Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
1
File No.-------------------
TIRUPATI URBAN DEVELOPMENT AUTHORITY,
TIRUPATI
CONSTRUCTION OF “TUDA TOWERS AT NORTH-WEST CORNER OF ANNAMAIAH CIRCLE ABUTTING RC ROAD AND AIR BY-PASS ROAD IN TIRUPATI, CHITTOOR DISTRICT, ANDHRA PRADESH ”
Request for Proposal
Consultancy service for preparation of Architectural Plans, Structural Designs and Drawings, MEP Drawings, Working Drawings, Detailed estimates, BOQ & Detailed Project Report for the work of CONSTRUCTION OF “TUDA TOWERS AT NORTH-WEST CORNER OF ANNAMAIAH CIRCLE ABUTTING RC ROAD AND AIR BY-PASS ROAD IN TIRUPATI, CHITTOOR DISTRICT, ANDHRA PRADESH”
2
Table of Contents
Sl. Description Page
1 Disclaimer
2 Definitions
3 Schedule of Selection Process
3.1 Committee for Evaluation
3.2 Data sheet
4 Introduction
4.1 Background
4.2 Project Details
5 Terms of Reference
5.1 Objective of the Assignment
5.2 Scope of Work
6 Directives to Bidders
7 Evaluation of Proposal and Process of Selection
7.1 General
7.2 Eligibility Criteria
7.3 Project Team
7.4 Evaluation Parameter for Credential Score
7.5 Project Concept Score
7.6 Technical Score (TS)
7.7 Financial Score (FS)
7.8 Final Weighted Score (S)
8 Submission of Technical Bid and Financial Bid
9 Bid security & Retention
10 Implementation Schedule
Annexure A- Attendance at Pre-Bid meeting
Annexure B- Covering Letter of Technical Bid
Annexure C- Technical Bid format
Annexure D- Financial Bid format
Annexure E- Format for Power point presentation
Annexure F- Affidavit
Annexure G- Contract Agreement
3
1. DISCLAIMER 1. This RFP is not an agreement and is neither an offer nor invitation by Client (TUDA) to the
prospective applicant (Bidder) or any other person. The purpose of this RFP is to provide interested
applicants with information that may be useful in the formulation of proposal pursuant to this RFP. The information is not intended to be exhaustive. Bidders are required to make their own inquiries and
satisfy themselves regarding the completeness and reliability of the information and not to rely solely on the information in this document.
2. Neither TUDA nor their employees, consultants, advisors or agencies make any representation or
warranty as to the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP. Each prospective applicant should conduct its own investigations and analysis and check the accuracy, adequacy, correctness, completeness or reliability of the information in this RFP document and obtain independent advice from appropriate source before submission of the proposal against this
RFP.
3. TUDA may, in its absolute discretion but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP.
4. Neither TUDA nor their employees, consultants, advisors or agencies will have any liability to any prospective bidder or any other person under the law Contract, for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this RFP document.
5. TUDA reserves the right to reject any or all of the proposals submitted in response to this RFP document
at any stage without assigning any reason whatsoever. TUDA also reserves the right to hold, withdraw
or cancel the process at any stage under intimation to the applicants who submit the proposal against this RFP.
6. TUDA reserves the right to modify or amend or add to any or all of the provisions of this RFP document or cancel the present invitation and call for fresh invitations.
7. Neither TUDA nor their employees, consultants, advisors or agencies will have any liability in case of non-receipt of any correspondence from them to the applicants due to postal delays.
8. The applicable laws for the purpose are the laws of INDIA. Courts of Andhra Pradesh will have the
jurisdiction concerning or arising out of this RFP document.
9. The applicants are expected to know the relevant rules and regulations of the respective local authorities concerning the site, Layout plan and the construction works.
4
2. DEFINITIONS
• Application/Bid shall mean the response to this RFP with all documents as specified.
• Client shall mean TUDA, its authorized agencies and assignees.
• Applicant(s)/Bidder(s) shall mean all Consultancy Firms / Consultants / Companies/Firms who
respond against this RFP.TUDA shall mean Tirupati Urban Development Authority represented by
its VICE CHAIRMAN, which expression unless it be repugnant to the context or meaning thereof, deemed to mean and include its successors and assignees.
• Consultant/ Consultant Firms shall have the same meaning as successful applicant and with whom the Contract agreement would be signed.
• LOA (Letter of Acceptance) shall mean the letter issued by TUDA to the successful applicant inviting
him to sign the Contract L.S. agreement.
• Contract L.S. Agreement shall mean the agreement to be signed between the CONSULTANTS/
CONSULTANT FIRM and TUDA for the execution of the project.
• Site shall mean the place where the location of the TUDA TOWERS at Tirupatifor which the services as mentioned under the scope of work for the project are to be carried out.
• The Project means CONSTRUCTION OF “TUDA TOWERS AT NORTH-WEST CORNER OF ANNAMAIAH CIRCLE
ABUTTING RC ROAD AND AIR BY-PASS ROAD IN TIRUPATI, CHITTOOR DISTRICT, and ANDHRA PRADESH with all enabling facilities.
5
3. Schedule of Tender Process
Sl.N
o
EVENT DESCRIPTION SCHEDULED DATE
1 RFP download from TUDA website
www.tudap.in
3:00 P.M ON Dt: 13-01-2021
2 RFP Download end date on TUDA Website By 3:00 P.M. on 27-01-2021
3 Due date for Submission of RFP
(Technical Bid)
3:00 P.M. (IST) on Dt: 28-01-2021
5 Opening of Technical Bid
(Credential evaluation)
3.30 P.M. (IST) Dt:28-01-2021
6 Due date for Submission of RFP
(Financial Bid).
10:45 A.M. (IST) on Dt:05-02-2021
7 Presentation by qualified bidders
(Qualified bidders will be intimated
changes in date if any.)
11 :00 A.M. (IST) Dt:05-02-2021
At Meeting hall, TUDA, Tata Nagar, Near Gangammagudi street, Tirupati, Chittoor District, Andhra Pradesh
8 Opening of financial bid.
(Qualified bidders will be intimated the
exact time and date)
3:00 P.M. (IST) Dt: 06-02-2021 (Tentative)
Note: If any of the aforementioned dates happens to be a holiday, the activity schedule for that day would be held on the next working date at the same time and venue.
Financial bid can be submitted by the qualified bidders only on 03.02.2021 both in form of soft
copies and hard copies. However, scanned copies may be sent to mail.
3.1 COMMITTEE FOR EVALUATION A committee with the expertise in the field and also senior Officers from TUDA will be formed to
evaluate the RFP.
6
3.2 DATA SHEET
S.No Key Information Details
1. Project RFP DETAILS
Consultancy service for preparation of Architectural Plans, Structural Designs and Drawings, MEP Drawings, Working Drawings, Detailed estimates, BOQ, PROJECT SCHEDULE PREPARATION & Detailed Project Report for the work of CONSTRUCTION OF “ TUDA TOWERS AT NORTH-WEST CORNER OF ANNAMAIAH CIRCLE ABUTTING RC ROAD AND AIR BY-PASS ROAD IN TIRUPATI, CHITTOOR DISTRICT, ANDHRA PRADESH ”
2. Authority Tirupati Urban Development Authority, TIRUPATI (TUDA).
PROPOSAL SUBMISSIONS
3. Proposal submissions
For Technical bid and Financial
bid. submission of hard copies of
proposal at Vice Chairman office,
TUDA, Tirupati in three cover
system ie., one sealed cover
containing the technical bid in soft
copy as well as hard copy and
second sealed cover containing the
financial bid and third sealed cover
containing these two covers and
this cover shall be super scribed
with the name of the work, to be
addressed to Vice Chairman
,TUDA, Tirupati and with the name
of the firm participating and
project name
a. Request for Proposal (RFP) Document, Signed and
stamped on each page.
b. Documents fulfilling Technical Eligibility Criteria along
with proof of experience (Annexure B to D) duly self-
attesting the documentary proofs.
c. Bid security for an amount of 25,000/-in the form of DD
(Demand Draft) drawn in favour of Vice chairman
TUDA shall be submitted along with Technical Bid.
EVALUATION OF PROPOSALS AND PROCESS OF SELECTION
4. Proposal Validity 90 days from the Proposal Due Date (PDD)
5. General Selection process will be QCBS spread over three stages.
The applicant shall be single entity or a group of entities
joined together as per clause 7.1. The applicant should be
professional firm in consultancy business and shall be in
existence for at least 8 years from the proposed due date
(PDD).
7
7
.
Technical
a) Eligibility Criteria
Credential Evaluation.
Bidder’s experience as Architectural and Engineering
Consultancy Services
A)1.Experience as consultancy services in the implementation of at least one large scale project of Rs.45.00 Crores and above (Completed or Ongoing and experience other than as Consultants/Consultant firm) Govt /Private in any one financial year of the last seven financial years
2. Experience as Consultants/Consultant firm in fully implemented Construction of Govt/Private Buildings Project with more than plinth area of the project in the RFP i.e. 2.25 Lakh Sft.
3. In case of A) 1 &2 above, Client Certificate and other Supporting Document shall be produced. Single Project with Cost more than Rs 40 crores and Plinth Area of 2.25Lakh Sft and above will also be considered.
4. One LEED/GRIHA/IGBC Certification Project : Client Certificate and other Supporting Document shall be produced
5. Satisfactory financial performance through turnover/balance sheet (Positive Net worth) in each of the last seven financial years.
B) Bidder should have a minimum project core team
1. The proposed Team leader shall have minimum 10
(ten) years completed experience with Qualification –
Graduate Engineer in Civil /Arch and should have
planned and designed minimum three similar projects
of value Rs. 45.00Crores .
2. The proposed other team members of the bidding
Firm(Structural Engineer, Design architect) shall have
experience as detailed in section 7.3.1 of RFP
C) The bidder shall provide information on projects
undertaken for Govt./Private. The assignment may be in
the nature of consultancy projects for pre-feasibility
reports, detailed project reports or similar activities with
minimum consultancy fee of Rs.35.00Lakhs per annum
and Minimum of 1.5 crores in the last 3 years period.
D) Those bidders who are presently not having an office in
Tirupati, Andhra Pradesh should be willing to setup their
local office at Tirupathi invariably.
E) In case Joint venture, please refer to the terms and
conditions specified herein separately and the same shall
be fulfilled wherever applicable.
8
6. Presentation of proposal by the
Qualified bidders
The qualified bidders in credential evaluation based on
credential score and will be invited to make their project concept
presentation.
A copy of the presentation shall be submitted in hard (A2 /A3
size- color) and soft copies containing the following as detailed in
RFP
a. Project vision, concept Design
b. Methodology and work plan
c. Master plan and implementation schedule
d. Deployment of project team
e. Concept of Brochure for the Project
f. Approximate Project Cost
The presentation on methodology and work plan shall include
various aspects of DPR preparation. The presentation should
illustrate the proposed methodology to be adopted by the
Bidder and should cover all aspects under terms of reference.
Format of presentation shall be as per annexure –E.
7. Evaluation Criteria Credential evaluation (Stage-I)
a. The technical bids will be evaluated based on the criteria
set out in the Section 7.3 of this RFP. The successful bidders
in the credential evaluation will be invited to make their
project concept presentation on a specified date basing on
credential score.
Project presentation (Stage II)
b. The above successful bidders will only be invited by TUDA
for detailed presentation on their detailed project concepts.
The Evaluation committee will evaluate the designs and
project score will be given based on their presentation.
