………………..
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 55
Schedule-A
SCHEDULE FOR COMPLETION OF SERVICES BY THE CONSULTANT
MILESTONES FOR LD
The schedule for achievement of major milestones of works and compensation for delay
are as follows:
Sl.
No.
Description of works
(Group/Sub-
Group/Milestones)
Schedule completion
period from the date
of issue of Letter of
Acceptance.
Compensation for delay
1 Submission of
Architectural/Completion
Working Drawings for
all levels of the building
6 months 0.035% of Contract Price per
day of delay subject to a
maximum of 2% (Two
percent) of Contract Price
2 Completion of works as
a whole excluding defect
liability period
20 months
0.035% of Contract Price per
day of delay subject to a
maximum of 5% (Five
percent) of Contract Price
Note: (i) The maximum compensation for delay for all item(s) under Schedule “A” shall
be 5% (five percent) of the Contract Price + GST @ 18% / prevailing rate.
(ii) The Time for Completion of the Work is 20 months.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 56
SCHEDULE - B:
MODE OF PAYMENT
(Refer clause 4.0 of Section-I Scope of Services)
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 57
SCHEDULE –C
(A TENTATIVE SCHEDULE TO BE PROVIDED BY THE BIDDER AS PER ITB)
----End of Section IV----
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 58
SECTION V
PRICE SCHEDULE
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 59
Bill of Quantities – Part-A (to be submitted on e-mode)
(Price bid should be unconditional)
Sl.
No.
Description Qty Unit Consultancy
Fee/ Charges
: Amount in
Figures
(INR)
Consultancy
Fee/ Charges :
Amount in
Words (INR)
(A) (B) (C ) (D) (E) (F)
1 Rendering Architectural &
Engineering Design Consultancy
Services for the construction of
“Satluj Bhawan” i.e. transit camp
in plot no. 540 Sector-33
Chandigarh as per scope of
services detailed in Section-I of
tender document.
L. S. Job
Total
Note :- 1. The quoted consultancy fee shall be exclusive of GST. GST as applicable shall
be released extra at the prevailing rate on submission of GST invoice as per prevailing
GST Act/Rule.
BOQ- Part B
Break Down of Cost for Charges for the visit of Architect (Key Professional/ specialist)
and Posting of one Architect
Sr.
No. Description Unit QTY
Rate in
figures and
words
(INR)
Amount in
figures
and words
(INR)
1
Visit Charges of Architect (Key Professional/
Specialist) to the site including Boarding/
Lodging/ Travel etc. during construction stage
Per
Visit 10
2
Posting of one Architect (Graduate/ degree
holder with minimum five year experience after
graduation) at site for overall co-ordination and
daily supervision of construction works to
ensure adherence on the part of the contractor's
execution of work as per detailed drawings and
specifications, including sorting out problems
and issue of necessary clarifications at site as &
when required.
Month 12
Note:-
1. The rate for sr.no. 1 and 2 of Part –B quoted by bidder for the said quantity
shall be deemed to be included in Part A of BOQ.
2. The Break Down is also to be considered for Additional Charges for more than
ten vists and deductions of charges less than ten visits.
3. The Break Down is also to be considered for Additional Charges for appointing
architect more than 12 months and deductions of charges for appointing
architect less than 12 months.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 60
SECTION VI
GENERAL CONDITIONS OF CONTRACT
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 61
SECTION-VI: GENERAL CONDITIONS OF CONTRACT
INDEX
Sl. No. CLAUSES 1 Definitions
2 Interpretations
3 Sufficiency of tender
4 Contract Documents
5 Discrepancies & Adjustment of Errors
6 Taxes, Duties and Levies etc.
7 Security Deposit for Performance
8 Refund of Security Deposit
9 Duties & Power of Engineer-in-Charge‟s
representatives
10 Assignment and Sub-letting
11 Change in Constitution
12 Commencement of Work
13 Works to be carried out in accordance with
specifications and orders etc.
14 Obligations of the Architect
15 Submission & Approval of Design, Drawings and
Documents and Specifications thereof
16 Notices and Instructions
17 Progress Report
18 Guarantee
19 Patent Rights
20 Force Majeure
21 Deviation
22 Suspension of Work
23 Termination of Contract on Death
24 Default by the Architect and Termination of Contract in
full or in part
25 Completion Time and Extension
26 Compensation for delay in completion of the
work/services
27 Fee / Charges
28 Payment on Account
29 Completion Certificate
30 Payment of Final Bill
31 Overpayment and Under Payment
32 Laws Governing the Contract
33 Contract matters to be treated as Confidential
34 Arbitration
35 Limitation of liability
36 Finality Clause
37 Sum payable by way of compensations to be considered
as reasonable without reference to actual loss.
38 Corrupt and Fraudulent Practices
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 62
SECTION – VI
GENERAL CONDITIONS OF CONTRACT
Clause 1: Definitions
In the contract, the following expression shall, unless the context otherwise requires, have the
meanings thereby respectively assigned to them;
i) Contract:
Contract means the documents forming the tender, acceptance thereof and the formal
agreement executed between the SJVN Ltd., hereinafter referred to as the Employer, and
the Architect together with documents referred to therein. Otherwise, it shall mean the
Notice Inviting Tenders, Information and Instructions to bidders, Tender (including the
warranty, Schedule of Quantities and Prices and other Schedules attached thereto).
General Conditions of Contract, Special Conditions, if any, Scope of Services, design,
drawings and Letter of Award thereof.
ii) Consultant / Architect:
Consultant(s) / Architect(s) means the successful bidder who is awarded the contract to
perform the work/render services under these tender documents and shall be deemed to
include the Consultant(s) / Architect(s), its successors, executors, administrators,
representatives or assigns approved by the Engineer in charge.
iii) Corporation or Employer:
Corporation / Employer means the SJVN Limited having registered office at SJVN
Corporate Head Quarter, Shanan, Shimla -171006, Himachal Pradesh and includes their
legal representatives, successors and assigns.
iv) Fee / charges:
The fee/charges means the fee/charges of items as agreed to for the respective items
given in Price Schedule for services.
v) Contract Sum/Contract Price:
Contract Sum/Contract Price means the lump sum amount mentioned in the Letter of
Acceptance. Unless otherwise specified, the Contract Price shall be deemed to cover all
obligations and services to be rendered by the Consultant as per Tender Document.
vi) Day:
Day means the calendar day beginning and ending at mid night.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 63
vii) Engineer-in-charge/Engineer:
Engineer-in-charge means the engineering officer appointed by the Employer or its duly
authorized representatives to direct, supervise and be in charge of the works for the
purpose of this contract.
viii) Letter of Award/Letter of Acceptance:
Letter of Award/Acceptance means a letter from the Employer conveying the acceptance
of the tender/offer subject to such reservations as may have been stated therein.
ix) Month:
Month means the calendar month.
x) Site(s):
Site(s) means the land and/or other places, on/under in or through which the works are to
be executed, including any other land and places, which may be allotted for the purpose
of the Contract.
xi) Week:
Week means seven consecutive calendar days.
xii) Work/ Works or Service/Services:
Work / Works or Service / Services mean the services required to be rendered in
accordance with the Contract.
xiii) Urgent Work:
Urgent work means any urgent measures which in the opinion of the Engineer-in-charge
becomes necessary at the time of execution and/or during the progress of the work to
obviate any risk of accident/damage or required to accelerate the progress of the works or
any other reasons the Engineer-in-charge may deem expeditious.
xiv) “Independent External Monitor(s) (IEMs)” means the External Monitor(s) appointed by
the Employer to oversee the implementation of Integrity Pact.
xv) “Integrity Pact means the Pact signed between the Employer and Contractor committing
the persons/officials of both the parties, not to exercise any corrupt influence on any
aspect of the Tender /Contract.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 64
Clause 2: Interpretation
2.1 Words imparting the singular only shall also include the plural; he includes she and vice
versa, unless this is repugnant to the context.
2.2 Heading and marginal notes in these General Conditions shall not be deemed to form part
thereof or be taken into consideration in the interpretation or construction thereof of the
contract.
Clause 3: Sufficiency of tender
The Architect shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender for the works and services to be provided in
accordance with Section-I-Scope of Services and of the fees and charges quoted in BOQ
of work and services which shall (except as otherwise provided in the contract), cover all
his obligations under the Contract including posting of experienced architect and visits of
Architect to the site and all matters and things necessary for the proper execution and
completion of the services in accordance with the provisions of the Contract.
Clause 4: Contract Documents
4.1 The language in which the contract documents shall be drawn up shall be English and if
the said documents are written in more than one language, the language according to
which contract is to be construed and interpreted shall be English and which shall be
designated as the “Ruling Language”.
4.2 The Architect shall furnish, free of charge, five certified copies of the contract documents
to the Employer.
