Uttar Pladesh Rajkiya Nirman Nigam Ltd. - · PDF file · 2015-12-31Uttar Pladesh...
Transcript of Uttar Pladesh Rajkiya Nirman Nigam Ltd. - · PDF file · 2015-12-31Uttar Pladesh...
Uttar Pladesh Rajkiya Nirman Nigam Ltd.
(U. P. GOVT. UNDERTAKING)
MODEL AGREEMENT
FOR
'- (Construction Supervision and Quality Control)
P.M.C
' . ..... . --::---.. . -
'-· ;~~:-~:-L~~ ---=---:: - ·~- -- -· -.. •{,.-~ .
. '
Agreement
(To be executed on appropriate stamp papers)
Agreement No fMC.
This agreement for Construction Supervision and Quality Control (CSOC)/Consultants
at .............. is made on the ......... day of the month .... ...... of Year Two Thousand
fourteen Between on one hand, The Managing Director, UPRNN Ltd, Vibhuti Khand,
Gomti Nagar, Lucknow acting through his duly authorized representative Unit in charge
. . . . . . . . . . .. . .. . . . .. . . . . . . . . . and on the other hand. M/s . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . the
construction Supervision and quality control consultant which expression shall , unless
repugnant to the extent, be deemed to include its successors and assigns for executing
the construction supervision and quality control consultant for the project
........................ of UPRNN Ltd. by M/s .. . .. . . .. . . . . . .... ... ... .. . . .. . .. ... .. at total
consultancy fee of ........ % of actual cost of work.
WHEREAS
a. UPRNN has requested the Construction Supervision and Quality Control (CSQCVf.lY\_C.
Consultants (herein after called the "Consultant") to provide Construction
Supervision and Quality Control (CSQC) services as defined in the conditions of
the document. (Part of th is agreement). M~b b,·o~ "'- 04 P · M · C'
b. the Consultant submitted its proposal for the aforesaid work. whereby the
Consultant represented to UPRNN that it had the required professional skills, and
in the said proposals the Consultant also agreed to provide the Services to the
UPRNN on the terms and conditions as set forth in this Agreement .
The fo llowing documents attached l1ereto shall be deemed to form and integral part
of this contract :
1. Letter of empanelment for Constru~ction Supervision and Quality Control 1(CSOC)/ /'MC.
Consultants.
2. Letter of acceptance of consultancy and consultancy fee of said work.
3. Letter of award of work of consultancy from UPRNN.
4. Performance guarantee submitted.
5. CV of proposed key· staff.
1. INTRODUCTION
UPRNN Ltd. was established by UP state governmeht ln 1975 with an objective to
construct the buildings with economy, quality and speed.
1.1 UPRNN has taken up construction works in Uttar Pradesh and other state throughout
India.
1.2 In order to strengtl1en and coordinate the construction of various types of buildings like
Hospitals, Medical colleges, Engineering colleges. Institutional buildings, residential
buildings etc .. UPRNN intends to utilize services of Construction Supervisor and Quality
Control (CSQC) I Project Management consultants.
2. OBJECTIVES
The mai·n objective of appointing a Construction Supervision and Quality Control
(CSQC)/ t'6~sultants is to assist the UPRNN in maintaining the highest quality
standards with reference to approved manuals/BIS codes/prevai ling relevant
international standards/best building construction practices by independent team of
experts at various stages of construction.
3. SCOPE OF WORK
3.1 Broad Scope of Wotk for Construction Supervision and Quality Control (CSQC)/f'MC
Consultants :
(a) The Supervision and Quality Control Consultant shall be responsible for entire
project quality management including day to day supervision of execution of
construction works at site through contractors, quality control, taking
measurements preparation/checking and certifying contractor's bil ls and
coordination with the appointed consultants and handing over the completed
works of UPRNN or its designateq agencies on its completion.
(b) Running Account bill prepared.by contractor shalt be fully checked and verified
by CSQC and will be submitted to UPRNN as per the prescribed procedure for
payment and necessary action.
(c) The Supervision and Quality Control Consultant sha ll also carry out scrutiny of
technical audit reports, drawing, designs. estimates, site survey, soi l
investigatio.n, design of internal and external services. Sanitary, plumbing, ... --------
. . ........ _
drainage, water supply and sewerage, internal roads, electrification works etc, as
the case may be.
(d) The Supervision and Quality Control Consultant shall be fully responsible for
quality and quantity of work/execution of work.
(e) The consultant will be responsible give consultancy for taking approvals from
statutory bodies i.e. approval of drawings by local development authorities, Fire
clearance from Chief Fire Officer and environmental clearance.
3.2 Detailed Scope of Work
a. Coordination with respect to the Architectural and engineering designs prepared
by the consu ltant, regarding its implementation. project planning & site data
collection etc.
b. Prepare detailed PERT/CPM charts, analysis of various project related activities
with reference to time frame, resource allocation & scheduling etc using latest
techniques including developing MIS and software for approval.
c. The Supervision and Quality Control Consultant shall develop a Project Schedule
that coordinate and integrates the design efforts/schedule with construction
schedules; update the project schedule incorporating a detailed schedule for all
activities of the project.
d. The Supervision and Quality Control Consultant shall exercise perform all the
duties, liabilities, functions and obligations as laid down with reasonable skill ,
care and diligence and also ensure that the works are executed at site strictly as
per the approval granted by UPRNN I concerned local authorities, the terms and
conditions of the Contract Agreement entered between UPRNN and the
respective contractors within the given time frame & budget provisions.
e. Cropping up of Extra items/substituted items and deviations should strictly
be avoided. However, in unavoidable circumstances extra items/ substituted
items, deviation the necessary statement duly supported by justification and
analysis of rates shall be submitted by the Project Management Consultants as
per formats approved by IJPRNN along with Consultant's recommendatio.ns for
extra/substituted items. The Supervision and Quality control Consultant should
ensure that the case is put up for UPRNN's approval early enough so that in no
case construction work suffers on this account.
f. Complete day to day supervision of contracted building and development work
ensuring quality management in accordance with tender stipulations,
~ ... - ..-..,-....---..,...----·-- ----- ---- ----· ________ ::\,,A''""""'Q"'..__ ... _ ~_..,....- _ _,
; ' r
specifications, drawing and site conditions. The quality management wil l be
exercised at all stage of construction, viz approval of materials, inspection of
equipment, usage thereof in proper proportions and workmanship at all stage of
execution of individual items of work.
g. Ensure proper establishment of field laboratories/quality control equipment on
site by the contractor to conduct test of materials/mixes being used for
construction such as cement, steel, bricks, mortars, concretes etc. Essential
gauges, instrument etc. should be calibrated periodically. The supervision and
Quality control consultant shall . maintain necessary site records and obtain data
in support of the same. They shall carry out field and laboratory tests as and
when required on materials of construction. List of mandatory testing of material
consultant shall ensure that those of all contractors, subcontractors and suppliers
employed on the project comply in full with these objectives and priorities and as
specified in the specifications, reports of test results to be submitted fulfilling the
requirements of this contract as defined.
h. Suggesting modifications, if any due to site conditions and submit the recommendations
along with cost variations on account of the same to UPRNN for approval.
i. Ensure regular and timely flow of working drawing from respective
consultants/instructions so as to complete the works without any delay on acccun, of the
same
j . Verification and recommendation for payment by UPRNN of contractor's periodi::: or stage
wise bills for the work done and material/plant advance recording joint measurement of
work and certificate of the bills that the work is in accordance with the design, quality etc.
and maintain necessary site measurement records and other site records which are
made available to UPRNN for verification/authentication if required by UPRNN.
k. Monitoring progress by using modern methods of control such as computerized
PERT/CPM, submission of progress reports of work executed month:y to the
concerned General Manager of UPRNN. Both financial and physical progress
reports with reference to prefixed target will be prepared in the approved MIS.
Constant review of progress wijhin present time and cost parameters will have to
be done. The consultant will have to suggest improvements from time to time.
Consultants shall inform UPRNN of the progress of the project vis-a-vis
PERT/CPM control on a fortnightly basis.
