indian institute of science education research ... notice inviting e‐eoi cum eligibility...
Post on 28-Feb-2021
1 Views
Preview:
TRANSCRIPT
EOI IISER TIRUPATI
Sec 1 NIT 0
INDIAN INSTITUTE OF SCIENCE EDUCATION & RESEARCH (IISER) TIRUPATI
(An Autonomous Institution of the Ministry of HRD, Govt. of India) Transit Campus at Sree Rama Engineering College Building, Karakambadi Road, Mangalam (B.O), Tirupati ‐ 517 507
+91 (0877) 2500 400 /656 1515/98900 82202 www.iisertirupati.ac.in
NOTICE INVITING e‐EOI cum Eligibility (e‐Procurement mode)
IISER Tirupati invites e‐procurement of EOI cum EB from the reputed Architectural consultants, who are found eligible as per the eligibility criteria and other terms and conditions of EOI Cum Eligibility. Brief Details of EOI cum Eligibility:
Sr. No. 1
Description of EOI in Brief 2
Approx cost of project (Rs.) 3
Last date & time of submission of EOI 4
Time & date of pre bid meeting 5
Time & date of opening of EOI 6
1.
Expression of Interest for procurement of architectural, structural design and comprehensive services design consultancy for establishment of IISER Tirupati permanent campus at Tirupati, Andhra Pradesh. SH: Preparation of Master Plan, architectural, structural and comprehensive services. EOI No: 1 /IISER Tirupati/2017‐18
700 Cr
30 8 2017
at 15 00 hrs
16 8 2017
at 11 00 hrs
31 8 2017
2017
at 15 30 hrs
The bid Document can be downloaded from Central Public Procurement (CPP) Portal https://eprocure.gov.in/eprocure/app or Institute website www.iiserpune.ac.in and bid is to be submitted online only through the E‐procurement portal up to the last date and time of submission Critical Dates of Tender
Sr.No Particulars Date Time
1 Date of Online Publication/Download of Tender 7 8 2017 20 00 hrs
2 Bid Submission Start Date 22 8 2017 15 00 hrs
3 Pre‐Bid Meeting 16 8 2017 11 00 hrs
4 Bid Submission Close Date 30 8 2017 15 00 hrs
6 Opening of EOI Bids 31 8 2017 15 30 hrs
No manual bids will be accepted. All required documents as specified in EOI cum Eligibility should be submitted in the e‐procurement portal.
EOI IISER TIRUPATI
Sec 1 NIT 1
Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 0120‐4200462, 0120‐4001002, 91‐8826246593. General Information & Instructions for Online Bid Submission:
This EOI/tender document has been published on the Central Public Procurement Portal (URL:https://eprocure.gov.in/eprocure/app) & Institute website www.iiserpune.ac.in . The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app .
1.1 The intending bidder must read the terms and condition of EOI carefully. Bidder should
submit his bid only if he considers himself eligible and he is in possession of all the required
documents.
1.2 Bid documents should be submitted online complete in all respect along with requisite
documents on e‐tender portal (URL:https://eprocure.gov.in/eprocure/app)
1.3 The bidder would be required to register at e‐tender portal
(URL:http://eprocure.gov.in/eprocure/app For submission of the bids, the bidder is
required to have digital Signature Certificate (DSC) from one of the authorized Certifying
Authorities.
1.4 Information and instruction for bidders posted on website shall form part of the bid
document.
1.5 The bid document consisting of EOI and the set of terms and conditions of the contract to
be complied with and other necessary documents can be seen and downloaded from
website (URL:https://eprocure.gov.in/eprocure/app) free of cost.
1.6 But the bid can only be submitted after uploading the mandatory scanned documents such
as specified in the press notice.
1.7 Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online tendering
process as per details available on the website. The intending bidder must have valid class‐
III digital signature to submit the bid.
1.8 On opening date, the contractor can login and see the bid opening process. After opening
of bids he will receive the competitor bid sheets.
1.9 Contractor can upload documents in the form of JPG format and PDF format.
2. Certificate of Financial Turn Over: At the time of submission of bid contractor may upload
Affidavit/ Certificate from CA mentioning Financial Turnover of last 3 years or for the
period as specified in the bid document and further details if required may be asked from
the contractor after opening of technical bids. There is no need to upload entire
voluminous balance sheet.
