Volume 1

76
Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal MINISTRY OF HEALTH AND FAMILY WELFARE GOVERNMENT OF INDIA PRADHAN MANTRI SWASTHYA SURAKSHA YOJNA Request for Proposal For Providing Comprehensive Consultancy for preparing Design, Detailed Project Report and Tender Documents for Setting up AIIMS like Apex Healthcare Institutes at Bhopal, Bhubhaneshwar, Jodhpur, Patna, Raipur and Rishikesh Volume 1 Notice Inviting Bid Instruction to Bidders (including Annexure and forms) Terms of Reference Hindustan Latex Limited ( MoHFW, Government of India 1

Transcript of Volume 1

Page 1: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

MINISTRY OF HEALTH AND FAMILY WELFARE

GOVERNMENT OF INDIA

PRADHAN MANTRI SWASTHYA SURAKSHA YOJNA

Request for Proposal

For

Providing Comprehensive Consultancy for preparing Design, Detailed Project Report and Tender Documents for Setting up

AIIMS like Apex Healthcare Institutes at

Bhopal, Bhubhaneshwar, Jodhpur, Patna, Raipur and Rishikesh

Volume 1

Notice Inviting Bid

Instruction to Bidders (including Annexure and forms)

Terms of Reference

Evaluation process and criteria

May 2007

Hindustan Latex Limited

B-12, Sector 59

Noida 201301

Hindustan Latex Limited ( MoHFW, Government of India 1

Page 2: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Table of Contents

Disclaimer.........................................................................................................................................4Definitions........................................................................................................................................5BACKGROUND INFORMATION.................................................................................................7SECTION -1 NOTICE INVITING BID...........................................................................................9

1.1 General............................................................................................................................91.2 Important Information.....................................................................................................91.3 Significant Points..........................................................................................................10

SECTION II- INSTRUCTIONS to BIDDERS..............................................................................132.1 Important Points............................................................................................................132.2 Eligibility to bid.............................................................................................................132.3 Disqualification.............................................................................................................132.4 Norms for JV/ Consortium............................................................................................132.5 RFP Documents.............................................................................................................14

2.5.1 Contents of RFP Documents.....................................................................................142.5.2 Pre-Bid Conference...................................................................................................142.5.3 Clarifications.............................................................................................................142.5.4 Amendments to the RFP Document.........................................................................15

2.6 Preparation of Bid.........................................................................................................152.6.1 Bidders responsibility...............................................................................................152.6.2 Project Inspection and Site Visit...............................................................................152.6.3 Documents Comprising the Bid................................................................................152.6.4 Tender Processing Fees.............................................................................................172.6.5 Language of Bid........................................................................................................172.6.6 Currency of Bid.........................................................................................................172.6.7 Bid Security..............................................................................................................182.6.8 Bid Validity...............................................................................................................182.6.9 Extension of Bid Validity.........................................................................................182.6.10 Format and Signing of Bid...................................................................................182.6.11 Sealing and Marking of Bids................................................................................192.6.12 Submission of Bids...............................................................................................192.6.13 Modifications/ Substitution/ Withdrawal of Bids.................................................202.6.14 Bid Due Date........................................................................................................202.6.15 Late Bids...............................................................................................................202.6.16 Power of Attorney................................................................................................20

2.7 Bid Opening and Evaluation.........................................................................................212.7.1 Bid Opening..............................................................................................................212.7.2 Determination of Responsiveness.............................................................................212.7.3 Evaluation of Bids.....................................................................................................222.7.4 Clarification of Bids..................................................................................................222.7.5 Confidentiality..........................................................................................................22

2.8 Award of Contract.........................................................................................................222.8.1 Award Criteria..........................................................................................................222.8.2 Notification of Award...............................................................................................232.8.3 Signing of Agreement...............................................................................................23

2.9 Conflict of Interest.........................................................................................................232.10 Employment of Officers/ Retired Officers of MoHFW/HLL.......................................242.11 Standards of ethics.........................................................................................................24

Hindustan Latex Limited ( MoHFW, Government of India 2

Page 3: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

2.12 Client’s right to accept any Bid and to reject any or all Bids........................................252.13 MoHFW’s option to offer additional site to the Bidder................................................25SECTION III- TERMS OF REFERENCE.................................................................................283.1 Purpose of the Assignment............................................................................................283.2 Scope of work................................................................................................................283.3 Deliverables and Timelines...........................................................................................293.4 Payment.........................................................................................................................30

3.4.1 Fee for Engagement..................................................................................................303.4.2 Milestones and Payments Terms..............................................................................30

3.5 Liquidated Damages for Delays....................................................................................313.6 Performance Security....................................................................................................313.7 Sub-contracting.............................................................................................................313.8 Proof Checking..............................................................................................................313.9 Project Monitoring Committee......................................................................................323.10 Site team during the post tender phase..........................................................................323.11 Available Information...................................................................................................323.12 Quality Assurance.........................................................................................................333.13 Ownership of the Designs and Drawings......................................................................333.14 Force Majeure................................................................................................................333.15 Disputes and Arbitration...............................................................................................33

SECTION IV- EVALUATION PROCESS AND CRITERIA.......................................................354.1 Evaluation Process........................................................................................................354.2 Technical Evaluation Criteria........................................................................................354.3 Notification....................................................................................................................364.4 Procedure for selection among overall ranked Bidders for optional offer to Bidders. .36

Annexure -1 Checklist....................................................................................................................37Form A-Form of Bid and Appendix...............................................................................................38Form B- Format for Bid Security...................................................................................................41Form-C-Format for Performance Security.....................................................................................43Form D- Format for Power of Attorney for authorized signatory..................................................45Form E- Format for Power of Attorney for appointing the Lead Member.....................................46Form F- Format for Contract Agreement.......................................................................................47Form G-Break up of Assignment Fee.............................................................................................49Form H-Order of Preference for Site 1 to Site 6.............................................................................50Form T-1- EOI and RFP Preparation Experience...........................................................................51Form T-II- Organizational Capability.............................................................................................52Form T-III- Cost Sheet...................................................................................................................55

Hindustan Latex Limited ( MoHFW, Government of India 3

Page 4: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Disclaimer

Hindustan Latex Ltd, India (HLL) has prepared this RFP document on behalf of Ministry of Health and Family Welfare, Government of India (MoHFW). The purpose of this RFP is to provide interested parties with information to assist the preparation of their bid.

This RFP is issued to Bidders, who have been found eligible to bid for providing comprehensive consultancy for preparing design, DPR, and tender document for setting up of AIIMS like Apex healthcare institute at the site for which this RFP has been issued. The information is provided under the terms and conditions set out in this RFP and any other terms and conditions related to such information.

While HLL and MoHFW have taken due care in the preparation of the information contained herein, and believe it to be complete and accurate, neither them nor any of their authorities or agencies nor any of their respective officers, employees, agents or advisors give any warranty or make any representations, express or implied as to the exhaustiveness/ completeness or accuracy of the information contained in this document or any information which may be provided in association with it.

Respondents to this RFP are required to make their own inquiries/ surveys and will be required to confirm, in writing, that they have done so and they did not rely solely on the information in RFP.

This RFP is neither an agreement, nor an offer or invitation to perform work of any kind to any party.

MoHFW reserves the right not to proceed with the Project at any site or to change the configuration of the Project, to alter the timetable reflected in this document or to change the process or procedure to be applied. It also reserves the right to decline to discuss the Project further with any respondent. .

No reimbursement of cost of any type on any account will be paid to persons or entities submitting their Bid.

Hindustan Latex Limited ( MoHFW, Government of India 4

Page 5: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Definitions

“Application” shall mean the response submitted by interested parties to the “Invitation to EOI” published by HLL.

“Assignment Fee” shall mean the fee to be paid by the Client to the Consultant for the providing services for the Project as per the scope of works mentioned in the Contract.

“Bid” shall mean the signed technical offer submitted by the Bidder in response to this RFP.

“Bidder (s)” shall mean all eligible parties participating in the bidding process pursuant to and in accordance with the terms of the RFP.

“Bid Security” shall mean the amount to be deposited by the Bidders with the Bid as per clause 2.6.7

“Bid Validity” shall mean the period for which the Bids shall remain valid as per clause 2.6.8.

“Client” means MoHFW, its authorized agencies and assignees.

"Client's Requirements" means the document named Client’s Requirements, attached in the Volume 3 of RFP.

“Contract Agreement” shall mean the agreement to be signed between the Successful Bidder and the Client for the execution of the Project.

“Consultant” shall have the same meaning as Successful Bidder and with whom the Contract Agreement has been signed.

“DPR” means Detailed Project Report to be prepared for the Project.

“EOI” shall mean document named “Expression of Interest” published by HLL inviting Applications for shortlisting of parties for the Project.

“Evaluation Committee” shall mean the committee constituted by MoHFW / HLL for the evaluation of the bids.

“HLL” shall mean Hindustan Latex Limited, who have been appointed by MoHFW as in-house consultants for the project

“Group” shall mean the consortium/ Joint venture/ association/ collaboration formed by the Bidder either previously or for the purpose of the Project as the case may be.

“Implementation Agency” shall mean the agency selected for the development of the hospital and medical college for which the comprehensive consultancy is provided under this Project

“LOA” Letter of Award shall mean the letter issued by the Client to the Successful Bidder inviting him to sign the Contract Agreement

“MoHFW” shall mean Ministry of Health and Family Welfare, Government of India.

“Performance Security” shall mean the amount to be paid by the Successful Bidder as per clause 3.6 of RFP.

“Project” shall mean providing Comprehensive Consultancy for preparing Design, DPR and Tender Documents for Setting up AIIMS like Apex Healthcare Institute at the Site for which this RFP has been issued.

“RFP” shall mean document named “Request for Proposal” issued by MoHFW/HLL to the shortlisted Firms for inviting Bids for the Project.

Hindustan Latex Limited ( MoHFW, Government of India 5

Page 6: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

“Site” shall mean the place where the location of the institute for which the services as mentioned under the scope of work for the Project are to be carried out and the details of which are provided in this RFP

“Start of Work” shall mean the date of commencement of works by the Consultant as defined in clause 1.2 of Notice Inviting Bid.

“Successful Bidder” shall mean the Bidder declared successful Bidder as per Clause 2.8.1 and who has been invited by MoHFW/ HLL to sign the Contract Agreement.

“TI” shall mean the Bidder who is technically most suitable as per the results of evaluation conducted according to this RFP document.