I. Co-ordination with other agencies like State Electricity Board, other local
authorities, . etc. which may be expected to working in the same area.
,.. .. ,,..
m. In case certain additional works are required to be carried out for obtaining
approval of statutory bodies or to make the completed works/areas operational .
the consultant. on obtaining the approval from UPRNN shall ensure the complete
of the same before handing over the said completed works to UPRNN, or to its
appointed maintenance agency or to allotee /occupant authorized by UPRNN.
n. The Supervision and Quality Control Consultant shall keep UPRNN apprised of
any delays, keep a hindrance register indicating all details of all such delays
which wi ll also be furnished with recommendation for approval of UPRNN for
grant of extension of time by UPRNN to contractors.
o. Obtain and submit all the records from the concerned Architectural, Structural
and other services consultant and the records of any changes made in the works
during the progress of works and submit completion reports and completion
drawings for the project, prepared by the contractor/consultant incorporating all
such changes. duly authenticated as required for obtaining
"Completion/Occupancy certificate" from statutory authorities, wherever required.
p. Obtain certification and submit "As Built Drawing" prepared by the contractor at
an appropriate scale indicating the details of building, structure and services duly
authenticating.
q. Verification of work on its completion and issuing complet•on certificates for the
completed works, so as to enable UPRNN to record completion of the works.
r. Verification by taking and recording joint measurements with the appointed
supervision and quality control consultants, bill to be submitted by the
contractors, process, certify and recommend as per the terms and condition of
the contract agreement for release of final payment by UPRNN
s. Supervision and Quality Control Consultants shall also submit necessary
information as required by UPRNN for finalization of accounts and commits to
continue till the accounts are finalized at agreed upon terms.
t. The completed works shal~ be certified by the Supervision and Quality Control
Consultants along with the necessary documentation in before handing over of
the project to UPRNN. Consultant shall also promptly attend to any defects/
deficiency noticed in the completed works within the scope of work of execution
by UPRNN without demur and will ensure completed the works and handed over
properly.
u. The consultant will supervise the execution of work so as to ensure that all the
work is carried out in accordance with tender I contract specifications and
drawings. The consultant will maintain check lists for the major items and will
record observations made during each inspection. Any deviation made other than
from accepted specifications and drawings during construction will be recorded
during full time site supervision works. Consultant will ensure that all the material
to be used in the works are tested as per the requirements given in the
specifications and relevant latest IS codes I norms. The consultant will also
maintain proper record of the various test reports and will ensure the use of
material after proper testing has been done and recorded there on.
v. The consultant shall keep and maintain a defect register. In case any defect is
found in the work carried out by the contractor, consultant wilt record them in
defect register and ensure that the defect is rectified as per the specification.
w. Submission of detailed inspection report to Unit in charge of the said work of
each visit with details of item tested. The inspection report would include
substandard work if any, remedial measures or suggestions to improve the
quality standard as per site condition. The report will also include tests carried
out of materials under use as per the quality standard fixed for project and also to
check if the materials and product were being regularly checked I tested and
properly recorded.
x, To check vertical and horizontal alignment of the buildings as per drawing and
also to coordinate with architectural consultant to prepare post construction I as
built drawings.
y. Informing the daily I weekly reports of quality checks in set performa to UPRNN
and periodically follow up for correction/ remedial measures.
3.3 Report and MIS
The Consultant will prepare and submit the foll.owing reports to the concerned General
Manager of UPRNN on the fortnat prepared by the Consultan: and approved by the
Employer.
-- ·-S.No Report Frequency Due date/ time No. of copies
15 days after 1 Inception Report One Time commencement of 5
services _J_ ________ - ··-·--~----- - ··-·
·'-"
I
Labourand site 2 material checking Every day Every day __ I 2
Report -- ----
3 Progress Report Fortnightly By 1 sr & 1 5th of every month 2 -·--
4 Final Report One Time Within 15 days of Completion of
5 Project I work
-
4. Manpower Deployment
4. ·1 The following would be the requirement of technical and managerial manpower, which wi ll be
d eployed by CSQC agency for project management and supervision work: , --· MANPOWER TO BE DEPLOYED FOR DIFF. TYPE OF PROJfCTS
S. Type of Reqd. qualification D c B A -~-------· 1----...---- - Above- Above - -
No. Personnel & experience Above AbJve Above UPTO Above
2Cr.TO SCr.TO 20Cr.TO 50Cr.TO 100Cr.TO 02 Cr. 200Cr.
05 Cr. 20Cr. 50Cr . 1GO Cr. 200Cr. - ·-
Project Degree in Civi l
1 Engg. + 15 yr exp/ 'h 1 ' 1 2
Manager I I I
Reld Ex. Eng
~ y, --'--,_1 I ___ __!
---r- Degree in-Ci~il ----- -I Sr. Project
I I
2 Engg. + 10 yr exp/ 2 Engineer
Retd Asst. Eng.
Design Degree in Arch . I I 3 Civil Engg. + 5 yr ·t /3 Yi I 1 1
Engineer I I exp I
-- -- ---,-..------1 --Electrical Degree in Elec.
4
I 1/3 1h 1 1
Engineer Engg. + 3 yr exp -----
5 I Safety Degree in Engg. + 3
1/3 1/3 'h 1h 1 Engineer yr exp
--1 --t---- -- --Plumbing Degree in Civil I
6
I 1/3 % 1 1
Engineer Engg. ·t· 3 yr exp - -
7 Project Degree in Civil
Y2 1 1 1 2 3 Engineer Engg + 3 yr exp
. - --·1-~ Constn Diploma in Civi l ·--,--
8 % 1 2 2 I 3 · 4 · 6
Supervisor engg. + 5 yr exp L_I ____ 4.2 For projects which require manpmver in fractions. manpower deployment can be clubbed
for more than one project, or the deploym~nt can be for limiteci duration. to make it
feasible and economica l.
4.3 For ease of deployment , consL1ltants would generally be allotted projects ;n contiguous
areas/ districts . so that logistical arrangement and movement of manpower is faci litated.
4.4 The consultant will i::nsure full time preser.ice of safety engineer and wfll ensure safety
precautions as per rule s and standard practice for the project costing more than100 Cr.
--~-- --
\ -
And for projects less than 100 Cr. Safety engineer shall be required as and when
required . It will be responsibi lity of Safety engineer to watch and suggest day to day
labour safety, Fire safety, Electric safety mechan.ism etc. at work site.
4.4 The minimum salary of above personnel deputed at work should get minimum salary as
below:
Tyee of Personnel ·- Salary~month
Construction Supervisor Rs.15000
Project Engineer (C ivil), Project Engineer (Elec.) , Rs. 30000 Safety Engineer, Plumbing Engineer
Design Engineer Rs. 35000
Sr. Project Engineer Rs. 50,000 to 60,000
Project Manager Rs. 70,000 to 1,00,000
4.5 In case it is needed to render the services of above personnel, it will be paid as per
actual mentioned at point no 4.4 plus 25% (which wi ll include 7.5% overhead + 7.5%
profit+ 10% intellectual and professional fee) including Service Tax.
4.6 Manpower can be adjusted I reduced in consultation with Engineer - in charge and same
will be adjusted from fees as mentioned at point no 4.4.
4.7 Consultant firm must have put up minimum following equipments at site:
1. Survey instrument including total station 01 Set
2. Sieves of all sizes including sieve shaker and balance 02 Set
3. Compressive strength testing machine 01 Set 4. Cement testing equipment 01 Set
5. Core cutting machine 01 Set 6. Cube mould (Six nos. in one set) 02 Set 7. Slump measuring Apparatus 04 Set 8. Ultra Sonic Pulse Velocity meter 01 Set 9. Rebound hammer 02 Set 10. Leak detection equipment 01 Set 11. Moisture meter 01 Set
12. A ny other specialized item/ service reqd . for project accord ing to scope of work .
4.8 The consultant shall provide sufficient number of technical staff for checking and day to
day quality control of the work at site.
..... _
4.9 The consultant shall also provide sufficient technical staff for giving layout. its checking,
checking requirement of materials. testing of material confirming to approved
specifications and relevant latest IS codes accepted standards. Submission of weekly,
fortnightly and monthly quality and progress reports as the case may be.
