The Jammu and Kashmir Forest Development Corporation Ltd ...
JAMMU DEVELOPMENT AUTHORITY · 2015-11-16 · 1 jammu development authority request for proposal...
Transcript of JAMMU DEVELOPMENT AUTHORITY · 2015-11-16 · 1 jammu development authority request for proposal...
1
JAMMU DEVELOPMENT AUTHORITY
REQUEST FOR PROPOSAL DOCUMENT (RFP)
SUBJECT: - PLANNING, ARCHITECTURAL AND ENGINEERING SERVICES INCLUDING DETAILED
PROJECT REPORT AND FEASIBILITY STUDY FOR CONSTRUCTION OF BIRPUR PLAZA IN JAMMU,
JAMMU AND KASHMIR, INDIA
NIT No.: SE/JDA/2015/14
14 November 2015
Issued by: -
Superintending Engineer
Jammu Development Authority
Vikas Bhawan, Rail Head Complex,
Jammu 180006
Tele: 0191-2477614;
Website: - www.jdajammu.in
Email: - [email protected]
JAMMU DEVELOPMENT AUTHORITY
VIKAS BHAWAN, RAIL HEAD COMPLEX, JAMMU 180 006
CONTENTS SHEET
SUBJECT: - SELECTION OF ARCHITECTS/CONSULTANTS FOR PLANNING, ARCHITECTURAL AND
ENGINEERING SERVICES INCLUDING DETAILED PROJECT REPORT AND FEASIBILITY STUDY FOR
CONSTRUCTION OF BIRPUR PLAZA IN JAMMU, JAMMU AND KASHMIR, INDIA
S. NO. DESCRIPTION Page No.
1. Cover Page & Press Notice 1-2
2. Section –I (Brief Particulars of the Project & scope of work) 5-6
3. Section –II (Information and Instructions for Applicants) 7-20
4. Section –III (Letter of Transmittal) 21
5. Form –‘A’ (Detail of projects completed during the last ten years) 22
6. Form-‘B’ (Projects under execution/award) 23
7. Form –‘C’ (List of major/ important projects completed) 24
8. Form-‘D’ (Performance Reports related to Form ‘A’ ,’B’ & ‘C’) 25
9. Form-‘E’ (Organizational Structure) 26
10. Form -‘F’ (Details of Personnel to be deployed for this project) 27
e-NIT No.: SE/JDA/14
14 November 2015
Issued by: -
Superintending Engineer
Jammu Development Authority
Vikas Bhawan, Rail Head Complex,
Jammu 180006
Tele: 0191-2477614; Email: - [email protected]
Signature of the Architect/Consultant:
Name and Address:
Date:
JAMMU DEVELOPMENT AUTHORITY
VIKAS BHAWAN, RAIL HEAD COMPLEX, JAMMU 180 006
NOTICE FOR SELECTION OF ARCHITECTS / CONSULTANTS
1. Jammu Development Authority (“JDA/Authority”) is responsible for the urban
development and planning of the city of Jammu in the State of Jammu & Kashmir. Authority
invites technical and financial proposals from the eligible consultants/architects having
competence and experience in the field as per details given below: -
S.
No.
Description of work Cost of Bid
Document
Bid Security/
EMD
1. “PLANNING, ARCHITECTURAL AND ENGINEERING SERVICES
INCLUDING DETAILED PROJECT REPORT AND FEASIBILITY
STUDY FOR CONSTRUCTION OF BIRPUR PLAZA IN JAMMU,
JAMMU AND KASHMIR, INDIA”.
10,000/- Rs. 1.00 Lac
2. The interested consultant may download the RFP Document from JDA website
www.jdajammu.in and www.jketenders.nic.in. The tenderers shall deposit Bid Document Cost
along with their technical bids.
3. Interested Architects/Consultants who have successfully designed and carried out
(Commenced and completed) at least two similar works i.e. Commercial and Institutional
Building costing more than 50 Crores each during the last 10 years for Govt./Semi Govt./Public
Undertaking/Reputed Private Organization need only apply along with the required
information and supporting documents prescribed in the “RFP Document”. Architectural Firm
will be selected on QCBS System as specified in the RFP.
4. Tenders shall be submitted online as per procedure specified in the RFP Document on
or before 19.12.2015 by 4.00 P.M and will be opened as per schedule indicated therein in the
presence of applicants, who may choose to remain present.
5. Vice Chairman, JDA reserves the right to reject any or all the applications without
assigning any reason thereof.
Superintending Engineer
JAMMU DEVELOPMENT AUTHORITY
VIKAS BHAWAN, RAIL HEAD COMPLEX, JAMMU
e-Tender Notice (Press Notice)
No.: - JDA/SE/2015/e-NIT/14 Dated: - 14.11.2015
Sealed e-Tenders are invited on behalf of Jammu Development Authority from reputed and
eligible Architects/Consultants. The bid documents can be seen and downloaded from the
website http://jdajammu.in and www.jketenders.nic.in from 15.11.2015 (1000 Hrs) The bids
shall be submitted online on or before 19.12.2015 (1600 Hrs.).