“Tender Processing Fee” shall mean the amount to be paid by the Bidders with the Bid as per clause 2.6.4

Hindustan Latex Limited ( MoHFW, Government of India 6

Page 7: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

BACKGROUND INFORMATION

The PRADHAN MANTRI SWASTHYA SURAKSHA YOJNA (PMSSY) has been launched by the Hon’ble Prime Minister of India to offer specialty and super-specialty medical care and to improve the quality of medical education by creating 6 AIIMS like apex healthcare institutes at Bhopal, Bhubaneshwar, Jodhpur, Patna, Raipur & Rishikesh.

These locations have been identified based on socio-economic development, development indices, and availability of infrastructure for healthcare delivery. Each institution shall consist of 500 bedded hospital providing medical treatment in 39 specialty /super specialty disciplines with 350 additional super specialty and ICU beds.

The proposed Institutes shall have state-of-the-art multi-specialty /super-specialty facilities with captive hospital, medical college, nursing school with an annual intake of 100 undergraduates and approximately equal intake in P.G/Doctoral courses in various specialty/super-specialty disciplines based on Medical Council of India (MCI) norms, requisite infrastructures, hostels and housing complexes. The Institutes are likely to be Apex Body subsequently.

The proposed institutes shall become leading institutions in the education of physicians and medical scientists, in biomedical research, and in the application of sophisticated medical technology to patient care. The activities of the Institutes will focus on providing the highest quality patient care services, medical education and in advancing biomedical research.

The Institutes have been envisaged as centres of excellence for undergraduate and postgraduate medical education, nursing education and medical services are to be trendsetter in health research and advancement of medical sciences in India. The Institutes will provide educational facilities of very high quality comparable to the very best in the world for necessary medical manpower development.

The Institutes will train medical graduates, post-graduates with international levels of quality and efficiency in health care delivery. The Institutes will implement new approaches for medical education. They will provide best facilities for postgraduate studies and research.

The Institutes, with state-of-the-art high-tech medical equipment, will offer diagnostic and therapeutic care in clearly identified specialty and super-specialty services. The Institutes will also conduct health research, both basic and applied.

Each institute shall be housed in a 100-acres (approx.) campus with the requisite facilities as per Medical Council of India norms. The campus, besides the built up area of the hospital, hostels, residential areas etc. shall also have landscaped open areas, parking spaces, areas for recreational activity. The facilities being proposed are to be used by the poorest population of the country.

Hindustan Latex Limited ( MoHFW, Government of India 7

Page 8: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

 

Notice Inviting Bid

(Pages 9 to 11)

Hindustan Latex Limited ( MoHFW, Government of India 8

Page 9: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

SECTION -1 NOTICE INVITING BID

1.1 General

Ministry of Health and Family Welfare, Government of India, (MoHFW) invites sealed Bids from shortlisted Bidders to submit a technical Bid for providing comprehensive consultancy for preparing design, Detailed Project Report and tender documents for setting up AIIMS like Apex Healthcare Institute at. _______________ (name of the Site).

1.2 Important Information

Assignment Fee (for each site) (inclusive

of all taxes and levies excluding statutory

payments to local bodies)

For sites Jodhpur, Bhubaneshwar,

Rishikesh and Bhopal - Rs. 6,00,00,000

(Rupees six crores only)

For sites Patna and Raipur- Rs.

6,50,00,000 (Rupees six crores fifty

lakhs only)

Bid Security amount (for each site) For sites Jodhpur, Bhubaneshwar,

Rishikesh and Bhopal - Rs. 6,00,000

(Rupees six lakhs only)

For sites Patna and Raipur- Rs. 6,50,000

(Rupees six lakhs fifty thousand only)

Tender Processing Fee (for each site)

(Non-refundable)

Rs 10,000 (Rupees ten thousand only) to be

paid through a Demand Draft in favor of

Hindustan Latex Limited, payable at New

Delhi

Issue of RFP documents From 21.05.2007 to 04.06.2007 (between

1000 hrs to 1700 Hrs) on working days

Last date for submission of queries 18.06.2007

Pre Bid Conference 25.06.2007at HLL Office, Noida

Last date for Issue of addendum 02.07.2007

Last Date & time of Submission of Bids

(Bid due date)

24.09.2007 at 14.00 Hrs

Date & time of opening of Bids 24.09.2007 at 14.30 hrs

Dates for Bidders to make presentations

to the Evaluation Committee

To be intimated later

Date and time of submission of

performance security

30 days from issue of LOA

Date and Time of signing of Contract

Agreement

30 days from issue of LOA

Commencement of work 15 days from the date of issue of LOA

Hindustan Latex Limited ( MoHFW, Government of India 9

Page 10: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Completion period of the Work (for each

site)

Phase 1- 8 Months (from date of Start of

Works)

Phase 2- 28 Months (from the end of Phase

1)

Address for Communication Chief Engineer (ID)

Hindustan Latex Limited

B-12, Sector 59

Noida-201 301

Dist: Gautam Buddh Nagar (UP)

Telephone No. 0120-4324575, 4324572;

Telefax: 0120-4324573;

Email ID: [email protected]

RFP Document can be obtained from the office of Chief Engineer, (ID), HLL from the address mentioned above.

1.3 Significant Points

1.3.1 Bidder must not have been blacklisted or deregistered by any govt. agencies or public sector undertaking after the submission of Applications at EOI stage.

1.3.2 The Bidder shall submit his TECHNICAL PACKAGE in two parts; Part-I shall consist of information/details of the Bidder and Part -II shall be the Technical Bid.

1.3.3 RFP document consists of:

Volume 1

Notice Inviting Bid

Instructions to Bidders (Including Annexure)

Terms of Reference

Volume 2

General Conditions of Contract (GCC)

Volume 3

Client Requirements

Zoning Plan

Site Survey

Geotechnical Investigation Reports

1.3.4 The Contract shall be governed by the documents listed in Para 1.3.3 above and relevant standards and specifications, which are available commercially.

1.3.5 Bidders may obtain further information in respect of these RFP document from the office of the Chief Engineer (ID) Hindustan Latex Limited, B-12, Sector 59, Noida 201 301 and during the pre bid conference to be held as per clause 1.2 above.

Hindustan Latex Limited ( MoHFW, Government of India 10

Page 11: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

1.3.6 All Bidders are hereby cautioned that Bids containing any material deviation or reservation as described in Clause 2.7.2 of “Instructions to Bidders” shall be considered as non-responsive and shall be summarily rejected.

1.3.7 MoHFW reserves the right to accept or reject any or all Bids without assigning any reasons, No Bidder shall have any cause of action or claim against the MOHFW for rejection of his Bid.

Chief Engineer (ID)Hindustan Latex Limited,

B-12, Sector 59, Noida 201 301.

(On behalf of Ministry of Health and Family Welfare, Government of India)

Hindustan Latex Limited ( MoHFW, Government of India 11

Page 12: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Instruction to Bidders

(Pages 13 to 26)

Hindustan Latex Limited ( MoHFW, Government of India 12

Page 13: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

SECTION II- INSTRUCTIONS to BIDDERS

2.1 Important Points

a. Pre Bid conference shall be held on 18.06.2007at HLL Office, Noida

b. Date and time of opening of Bid (Clause 1.2 of Notice Inviting Bids) is 24.09.2007 at 1430 hrs

c. Bid Security as per the Clause 1.2 of Notice Inviting Bids is Rs. 6,00,000 (Rupees Six Lakhs Only) to be submitted with the RFP.

d. Period for which the Bid is to be kept valid (Clause 2.6.8), 180 days from the last date for submission of Bid.

e. Date of Start of Work, 15 days from the date of issue of LOA.

f. Period of completion

(a) Phase 1- 8 months from the date of Start of Work

(b) Phase 2- 28 months from the end of Phase 1

g. Validity Period for Performance Security (Form D) 6 months from the date of completion of the project

2.2 Eligibility to bid

This invitation is open to all those Bidders, who have been short listed by MoHFW, on the basis of the Application submitted in response to the invitation to EOI issued by HLL for the purpose and to whom this RFP has been issued.

2.3 Disqualification

Even if a Bidder meets the above criteria, MoHFW/HLL may order disqualification of the Bidder if

a. The Bidder has:

i. Made misleading or false representations in the forms, statements and attachments submitted; or

ii. The Bidder has been blacklisted by any government agency after the submission of Applications at the EOI stage or after submission of this RFP

iii. Submitted more than one Bid for the same site

2.4 Norms for JV/ Consortium

2.4.1 In cases where the Bidders are a Group, they would need to comply with the following additional requirements:

Hindustan Latex Limited ( MoHFW, Government of India 13

Page 14: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

i. Unless the parties are shareholders in a Joint Venture which is an existing corporate entity constituted under the Companies Act, 1956, as on the date of submission of Bids, the parties shall enter into a Memorandum of Understanding (the “MoU”) for the purpose of making the Application. The MoU shall, inter-alia, also convey the intent of formation of a Company (on award of the work) as per the Companies Act, 1956. It would be this Company which would enter into the Contract with the Client and subsequently carry out all the responsibilities as mentioned in the Contract, in case the Group is declared as the Successful Bidder the MoU shall also clearly outline the proposed roles and responsibilities of each member at each stage in the lifecycle of the Project.

ii. A copy of the MoU or the existing Shareholders’ agreement (providing the details as required from the MoU) as the case may be shall be submitted along with the Application. The MoU should contain the above requirements failing which, the Application shall be declared as non-responsive and summarily rejected. The MoU, or the Shareholders’ Agreement as the case may be, shall be governed by the laws, rules and regulations of India and would be subject to jurisdiction of Indian Courts only.

iii. Members of the Group shall nominate one member as the Lead Member. The nomination shall be supported by a Power of Attorney as per form E and should be signed by all the members.

iv. All the members of the Group shall be jointly and severally liable for the execution of the Project.

2.5 RFP Documents

2.5.1 Contents of RFP Documents

RFP Document shall consist of the documents listed in Clause 1.3.3 of Notice Inviting Bids along with any schedules, addendum or corrigendum etc issued by MoHFW/ HLL for the purpose.

2.5.2 Pre-Bid Conference

HLL shall conduct a pre-bid meeting at the time and venue mentioned in Clause 1.2 of Notice Inviting Bid to answer any queries the Bidders may have in connection with the Project and to give them relevant information regarding the same.

2.5.3 Clarifications

Bidders can seek clarifications to the RFP document by writing to at the mailing address indicated in Clause 1.2 of Notice Inviting Bid or by tele-fax. HLL will respond in writing to any request for clarification which is received prior to the dead line mentioned in Clause 1.2 of Notice Inviting Bid. Written copies of the HLL’s response (including an explanation on the query but without identifying the source of the inquiry) will be sent to all prospective Bidders who have received the RFP document. Only written communications/clarifications can be considered as valid.