4.10 The tests which cannot be conducted in site laboratory shall be got conducted by IIT I
CBRI I NIT or any recognized Govt. Engg college approved by the UPRNN I client on
the cost of contractor or UPRNN as the case may be.
4.11 Visit by technical experts from I IT I CBRI I NIT or any recognized Govt. Engg college
approved by the UPRNN I cl ient shall be conducted once every month on behalf of
consu ltant. Expenses for such inspection shall be borne by the consultant.
4.12 The frequency of site test I lab test will be conducted by the consultant as per UPPWD
norms/ standard practice.
General :
The Consultant shall employ and provide such qualified and experienced Personnel
approved and agreed by the UPRNN, to carry out the Services. The Consultant shall
also bind his Personnel to the confidentiality of the Services performed by them
under this Consultancy Contract.
Removals and/or Replacement of Personnel(s):
If the Officer-in-charge UP RN N finds that any of the Personnel has committed
serious misconduct or has been charged with having committed a criminal action or
has reasonable cause to be dissatisfied with the performance of any of the Personnel,
then the Consultant shall, at the written request of UPRNN specifying the grounds
therefore, forthwith provide as a replacement a person with qualifications and
experience acceptable to UPRNN. Failure to do so shall be construed to be a default
for which UPRNN can terminate the Consultancy Contract.
5. Inspection
Schedule of Inspection
Consu ltant wil l ensure his presence at site during all construction operations ~
irrespecti ve of day/night or off days as per rcqu i rcmcnt of the projec t.. The Schedule or Inspecti on by Team lender/ Specialist shall be develor ed based on the work programs
adopted by UPRNN, which w ill be reviewed on a regular basis. The Consultant w i ll
adhere to this program along with frequent surpri se checks depending upon the job.
' ..
6. Commitments of UPRNN
UPRNN will provide leadership support. including according administrative and financial approvals as
and when required. UPRNN will also provide necessary leadership inputs to ensure coordination
among the various agencies working with it.
Free but limited access essentially required for fulfilling ihe obligations under the contract wil l be
provided to peruse all the records of the project work like estimates, designs. tenders. agreements
and all related correspondences from the concerned administrative departments of Govt. of U.P.
Free access will be provided to the project work si te for carrying out inspections, testing and all
related activities and to the entire documents relevant to the project for carrying out all t11e
obligations as per the scope of the contract.
Free access will be provided to all the quality control labs of the contractor for carrying out tests and
perusal of all records pertaining to the project.
Authority for direct correspondence with regulatory bodies/authority etc shall be extended as and
when required .
UPRNN will provide sufficient space at site to establish office and quality control lab free of cost to
the consultant
1.0 Financial
Payment Basis, Mechanism and Penalties 7.1 The upper ceiling of fee payable for Consultancy shall be 0.50% (including Service tax, Cess) on
actual cost or subjected to approval. For wl1icl1 consul tancy services t1ave to te rendered as per
scope of the project.
The payment will be made after getting approval from concerned General Manager (Zone) .
7.2 The fee payable will be@ ******* % (including service tax) as per comparative chart prepared on
the basis of f_inancial bids I negotiable fee. The fee will be calculated on actual cost of work for wh ich
the services of pmc will be rendered by the consultant.(calculated as per Para under Actual cost of
work in the contract)
7.3 The payment of fee to be made to consultants would be largely based on their performance and
progress rnade on project. • ·'
The details as below explains the payment of mechan ism and timelines:-
1. The 90% payment will be made on quarterly basis to the consultant calculating @ *""**'"* %
fee (as per clause no-7.2) of the amount of bills prepared and submitted till that date by
UPRNN /Sub contractor .
2. The balance 10% s~1all be released after satisfactory completion and after clefect liability
period of the project.
-
3. If t imelines get extended beyond contract period, the firm is not entitled for any
extra claim for extended period. Also no reduction in quoted fee shall be done by
UPRNN for early completion of project.
4. If the actual strength of deployed staff is less than the prescribed staff as
per clause No. 4.1, the deduction as per clause No. 4.4 above shall be made
from the d ue b ill of the consultant.
UPRNN shall not be responsible for providing any financial support except above
mentioned fee . Any other expenditure like travelling, staying, communication, boarding
and lodging etc. for the consulting team stationed at Project Site/other places shall have
to be borne by the consultant itself.
In case of non-compliance of contract clauses and poor performance of the
team, a penalty of up to 10% of the consultancy fee shall be levied on the consultant.
Penalty shall generally be levied for following, but not limited to these only, kind of poor
performance:
a. Deficiency in deployment of manpower as per scope of work
b. Poor quality of work execution
c. Delay in submission of monthly RA bills
d. Delay in project execution/completion
e. Non-compliance of different clauses of scope of work
OTHER GENERAL CONDITIONS
1. The percentage fees as agreed under the contract sha ll remain fixed and valid till
completion of the project.
2. First payment will be made after achieving minimum 10% Physical progress in
works as per agreement.
3. Deductions on account of Income Tax and any other taxes/cess/duties as
applicable under law shall be made by the UPRNN, upon payment of fees or any
other payments whatsoever to the consultant.
4 . Running payment shall be made on the basis of value of work done as finalized
by the UPRNN.
5. Nothing extra will be payable on account of stoppage/hindrance of the work due to
the enforcement of security measures/ emergency I Natural calamity conditions.
6. Idle Claim: No claims from the Consultant will be entertained on account of idle
work force: non-use of facilities due to stoppage of work , unprecedented rain. '
storm or any other unforeseen circumstances. Consultant may withdraw the
staff after getting written approval of UPRNN till the revival of work.
7. Mode of Billing & Payments: Billing and payments in respect of the services
performed by the consultant shall be made as follows:
The payment to the Consultant will be made quarterly. Consultant shall submit
his periodical bil l in triplicate along with attendance (as verified by the authorized
official of the UPRNN) of employed personals. UPRNN shall finalize the payment
to the Consultant within thirty (30) days of receipt of the bill.
8. The final bill of the consultant under this Contract shall be raised only after the
final report and a final statement after completion of defect liability period and
completed verification of the final bill of contractor and the same is approved as
satisfactory by the UPRNN.
8. Performance Guarantee The consultant will submit 10% of total consultancy fee of actual cost of work in shape of
bank guarantee of Nationalized Bank as for the period of engagement. The same shall
have to be submitted by the consultant before entering into agreement with UPRNN. The
actual cost of work shall be calculated on the basis of cost at the time of start of work as
per definition of Actual Project cost as per subsequent Para for calculating performance
guarantee.
9. Actual Project Cost :
The actual cost means the actual cost of construction of buildings and a!I related works/
infrastructure for which consultancy services have to be rendered. The following shall
not be included in calcu lating actual cost of the work.
1. The cost of land.
2. Statutory payments such as fees, development charges, premium etc with any
local authority I statutory body I Government for sanction of maps, fee of
environmental clearance, Electric service connection, contingencies etc.
3. Cost of bought out items as irt EFC & GO of the works ~
4. Salary of work charge and employees posted at project.
5. R/M of vehicle engaged at project.
6. Enabling cost related to project.
10. Termination of Contract:
UPRNN may terminate this Consultancy Contract, by not less than thirty (30) days'
written notice of termination to the Consultant, to be given after the occurrence of any
of the events specified in paragraphs (a) to (c) of this Para with the approval of Zonal
General Manager of UPRNN and sixty (60) days in the case of event referred to in (d)
below:
(a) if the Consultant fails to remedy a failure in the performance of their obligations
and deployment of technical personnel as stipulated under the Contract
within thirty (30) days of signing the contract or,
(b) if the Consultant becomes insolvent or bankrupt or enter into any
agreements with their creditors for relief of debt or take- advantage of any law
- for the benefit of debtors or go into liquidation or receivership whether
compulsory or voluntary; or,
(c) if the Consultant submits to UPRNN a statement which has a material effect
on the rights, obligation or interests of UPRNN and which the Consultants
know to be false; or,
(d) if, UPRNN, in its sole discretion and for any other reason whatsoever, decides
to terminate this Consultancy Contract.