Technical score will be calculated by adding credential
score and presentation score.
Financial bid (stage III)
c. The financial bid of those who qualify as above will be
opened on a specified date and financial score will be given.
Final score will be calculated based on technical score and
financial score on quality and cost based selection ( QCBS)
system, 70% weightage will be given for the technical score
and 30% weightage will be given for financial score
Note : Project presentation marks awarded in stage two
will only be considered for QCBS.
8. Evidence of Documents submitted Certificate from statutory auditor/ CA (or equivalentin case
of countries other than India) based on the audited
financial statements, wherever applicable.
Note:-
9
a) Client Certificate means document from Client such as Work order / Contract / letter / other communication / documentation that establishes that the work was taken up and completed by the bidder. In case of ongoing works at least 45.00 crores of work should have been completed financially and evidence to this effect is to be furnished.
”Supporting document(s)” means relevant documents which would help establish the details of the experience sought under the RFP. Such supporting documents to be duly signed by authorized personnel from the bidder’s/ consortium member’s organization. In case any of the information necessary to establish the experience is not covered in the ”Supporting document(s)”, an undertaking may be submitted by the Senior leadership of the bidding company to which the experience belongs to. In support of experience of human resource, CVs/ Certificate by the firm or company in each and every individual are to be submitted.
10
4. INTRODUCTION
4.1 Background
The TIRUPATI URBAN DEVELOPMENT AUTHORITY proposed to construct TUDA TOWERS at
Tirupati.
Tirupati is a Famous temple Town in Chittoor District and hub for Educational and Medical
&Health Institutions well connected by Rail, Road and Air. Lot of industries also coming up in the
Vicinity of Tirupati and the people cherish to have permanent accommodation in Tirupati. Also the site
where TUDA TOWERS is proposed is amidst well developed commercial and residential Zone and is
adjacent to 80 feet Annamaiah Marg (AIR by-pass Road) and close to 200 feet National Highway NH-
208. Hence the site is Located in a well-developed locality and there is a need to develop TUDA TOWERS
befitting to the surroundings, with Comfortable standard living & Parking facilities and Optimum
utilization of the prime land available within the By-laws in Force, also keeping environmental and
safety factors in view so as to develop the intended complex within the shortest time possible and to
fetch as much Revenue as feasible, using latest available Construction Technologies, with least
discomfort to the surrounding Residents and traffic.
4.2 PROJECT LOCATION AND DETAILS
The TUDA TOWERS is proposed to be constructed in the Vacant Site AT NORTH-WEST
CORNER OF ANNAMAIAH CIRCLE ABUTTING RC ROAD AND AIR BY-PASS ROAD IN TIRUPATI,
CHITTOOR DISTRICT, ANDHRA PRADESH
11
This Project is proposed to be executed by TUDA.
TUDA TOWERS (TIRUPATI)
The facilities at the TUDA TOWER Building PROPOSED SHALL suit to the Tirupathiclimate and weather conditions. Care may be taken to ensure that the entire lay out merges with the Tirupati
ambience. GREEN BUILDING CONCEPT to be adopted.
S.N o Name of Work Built up
AREA
(Sft)
1 CONSTRUCTION OF “ TUDA TOWERS AT NORTH-WEST CORNER OF ANNAMAIAH CIRCLE ABUTTING RC ROAD AND AIR BY-PASS ROAD IN TIRUPATI, CHITTOOR DISTRICT, ANDHRA PRADESH ”
Maximum Built up
Area as per A.P.
Building Rules to
be achieved.
Note: Additional set back need not be given for drain on west side of the site.
12
5. TERMS OF REFERENCE
a. Objective of the Assignment
The TIRUPATI URBAN DEVELOPMENT AUTHORITY proposed to construct TUDA TOWERS with as many Floors feasible with salability of essential units as main criteria in the proposed Site area available ,confirming to the A.P. Building Rules at Tirupati, broadly with the following provisions and the Tower Building is envisaged for residents in upper floors to have Sacred Tirumala Hills view and Separate access for Commercial and Residential Establishments to provide Privacy for Residential dwellers and preferably access to Residential Units may be provided from Rayalcheruvu Road. The ‘TUDA TOWERS’ are to be planned in such a way that construction can be taken up in a phased manner, based on salability .
Basement Floor : Parking required as per A.P. Building Rules.
Ground Floor : Large Halls suitable for Commercial establishments.
First Floor : Spacious halls for Office Accommodation required for Public or Private Sectors.
Top most Floor : Pent Houses designed to have a better View of Sacred Tirumala Hills.
One/Two Floors below Topmost Floor : Provision for 5 Bed Room Houses.
Next One/Two Floors from Top : Provision for 4 Bed Room Houses
Other Floors : Combination of 2 Bed room and 3 Bed Room Houses
Other Provisions : Conference Hall with 200 to 250 persons capacity, Mini Theater with 200
Seating Capacity, Library, Restaurant, Gym/Indoor Games, Swimming Pool ,Walking Track all-
round the Building.
Detailed Site level landscape, Podium/Apron level, corridors and balcony level and roof top landscape plans may be provided.
The Authority prefers separate blocks for commercial and residential components and areas ratio may be 25:75 however designer is at liberty to design and present
During presentation the detailed floor plans, sections and elevation are preferred for better understanding
The proposed TUDA TOWERS shall be comparable to with respect to operational efficiency, energy efficiency, architecture, layout, and other supporting facilities.
The nature of services to be provided by Architectural and Engineering Consultancy Services
shall include but not limited to preparing Layout plan, Schematic Design, Concept Design, Architectural Design, detailed Structural Designs and drawings for the proposed TUDA TOWERS, preparation of detailed estimates, BOQ etc.,.The CONSULTANTS / CONSULTANT FIRM shall prepare
a Detailed Project Report for the project.
13
b. Scope of Work
The scope of work includes but not limited to providing comprehensive Architectural and
Engineering Consultancy Services includes Layout plan, Schematic Design, Concept Design with
green building concept, Architectural Design confirming to Vasthu principles , detailed Structural Designs and drawings, Environment Impact study Report for the proposed TUDA TOWERS, preparation of detailed estimates, BOQ, Preparation and submission of DPRs etc. as per Relevant Standards and by-laws and to assist TUDA for obtaining approvals for plans, designs and estimates from Competent Authority wherever Required.
I. Conceptual Planning:
A .Architectural Services:
1. Preparation of basic conceptual scheme details of all floor plans which incorporates all
functional spaces as per the TUDA requirements.
2. Detailed engineering working drawing for the site construction purpose showing all
dimension, position of windows and doors etc.
3. Interior Layout details for showing the arrangements of Furniture’s layout details.
4. Building facade, front elevation, and cross section showing the dimensions of height of the
floors etc., 2D and 3D views of the proposed structure. 5. Power Point Presentations, Animations &Walk through Tour of the Campus.
B. Environment Impact Study Report
C. Structural Design:
As per the Soil Report and Architectural working drawing, the submission of the necessary Structural details are as follows:
1. Centre Line Drawing with Column position details of each block for the site marking.
2. Excavation areas and footing details with typical cross sectional details for foundation
base treatment.
3. Foundation with column reinforcement and Plinth Beam details.
4. Floor wise column curtailment details.
5. All floor slabs and beams reinforcement details.
6. Lift well, staircase, overhead tank, hot water system etc.
14
IV. Plumbing Design:
1. External services such as Water supply distribution system, External Drainage disposal system, External Storm water collection and disposal system and Rain Water Harvesting.
2. Internal services such as Water supply collection and Distribution System, Internal Drainage Collection and Disposal System, Internal drainage collection and disposal system and internal water supply distribution system.
3. Toilets locations and cross section details.
V. Electrical Designing:
1. Lighting and Power layout for each floor with circuit details.
2. Single line diagram and DB schedule.
3. Bill of quantity.
4. Electrical panel room, Generators, cable trenches etc. Fire Fighting Services
VI. Fire Fighting Services: Detailed layouts with Fire Detecting points and Fire protection systems.
VII. Communication Network System Design
Detailed layouts and schemes with communication lines, telephone and IT networks.
VIII. Exterior Elevations
2D & 3D with colour Schemes, furniture details, and wall furnishes, flooring patterns, and focal points which adds ambience and attracts the public shall be created.
• Exterior 3d views-On the basic plan of the building, all the 4 sides external elevations in 2D first & then create 3Ds using relevant software are to be designed.
• Exterior walk throughs-After the 3d views stage is reached, walkthroughs are to be developed.
• Interior 3d views– Interior views can be generated for all salient components such as conference hall, Mini Theatre, Pent House , 5,4,3,2 Bed rooms , entrance Foyers, one typical hall, Pent House, one general toilets, Svimming Pool etc., and for TUDA TOWERS comprehensively.
15
VIII. Documentation:
Specifications& Standards for all the above works: Preparation of detailed estimates and BOQ etc.,.
➢ Scope of Services
a) Architectural plans along with section, front elevation, side elevation and 3D drawings
and perspective view of each floor.
b) Structural Designs and structural detailing drawings, plumbing design, electrical design, fire fighting services, communication networking system design etc.
c) Exterior elevations , Power Point Presentations, Animations and Walk through Tour of
the structure.
A broad frame work on the scope of work is listed below;
c. Stage 1 – Preliminary stage ➢ Understanding the project vision, project cost budget, phasing strategy etc.
➢ Visiting the site, discussing details with TUDA and to carry out site survey
approximately 3.65 acres, preparation of surveyed site plan showing all existing
buildings, other structures and service, tree with girth , species local name , land related features like terrain, soil conditions, HT lines, topography, vegetation, climatic
conditions, etc.
➢ Preparing and submitting concept drawings and designs conforming to prevailing
national standards, local bye laws as well as compliance to Green Building norms, i.e.
developing lay out plan , complete preliminary drawings/ preliminary sketches, plans, elevations, sections / perspectives of various proposed blocks of buildings all required
to present the general view of the proposed TUDA TOWERS with basic dimensions and building layouts for obtaining approval of the TUDA including all necessary modifications based on interactive evaluation by the TUDA up till finalization of
concept designs. The CONSULTANTS/ CONSULTANT FIRM shall also prepare and present alternative design concepts based on the assembled data to include site use
plans showing circulation plans, pedestrian and vehicular traffic patterns, utility locations, building locations and open areas.
➢ Study of all applicable regulations / development guidelines – FSI (Floor Space Index) applicability, ground coverage, set-backs, building design standards, building heights,
development constraints, etc.
➢ Preliminary planning of all internal and external services like power supply, water
supply, sewerage, storm water drainage, acoustics, landscaping, development plans showing internal roads, paths, parking lots, paved areas, drains, culverts, compound walls, external lighting, indicating position of lifts, AC ducts and other conduits for services, firefighting arrangements etc.
16
➢ Preparation of preliminary Architectural drawings, general specifications for the work.
➢ Preparation of a detailed layout plan and concept design for the entire site of 3.65 acres.
➢ Preparation and submission of Detailed Project Report (DPR) including preliminary estimates of cost on Quantity basis and on accepted norms of TUDA as per latest Schedule of Rates and Standard Data updated with latest amendments as approved by the TUDA and supported with details of measurements and rates along with the drawings, HVAC load, Electric power load, demand for water supply, lift requirements, firefighting and detection system, mechanical ventilation where required, including modifications in the designs and estimates on the basis of time to time interactions with TUDA regarding the drawings, designs and specifications of the work. For any components of the estimate for which Rates/Data are not available, prevailing market rates supported by quotations shall be used / provided by the consultant.