Hindustan Latex Limited ( MoHFW, Government of India 14

Page 15: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

2.5.4 Amendments to the RFP Document

i. At any time prior to the deadline for the submission of Bids, MoHFW may, for any reason, whether at its own initiative or in response to a clarification or query raised by a prospective Bidder, modify the RFP by an amendment notice.

ii. The said amendment in the form of an addendum/ corrigendum will be sent to all prospective Bidders who have received the RFP. This communication will be in writing or by Tele-fax and the same shall be binding upon all Bidders. Prospective Bidders should promptly acknowledge receipt thereof by Tele-fax to the HLL. The addendum/ corrigendum will also be available on the website of HLL (www.hindlatex.com) and on MoHFW’s website (www.mohfw.nic.in).

iii. In order to allow Bidders reasonable time for preparing their Bids after taking into account such amendments, the MoHFW may, at its discretion, extend the deadline for the submission of Bids.

2.6 Preparation of Bid

2.6.1 Bidders responsibility

i. The Bidder is solely responsible for the preparation of Bids and details therein.

ii. The Bidder is expected to examine carefully all the contents of RFP as mentioned in Sub-clause 1.3.3 of Notice Inviting Bids including instructions, conditions, forms, terms, Client’s requirements etc and factor the same into his Bid. Failure to comply with the requirements as detailed in these documents shall be at the Bidders own risk. Bids which are not responsive to the requirements of RFP will be rejected.

iii. The Bidder shall be deemed to have inspected the Site and its surroundings and taken into account all relevant factors pertaining to the Site in the preparation and submission of the Bid.

iv. The Bidder shall bear all costs associated with the preparation and submission of his Bid and MoHFW/HLL will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the Bidding process.

2.6.2 Project Inspection and Site Visit

i. The Site information given in this RFP is for guidance only. The Bidder is advised to visit and examine the Site and its surroundings at his/their cost and obtain all information that they may deem necessary for preparing the Bid and executing the Project. Bidders can obtain information from HLL regarding contact persons for the site visit.

ii. MoHFW/HLL shall not be liable for such costs, regardless of the outcome of the selection process and no reimbursement of whatsoever nature in this regard shall be made by MoHFW/HLL.

2.6.3 Documents Comprising the Bid

The technical package, clearly labeled as “TECHNICAL PACKAGE”, has to be submitted in two parts, Part-I shall consist of information conforming responsiveness and other information from Bidders as required under this RFP and Part -II shall consist of the Technical Bid.

Hindustan Latex Limited ( MoHFW, Government of India 15

Page 16: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

I) Part –I shall comprise the followings:

a. Covering letter for the Bid

b. Checklist for the enclosed documents as per the format attached as Annexure 1

c. Demand Draft for Tender Processing Fee

d. Bank Guarantee, as per the format attached as Form B, towards Bid Security in original in a separate envelope, sealed and duly marked “Bid Security

e. Power of Attorney as per form D (in favor of the authorized signatory of the Bidder) to submit Bid.

f. In case of a Group, as explained in Clause 2.4,

a. Power of Attorney in favor of the lead member as per form E

b. Memorandum of Understanding

g. Initialed RFP document as listed in Clause 1.3.3 of Notice Inviting Bids

h. Documentation of EOI and RFP Experience in the form T-I

i. The order of preference for the six sites in the Form H

Where applicable, the Bidder should validate the data provided as above using suitable documentary evidence such as client certificates, audited balance sheets, annual reports etc clearly giving the reference to the evidence against the relevant portion.

II) Part –II shall comprise the followings:

(a) Technical Bid

The Bid be prepared keeping in mind the evaluation criteria defined in section IV and should cover in detail the following:

i. Bidder’s understanding and comprehension of the work involved.

ii. The approach and methodology proposed for carrying out the services covered in the scope of work

iii. Concept design and layout

iv. Space plan, functional plan, activity sequencing, medical equipment planning, services and systems planning

v. Specifications and standards adopted in the design

vi. Energy efficiency in the design

vii. Break up of expected construction and operation & maintenance costs of the hospital and medical college as per the design (form T-III)

viii. Proposed quality plan as per the requirements of ISO 9001:2001: Quality Management Systems

ix. Proposed project schedule

(b). Organizational capability- Proposed team for the assignment

i. Number of proposed technical staff in the Form T-II

Hindustan Latex Limited ( MoHFW, Government of India 16

Page 17: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

ii. Academic qualification of the staff in the Form T-II

iii. Relevant Work Experience of the proposed staff in the Form T-II

(c) Break up of Assignment Fee as per Form G (in a closed envelope)

In addition to above, following information shall also be furnished in Part-I of technical package:

(a) An organization chart for the project with roles and responsibilities of each key staff member (identified by name), duration & timing within the overall work program.

(b) The Bidder shall clearly demonstrate the capabilities of the team leader in the preparation of DPRs for a commissioned hospital and that of senior architect in the design and implementation of a commissioned multi-specialty hospital by giving examples and details of such projects and work done in the project

Note:

1. List of documents has been prepared mainly for the convenience of the Bidders and any omission on the part of MoHFW shall not absolve the Bidder of his responsibility of reading and understanding the various clauses in the RFP including the specifications and to submit all the details specifically called for (or implied) in those clauses.

2. All documents issued for the purposes of Bidding as described in Clause 1.3.3 of Notice Inviting Bids, and any amendments issued in accordance with Clause 2.5.4 shall be deemed as incorporated in the Bid.

3. The break up of Assignment Fee shall be submitted in a separate sealed envelope. The same shall not be evaluated by MoHFW/HLL

4. In case the Bidder wants to submit a model of his design, the same shall be submitted in a sealed box

2.6.4 Tender Processing Fees

The Bidder shall pay a Tender Processing Fee of Rs 10,000 (Rupees ten thousand only) per site. Tender Processing Fee shall be enclosed along with technical package part I and shall be payable through a demand draft (non-refundable) drawn in favor of “Hindustan Latex Limited”, payable at New Delhi. Any bids not accompanied by the Tender Processing Fees shall be rejected and shall not be considered for further evaluation / selection.

2.6.5 Language of Bid

The Bid and all related correspondence and documents relating to the Project shall be written in the English language. Supporting documents and printed literature furnished by the Bidder, if any, may be in another language provided they are accompanied by an accurate English translation. Any material that is submitted in a language other then English and which is not accompanied by an accurate English translation will not be considered.

2.6.6 Currency of Bid

All the payments for the project shall be made in Indian Rupees only.

Hindustan Latex Limited ( MoHFW, Government of India 17

Page 18: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

2.6.7 Bid Security

i. The Bidder shall furnish, as Bid Security, an amount as mentioned in Clause 1.2 of Notice Inviting Bids.

ii. The Bid Security will be in the form of a Bank Guarantee from a Scheduled Commercial bank in India acceptable to the Client. The format of the Bank Guarantee shall be as per Form B provided in this RFP. The said Bank guarantee shall be irrevocable and operative for a period not less than 30 days beyond the validity of the Bid (i.e. 210 days from the last date of submission of Bids as per clause 1.2 of Notice Inviting Bid or extended date thereof). The Bid Security shall be endorsed/pledged in favor of MoHFW and shall be submitted in a separate envelope super scribed “Bid Security for Comprehensive Consultancy for preparation of DPR and Design Preparation for ________ (name of the institute) under PMSSY”.

iii. Any Bid not accompanied by an acceptable Bid Security shall be treated as non-responsive by the MoHFW/HLL and shall be summarily rejected.

iv. The Bid securities of unsuccessful Bidders shall be discharged/ returned by MoHFW as promptly as possible, but not later than 30 days after the expiration of the period of Bid Validity as defined in Clause 2.6.8.

v. The Bid Security of the Successful Bidder shall be returned upon the Successful Bidder executing the Contract Agreement with the Client and on submission of Performance Security, as mentioned in Clause 3.6 of Terms of Reference.

vi. The Bid Security shall be forfeited:

a. if a Bidder withdraws his Bid during the period of Bid Validity, or

b. in the case of the Successful Bidder,:

I. the necessary Performance Security for performance is not furnished as per Clause 3.6 and/or

II. the Contract is not signed within the time limit specified in Clause 2.8.3

vii. The Bidder tries to influence the Bid process/ employees of MoHFW/HLL/ members of Evaluation Committee in any manner or breaches standards of ethics as per Clause 2.11

2.6.8 Bid Validity

Bids shall be valid for a period as specified in Clause 1.2 of Notice Inviting Bids MoHFW/ HLL reserves the right to reject any Bid, which does not meet this requirement.

2.6.9 Extension of Bid Validity

Prior to the expiry of the original Bid Validity Period, MoHFW/ HLL may request Bidders to extend the Bid Validity Period for a specified additional period.

2.6.10 Format and Signing of Bid

i. Bid documents (technical package Part I and II) shall be stamped and signed on all pages by a person duly authorized to sign Bid documents. The Bidder shall

Hindustan Latex Limited ( MoHFW, Government of India 18

Page 19: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

also submit a power of attorney authorizing the person signing the documents in accordance with Clause 2.6.16 of the Instruction to Bidders.

ii. Entries to be filled in by the Bidder shall be typed or written in indelible ink.

iii. The Bid shall be without alterations, overwriting, interlineations or erasures except those to accord with instructions issued by MoHFW /HLL, or as necessary to correct errors made by the Bidder. All amendments/corrections shall be initialed by the person or persons signing the Bid.

iv. All witnesses and sureties shall be persons of status and probity and their full names, occupations and addresses shall be written below their signatures.

2.6.11 Sealing and Marking of Bids

The Bidder shall follow the procedure as indicated below:

i. Each Bid will be submitted in two sets one marked “Original” and the other marked “Copy” (Copy should be the photocopy of ‘original’).

ii. Each set containing the two parts, TECHNICAL PACKAGE part I and part II shall be sealed in two separate envelopes clearly marked as “Original” and “Copy’. The two envelopes shall be wrapped in an outer envelope addressed to The Chief Engineer (ID), Hindustan Latex Limited, B-12 Sector 59, Noida 201 301, duly superscribing on top, name of work (Comprehensive Consultancy for preparing DPR and Design of AIIMS like Apex Health care Institute at __________ (name of the site) and last date and time for submission. The envelope should also bear the name and address of the Bidder.

iii. The contents of Technical Package shall be as detailed under Clause 2.6.3 herein.

iv. No responsibility will be accepted by the MoHFW/HLL for the misplacement of the bids that are not sealed or marked as per aforesaid instructions.