For & behalf of
Jammu Development Authority
Superintending Engineer
Tele: - 0191 2477614;
email: - [email protected]
SECTION – I
BRIEF PARTICULARS OF THE PROJECT
Scope of Work: - Introduction about the Project: - The Jammu Development Authority has
taken up the project of development of a Housing Colony at Birpur in Samba District over an
area of land measuring 585 Kanals with the following provisions: -
The Broad Scope of Work involves Planning, Architectural and Engineering Services including
Detailed Project Report and conducting Feasibility Study including Economic Viability for
construction of Birpur Plaza in Jammu as per the broad requirements indicated in the RFP
Document and described below: -
1. Parking Facilities (Basement Floors)
2. Offices for Corporate Houses, Banks and MNCs.
3. Restaurants, Food Courts, Shopping Arcades, IT & Technology Parks and other
Commercial Areas etc.
4. Any other facility/amenity which the consultant may deem necessary.
5. Provisions of all allied modern infra structure facilities.
The Project shall have all necessary provisions for Fire Safety, HVAC, Sanitary & Plumbing, Rain
Water Harvesting, Sewerage Treatment Plant, Water Treatment Plant, Efficient Electrical and
Lighting, IT & Communication System, Security Surveillance System viz., CCTVs, Signage,
Equipments, etc., including Landscaped Areas for a modern Commercial Building.
S. No. Description of Facilities Quantity/Area
1. Residential Plots
HIG Size: - 40’x80’ 192 No.
HIG Size: - 40’x60’ 15 No.
MIG Size: - 30’x60’ 287 No.
EWS/LIG Size: - 20’x40’ 236 No.
Total 730 No.
2. Land Use Plan
Commercial Use 34.54 K
School/Post Office etc., 9.25 K
Health Centre 4.24 K
Organized Parks 55.75 K
Green Belt (Buffer) 17.00 K
Group Housing 30.00 K
Residential Plots 251.00 K
Police Post 3.00 K
Matador Stand/Utilities 5.75 K
Reserve Site 6.5 K
Total Land 585 Kanal
BUILDING BYE LAWS: -
I. Plot Area = 34 Kanals
II. Permissible Ground Coverage = 40 %;
III. Floor Area Ratio (FAR) = 200
IV. Maxm. Permissible Height of Building = 25 Mtr.
CONSULTANCY STANDARDS: - The Consultant shall follow National Building Codes for Purposes
of Building Design & Specifications. For purposes of Road Work, relevant specifications of IRC
and MORTH guidelines shall be followed.
All the items of work shall be designed as per CPWD specifications / relevant IS Codes and
specifications. The design of facilities for the handicapped and the disabled people, like the
toilets, bathrooms, ramps shall be designed as per the respective IS Codes.
• Scope of work for Architect/Consultant’s Services: -
I. Taking client’s instructions and preparation of design brief.
II. Site evaluation, analysis and impact of existing and / or proposed development in its
immediate environs.
III. Planning, Design of building and site development.
IV. Structural design.
V. Sanitary, Plumbing, drainage, water supply and sewerage.
VI. Electrical, electronic, communication, acoustics systems and design.
VII. HVAC and other mechanical systems.
VIII. Elevators, escalators etc.
IX. Fire detection, fire protection and security systems etc.
X. Landscape.
XI. Interiors.
XII. Graphic design and signage.
XIII. Preparing tender documents and estimates etc.
XIV. Preparation of Reports and Documents for getting approval from statutory authorities
like JMC/JDA, Pollution Control Board or any other concerned authorities necessary
for construction of building.
XV. Any other works related to approval of drawings from the concerned authorities.
SECTION-II
INFORMATION & INSTRUCTIONS FOR APPLICANTS
1. GENERAL:
1.1. Letter of transmittal and forms ‘A’ to ‘F’ seeking information/documents are given in
Section -III.
1.2. All information called for in the enclosed forms should be furnished against the
relevant columns in the forms. If for any reason, information is furnished on a separate
sheet, this fact should be mentioned against the relevant column. Even if no
information is to be provided in a column, a ‘nil’ or “no such case” entry should be
made in that column. If any particulars/ query are not applicable in case of the
applicant, it should be stated as “not applicable”. The applicants are cautioned that not
giving complete information called for in the application forms or not giving it in clear
terms or making any change in the prescribed forms or deliberately suppressing the
information may result in the applicant being summarily disqualified. Applications
made by telegram or telex and those received late will not be entertained.
1.3. The application should be type written. The applicant should sign each page of the
application.
1.4. Over writing should be avoided. Correction, if any should be made by neatly crossing
out, initialing, dating and rewriting. Pages of the pre-qualification document are
numbered. Additional sheets, if any, added by the applicant should also be numbered
by him. They should be submitted as a package with signed letter of transmittal.
1.5. References, information and certificates from the respective clients certifying
suitability, technical knowhow or capability of the applicant should be signed by an
officer not below the rank of Executive Engineer or equivalent.