2.1 In case of item rate tender, contractor must ensure to quote rate of each item. The column
meant for quoting rate in figures appears in blue colour and after entering the rate, it
remains sky blue only. In addition to this, while selecting any of the cells a warning appears
EOI IISER TIRUPATI
Sec 1 NIT 2
that if any cell is left blank the same shall be treated as “0”. Therefore, if any cell is left
blank and no rate is quoted by the bidder, rate of such item shall be treated as “0” (Zero).
However, if a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage above/below on the total amount of the tender or any section /sub head in percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer. In case of percentage rate tender, contractor has to quote % above or below the total estimated cost put to tender and in case bidder quote item wise rate in the BOQ then tender shall be rejected. 2.2 The tender document can be downloaded from http://eprocure.gov.in/eprocure/app and
be submitted only through the same website.
3. REGISTRATION of Bidder on e‐Procurement Portal 3.1 Bidders are required to enroll on the e‐Procurement module of the Central Public
Procurement Portal (URL:http://eprocure.gov.in/eprocure/app ) by clicking on the link “Click here to Enroll”. Enrolment on the CPP Portal is free of charge.
3.2 As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.
3.3 Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.
3.4 Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.
3.5 Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse.
3.6 Bidder then logs in to the site through the secured log‐in by entering their user ID / password and the password of the DSC / eToken.
3.7 The CPP Portal also has user manual with detailed guidelines on enrollment and
participation in the online bidding process. Any queries related to process of online bids or queries related to CPP Portal may be directed to the 24x7 CPP Portal Helpdesk.
3.8 The Institute will not be responsible for any type of technical issue regarding uploading of
tender on website. URL:http://eprocure.gov.in/eprocure/app ) and any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 0120‐4200462, 0120‐4001002, 91‐8826246593.
4. SEARCHING FOR TENDER DOCUMENTS 4.1 There are various search options built in the CPP Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.
EOI IISER TIRUPATI
Sec 1 NIT 3
4.2 Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e‐mail in case there is any corrigendum issued to the tender document.
4.3 The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.
4. PREPARATION OF BIDS 4.1 Bidder should take into account any corrigendum published on the tender document
before submitting their bids.
4.2 Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents ‐ including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.
4.3 Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally, they can be in PDF / XLS formats. Bid documents may be scanned with 100 dpi with black and white option.
4.4 To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.
5. SUBMISSION OF BIDS 5.1 Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.
5.2 The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.
5.3 A standard EOI has been provided with the tender document to be filled by all the bidders and bidders are required to submit EOI as per terms and conditions of EOI.
5.4 The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.
5.5 The uploaded tender documents become readable only after the tender opening by the
authorized bid openers. 5.6 Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.
EOI IISER TIRUPATI
Sec 1 NIT 4
5.7 Kindly add scanned PDF or JPG format files of all relevant documents in a single PDF file of compliance sheet.
6. ASSISTANCE TO BIDDERS 6.1 Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.
6.2 Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 0120‐4200462, 0120‐4001002, 91‐8826246593.
1
INDIANINSTITUTEOFSCIENCEEDUCATION&RESEARCH(IISER)TIRUPATI(AnAutonomousInstitutionoftheMinistryofHRD,Govt.ofIndia)
TransitCampusatSreeRamaEngineeringCollegeBuilding,KarakambadiRoad,Mangalam(B.O),Tirupati-517507
+91(0877)2500400/6561515/9890082202www.iisertirupati.ac.in
ExpressionofInterestcumEligibilityBidDocument
(EOIcumEBD)
NameofProject:ExpressionofInterestforprocurementofarchitectural,structuraldesign
and comprehensive services design consultancy for establishment of IISER Tirupati
permanentcampusatTirupati,AndhraPradesh.
SH:PreparationofMasterPlan,architectural,structuralandcomprehensiveservices.
EOINo:1/IISERTirupati/2017-18
The EOI cum EBD can be downloaded from Central Public Procurement (CPP) Portalhttps://eprocure.gov.in/eprocure/appor Institutewebsitewww.iisertirupati.ac.in andEOIisrequiredtobesubmittedonlineonlythroughtheE-procurementportaluptothelastdateandtimeofsubmissionoftender.