2.6.12 Submission of Bids

i. Bids should be submitted to:

The Chief Engineer (ID)

Hindustan Latex Limited,

B-12, Sector-59

Noida (UP), 201 301.

ii. The last date for submission of completed Bids is given in Clause 1.2 of Notice Inviting Bids. . The MoHFW/HLL may, at their discretion, extend this date, in which case all rights and obligations of the MoHFW/HLL and the Bidder shall thereafter be subject to the new deadline as extended. If such nominated/ extended date for submission of Bid is subsequently declared as a Public Holiday, the next official working day shall be deemed as the date for submission of Bid.

iii. Bids shall be submitted by hand or through registered post or courier service at the address mentioned above. MoHFW/HLL shall not take any cognizance and

Hindustan Latex Limited ( MoHFW, Government of India 19

Page 20: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

shall not be responsible for delay/loss in transit or non-submission of the Bid in time.

iv. Bids sent telegraphically or through other means of transmission (Tele-fax etc.), which cannot be delivered in a sealed envelope, shall be treated as defective, invalid and shall stand rejected.

2.6.13 Modifications/ Substitution/ Withdrawal of Bids

i. The Bidder may modify, substitute, or withdraw his submitted Bid after submission, provided that written notice of the modification, substitution, or withdrawal is received by HLL on or before the last date for submission of Bids. No Bid shall be allowed to be modified, substituted, or withdrawn by the Bidder in any manner whatsoever thereafter.

ii. The modification, substitution, or withdrawal notice shall be prepared, sealed, marked, and delivered on or before the last date for submission of Bids in accordance with Clause 2.6.10 and 2.6.11, with the envelopes being additionally marked “MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL”, as appropriate. In case of complete substitution or withdrawal, the earlier document shall be returned unopened at the time of opening of Bids.

2.6.14 Bid Due Date

i. Bids should be submitted before the stipulated date and time as specified in Clause 1.2 of Notice Inviting Bids.

ii. MoHFW/HLL may at its sole discretion, extend the Bid due date by issuing an addendum in accordance with Clause 2.5.4.

2.6.15 Late Bids

Any Bid received in office of the Chief Engineer (ID) after the deadline prescribed for submission of Bids in Clause 1.2 of Notice Inviting Bids herein will be returned unopened to the Bidder.

2.6.16 Power of Attorney

i. Bidders shall submit a Power of Attorney as per form D, duly notarized and on a stamp paper of an appropriate value, in favor of the person signing the Bid documents. The said authority shall also include authority to make corrections/ modifications and interacting with MoHFW/HLL and for acting as the contact person along with Part 1 of the technical Bid.

ii. In case of a Group, the parties shall also submit a Power of Attorney as per form E for the appointment of the lead member in accordance with clause 2.4 and duly notarised. The lead member should authorize the authorized signatory of the Group.

Hindustan Latex Limited ( MoHFW, Government of India 20

Page 21: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

2.7 Bid Opening and Evaluation

2.7.1 Bid Opening

i. The Bids will be opened in the presence of the Bidders or their representatives who choose to attend on the date & time as mentioned as per Clause 1.2 of Notice Inviting Bids in the office of the Chief Engineer, (ID), Hindustan Latex Limited, B-12, Sector-59, Noida – 201301. If such nominated date for opening of the Bid is subsequently declared as a public holiday, the next official working day shall be deemed as the date of opening of the Bid.

ii. Bids for which acceptable notices of withdrawal have been submitted in accordance with Clause 2.6.13 shall not be opened.

iii. The Bid which does not comply with one or more of the foregoing instructions may not be considered.

iv. On opening of the main Bid envelopes, it will be checked if they contain Technical Packages part I and II.

v. The Bids will be examined to see if they are complete, and contain all documents as mentioned in clause 2.6.3. If the documents do not meet the requirements of the RFP, a note will be recorded accordingly by MoHFW/ HLL and the said Bidder’s Package will not be considered for further processing/evaluation.

vi. The Bidders name, the presence or absence of the requisite Bid Security and such other details as MoHFW or his authorized representative, at his discretion, may consider appropriate will be announced at the time of Bid opening.

2.7.2 Determination of Responsiveness

i. Prior to the detailed evaluation of Bids, MoHFW/HLL will determine whether each Bid is responsive to the requirements of RFP

ii. For the purpose of this Clause, a responsive Bid is one which

a. Is received by the Bid Due Date as per Clause 1.2 of Notice Inviting Bids including any extension thereof, if any.

b. Is signed, sealed and marked as stipulated in Clauses 2.6.10 and 2.6.11

c. Is accompanied by the Power(s) of Attorney as specified in Clause 2.6.16

d. Contains all the information as requested in the RFP and in the required format

e. Contains information in formats same as those specified in this RFP

f. Is valid for the validity period as set out in Clause 2.6.8 and 2.6.9

g. Is accompanied by required fee for the RFP

h. Is accompanied by the Bid Security Bank Guarantee,

i. Conforms to all the terms, conditions and specifications of RFP without material deviation or reservation. “Deviation” may include exceptions and exclusions. A material deviation or reservation is one which affects in any substantial way the scope, quality, performance or administration of the works to be undertaken by the Bidder under the Contract, or which limits, in any substantial way, Client’s rights or the Bidders obligations under the Contract as provided for in RFP and/ or is of an essential condition, the rectification of which would affect unfairly the

Hindustan Latex Limited ( MoHFW, Government of India 21

Page 22: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

competitive position of other Bidders presenting substantially responsive Bids at reasonable price.

iii. If a Bid is not substantially responsive to the requirements of RFP, it will be rejected by MoHFW/HLL. The decision of the MoHFW/HLL as to which of the Bids are not substantially responsive shall be final.

2.7.3 Evaluation of Bids

i. MoHFW/HLL would subsequently examine and evaluate Bids in accordance with the criteria set out in Section IV.

ii. MOHFW/HLL reserves the right to reject any Bid if:a. At any time, a material misrepresentation is made or uncovered; orb. The Bidder does not respond within the stipulated time to requests for

supplemental information required for the evaluation of the Bid.

2.7.4 Clarification of Bids

Evaluation of technical packages submitted by Bidders shall be undertaken based on the details submitted in the technical package only. Bidder shall not be allowed to submit on their own, additional information or material subsequent to the date of submission and such material if submitted will be disregarded. It is therefore essential that all the details are submitted by the Bidder accurately and specifically in their technical package avoiding ambiguous answers. However, MoHFW/HLL reserves the right to seek any clarification from Bidders for details submitted with technical package.

2.7.5 Confidentiality

i. Except the public opening of Bid, information relating to the examination, clarification, evaluation and comparison of Bids and recommendations concerning the award of the Contract shall not be disclosed to Bidders or other persons.

ii. Any effort by a Bidder to influence the employees of MoHFW/ HLL/ members of Evaluation Committee in the process of examination, clarification, evaluation and comparison of Bids and in decisions concerning award of contract, shall result in the rejection of their Bid.

2.8 Award of Contract

2.8.1 Award Criteria

Subject to Clause 2.7.3, MoHFW/HLL or its assignees or any agency appointed by them will declare the Bidder ranked T1 as per clause 4.2 as Successful Bidder and process his offer further to award the Contract as per the procedure mentioned in the RFP and terms and conditions set out in this RFP.

In case MoHFW/HLL offers a site to a technically successful Bidder in accordance with Clause 2.13 and Clause 4.4 and the Bidder agrees for the same, the said Bidder shall be declared Successful Bidder for that site.

Hindustan Latex Limited ( MoHFW, Government of India 22

Page 23: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

2.8.2 Notification of Award

i. Prior to the expiry of the period of Bid Validity, MoHFW/HLL will notify the successful Bidder by Tele-fax or by e-mail, to be confirmed in writing by registered post/ by courier. This letter (hereinafter and in the Conditions of Contract called ‘the Letter of Award’) shall mention the sum which, the Client will pay to the Design Consultant in consideration of the work performed by the Design Consultant as prescribed by the Contract (hereinafter and in the conditions of Contract called ‘the Assignment Fee’) to the satisfaction of the Client. No correspondence will be entertained by MoHFW/HLL from the unsuccessful Bidders.

ii. The Letter of Award shall constitute a part of the contract.

iii. Upon submission of Performance Security by the successful Bidder as per clause 3.6, MoHFW will promptly notify the unsuccessful Bidders and discharge / return their Bid securities.

2.8.3 Signing of Agreement

i. MoHFW/HLL shall prepare the Agreement in the Proforma (Form E) included in this Document, duly incorporating all the terms of agreement between the two parties. Within 30 days from the date of issue of the Letter of Award the successful Bidder will be required to execute the Contract Agreement.

ii. the Successful Bidder shall submit Performance Security within a period of 30 days from the date of issue of the Letter of Award

iii. One copy of the Agreement duly signed by the Client and the Design Consultant through their authorized signatories, will be supplied by the Client to the Design Consultant.

iv. In case Successful Bidder does not sign the Contract with the Client, the Client reserves the right to retender the project.

2.9 Conflict of Interest

2.9.1 Client requires that Consultant provides professional, objective, and impartial advice and at all times hold the Client’s interests paramount, strictly avoid conflicts with other Assignment/jobs or their own corporate interests and act without any consideration for future work.

 

2.9.2 Without limitation on the generality of the foregoing, Consultant, and any of his affiliates, shall be considered to have a conflict of interest and shall not be hired, under any of the circumstances set forth below:

 

(i) Conflicting activities; A firm that has been engaged by the Client to provide goods, works or Assignment/job other than consulting assignment/job for a project, and any of its affiliates, shall be disqualified from providing consulting assignment/job related to those goods, works or Assignment/job. Conversely, a firm hired to provide consulting assignment/job for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or assignment/job other than consulting assignment/job resulting from or directly related to the firm’s consulting assignment/job. Other than consulting assignment/job are defined as

Hindustan Latex Limited ( MoHFW, Government of India 23

Page 24: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

those leading to a measurable physical output, for example surveys, exploratory drilling, aerial photography, and satellite imagery.

 (ii) Conflicting assignment/job; A consultant (including its Personnel and Sub-Consultants) or any of its affiliates shall not be hired for any Assignment / job that, by its nature, may be in conflict with another Assignment/job of the Consultant to be executed for the same or for another Client. For example, a Consultant hired to prepare engineering design for an infrastructure project shall not be engaged to prepare an independent environmental assessment for the same project, and a Consultant assisting a Client in the privatization of public assets shall not purchase, nor advise purchasers of, such assets. Similarly, a Consultant hired to prepare Terms of Reference for an Assignment/Job should not be hired for the assignment/job in question.