1.6. The applicant may furnish any additional information which he thinks is necessary to
establish his capability to successfully complete the envisaged project. He is, however,
advised not to furnish superfluous information. No information shall be entertained
after submission of pre-qualification document unless it is called for by the Employer.
1.7. Any information furnished by the applicant found to be incorrect either immediately or
at a later date, would render him liable to be debarred from taking up the project of
JDA.
1.8. The Hard Copy of RFP Document (Technical only) in prescribed form duly completed
and signed should be submitted in a sealed cover. The sealed cover super scribed
“Tender for SELECTION OF ARCHITECTS/CONSULTANTS FOR CONCEPTUAL PLANNING,
ARCHITECTURAL AND ENGINEERING SERVICES INCLUDING DETAILED PROJECT REPORT
AND FEASIBILITY STUDY FOR CONSTRUCTION OF BIRPUR PLAZA IN JAMMU, JAMMU
AND KASHMIR, INDIA” shall be received in the office of Superintending Engineer,
Jammu Development Authority, Jammu up to 4.00 p.m. on 21.12.2015 and will be
opened on 26.12.2015, at 12.00 AM or any subsequent day in presence of the
applicants. Documents submitted in connection with selection will be treated as
confidential and will not be returned.
1.9. Laws as may be applicable in the State of Jammu & Kashmir are applicable to this
RFP.
1.10. Each Bidder’s acceptance of this RFP, the recipient agrees that this RFP and any
information herewith supersedes document(s) or earlier information, if any, in relation
to the subject matter hereto, except those specifically excluded herein.
1.11. Schedule of Bidding Process: - JDA would endeavour to adhere to the following
schedule from the date of issue of notification during the Bidding Process:
Note: JDA reserves the right to make changes to the Schedule of Bidding Process.
1.12. Prospective applicants can seek any clarification regarding project requirements
and pre-qualification document from the office of Superintending Engineer, JDA if
required.
2. DEFINITIONS: In this document the following words and expressions have the meaning
hereby assigned to them.
2.1. APPLICANT means the individual, proprietary firm, firm in partnership, limited
company, private or public or corporation.
2.2. ENGINEER-IN-CHARGE means the Executive Engineer designated by JDA to act as
Engineer-in-charge of the work.
2.3. CONSULTANT/ARCHITECT shall mean the individual, firm or company, whether
incorporated or not, undertaking the works and shall include the legal personal
representative of such individual or the persons composing such firm or company, or
the successors of such firm or company and the permitted assignees of such
individual, firm or company.
2.4. DRAWINGS mean the drawings referred to in the contract document/Bill of
Quantities, specifications and any modifications of such drawings or such other
drawings as may from time to time be furnished or approved by JDA.
2.5. SITE means the lands and other places on, under, in or through which the works are
to be executed or carried out and any other lands or places provided by JDA or
used for the purpose of the agreement.
Date of issue of RFP (Saturday) 14.11.2015
Last date for receiving queries (Friday) 27.11.2015
Pre-Bid meeting (Monday) 30.11.2015 (12.00 Hrs)
Bid/Proposal Due Date (Saturday) 19.12.2015 (16.00 Hrs) Opening of Technical Presentation Proposals (Saturday) 26.12.2015 (12.00 Hrs)
Presentation of Technical Proposals by Bidders To be intimated to Pre-qualified
Consultants
Opening of Financial Proposals To be intimated by JDA
Letter of Award (LOA) Within 45 days of Bid Due Date
Validity of Bids 180 days from Bid Due Date
Signing of CONSULTANCY Contract Within 30 days of Award of LOA
2.6. APPROVAL means approved in writing including subsequent written
confirmation of previous verbal approval.
2.7. WRITING means any manuscript typed written or printed statement under or
over signature and/or seal as the case may be.
2.8. “Year” means “Financial Year” unless stated otherwise.
2.9. MONTH means English Calendar month, Day means a Calendar day of 24 Hrs each.
2.10. CONTRACT VALUE means the sum for which the tender is accepted as
per the letter of intent/Award.
2.11. LANGUAGE All documents and correspondence in respect of this contract shall be
in English Language.
2.12. OWNER/CLIENT means the Board of Directors of Jammu Development Authority,
acting through its Vice Chairman or any other officer so nominated by him and
shall include their legal successors and permitted assignees for all. For all
financial matters the decision of Vice Chairman will be final and binding.
2.13. TENDER means the priced offer to JDA for the execution and completion
of the work and the remedying of any defects therein in accordance with
the provisions of the Contract, as accepted by the Letter of Intent or Award
letter. The word TENDER is synonymous with Bid and the word TENDER
DOCUMENTS with Bid documents.
2.14. The headings in the clauses/ conditions of tender documents are for
convenience only and shall not be used for interpretation of the clause/
condition. Words imparting the singular meaning only also include the plurals and
vice versa where the context requires. Words importing persons or parties
shall include firms and Boards and organizations having legal capacities.