Payment upon Terminat ion
Upon termination of this Contract pursuant to above Para, UPRNN shall make the
payments for Services satisfactorily performed prior to the effective date of
termination to the Consultant (after offsetting against these payments any amount
that may be due from the Consultant to UPRNN):
In the event of termination of Contract, the Consultant shall furnish to UPRNN all
the design, drawings, data, documents and details exist with him ti ll that
date.
11 . Confidentiality
The Consultant, and their Person~el of either of them shall not disclose any
information and data furnished to him by the UPRNN to any third party nor shall
disclose any drawings, reports. specification. manuals and other information
developed and prepared for UPRNN by the QC QA Consultant and their Personals
of either of them, without prior written approval of UPRNN.
~.
12. SETTLEMENT OF DISPUTES
Any dispute between the Parties as to matters arising pursuant to this
Contract which cannot be settled amicably within thirty (30) days after receipt by one
Party of the other Party, request for such amicable settlement may be submitted
by either party for settlement by arbitration in accordance with the following
provisions:
Any dispute or difference at any time arising between UPRNN and the
Consultant as to the construction, meaning or effect of the Consultancy Contract or as
to any clause, matter or thing herein contained or as to the rights and liabilities of the
parties hereto shall be referred to a Sole Arbitrator appointed by the UPRNN, who
will decide the case in accordance with and subject to the provisions of the Indian
Arbitration & Reconciliation Act. 1996 or any statutory modifications or re-enactment
thereto or thereof for the time being in force and all proceedings in 2ny such arbitration
shall be held in Lucknow.
13. Suspension of Services
UPRNN may, by written notice of suspension to the Consultant, suspend all payments
to the Consultant hereunder if the Consultant fail to perform any of their
obligations under this Contract, including the carrying out of the Services. provided
that such notice of suspension (i) shall specify the nature of the failure, and (ii) shall
request the Consultant to remedy such failure within a period not exceeding thirty (30)
days after receipt by the Consultant of such notice of susi:;ension.
14. Abandonment of Work
In case, the work is abandoned by the consultant, without good and sdficient
justification . UPRNN is at liberty to encash/ liquidate the Performance Security and
impound any other amounts due to the consultant at the time of abandonment on . ~
account of this contract and engage another agency to complete the balance work
without prejudice to any remedies available under this contract of Indian Law.
-"' ...
15. Attendance:
The consultant shall maintain the personnel daily attendance register maintained at
site office for inspection by the UPRNN authorities.
1 6. Security Rules
The Consultant will follow the rules and regulation for the security framed by UPRNN
from time to time regarding movement of personnel, materials and equipment to and
from office/site, issue of identity cards, control of entry of personnel and all similar
matters. The Consultant & personals will also follow all rules and reguiations applicable
to the area being declared/ pronounced from time to time by the authorities or authority
of existing UPRNN facilities in the vicinity of any other statutory orders.
17. Time frame I Duration of Consultancy
Duration of the consultancy services shall be up to the stage of expiry of defect liability
period of the project. The defect liability period consisting at least one rainy season after
completion or one year after completion period whichever is later or more.
18. Revision of Value of Contract
Revision of contract shall take place under following conditions only:
a. Scope of work is revised and approved by the Govt. and
b. Revised sanction of the project by Govt and
c. Government release fund accordingly.
In case there is a need for revision of value of contract, a fresh agreement has to signed
between agreed parties accordingly.
• ?
..... .
19.
. -'
Notices
Any notice. request or consent required or permitted to be given or made pursuant to this
contract shall be in writing and shall be deemed to have been given or made when
delivered in person to an authorized representative of the party to whom the
communication is addressed, or when sent by registered mail or facsimile to such party at
their address specified in the contract.
Notice will be deemed to be effective as specified in the contract.
20. Each page must be signed by the authorized signatory of the firm / legal entity.
Date :
Authorized Signature:
Name and T itle of Signatory:
Name of the firm with seal
Witnesses :
1. Signature
Name and designation with seal
2. Signature
Name and designation with seal
A uthorized Signature:
Name and Designation
For UPRNN Ltd with seal
Uttar Pradesh Rajkiya Nirman Nigam Ltd.
(U . P. GOVT. UNDERTAKING)
TENDER DOCUMENT
FOR
(Construction Supervision and Quality Control)
P.M.C
- - - - - - - - -
L
\..._
Contents
1. Introduction
2. Request for proposal
3. Scope of work
4. Man Power Deployment
5. Elig ibility Criteria
6. Selection Mechanism
7. Period of empanelment
8. Commitment of UPRNN
9. Payment basis, Mechanism and Penalties
10. Performance Guarantee
11 . Procedure for submitting proposal
12. Proposal subm itting templates I forms
13. Evaluation procedure
14. Other terms and conditions
Form T LETIER OF TECHNICAL SUBMISSION
Form 1 ORGANIZATIONAL STRUCTURE OF CONSUL TANT AND iTS CREDENTIAL
Form II
Form Ill
Form IV
Form V
FORMF
CHECK LIST
DETAILS OF SIMILAR CONSUL TANGY SERVICES I WORKS COMPLETED DURING LAST FIVE YEARS
FIRMS ANNUAL TRUN OVER
DETAILS OF IN HOUSE KEY PERSONNEL OF CONSULTANT
FIRMS REFERENCES
FINANCIAL PROPOSAL SUB~ISSION FORM
L
\.._
- 1.
1.1
1.2
1.3
2.
2.1
2.2
-.
Introduction
UPRNN Ltd. was established by UP state government in 1975 with an objective to construct the buildings with economy, quality and speed.
UPRNN has taken up construction works in Uttar Pradesh and other state throughout India.
In order to strengthen and coordinate the construction of various types of buildings like Hospitals, Medical colleges, Engineering colleges , Institutional buildings, residential buildings etc., UPRNN intends to ernpanel and util ize services of few Construction
Supervisor and Quality Control (CSQC) I Project Management consultants.
Request for Proposal for Empanelment
UPRNN has decided to empanel agencies for Construction Supervision and Quality Control Services along with construction management of the development works undertaken by the Corporation which will help this corporation in streamlining, expediting and strengthening its functions.
Therefore, UPRNN invites Expression of Interest for CSQC services from qualified. experienced, competent and financially sound consultants for empanelment on various construction projects undertaken by UPRNN. The empanelment shall be for projects to be undertaken over next three years.
2.3 UPRNN intends to empanel CSQC consultants in four categories for different s·ze of projects, as given below :
Category of CSQC Q Consultan1 rPw)
Estimated cost of the work I Projects ---i A ---.... -
Above Rs. 200.00 Crore B Above Rs. 50.00 crores to Rs. 200.00 crores c Above Rs. 5.00 crores to Rs. 50.00 crores D Upto Rs. 5.00 crores
3. Scope of Work
3.1 Broad Scope of Work for Supervision and Quality Control Consultant:
(a) The Supervision and Quality Control Consultant shall be responsible for entire
project quality management including day to day supervision of executi:m of
construction works at site through contractors, quality control, taking
measurements preparation/checking and certifying contractor's bills and
coordination with the appointed consultants and handing over the completed
works of UPRNN or its designated agencies on its completion.
(b) Running Account bill will be prepared each month (irrespective of the size of the
project} by CSQC. and will be submitted to UPRNN as per the prescribed
procedure for payment and necessary action.
~ :
i
L
\...-
(c)
-·"
The Supervision and Quality Control Consultant shall also carry out scrutiny of
technical audit reports, drawing, designs, estimates, site survey, soil
investigation, design of internal and external services. Sanitary, plumbing,
drainage, water supply and sewerage, internal roads, electrification works etc. as
the case may be.
(d) The Supervision and Quality Control Consultant sha ll be fu lly responsible for
quality and quantity of worl</execution of work.