(iii) Conflicting relationships; A Consultant (including its Personnel and Sub-Consultants) that has a business or family relationship with a member of the Client’s staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the assignment/job, (ii) the selection process for such assignment./job, or (iii) supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Client throughout the selection process and the execution of the Contract.

2.10 Employment of Officers/ Retired Officers of MoHFW/HLL

The Bidder(s), either at Proposal stage or during the execution stage shall not employ or attempt to employ any staff from current or past employees including retired employees of MoHFW/HLL in any capacity unless such employee has completed at least two years post retirement/ resignation or had obtained a ‘No Objection Certificate’ specific to this effect from MoHFW/HLL as the case may be.

.

2.11 Standards of ethics

The Client desires that the Consultants should observe the highest standard of ethics during the selection and execution of such contracts.

(a) In pursuance of the above objective, this policy defines, the terms set forth below as follows:

“corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value to influence the action of a public official in the selection process or in contract execution; and

“fraudulent practice” means a misrepresentation or omission of facts in order to influence a selection process or the execution of a contract,

“collusive practice” means a scheme or arrangement between two or more consultants, with or without the knowledge of the Client, designed to establish prices at artificial noncompetitive levels.

“coercive practice’ means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract.

Hindustan Latex Limited ( MoHFW, Government of India 24

Page 25: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

(b) It is further provided that :-

(i) The Client will reject a proposal for award if it determines that the consultant recommended for award has engaged in corrupt or fraudulent activities in competing for the contract in question;

(ii) The Client will declare a consultant ineligible, either indefinitely or for a stated period of time, to be awarded a Government contract if it at any time determines that the consultant has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract

2.12 Client’s right to accept any Bid and to reject any or all Bids

Notwithstanding anything above, MoHFW reserves the right to accept or reject any Bid at any time prior to award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligations to inform the affected Bidder or Bidders about the grounds for MoHFW’s action.

MoHFW/HLL reserves the right to cancel/annul the selection process, at any stage prior to the award of the Contract, in larger public interest, on account of the following:a. in case no Bid is received for the site, b. occurrence of any event due to which it is not possible to proceed with the

selection processc. an evidence of a possible collaboration/mischief on part of Bidders,

impacting the competition, objectivity and transparency of the selection process,

d. it is discovered that Bidders have breached standard of ethics as per clause 2.11

e. any other reason, which in the opinion of the Client necessitates the cancellation of the selection process

On occurrence of any such event, MoHFW/HLL shall notify all the Bidders for the Site within 7 days of such decision. MoHFW/HLL shall also promptly return the Bid Security submitted by the Bidders within 15 days of issue of such notice. MoHFW/HLL is not obligated to provide any reason or clarification to any Bidder on this account. MoHFW’s/HLL’s liability under this clause is restricted to returning the Bid Security and no other reimbursements of costs/ expenses of any type shall be made by the Client on this account.

The Client further reserves the right to retender the process or get the work done by a Government agency or Quasi Government agency if the Client is of the opinion that the bids received are not economically or otherwise feasible or not acceptable due to reasons in sub clauses (a) to (d) above.

2.13 MoHFW’s option to offer other site to the Bidder (optional offer)

In case a Bidder is not selected as T1 for some site, MoHFW shall have the option to offer any site to the said Bidder in accordance with Clause 4.4 for which he has not submitted his proposal. Such an optional offer shall be made by MoHFW/HLL in accordance with Clause 4.4. The Bidder shall submit an undertaking in Form A stating that in case, he is not selected as T1 for the sites, for which he has submitted his proposal, he is willing to provide his services for any other site offered by the

Hindustan Latex Limited ( MoHFW, Government of India 25

Page 26: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

MoHFW. A failure by the Bidder to give the abovesaid undertaking shall make him ineligible for the above offer.

Hindustan Latex Limited ( MoHFW, Government of India 26

Page 27: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Terms of Reference

(Pages 28 to 33)

Hindustan Latex Limited ( MoHFW, Government of India 27

Page 28: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

1.4 SECTION III- TERMS OF REFERENCE

3.1 Purpose of the Assignment

Ministry of Health and Family Welfare, Government of India (MoHFW) intends to select a consultant for providing comprehensive consultancy for preparing design, Detailed Project Report and tender documents for Setting up AIIMS like Apex Healthcare Institute at. _______________ (name of the site).

The Consultant shall be associated with the Client from concept to commissioning stage and shall be responsible for services as mentioned in the scope of work as per clause 3.2 of Terms of Reference.

3.2 Scope of work

The Project Consultant shall provide comprehensive consultancy services for setting up of the AIIMS like Apex Healthcare Institutes on all the matters of the project and shall be involved through the entire duration of the project till commissioning/handing over of the respective Institutes after the defect liability period. The Consultant shall be responsible for the following services for the Project:

Phase 1- Design Phase

Stage I- Preliminary Design stage Preparation of Master Plan/layout plan for the site. Hospital planning based on functional analysis and workflow analysis including

preparation of architectural brief and space programming, design concept, concept for all services etc.

The consultant should get the concurrence / approval of MoHFW / HLL for the master plan/layout plan and conceptual drawings before preparation of DPR and detailed drawings.

Stage II- Detailed Design Stage Preparation of Detailed Project Report (DPR). The consultant shall get the DPR

approved by MoHFW Detailed design engineering including architectural and structural engineering,

electrical engineering, HVAC plants, medical gases, medical equipment planning, central sterile services department, communication and networking plan, fire detection and protection plan, medical laboratory designs, waste management systems, signages, landscaping, interior design, furniture & furnishings etc. meeting all laws, regulations and local and global standards.

Getting approvals / permits of the Statutory / local / Government agencies. Detailed project planning and scheduling.

Stage III- Bidding stage

Preparation of tender documents (EOI & RFP documents) for selection of an Implementing Agency for the hospital and medical college

Providing assistance to MoHFW in the evaluation of the tenders and finalization of vendor.

Phase 2- Implementation Phase

Hindustan Latex Limited ( MoHFW, Government of India 28

Page 29: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Stage IV- Construction and Post Construction Stage Initiate activities that will be necessary in the performance of the services in

accordance with the Master Plan and changes if any Revision of drawings, if required, during execution stage due to site conditions or

other unforeseen factors as desired by the Client. Obtaining all the required completion certificates/ NOCs from the various local

authorities and furnish to MoHFW the building completion/occupancy certificate. Provide adequate profession assistance to the Implementing Agency

Note:1. The selected architectural concept and architectural designs shall become the property

of Ministry of Health & Family Welfare (MoHFW) including its copyright. MoHFW reserves the right to modify the architectural concept and architectural design for use in any of its projects.

2. Detailed scope of work is given in Volume 3 (Client Requirements) of this document.

3.3 Deliverables and Timelines

The timelines for the project are as follows:

Phase 1 Stage Time from the date of

Start of Work (months)

Phase 1 Stage 1 to Stage 3 8

Phase II Stage 4 30

The consultant shall deliver the following to the Client:

Sl. No Deliverable Time from the date of Start

of Work (weeks)

1. Submission of Master Plan 4

2. Submission of Preliminary design 8

3 Draft DPR Including Specifications, Detailed

Design and Bill of Quantities

26

4 Final DPR 30

The Consultant shall supply 10 (ten) sets and 1 (one) soft copy of each to the Client. 10 (ten) sets of drawings will be supplied in A0 size and 5(five) sets in A3 size .Drawings shall be prepared on CADD (latest version) and structural design on STAAD 9 (latest version ).All approvals except DPR shall be given by the Client as per the schedule mentioned above.

Hindustan Latex Limited ( MoHFW, Government of India 29

Page 30: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

3.4 Payment

3.4.1 Fee for Engagement

The Client shall pay to the Consultant, an Assignment Fee of a sum of Rs 6,00,00,000 (Rupees Six crores) only for providing services as required under per scope of work mentioned in the Contract Agreement. There shall be no change in the Assignment Fee for the Project on any account for the scope of work as mentioned in the Contract Agreement. The said fee is inclusive of all the direct and indirect taxes, duties/ cess to be paid by the Consultant, proof checking consultant’s fee, any other fee/ expenditure incurred by the Consultant. Only the statutory expenses (excepting taxes and levies) made to statutory bodies for the Project shall be reimbursed by the Client over and above the Assignment Fees.. No reimbursement shall be made by the Client until the Consultant has submitted a written claim for the same and has attached sufficient documentary evidence

In case, the Client uses the design of a technically successful Bidder at any other site, the Client shall pay a sum of Rs 30 lakh (including all taxes and levies) to the concerned Bidder. The Bidder shall note that this fees is full and final and no other payment shall be made by the Client in this regard. Further, such a payment shall not bind the Client in any manner, whatsoever it may be.

Unless otherwise explicitly stated in the Contract, the payment shall be as per accepted schedule of payment mentioned in RFP. The payment shall be subject to deductions as per Indian income tax laws.

3.4.2 Milestones and Payments Terms

Phase 1

Stage Sl. No Milestone % PaymentCumulative

percentage payment

Stage 1

1 Approval of Master Plan 5% 5%

2Approval of Preliminary Architectural Design 20% 25%

3Clearances and Approvals from Statutory bodies and basic working drawings 10% 35%

Stage 2

4 Submission of Draft DPR 20% 55%

5 Proof Checking and approval of DPR 15% 70%

Stage 3 6 Approval of tender document 10% 80%

Phase 2

Stage Sl. No Milestone % PaymentCumulative

percentage payment

Stage 4 1Commencement of Work by Implementing Agency 5% 85%

Hindustan Latex Limited ( MoHFW, Government of India 30

Page 31: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

2 Completion of work   85%

  a. 25% completion of work 5% 90%

  b. 50% completion of work 5% 95%

 

c. 100% completion including all clearances and approvals including occupancy certificate 5% 100%

Note:1. Completion of scope of work for the consultant will be considered only after the

completion of stage 4.

3.5 Liquidated Damages for Delays

In case the Consultant is unable to adhere to the project timelines, the Consultant will be charged liquidated damages at the rate of half percent of the Engagement Fees for the Works for each week, the Consultant is in default subject to a maximum of 10% of the total Contract Value.