3. METHOD OF APPLICATION:
3.1. If the applicant is an individual, the application shall be signed by him above his full
typewritten name and current address.
3.2. If the applicant is a proprietary firm, the application shall be singed by the proprietor
above his full typewritten name and the full name of his firm with its current address.
3.3. If the applicant is a firm in partnership, the application shall be signed by all the
partners of the firm above their full typewritten names and current addresses or
alternatively by a partner holding power of the attorney for the firm. In the latter case a
certified copy of the power of attorney should accompany the application. In both
cases a certified copy of the partnership deed and addresses of all the partners of the
firm should accompany the application.
3.4. If the applicant is a limited company or a corporation, the application shall be signed by
duly authorized person holding power of attorney for signing the application
accompanied by a copy of the power of attorney. The applicant should also furnish a
copy of the Memorandum of Articles of Association duly attested by a Public Notary.
4. FINAL DECISION MAKING AUTHORITY: Vice Chairman, JDA reserves the right to accept or
reject any application and to annul the pre-qualification process and reject all applications
at any time without assigning any reason or incurring any liability to the applicants.
5. PARTICULARS PROVISIONAL: The particulars of the project given in Section-I are
provisional. They are liable to change and must be considered only as advance information
to assist the applicant.
6. SITE VISIT: The applicant is advised to visit the site of project at his own cost, examine it and
its surroundings, collect all information that he considers necessary for proper assessment
of the prospective assignment.
7. INITIAL CRITERIA OF ELIGILITY FOR PRE-QUALIFICATION: The term ‘Architect’ will mean
person who is registered with the Council of Architecture, India under the Architects’ Act
1972. If an application is submitted by a team, its leader shall be an ‘Architect’ and where
the application is submitted by a firm, at least one of its partners, shall be an ‘Architect’.
7.1. EXPERIENCE OF SIMILAR PROJECTS: The applicant should have satisfactorily completed
minimum two similar projects of Rs. 50 Crores each during the last ten years ending
31.03.2015 for Govt. / Semi- Govt. /Public Undertakings/ Reputed Private Organization.
The “similar work” means Planning and designing of Commercial and or Institutional
Building. For this purpose, “cost of project“shall mean gross value of the completed
project. This should be certified by an officer not below the rank of Executive
Engineer/Project Manager or equivalent.
7.2. ORGANIZATIONAL STRUCTURE: The applicant should have sufficient number of Technical
and Administrative employees for the proper execution of the project. The applicant should
submit a list of employees stating clearly how they would be involved in this project. The in-
house capability of the firm should be brought out clearly indicating the disciplines for
which the firm will need to appoint sub-consultants.
7.3. OVERALL EXPERIENCE: - The overall experience of the firm should not be less than 10 years.
This means that the firms should be in practice & providing consultancy services for a
minimum period of last 10 years. A list of the major and important work designed by the
firm since inception may be given in Form ‘C’.
8. Performance Security
8.1. The Successful Bidder shall for due and faithful performance of its obligations under
the contract provide to the Authority a performance security amounting to 10% (Ten
Percent) only of the Contract Price in the form of a Bank Guarantee from a Nationalized
Bank or Indian Scheduled Commercial Bank valid for the entire period of completion of
the assignment.
8.2. The Performance Security shall be provided within 15 days of issue of Letter of Award
by the Authority. The Performance Security shall be released to the Successful
Consultant after completion of the assignment as per provisions of the CONSULTANCY
Agreement.
8.3. In case the Successful Bidder fails to furnish the Performance Security within the
stipulated time as mentioned herein, the LOA shall stand void and Letter of Intent (LoI)
may be issued to the second highest Bidder.
9. EVALUATION CRITERIA FOR PRE-QUALIFICTION
9.1. For the purpose of pre-qualification, applicants will be evaluated in the following
manner:-
9.1.1. The initial criteria prescribed in Para 7.1 to 7.3 above in respect of experience of
similar type of projects completed, organizational structure and overall experience
will be scrutinized for determining the applicant’s eligibility for pre- qualification.
9.1.2. The technical proposals of applicants qualifying the initial criteria as set out in
para 7.1 to 7.3 above only will be evaluated by Quality and Cost Based Scoring
Method on the basis of details furnished by them as below :-
9.1.2.1. Experience of Similar Projects
(Refer Forms ‘A’, ‘C’ & ‘D’)
For two similar projects of Rs. 50 crores each completed during the last 10 years -
30 marks will be given. For each additional similar project of Rs. 50 crores designed
by the firm during its life time, 10 marks will be given subject to maximum of 20
marks for 2 additional works.