➢ Obtain prior approval from TUDA for the above mentioned works. And for any subsequent changes, the CONSULTANTS/ CONSULTANT FIRM should obtain approval from TUDA.
➢ Computations of designs including structural designs, drawings and services i.e., Water Supply and Sanitary Arrangements, Electrical Installations, Its design and drawings shall be in accordance with all the relevant BIS codes of Practice. This shall include discussions with and incorporation of requirements of TUDA.
➢ The Consultant shall indicate the name of his /their team members for various services like architectural design, structural designs, acoustics, visual effects, Utility services, Quantity Survey etc. with their details, the Sub-consultant if any shall be associated from the preliminary drawing stage to the final stage of work. However, the CONSULTANTS/ CONSULTANT FIRM shall be fully responsible for the correctness and accuracy of services; design prepared by such sub-consultants & shall indemnify TUDA for damage or loss caused due to negligence of sub- consultant(s).
➢ Obtaining approval of the Architectural drawings and electrical drawings from Planning Officer/EE,TUDA
Deliverables
✓ Layout Plan of TUDA TOWERS (on a scale not higher than 1:500)
✓ Preliminary Conceptual plans/ architectural plans (on a scale not higher than1:500)
✓ Final Conceptual / Architectural plans (scale1:200)
✓ Layout Plan of Internal and External Roads, Water Supply and Sewage, Electrical works (on a scale not higher than 1:500)
✓ Layout Plan for Parking Area (scale 1:200) with details
✓ Utilities and support infrastructure plan (scale1:100)
✓ Landscaping plan (on a scale not higher than1:300)
17
✓ Furniture, street lights, Signage, etc (scale 1:50 / 1:10 / 1:2 depending on the category)
✓ Preparation of area statement of each component of the development
✓ 3 D drawings of the finalized Layout plan
✓ Proof Checking of all Designs and Drawings
✓ Detailed Project Report(DPR) including Architectural, Structural, Water Supply, Sanitary, Drainage, Electrical & Electromechanical, Parking, OHTs Detailed Drawings, Detailed Estimates and BOQ, etc.
✓ Hard and soft copy of the DPRs sufficient soft copies in form of pen drive and hard copies of all the Deliverables prepared are to be submitted to TUDA, as and when required.
✓ Team should have a landscape architect or landscape designs at site level, Podium/Apron level, Balcony level, Terrace level and also for corridors are to be furnished. Walk through for salient components such as 2, 3,4, or 5 Bed rooms, pent house, land scape features proposed at various levels i.e., from site level to Terrace level should be provided at the time of presentation.
✓ The ‘TUDA TOWERS’ are to be planned in such a way that construction can be taken up in a phased manner, based on salability
✓ Top floors shall be designed with a flexibility of converting 5BHK to 4/3/2 BHK when there is no demand for 5BHK.
✓ Successful tenderer to provide drawings, views, walk throughs and all the material required for brochure, website and advertisements within a week from the date of issue of L.O.A.
✓ Unique Form is important than magnitude of the project. Drawing to be given in 1:100 scale, wherever applicable for clarity.
✓ The architectural firms can present more than one concept.
d. Stage 2 – Working drawings stage Further it is to submit that the Consultants should take care of the following observations while
preparing the Detailed Project Reports .
• Designs should be done in STAAD /E-tabs provisions duly following the relevant codes. Optimum Designs should be done duly following relevant Design Standards to achieve economy.
• When the designs are found to be uneconomical or otherwise, the department reserves the right to get it revised by the same consultant.
• Designs should have got proof checked through any IIT/NIT or any reputed institute. They have to be designed as per Relevant codal provisions& Earth quake effect (Zone-III) where ever applicable.
• Suitable Plan, Elevation & sections drawings, Water supply & Sanitary Plan Electrical fixtures plan to be furnished.
• Time schedule for completion of DPRS is : 30days
18
OBJECTIVES:-
The consultants are required to prepare site layout plan with contours detailed plans, estimates, Structural designs, for all civil, electrical, water supply and sanitary arrangements and site development plans and Layout plan for 3.65 acres if necessary including interiors in any part of the buildings such as wall cladding, furniture, Internet connectivity points, closed circuit T.V,
Building management system wiring in respect of all proposed buildings, infrastructure for all services like water, drainage, power, cabling, roads, oxygen and Nitrous oxide gas pipe lines and mechanical equipment etc., and also to prepare detailed estimates and BOQ etc.,
a) Preliminary drawings:
To prepare a detailed site plan and layout. The detailed layout plan shall include all
necessary data relating to the existing public utility services, streets, pavements adjoining
properties and boundaries. The layout plan also should indicate location of all existing buildings, proposed buildings and the possible future extensions, landscaping areas, water bodies etc.
b) Working drawings: -
i) Architectural Working drawings: After obtaining clearance from the TUDA for the
preliminary designs, work, with Green Building Concept, on preparation of detailed Architectural drawings with elevations, sections, details of joinery, staircases, railing and
standard amenities etc., and all the relevant details necessary for execution of work should be taken up.
ii) Structural drawings: - Preparation of all structural drawings includes submission of structural analysis and design using STAAD Pro, E-tabs package or any other software
but it should be in consultation with EE, TUDA. A soft copy and hard copy of the
structural analysis and designs should be furnished while submitting the structural
designs. Revision of foundation designs if any variation in soil strata is noticed during the
excavation.
iii) Electrical layouts: Preparation of electrical layout showing the entire distribution system
including internal and external electrification details, designs of substation and generators etc. All Electrical drawings shall be signed by the Senior Electrical Engineer
having minimum graduation in Electrical Engineering.
iv) Sanitary and water Supply layouts: Supply of layout plans along with the detailed
calculations for the sanitary and water supply lines with invert levels as well as detailed drawings for execution of work. External system for water supply and sanitary arrangements, designs of external drainage and sewerage disposal systems including
sewerage treatment plant etc., if necessary.
v) Land use Drawings: Drawings showing areas to be land scaped, water bodies, buildings etc., shall be indicated. All the required details should be shown in the site
development plans / Land use drawings.
19
c) Estimates and Structural designs: -
i) To prepare detailed estimates and specifications for all proposed constructions including all internal and external services such as water supply, sanitary and electrical, external
drainage, sewerage and garbage disposal systems. Data of item rates should be worked
out using common SSR adopted in A.P and TUDA SSR. The detailed estimate should be realistic and should not vary (either excess/less) by more than 10% over the approved quantities prepared based on working drawings. Otherwise a penalty @ 2% on consultancy fee will be imposed on consultants.
ii) Prepare detailed structural analysis, designs using STAAD Pro/E-tabs and structural
drawings following relevant I.S. codes Immediately after approving final preliminary architectural drawings, the structural engineer of the firm shall approach the designs
wing of TUDA and discuss various parameters to be adopted in the designs including
location of expansion joints, grade of the concrete, loading, type of bricks to be used, cover to be provided, seismic zone, reduction factors, wind loads and type of foundation to be provided etc., Based on this detailed discussion the structural engineer of the firm
shall collect the minutes of the meeting from TUDA and submit the designs and drawings duly signed by the structural engineer and counter signature of the Head of the
consultancy firm accordingly. If necessary discussion at intermediate level also shall be
taken up in case of any parameter need to be altered. While approaching the Designs
wing of TUDA the Structural Engineer of the firm shall come up with draft proposal of Design parameters proposed to be adopted. However, the final responsibility on safety of structure lies with the consultant. Analysis and design calculation of all elements
including hard copy and soft copy of STAAD Pro /E-tabs, other software analysis should
be furnished and the signature of the consultant and structural engineer must be present
on the fair copies of each and every structural drawing which will be issued for
corporation. The Head of the consultant firm shall attest each and every structural drawing duly affixing “GOOD FOR CONSTRUCTION” with the rubber stamp and necessary signature.
iii) The Consultants & structural engineer shall sign all the design documents and detailed drawings and held responsible for any lapses/mistakes in the designs and detailed
drawings. Any drawing without design document (report) shall not be accepted.
iv) The head of the firm shall counter sign all the design documents and detailed drawings duly certifying for GOOD FOR CONSTRUCTION.
v) The TUDA will broadly scrutinize the designs and drawings furnished by the consultants and if any modifications made in the drawings shall be noted by the consultants and after modification or correction the final drawings shall be submitted.
vi) The approval of the drawings by the organization is purely the Departmental procedure
and the Department shall not hold responsible for the lapses/mistakes and the consultants are totally responsible for the same. Hence in case of any urgency the
20
department shall have right to communicate the drawings directly to the execution
without scrutiny.
vii) The consultants are held completely responsible for the drawings issued for construction.
Any mistakes noticed during the execution the consultants will be held responsible and for clarifying these mistakes if any site visits are to be made it shall be at their own cost.
viii) The structural engineer shall personally attend all the queries raised by the organization and resubmit the modified designs and drawings.
• Bill of quantities based on detailed estimates
• Preparation detailed estimates and BOQ as per TUDA requirements for the work Construction of the TUDA TOWERS at Tirupati. Providing/supplying market rate
analysis and quotations whatever required for BOQ for non-schedule items (Non
SOR) of the work in prescribed manner as per directions of TUDA .
Deliverables:
✓ Detailed project data sheet with design criteria, space allocation sheet, area allocation, building efficiency calculations.
✓ Schematic site plan (1:1000scale)
✓ Building plans, Elevations, section (scale 1:200 or1:100)
✓ Circulation and Transportation plan (scale 1:200 or1:100)
✓ Utilities and Support Infrastructure Plan (scale 1:200 or1:100)
✓ Detailed building specifications including civil utility specifications, structural design, demand estimation & load calculations for power.
✓ All 2D drawings shall be prepared and soft copies be submitted in AutoCAD
✓ 3 D drawings for the finalized plan and layout (both external and internal) ✓Detailed estimates and BOQ.
✓ Working Drawings of all the elements (structure, civil, MEP, HVAC, fire, rain water harvesting, etc).
Sufficient soft copies and hard copies of all the deliverables prepared are to be
submitted as and when required by TUDA.
21
e. Completion stage
The CONSULTANTS/ CONSULTANT FIRMS shall:
➢ Supply all the approved & duly marked “Good for Construction” (GFC) working drawings and Structural drawings, specifications and details in the manner required by TUDA for proper execution of the work. (Required sets of approved drawings shall be supplied free of charge to TUDA)
➢ Make scrutiny of any shop drawings required in connection with work and
incorporation of the same in the working drawings and release the duly vetted
drawings for construction.
➢ Obtain TUDA approval for any material deviation in design or specifications before any
revision of Drawings already approved by them.
➢ Shall furnish to TUDA after the building completion four sets of completion
plans/drawings (As Built Drawings) and one set of reproducible drawings in A-1 size, and other connected documents. These drawings will be in addition to drawings and details mentioned in above clauses.
➢ Provide necessary drawings for electrical works and estimate for final approval of EE,
TUDA./Authorised Officer from TUDA
➢ No work shall be outsourced cases prior approval from TUDA is required.
➢ If TUDA requests that CONSULTANTS/ CONSULTANT FIRM should replace team
member/s in case any team member/s are found not meeting performance standards, the same should be effected by CONSULTANTS/ CONSULTANT FIRM to TUDA
satisfaction.
➢ Any other or all services not specifically mentioned herein but required for the proper and successful completion of the project in accordance with Bureau of Indian Standards (BIS) including National Building Code.