4.3 None of these Documents shall be used by the Architect for any purpose other than that
of this contract.
Clause 5: Discrepancies & Adjustment of Errors
In case of discrepancy between the Special Conditions of the Contract, Price Schedule,
Technical Specifications, Drawings, Schedules and/or General Conditions of Contract,
the following order of precedence shall prevail;
a) Special Conditions of Contract;
b) Price Schedule;
c) Scope of Services
d) Relevant Technical Specifications;
e) Drawings;
f) General Conditions of Contract;
g) Schedules.
5.1 The Architect shall study and compare the drawings, specifications and other relevant
information given to him by the Engineering-in-charge and shall report in writing to the
Engineer-in-charge any discrepancy and inconsistency which he noticed. The decision of
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 65
the Engineer-in-charge regarding the true intent and the meaning of the drawings and
specifications shall be final and binding.
5.2 Any error in description, quantity or price in Price Schedule, or any omission there from
shall not vitiate the contract or release the Architect from the execution of the whole or
any part of the works comprised therein according to the Scope of Services or from any
of his obligations under the contract.
5.3 If on check, differences are found between the rates given by the Architect in words and
figures or in the amount worked out by him in the Price Schedule and General Summary,
the same shall be adjusted in accordance with the following rules.
a) In the event of the discrepancy between the description in words and figures
quoted by a bidder; the description in words shall prevail.
b) In the event of an error occurring in the amount columns of Price Schedule, as a
result of wrong multiplication of unit price and quantity, the unit price shall be
regarded as firm and multiplication shall be amended on the basis of the unit
price.
c) All errors in totaling in the amount column and carrying forward of total shall be
corrected.
d) The totals of various sections of Price Schedule amended shall be carried over to
the general summary and the tendered sum amended accordingly. The tendered
sum so altered shall, for the purpose of tender, be substituted for the sum
originally tendered and considered for evaluation instead of the original sum
quoted by the Bidder. Any rounding off of quantities or in Sections of Price
Schedule or in General Summary by the Bidder shall be ignored. The Lower of
the altered tendered sum and the originally tendered sum shall be considered for
acceptance and award.
e) Where the unit rate is mentioned in unit rate column but the correspondent unit
rate in words hidden in rate column in that case unit rate mentioned in figure shall
prevail.
Clause 6: Taxes, Duties and levies etc.
6.1 The Prices shown in Price Schedule Section-V of this contract are deemed to be inclusive
of all Taxes, duties levies, royalties, professional fees etc. except GST, applicable as on
28 days prior to last date of submission of Bids. The GST shall be released extra at the
prevailing rate on submission of GST invoice as per prevailing GST Act/Rule. The
Income Tax shall be deducted as per latest guidelines of Govt. of India on the subject.
Any statutory variation in the rate of aforesaid taxes if any, during the currency of the
Contract including authorized extension thereof shall be to the account of Employer.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 66
6. 2 However, if a New Tax or Duty or Levy, other than those existing on 28 days before the
last date of submission of price bid is imposed in India under a statute or law during the
currency of the Contract and the Contractor becomes legally liable there under to and
actually pays the same for bonafide use on the Works contracted, then the Contractor
shall immediately inform the Engineer-in-Charge in this regard. The Employer will
reimburse the same to the Contractor on production of satisfactory proof of payment.
Changes in the advance tax rates of Income Tax and income tax on the Architect‟s staff
payable to appropriate authorities and shall not be construed as a change in the rate(s) of
taxes and will not be subject to adjustment.
6.3 The Architect‟s staff will be liable to pay personal income taxes in respect of such of their
salaries and wages as are chargeable under the laws and regulations for the time being in
force, and the Contractor shall perform such duties in regard to such deductions thereof as
may be imposed on him by such laws and regulations.
6.4 Provided further that, the Architect shall not be entitled for reimbursement under Sub-
clause 6.1 & 6.2 if the changes in the existing tax or duty or levy or imposition of new tax
or duty or levy as mentioned in Sub-clause 6.1 & 6.2 pertains to indirect transactions
between Contractor and any third party (e.g. GST on Insurance Premium,
Taxes/Duties/Levies on the cost of inputs/materials to be incorporated in the Works).
Clause 7: Security Deposit for Performance
7.1 The Architect, within 21 (twenty one) days from date of issue of Letter of Acceptance,
the successful bidder shall furnish to the Engineer- in - charge a security deposit of 2 %
(two) percent of the Contract Sum for due performance of contract in the form of a Bank
Guarantee of Indian Nationalized Banks or any scheduled Bank of India (provided
scheduled bank certifies that the guarantee given are within the limits prescribed by the
Reserve Bank of India) in the form acceptable to the Employer. The earnest money
deposited by the Architect along with the tender shall be returned after furnishing of the
Initial Security Deposit.
7.2 All the compensation or other sums of money payable by the Architect under the terms of
the Contract or any other contract or on any other account whatsoever, may be deducted
from or paid by the sale of a sufficient part of his Security Deposit or from the interest
arising there from or from any sum which may be due or may become due to the
Architect by the Employer on any account whatsoever. Also in the event of the
Architect‟s Security Deposits, being reduced by reasons of such deductions or sale, as
aforesaid, the Architect shall within fourteen days of receipt of notice of demand from the
Engineer-in-charge, make good the deficit in Security Deposit.
7.3 (a) Should there arise any occasion under the Contract due to which the periods of
validities of bank guarantees as may have been furnished by the Architect from time to
time, are required to be extended / renewed the Architect at his own cost shall get the
validity periods of such guarantees, deposits, securities, (extended/renewed as the case
may be and furnish these to the Engineer-in-charge ten days before the expiry date of the
aforesaid Guarantees) originally furnished. Also in case of any deficit in security on any
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 67
account as might occur or is noticed, the Architect shall forthwith or on demand furnish
additional securities.
(b) In case of failure of the Architect to strictly comply with the aforesaid provisions
on any account for whatsoever reasons, the Engineer-In-Charge shall be at liberty,
notwithstanding anything contained contrary to this in the Contract, to take such
measures and actions, including but not restricting to the following, as may be considered
necessary by him under the circumstances to satisfy the provisions of contract for having
the required amount of securities at the relevant time.
(i) to invoke the existing bank guarantee and/or,
(ii) to withhold the payment of the bills or other dues of the Architect arising out of
the Contract till such time the aggregate of the amount of such bills reaches the
level of the amount of the expired bank guarantee and/or the deficit in security
deposit is made good or the Architect furnishes a fresh bank guarantee.
7.4 Bank guarantee as aforesaid shall be valid till the date in excess of six months from the
date of completion as specified in the „Completion Certificate‟ issued as per GCC Clause
29 under the contract.
Clause 8: Refund of Security Deposit
The Security Deposit, less any amount due shall, on demand be returned to the Architect
as per GCC, Clause 29 or payment of the final bill (clause 30), whichever is later,
provided the Engineer-in-charge is satisfied that there is no demand outstanding against,
the Architect. No interest on the amount of Security Deposit shall be paid to the
Architect at the time of release of Security Deposit as stated above.
Clause 9: Duties & Power of Engineer-in-Charge’s representatives
9.1 The Engineer-in-Charge may, from time to time in writing, delegate to his representative
any of the powers and authorities, vested in him and shall furnish to the Architect a copy
of all such written delegation of powers and authorities. Any written instruction or
written approval given by the representative of the Engineer-In-Charge to the Architect
within the terms of such delegation shall bind the Architect and the Employer as though,
it has been given by the Engineer-In Charge.
9.2 Failure of the representative of the Engineer-in-Charge to disapprove any work or
materials shall be without prejudice to the power of the Engineer-in-Charge thereafter to
disapprove such work or materials. The Architect shall, at his own expenses; again carry
out such works as directed by the Engineer-in-charge.
9.3 If the Architect is dissatisfied with any decision of the representatives of the Engineer-In-
Charge, he will be entitled to refer the matter to the Engineer-in-charge who shall
thereupon confirm, reverse or vary such decision and the decision of the Engineer-in-
charge in this regard shall final and binding.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 68
Clause 10 : Assignment and Sub-letting.
The Architect shall not sublet, transfer or assign the whole or any part of the work under
the contract without the prior written permission of Engineer-in-charge. The Engineer-in-
charge may, at his discretion, approve and authorize the Architect to sub let any part of
the work, which, in his opinion, is not substantial, after the Architect submits to him in
writing the details of the part of the work(s) or trade proposed to be sub-let, the name of
the sub-Architect or thereof together with his past experience in the said work/trade and
the form of the proposed sub-contract. Nevertheless any such approval or authorizing by
the Engineer-in-charge shall not relieve the Architect from any or all of his liabilities,
obligations, duties and responsibilities under the contract. The Architect shall also be
fully responsible to the Employer for all the acts and omissions of the sub architect, his
employees and agents or persons directly employed by the Architect. However, the
employment of price-rate workers shall not be construed a sub-letting.