50 marks (maximum)
9.1.2.2. Organizational Structure
(Refer Forms ‘E’ & ‘F’)
The firms are expected to have in-house capability for a) Structural
Design, b) Electrical works, c) plumbing & water supply works, d)Air-
conditioning & HVAC Systems, Acoustics e) Fire-fighting & detection
works f) landscaping, g) Interior designs, h) other services like building
Automation system etc. 3 marks each for these eights disciplines will be
given. In case the firms do not have in- house capability for a particular
discipline and they require the services of an external sub- consultant
then only 1.0 marks each for such discipline will be given
24 marks (maximum)
9.1.2.3. Overall Experience
(Refer Forms ‘C’, ‘D’ & ‘E’)
A firm is expected to have an overall experience of minimum 10
years i.e. the firm should have been established & in practice for
the last 10 years. For each additional 5 years 3 marks will be
given subject to maximum of 9 marks (3 periods X 5 years) if
major works of Rs. 10 crore each & above are handled during
these periods. The works considered under this sub-head will be
excluding the similar works considered under sub-head (8.1.2.1)
9 marks (maximum)
9.1.2.4. Awards
If a firm has won award in any National/International level
competition for Architectural Designs/Planning, then it will be
given 17 marks (Max.) i.e., 10 Marks for one award, additional
4 Marks for second award and 3 Marks for third award. A
certificate from the organizing authority will have to be
produced by the firm in this regard.
17 marks (maximum)
Total 100 marks
To pre-qualify, an applicant must secure at least sixty percent marks in aggregate. The
authority however, reserves the right to restrict the list of pre- qualified
Architects/consultants to around 5 or more as deemed suitable by it.
9.2. Even though an applicant may satisfy the above requirements, he/she would be liable
to disqualification if he/she has :-
9.2.1. Made misleading or false representation or deliberately suppressed the
information in the forms, statements and enclosures required in the pre-
qualification document.
9.2.2. Record of poor performance such as abandoning project, not properly
completing the assigned project, or financial failures/weaknesses etc.
10. INFORMATION TO BE GIVEN IN THE REQUIRED FORMATS:
10.1. Applicant should furnish the following:
a) List of similar projects successfully completed since inception (Form – ‘A’)
b) List of the projects under execution or awarded (Form – ‘B’)
c) List of overall major/ important projects designed by the firm since inception (Form-
‘C’).
10.2. Particulars of completed projects and performance of the applicant duly
authenticated/certified by an officer not below the rank of Executive Engineer or
equivalent should be furnished separately for each project completed or in progress
(Form – ‘D’).
11. ORGANISATION INFORMATION: - Applicant is required to submit the following information
in respect of his organization (Form - ‘E’ & ‘F’).
a) Name & postal address, Telephone & Fax Number etc.
b) Year of establishment and commencement of practice.
c) Copies of original documents defining the legal status, place of registration and principal
places of business.
d) Name & Title of Architects, Engineers and Officers to be concerned with the project, with
designation of individuals authorized to act for the organization.
e) Information on any litigation in which the applicant was involved during the last five
years including any current litigation.
f) Authorization for employer to seek detailed references.
g) Number of Technical & Administrative Employees in parent company, subsidiary
company and how these would be involved in this work (Form – ‘F’)
12. LETTER OF TRANSMITTAL: - The applicant should submit the letter of transmittal attached
with pre- qualification document.
13. DESIGN SUBMISSION: - After evaluation of pre-qualification applications, a list of qualified
Architects will be prepared. Thereafter, the pre-qualified Architects will be invited to give a
presentation of their technical proposals and participate in the design competition based
Quality and Cost Based Selection (QCBS) System as stipulated in the RFP.
The Bidders are expected to submit detailed presentation for the following Technical
Contents (25 Marks each; Total Marks: 100) for the Project:
1. Concept Development by the Consultant, Innovative Ideas on the Design, Aesthetic
Appeal.
2. Design Basis, Material Specifications and Feasibility
3. Quality and Compliance to Design Standards.
4. Implementation Schedule including Marketing Aspects
14. EVALUATION CRITERIA FOR BIDS (TECHNIAL AND FINANCIAL PROPOSALS): - The technical
proposals of applicants qualifying the initial criteria as set out in para 7.1 to 7.3 above only will
be evaluated by Quality and Cost Based Scoring Method on the basis of details furnished by
them as below :-
14.1 The criteria for evaluation of Consultants is set out in this RFP.
14.2 As part of the evaluation, the Proposal/s shall be checked for responsiveness with the
requirements of the RFP and only those Proposals which are found to be responsive would
be further evaluated in accordance with the criteria set out in this RFP document.
14.3 The Proposal would be considered to be responsive if it meets the following conditions:
a. It is received / deemed to be received by the Bid Due Date including any
extension thereof.
b. It is signed, sealed and duly marked as stipulated in the RFP.
c. It contains all the information, documents and certificate(s) as requested in the
RFP and also contains information in formats specified in this RFP.
d. It complies with the requirements.
e. It mentions the validity period as set out in the RFP.
f. It provides information in reasonable detail. (“Reasonable Detail” means that,
but for minor deviations, the information can be reviewed and evaluated by the
Authority without communication with the Consultant). Authority reserves the
right to determine whether the information has been provided in reasonable
detail or not.
g. There are no inconsistencies between the Proposal and the supporting documents.