➢ All the documents prepared by the CONSULTANTS/ CONSULTANT FIRM shall be the property of TUDA.
6. DIRECTIVES OBIDDERS
6.1 Soft copy of the bid document is made available in TUDA website www.tudaap.in
6.2 The application (Technical and Financial Bid) shall be submitted only as per the enclosed format (s) given at Annexure B to D, Self-attested documentary proof(s) in respect of the
details furnished in the application form shall be submitted along with the application.
6.3 The intending firms shall also submit the list of such projects, where, due to any disputes
litigation/arbitration was invoked and/or the consultancy services were abandoned/suspended by the Consultant(s). Suppression of any information in this regard
22
may lead to disqualification of the Applicant(s) concerned, if such information comes to the
notice of TUDA. Incomplete applications will be summarily rejected. Applicants should give an undertaking certifying that the firm has not been blacklisted or debarred by any Govt. / Local Bodies/PSU’s.
6.4 The Bidders for Consultant/ Consultant Firm have to submit their Technical Bid and Financial Bid in the prescribed format as per this RFP. The cost of preparation of bids and related expenses has to be borne by the Bidder. The bidders will not be eligible for
reimbursement of any travel expenses for attending meetings for making presentation or
any other purposes.
6.5 Any addendum/corrigendum/clarification to this RFP document shall be placed in TUDA website www.tudaap.inand may not be communicated otherwise. Prospective bidders are therefore advised to check the above website and get updated on the latest status.
6.6 Pre-Bid Meeting
6.6.1 In order to clarify and discuss the issues with respect to the Project, a pre-bid meeting shall be held with the bidders on at 3.00P.M, at the office of Vice Chairman, TUDA, Tirupati.(NOT APPLICABLE SINCE THIRD CALL )
6.6.2 The bidders who intend to attend the pre-bid meeting, should fill, duly sign and return to Vice Chairman, TUDA, Tirupati by letter or mail to [email protected], the “Attendance at pre-bid meeting” form, attached as Annexure A in advance of the pre bid conference. Those who attend the pre bid meeting should bring letter of authorization.
6.6.3 Bids not in the format as prescribed in this RFP document shall be summarily
rejected. Bids shall be declared non responsive if the bid submitted is conditional.
6.6.4 The Bidders shall be deemed to have conducted a due diligence exercise and satisfied themselves with respect to all aspects of the project, including site visit, when they submit the bids. Interested parties shall visit and inspect the site at their own expense. Failure to investigate fully the site or subsurface conditions shall not be a valid ground for the bidder to subsequently alter the terms of his bid nor shall it relieve the Bidder from any responsibility for successfully completing the CONSULTANTS/ CONSULTANT FIRM assignment.
23
6.6.5 All enquiries should be submitted on the following address in writing, by letter or e-mail or facsimile transmission;
ADDRESS:
O/o Vice Chariman,
TUDA, Tata Nagar,
Near Gangammagudi street,
Tirupati Chittoor (Dist.), A.P. PIN. 517501
6.7 Bid Validity
6.7.1 Each bid shall indicate that it will remain valid for a period not less than 90 days from the due date of the submission of the bid (Bid due date). TUDA reserves the
right to reject any bid, which does not meet this bid validity requirement.
6.8 Format and Signing of Bids
The authorized signatory of the applicant shall sign each page of the document. The
Technical Bids and Financial Bids are to be submitted as per the prescribed formats in Annexure
C and D respectively. The proposal shall be typed and printed in indelible ink and shall be signed by the Bidder or a person duly authorized to bind the applicant organization to the Contract .
All pages of the proposal including all Photostat copies shall be initialed by the person signing the proposal. Any interlineations, erasures or overwriting shall be valid only if they are initialed
by the person signing the proposal.
6.9 Changes to Submitted bids
Any material change to a submitted bid, must be received before the bid due date.
Material changes in the bid will not be permitted after the bid due date.
6.10 Sealing and Marking of Bids
i The bidder would provide all the information as per this RFP, and TUDA would evaluate only the bids received in the required format. The Technical Bids and Financial Bids should be separately submitted in sealed envelopes, super scribed “Technical Bid” and “Financial Bid” respectively in separate envelopes. Both these envelopes (envelope super scribed ‘Technical Bid’ and envelope super scribed Financial Bid’) should be enclosed in another envelope super scribed “Tender document” for Consultancy service for preparation
of Architectural Plans, Structural Designs and Drawings, MEP Drawings, Working Drawings, Detailed estimates, BOQ and Detailed Project Report for the work of construction of “ TUDA TOWERS at NORTH-WEST corner of Annamaiah CIRCLE abutting RC road and air by-pass road in Tirupati, Chittoor district, Andhra Pradesh ”
24
The envelope shall be addressed to: The Vice Chairman, TUDA, Tata Nagar, Near Gangammagudi street, Tirupati, Chittoor District, Andhra Pradesh.
ii The bidder should drop the tender / bid document in the locked sealed Tender Box kept at the O/o The Vice Chairman, TUDA, Tata Nagar, Near GangammaGudi Street, Tirupati. In case, the sealed envelope is bigger than the mouth of Tender Box, and cannot be dropped in the Tender Box, the same may be submitted by hand underwritten acknowledgement to the authorized representative of the Vice Chairman, TUDA, Tata Nagar, Near Gangammagudi street, Tirupat.
iii The Offer/BID/Tender document must be submitted in original / as downloaded from Web site, duly completed along-with copies of other required documents on or before 28.1.2021 at 3.00 p.m. (IST).
iv The Offer/BID/Tender document shall be submitted in person or through authorized representative only. Telegraphic tenders shall not be entertained. All the pages of the tender document should be signed by the owner of the firm or his Authorized signatory supported with a copy of the Power of attorney.
TUDA assumes no responsibility for the misplacement or premature opening of the bids
submitted not in accordance with the prescribed procedure as above. TUDA will not be
responsible for any postal delays or delay in transit for submitting the Bids.
6.11 Right to accept any Bid and to reject any or all bids
Notwithstanding anything contained in this RFP, TUDA reserves the right to accept or reject any Bid/ Bids and to annul the bidding process and reject all bids, at any
time prior to the signing of the agreement without incurring any liability to the rejected
Bidder/ Bidders or any obligation to inform the affected Bidder/ Bidders of the grounds
for rejection. The evaluation of the applications submitted by the firms shall be undertaken based on details submitted by them as per the requirement of this RFP document. No clarification/additional information in this regard will be sought from the
applicants. Applicants shall not be required 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 there for essential that all the details are submitted
by the applicants accurately and specifically as per the requirement of this RFP. However TUDA reserves the right to ask any clarification from the applicant for details submitted, if it so desires during evaluation.
25
6.12 Successful Bidder
6.12.1 The successful bidder shall be selected based on the evaluation and scoring of the bid and presentation.
6.12.2 Letter of Acceptance (LOA) will be issued to the successful bidder informing the award of the work and the bidder would be required to come for signing of the agreement with TUDA.
6.13 The payment schedule will be as follows–
1. PAYMENT OF REMUNERATION
The break-up of Professional Fee between the two
parts of the assignment shall be as following,
Milestone/ Deliverable Payment schedule Inception report including site evaluation report 05% On submission and approval of conceptual designs. 10% On submission and approval of Schematic designs 15% On submissionandapprovalofdetaileddesigns 25% On submission and approval of tender drawings and
docu- Ments
5%
On submitting working drawings and details 30% Constructionreview;andonsubmittingCompletionReport
and drawings for issuance of completion/ occupancy
certificatebystatutoryauthorities,whereverrequiredand on issue of as built drawings
10%
Note :
1. No deductions shall be made from the fee of the Architect on
accountofpenalty, liquidated damages,partrates or
othersumswith held from payment or recovered from
contractors/suppliers.
2. The Client shall not unduly with-hold approval of any deliverable
submitted.
3. The Comprehensive Architectural design LSF may be subject to
26
variations based on theBuilt-uparea(ofmorethan5%),and
not on ProjectCost.
4. GST , Income-tax (TDS) and other taxes will be deducted as
per applicable laws.
5. The above fee includes fee for proof checking of structural designs and drawings from the institute as approved by TUDA and any other statutory charges incurred by the
Consultant on behalf of TUDA for obtaining approvals etc. If the design requires revision on proof checking, the cost of proof checking has to be borne by the consultant.
Unless otherwise explicitly stated in the Contract, the payment shall be as per accepted schedule of payment mentioned in Agreement.
6.14 Signing of the Agreement and Consultancy Fee:
Vice Chairman TUDA, Tirupatishall prepare the agreement in the proforma (Annexure G) included in this document duly incorporating all the terms and conditions of agreement between Vice Chairman , TUDA, Tirupatiand successful bidder. The successful bidder will be required to execute the Contract Agreement within 7 days from the date of issue of the Letter of Award. One copy of the agreement duly signed by Executive Engineer, TUDA, Tirupati and the consultant through their authorized signatories will be supplied by TUDA to the consultant.
The consultant shall be paid the agreed consultancy fees as per the payment schedule given at the clause 6.13. The consultancy fee, quoted shall be excluding GST
and will be paid separately by TUDA as in force from time to time.
6.15 Conflict of Interest
TUDA requires that consultants should provide professional, objective and
impartial advice and at all times hold the client’s interest paramount, strictly avoid conflicts with other Assignment/jobs or their own corporate interests and act without
any consideration for future work. The consultant and any of their affiliates shall be considered to have a conflict of interest and shall not be hired under any of the circumstances given below:
(a) Conflicting activities or assignment i.e. providing goods or works or
assignment other than consulting assignment
(b) Conflicting relationship i.e. business/relationship with a member of client’s staff involved in the job.
(c) The consultants shall be required to observe the highest standard of ethics during rendering of professional services.
27
6.16 Fraud and Corruption
6.16.1
• TUDA requires that the bidders against this RFP shall observe the highest standard
of ethics. In pursuit of this policy, the following are defined:
• Corrupt practice means the offering, giving, receiving or soliciting, directly or
indirectly, of anything of value to influence the action of a public official in the
bidding process or in Contract execution.
• Fraudulent practice means a misrepresentation or omission of facts in order to
influence the bidding process or the execution Contract .
• Collusive practice means a scheme or arrangement between two or more bidders,
with or without the knowledge of the client/TUDA, designed to establish bid
prices at artificial, non-competitive levels and Coercive practice means harming or
threatening to harm, directly or indirectly, persons or their property to influence
their participation in the bidding process or affect the execution of contract.
6.16.2 TUDA will reject the proposal if it determines that the bidder has directly
or through an agent, engaged in corrupt, fraudulent, collusive or coercive
Practices in competing for the Contract in question.
6.16.3 TUDA will declare a bidder ineligible, either indefinitely or for a stated
period of time to be awarded Contract /Contracts, if it, at any time,
determines that the bidder has engaged in corrupt or fraudulent Practices in
competing for, or in executing the consultancy Contract .
7. EVALUATION OF PROPOSALS AND PROCESS OFSELECTION.
The selection process would be a Quality and Cost Based Selection process spread over three stages. Technical and Financial documents submitted by the Applicant shall be evaluated
by Committee, TUDA, Tirupati.
7.1 General
• The Applicants may be a single entity or a group of entities joined together to undertake this assignment
• However, no applicant applying individually or as a member of a consortium, as the case may be, can be member of another applicant consortium. The term applicant used herein would apply to both a single entity and a Consortium
• Incase of an individual applicant/a consortium, details shall be furnished as per Annexure C
• The applicant should be a Professional Firm in Consultancy business and shall be in existence for at least 7 years from the proposal due date.