2
Name of Project: Expression of Interest for procurement of architectural, structural design andcomprehensiveservicesdesignconsultancyforestablishmentofIISERTirupatipermanentcampusatTirupati,AndhraPradesh.SH:PreparationofMasterPlan,architectural,structuralandcomprehensiveservices.EOINo:1/IISERTirupati/2017-18
INDEX
SL.NO. DESCRIPTION PAGES
1 NoticeinvitingEOIcumEBD 3
1.1 InitialEligibilityCriteria 4–6
3 Conditions&InstructionsforApplicant7–10
Section-I
4 Projectbrief 11
5 BriefScopeofwork 14
6 Modeofinvitationandsubmissionofbid 18
Section-II
7 GeneralinformationandinstructionsforApplicant 19–22
Section–III
8 Methodologyandprocedureforselectionofarchitecturalconsultant 23–26
9 EvaluationandSelectionCriteriaforStage–I-EOIcumEBD 26–29
Section-III
10 Letteroftrasmittal 30
11 Form“A”toForm“I” 31–42
12 Integrityagreement 43-50
13 Listofthedocumentstobeuploadedonwebsite 51
ItiscertifiedthatthisEOIcumEBDcontainspageno1to51
3
NOTICEINVITINGEXPRESSIONOFINTERESTCUMELIGIBILITYBIDDOCUMENT
(EOIcumEBD)
IISER Tirupati invites e-procurement of EOI cum EB from the reputed Architecturalconsultants,whoarefoundeligibleaspertheinitialeligibilitydefinedinclause2andothertermsandconditionsofEOICumEBD.1)NameofProject:ExpressionofInterestforprocurementofarchitectural,structuraldesignandcomprehensiveservicesdesignconsultancyforestablishmentofIISERTirupatipermanentcampusatTirupati,AndhraPradesh.SH:PreparationofMasterPlan,Architectural,structuralandcomprehensiveservices.EOINo:1/IISERTirupati/2017-18Approx.costoftheproject:Rs700Cr
Timeperiod:5(Five)yearsCostofEOIdocuments:Freeofcost(Downloadablefromhttps://eprocure.gov.in/eprocure/app
Bidsecurity/EMDforPart-I :RsNILDate&timeofstartofdownloadingofEOIcumeligibilitybiddocument:782017from8.00P.M.Prebidmeeting:1682017at1100hrs
Date,Time&venueDirector,IISERTirupatiTransitCampusatSreeRamaEngineeringCollegeBuilding,KarakambadiRoad,Mangalam(B.O),Tirupati-517507
+91(0877)2500400/6561515
Lastdate&timeofuploadingEOI Documentone-portal :3082017upto3.00PMTime&dateofopeningof
EOIcumEligibilityBidDocument : 3182017At3:30PM
Date&timeofreceivingof:withinoneweekoftheintimationofHardcopiesofEOIcumEligibilityshortlistingoftheApplicant.Biddocumentuploadedone-portalatIISERTirupationlyoftheshortlistedApplicant.
4
2. STAGE-I:-INITIALELIGIBILITYCRITERIA-
2.0. Consortiumshallnotbeeligibletoapply.
2.1. Applicants/Consultantswhofulfilthefollowingrequirementsshallbeeligibletoapply.
2.1.1 TheindividualApplicantshouldbeofanArchitect/Planner/ArchitecturalConsultantand
shouldhavebeenregisteredwithCouncilofArchitectsofIndia.
2.1.2 IftheApplicantisanArchitectural/PlannerofProprietaryorPartnershipFirm/Company/
JointVentureitshouldhavebeenregisteredinIndiaandtheleadArchitect/Planner/
ArchitecturalConsultantshouldhavebeenregisteredwithCouncilofArchitectsofIndia.
2.1.3 IftheApplicantisaJointVenturewithforeignConsultant(s)/Firm(s)/Company(ies)thelead
Partner/Firm/Company should be of Architectural /planner/ designer consultant /firm /
company registered in India under Indian Company act 2013 and the credentials and
experienceoftheleadArchitect/Planner/designerconsultant/firm/company/registered
inIndiaalonewillbeconsideredforthepurposeofEvaluationoftheirEOICUMEBD.
2.1.4 The Applicant should have at least seven years’ experience in the field of architectural
planning,designandpreparationofdetailedArchitecturalDrawingsaftertheRegistrationof
thefirm.