Clause 11 : Change in Constitution
Where the Architect is a partnership firm, prior approval in writing of the Engineer-in-
charge shall be obtained before any change is made in the constitution of the firm. Where
the Architect is an individual or a Hindu undivided family business concern, such
approval, as aforesaid, shall likewise be obtained before the Architect enters into any
partnership, which would have the right to carry out the work undertaken by the
Architect. If prior approval as aforesaid is not obtained, the Contract, shall be deemed to
have been assigned in contravention of Clause – 24 hereof and the same action will be
taken and the consequences shall ensure as provided for in the said clause – 24.
Clause 12 : Commencement of Work.
12.1 The Architect shall commence the work(s) from the date of issue of Letter of Acceptance
and shall proceed with expeditiously and without delay as may be expressly sanctioned or
ordered by the Engineer-in-charge. If the Architect commits default in the
commencement of work as aforesaid, the Engineer-in-charge shall without prejudice to
any other right or remedy is at liberty to cancel the Contract and forfeit the Earnest
Money.
12.2 The Architect shall strictly adhere to the works-Schedule covering all the individual items
and their sequence as depicted in the Schedule- „C‟ of the tender submitted by him. Such
schedule shall indicate the commencement and completion of various sections of work
and balancing of workload with reference to the different items of work/service taking
into account total working period/days available. Such work programme will be
discussed and finally agreed to with successful bidder, before award of work and the
same shall form an integral part of the Contract. Architect shall strictly adhere to such
agreed planning and scheduling. However, it shall not relieve the Architect of his duties,
obligations or responsibilities under the Contract.
Clause 13 : Works to be carried out in accordance with specifications and orders etc.
13.1 The Architect shall execute the whole and every part of the work in the most substantial
and workman like manner in every respect in strict conformity with the specification and
orders laid down or as may be laid down by the Engineer-in-charge under the terms of
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 69
the Contract. The Architect shall also conform exactly, fully and faithfully to the
instructions in writing in respect of the work, duly signed by the Engineer-in-charge as
may be issued from time to time. Such further explanations, modifications and
instructions, as the Engineer-in-charge may issue to the Architect from time to time in
respect of the work, shall be deemed to form integral part of the Contract and Architect
shall be bound to carry out the works accordingly.
13.2 The Engineer-in-charge in writing shall give all instructions and orders in respect of the
work. However, the Engineer in charge shall confirm any verbal instructions or orders as
soon as practicable without loss of time. Only such written instructions shall be deemed
to be valid.
Clause 14 : Obligations of the Architect
14.1 The obligations of the Architect shall, in addition to the provisions of the various Clauses
of this contract, also include the following: -
i) The Architect shall permit free access to the Employer‟s authorized personnel to
his / their office for the purpose of discussions/clarification of doubts regarding
any matter relating to the works/services under this Contract.
ii) The Architect shall while laying down the design specifications, etc. have due
regard to the specification requirements and needs of the work/services under this
Contract.
iii) The Architect shall be responsible for bringing to the notice of Engineer-in-charge
in writing, any interface or other problems arising out of any work being excluded
from the Architect‟s scope in so far as it affects the quality reliability,
responsibility, or time schedule of the Architect‟s work or construction
contractor‟s work. These aspects shall be discussed and suitably resolved with the
Engineer-in-charge so that the Architect‟s responsibility is not diluted and the
quality and time schedule of Architect as well as construction contractors work
does not suffer. The decision of Engineer-in-charge to be taken after discussion
with the Architect shall be final and binding and is to be carried out by the
Architect.
iv) The Architect shall be solely responsible for ensuring that all laws and bye laws of
local government, or statutory authorities as may be applicable or relevant to the
work/services are duly observed in the planning, detailing and execution of all the
works related to this Contract.
v) The Architect shall provide all necessary information, necessary co-ordination and
assistance etc. required for obtaining all Government and local body clearances
for the work/ services related to the Architect‟s Scope of Services including plans,
various certificates required for various services like sanitary, water supply,
sewerage, electrical, lifts, fire fighting, environmental, completion certificate etc.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 70
vi) The Architect shall arrange for and pay the cost of Personal Accident Insurance in
respect his employees assigned to the Project site for performance of the
obligations under the conditions of Contract. The Architect shall also be
responsible for obtaining Professional Liability Insurance to cover SJVN‟s interest
in the eventuality of professional misconduct, negligence or sub-standard
consultancy services.
vii) The Consultant/ Architect shall be obliged to fulfill the requirement of all the
labour enactment and rules made thereunder, regulations, notifications and bye-
laws of State or Central Govt, including EPF act and ESI act as applicable to the
employee of his establishment. The Consultant/ Architect shall have no right to
demand payments/claims whatsoever on account of his compliance with his
obligations.
viii) Architect shall appoint a coordinator for this Contract. All communication and
discussions shall be addressed to the coordinator by the Engineer-in-charge who
in turn shall be responsible for furnishing information desired by the Engineer-in-
charge and shall attend schedules and progress review meeting with the Engineer-
in-charge.
Clause 15: Submission & Approval of Design, Drawings and Documents and Specifications
thereof.
15.1 The Architect shall submit to the Employer six (6) sets of prints of all the drawings and
sketches and three copies of other documents for approval. One copy duly approved or
with comments will be returned to the Architect, who shall carryout and incorporate the
corrections. After approval, the architect shall submit to the Employer ten (10) sets of all
the drawings and sketches along with one complete set of inked tracing of such prints and
at least ten (10) copies of all other documents such as design, specifications, schedules,
bill of quantities with estimate for each type of work/service(s). All the drawings shall be
dimensioned in S. I. System.
15.2 The Architect shall prepare and furnish immediately after the award of work, a complete
list of drawings, designs, documents etc. with detailed schedule of submission proposed
to be prepared for the Scope of Services under this Contract in the format to be approved
by the Employer. This list shall be treated as only indicative. The Architect shall be
responsible for preparation of all architectural drawings, design, studies and documents
etc. as required irrespective of whether or not these are listed in the said list. This list of
documents and schedule of their submission shall be mutually agreed upon.
15.3 The title block, its size and scales of various drawings and formats for various
documents, schedules, progress reports, etc. shall be mutually agreed upon between the
Architect and Engineer-in-charge before start of the work. The lettering and general get
up of the drawings shall be subject to approval of the Employer.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 71
15.4 Drawings shall be prepared by the Architect in the trimmed size as per I. S:10711-1983
(latest version) final drawings shall be prepared in ink on tracing film including soft
copy in Auto CAD format.
15.5 The Architect shall submit all the drawings duly completed in all respects on or before
the date fixed there-for in the schedule approved by the Engineer-in-charge. All the
works/services rendered including designs & drawings prepared by the Architect shall be
subject to the approval of the Engineer-in-charge, which will communicate his
observation and decision/approval and/or comments to the Architect within a reasonable
time. The design calculations shall be submitted by the Architect along with the six set
prints of preliminary drawings. In case any documents / records / reference etc is required
by the Engineer-in-charge, the same shall be submitted to him by the Architect
immediately. In case any modification/amendment is communicated to Architect, he
shall promptly comply with the same without any extra cost to the Employer by carrying
out such modification and/or rectification and resubmit such designs and drawings for
approval of the Engineer-in-charge within two weeks. The decision of Engineer-in-
charge shall be final and binding in this respect.
15.6 The Architect shall be responsible at his cost to collect the data regarding the basic
requirement and design parameters from the office of the Engineer-in-charge, if
available. In case any clarification is required, the Architect shall visit the office of the
Engineer-in-charge to discuss and obtain/furnish necessary
information/details/documents, if any. The cost, thereof shall be deemed to be included
in the fee provided in the schedule of item & rate i.e. Price schedule, Section-V.
15.7 The fees/charges quoted for the work/services as per schedule of items of work/services
as stipulated in Price Schedule, Section-V shall be firm and deemed to have included all
the charges and/or expenses for the submission of the drawings, sketches, designs,
documents and all actions etc. as stipulated in this Contract.
15.8 Original tracing after acceptance of the schemes, preliminary tender drawings shall be
submitted to the Engineer-in-charge.
15.9 After incorporating the proposed modifications/rectifications as mentioned in Clause 15.5
above, original tracings along with the Reproducible Tracing Films (RTF) of
detailed/construction drawings shall be submitted to the Engineer-in-charge for his record
at the time of submission of modified drawings. The Architect shall also submit the
mounted photographs of perspective in frame along with its negative.