3.2 Detailed Scope of Work
a. Coordination with respect to the Architectural and engineering designs prepared
by the consultant, regarding its implementation, project planning & site data
collection etc.
b. Prepare detailed PERT/CPM charts, analysis of various project related activities
with reference to time frame, resource allocation & scheduling etc using latest
techniques including developing MIS and software for approval.
c. The Supervision and Quality Control Consul.tant shall develop a Project
Schedule that coordinate and integrates the design efforts/schedule with
construction schedules; update the project schedule incorporating a detailed
schedule for all activities of the project.
d. The Supervision and Quality Control Consultant shall exercise periorm all the
e.
duties. liabilities. functions and obligations as laid down with reasonable skill,
care and diligence and also ensure that the works are executed at site strictly as
per the approval granted by UPRNN I concerned local authorities. the terms and
cond itions of the Contract Agreement entered between UPRNN and the
respective contractors within the given time frame & budget provisions.
Cropping up of Extra items/substituted items and deviations should strictly be
avoided . However, in unavoidable ci rcumstances extra items/ substituted items,
deviation the necessary statement duly supported by justification and analysis of
rates shall be submitted by the Project Management Consultant~ as per formats
approved by UPRNN along with Consultant's recommendations for
extra/substituted items. The Supervision and Quality control Consultant should . ensure that the case is put up for UPRNN's approval early enough so that in no
~
case construction work suffers on this account.
f. Complete day to day supervision of contracted building and developtnent work
ensuring quality management in accordance with tender stipulations.
specifications, drawing and site conditions. The quality management will be
exercised at all stage of construction, viz approval of materials. inspection of
equipment, usage thereof in proper proportions and workmanship at all stage of
execution of individual items of work.
g. - -
Ensure proper establishment of field laboratories/quality control equipment on site by the
contractor to conduct test of materia lsfm ixes being used for construction such as cement,
steel , bricks, mortars, concretes etc. Essential gauges, instrument etc. should be calibrated
periodically. The supervision and Quality control consultant shall maintain necessary site
records and obtain data in support of the same. They shall carry out fie ld and laboratory
tests as and when required on materials of construction.List of mandatory testing of material
consu ltant shall ensure that those of all contractors.subcontractors and suppliers employed
on the project comply in full with th ese objectives and priorities and as specified in the
specifications ,reports of test results to be submitted fulfilling the requirements of th is
contract as defined.
h. Suggesting modifications, if any due to site conditions and submit the recommendations
along with cost variations on account of the same to UPRNN for approval.
i. Ensure regular and timely flow of working drawing from respective consultants/instructions
so as to complete the works without any delay on account of the same
j. Verification and recommendation for payment by _UPRNN of contractor's periodic or stage
wise bills for the work done and material/plant advance recording joint measurement of work
and certificate of the bills that the work is in accordance with tre design, quality etc. and
maintain necessary site measurement records and other site records which are made
available to UPRNN for verification/authentication if requi red by UPRNN.
k. Monitoring progress by using modern methods of control such as computerized PERT/CPM,
submission of progress reports of work executed monthly to the concerned General
Manager of UPRNN. Both financial and physical progress reports with reference to prefixed
target will be prepared in the approved MIS. Constant review of progress with in present time
and cost parameters will have to be done. The consultant will have to suggest
improvements from time to time. Consultants shall inform UPRNN of the progress of the
project vis-a-vis PERT/CPM control on a fortnightly basis.
I. Co-ordination with other agencies like State Electricity Board , other local authorities. etc.
which may be expected to working in the same area.
m. In case certain additional works are required to be carried out for obtaining approval of
statutory bodies or to make the completed works/areas operational, the consultant , on
obtaining the approval from UPRNN shall ensure the complete of the same befqre handing ~
over the said completed works to UPRNN. or to its appointed maintenance agency or to
allotee /occupant authorized by UPRNN.
n. The Supervision and Quality Control Consultant shall keep UPRNN apprised of any delays,
keep a hindrance register indicating all details of all such delays which wi ll also be furnished
with recommendation for approval of UPRNN for grant of extension of time by UPRNN to
contractors.
o.
-------
Obtain and submit all the records from the consultant and the records of any
changes made in the works during the progress of works and submit completion
reports and completion drawings for the project, prepared by the
contractor/consultant incorporating all such changes. duly authenticated as
required for obtaining "Completion/Occupancy certificate" from statutory
authorities, wherever required.
p. Obtain certification and submit "As Built Drawing" prepared by the contractor at
an appropriate scale indicating the details of building, structure and services duly
authenticating .
q. Verification of work on its completion and issuing completion certificates for the
completed works, so as to enable UPRNN to record completion of the works.
r. Veri fication by taking and recording joint measurements wit11 the appointed
supervision and quality control consultants, bill to be submitted by the
contractors, process, certify and recommend as per the terms and condition of
the contract agreement for release of final payment by UPRNN
s. Supervision and Quality Control Consultants shall also submit necessary
information as required by UPRNN for finalization of accounts and commits to
continue till the accounts are finalized at agreed upon terms.
t. The completed works shall be certified by the Supervision and Quality Control
Consultants along with the necessary documentation in before handing over of
the project to UPRNN. Consultant shall also promptly attend to any defects/
deficiency noticed in the completed works within the scope of work of execution
by UPRNN without demur.
3.3 Report and MIS
The Consultant will prepare and submit the following reports to the concerned General
Manager of UPRNN on the format prepared by the Consultant and approved by the
Employer.
S.No Report Frequency
1 Inception Report
2 Progress Report Every month
Due date/ time
15 days after commencement of
services
By 1 ot11 of each month
Within 15 days of
No. of copies
5
2
'- -3---'----Final Report -~·-0- ne_ T_im __ e __ .,_I __ c _o_m._p~~:.~~t_:_P_ro_j_ec_t_i _____ __ 5 __ J
-
...__.. 4.
4.1
Manpower Deployment
The following would be the require~ent of technical and managerial manpower, which 'faff/,!.--will be deployed by CSQC agencf or project management and supervision work:
Manpower to be deployed for different type of projects
D c B A Reqd.
S. Type of Above Above Above qualification & Above Above
No. Personnel Upto2 20 Cr 50 Cr 100 Cr .A.bove experience 2 Cr to 5 Crto
Cr. to 50 to 100 to 200 200 Cr 5Cr 20 Cr
Cr Cr Cr
Degree in Civil
Project Engg. + 15 yr I
1 Yz 1 1 2 Manager exp/ Reid Ex.
Eng.
Degree in Civil
2 Sr. Project Engg. + 10 yr
Yz Yz 1 1 2 Engineer exp/ Reid
Asst. Eng.
Degree in
Design Arch. I Civil 1/3 Yz 1 1 3
Engineer Engg. + 5 yr
exp
Electrical Degree in
4 Elec. Engg. + 1/3 Yz 1 1 Engineer
3 yr exp
Safety Degree in Civil
5 Engg. + 3 yr 1/3 1/3 1h Yz 1 Engineer
exp
Plumbing Degree in Civil
6 Engg. + 3 yr 1/3 Yz 1 1 Engineer
exp
Project Degree in Civil
7 Engg. + 3 yr Yz 1 1 1 2 3 Engineer
exp
Constn. Diploma in
8 Supervisor
Civil engg. + 5 Yz 1 2 2 3 4 6 yr exp I
4 .2 For projects which require manpower in~ fractions. manpower deployment can be
clubbed for more than one project. or the deployment can be for limited duration, to
make it feasible and economical.
4.3 For ease of deployment, consultants would generally be allotted projects in contiguous
areas/districts, so that logistical arrangement and movement of manpower is facilitated.
., r
4.4 The safety engineer is mandatory for big projects. It will be responsibility of Safety
engineer to watch and suggest day to day labour safety, Fire safety, Electric safety
mechanism etc. at work site.
4.4 The minimum salary of above personnel deputed at work should get minimum salary as
below:
Type of Personnel Salary per month
Construction Supervisor ! Rs.15000
Project Engineer (Civil) , Project Engineer (Elec.), Rs. 30000 Safety Engineer, Plumbing Engineer
Design Engineer Rs. 35000
Sr. Project Engineer Rs. 50,000 to 60,000
Project Manager Rs. 70,000 to 1,00,000
4.5 In case it is needed to render the services of above personnel, it will be paid as per
actual mentioned at point no 4.4 plus 25% (which will include 7.5% overhead + 7.5%
profit+ 10% intellectual and professional fee) including Service Tax.