3.6 Performance Security

i. The Successful Bidder shall furnish to the Client a security in the form of a bank guarantee for an amount of 10% of the total Assignment Fee towards satisfactory performance of Consultant towards the Contract. The Bank Guarantee has to be from a Scheduled Commercial bank based in India and shall be as per Form C provided in the RFP. The Performance Security shall be furnished within the time limit specified in Sub-clause 2.8.3.

ii. Failure of the successful Bidder to submit the required Performance Security shall constitute sufficient grounds for the annulment of the award of Contract and forfeiture of the Bid Security.

iii. The said performance security shall be refunded as follows:

a. 80% of the amount within 30 days after the successful completion of phase 1

b. 20% of the amount within 30 days after the successful completion of phase 2.

3.7 Sub-contracting

The Consultant shall not subcontract whole of the work. The Consultant shall not subcontract any part of the work without notifying and obtaining prior approval from the Client. The Consultant may sub-contract bid process management for the selection of Implementing Agency.

3.8 Proof Checking

The Consultant shall get the design proof checked through IIT, Delhi or any other IIT or any agency nominated by the Client. The Consultant shall carry out any correction/ modifications as suggested by the said agency. The suggestions of the proof checking agency shall be binding on the Consultant. The expenses for the same shall be borne by the Consultant within the Assignment Fee.

Hindustan Latex Limited ( MoHFW, Government of India 31

Page 32: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

3.9 Project Monitoring Committee

The progress of the assignment shall be reviewed by a Project Monitoring Committee constituted by the Client. The Project Monitoring Committee shall be responsible for day to day monitoring of the Project. The Project Monitoring Committee shall conduct monthly periodic reviews for the performance of the Consultant and report the same to the Client. The Consultant shall comply with the instructions of the committee and the same shall be bound on him.

The Client has the right to inspect the accounts and records and get the same audited by the auditors appointed by the Client. The Consultant shall provide all assistance to the Client, the Committee and any authorized representative of the Client in this regard.

3.10 Site team during the post tender phase

The Consultant shall maintain a “Site Team” consisting of adequate key personnel during the construction phase and render advice to the Client and the Implementing Agency as and when called upon. The detailed scope of services under this phase is given separately in Client Requirement. The visit schedule for the Site Team shall be as follows:

(i) Architect – 2 visits per month for first 6 months, thereafter 1 visit per month(ii) Structural Engineer- 1 visit per month(iii) Electrical Engineer- 1 visit per month after 3 months of commencement of

works(iv) PHE- 1 visit per month after 6 months of commencement of works(v) Landscape Architect-1 visit per month in last 6 months (vi) Fire fighting- 2 visits per month in last 3 months

The above members will need to visit as per the above schedule and as and when needed by the Client. The Consultant shall ensure that, the above members are available whenever called upon by the Client within 10 days of such request. The Client shall send such written request to the Project Manager of the Consultant Team. The Project Manager should ensure that the required personnel are present at the required time.

A failure to make available the Site Team shall constitute default on part of the Consultant and in such cases, the Client shall levy a fine of Rs 5,000 (Rupees Five thousand) per person per day for each such default. The decision of the Client in definition of default and levy of fine shall be final.

3.11 Available Information

The following reports form part of the RFP and shall be supplied to the Consultant for assistance in preparation of his Bid.i. Soil testing reports

ii. Survey reportiii. Zonal Planiv. Site plan

Any other information available with the Client, which can help the Consultant during the Project, shall be shared by the Client with the Consultant at their discretion and at the request of the Consultant.

Hindustan Latex Limited ( MoHFW, Government of India 32

Page 33: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

3.12 Quality Assurance

The Consultant shall ensure quality in his work. The documents and design/ drawings prepared by the Consultant shall correspond to the international best practices and as a minimum conform to ISO 9001: 2000- “Quality Management System- Requirements”.

3.13 Ownership of the Designs and Drawings

All copyright and other proprietary rights in the Works shall vest and stand assigned to MoHFW and MoHFW shall consequently own, absolutely and exclusively on a worldwide basis, the whole of property, rights, title and interest including all copyright in the Works, present or future, vested or contingent, generally and without limitation, for the whole term of the copyright, including the right to modify and/or make any alterations to the Works and all the above rights shall not lapse even if such rights are not exercised by MoHFW during the terms of the copyright and the Consultant shall be required/obliged to execute any deeds/documents, as may be required or considered necessary, by MoHFW to give effect to and secure the abovementioned rights of MoHFW in the Works. For the purpose of this clause, the term “Works” shall include all “works” covered by the copyright 1957 including the design, DPR or documents prepared by the Consultant at the inception of, during the course of and until the completion of the Project and also includes any work created directly or indirectly in the performance of the obligations of the Consultant in connection with the Project.

The Consultant shall not use or allow any one to use these drawings, designs, documents and software without the prior written permission of the Client and any such act without the permission of the Client shall constitute violation of Intellectual Property Rights.Even in the event of stoppage / cancellation of the selection process, all documents /designs/ drawings submitted by the Bidders to the Client on or before the cancellation of the selection process shall become the property of the Client and the Bidders shall have no claim on such documents/design.

3.14 Force Majeure

i. War, invasion, revolution, riots, sabotage, lockouts, strikes, work shut-down imposed by Government Acts or legislature or other authorities, stoppage in supply of materials, fuel or electricity, breakdowns of machinery, act of God, epidemics, fires, earthquakes, floods, explosions, accidents, sea navigation blockades or any other acts or events whatsoever which are beyond reasonable control and which shall directly or indirectly prevent completion of the project within the time specified in the agreement, will be considered Force Majeure. The Consultants shall be granted necessary extension of time to cover the delay as caused by Force Majeure without any financial repercussions.

ii. Should one or both parties be prevented from fulfillment of the contractual obligations by a state of Force Majeure, the two parties shall consult each other and decide regarding the future execution of the contract.

3.15 Disputes and Arbitration

All disputes arising during the progress of the Project shall be settled through the procedure mentioned in the General Conditions of Contract.

Hindustan Latex Limited ( MoHFW, Government of India 33

Page 34: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Evaluation Process and CriteriaPages 35 to 36)

Hindustan Latex Limited ( MoHFW, Government of India 34

Page 35: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

SECTION IV- EVALUATION PROCESS AND CRITERIA

4.1 Evaluation Process

4.1.1 The Technical Bids of the Bidders shall be evaluated as per clause 4.2:

4.1.2 The Bidders shall be invited to make a presentation to the Evaluation Committee on:

i. How does the design conform to the Client Requirements

ii. Unique features of the design

iii. Any other information which would assist in improving the evaluation score.

4.1.3 The Technical Proposal part II shall be evaluated by the Evaluation Committee for the above parameters based on the evaluation criteria mentioned below in Clause 4.2 and given a technical score

4.1.4 Bidders securing more than 65% of the marks overall and minimum 40% in each sub-criteria mentioned below shall be declared technically successful

4.1.5 The technically successful Bidders shall be ranked according to the technical score given by the Evaluation Committee with the Bidder scoring the highest technical score ranked T1, Bidder scoring the next highest technical score ranked T2 and so on.

4.1.6 T1 will be declared Successful Bidder and invited for further processing of offer.

4.1.7 In addition to above ranking for each site, the Evaluation Committee shall also rank all the Bidders as R1, R2 and so on in the order of technical merit of the submitted proposals. For this purpose, the Evaluation Committee shall find out the average technical score of each Bidder based on the number of technical proposals submitted and technical score of each proposal. The Bidder whose average technical score for all the proposals submitted is highest shall be ranked R1, the Bidder whose average technical score is next highest shall be ranked R2 and so on.

4.2 Technical Evaluation Criteria

Sl. No Criteria Weightage

1 Suitability of Design 65%

(a)     Design Concept/ Philosophy  

(b)     Approach & Methodology  

(c)      Layout Planning/ Masterplan including services  

(d)     Functional Planning  

(e)      Space Planning  

  i. Space Utilization  

  ii. Services and System Planning    iii. Circulation and flow of staff, services and patients  

  iv. Activity sequencing  

  v. Interior design and environment  

  vi. Parking  

Hindustan Latex Limited ( MoHFW, Government of India 35

Page 36: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

  vii. Expansion Plans  

(f)      Specifications and Standards adopted in the design  

(g)     Medical Equipments and Gas Manifold Planning  

(h)     Design of specialized areas  

(i)       Schedule and Project Management  (j)       Quality Assurance  (k)     Disaster Management and evacuation Planning  (l)       Adoption of best practices  (m)   Signage  (n)     Water Management and treatment techniques  (o) Waste Management  2 Landscaping 3%3 Energy Efficiency 10%4 Cost parameters- NPV of O&M and Construction Costs for

a period of 15 years of O&M10%

5 Organizational/ Team strength 10%

6 Experience of the firm in preparing EOI and RFP documents

2%

4.3 Notification

The Successful Bidder would be notified in writing by MoHFW/HLL by issuing the Letter of Award (LOA) in favor of the Bidder. MoHFW/HLL shall endeavor to issue the LOA to the selected Bidder by the date mentioned against issue of LOA in the Schedule of the RFP Process.

4.4 Procedure for selection among overall ranked Bidders for optional offer to Bidders

In case no Bidder submits proposal or no technically successful bidder could be identified for some site (s), MoHFW reserves the right to offer the site to any technical successful Bidder. For this purpose, Evaluation Committee shall rank the Bidders as R1, R2 and so on as explained in Clause 4.1.7 and depending on the availability of site, Bidder’s eligibility for number of sites, Bidder’s technical score and Bidder’s preference for the offered site, MoHFW/HLL shall make the offer to the Bidders.

However, making such an offer is solely at the discretion of MoHFW/HLL and MoHFW/HLL will not be under any obligation to make such an offer.

Hindustan Latex Limited ( MoHFW, Government of India 36

Page 37: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Annexure -1 ChecklistCHECK LIST OF DOCUMENTS TO BE SUBMITTED WITH THE BID

Sl.

No.

Document No. of sets to

Be submitted

Page

no.