15.10 The Employer reserves its right to print copies of such drawings/specification/documents,
as referred to in this clause for its own use, and the Architect shall not have any claim,
whatsoever, for any reason against the Employer on this account.
15.11 All documents handed over to the Architect for developing the architectural designs and
detailed drawings shall be returned to the Engineer-in-charge after completion of
work/services or when ever they are demanded back by the Engineer-in-charge.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 72
Clause 16: Notices and Instructions
16.1 Except as otherwise provided in this Contract, all notices to be given on behalf of the
Employer and all other actions to be taken on its behalf may be given or taken by the
Engineer-in-charge or any officer for the time being entrusted with the functions, duties
and powers of the Engineer-in-charge.
16.2 All notices, instructions and communications etc. under the contract shall be given in
writing and no such communication, which is not given or confirmed in writing, shall be
valid.
16.3 All instructions, notices and communications shall be deemed to have been duly given or
sent to the Architect, if delivered to the Architect, his authorized agent or left at, or
posted to the address given by the Architect or his authorized agent or to the last known
place of abode or business of the Architect or his agent. In case of services by post shall
be deemed to have been serviced on the date when in the ordinary course of post these
would have been delivered to him and in other cases on the day on which the same were
so delivered or left.
Clause 17: Progress Report
The Architect and the Employer shall review the progress of the Architects work/services
every month jointly. The Architect shall submit monthly progress reports in at least four
copies to the Employer not later than 7th
of every month showing the progress made in
the previous month. Such reviews may be made more frequently or less frequently at the
Employer‟s option from time to time during the pendency of the Contract. However,
such reports and reviews shall not be deemed to absolve the Architect of his
responsibility for the timely completion of the work as per Schedule “A”.
Clause 18: Guarantee
18.1 The Architect shall exercise all reasonable and proper care, skill and diligence normally
expected in the discharge of the duties connected with the assignment, in accordance with
the best professional standards.
18.2 The Architect shall carry out all services in conformity with the specifications,
instructions and general requirement laid down by the Employer under this Contract.
18.3 The Architect shall undertake full responsibility for the designs and specifications
adopted for the entire work/service to be performed under this Contract. Checking and
approval of the designs and drawings by the Employer shall not absolve the Architect of
this responsibilities and liabilities under the Contract.
18.4 The Architect shall undertake full responsibility for the accuracy, correctness and
technical soundness of the works/services and shall guarantee that the same shall be in
accordance with the relevant Indian standards and in conformity with good Engineering
practices.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 73
Clause 19: Patent Rights
The Architect shall indemnify the Employer its representatives or its employees against,
any action, claim or proceedings relating to infringement or use of any patent or design or
any alleged patent or design rights and royalties or fees or other charges for patents
covering processes/ designs etc., used for or in connection with the Works under the
Contract. In the event of any claim being made or action being brought against Employer
or any agency, servant or employee of the Employer in respect of such matters as
aforesaid, the Architect shall immediately be notified thereof for immediate settlement
failing which the Employer, at the Architect‟s expenses may negotiate for settlement
thereof.
Clause 20: Force Majeure
20.1 The term “Force Majeure” shall herein mean civil commotion (to the extent not
insurable), riots (other than among the Architect‟s employees), invasion, act of foreign
enemies, hostilities, war (whether declared or not), Civil war, rebellion, revolution,
insurgence, military or usurped power, damage from aircraft, nuclear fission, act of
natural phenomenon such as earthquake (above 7 magnitude on Richter scale), lightning,
unprecedented floods, fires not caused by the Architect‟s negligence and other such
causes over which the Architect has no control and are accepted as such by the Engineer-
in-charge whose decision shall be final and binding. In the event of either party being
rendered unable by Force Majeure to perform any obligation required to be performed by
them under this Contract, the relative obligation of the party affected by such Force
Majeure shall be treated as suspended for the period during which such Force Majeure
cause lasts, provided the party alleging that it has been rendered unable as aforesaid shall
notify within 10 (ten) days of the alleged beginning and ending thereof giving full
particular and satisfactory evidence in support of such causes.
20.2 Neither party to the Contract shall be liable to the other in respect of any loss or damage
which may occur or arise out of “Force Majeure” to the work or any part thereof or to any
material or article or to any person or anything whatsoever of either party provided such a
loss or damage could not have been foreseen or avoided by a prudent person and that
either party shall bear losses and damage in respect of their respective work, men and
materials. As such liability of either party shall include claims/compensation of the third
party also.
20.3 Should there be a request for extension of time arising out of “Force Majeure” the same
shall be considered in accordance with Clause-25.
Clause 21: Deviation
21.1 The Engineer-in-Charge shall have powers to make any alternations, additions or
omissions from the work/service(s) as described in the Contract, that may, in his opinion
be necessary at or during the course of execution of Works and shall have power to direct
the Architect to do so. The Architect shall carryout the same, as per the terms and
conditions as provided in the Contract Document.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 74
21.2 No such aforesaid variation shall in any way vitiate or invalidate the Contract and the
Architect shall be bound to carry out the works in accordance with the instructions given
to him by the Engineer-in-charge and such alternations, omissions, additions or
substitutions shall form part of the Contract as if it was originally provided therein and
the same shall be carried out by the Architect on the same terms and conditions in all
respects including the prices as provided in sub Clause 21.1 above.
21.3 If requested by the Architect, the Time for Completion of the Works/services shall, in the
event any authorized deviations resulting in additional services to those provided in the
Contract, be extended in the proportion which the additional or substituted
work(s)/services bears to the original work(s)/services plus such further additional time
as may be considered reasonable by the Engineer-in-charge whose decision shall be final
and binding on the Architect as to such provision.
21.4 No extra payment shall be made if there is any variation (increase/decrease) in plinth area
of the Unit.
21.5 For any extra visit, if required beyond the scheduled 10 visits, for field coordination
during actual execution and construction, the rate for per additional visit shall be paid at
the unit rate of item no. 1 of Part-B of Price Schedule.
For posting of architect (with minimum five year experience after graduation) for more
than 12 months, the additional rate per month shall be paid at the unit rate of item no. 2 of
Part-B of Price Schedule, Section-V.
The Break Down will also be considered for deduction from Contract Price in case of less
than 10 visits and/or in case the architect is posted for less than 28 months.
Clause 22: Suspension of work
22.1 The Architect shall, on receipt of order from Engineer-in-charge suspend the
work/service or any part thereof for such period as is necessary in the opinion of
Engineer-in-charge. The Architect shall not be entitled for any compensation whatsoever
for such suspension of work. The Architect shall however be entitled to such extension
of time as the Engineer-in-charge may consider proper having regard to the period of
such suspension.
22.2 In case the progress of any work or any part thereof is suspended on the order of the
Engineer-in-charge for more than 3 months a time, the Architect may serve a written
notice on the Engineer-in-charge requiring permission within 15 days from the receipt
thereof to resume the performance of services in respect of any suspended work or part
thereof and if such permission is not granted, within that time the Architect by a further
written notice so served may (but is not bound to) elect to treat the suspension where it
affects part only of the works as an omission of such part or where it effects the whole of
work as an abandonment of the Contract by the Employer.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 75
22.3 In case the Employer abandons the Contract by informing the Architect in writing
irrespective of whether the Employer is not satisfied with the professional service
rendered by the Architect or otherwise, the Employer will pay the Architect for the work
done and/or the services rendered under the Contract upto the date of receipt of
intimation for abandonment of the Contract or part thereof by the Architect. Such
expenses shall be based on fee/charges and payment schedule defined under Price
Schedule and Clause 28 and subject to provision of Clause 26 of this Contract. The
Architect shall have no claim to any payment of compensation as otherwise on account of
any profit or advantage, which he might have derived from the execution of work in full,
which he could not derive due to abandonment of work.
22.4 In the event of such an abandonment/suspension the drawing/designs and other
documents completed or in process of completion and all other data, documents, etc.
supplied by the Employer shall be handed over by the Architect to the Employer for their
use or otherwise. The Architect shall, however, have no right to abandon the
Contract/suspend the work at any stage unilaterally.
Clause 23: Termination of Contract on Death
23.1 If the Architect is an individual or a proprietary concern, and individual or the proprietor
dies or if one of the partners of the Architect dies unless the Engineer-in-charge is
satisfied that the legal representatives of the surviving partners are capable of carrying
out and completing the contract, the Engineer-in-charge shall be entitled to terminate the
Contract as, to its uncompleted part without the Employer being in any way liable to
payment of any compensation whatsoever on any account to the surviving partners of the
Architect‟s firm on account of termination of the Contract. The decision of the Engineer-
in-charge that the legal representative of the surviving partners of the Architect‟s firm
cannot carry out and complete the works under the Contract shall be final and the
Employer shall not hold the surviving partners of the Architect‟s firm liable for damage
for not completing the Contract. Provided that the power of the Engineer-in-charge of
such termination of Contract shall be without prejudice to another right or remedy which
shall have accrued or shall accrue to him under the Contract.