4.6 Manpower can be adjusted f reduced in consu ltation with Engineer - in charge and same
will be adjusted from fees as mentioned at point no 4.4.
5. Eligibility Criteria
5.1 Common Criteria
The agency must be an individual entity (Joint ventures not allowed) having experience
in similar field for not less than 7 years as on March 2013. Information about the
organization along with names & details of various Technical & supporting personnel.
Key personnel with thei r qualifications & experience to be furnished along with RFP, in
relevant formats indicated subsequently in the document.
L
5.2 Category - wise criteria :
B c 0 Category of CSQC A (Above 50.00 (Above 5.00 (Upto 5.00 (Above 200 Cr.) Cr. to 200.00 Cr to 50.00 Cr.) Cr.) Cr.)
Criteria
Turnover (Average annual turnover of last three years ie, 4.00 Cr 2.00 Cr. 1.00 Cr 50.00 Lacs
201 1-12 to 2013-14 from CSQC work) Profit and Loss in last three years Should not be loss in any year '
endinQ on 31 /3/14
Previous experience 3 works of at 3 works of at 3 works of at 3 v1ori<s of at least Rs. 50 Cr. least Rs. 25 Cr. least Rs. 10 least Rs. 1 of completing CSQC each. or each, or Cr. each. or Cr. eacl\ or work during last 2 works of at 2 works of at 2 works of at 2 works of at three years ending least 75 Cr. each, least 35 Cr. least 15 Cr. least 1.5 Cr on 31/3/2014
each, or each or each or totaling to or 1 work of at least 1 work of at 1 work of at 1 work of at 100 Cr. least 50 Cr. least 20 Cr. least 2 Cr.
Latest Bank Solvency Certificate
Rs. 50 Lacs Rs. 35 Lacs Rs. 15 Lacs from a scheduled Rs. 100 Lacs
bank (to be submitted with bid)
5.3 Desirable Criteria
6.
6.1
At least one work of the similar nature with " GRIHA Grade 3 or LEED Silver rating
certification is desirable.
Similar Work" shall mean construct.ion management and supervision and quality control
services for hospital building, high rise residential, institutional, commercia l, office
buildings with RCC framed structures with finish ing's including public health
engineering, electrical/HVAC works and its associated works.
Selection Mechanism
The applicants fu lfi lling the above elig ibility criteria and found successful in technical· . eva luation and then accepting and granting their consent on the financial quotes and
other terms and condition of this RFP/contract, as stated by UPRNN, w ill be empanelled
as Construction Supervision and Quality Control Consultants.
6.2 Consultants can apply for al l the four categories . if they fu lfill the eligibility criteria.
6.3 In each category, one or more consultants shall be empanelled, and one consultant can
be empanelled for more than one category . . ,
,.-The selection will follow a three stage process, as det ailed in para 13. The eligible
applicants shall be technically evaluated, and financial bids of only those consultants
shall be opened who qualify the technical evaluation as described in para 13 below.
6.5 The rates for consultancy charges will be defined mainly on the basis of (lowest)
financial quote. Only one rate will be finalized for each of the 4 category of projects (as
given in Financial quote form/in Para 2.3 above, there are 4 types of project, on the
basis of their estimated cost) . In case of discrepancy or vagueness or impractical rates
found in financial quote, the same may be rejected by UPRNN and a suitable, logical
and fair method may be adopted for deciding rates.
6.6 However, for the purpose of empanelment and to have a sufficiently large pool of
consultants, other technically qualified bidders may be given an opportunity of matching
the rates so finalized. Such consultants who agree to match the rates may be given an
offer of being on empanelled list of consultants of UPRNN for CSQC work. However,
UPRNN reserves the right not to extend this offer/opportunity to other qualified bidders.
UPRNN also reserve the right to extend this offer to any/other qualified consultants in
future on the basis of a fair selection mechanism.
6.7 Further. being empanelled does not guarantee award of CSQC work to any of the
consultants. The award of work would be the sole discretion of UPRNN.
6.8 However UPRNN reserves the right to accept or reject any or all tenders and can sought
clarification I verification in regard to any information submitted I required by UPRNN in
the empanelment process.
7. Period of Empanelment
The ernpanelrnent will be made for a period of three years with in which projects taken
up by UPRNN will be covered under the consented rates for the services as per the
scope of work. UPRNN reserves the right to reduce this period or end the empanelment
and invite fresh bids at any duration within the period of empanelment.
8. Commitments of UPRNN
UPRNN will provide leadership support, including according administrative and financial
approvals as and when required. UPRNN-;'"'ill also provide necessary leadersl1ip inputs
to ensure coordination among the va rious agencies working with it.
9. Payment Basis, Mechan ism and Penalties
The payment will be made after getting approval from concerned General
Manager {Zone).
The payment of fee to be_ made to CSQC consultants would be largely based on their
performance and progress made on proje9Js.
I .•
'-' The table below explains in details the payment mechanism and timelines.
9.1
1. The payment will be made on quarterly basis to the firm on the basis of % quoted
by the firm. The payment will be calculated on the basis of 90% of amount of bills
submitted till that date to the cl ient multiplying by the % quoted by the firm.
2. The balance 10% shall be released after satisfactory completion of the project.
3. The % fee quoted will be calculated at all times on the actual cost of work
done and not on the basis of project cost.
4. In case of project cost of that particular project revise and sanction by Govt .. the
quoted % fee will be hold good for such increase/ decrease in cost for that
particular project.
5. If timelines get extended beyond contract period, the firm is not entitled for any
extra claim for extended period. Also no reduction in quoted fee shall be done by
UPRNN for early completion of project.
UPRNN shall not be responsible fo r- providing any financial support except above
mentioned fee. Any other expenditure like travelling, staying, communication . boarding
and lodging etc. for the consulting team stationed at Project Site/other places shall have
to be borne by the CSQC agency itself.
9.2 In case of non-compliance of contract clauses and poor performance of the team, a
penalty of up to 10% of the fee shall be levied on the CSQC agency. Penalty shall ~ .
generally be levied for following, but not limited to these only, kind of poor
performance/laxity:
a. Deficiency in deployment of manpower as per scope of work
b. Poor quality of work execution
c. Delay in submission of monthly RA bills
d. Delay in project execution/completion
e. Non-compliance of different clauses of scope of work
10. Performance Guarantee The CSQC agency will have to provide a bank guarantee as given below for the period
of engagement. The same shall have to be submitted by concerned CSQC consultant
before entering into agreement with UPRNN. In case of a consultant empanelled for
more than one category, relevant performance guarantee will be submitted separately
for each category.
·-A B c D
Category of CSQC (Above 50.00 Cr. (Above 5.00 Cr (Upto 5.00 (Above 200 Cr.)
to 200.00 Cr.) to 50.00 Cr.) Cr.)
Performance Guarantee Rs. 10.00 Lacs Rs. 5.00 Lacs Rs. 2. 50 Lacs Rs. 0.50 Lacs
@
L
\...
.,._... 11. Procedure for submitting the proposals
11.1 The proposals are required to be submitted in two separate envelopes as follows:
Part-A: Technical Proposal: This will be submitted in From T, and other accompanying
forms. being Forms I to V. This will contain (a) a write up detailing the profi le of the
agency with details of ongoing and completed projects of similar nature with cost.
contact details of the clients for the assignments undertaken, (b) the curriculum vitae of
the key personnel proposed to be assigned for the project and (c) a write up on the
manner in which the agency proposes to carry out the ass ignment. This envelope shall
be marked as "Part-A: Technical Proposal".
Note-: Certificates issued by the clients in support of ongoing and completed
projects is mandatory.
Part-B: Financial proposal: This is to be prepared as per attached format (Form-F):
Note-1: The envelope containing the Financial Proposal must be clearly marked
"Financial Proposal" with a warning "Do not open With the Technical Proposal."
Note-2: No tax exemption of any kind shall be provided by the State Government. The
Applicant has to factor this component while preparing the financial proposal.