TECHNICAL PACKAGE part 1

1.0 Form of Bid- (Form A) (Original)

2.0 Tender Processing Fee in the form of demand draft (Original)

3.0 Bid Security (Form B) in separate sealed envelope (Original &

Copy)

4.0 Power of attorney for person signing the Bid (Form D) (Original &

Copy)

5.0 Power of attorney for lead member of the consortium

(Form E)

(Original &

Copy)

6.0 Memoranda of Understanding/ JV Agreement (Original &

Copy)

7.0 EOI and EFP preparation experience (Form T-I) (Original & Copy)

8.0 Initialed Bid Documents (Original)

9.0 Preference order of sites (Form H) (Original)

TECHNICAL PACKAGE part 2

10.0 Technical Package Part –II (Original &

Copy)

11.0 Team details (Form T-II) and organizational chart (Original &

Copy)

12.0 O&M Cost Sheet with supporting calculations (Form T-

III)

(Original & Copy)

13.0 Break-up of Assignment Fee (Form G) (Original)

Hindustan Latex Limited ( MoHFW, Government of India 37

Page 38: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form A-Form of Bid and Appendix

Page 1 of 3

FORM OF BID

To,

The Chief Engineer, (ID)

Hindustan Latex Limited

B-12 Sector-59

Noida 201301

1. Having visited the Site, ascertained the Site conditions and examined the Conditions of Contract, Client’s requirements, Terms of Reference, Notice Inviting Bids, Instructions to Bidders and addenda for the execution of above named works, we the undersigned, offer to execute and complete such works and remedy defects therein in conformity with the said Conditions of Contract, Client’s Requirements, Terms of Reference, Notice Inviting Bids, Instruction to Bidders and addenda for comprehensive consultancy for preparation of design, DPR and tender documents for setting up of AIIMS like Apex healthcare institute at _________ (name of the Site) (The Project).

2. While preparing this Bid, we have gathered our own information and conducted our own inquiry/survey to our satisfaction and we do not rely solely on the information provided in this RFP. We shall not hold MoHFW/HLL responsible on any account in this regard.

3. We acknowledge that the Appendix forms an integral part of the Bid.

4. We undertake, if our Bid is accepted, to commence the works within the stipulated time and to complete the whole of the works comprised in the Contract within the stipulated time calculated from the date of issue of the Letter of Award, as indicated in the Appendix.

5. If our Bid is accepted, we will furnish a bank guarantee, within 30 days of issue of Letter of Award as Performance security for the due performance of the Contract.

6. We agree to abide by this RFP for a minimum period of 180 days from the last date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiry of that period or any extended period mutually agreed to.

7. We agree that on the submission of this bid, all the copyrights, intellectual property rights and the ownership of the design and drawings shall rest with MoHFW and MoHFW shall have the right to modify the same. We agree to abide by the modifications proposed by MoHFW as per the terms and conditions of the Contract.

8. We agree that our design may be used by MoHFW at any other site without any obligation to us.

9. We agree that in case we are not selected for the sites for which we have submitted our proposal, we would be willing to provide our services for any other site that MoHFW offer to us.

10. We declare that the submission of this Bid confirms that no agent, middleman or any intermediary has been, or will be engaged to provide any services, or any other item of work related to the award and performance of this Contract. We further confirm and declare that no agency commission or any payment, which may be construed as an agency, commission has been, or will be, paid and that the Bid price does not include any such amount. We acknowledge the right of MoHFW, if it finds to the contrary, to declare our

Hindustan Latex Limited ( MoHFW, Government of India 38

Page 39: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form A

Page 2 of 3

Bid to be non-compliant and if the Contract has been awarded to declare the Contract null and void.

11. We understand that you are not bound to accept the lowest or any Bid you may receive.

12. If our Bid is accepted we understand that we are to be held solely responsible for the due performance of the Contract.

13. We enclose;

a. All documents as per the checklist

b. Bank guarantee for Rs ___________ (Rupees _______ only) issued by ___________________ (name of the bank) valid until _____________ towards Bid Security

c. Demand draft no ___________ dated ________ issued by ________ (name of the bank) for Rs 10,000 (Rupees ten thousand Only) drawn in favor of M/s Hindustan Latex Ltd, payable at New Delhi towards

Note: (i). The Appendix forms part of the Bid

(ii) Bidders are required to fill up all the blank spaces in this form of Bid and Appendix.

Dated this…………day of………….2007

Signature …………………………………

Name………………..……………… in the capacity of …………………………..

duly authorized to sign Bids for and on behalf of…………..…………………

Address ……………………………………………………………………..………..

Witness – Signature …………………………….

Name ……………………………………………..

Address ………………………………………………………………………………

Occupation ……………………………………………………………………………

Hindustan Latex Limited ( MoHFW, Government of India 39

Page 40: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form A

Page 3 of 3

APPENDIX TO THE FORM OF BID

i. Amount of bank guarantee as Performance Security

10 percent of the Total Contract Price.

Ii Period for commencement of work from the date of signing of Contract Agreement

From the date of signing of the Agreement

iii Time for completion from the date of issue of the Letter of Award

Phase 1- 8 monthsPhase 2- 28 months

v. Period of validity of Performance Security from the date of completion of phase 2

6 months

Signature

(Authorized Signatory)

Date …………… Name …………………….

Place ………….. ………. Address ………………….

Hindustan Latex Limited ( MoHFW, Government of India 40

Page 41: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form B- Format for Bid Security

Page 1 of 2

FORM FOR BID SECURITY BANK GUARANTEE

KNOW ALL MEN by these presents that we ………………………………….…… (Name of Bank) having our registered office at ……………………… (Name of country) (hereinafter called “the Bank”) are bound unto Ministry of Health and Family Welfare, Government of India (hereinafter called “MoHFW”) in the sum of Rs. _______________ (Rupees ________only) for which payment will and truly to be made to the said MoHFW, the bank binds itself, its successors and assigns by these presents.

WHEREAS…………………………(Name of Bidder) (hereinafter called “the Bidder”) has submitted its Bid dated __________for comprehensive consultancy for preparation of design, DPR and tender documents for setting up of AIIMS like Apex healthcare institute at _________ (name of the Site) (The Project).

AND WHEREAS the Bidder is required to furnish a bank guarantee for the sum of Rs. _________ (Rupees __________________only) as Bid Security against the Bidder’s offer as aforesaid.

AND WHEREAS_______________(Name of Bank) have, at the request of the Bidder, agreed to give this guarantee as hereinafter contained.

1. We further agree as follows:

a. That MoHFW may without affecting this guarantee grant time or other indulgence to or negotiate further with the Bidder in regard to the conditions contained in the said Bid and thereby modify these conditions or add thereto any further conditions as may be mutually agreed upon between MoHFW and the Bidder.

b. That the guarantee hereinbefore contained shall not be affected by any change in the constitution of our bank or in the constitution of the Bidder.

c. That any account settled between MoHFW and the Bidder shall be conclusive evidence against us of the amount due hereunder and shall not be questioned by us.

d. That this guarantee commences from the date hereof and shall remain in force till _________(date to be filled up) (up to 210 days from the last date of submission of Bid).

e. That the expression ‘the Bidder’ and ‘the Bank’ herein used shall, unless such an interpretation is repugnant to the subject or context, include their respective successors and assigns.

2. The conditions of this obligation are:

a. if the Bidder withdraws his Bid during the period of Bid Validity, or

b. if the Bidder does not accept the correction of his Bid Price as corrected by the Evaluation Committee

Hindustan Latex Limited ( MoHFW, Government of India 41

Page 42: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

c. if the Bidder having been notified of the acceptance of his Bid by MoHFW during the period of Bid Validity :

Form BPage 2 of 2

(i) fails or refuses to furnish the required Performance Security for the amount equal to 10% of the Contract price

ii. fails or refuses to enter into a Contract within 30 days of notification of the acceptance of his bid by MoHFW

We undertake to pay to MoHFW upto the above amount upon receipt of his first written demand, without MoHFW having to substantiate his demand provided that in his demand MoHFW will note that the amount claimed by him is due to him owing to the occurrence of any one or more of the conditions (a), (b), (c) mentioned above, specifying the occurred condition or conditions.

Signature of ………………………….Authorized official of the Bank

Signature of the witness

…………………………………….

Name of official ……………………..

Designation …………………………..

Name of the Witness

…………………………………….

Stamp/Sealof the Bank ……………………………

Address of the Witness

…………………………………….

Hindustan Latex Limited ( MoHFW, Government of India 42

Page 43: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form-C-Format for Performance Security

Page 1 of 2

FORM OF PERFORMANCE SECURITY BANK GUARANTEE

This deed of guarantee made this day of_________ between Bank of ________________(hereinafter called the “Bank”) of the one part, and Ministry of Health and Family Welfare, Government of India (hereinafter called “MoHFW” and the Client) of the other part.

Whereas Ministry of Health and Family Welfare, Government of India has awarded the Contract for providing comprehensive consultancy for preparation of design, DPR and tender documents for setting up of AIIMS like Apex healthcare institute at _________ (name of the Site) (The Project) to ______________________ (hereinafter called the Consultant).

(Name of the Consultant)

AND WHEREAS the Consultant is bound by the said Contract to submit to MoHFW, a Performance Security for a total amount of Rs. 60,00,000 (Rupees Sixty Lakhs).

1. Now we the undersigned __________________________________(Name of the Bank) being fully authorized to sign and to incur obligations for and on behalf of and in the name of_______________________________(Full name of Bank), hereby declare that the said Bank will guarantee MoHFW the full amount of Rs.60,00,000 (Rupees Sixty Lakhs) as stated above.

2. On or before, the Consultant has signed the aforementioned Contract with the Client, the Bank is engaged to pay the Client, any amount up to and inclusive of the aforementioned full amount upon written order from the Client to indemnify the Client for any liability of damage resulting from any defects or shortcomings of the Consultant or the debts he may have incurred to any parties involved in the works under the Contract mentioned above, whether these defects or shortcomings or debts are actual or estimated or expected. The Bank will deliver the money required by the Client immediately on demand without delay without reference to the Consultant and without the necessity of a previous notice or of judicial or administrative procedures and without it being necessary to prove to the Bank the liability or damages resulting from any defects or shortcomings or debts of the Consultant. The Bank shall pay to the Client any money so demanded notwithstanding any dispute/disputes raised by the Consultant in any suit or proceedings pending before any Court, Tribunal or Arbitrator/s relating thereto and the liability under this guarantee shall be absolute and unequivocal.

3. This guarantee is valid for a period till six months beyond the successful completion of Phase 2 or the extended period, thereof

4. At any time during the period in which this guarantee is still valid, if MoHFW agrees to grant a time extension to the Consultant or if the Consultant fails to complete the Works within the time of completion as stated in the Contract, or fails to discharge himself of the liability or damages or debts as stated under Para 5, above, it is understood that the Bank will extend this Guarantee under the same conditions for the required time on demand by the Client and at the cost of the Consultant.

Hindustan Latex Limited ( MoHFW, Government of India 43

Page 44: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form CPage 2 of 2

5. The guarantee hereinbefore contained shall not be affected by any change in the Constitution of the Bank or of the Consultant.