• The applicants should have experience as Architectural and Engineering Consultancy Services in implementing Government/Private Building Projects.
• The applicant/s, if selected should be willing to set up local office in Tirupati.
28
7.2 Eligibility Criteria : For eligibility, the bidders must conform to the eligibility criteria given below: LEGAL
STATUS
Eligibility Criteria Evidence
The bidder must be a registered JV/ a government organization/ Public sector unit/ Limited Company/ Pri- vate Limited Company/ Proprietorship firm/ Partner- ship firm having its office in India which includes ”Branch office” OR ”SPV office” OR ”Project Office” OR a place of business as approved by the Ministry of Corporate Af- fairs, Government of India.
OR a JV comprising of firms(Joint venture of maximum 2 companies is allowed) having a binding Joint Bidding Agreement between them with a clause on registering a SPV office in India within 3 months from the time of signing the contract in case such a consortium wins the bid.
OR a consortium of firms (maximum 3 companies is allowed) having a consortium Agreement with a clause on joint and several liabilities. In such case at least one member of such such consortium should have its office in India which includes ”Registered office” OR ”Branch office”/ ”Project Office” as per Reserve Bank of India and Department of Industrial Policy & Promotion (Govt. of India) guidelines (or equivalent).
Copy of Certificate of Incorporation or Registration & Jt. Bidding Agreement (in case of JV/ Consortium)*
The bidder’s registered office in India must be led by an Architect registered with the Council of Architecture (CoA), India. - In case of companies or consortiums, atleast one member of Senior Management / Leadership of the firm or either member of the Consortium should be a CoA Registered Architect respectively
Certificate of Registration
29
* JV related terms:
1. Members of the Joint Venture shall nominate the majority share holder as the lead member (the Lead Member)
2. Lead member should have more than 51% stake in the Joint venture. 3. The number of entities/ partners within a Joint Venture or Consortium
cannot be more than THREE (3). Members of the Consortium shall nominate the majority share holder as the lead member (the Lead Member). The nomination(s) shall be supported by a Power of Attorney, as per the standard format, signed by all the other members of the consortium. The duites, responisibilities and powers of such Lead member shall be specifically included in the joint Bidding agreement.
4. Members of the JV/ Consortium shall enter into a binding Joint Bidding
Agreement (the -Jt. Bidding Agreement) for the purpose of submitting a Proposal. Unless explicitly mentioned in the agreement, it is expected that the Lead Member would be authorized to incur liabilities and to receive instructions and payments for and on behalf of the Consortium. The Jt. Bidding Agreement concluded on Rs.100 non judicial stamp pa- per duly signed by Public notary or equivalent authority in case of other countries, to be submitted along with the Application. The agreement shall, inter alia,
a. Clearly outline the proposed roles and responsibilities, and corre- sponding liabilities, of each member;
b. Include a statement to the effect that all members of the Consortium shall be liable jointly and severally for all obligations of the Consultant in relation to the Assignment until the completion of the Assignment in accordance with the contract and the completion of the project (as mentioned in the Scope); c. clearly define the proposed administrative arrangements (organisation chart) for the management and execution of the Assignment, if awarded to the Consortium; d. except as provided under this RFP, there shall not be any amendment to the Jt. Bidding Agreement without the prior written con- sent of the Client.
The Technical bids of Bidders will be evaluated based on
• Bidder’s experience as Architectural and Engineering Consultancy Services
i Experience as consultancy services in the implementation of at least one large
scale project of 45.00 crores and above for Govt/Private Buildings)
30
ii Experience as Consultants/Consultant firm in fully implemented Construction
of Govt./Private buildings Project with more than plinth area of the project in
the RFP ie., 2.50 lakhs sft
iii Projects/Assignments undertaken in Govt./Private buildings.
iv Satisfactory financial performance through profit generation in each of the last seven years from onwards.
v The bidder shall provide information on projects undertaken for Govt.&Private. The assignment may be in the nature of consultancy projects
for pre- feasibility reports, detailed project reports or similar activities with
minimum consultancy fee of Rs 35.00 Lakhs and Minimum of 1.5 crores in
the last 3 years period
vi Presentation on Project vision, Concept design, Methodology and Work Plan, Implementation Schedule, and the ‘Deployment of Project Team’ being
proposed.
7.3 Project Team
7.3.1 Bidder should have a minimum ‘Project Core Team’ comprising of the following
qualified professionals having requisite experience;
• Team Leader:- Qualification-Graduate Engineer in Civil/Arch with at least 10 years of
relevant experience, and should have planned and designed minimum three Eligible
Projects, out of which at least 1 is a State / Central / Quasi Govt. / TTD / TUDA Buildings / Deemed university buildings.
• Team members
1. Structural Engineer: Masters Structural Engineering with at least 8 years of relevant experience, and should have undertaken structural design for at least 3
eligible projects.
2. Design Architect: B. Arch with at least 8 years of relevant experience and should have undertaken detail designing and execution of 3 eligible projects, out of which at least 1 is a State / Central /Quasi Govt. / TUDA Building/TTD buildings/Deemed university buildings.
3. Civil Engineer:B.Tech (Civil) with at lest 8 years experience.
4. Interior Designer: - A qualified professional in Interior designing with at least 8
years of relevant experience in interior design of 3similar projects either Government or other than Government.
7.4 Evaluation Parameters for Technical Score(TS)
The technical evaluation applying criteria mentioned above and corresponding points
rating are listed as below:
31
Evaluation Parameters for Technical Score (TS) Max
Marks
Allocated
(A) Experience in providing CONSULTANTS/ CONSULTANT FIRM in the implementation of at least one large project of Rs.45.00 crores and above (other than experience as CONSULTANTS/ CONSULTANT FIRM) for Govt./Private Buildings).
• 17 marks for completed project, cost equal and above Rs.45.00 Crores Project cost in the RFP or for ongoing project, the completed value of work shall be equal to 45.00crores
10 marks for completed project, more than Rs.27.00 Crores and less than 45.00 Crores.
17
(B) Experience as CONSULTANTS/ CONSULTANT FIRM in fully implemented Construction of Govt/Private buildings with more than plinth area of the Project in RFP ie 2.25 lakhsSft Plinth area.
• 10 Marks for executed project of plinth area, equal and above 2,25,000Sft. Plinth area of Project in RFP or for ongoing project, the completed plinth area of work shall be equal to 2.25 Lakhs Sft .
• 6 Marks for executed Project of plinth area equal and above 1,35,000 Sft. and less than2.25 Lakhs Sft
10
(C) Experience in undertaking projects as a Consultant/ Consultant firm
Consultancy Services under Govt/PrivateBuilding/ Deemed university buildings Projects (Projects other than furnished for A & B above only will be considered)
• 2 marks for each Project
4
(D) Key professional staff qualifications and experience specifically assigned for
TUDA Project in Tirupati, Andhra Pradesh.
29
Team Leader – (12Marks - Experience + No of projects done)
a1. Total Experience - above 12 years – 4 Marks
OR
a2. Total Experience –10 to 12 years - 2 Marks.
b1. Planning & Design of Eligible Govt.buildings -2 Marks (Maximum of 4 marks).
b2. Planning & Design of eligible projects other than Govt. buildings - 2 marks per project (Maximum of 4 mark).
Team Members - Structural Engineer- (7 Marks- Experience +No of projects done)
32
a1. Total Experience- above 10years- 4marks
OR
a2. Total Experience- 8 to 10 years- 2mark.
b1. Structural Design of Eligible projects- 1 mark/project. (Maximum of 3marks)
Design Architect: (6 Marks)
a1. Total Experience- above 10years - 3 marks
OR
a2.Total Experience- 8-10 years- 2mark.
b1. Design of Eligible State / Central / Quasi Govt. / TTD/TUDA Buildings/
Deemed university buildings - 1 mark/project. (Maximum of 2 marks)
b2 .Design of eligible projects other than State / Central / Quasi Govt. /
TTD/TUDA Buildings/ Deemed university buildings - 0.5mark/project
(Maximum of 1 mark)
Interior Designer – 2 marks for qualified professional with maximum 8 years relevant experience and should be carried out minimum three similar projects.
Civil Engineer-2 Marks for qualified Professional with minimum 8years relevant experience
(Note: Complete details of the teams should be submitted).
Note: Cancelled /failed projects will not be considered for the evaluation
The credential score will be worked out as above from the details furnished by the bidders in the technical bid document submitted against this RFP. Only those who get a minimum of 45 marks in the Credential score will qualify for the next stage.
The Consultant/Consultant Firm are required to submit Soft and Hard copies invariably before the presentation for evaluation of Project concept score, failing which they will not be
considered for evaluation of Project concept score.
This score is to decide to declare eligible for next stage and the marks will be ignored for
future stages.
7.5 Project concept score
The Successful bidders in the credential evaluation will be invited to make their project concept presentation on a specified date. Based on the presentation evaluation will be made
by the committee for evaluation and the maximum score allotted for the project concept
33
presentation is 100 marks. Those who get a minimum of 75 marks will qualify for the next
stage.
Presentation on Project Vision, Concept Design ,Methodology, Work Plan, Layout plan, Implementation schedule and deployment of ‘Project Team’.
• Project Vision, Concept Design -50Marks
• Methodology and Work Plan -10 Marks
• Layout plan and Implementation schedule -20 Marks
• Deployment of Project Team -10 Marks
• Concept of Brochure for the Project -10 Marks
100
Project concept score 100
Grand Total 100
7.6 Technical score (TS)
The Project concept score earned by a bidder is the technical score. Those who get a minimum of 75 in the technical score only will qualify for opening of the financial bid.
7.7 Financial score (FS)
The financial bids of those who qualify as above will be opened on a date which will be
informed to all the eligible bidders. After opening the financial bid the financial score
will be arrived at as follows
The lowest bidder (L1) will get the maximum financial score (FS) of 100. The financial score (FS) of other bidders (FB) will be calculated as follows
FS = (L1/FB) X100
7.8 The Final Weighted Score(S)
The final evaluation of combined Technical and Financial bid shall be based on the final weighted score. In order to arrive at the final weighted score, a weightage of 70% will be assigned for the Technical Score (marks/points scored in the Technical Bid Evaluation, TS) and a weightage of 30% will be assigned for Financial Score (FS)
The final weightage score (S) will be S= 0.7 x TS + 0.3 x FS
7.8.1 The bidder scoring the highest final Weighted score shall be awarded the project.
7.8.2 The decision taken by the competent authority, TUDA is final and binding in acceptance of the consultant/Consultant firm. TUDA however reserves the right to
34
reject any or all bids received, without assigning any reasons and any liability to
TUDA.
7.8.3 HONORARIUM TO THE SHORTLISTED FIRMS
The honorarium of Rs. 50,000/-(inclusive of applicable taxes) will be paid for
the top 5 qualified bidders in Technical and Financial score, except the successful
bidder
8 .SUBMISSION OF TECHNICAL BID AND FINANCIAL BID
8.1 Technical Bid should have a covering letter as per the format given at Annexure B.
8.2 Experience in providing consultancy services in the implementation of at least one large project of Rs.45.00 CRORES and above Govt./Private Building. Signed, dated and sealed
copies of work orders and the work completion certificate/client certificate shall be submitted. Projects mentioned without supporting documents will not be considered.