Clause 24: Default by the Consultant/Architect and Termination of Contract in full or in
part.
24.1 If the Architect
i) commits default in complying with or commits breach of any of the terms and
conditions of the Contract and does not remedy it or take effective steps to remedy it
immediately and not later than 10 days in any case after a notice in writing is given
to him in that behalf by the Engineer-in-charge; or
ii) fails to complete the Work(s) or any item of works within the time specified in the
contract or any extended time under the Contract and does not complete the Work(s)
or any item of work(s) within the period specified in a notice given in writing in that
behalf by the Engineer-in-charge; or
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 76
iii) indulges in corrupt or fraudulent or collusive or coercive practice(s) and committed
default under Integrity Pact as defined in Clause 38 of GCC; or
iv) being an individual, or if a firm/any partner thereof shall at any time be adjudged
insolvent or have a receiving order or order for administration of his estate made
against him or shall take any proceeding for liquidation for the purpose of
amalgamation or reconstruction under the insolvency Act for the time being in force
or make any conveyance or assignment for the benefit of his creditors or purport as
to do, or if any application be made under any insolvency Act for the time being in
force for the sequestration of his estate or if a trust deed be executed by him for the
benefit of his creditors; or
v) being a company shall pass a resolution or the court shall make an order for the
liquidation of its affairs or a receiver or manager on behalf of the debenture holders
shall be appointed or circumstances shall arise which entitle the court or debenture
holders to appoint a receiver or manager; or
vi) shall suffer an execution in an execution being levied on his goods; or
vii) assigns, transfer, sub-lets, or attempts to assign, transfer or sub-let the entire works or
any portion thereof without the prior written approval of the Engineer-in-charge;
then the engineer-in-charge shall have powers to terminate the Contract in full or in
part as aforesaid without prejudice to any other right or remedy, which shall have
accrued or shall accrue, of which cancellation notice in writing to the Architect under
the hand of the Engineer-in-charge shall be conclusive evidence. The Architect shall
have no right or claim whatsoever on any account against the Employer on such
cancellation and all decisions/action of the Engineer-in-charge under this clause, as
aforesaid shall be conclusive and binding on the Architect.
24.2 In case the Contract is terminated as per Clause 24.1 above, the Engineer-in-charge shall
also have powers to carry out the incomplete work by any means or through any other
agency or by himself at the risk and cost of the Architect. In such a case, the value of the
work done through such agencies shall be credited to the Architect at his contract prices
/rates and the Architect shall pay the excess amount, it any, incurred in completing the
work as aforesaid, as stipulated under sub-clause hereunder.
24.3 If the expenses incurred or to be incurred by the Employer for carrying out and
completing the incomplete work or part of the same, as certified by the Engineer-in-
charge, are in excess of the value of the work credited/to be credited to the Architect, the
difference shall be paid by the Architect to the Employer. If the Architect fails to pay
such an amount, as aforesaid, within thirty days of receipt of notice in writing from the
Engineer-in-charge, the Engineer-in-charge shall be empowered to recover such amount
from any sum due to the Architect on any account under this or any other contract or
from his security deposit or otherwise.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 77
24.4 All decisions/actions of the Engineer-in-charge under this clause, as aforesaid, shall be
conclusive and binding on the Consultant/Architect.
Clause 25: Completion Time and Extension
25.1 The Time for Completion of the Work is 20 (twenty) months. Major milestones for the
completion of Works are indicated in Schedule “A”. The Architect shall submit a
detailed phased program of the services to be rendered by him conforming the above said
Schedule “A” within 10 days of issue of letter of award to Engineer-in-Charge. The time
allowed for completion of Works (Time for Completion) as specified in the Schedule “A”
or the extended time, if any, in accordance with these conditions shall be the essence of
the Contract.
25.2 However, if the work is delayed on account of;
i) increase in quantity of work to be done under the contract as per Clause 21.1;
ii) “Force Majeure” as per Clause 20;
iii) suspension of work ordered by the Engineer-in charge as per Clause 22;
iv) any other cause which, in absolute discretion of the Engineer-in-charge is beyond
the Architect‟s control;
then, immediately upon the happening of any such event, as aforesaid, the Architect shall
inform the Engineer-in-charge accordingly, but the Architect shall, nevertheless, use
constantly his best endeavor to prevent and/or make good the delay and shall do all that
may be required in this regard. The Architect shall request in writing, for extension of
Time for Completion, to which he may consider himself eligible under the contract,
within fourteen days of the date of happening of any such events as indicated above.
25.3 In any such case as may have arisen due to any of the events, as aforesaid and which may
have been brought out by the Architect in writing, the Engineer-in-charge may give a fair
and reasonable extension of Time for Completion. Provided, in the event of non-receipt
of request for such extension from the Architect for any reason whatsoever, the Engineer-
in-charge may at his sole discretion and with due regard to the event, grant fair and
reasonable extension of Time for Completion. Such extension as admissible shall be
communicated to the Architect by the Engineer-in-charge in writing within one month of
the date of receipt of such request or within one month of the occurrence of the event and
in case before the expiry of the Contract Period (Time for Completion).
Clause 26: Compensation for delay in completion of the work/services
26.1 If the Architect fails to complete the items/group/sub-group of work/services under this
Contract by the periods stipulated in Schedule “A” or any extended period, as may be
allowed, he shall without prejudice to any other right or remedy of the Employer on
account of such default shall pay an agreed pre-estimated compensation for delay but not
by way of penalty to the Employer. Such an amount shall be calculated at the rate
specified in Schedule- A of the Contract Sum payable under the Contract for delay of
each week or part thereof. The total amount of such compensation for delay will,
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 78
however, be limited to a maximum of 5% of the Contract Sum+ GST @ 18% / prevailing
rate. Compensation for delay will be applicable on non-achievement of the milestones
specified in Schedule “A”.
Clause 27: Fee / Charges
27.1 The rate/fee/charges provided in the Price Schedule, Section-V should remain firm and
no escalation due to any reason whatsoever during the pendency of Contract shall be
payable.
27.2 Unless otherwise specifically provided in the Contract, the rate/fee/charges provided in
Price Schedule, Section-V shall be deemed to include cost, charges of all the items of
work stipulated in Scope of Services including any incidental, ancillary and any other
item of work/services(s) which are not specifically mentioned in the Contract, but are
considered necessary to complete a certain item of work/service(s)
27.3 Any statutory payments / fees to Govt. / local authorities of UT Administration
Chandigarh made by the Consultant for obtaining statutory clearances of works covered
in the scope shall be reimbursed to the Consultant on production of documentary
evidence.
Clause 28: Payment on Account
28.1 The Architect shall be required to obtain;
i) Proof of registration with regional Provident Fund Commissioner, if applicable,
ii) PAN, GST Registration number as applicable,
or any other statutory requirement before release of first payment.
28.2 The payment of the fees/charges as stipulated in Price Schedule, Section-V under this
contract will be made in accordance to Schedule “B”. After approval of the Engineer-in-
charge for the items of work detailed in Schedule “B”, the bill for the same shall be
submitted by the Architect to the Engineer-in-charge who shall then arrange to have the
same verified. The payment will be made within 21 days from the date of Submission of
bill subject to acceptance by the Engineer-in-charge. The payment on account for the
amount admissible shall be made by the Engineer-in-charge certifying the sum to which
the Architect is considered entitled by way of interim payment for the work executed
after deducting there from, the amounts already paid, the Security Deposit and such other
amounts as may be required to be withheld / deductible /recoverable in terms of the
Contract.
28.3 Payment due to the Architect shall be made by the Engineer-in-charge. All payments
under the contract shall be made through E-Payment/ RTGS to the Architect on
submission of documents as required under conditions of contract. The Architect shall
open account for payment with Bank(s) having Core banking Facility (CBS Branch) and
furnish the details of the same to the Engineer-in-charge.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 79
28.4 Should there be a request for extension of Time for Completion pending its consideration,
interim payments shall continue to be made as provided herein.
28.5 Any interim bills given relating to the work done may be modified or corrected by any
subsequent interim bills. No certificate supporting the interim payment shall itself be
conclusive evidence that the work is fully in accordance with the Contract.
28.6 in case of payment of interim bills to Micro & Small Enterprise (MSE), following
provision shall apply :
In no case, the payments to MSEs (Micro & Small Enterprises) Consultant shall be
delayed beyond forty five (45) days from the day of acceptance, subject to submission of
invoice on or before the day of acceptance.
Day of acceptance means day of actual rendering of services; or where any objection is
made in writing by Engineer regarding acceptance of service within fifteen days from the
date of rendering of services, the day on which such objection is removed by the
Consultant.