6. The neglect or forbearance of the Client in enforcement of payment of any moneys, the payment whereof is intended to be hereby secured or the giving of time by the Client for the payment hereof shall in no way relieve the bank of their liability under this deed.

7. The expressions “the Client”, “the Bank” and “the Consultant” hereinbefore used shall include their respective successors and assigns.

In witness whereof I/We of the bank have signed and sealed this guarantee on the ---------- day of ----------- (Month) 2007 being herewith duly authorized.

For and on behalf of

The………………………….Bank.

Signature of authorized bank official

Name: ……………………………..Designation: …………………………...…Stamp/Seal of the Bank: …………………….………..

Signed, sealed and delivered for and on behalf of the Bank by the above named___________in the presence of :

Witness 1Signature ……………………….Name ……………………………Address …………………………

Witness 2Signature ………………………Name …………………………..Address ………………………..

Hindustan Latex Limited ( MoHFW, Government of India 44

Page 45: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form D- Format for Power of Attorney for authorized signatory

Page 1 of 1

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF PROPOSAL

Know all men by these presents, We………………………………………………….(Name of the Bidder and address of their registered office) do hereby constitute, appoint and authorize Mr / Ms………………………………(name and residential address of Power of Attorney holder) who is presently employed with us and holding the position of …………………………………………….as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for providing comprehensive consultancy for preparation of design, DPR and tender documents for setting up of AIIMS like Apex healthcare institute at _________ (name of the Site) (The Project) under PMSSY, including signing and submission of all documents and providing information / responses to MoHFW/HLL, representing us in all matters before MoHFW/HLL, and generally dealing with MoHFW/HLL in all matters in connection with our proposal for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us.

Dated this the ……Day of …….2007

………………………………… (Executants)

(In case of consortium, to be executed by all the members of the Consortium Applicant)

Note:

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

This Power of Attorney should be provided on stamp paper of appropriate value.

Hindustan Latex Limited ( MoHFW, Government of India 45

Page 46: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form E- Format for Power of Attorney for appointing the Lead Member

Whereas M/s Hindustan Latex Limited (HLL) on behalf of Ministry of Health and Family Welfare, Government of India (MoHFW) (the Client) has shortlisted the interested parties for providing comprehensive consultancy for preparation of design, DPR and tender documents for setting up of AIIMS like Apex healthcare institute at _________ (name of the Site) (The Project).

Whereas, the members of the Consortium are interested in bidding for the Project and implementing the Project in accordance with the terms and conditions of the Request for Proposal (RFP) document, Terms of Reference, Client’s Requirement, Notice Inviting Bid, Instructions to Bidders, Conditions of Contract and other connected documents in respect of the Project, and

Whereas, it is necessary under the RFP document for the members of the Consortium Applicant to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Consortium applicant, all acts, deeds and things as may be necessary in connection with the Consortium Bidder’s proposal for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT;

We, M/s. ----------------------------, M/s ----------------------- M/s. ---------------------and M/s………………………………….. (the respective names and addresses of the registered office) do hereby designate M/s……………………—————————————— ………….being one of the members of the Consortium, as the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium’s Application/ proposal for the Project, including submission of Application/ proposal, participating in conferences, responding to queries, submission of information/ documents and generally to represent the Consortium in all its dealings with MoHFW/HLL, any other Government Agency or any person, in connection with the Project until culmination of the process of bidding and thereafter till the Contract Agreement is signed with the Client.

We hereby agree to ratify all acts, deeds and things lawfully done by Lead Member, pursuant to this Power of Attorney and that all acts deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us/Consortium.

Dated this the ……Day of …….2007

………………………………… (Executants)

(To be executed by all the members of the Consortium Applicant)

Note:

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

This Power of Attorney should be provided on stamp paper of appropriate value.

Hindustan Latex Limited ( MoHFW, Government of India 46

Page 47: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form F- Format for Contract Agreement

Page 1 of 2

FORM OF CONTRACT AGREEMENT

This agreement is made at New Delhi on the ___________ day of _____________ 2007 Between Ministry of Health and Family Welfare, Government of India__________________ hereinafter called “MoHFW” and “the Client” of the one part and _________________ (Name of the Consultant) (Address of the Consultant) ______________________________________ ____________________ of ____________ hereinafter called “the Consultant” of the other part.

Whereas MoHFW is desirous that (*** certain Services should be provided and) certain works should be executed for providing comprehensive consultancy for preparation design, DPR and tender documents for setting up of AIIMS like Apex healthcare institute at _________ (name of the Site) “the Project” and has accepted a Bid by the Consultant for providing such services (*** as well as guarantee of such services) and the remedying of defects therein. NOW THIS AGREEMENT WITNESSETH as follows:

1. In this agreement words and expression shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to.

The following documents shall be deemed to form and be read and construed as part of this agreement, viz:a. Expression of Interestb. Notice Inviting Bid c. Instructions to Bidders (Including Annexure)d. Terms of Referencee. General Conditions of Contract (GCC)f. Client’s Requirementsg. Bid submitted by the Consultant.h. Schedule of milestonesi. Form of Bid with Appendixj. Letter of Award (LOA) k. Addendums/corrigendum issued, if any

2. In consideration of the payments to be made by the Client to the Consultant as hereinafter mentioned, the Consultant hereby covenants with the Client to execute and complete the Project by **________ and remedy any defects therein in conformity in all respects with the provisions of the Contract.

3. The Client hereby covenants to pay the Consultant in consideration of the execution and completion of the Project and the remedying of defects therein, the total Contract Price of **Rs 6,00,00,000 (Rupees Six Crores) inclusive of service tax as applicable being the sum stated in the Letter of Award subject to such additions thereto or deductions there from as may be made under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Hindustan Latex Limited ( MoHFW, Government of India 47

Page 48: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form F

Page 2 of 2

4. Obligation of the Consultant

The Consultant shall ensure full compliance with tax laws of India with regard to this Contract and shall be solely responsible for the same. The Consultant shall keep the Client fully indemnified against liability of tax, interest, penalty etc. of the Consultant in respect thereof, which may arise.

IN WITNESS WHEREOF the parties hereto have caused their respective common seals to be hereunto affixed / (or have hereunto set their respective hands and seals) the day and year first above written.

For and on behalf of the Consultant For and on behalf of the Client

Signature of the authorized official Signature of the authorized officialName of the official Name of the officialStamp/Seal of the Consultant Stamp/Seal

SIGNED, SEALED AND DELIVERED

By the said________________________ Name ___________________on behalf of the Consultant in the presence of: Witness _________________Name ___________________Address__________________________________________

By the said_________________________ Name ____________________on behalf of the Client in the presence of: Witness _________________Name ____________________Address____________________________________________

Note :To be made out by MoHFW/HLL at the time of finalization of the Form of Agreement.** Blanks to be filled by MoHFW/HLL at the time of 48finalization of the Form of

Agreement.*** To be deleted if not applicable

Hindustan Latex Limited ( MoHFW, Government of India 48

Page 49: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form G-Break up of Assignment Fee

Page 1 of 1

Break up of Assignment Fees

Sl. No Cost Cost (in figures) Cost (in words)

1 Conceptual Design

2 Detailed Project Report

(a) Building

(b) Services

© Landscaping

(d) Hospital Waste management

(e) Overheads (please provide details)

3 Bid Process Management

4 Services during construction and post

construction

5 Other costs (please provide details)

Total costs (A= 1+2+3+4+5)

Service Tax (B)

Grand Total Costs (C=A+B)

Hindustan Latex Limited ( MoHFW, Government of India 49

Page 50: Volume 1

Design DPR Consultant for 6 AIIMS Institutes Volume 1 Request for proposal

Form H-Order of Preference for Site 1 to Site 6

Page 1 of 1

Sl. No Name of the Site Preference Order

Whether proposal submitted (Yes/ No)

1 Bhopal

2 Bhubaneshwar

3 Jodhpur

4 Rishikesh

5 Patna

6 Raipur

Hindustan Latex Limited ( MoHFW, Government of India 50

Page 51: Volume 1

Form T-1- EOI and RFP Preparation ExperienceDetails of the Completed Assignments for which EOI and RFP were prepared in last seven years

Sl. No Name of the Project, Location

Name and address of the

Client

Assignment Value Services provided Start Date Completion Date

1.

2.

3.

4.

5.

6.

7.

8.

Page 52: Volume 1

Form T-II- Organizational Capability

Page 1 of 2

KEY PERSONNEL PROPOSED FOR THE PROJECT

Sl. No Designation Minimum

no of

personnel

No of

proposed

personnel

Proposed

designation

Technical

Qualification

Details in

Annexure

1 Project Manager/

Team Leader**

1

2 Sr. Civil Engineer 1

3 Civil/ Quantity

Surveyor

1

4 Sr. Architect* 2

5 Structural Engineer 1

6 Electrical Engineer 1

7 PHE 1

8 HVAC 1

9 IT/Hardware

Engineer

1

10 Landscape Architect 1

11 Fire detection &

protect officer

1

Note: 1) A summary of the qualification, CV and work experience of each key staff, to be

attached. 2) The minimum qualification for the key personnel is Degree in respective field,

recognized by the respective country with 5 years experience in relevant field.3) Incase of Sl No.1 an Engineer or Post Graduate Management professional with adequate

experience should be deployed.4) **Should have experience in the preparation of DPR for at least one multispecialty

hospital which was successfully commissioned (details may be attached in CV)

Page 53: Volume 1

5) *Should have experience in designing and implementing the same in at least one multispecialty hospital which was successfully commissioned (details may be attached in CV)

6) In the case of consortia, each member of the consortia shall have minimum key personnel as indicated in Form-T-IV page 1 of 3.

Page 54: Volume 1

Form T-II

Page 2 of 2

CVS OF KEY STAFF

Name of the Staff

Designation

Name of the firm presently employed

Years with the firm

Proposed position

Details of task assigned

Man- Months budgeted for the task assigned

Key Qualifications

Education

Employment Record

Name of the Firm Position Held Years of Employment

Page 55: Volume 1

Form T-III- Cost Sheet

Page 1 of 1Breakup of Construction and O&M

Sl.

No

Component Initial

Construction

Costs (In

Figures)

O&M Costs (Year)

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15

1 Building costs

2 Services Costs

2.1 Electrical E&M

2.2 Mechanical E&M

2.3 PHE E&M

2.4 IT services

including BMS

2.5 Roads

2.6 Landscaping

3 Hospital waste

management

system

4 Security