8.3 Experience as CONSULTANTS/ CONSULTANT FIRM in fully implemented Construction of
Govt./Private buildings Project with Plinth Area more than 2,25,000sft, Signed, dated and sealed copies of work orders and the work completion certificate/client certificate
shall be submitted. Projects mentioned without supporting documents will not be considered.
8.4 Experience in undertaking projects as a Architectural and Engineering Consultancy
Services under Govt./Private buildings. Only projects which have secured Final Approval from will be considered for evaluation. The projects mentioned by the Bidder should be covered under a valid agreement between the CONSULTANTS/ CONSULTANT FIRM and
the Project Implementing Authority.
8.5 The Bidder shall make a presentation on Project Vision, Concept Design, Methodology, Work Plan, layout plan, Implementation schedule and deployment of Project Team earmarked for the TUDA for the work of Construction of “ TUDA TOWERS at NORTH-WEST corner of Annamaiah CIRCLE abutting RC road and air by-pass road in Tirupati, Chittoor district, Andhra Pradesh. The presentation on Methodology and Work Plan shall include various aspects of DPR preparation. The presentation should illustrate the proposed methodology to be adopted by the Bidder and should cover all aspects under ‘terms of reference ‘:
The proposed Work Plan should cover (i) plan for various aspects of DPR preparation up to the stage of issue of Technical Sanction by TUDA (to provide implementation schedule in MS Project Format);
35
The Bidder shall indicate clearly the ‘Proposed Team’ earmarked for implementation of the work construction of “ TUDA TOWERS at NORTH-WEST corner of Annamaiah CIRCLE abutting RC
road and air by-pass road in Tirupati, Chittoor district, Andhra Pradesh. The Proposed Team in Andhra Pradesh would include personnel at following levels (A). A Team Leader, (B). Team members such as (i) Design Architect (ii)Structural Engineer. If any additional personnel are envisaged by the Bidder for the project, the same may be specified. The C.V.s of each personnel should be submitted. It should include full details of (i) qualification (what degree, which university, which period) and (ii) experience (year- wise, organization-wise, project-wise). The CVs of existing personnel shall be provided and proposed qualification of to-be-recruited personnel, if proposed, may be provided.
The Bidder shall provide information on projects under taken for Govt.& Private buildings. The
assignments may be in the nature of consultancy projects for pre-feasibility reports, detailed project reports or similar activities with a minimum consultancy fee of Rs.35.00 lakh. Copy of
work orders to be submitted.
8.6 The Bidder shall provide details of existing local offices in Andhra Pradesh, if any. The details such as contact address details, number of staff, and office hierarchy structure may be provided. Those bidders who are presently not having an office in Andhra Pradesh should be willing to setup their local office in Andhra Pradesh and at site on award of work pursuant to emerging as successful bidder.
The Financial Bid shall include:
8.7 The Bidder should submit the quotations of professional fees in Indian Rupees. The Financial Bid should have the Total Price of the bid inclusive of all taxes.
8.8 No subjective condition will be accepted in the Financial Bid
8.9 The formats for Technical Bid and Financial Bid as well as the format in which presentations are to be made are enclosed at Annexure C, D and E respectively. The Bidders will strictly adhere to the presentation formats provided and no. of slides for presentation shall not exceed 12 numbers.
9 BID SECURITY & RETENTION:
(a) Amount of Bid Security is Rs.25,000.
(b) Form of Bid Security shall be DD / Bank Guarantee in favour of Vice Chairman, TUDA from a scheduled Bank, taken not prior to bid downloading date. If the joint venture is not legally constituted Bid Security shall be issued in the name of the Lead Partner. Sanctions due to a breach of the terms of a Bid Security will apply to all partners to the Joint Venture.
(c) Period of validity beyond the bid validity date, as extended, if applicable shall be 90 days in case of BG
(d) The time period within which the bid security of the unsuccessful bidders will be returned in 25 working days.
(e) Financial bids of bidders not qualified in technical concept shall be
36
returned un opened with in 25 working days
9.1 The department shall retain from each payment due to the consultancy firm @ the rate of 7.5% of bill amount until completion of the whole of the Works.
9.2 On completion of the whole of the Works, out of 7 ½ % retention amount, 5% will be re-paid to the consultancy firm and remaining 2 ½ % will be released, when the Defects Liability Period has passed and the Engineer-in-Charge has certified that all the Defects notified by the Engineer-in- Charge to the Contract or before the end of this period have been corrected.
9.3 On completion of the whole works, the consultancy firm may substitute retention money with an “on demand” Bank Guarantee.
10 .Implementation Schedule
The bidder should complete the assignment within 21 days from the date of signing
the agreement. The bidder is required to provide detailed implementation schedule (including
implementation of various project components in MS project format) in their presentation
made before the committee for selection. During presentation higher weightage would be given for the proposed methodology and work plan that can ensure earlier completion of the
project, than what mentioned above. However the activities up to awarding of work for “construction of “ TUDA TOWERS at NORTH-WEST corner of Annamaiah CIRCLE abutting RC road and air by-pass road in Tirupati, Chittoor district, Andhra Pradesh” have to be
completed within specified time. A format of the Implementation schedule showing major
events is given below for the information of the bidders:
Particular Time Period
(No of days from kickoff
date)
Issue of work order to Consultants Kick off date
Submission of Stamp paper for signing of Agreement 3 Days
Submission of survey, Layout, preliminary plans with contours 10 Days
37
Submission of approved preliminary layout plan 14 Days
Submission of detailed designs including structural drawings
and detailed plans including sections and elevations, detailed
estimates and BOQ
30 Days
Preparation and submission of Working drawings 30 Days
Note: The events can be split up further based on the work plan proposed by the bidders.
38
ANNEXURE A (Not Applicable during 3 rd call)
ATTENDANCE AT PRE-BID MEETING(NOT APPLICABLE SINCE IT IS 3RD CALL)
The undersigned hereby confirms that the Bidder will/ will not attend the Pre-Bid Conference scheduled on Dt at 3.00P.M at the meeting hall of TUDA.
The number of representatives expected to attend the Pre-Bid conference is [ ]. The
name(s) of person(s) likely to attend/ represent the Bidder is/are as follows:
• .................................................
• .................................................
• .................................................
(Please note that all attendees should carry an authorization by the bidder)
Note: This form should be duly signed and returned to the Vice Chairman, TUDA, Tirupati by letter to the address for correspondence given in the Bid or email to
..........................................
...........................................
Name(Company)
...........................................
...........................................
Signature
Name of Signatory (Printed)
Title of Signatory(Printed)
.............................................................
Date of transmittal of this form
39
ANNEXURE B
Covering Letter of Technical Bid- Format
[On the letter head of the organization]
To
The Vice Chairman,
TUDA, Tata Nagar,
Near Gangammagudi street, Tirupati
Chittoor (Dist.), A.P.
Andhra Pradesh.
Sub: Technical Bid for “Selection of consultancy firms / consultants/ Architectural consultant / companies for preparation Architectural plans, Structural designs and drawings, MEP drawings, working drawings, detailed estimates, BOQ and Detailed project report for the work of construction of “ TUDA TOWERS at NORTH-WEST corner of Annamaiah CIRCLE abutting RC road and air by-pass road in Tirupati, Chittoor district, Andhra Pradesh”.
Sir,
1. Having examined the tender documents, annexures and
corrigenda/addenda numbers- thereto. We, the undersigned in conformity with the said document, offer to provide the said services on terms of
reference to be signed upon the award Contract for the sum indicated as
per financial bid.
2. We acknowledge having received the following addenda to the bid
document:
Addendum/Corrigendum No Dated
40
3. We have read the provision of the RFP and confirm that these are
acceptable to us. We further declare that additional conditions, variations,
assumptions, deviations, if any, formed in our proposal shall not be given effect to.
4. We undertake, if our proposal is accepted, to provide the services comprised in the Contract within timeframe specified starting from the date of receipt of notification of award from TUDA.
5. We agree to abide by this proposal for the period of 120 days from the date of submission of the bid and it shall remain binding upon us and may be accepted any time before the expiration of that period.
6. We agree to execute an agreement in the form (given at Annexure G) of
the RFP incorporating all terms and conditions within prescribed time after
notification of the acceptance of this proposal.
7. We hereby confirm that we do not have any conflict of interest in accordance with Section
6.15 of the RFP document.
We understand that if the details given in support of claims made above are
found to be untenable or unverifiable, or both, our bid may be rejected without any reference to us.
We further clearly understand that TUDA is not obliged to inform us of the
reasons of rejection of our bid.
Dated this ....... day of……2021
Signature
(Bidder Seal)
---------------------
In the capacity of
-------------------------------
Only authorized to sign bids and on behalf of…………..
41
ANNEXURE C
Technical Bid Format
19.A. Applicants details;
Sl No Details
1 Name and address of the applicant with Telephone No/Fax
No/Email
2 a) Year of Establishment
b) Date & Year of Commencement
3 Legal Status of the applicant (attach copies of original
document defining legal status) a)A proprietary firm
b) A firm in Partnership
c) A Limited company or Corporation/Joint
Venture/Consortia d)State Owned
4 Place of Registration and Principal places of business
5 Name & Title of Directors and Key officers to be concerned
with the project, with designation of individuals authorized
to act for the organization
6 Copies of Last Five Years Annual Report
7 Any other information considered necessary, but not
included above
Note: In case of Consortia the above details shall be furnished by each member of the consortium.
19.B.Experience of organization in providing Consultancy Services(Consultants/
Consultant Firms) in the implementation of at least one large project of Rupees.45.00Crores and above in Govt./Private.
Name of Client(Promoters)
Location of Project (also include District/ State)
Project Cost
Project Details(Descriptions)
Date of Work Order issued
Date of Completion of Project
Documents Submitted
• Work Order
• Client Certificate/ Completion
Certificate
YES/NO
YES/NO
[Note: Repeat above data for each project]
42
19.C.Experience of organization in undertaking assignments as a Consultancy
Services(Consultants/ Consultant Firms) in fully implemented construction of Govt/Private buildings/ deemed university buildings with plinth area more
than 2,25,000 sft
Name of Client(Promoters)
Location of Project (also include District/ State)
Project Cost
Project Details(Descriptions)
Project Implementation Status (Descriptions)
Date of Work Order issued
Date of Completion of Project/Scheduled Date of
Completion
Documents Submitted
• Work Order
• Client Certificate/ Completion
Certificate
YES/NO
YES/NO
YES/NO
[Note: Repeat above data for each project]
19.D.Experience of organization in undertaking assignments as a Architectural
and Engineering Consultancy Services( A& ECS) under Govt./Private buildings.
With minimum consultancy fee of Rs 35.00 Lakhs
Name of Client(Promoters)
Location of Project (also include District/ State)
Project Cost
Project Details(Descriptions)
Project Implementation Status (Descriptions)
Date of Work Order issued
Date of Completion of Project/Scheduled Date of
Completion
Documents Submitted
• Work Order
• Client Certificate/ Completion
Certificate
YES/NO
YES/NO
YES/NO
[Note: Repeat above data for each project]
43
19.E. Key Professional staff proposed to be dedicated for the project:
A. Team Leader
(i) Qualification
(ii) Experience
(Year-wise, Organization-wise, Assignment- wise)
(iii) CV Submitted YES/NO
B. Team Members
(iii) CV Submitted YES/NO
B2. Design Architect
(i) Qualification
(ii) Experience
(Year-wise, Organization-wise, Assignment- wise)
(iii) CV Submitted YES/NO
B3. Structural Engineer
(i)Qualification
(ii)Experience
(Year-wise,
Organization-wise,
(iii)CV Submitted YES/NO
(iii) CV Submitted
B4. Interior designer
(i) Qualification
(ii) Experience
(Year-wise,
Organization-wise,
YES/NO
(iii)CV Submitted B5.