In case payments are not released as mentioned above, Employer shall pay the principal
amount plus compound interest with monthly rests from the date immediately following
the date agreed upon @ three times of bank rates as notified by Reserve Bank of India
from time to time.
28.7 in case of payment of interim bills to non-MSE, following provision shall apply :
In case the payments to Non-MSE Consultant are not released within 45 days,
Employer shall pay the principal amount plus simple interest from the date
immediately following the date agreed upon @ 8% p.a.
Clause 29: Completion Certificate
The Works shall be completed to the entire satisfaction of the Engineer-in–charge in
accordance with the Section-I-Scope of Services as per time period given in Schedule
“A” and terms and conditions mentioned in Clause 25. As soon as the Works under the
Contract is completed as whole, the Architect shall give notice of such completion to the
Engineer-in-charge. The Engineer-in-charge, within 15 days of receipt of such notice,
shall satisfy himself that the Works have been completed in accordance with the
provisions of the Contract and then issue to the Architect, a Certificate of Completion
indicating the date of completion. Should the Engineer-in-charge notice that there are
defects in the Works or the Works are not considered to be complete, he shall issue a
notice in writing to the Architect to rectify/replace the defective work or any part thereof
or complete the work, as the case may be, within such time as may be noticed and after
the Architect has complied with as aforesaid and gives notice of completion, the
Engineer-in-charge shall inspect the work again and issue the Completion Certificate in
the same manner as aforesaid.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 80
Clause 30: Payment of Final Bill.
The Architect shall submit the final bill within one month of the date fixed for
completion of work or of the date of the Completion Certificate furnished by the
Engineer-in-charge. No further claims in this regard unless as specified herein under shall
be entertained. Payment shall be made within three months after submission of such bill.
If there shall be any dispute about any item or items of the work then the undisputed item
or items only shall be paid within the said period of three months. The Architect shall
submit a list of the disputed items within thirty days from the disallowance thereof and if
he fails to do so, his claim shall be deemed to have been fully waived and absolutely
extinguish.
Clause 31: Overpayment and Under Payment
31.1 Whenever any claim whatsoever for the payment of a sum of money to the Employer
arises out of or under this Contract against the Architect, the same may be deducted by
the Employer from any sum which any time thereafter, may become due to the Architect,
under this Contract then due or falling that under any other contract with the Employer or
from his security deposit or he shall pay the claim on demand.
31.2 The Employer reserves the right to carry out post-payment audit and technical
examination of the final bill including all supporting vouchers, abstracts, etc. The
Employer further reserves the right to enforce recovery of any overpayment when
detected, notwithstanding the fact that the amount of the final bill may be included by one
of the parties as an item of dispute before an arbitrator appointed under Clause 34 of this
Contract and notwithstanding the fact that the amount of the final bill figures in the
arbitration award.
31.3 If as a result of such audit and technical examination any overpayment is discovered in
respect of any work done by the Architect, or alleged to have been done by him under the
Contract, it shall be recovered by the Employer from the Architect, by any or all of the
methods prescribed above, and if any under-payment is discovered, the amount shall be
duly paid to the Architect, by the Employer.
31.4 Provided that the aforesaid right of the Employer to adjust over payments against
amounts due to the Architect under any other contract with the Employer shall not extend
beyond the period of two years from the date of payment of the final bill or in case the
final bill is MINUS bill, from the date the amount payable by the Architect under the
MINUS final bill is communicated to the Architect.
31.5 Any sum of money due and payable to the Architect (including the Security Deposit
returnable to him) under the Contract may be withheld or retained by way of lien by the
Engineer-in-Charge or Employer against any claim of the Employer or such other person
or persons in respect of payment of a sum of money arising out of or under any other
contract made by the Architect with the Engineer-in-charge or Employer or with such
other person or persons.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 81
31.6 The sum of money so withheld or retained under this clause by the Engineer-in-charge or
Employer will be kept withheld or retained as such by the Engineer-in-charge or
Employer or till his claim arising out of in the same contract or any other contract is
either mutually settled or determined by the Arbitrator, if the Contract is governed by the
arbitration clause under Clause-34 or by the competent court hereinafter provided, as the
case may be, and the Architect shall have no claim for interest or damages whatsoever on
this account or any other ground in respect of any sum of money withheld or retained
under this clause.
Clause 32: Laws Governing the Contract 32.1 This Contract shall be governed by the Indian Laws for the time being in force. All
matters arising out of or in connection with this Contract shall be subject to exclusive
jurisdiction of courts at Shimla only.
Clause 33: Contract matters to be treated as Confidential.
33.1 All documents correspondences, decisions, and order concerning the Contract shall be
considered as confidential and/of restricted in nature by the Consultant and he shall not
divulge or allow access to them by any unauthorized person.
33.2 The Architect shall take necessary steps to ensure that all persons employed on any work
in connection with this Contract have noted that the Indian official Secrets Act 1923
(XIX of 1923) applies to them and shall continue so as to apply even after the execution
of such works under the Contract.
Clause 34: Arbitration
34.1 Except as otherwise provided, in clause-36 hereinafter, all questions, dispute or difference
in respect of which the decision has not been final and conclusive arising between the
consultant and the Employer, in relation to or in connection with the Contract shall be
referred for arbitration in the manner provided as under and to the sole Arbitrator appointed
as follows:
(a) Either of the parties may give to the other a notice in writing of the existence of such
question, dispute or difference,
(b) Within thirty (30) days of receipt of such notice from either party, the Engineer-in-
charge of the Works at the time of such dispute shall send to the Consultant a panel
of three persons and thereafter the Consultant within fifteen (15) days of receipt of
such panel, communicate to the Engineer-in-charge the name of one of the persons
from such panel and such a person shall then be appointed Sole arbitrator by the
Engineer-in-charge.
(c) Provided that if the Consultant fails to communicate the selection of a name out of
the panel so forwarded to him by the Engineer-in-charge then, after the expiry of
the aforesaid stipulated period, the Engineer-in-charge shall without delay select
one person from the aforesaid panel and appoint him as Sole Arbitrator.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 82
34.2 The disputes or differences shall be settled in accordance with Arbitration and Conciliation
Act, 1996, as amended by Arbitration and Conciliation (Amendment) Bill 2015 or any
other amendment issued from time to time and the Sole Arbitrator shall make a speaking
award.
34.3 Arbitration proceedings shall be held at Shimla, and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
English.
34.4 The cost and expenses of Arbitration proceedings will be borne equally by both the parties,
as determined by the Sole Arbitrator. However, the expenses incurred by each party in
connection with the preparation, presentation etc. of its proceedings shall be borne by each
party itself.
34.5 The Arbitrator to whom the matter is originally referred, being transferred or vacating his
office or being unable to act for any reason, then the Engineer-in-charge shall appoint
another person to act as Sole Arbitrator as per the procedure prescribed under clause 34.1
above. Such person shall be entitled to proceed with the reference from the stage at which
it was left by the predecessor.
34.6 Performance under the Contract shall continue during the arbitration proceedings and
payments due to the Consultant by the Employer shall not be withheld, unless they are the
subject matter of the arbitration proceedings.
34.7 Administrative Mechanism for Resolution of CPSEs Disputes (AMRCD)
In the event of any dispute or difference relating to the interpretation and application of the
of the provision of commercial contact (s) between Central Public sector Enterprise (s)/Port
Trusts inter se and also between CPSEs and Governmental Departments/Organizations
(Excluding disputes concerning Railways, Income Tax, Customs & Excise Departments),
such dispute or difference shall be taken up either party for resolution through
Administrative Mechanism for Resolution of CPSEs Disputes (AMRCD) having two level
(Tier) structures in terms of DPE Office Memorandum No. 4(1)/2013-DPE (GM)/FTS-
1835 dated 22.05.18
Unless otherwise agreed by both Parties: The following structure and procedure shall be
followed by the concerned disputing parties:
Structure: (i) At the first Level (Tier), such commercial disputes shall be referred to a
Committee comprising of Secretaries of the Administrative Ministries/Departments to
which the disputing CPSEs/Parties belong and Secretary – D/o Legal Affairs. The
Financial Advisors (FAs) of the two concerned Administrative Ministries/Departments
will represent the issue related to the dispute in question before the above Committee. In
case the two disputing parties belong to the same Ministry/Department, the above said
Committee will comprise Secretary of the Administrative Ministry/Department
concerned, Secretary – D/o Legal Affairs and Secretary-Department of Public Enterprise.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 83
In such a case, the matter may be represented before the Committee by the FA and one
Joint Secretary of that Ministry/Department.