2.1.5 Theapplicant shouldhave satisfactorilyplanned,designedandcompleted similarProject/
WorkofpreparationofMasterplanof campusandarchitectural& structuraldesigningof
buildings in last7 (Seven) yearsendingpreviousdayof the lastdateof submissionof EOI
cumEligibilityBidisinvitedasdetailedbelow:
(i)CompletedMasterplanforthreesimilarprojectseachhavinglandareaabove20acreand
upto100acreorcompletedmasterplanoftwosimilarprojectseachhavinglandareaabove
100acre andup to200 acreor completedmaster planof one similar project having land
areamorethan200acre
Forthispurpose“SimilarProject/Work”means“WorkofPreparationofcomprehensive
ArchitecturalMasterplanand layoutofEducational InstituteComplex(es)and/orScientific
institutions complex(es) and/or Research facilities complex(es)” only. Area figures shall be
roundeduptonearestnexttenthfigure.
5
and
ThreesimilarprojectseachhavingBuildingsoftotalbuiltupplinthareanotlessthan50,000
sqmorcompletedtwosimilarprojectseachhavingBuildingsoftotalbuiltupplinthareanot
less than 80,000 sqm or completed one similar project having Buildings of total built up
plinthareanotlessthan100,000sqm.
For this purpose “Similar Project/Work” means “Work of Preparation of detailed
Architectural planning and structural design of Educational Institute Complex(es) and/or
Scientific institutions complex(es) and/or Research facilities complex(es) with Academic
buildings,Residentialbuildingsandconnectedancillaryfacilitieslikefire,BMS,ScientificLab
designing andMEP services” only. Plinth area experience figures shall be rounded up to
nearestnexttenthfigure.
2.1.6.1TheApplicant shouldhaveaverageAnnual Financial Turnover inArchitectural& structural
consultancy Services at least of Rs. 500 lakhs during the last three consecutive financial
years ending 31st March 2017. The Financial year in which no financial turnover will be
countedaszeroFinancialTurnoverfortheparticularyearforcalculatingaverage.
2.1.6.2 The applicant should not have suffered loss in more than one year in the last three
consecutivefinancialyearsending31stMarch2017.
2.1.7 TheApplicantshouldhaveatleastonespecialistineachofthedisciplinesofStructural
Design,Electrical,Fireprotection/fighting,MEPservices,HVAC,Labdesigning,Landscaping,
GRIHAcertification,eitherinhouseorthroughtie-ups,forproperplanning,designand
executionofthecontractwork.
2.1.8 TheApplicantshouldhavesufficientnumberofTechnicalandAdministrativestaffand
employeesin-house.Theapplicantshouldsubmitalistanddetailsoftheseemployees
statingclearlyhowtheseemployeeswouldbeinvolvedinthiswork.
2.1.9. The Applicant should not have abandoned any work nor his contract should have been
rescindedduringthelastsevenyearsendingpreviousdayoflastdateofsubmissionofEOI
cumEligibilityBid.
6
TheFirms/Applicantwhosecontractisrescindedduringthelastsevenyearsendingprevious
dayoflastdateofsubmissionofEOIcumEligibilityBIDarenoteligible.Tobecomeeligible
forsubmissionofbid,theApplicantshallhavetofurnishanaffidavit inNon-JudicialStamp
PaperofvalueRs100/-asunder:-
“I/WeundertakeandconfirmthatI/Wehavenotabandonedanyoftheworkentrustedtome/usnoranyoftheworkentrustedtome/ushavebeenrescindedbyanyoftheCentral/State Govt. Departments, Undertakings, Autonomous institutions, Applicant, Societies,EnterprisesandCompaniesduringlast7(seven)yearsendingpreviousdayoflastdateofsubmissionofEOIcumEligibilityBID.
I/Weundertakeandconfirmthateligiblesimilarwork(s)has/havenotbeengotexecutedthroughanothercontractoronbacktobackbasis.
Further that, if sucha violation comes to thenoticeof the Institute then I/We shall bedebarred for tendering in IISER TIRUPATI contracts in future forever. Also if such aviolationcomes to thenoticeof the Institutebeforedateof startofwork theRegistrar,IISER TIRUPATI shall be free to forfeit the entire amount of EarnestmoneyDeposit andPerformanceGuaranteeamount.”
The original Affidavit should be submitted alongwith the EOI cum Eligibility Bid to theRegistrar, IISER TIRUPATI. The EOI application cum Eligibility Bid received without thisdeclarationinoriginalshallstandautomaticallyrejected.