A Proposal that is substantially responsive is one that conforms to the preceding
requirements without material deviation or reservation. A material deviation or
reservation is one:
h. which affects in any substantial way, the scope, quality, or performance of the
Project, or
S. No. Contents Marks
1. Technical Presentation before the Experts
Committee on the proposed Work Plan and
Methodology for the Project
100
TOTAL
100
i. which limits in any substantial way, inconsistent with the RFP, Authority’s rights or the
Consultant’s obligations under the CONSULTANCY Agreement, or
j. which would affect unfairly the competitive position of other Consultants presenting
substantially responsive Proposals.
The Bids/Proposals shall be evaluated in terms of criteria as described below:
Evaluation Methodology
A. Technical Presentation Proposal: - Consultants shall be awarded marks out of 100 on
the basis of the Technical Presentation as per parameters listed in Annexure 1.6.
B. Financial Proposal: - The Proposal with the lowest price as per the Financial Proposal
format will be awarded 100 points. The total score shall be out of 100. Financial scores (Sf) of
other Consultants shall be inversely proportional to their quoted prices. The Formula used to
calculate the financial scores will be:
Sf = 100 x (Fm)/ (F)
Where
Sf = the Financial Score
Fm = the price of the lowest priced proposal.
F = the price of the proposal under consideration.
Weightage for Technical and Financial Proposal: The Technical Presentation marks would carry
a Weightage of 70% and the Financial Proposal would carry a Weightage of 30%.
Proposals will finally be ranked according to their combined Technical Presentation (ST) and
Financial Proposal (SF) scores using the weights as mentioned above.
Total score will be worked out by adding the weighted marks of Technical Presentation and
Financial Proposals
S = St x 70% + Sf x 30%
Where
S= Combined Score of the Consultant
ST = the Technical Score
SF = the Financial Score
Consultant whose combined score (S) is the highest will be invited for negotiations.
1.1 Authority reserves the right to reject any Proposal, if:
a. at any time, a material misrepresentation is made or discovered; or
b. the Consultant does not respond promptly and diligently to requests for supplemental
information required for the evaluation of the Proposal.
1.2 Authority will notify the Successful Consultant through a Letter of Award (LOA) that its
Proposal has been accepted.
1.3 The Successful Consultant shall execute the CONSULTANCY Agreement in line with the
scope specified within (30) thirty days of the issuance of LOA or within such further time as
Authority may agree to in its sole discretion.
1.4 The Successful Consultant shall also furnish Performance Security amounting to 10% of
the Contract Price, by way of an irrevocable Bank Guarantee, in favour of Vice Chairman, JDA,
as required within 15 days of the issuance of the LOA and as a precondition to the execution of
the CONSULTANCY Agreement.
1.5 Failure of the Successful Consultant to comply with the requirements of Clause 1.4
above shall constitute sufficient grounds for the annulment of the LOA, and forfeiture of the
Bid Security. In such an event, Authority reserves the right to
a. either invite the Consultant with the second highest score
or
b. take any such measures as may be deemed fit in the sole discretion of Authority,
including annulment of the bidding process.
1.6 Notwithstanding anything contained in this RFP, Authority reserves the right to accept
or reject any Proposal, or to annul the bidding process or reject all Proposals, at any time
without any liability or any obligation for such rejection or annulment, without assigning any
reasons therefore.
15. AWARD CRITERIA
15.1 The employer reserves the right, without being liable for any damages or obligation to
inform the applicant to
a) Amend the scope and value of project to the applicant.
b) Reject any or all the applications without assigning any reason.
15.2 Any effort on the part of the applicant or his agent to exercise influence or to pressurize
the employer would result in rejection of his application. Canvassing of any kind is
prohibited.
16. FINANCIAL PROPOSAL: - The intending tenderer shall quote a Lump Sum amount for his
professional fee for the complete assignment as per terms and conditions of the RFP
Document.
17. Fee / Charges
17.1. The professional fee to be quoted in the financial proposal should include but
not limited to: -
17.1.1 All costs for completion of assignments as described in the RFP.
17.1.2 All costs covering visits to site for preparation of tender documents.
17.1.3 All costs for visits during presentations and bid evaluation by JDA at Jammu upto
Letter of Award Stage.
17.1.4 All costs for preparation of Drawings, Documents and Specifications during
construction period and for completion of the assignment.
17.1.5 All Taxes and duties including service tax etc. as statutory deductions to be made
from the Consultant’s Bills.
The selected Consultant shall also be required to visit site to attend Site Co-ordination
Meetings during construction of the project, on specific request by Engineer-in-charge, and
shall be paid a fixed amount of Rs. 10,000/- (Rupees Ten Thousand) only per visit to cover the
cost of To and Fro Travel upto site, boarding and lodging charges etc.,
17.2. The rates provided in the Schedule of Quantities and Prices should remain firm
till completion of the Project in all respects. No escalation due to any reason
whatsoever during the currency of the Contract shall be payable.