11 .2 The two envelopes are to be placed in an outer envelope marked "Proposal -
Selection of CSQC Consultants f9r UPRNN".
11.3 UPRNN shall not be responsible for misplacement, losing or premature opening if the
outer envelope is not sealed and/or marked as stipulated. This circumstance may be the
case for rejection of a proposal. If the Financial Proposal is not submitted in a separate
sealed envelope duly marked as indicated above, this will constitute grounds for
declaring the Proposal as non-responsive.
12.
12.1
12.2
Proposal Submission Templates/Forms
Proposals, prepared and packed in separate envelopes as described above, should be
aGcompanied by a letter of submission as per the format given at attached Form-T. The
technical proposal should also be accompanied by other duly filled in and completed
Forms- I to V, along with supporting documents.
The Financial proposal is to be prepar~d in the format given at attached Form-F and
must be signed by the same person(s) who have signed the letter of submission.
13. Evaluation Procedure
13.1 The proposals shall be evaluated by an Evaluation Committee headed by the Chief
General Manager/General Manager of the Corporation, to be constituted for the
purpose.
13.2 Step - I: The agency's credentials as per the eligibility criteria mentioned hereinabove
shall be first assessed to check the eligibility of Agency. Only those firms found to be
eligible in all respect will be evaluated for s\ubsequent stages. / . ;,. - ·~·\ '\~
,. \ • I
'..../ 13.3 Step - II: Assessment of capacity and experience on the basis of eligibility criteria and
documentary evidence submitted: The technical proposal shall be evaluated and marks
will be assigned on the basis of documentary proof provided therein. The parameters
and the marks to be assigned will be as shown in the table below.
MAX PARAMETER MARKS
MARKS
Reg1strat1on papers indicate that the organization has been in existence for 1 O years and its office locations
10
List of Technical Persons and Curriculum Vitae 20 40
Type of Documentation maintained at work 10
Experience in similar nature of work completed during last five 20 (5) years - (min 10 marks max 20 marks) 30 Performance of the agency as per client certificates 10
Average Annual Financial Turnover 20 30 I
Required Solvency Certificate 10
TOTAL 100 100
13.4 The applicant must fu lfill these parameters and th.e firms will be evaluated on
comparative merit by assigning minimum marks to the agencies where monetary value
is just meeting the minimum criteria and assigning maximum marks in case of agency
fulfils double or more of the value as specified. Others shall be interpolated.
13.5 Qualifying marks for evaluation in to stage Ill would be 60 out of 100. However. UPRNN
reserves the right to either increase or decrease the qualifying marks. which shall be
binding on the b idders.
13.6 Even though an applicant may satisfy the above requirements, he would be liable to
disqualification if he has:
1. Made misleading or false representation or deliberately suppressed the information
in the forms, statements and enclosures required in the pre-qualification doc.m1ent.
2. Record of poor performance such as abandoning work, not properly completing the
contract, or financial failures I weaknesses etc .. should be defined.
13.7 The presentation, if required by UPRNN. shall consist of a maximum of 15 slides (in not
more than 20 minutes) and should include I indicate the following minimum items.
1. Past experience - clients and nature of items procured
2. Methodology proposed for organizin-g and conducting duties at site
3. The core team proposed
4. The key experts who would provide hand-holding support to tne on-site team
5. Periormance milestones and innovative technology awareness
13.8 Step - Ill: Evaluation of financial Bids: Financial bids of only those bidders who have
secured minimum qualify!ng marks in the technical evaluation stage shall be opened.
Only one set of rates shall be selected/finalized by UPRNN which in general will the /
14.
14.1
14.2
lowest rate quoted However, in case of discrepancy or vagueness or impractical rates
the same may be rejected
Other Terms and conditions : i" 1, "'/ " { -' IO' 01) \J'"l\.{ . .,_ t> .2.D n:
Last Date : The deadline for submission of the bid is 15.00 Hrs., ..... . ........ ~at the
address indicated in the format for submission letter. I '{ , .-$:~ f) M ~~ 2, (,> '). l? I~
Bid Opening schedule : The bid will be opened @:A' •.•••.• . ••• . .. . •.. . • . . . • ~ - The
following time schedule will be adopted for bid evaluation.
Opening of Technical Bid
Announcement of results of Technical bid evaluation
Opening of Financial bid
0 1.00 riM
4.00 PM
Shall be intimated later
14.3 Single proposal : A firm I legal entity should submit only one proposal. If the firm / legal
entity submits or participates in more than one proposal, all such proposals shall be
disqualified.
14.4 Financial proposals should be valid for the period of .empanelment from the date of
submission of proposal.
14.5 Earnest Money Deposit : A bid security I EMO as given below in the form of demand
draft from any Nationalized Bank in favor of Managing Director, UPRNN Ltd. should
accompany the proposal. Bid security of unsuccessful bidders wil l be returned to them
within 30 days of the empanelment. No interest is payable on the bid security amount.
Bidders applying for more than one category will have to pay the cumulative amount
addition the individual EMO amount for each category. - - ---·-
B D
Category of CSQC A (Above 50.00 C (Above 5.00 (Upto 5.00
-\Rfv)S) (Above 200 Cr.) Cr. to 200.00 Cr to 50 .00 Cr.) Cr.) Cr.)
EMO I Bid security Rs. 2.00 Lacs Rs. 1.50 Lacs Rs . 1.00 Lacs Rs. 0.50 Lacs
14.6 Bid Document Fee : In addition to Bid security , a bid document fee of Rs. 10,000/= (Rs.
Ten Thousand only) in the form of Demand draft from any Nationalized bank in favor of
Managing Director, UPRNN Ltd should also accompany the proposal. Bid fee is non -
refundable.
14.7 Each page, Form, /1.nnexL.Jre and Appe'ndices of the Technical and Financial proposal
must be signed by the authorized signatory of the firm / legal entity. All blank spaces in
the financial proposal must be filled in complete where indicated, either typed or written
in ink.
14.8 UPRNN reserves the right to accept or reject one or all applications without assigning
any reason or expfanation OR revaluating some or all proposals , should any evaluated
bid may be found to be non - responsive at a later stage. '\ -~ _,,,..
L
To,
Form T Letter of Technical Submission
Managing Director
UPRNN Ltd.
Vishveswaraiya Bhawan,
Vibhuti Khand, Gomti Nagar
Lucknow
Sub: ~ Submission of Proposal for ·empanelment Construction Supervis ion and Quality
Control Consultants
Sir,
We, the undersigned, offer to provide the " Construction Supervision and Quality Control
Consultancy" services to UPRNN Ltd. in accordance wi.th your Expression of lnterest dated
.. .... .. ..... .... We are hereby submitting our Proposal , which includes Technical Proposal and
Financial Proposal sealed under separate covers and the two envelopes placed together in an
outer envelope all properly marked as required.
We hereby declare that all the information and statements made in this Proposal are
true and accept that any misinterpretation contained in it may lead to our disqualification as well
as forfeiture of the bid security amount.
The prices quoted by us in the Financial Proposal (Form F) are valid ti ll the
empanelment period from the date of submission of the quotation. We confirm that this
proposal will rem ain binding upon us and may be accepted by you at any time before the expiry
date.
Prices have been arrived independently without consultation, communication,
agreement or understanding (for the purpose of restricting competition) with any competitor.
We agree to bear all costs incurred by us in connection w ith the preparation and
submission of the proposal and to bear any further pre-contract costs.
We understand that the State Government is not bound to accept the lowest financial . ~
bid or any proposal or to give any reason for award, or for the rejection of any proposal.
We confirm that we have the authority of .. . , ... . ~ ....... .... .... ... ... ... ..... ... . (Name of firm!
~ I entity) to submit th_:.~~~nd to negotiate on its behalf
Yours Faithfully,
[Signature and Details of the Authorized Representative]
---------·---" ,.-......
-
Form - I ORGANISATION STRUCTURE OF THE CONSULTANT f CREDENTIALS
A. Firm Detai ls: 1. Name of the Firm:
2. Year of Establishment
3. Legal status of the Firm
a. Individual
b. Proprietary firm
c. A firm in partnership
d A limited Company or Corporation
4. Narrative description of the Firm: Please specify the field of services i.e. Project
Management, Supervision, Quality Control, etc, in which it is specialized.