Further, in case of a dispute between CPSE and State Government
Department/Organization, the above said committee will comprise the Secretary of the
Ministry/Department of the Union to which the CPSE belongs and Secretary-D/o Legal
Affairs and a senior office nominated by the Chief Secretary of the State concerned. In
such a case, the matter will be represented before the Committee by the FA of the
concerned administrative Ministry/Department and the concerned Principal Secretary of
the State Government Department/Organization.
In case the dispute remains unresolved even after consideration by the above Committee, the
same will be referred to the Second Level (Tier) to the Cabinet Secretary, whose decision will be
final and binding on all concerned.
Procedure: (i)At the First Level (Tier), the claiming party (Claimant) will approach the
FA of it‟s administrative Ministry/Department for representing the dispute before the
Secretary of it‟s administrative Ministry/Department. The Secretary of administrative
Ministry/Department of claiming party will intimate the same to the secretary of
administrative Ministry/Department of responding party (Respondent) and Secretary- D/o
Legal Affairs and thereafter meetings will take place in the administrative
Ministry/Department of the claiming party to examine the facts and resolve the dispute on
merit. The FAs of the concerned administrative Ministry/Departments will represent the
issues related to the dispute in question before the above Committee. After arriving at a
decision by the committee, the secretary of the administrative Ministry/Department of the
claiming party will write down the decision and it will be signed jointly by both the
Secretaries and Secretary – D/o Legal Affairs. A copy of the decision will be
communicated by the Secretary of the administrative Ministry/Department of the
claiming party to each party to the dispute for implementation.
In case where one party (1st Party) to the dispute is a Department/Organization of a State
Government, the procedure for admitting the dispute will be same as above, however, all
meetings in connection with resolution of the dispute will be held in the administrative
Ministry/Department (Union) of other party (2nd
Party) irrespective of the position of the
1st Party whether as a Claimant or Respondent. The presentation of the issues before the
above Committee in this case will be done by the FA of the concerned Administrative
Ministry/Department and concerned Principal Secretary of the State Government
Department/Organization.
(ii) The Committee of Secretaries at first Level (Tier) shall finalise its decision within 03
months after having received the reference/notice in writing regarding the dispute from
the concerned aggrieved party.
Appeal: Any party aggrieved with the decision of the Committee at First Level (Tier)
may prefer an appeal before the cabinet Secretary at Second Level (Tier) within 15 days
from the date of receipt of decision of the Committee at First Level, through it‟s
administrative Ministry/Department, whose decision will be final and binding on all
concerned.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 84
Clause 35: Limitation of liability
35.1 The Architect and the Employer agree that each shall assume full risk of damage or
injury to their respective properties, employees and representatives caused by any act,
omission to act by their respective employees or representatives, during the performance
of the Contract. Each party hereby releases the other from any and all liability or loss or
damage whatsoever so caused to its own properties and each party agrees to indemnify
and hold harmless the other against all liability so caused on account of personal injury to
its respective employees and representatives.
35.2 The Architect shall be responsible for payment of taxes, if any, leviable on the fees
received by it from the Employer in terms of this Contract and shall indemnify and keep
harmless the Employer against any claim or liabilities in this behalf.
Clause 36: Finality Clause
36.1 It shall be accepted as on inseparable part of the Contract that all the decisions taken
under the Clause 1(xiv), 5,9,20,21,23,24,25 and 26 by the Engineer-in-charge, which
shall be given in writing, shall be final and binding on the Architect.
Clause 37: Sum payable by way of compensations to be considered as reasonable without
reference to actual loss.
All sums payable by way of compensation to the Employer under any of these conditions
shall be considered as reasonable compensation without reference to the actual loss or
damages sustained by the Employer whether or not damage shall have been sustained.
Clause 38: Corrupt or Fraudulent Practices
If the Employer determines that the Architect has engaged in corrupt, fraudulent,
collusive or coercive practices and committed default under Integrity Pact, in competing
for or in executing the Contract, then the Employer may, after giving 14 days notice to
the Architect, terminate the Architect‟s employment under the Contract and expel him
from the Site, and the provisions of Clause 24 shall apply as if such expulsion had been
made under Sub-Clause 24.1.
For the purposes of this Sub-Clause:
(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, of any thing of value to influence the action of a public official in the
procurement process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to
influence a procurement process or the execution of a contract;
(iii) “collusive practices” means a scheme or arrangement between two or more
bidders, with or without the knowledge of the Borrower, designed to establish bid
prices at artificial, non-competitive levels;
(iv) “coercive practices” means harming or threatening to harm, directly or indirectly,
persons, or their property to influence their participation in a procurement process,
or affect the execution of a contract.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 85
(v) An agreement called Integrity Pact between the prospective Bidders and the
Employer shall be signed committing the persons /officials of both the parties, not
to exercise any corrupt influence on any aspect of the Tender/Contract. The
Independent External Monitor(s) appointed by the Employer shall oversee the
compliance of obligation under the Integrity Pact.
----End of Section VI----
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 86
SECTION VII
FORMS, PROCEDURES AND INTEGRITY PACT
WITH GUIDELINES ON BANNING BUSINESS
DEALINGS
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 87
BID SECURITY FORM
Bank Guarantee
Date:______________
(Name of Contract)
To: (Name and address of Employer)
WHEREAS (name of Bidder) (hereinafter called “the Bidder”) has submitted its Bid
dated (date of bid) for the performance of the above-named Contract (hereinafter called
“the Bid”)
KNOW ALL PERSONS by these present that WE (name of Bank) of (address of bank)
(hereinafter called “the Bank”), are bound unto (name of Employer) (hereinafter called
“the Employer”) for the sum of: (amount), for which payment well and truly to be made
to the said Employer, the Bank binds itself, its successors and assigns by these presents.
Sealed with the Common Seal of the said Bank this _________ day of _______2020.
THE CONDITIONS of this obligation are as follows:
1. If the Bidder withdraws its Bid during the period of bid validity specified by the
Bidder in the Bid Form, or adopts corrupt or fraudulent or collusive or coercive
practices and committed default under Integrity Pact.
2. If the Bidder, having been notified of the acceptance of its Bid by the Employer
during the period of bid validity
a) fails or refuses to sign the Contract Agreement when required, or
b) fails or refuses to submit the performance security deposit in accordance with the
Tender Documents.
c) fails to commence the works as per GCC clause 12.
WE undertake to pay to the Employer up to the above amount upon receipt of its first
written demand, without the Employer having to substantiate its demand, provided that in
its demand the Employer will mention that the amount claimed by it is due, owing to the
occurrence of one or both of the two above-named CONDITIONS, and specifying the
occurred condition or conditions.
(**)
This guarantee will remain in force upto and including ____________ (date 90 days after
the period of bid validity) and any demand in respect thereof must reach the Bank not
later than the above date.
Notwithstanding anything contained herein:
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 88
(1) Our liability under this bank guarantee shall not exceed Rs. __________.
(2) This bank guarantee shall be valid upto ______________; AND
(3) We are liable to pay the guaranteed amount or any part thereof under this bank
guarantee only and only if you serve upon us a written claim or demand on or
before ______________.
Dated _____________ this day of _____________2020 at ________________.
Common Seal of the Bank
Note: 1. (**) Employer may also present any of his demands at the counters of the .............
(Name and branch of the Bank in India)............for further relay to us. (To be
inserted in case of a foreign currency bank guarantee issued by an overseas bank
outside India)
2. The issuing bank shall write the name of bank‟s controlling branch/office
alongwith contact details like telephone/fax and full correspondence address, in
order to get the confirmation of BG from that branch/office, if so required.
3 The issuing bank shall submit an unstamped duplicate copy of Bank Guarantees
directly by registered post (A.D.) to the Employer, with a forwarding letter.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 89
FORM OF AGREEMENT
AGREEMENT
This Agreement is made on __________ day of _________ Two Thousand Twenty between the
SJVN Ltd., registered and existing under the Laws of India and having its registered office at
SJVN Corporate Head Quarter, Shanan, Malyana, Himachal Pradesh - 171006 (hereinafter
referred to as the "Employer" which expression shall unless repugnant to the context or
meaning thereof include its successors and assigns) of the one part and ________________
(herein after called "Consultant" which expression shall unless repugnant to the context or
meaning thereof, include its successors and permitted assigns) of the other part.
WHEREAS the Employer is desirous that certain consultancy services should be provided by
the Consultant, viz. „Consultancy Services for Construction of Transit Camp at Plot no. 540,
Sector-33, Chandigarh’ and has accepted the Bid of the Consultant for the same at a cost of
___________ as per LOA no. SJVN/CHQ/CCD/ARCH/2020- dated ______.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2 The following documents attached hereto shall be deemed to form and be read and
construed as an integral part of the Contract, viz.:
I. Agreement
II. Letter of Acceptance
III. Special Conditions of Contract
IV. Price Schedule, Section-V
V. Information to Bidders and Scope of Work.
VI. Tender Form, Form of Declaration and other Schedules
VII. General Conditions of Contract,
VIII. Forms, Procedures and Integrity Pact with Guidelines on Banning Business
Dealings.