17.3. Unless otherwise specifically provided in the Contract, the rate/fee/charges
provided in Schedule of Quantities and Prices shall be deemed to include cost, charges
of all the items of work stipulated in Scope of Works 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)
Any statutory payments / fees to Govt. / local authorities of Government of Jammu and
Kashmir for obtaining statutory clearances of works covered in the scope shall be paid by
Jammu Development Authority.
18. MODE OF PAYMENT: - The selected consultant/architect shall be paid Professional Fee as
per stages given in the Mode of Payment described hereunder: -
MODE OF PAYMENT
S. No. Description of Stage Fee Payable
1. On Submission of Concept Drawings incl. Site Plan, 3D
Views supported with design brief and MEP Services Report
and Preliminary Cost Estimates.
10% of total
professional fee.
2. On Submission of Drawings and details as required for
submission of Building Permission Case to the Local
Statutory Authority.
05% of total
professional fee.
3. On submission of Tender Documents incl. Specifications,
Tender Drawings, BOQs (Priced and Unpriced).
15% of total
professional fee.
4. On submission of Detailed architectural working drawings
and details during construction stage (To be paid on
prorate basis).
25% of total
professional fee.
5. On submission of MEP Services drawings and details during
construction stage (To be paid on prorate basis).
25% of total
professional fee.
6. On checking and approval of Shop Drawings of MEP
Services during construction stage (To be paid on prorate
basis).
10% of total
professional fee.
7. Checking and approval of As-Built Drawings and Inventory
during handing over after virtual completion of the Project.
10% of total
professional fee.
19. Arbitration
19.1 Except as otherwise provided, 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.
The disputes or differences shall be settled in accordance with Arbitration and Conciliation
Act, 1996 and the Sole Arbitrator shall make a speaking award.
19.2 Arbitration proceedings shall be held at Jammu and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
English.
19.2.1 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.
19.2.2 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.
19.2.3 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.
20. Compensation for delay in completion of the work/services: - If the Consultant fails to
complete the items/group/sub-group of work/services under this Contract by the periods
stipulated in Schedule “C” 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 of ½% 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, however, be limited to a maximum of 5% of the Contract
Sum. Compensation for delay will be applicable on non-achievement of the milestones
specified in Schedule “C”.
21. Time for Completion/period of Contract: 30 Months (Thirty Months) for entire
works/services under scope of work of this Contract.
22. Major milestone for work/services to be rendered by the Consultant/Architect &
compensation for delay.
Schedule “C”
S.
No.
Description Period of
completion
Compensation for delay
ARCHITECTURAL, STRUCTURAL & SERVICES WORKS
1. On Submission of Concept
Drawings incl. Site Plan, 3D
Views supported with design
brief and MEP Services Report
and Preliminary Cost Estimates.
Within 30 days
after issue of
LOA.
½% (Half percent) of the Contract
Price per week or part thereof
subject to the maximum of 5%
(five percent) of Professional Fee
due at that stage.
2. Submission of Drawings and
details as required for
submission of Building
Permission Case to the Local
Statutory Authority
Within 15 days
after approval of
(1) above.
½% (Half percent) of the Contract
Price per week or part thereof
subject to the maximum of 5%
(five percent) of Professional Fee
due at that stage.
3. Submission of Tender
Documents incl. Specifications,
Tender Drawings, BOQs (Priced
and Unpriced).
Within 30 days
after approval of
(1) above.
½% (Half percent) of the Contract
Price per week or part thereof
subject to the maximum of 5%
(five percent) of Professional Fee
due at that stage.
4. Submission of Detailed
architectural working drawings
and details during construction
stage.
Matching with
the Project
Construction
Schedule.
½% (Half percent) of the Contract
Price per week or part thereof
subject to the maximum of 5%
(five percent) of Professional Fee
due at that stage.
5. Submission of MEP Services
drawings and details during
construction stage.
Matching with
the Project
Construction
Schedule.
½% (Half percent) of the Contract
Price per week or part thereof
subject to the maximum of 5%
(five percent) of Professional Fee
due at that stage.
6. Checking and approval of Shop
Drawings of MEP Services during
construction stage
Within 10 days
after submission
by the respective
agencies.
½% (Half percent) of the Contract
Price per week or part thereof
subject to the maximum of 5%
(five percent) of Professional Fee
due at that stage.
7. Checking and approval of As-
Built Drawings and Inventory
during handing over after virtual
completion of the Project.
Within 30 days
after submission
by the respective
agencies.
½% (Half percent) of the Contract
Price per week or part thereof
subject to the maximum of 5%
(five percent) of Professional Fee
due at that stage.
23. Laws Governing the Contract: - This Contract shall be governed by the Indian Laws for the
time being in force as applicable in the state of Jammu & Kashmir. All matters arising out of
or in connection with this Contract shall be subject to exclusive jurisdiction of courts at
Jammu only.