5. Office Address /Telephone No I Fax No I email id I website:
6. In case of change of Name of the Firm, former Name I Names and year/ years of
establishment:
7. Names of principle person concerned with this work with title and Telephone No I Fax/
Email Id, Etc.
8. Has the applicant or any constituent partner ever abandone~ a consultancy job.
9. Has the applicant or any constituent partner ever debarred from taking up work in
Govt. Directorates and Undertakings .
B. Details of the Team (enclose curriculum vitae of key resources).
Total No. of Technical Staffs
1.
2.
3.
4 .
5.
6 .
7.
8.
9.
10.
11 .
12.
13.
14.
15.
Project Managers (Degree in Civil Engg. + 15 years experience)
Sr. Project Engineer (Degree in Civil Engg. + 1 O years experience)
Design Engineers (Degree in Arch I Civil Engg + 5 years experience)
Quantity Surveyors (Degree in Engg. or Diploma with 5 years experience)
Electrical Engineer (Degree in Elec Engg. + 3 years experience)
Plumbing Engineer (Degree in Civil Engg. + 3 years experience)
Project Engineer (Degree in Civil Engg.+3 years experience)
Construction Engineer (Diploma i[l Civil Engg + 3 years experience)
HVAC
Public Health Engineering
Mechanical
Fire fighting
Safety and Labour Officer (Degree/Diploma with certificate of safety)
Administrative s~pport staff
Others:
- - - - - - ----
'-' 10.
11 .
Was the applicant ever required to suspend the project for a period of more than six
months continuously after you commenced the planning? If so, give the name of the
project and reasons of suspension of project.
Has the applicant or any partner in case of partnership fi rm, ever abandoned the
awarded project before its completion? If so. give name of the project and reasons for
abandonment.
12. Details of Software and Hardware available.
13. Details of office equipments like Computer. Printer, Scanner, Photocopy machines, etc.
S. No.
1
2
3
4
Signature of Authorized Representative with seal
(Please furnish letter of authorization)
LIST OF DOCUMENTS MAINTAINED AT SITE
Name of Document Details of documents mainta ined
Labour ' I
Material
Testing I Stage passing
Others
v
.
SJ No.
1
2
3
4
5
6
7
8
9
10
Form -11
DETAILS OF SIMILAR CONSULTANCY SERVICES I WORKS
COMPLETED / IN HAND DURING THE LAST FIVE YEARS
Name of central Name, address and I state I Govt Cost of Date Built up Date of contact details of undertaking I Completed of Name of Project
institutions I works ares cornmenc comp I person I officer to
local body or (In Lacs) (In Sqm) ement etion whom reference can
authority be made.
I I I
I I
--- ·-
Note:
Firm's refe.rences with best illustrative qualification should be enclosed for each of the above projects only.
Signature of Authorized Representative with Seal:
SJ No.
1
2
3
4
5
6
7
8
9
10
L.
Form ·II . ' --
DETAILS OF SIMILAR CONSULTANCY SERVICES /WORKS
COMPLETED I IN HAND DURING THE LAST FIVE YEARS
Name of central Name, address and I state I Govt Cost of Date Built up Date of contact details of undertaking I Completed of
Name of Project institutions I works area commenc corn pl person I officer to
whom reference can local body or (I n Lacs) (In Sqm) ement etion
authoritv be made.
--
Note:
Firm's references with best illustrative qualification should be enclosed for each of the above projects only.
Signature of Authorized Representative with Seal :
f · - •
Form -Ill
FIRMS ANNUAL FINANCIAL TURNOVER
1. Gross Annual Financial Turnover (by way of Professional receipt/in terms of consultancy fee received for the past three years .
2. Details of Income tax a. Permanent Account No b. Details of last three years' Income tax return
Assessment Year 2012-13 2013-14 2014-15 Date of filling Assessment
status
3. Details of professional receipts
Financial Year Professional Receipt/Consultancy Fees received (Rs. Lacs) 2011-12 2012-13 2013-14
Signature of Statutory Auditor
Name:
Seal & Registration Number:
Signature of Authorized Representative
Name:
Seal:
, . Form -IV
DETAILS OF IN HOUSE KEY PERSONNEL OF THE CONSULTANT
Details of in house Key personnel
Date and Experience
S. No. Name Qualification Position held. year with of person in His expertise
applicant firm years
1
2
3 I I
I-
4
5
6 ~
Note:
"Less than one year service with the applicant will not be taken into account.
Signature of Authorized Representative with Seal:
L
Form V
FIRM'S REFERENCES
(Relevant Services Carried Out in the Last Five Years which Best Illustrate Qualifications)
(In support of Form -111)
Using the format below, provide information on each references assignment for which your firm I legal entity, either individually or as a lead consultant was legally contracted (Add additional sheets if necessary)
Assignment Name :
--
Location No. of key professional staff provided by firm
Duration of assignment Name of client and address Start Date
Completion date Aoorox value of services in Rs.
Role of firm whether Lead or Associates Name of associated consullant/ sub consultants if_ any
Name of key professional staff (Project Director/ coordinator/ Team leader) involved and functions performed from the firm. Narrative description of Project (Clearly what services were rendered by the fi rm in this proiect) Description of actual services provided by your key professional
(Certificate from Employer I client regarding experience should be furnished)
I
Signature of Authorized Representative with Seal:
FORM-F FINANCIAL PROPOSAL SUBMISSION FORM
(On the Letter head of the Consultant)
From: (Name and Address of Firm)
To: Managing Director, UPRNN Ltd. Vishvaswaraiya Bhawan Vibhuti Khand, Gomti Nagar, Lucknow
Sub: - Submission of Financial Proposal for engagement of Consultant for Construction Supervision and Quality Control Services
Sir,
IM/e, the undersigned, offer to provide the consulting services for the above in accordance with your Expression of Interest dated , and our Proposal (Technical and Financial) . Our financial proposal is as follows;
Financial quote for CSQC se-vices as
S. No. Consultant Estimated Project Cost
per the scope of work o: this document Category (As % of project cost up to two decimal
places) 1
D Upto 2 Cr. ...... .. ... . ...... % of the project cost
2 Above 2 Cr to 5 Cr. ................ : . % of the project cost 3 c Above 5 Cr to 20 Cr. ... .. ....... .-..... % of the project cost 4 Above 20 Cr to 50 Cr. .. ..... .... . ...... % of the project cost 5
B Above 50 Cr to 100 Cr ..... . .... -~ .. ... . % of the project cost
6 Above 100 Cr to 200 Cr .. . .. .. . .. .. . .. .. % of the project cost 7 A Above 200 Cr ..... . ......... ... % of the project cost
Bidders should quote rates for only/a/I those types of projects for which they intend to be considered. This amount is inclusive of all taxes and charges including service tax.
Our financial proposal shall be binding upon us subject to modifications resulting from contract · negotiations, up to expiration of the validity period· of the proposal. I/We understand you are not bound to accept any proposal you receive.
Yours sincerely,
Authorized Signature:
Name and Title of Signatory: Name of the firm :
. ·-
;
CHECK LIST
1. All information required as above is properly and fully filled .
2. All pages are signed with Name, seal with date by authorized representative of the
firm.
3. EMO of requisite amoun t is attached as described.
4. Bid document fee is attached as described.
5. List of Key personnel of the firm is attached.
6. I.T. clearance I return certificate of the firm as described in last 3 years is attached.
7. Service Tax Registration is attached.
8. Turn over of the firm in last years as described is attached .
9. Separate envelopes of Technical proposal and financial proposal put in one cover
envelop.
10. GRIHA Grade 3 or LEED silver rating certificate is attached.
11. All forms i.e. Form T, Form I to V, Form F duly filled are attached. Separate sheets
duly typed can be used to submit the information for these Forms.
12. Any other relevant information to be furnished duly typed on separate sheets.
13. Solvency certificate from bank as described is attached.
'-· 14. Details of past experience of similar works.
15. Firm's profile.
. ·'