Civil Engineer
(i) Qualification
(ii) Experience
(Year-wise,
Organization-wise,
YES/NO
(iii)CV Submitted YES/NO
[Note: Repeat above data for additional personnel]
44
19.F.Assignments undertaken for Govt./Private Sectors.
Name of Govt.
Department/ Govt. Body
Project
Name
Project
Description
Period Copy of
Work
Order and Client
Certificate
Enclosed
YES/NO
YES/NO
YES/NO
YES/NO
19.G.Office Infrastructure in Andhra Pradesh
(i) Existing office locations with contact
details
(ii) No. of Staff
(iii) Hierarchy
Proposed Team earmarked for TUDA “TUDA
TOWERS AT NORTH-WEST CORNER OF
ANNAMAIAH CIRCLE ABUTTING RC ROAD AND
AIR BY-PASS ROAD IN TIRUPATI, CHITTOOR
DISTRICT, ANDHRA PRADESH”
Total Number (Provide details separately)
In Andhra Pradesh (Provide details separately)
At Tirupati (Provide details separately)
45
19.H.Financial Details
Year Annual Turnover Annual Profit Copy of Annual
Report/Audited
Report Enclosed
2013-14 YES/NO
2014-15 YES/NO
2015-16 YES/NO
2016-17 YES/NO
2017-18 YES/NO
2018-19 YES/NO
2019-2020 YES/NO
2020-2021 YES/NO
Name of the organization
Signed by
Seal of the organization Designation
Date:
46
Annexure D
Financial Bid Format
A. Name of the organization : Address with contact details :
B.
Quoted Amount
Rs.
(In words)
• The amount quoted shall be a fixed lump sum inclusive of all taxes
• No subjective condition will be accepted in the financial bid.
• The maximum amount for financial bid inclusive of all taxes shall be less than
1.88 crores (The lowest quoted amount in the first call).
• The G.O.M s No :79 Finance (HR.V-TFR) Department Dt: 25/08/2020
regarding reverse tendering process is applicable as per the financial bid
amount.
Name of the organization Signed by
Seal of the Organisation Designation
47
ANNEXURE E
Format for Power Point Presentation.
Presentation should include these mandatory details in the slide without fail.
Project Vision Concept Design Methodology
Work Plan Layout plan Implementation
schedule
Deployment of
‘Project Team’
Firm’s Experience in
undertaking similar
Projects
Unique Selling
Proposition(USP)
48
ANNEXURE F
AFFIDAVIT
(TO BE SUBMITTED ON NON-JUDICIAL STAMP PAPER OF MINIMUM RS.10/-)
Affidavit of Mr. …………………………….S/o ………………………………….. R/o……………………………………..………
The deponent above named to hereby solemnly affirm and declare as under:
1. That I am the Proprietor / Authorized signatory of M/s. ……………………having its Head
Office /Regd. Office at……………………………
2. That the information / documents / Experience certificate submitted by M/s ............ along with this ‘RFP to TUDA are genuine and nothing has been concealed.
3. I shall have no objection incase TUDA verifies them from issuing authority (ies). I shall also have no objection in providing the original copy of the document(s), in case TUDA demand
so for verification.
4. I hereby confirm that in case, any document, information & /or certificate submitted by me
found to be incorrect/false/fabricated, TUDA at its discretion may disqualify / reject my application for pre-qualification out rightly and also debar me / M/s
..................... from participating in any future tenders/PQ.
5. I hereby confirm that my Firm….M/s…. has not been debarred/blacklisted by any Govt Department/ Govt. Body/PSU’s.
Deponent
I, ……………., the Proprietor / Authorized signatory of M/s .................. , do herby confirm that the contents of the above Affidavit are true to my knowledge and nothing has been concealed there from and that no part of it is false.
Verified at ………………this ………….day of ………………..
Deponent
49
ANNEXURE G
CONTRACT AGREEMENT
This agreement made on this day of Two
Thousand twentybetween Vice Chairman, TUDA, Tirupati which expression unless excluded by or repugnant to the context shall include their successors and assignees of the part and M/s. having
their Registered Office at (Hereinafter referred to as
Consultant) which expression unless excluded by or repugnant to the context, shall include their
successors and assignees of the other part.
Whereas TUDA is desirous of undertaking “”in accordance with the
general requirements and conditions hereinafter appearing and whereas the Consultant has agreed
to perform the same.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS
TERMS AND CONDITIONS OF AGREEMENT
1. DEFINITIONS:
For the purpose of this agreement, the following words and expressions shall have the meaning hereby
assigned to them except where the context otherwise requires:-
i) "Approved" means approved by TUDA representative in writing including subsequent
confirmation of previous approval.
ii) " TUDA” means the Tirupati Urban Development Authority, Tirupati, which expression shall unless excluded by or repugnant to the context include its representative.
iii) "Consultant" means (Successful applicant)
2. SCOPE OFWORK:-
The scope of work relates to providing comprehensive Consultancy services for the preparation of DPRs for the work of construction of “TUDA TOWERS at NORTH-WEST corner of Annamaiah CIRCLE abutting RC road and air by-pass road in Tirupati, Chittoor district, Andhra Pradesh”.
50
2.1 Stage1
The services to be provided by the Consultants shall include the following:-
(a) Visiting the site, discussing details with TUDA / Client and to carry out site survey approximately 3.65 acres and preparation of surveyed site plan of plot of land showing all existing buildings, other structures and service, tree with girth and
species local name etc..
(b) Preparing and submitting concept drawings and designs conforming to prevailing
national standards, local bye laws as well as compliance to Green Building norms,
i.e. developing lay out plan of the complex; complete preliminary drawings/
preliminary sketches, plans, elevations, sections / perspectives of various proposed
blocks of buildings all required to present the general view of the proposed building with basic dimensions and building layouts for obtaining approval of TUDA / Govt. including all necessary modifications based on interactive evaluation by TUDA up till
finalization of concept designs.
(c) Preliminary planning of all internal and external services like power supply, water
supply, sewerage, storm water drainage, acoustics, landscaping, development plans showing internal roads, paths, parking lots, paved areas, drains, culverts, compound
walls, external lighting, indicating position of lifts, AC ducts and other conduits for services, firefighting arrangements etc. complete.
(d) Preparation of preliminary Architectural drawings, general specifications for the
work.
(e) Preparation and submission of Detailed Project Report (DPR) including preliminary
estimates of cost on Quantity basis, and on accepted norms of TUDA as per latest Schedule of Rates and Standard Data updated with latest amendments as approved
by the TUDA and supported with details of measurements and rates along with the drawings, HVAC load, Electric power load, demand for water supply, lift
requirements, firefighting and detection system, mechanical ventilation where
required, including modifications in the designs and estimates on the basis of time to time interactions with TUDA regarding the drawings, designs and specifications of the work. For any components of the estimate for which Rates/ Data are not
available, prevailing market rates supported by quotations shall be used / provided by the consultant.
(f) Obtaining the approval of the Client/ TUDA to the above and to any subsequent
changes which the consultant will carry out on the advice of TUDA, and to computations of designs including structural designs, drawings and services. The
design and drawings shall be in accordance with all the relevant BIS codes of Practice. This may include discussions with and incorporation of requirements of TUDA.
51
(g) The Consultant shall indicate the name of his/their team members for various services like architectural design, structural designs, acoustics, utility services,
Quantity survey etc. with their details. The Sub-consultant if any shall be associated from the preliminary drawing stage to the final stage of work. However, consultancy/
consultancy firm shall be fully responsible for the correctness and accuracy of services design prepared by such sub-consultants & shall indemnify TUDA for damage or loss caused due to negligence of sub- consultant(s).
(h) Approvals/NOCs:-
i Obtaining approval of the Architectural drawings structural, electrical and all relevant drawings from the Vice Chairman, TUDA.
2.2 Stage2:-
Consultant shall be responsible for Preparation of detailed architectural drawings
(hereinafter called Working drawings), structural drawings, service drawings including drawings
showing the details of all the utility services such as water supply, sanitary, electrical
installations, acoustics, air-conditioning, firefighting, etc, internal and external, including details of specifications of all items of work. All the drawings and design calculations shall be made
available by the consultant to TUDA in duplicate along with the soft copy thereof in pen drive for checking and approval. However, the responsibility for the correctness and accuracy of the structural design and safety of structure shall be entirely that of consultant. This activity may
necessitate the Consultant to interact with TUDA or Central Government Funded Technical
Institutes or State Funded Technical Institutes or any Reputed Institute /agency such as IITs/IISc nominated by TUDA for Proof Checking of structural design & drawings. (Cost of such proof checking shall be borne by Consultant where the designs and drawings are acceptable. In case
their design requires revision on proof checking, cost of such correction including proof checking shall be met by the consultant).
a) Obtaining approval of TUDA in respect of items mentioned in above clause and
modifying them, if considered necessary by TUDA.
b) If required, obtaining the approval of local and other authorities and making any
changes required by them
c) Preparation of complete working details, specifications and bill of quantities, including detailed estimate as per latest SOR, to describe the part/whole project adequately and supplying details of calculations of such bill of quantities to enable TUDA to check them
before issue of tender documents.
d) Bill of quantities
52
i Preparation detailed estimates, submission of specifications and Bill of
quantities for the construction of the TUDA TOWERS as per TUDA requirements. Providing/supplying market rate analysis and quotations whatever required for
BOQ for non-schedule items (Non SOR) of the work in prescribed manner as per directions of TUDA.
2.3 Stage3
The Consultant shall:
a) Supply all the approved & duly marked “Good for Construction” (GFC) working drawings and Structural drawings, specifications and details in the manner required by
TUDA for proper execution of the work. (Required sets of approved drawings shall be supplied free of charge to TUDA)
b) Make scrutiny of any shop drawings required in connection with work and incorporating the same and release the duly vetted drawings for construction.
c) Obtain TUDA approval for any material deviation in design or specifications before any
revision of Drawings already approved by them. And no separate payment shall be made in re design of Foundations.
d) Provide necessary drawings for electrical works for final approval of Executive Engineer, TUDA
3. TIME SCHEDULE ANDMILESTONES
3.1 Time Schedule
Particular Time Period
(No of days from
kickoff date)
Issue of work order to Consultants Kick off date
Submission of Stamp paper for signing of Agreement 3 Days
Submission of Layout, preliminary plans 10 Days
Submission of approved preliminary layout plan 14 Days
Submission of detailed designs including structural drawings and
detailed plans including sections and elevations, detailed
estimates and BOQ
30 Days
Preparation and submission of Working drawings. 30 Days
53
3.2 Deliverables to be submitted to TUDA:
1. Concept drawings including the details of the proposed TUDA TOWERS and components, its elevations and sketches, preliminary estimates etc.
2. Submission of all the preliminary drawings for obtaining TUDA approval and concerned
drawings to be submitted in proper formats for obtaining NOC/sanctions/approval for construction.
3. Submission of the detailed cost estimates based on the TUDA regulations and it’s latest versions, the current market rate analysis and the approved cost index; details of
measurements, technical specifications, detailed architectural drawings and all other related documents.
4. All the deliverables mentioned in the Stage 1 of Scope of Work(Clause 5.2 of RFP)
5. Submission of Final Bill of Quantities, for inviting bids for construction and obtaining
approval from TUDA
6. Submission of sufficient sets of all detailed & working architectural and structural drawings (duly proof checked from agency nominated by TUDA).