Section - III
LETTER OF TRANSMITTAL
The Superintending Engineer,
Jammu Development Authority,
Vikas Bhawan, Rail Head Complex, Jammu 180 006
SUBJECT: Submission of Pre-qualification application for the SELECTION OF
ARCHITECTS/CONSULTANTS FOR CONCEPTUAL PLANNING, ARCHITECTURAL AND ENGINEERING
SERVICES INCLUDING DETAILED PROJECT REPORT AND FEASIBILITY STUDY FOR CONSTRUCTION
OF BIRPUR PLAZA IN JAMMU, JAMMU AND KASHMIR, INDIA
Sir,
Having examined the details given in Press-Notice and pre-qualification document for the above
project, I/we hereby submit the pre-qualification document and other relevant information: -
1. I/we hereby certify that all the statements made and information supplied in the enclosed
forms ‘A’ to ‘F’ and accompanying statements are true and correct.
2. I/we have furnished all information and details necessary for pre-qualification and have no
further pertinent information to supply.
3. I/we also authorize Superintending Engineer, JDA to approach individuals, employers firm
and Council of Architecture to verify our competence and general reputation.
4. I/we submit the required documentary proof of Registration with Council of Architecture.
5. I/we submit the following certificates in support of our suitability, technical know- how and
capability for having successfully completed the following projects along with prescribed
format.
Name of Project Certificate from
Enclosures
Signature(s) of Applicant(s)
Seal of Applicant
Date of submission
22
FORM ‘A’
DETAILS OF SIMILAR PROJECTS COMPLETED DURING LAST TEN YEARS ENDING 31.12.05
Sl.
No.
Name of
project &
location
Owner or sponsoring
organization
Cost of project
in crores
Date of
commencement
as per contract.
Stipulated date of
completion
Actual date of
completion
Name & address/
telephone No. of Officer to
whom reference may be
made
Remarks
1 2 3 4 5 6 7 8 9
Signature of Architect/Consultant
FORM ‘B’
PROJECTS UNDER EXECUTION OR AWARDED
Sl.
No.
Name of
project &
location
Owner or
sponsoring
organization
Cost of project
in Crores
Date of
commen-
cement as per
contract.
Stipulated date of
completion
Up to date
percentage
progress of project
Slow progress/ if any
and reasons thereof
Name & address/
telephone No. of
Officer to whom
reference may be
made
Remarks
1 2 3 4 5 6 7 8 9 10
Signature of Architect/Consultant
FORM ‘C’
LIST OF OVERALL MAJOR/ IMPORTANT PROJECTS DESIGNED BY THE FIRM SINCE INCEPTION
Sl.
No.
Name of project &
location
Owner or sponsoring
organization
Cost of project
in Crores
Date of
commencement
as per contract.
Stipulated date of
completion
Up to date
percentage
progress of
project
Slow
progress/ if
any and
reasons
thereof
Name &
address/
telephone
No. of Officer
to whom
reference
may be made
Remarks
1 2 3 4 5 6 7 8 9 10
Signature of Architect/Consultant
25
FORM ‘D’
PERFORMANCE REPORT OF PROJECTS REFERRED TO IN FORM ‘A’, ‘B’ & ‘C’
1) Name of Project & Location
2) Agreement No.
3) Estimated cost
4) Tendered cost
5) Date of commencement
6) Date of completion
a) Stipulated date of completion
b) Actual date of completion
7) Amount of compensation levied for delayed Completion, if any
8) Performance Report
a) Quality of work Excellent/ Very good/ Good/Fair
b) Financial Soundness Excellent/ Very good/ Good/Fair
c) Technical proficiency Excellent/ Very good/ Good/Fair
d) Resourcefulness Excellent/ Very good/ Good/Fair
e) General behavior Excellent/ Very good/ Good/Fair
Dated: Employer
FORM – ‘E’
ORGANISATIONAL STRUCTURE
1) Name & Address of the applicant with Telephone No. /Fax No.
2) a) Year of Establishment
b) Date & year of commencement of practice.
3) Legal status of the applicant (attach copies of original document defining the legal
status)
a) An Individual
b) A proprietary firm
c) A firm in partnership
d) A limited company or Corporation
4) Particulars of registration with various Government bodies (attach attested photo-
copies)
Organization/Place of registration Registration No.
i.
ii.
iii.
5) Names and Titles of Architects, Engineers and officers working in the Organization.
6) Designation of individuals authorized to act on behalf of the organization.
7) Has the applicant or any constituent partner in case of partnership firm, ever been
debarred/ black listed for competing in any organization at any time? If so, give
details.
8) Has the applicant or any constituent partner in case of partnership firm, ever been
convicted by a court of law? If so, give details.
9) In which field of Architecture the applicant has specialization and interest?
10) Does the applicant have any specialization in the field of Planning & Design related to
Commercial Complexes and IT and Technology Parks? If so, give details.
11) Any other information considered necessary but not included above.
Signature of Architect/Consultant
27
FORM ‘F’
DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE DEPLOYED FOR THIS PROJECT.
Sl. No. Designation Total No.
No. available for
this project
Name Qualification
Professional experience and
details of project carried out
How they would be
involved in this project
Remarks
1 2 3 4 5 6 7 8 9
Signature of Architect/Consultant