IX. Drawings
3. In consideration of the payments to be made by the Employer to the Consultant as
hereinafter mentioned, the Consultant hereby covenants with the Employer to provide the
Services in conformity in all respect as per the provisions of the Contract.
4. The Employer hereby covenants to pay the Consultant in consideration of the Services,
the Contract Price or such other sum as may become payable under the provisions of the
Contract at the time and in the manner prescribed by the Contract.
IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed
the day and year first before written.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 90
For & on behalf of the Consultant
Name :
Designation :
For & on behalf of the Employer
Name :
Designation :
Witness.
Witness.
1. Name & Address
2. Name & Address
1. Name & Address
2. Name & Address
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 91
PERFORMANCE SECURITY FORM
Bank Guarantee
(To be stamped in accordance with Stamp Act
if any, of the Country of the Issuing Bank)
Bank Guarantee No...........
Date...................................
To,
[Employer's Name & Address]
Dear Sirs,
In consideration of the ... [Employer's Name]........ (hereinafter referred to as the „Employer‟
which expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators and assigns) having awarded to M/s ......[Consultant's Name]............
with its Registered/Head Office at ............................. (hereinafter referred to as the „Consultant‟,
which expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators, executors and assigns), a Contract by issue of Employer‟s Letter of
Acceptance No................ dated......... and the same having been acknowledged by the consultant,
for ---------------[Contract sum in figures and words] for ………[ Name of the work] and the
Consultant having agreed to provide a Contract Performance Guarantee for the faithful
performance of the entire Contract equivalent to .......(*)...........of the said value of the aforesaid
work under the Contract to the Employer.
We ................[Name & Address of the Bank]..........having its Head Office
at...........................(hereinafter referred to as the „Bank‟, which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators, executors and
assigns) do hereby guarantee and undertake to pay the Employer, on demand any and all monies
payable by the Consultant to the extent of ..................(*).................... as aforesaid at any time
upto .........................(@)...................... [days/month/year] without any demur, reservation,
contest, recourse or protest and/or without any reference to the Consultant. Any such demand
made by the Employer on the Bank shall be conclusive and binding notwithstanding any
difference between the Employer and the Consultant or any dispute pending before any Court,
Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee
during its currency without previous consent of the Employer and further agrees that the
guarantees herein contained shall continue to be enforceable till the Employer discharges this
guarantee or till …………(+)…….. [days/month/year] whichever is earlier.
(**)
The Employer shall have the fullest liberty, without affecting in any way the liability of the Bank
under this guarantee, from time to time to extend the time for performance of the Contract by the
Consultant. The Employer shall have the fullest liberty, without affecting this guarantee, to
postpone from time to time the exercise of any powers vested in them or of any right which they
might have against the Consultant, and to exercise the same at any time in any manner, and
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 92
either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract
between the Employer and the Consultant or any other course or remedy or security available to
the Employer. The Bank shall not be released of its obligations under these presents by any
exercise by the Employer of its liberty with reference to the matters aforesaid or any of them or
by reason of any other act or forbearance or other acts of omission or commission on the part of
the Employer or any other indulgence shown by the Employer or by any other matter or thing
whatsoever which under the law would, but for this provision have the effect of relieving the
Bank.
The Bank also agrees that the Employer at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the
Consultant and notwithstanding any security or other guarantee the Employer may have in
relation to the Consultant‟s liabilities.
i) Our liability under this Bank Guarantee shall not exceed ______(*)_________________.
ii) This Bank Guarantee shall be valid upto ________(+)____________.
iii) We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only and only if Employer serves upon Bank a written claim or demand on or
before (@) ______
Dated this .............................day of ..........2020.......................at..............
WITNESS
................................................ (Signature)...........................
(Signature)
................................................
(Name) (Name)..................................
.................................................. ..........................................
(Official Address) (Designation with Bank Stamp)
Attorney as per Power of Attorney
No......................
Dated.................................
Notes:- 1. (*) This sum shall be two percent (2%) of the Contract Price denominated in
the types and proportions of currencies.
(@) This date will be Nine (9) months beyond date of Completion as specified
in the Contract.
(**) Employer may also present any of his demands at the counters of the
..........(Name and branch of the Bank in India).......... for further relay to
us. (To be inserted in case of a foreign currency bank guarantee issued by
an overseas bank outside India)
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 93
(+) This date will be Twelve (12) months from the date of Completion as
specified in the Contract.
2. The stamp papers of appropriate value shall be purchased in the name of The
Bank issuing the guarantee.
3 The issuing bank shall write the name of bank‟s controlling branch/office
alongwith contact details like telephone/fax and full correspondence address, in
order to get the confirmation of BG from that branch/office, if so required.
4 Bank Guarantee is required to be submitted directly to the Engineer-In-Charge by
the issuing bank (on behalf of Contractors/Suppliers) under registered post (A.D.).
The Supplier/Contractor can submit an advance copy of Bank Guarantee to the
Engineer-In-Charge. However, in case of exceptional circumstances where
efficient postal services are not in force, the Bank Guarantee may be submitted by
the Contractor/supplier directly to the Engineer-In-Charge and the issuing Bank
shall submit an unstamped duplicate copy of Bank Guarantees directly by
registered post (A.D.) to the Engineer-In-Charge, with a forwarding letter.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 94
INTEGRITY PACT
To be executed on plain paper at the time of submission of bid and on legal paper of appropriate value by
successful bidder (Consultant) prior to signing of Contract Agreement)
(Scanned, signed copy by Employer is attached separately and to be uploaded by Consultant after signing the same along with bid.
----End of Section VII----
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 95
SECTION VIII
SPECIAL CONDITIONS OF CONTRACT
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 96
SPECIAL CONDITIONS OF CONTRACT
1. The Special Conditions of Contract should be read in conjunction with General
Conditions of Contract. However, Special Conditions of Contract shall prevail in case of
any dispute / discrepancy.
2. In-house department for Architectural services should be available with the agency with
necessary Council of Architecture Registration.
3. The bidder shall visit the site to apprise themselves about the nature of consultancy
assignment, work conditions and site. Time allowed for execution of the consultancy
assignment shall be the essence of the contract.
4. Structures should be designed to take care of seismic, wind load and local climatic
conditions etc., as laid down in the relevant BIS code.
5. As far as possible the structures should be accommodated for optimal utilization of the
available land.
6. All drawings / prints for the consultancy works covered under the scope of consultancy
services are to be provided in opaque bond paper (white prints) of good quality.
7. On completion the buildings consultancy firm will prepare As Built
Drawings/Completion Drawings and furnish the same to the Engineer-In-Charge (EIC) at
no extra cost. Consultant will not be entitled to any payments for preparation and supply
of completion drawings.
8. Consultant is also required to submit soft copy of all drawings (.dwg format or as
prescribed by SJVN) and any other document as desired by SJVN in the format
prescribed by SJVN as and when required.
9. All drawings/ documents submitted by the tenderer to SJVN shall be the property of
SJVN. Further SJVN will have full copyrights to use such drawings/ documents in any
manner as and when required.
10. Design shall aim ease of construction and maintenance, provision of efficient and
comfortable services without sacrificing the unique and innovative architecture and
aesthetics. The architectural treatment and external finish shall incorporate indigenous
technique and materials requiring least maintenance effort.
11. Landscaping shall be conceived with a view to reduce the impact of built edifices and the
tropical heat, dust, winds and torrential rain. Optimum flow of natural light & ventilation
to be ensured.
12. Latest CPWD / specifications in Delhi Schedule of Rates. Items not covered in
specifications & Schedule of Rates shall be appropriately worded and its cost analysis
shall be either derived from schedule of rates or else based on the current market rate.
13. Architectural Design shall accommodate requirements as suggested by the
Corporation/SJVN.
Consultancy Services for Construction of Transit Camp at Plot No. 540, Sector- 33, Chandigarh
Page | 97
14. Consultant must comply with all National and State/UT laws, Codes and regulations, and
all municipal ordinances/ regulations in effect at the time the work is performed.
15. Consultant must ensure that the recommendations of Pollution Control Board for sewage
& other waste disposal system and for other compliances are duly taken care, and
consultant must obtain clearances that are required in this regard.
16. In case there is delay in construction of building on part of SJVN or said hired contractor
and not because of works related to Architect, the Consultant will be entitled for
Extension Time (EOT) without any cost compensation and this EOT shall be determined
by Engineer-in-charge (EIC) based on the delays on the part of SJVN and no claim shall
be entertained in this regard.