7. All the deliverables mentioned in the Stage 2 of Scope of Work(Clause 5.2 of RFP)
8. Scrutiny of as built drawings and approval thereof within two weeks from submission
4. EXTENSION OF TIME:
4.1 The time allowed for performance of the Works as specified in the Contract or the extended time in accordance with these conditions shall be the essence of the Contract .
The performance of the works shall commence from such time period as mentioned in Contract . The consultant shall be provided on demand necessary required documents/
information and certificates/undertakings by TUDA.
4.2 Request for rescheduling of Mile stones and extension of time, to be eligible for consideration, shall be made by the Consultant in writing within 7 days of the happening of
the event causing delay on the prescribed form to the TUDA as indicated in the Contract . The Consultant may also, if practicable, indicate in such a request the period for which
extension is desired.
TUDA after satisfying itself about the reasonableness of grounds, may grant extension of time as in his opinion be justified and communicate the same in writing. Whenever such
extension of time is granted, it would be without prejudice to the rights of TUDA. Any extension of time granted as stated above shall neither entitle the Consultant to any claim for increase in their fees nor shall it release him from any of the obligations under
the said agreement. Authority for sanction of Extension of time is Chief Engineer.
54
4.3 If the work(s) be delayed by:-
a) force majeure, or
b) serious loss or damage by fire, or
c) civil commotion, local commotion of workmen, strike or lockout, affecting any of the trades employed on the work, or
d) Any delay in supplying the requisite documents and delay due to any cause
beyond the control of the Consultant, or
e) Any other cause which, in the absolute discretion of TUDA is beyond the Consultants’ control. Then upon the happening of any such event causing delay, the Consultant shall immediately give notice thereof in writing to the authority as indicated in the Contract but shall nevertheless use constantly his best
endeavors to prevent or make good the delay and shall do all that may be
reasonably required to the satisfaction of TUDA to proceed with the works.
4.4 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.
i Should one or both parties be prevented from fulfillment of the Contract ual
obligations by a state of force majeure, the two parties shall consult each other and decide regarding the future execution of the Contract .
4.5 Governing Law and Jurisdiction Clause
This Agreement will be governed by the Laws of India and any disputes arising herein
shall be subject to the exclusive jurisdiction of the Courts at Concerned Districts.
4.6 Confidentiality:
Each party shall treat as confidential this Agreement and all information obtained from the other pursuant to the Agreement and shall not divulge such information to any person (except only to those representatives/employees who need to know the same in due course of
its business or required to be disclosed legally) without the other party’s prior written consent provided that this clause shall not extend to information which was rightfully in the possession of such party prior to the commencement of the negotiations leading to the Agreement, which
is already public knowledge or becomes so at a future date (otherwise than as a result of a breach of this clause).
55
4.7 Amendment and Assignment
This Agreement may not be amended or modified except by a written agreement executed by both parties. This Agreement may not be assigned by either party without the other party’s prior written consent.
4.8 Severability
If any provision of this Agreement shall be held or made invalid by a statute, rule, regulation, decision or a tribunal or otherwise, the remainder of this Agreement shall not be
affected thereby and, to this extent, the provision of this Agreement shall be deemed to be
several.
5. DETERMINATION AND RESCISSION OF AGREEMENT
5.1 TUDA without any prejudice to their right against the Consultant in respect of any delay by notice in writing, may absolutely determine the Contract in any of the following
conditions:-
i) If the Consultant, being a firm/company shall pass a resolution or the court shall make any order that the firm/company shall be wound up or if a receiver or a manager on behalf
of the creditor shall be appointed or if circumstances shall arise which entitle the court to appoint a receiver or a manager or which entitles the court to make up a winding order.
ii) If the Consultant commits breach of any of the terms of agreement.
5.2 When the Consultant has made himself liable for action under any of the clauses aforesaid, TUDA shall have power:
(a) To engage another Consultant to carry out the balance work debiting the
Consultant the extra amount, if any, so spent for getting the balance work done.
5.3 In any case in which any of the powers conferred upon TUDA under this clause, shall have
become exercisable and the same are not exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions hereof and such powers shall notwithstanding be exercisable in the event of any future case of default by the Consultant and the liability
of the Consultant for compensation shall remainun affected.
6. SUB-CONTRACT ING &SUB-CONSULTANT
6.1 The Consultant shall not subcontract whole of the work. The Consultant shall not
subcontract anypartoftheworkwithoutnotifyingandobtainingpriorapprovalfromTUDA.
6.2 The Consultant shall indicate the name of sub- consultants if any for any services with their organization details, qualification and experience of the main personnel and shall obtain prior approval of TUDA before their engagement for the consultancy. Such Sub consultant approved by TUDA shall be associated from the preliminary drawing stage to the final design work. However, the consultant shall be fully responsible for the correctness and
accuracy of the designs prepared by sub-consultants and shall indemnify TUDA for damage or loss caused due to any negligence of sub- consultant(s). The copy of the agreement between sub-consultant and the consultant shall be submitted to TUDA and in case the
56
fees agreed between consultant and sub consultant are not paid to the sub-consultant in
time as per agreement between them, TUDA shall have a right to recover the disputed amount payable to the sub-consultant from the consultant’s bills and shall keep the
disputed amount in deposit till such time the dispute is resolved.
7. PROOF CHECKING OF STRUCTURAL DESIGNS
The Consultant shall get the design proof checked through any IIT/NIT or any reputed institute / agency nominated by TUDA. 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. No extra payment shall be made for proof checking.
8. CONSULTANTS SITE VISITS / SITE SUPERVISION DURING PLANNING,
EXECUTION / COMPLETION STAGE
During the construction phase the project core team has to render advice to their site team, implementing agency and TUDA as and when called upon.
During execution and post construction, the consultant and his team shall visit as and
when required depending upon the execution of works, at his own cost.
9. QUALITY ASSURANCE
The Consultant shall ensure quality in his work as well as the construction work of the
Contract or(s). The documents and design/ drawings prepared by the Consultant shall correspond to the best Practices w.r.t the required consultancy services.
10. OWNERSHIP OF THE DESIGNS AND DRAWINGS
All copyright and other proprietary rights in the Works shall vest and stand assigned to TUDA and TUDA 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 TUDA 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 TUDA to give effect to and secure the abovementioned rights of TUDA 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.
57
The Consultant shall not use or allow anyone to use these drawings, designs, documents
and software without the prior written permission of TUDA and any such act without the permission of TUDA shall constitute violation of Intellectual Property Rights.
All these drawings shall become the property of TUDA and he shall have the right to use
the same anywhere else. Such drawings and designs shall not be issued to any other person firm or authority or used by the Consultant for any other project. No copies of any drawings or
documents shall be issued to anyone except TUDA and/or his authorized representatives.
11. ADDITIONS AND ALTERATIONS
a) TUDA shall have the right to request in writing for changes, additions,
modifications or deletions in the design and drawings or any part of the work and to request in writing additional work in connection there with and the consultant shall comply with such request.
b) In the event of changes, alterations are due to Consultant’s own commission
and/or discrepancies including changes required for meeting the requirements of bye laws & BIS codes and specifications for design of buildings and their services and due changes required by consultants of all internal, external utilities and
services, the Consultant shall not be compensated for such changes / alterations etc. The decision of TUDA shall be final on whether the deviations and additions
are substantial as requiring any compensation to be paid to the Consultant.
However, for the minor modification or alteration specifically change in foundation designs which does not affect the entire design/planning etc., no amount will be payable.
c) If it is found after call of tenders that the acceptable tender is not within the amount sanctioned, the Consultant may be required, if so desired by TUDA, to make suitable alternative specifications for certain items of work to bring down
the costs so that expenditure do not exceed the administrative sanction amount of
the project. The consultant shall not be paid anything extra for such modification. If TUDA is convinced that the trend of market rates is such that work cannot be done within the amount of approved estimate, the Consultant shall submit a revised estimate expeditiously for obtaining revised approval.
d) The consultant shall not make any deviations, alterations, additions, to or omissions from the work shown/described and awarded to the Contract or except through and with proper approval of the TUDA in writing.
58
12. Retention:
13.1. The department shall retain from each payment due to the consultancy firm @ the
rate of 7.5% of bill amount until completion of the whole of the Works.
13.2. On completion of the whole of the Works, out of 7 ½ % retention amount, 5% will be re-paid to the consultancy firm and remaining 2 ½ % will be released, when the Defects Liability Period has passed and the Engineer-in-Charge has certified that all the Defects notified by the Engineer-in-Charge to the Contract
or before the end of this period have been corrected.
13.3. On completion of the whole works, the consultancy firm may substitute retention
money with an “on demand” Bank Guarantee.
13. GUARANTEE
a) Consultant shall guarantee that the Services as specified/described under the scope of work in this Agreement, and technical documents to be developed by Consultant shall
be in accordance with sound and established engineering Practices, using Indian Codes and Regulations and wherever applicable, International Standards, for the purpose(s) specified, free from defects and suitable for respective uses intended.
b) The Consultant shall be liable to TUDA for the performance of services in accordance
with the provision of this Agreement and for loss suffered by TUDA as a result of default of the Consultant in such performance.
c) The consultant shall agree to redesign at his cost any portion of his engineering and design work, which due to his failure to use a reasonable degree of skill shall be found
defective within two years from the date of start of regular use of the portion of the
work affected. TUDA shall grant right of access to the consultant, of this portion of the
work claimed to be defective for inspection.
d) TUDA may make good the loss by recovery from the dues of the consultant / Retentioned amount with TUDA as clause 13.0 of the agreement, in case of failure to comply with the above clause.
14. GENERAL
i The Consultant shall be fully responsible for the technical soundness of the DPR/ Designs.
ii TUDA will have the work of Consultant and/or his sub-consultants supervised / inspected
at any time by any officer, check estimates and designs.
59
iii The Consultant shall be responsible for designs of structures and all provisions/ services of
the work entrusted to him so as to satisfy the BIS & other Design standards /
requirements.
iv The Consultant hereby agrees that the fee to be paid as provided herein, in the Contract
agreement, will be in full discharge of functions to be performed by him and no claim
whatsoever shall be made against the TUDA in respect of any proprietary rights or copy
right on the part of any other party relating to plans, models and drawings.
v The consultants shall indemnify and keep indemnified, TUDA against any such claims and
against all costs and expenses paid by the TUDA in defending himself against such claims.
vi The consultant hereby agrees that the TUDA shall have the right to take out any of the
activities, which in the opinion of the TUDA is not being performed by the consultant with
due diligence, and within the agreed time schedule, and which can be performed
independently. The fees or the expenses incurred shall be debited to the consultant.
vii Maintenance of Record: The consultant is required to maintain all records related to the
project for a minimum period of 4 years after the issuance of Certificate of Virtual
Completion.
AMENDMENTS/CLARIFICATIONS
Any clarifications, amendments issued before the last date of submission of the bids by the Company/firms, letters of negotiations with successful bidder and the LOA, etc. shall form the part of this agreement
In witness whereof the parties hereto have set their hands and seals the----------- day of -
--------- ------------------------ above written.
For and on behalf of the Consultant
For and on behalf of TIRUPATI URBAN DEVELOPMENT AUTHORITY, Tirupati.
Signature of the authorized official Signature of the authorized official
Name of the official Name of the official
Stamp/Seal of the Consultant Stamp/Seal