2.1.10 The Applicant should not have been blacklisted and/or debarred by any State/CentralDepartment or PSU or Autonomous bodies. Firms/Consultantswho are blacklisted and/ordebarredarenoteligible.TheapplicantmustsubmitadulynotarizedaffidavittothiseffectinstamppaperofvalueRs.100/-asunder:-
“I/WeundertakeandconfirmthatI/We/ourfirm/company/JVhavenotbeenbarredorblacklisted by any of the Central /State Govt. Departments, Undertakings, Autonomousbodies, institutions,Applicant,Societies,EnterprisesandCompaniesduringlast7(seven)yearsendingpreviousdayoflastdateofsubmissionofEOIcumEligibilityBID.
Further that, if such information comes to the notice of the Institute I/we shall bedebarredforbiddinginIISERTIRUPATIinfutureforever.Also,ifsuchinformationcomestothenoticeof Instituteonanydaybeforestartofthework,theRegistrar, IISERTIRUPATIshallbefreetocanceltheagreementandtoforfeittheentireamountofEarnestMoneyDeposit/PerformanceGuarantee”.
TheEOIapplicationcumEligibilitybidreceivedwithoutthisdeclarationinoriginalshallstandautomaticallyrejected.
7
3.ConditionsandInstructionsforApplicant
3.1. TheintendingApplicantmustreadthetermsandconditionsofEOIcumEBDcarefully.The
intending Applicant should submit his/their bid only if she/he/they consider(s)
himself/themselves eligible and she/he/they is/are in possession of all the documents
required.
3.2. InformationandinstructionsforApplicantshallformpartofbiddocuments.
3.3. Certified true scan copies of Registration with council of Architects, Certificates of Work
experienceandotherdocumentsasspecifiedintheinvitationofbidshouldbeuploadedon
the e-portal and hard copies of the all the documents uploaded on e-portalwith the last
timeanddatespecifiedintheEOIshallbesubmittedtotheRegistrar,IISERTIRUPATIwithin
oneweekofintimationofshortlistingoftheApplicantonlybyshortlistedApplicant.
3.4. EOI Application cumEligibility BidDocuments should be uploaded on e-portal before the
lastdateandtimespecifiedintheEOI.HardcopiesoftheEOIshallnotbeaccepted.
3.5. EOIcumEligibilitybiddateofopeningoftheBidspecifiedhappenstobedeclaredasclosed
holidayfortheofficeoftheRegistrar,IISERTIRUPATIforanyreason,theBidswillbeopened
onthenextworkingdayuptothesametime.
3.6. IISERTIRUPATItakesnoresponsibilityforthedelay/lossornon-receiptofEOIApplication
cumEligibilityBidoranysubmissionorlettersentbypostortechnicaldelayinuploadingthe
EOIcumEligibilitydocumentsone-portal.
3.7. Applicantintheirowninterestareadvisedtouploadtheirbidwellinadvanceandavoidlast
minute rush in uploading of their EOI CUM Eligibility on e-portal
(https://eprocure.gov.in/eprocure/app)
3.8. TheEOIApplicationcumEligibilityBidwillbereceivedandopenedthroughe-Procurement
modeonlyasperthedatesspecifiedintheEOIcumEBD.
3.9. Canvassingwhetherdirectlyorindirectly,inconnectionwithBidisstrictlyprohibited.BidssubmittedbytheConsultantswhoresorttocanvassingwillbeliabletorejection.3.11. Thebidswithanyconditionincludingthatofconditionalrebatewillbesummarilyrejected.
8
3.12. AfteropeningoftheEligibilityBid[EOICUMEBD],thedeficienciesfoundinthebidofeach
Applicant vis-a-vis requirements as per EOI CUM ELIGIBILITY will be communicated to
individual Applicant by Speed Post and/or by email with a request to furnish required
documents within 7 (Seven) days of receipt, failing which it will be presumed that the
individualApplicantdoesnothave any furtherdocuments to furnish anddecisiononbids
willbetakenaccordingly.
3.13. Procurementofarchitecturalandstructuraldesignconsultancyservicesprocessshallbrodly
consistofthreeStagesasbriefedbelow:
Stage–I–ExpressionofInterestcumEligibilityBidDocument(EOIcumEBD)
TheApplicantwhoare foundeligibleandshortlisted inStage–I asper theEvaluationandSelectionCriteriadefinedunderClause5ofEOICUMEBDdocumentwillonlybeissuedRFPdocumentatStage–IIlevel.
Stage–II–RequestforProposal(RFP)documentconsistingof
(i) TechnicalProposal(ii) FinancialProposalTheApplicantswhoarefoundeligibleandshortlistedaspertheStage–IIevaluationprocessbrieflydefinedunderClause4.2willonlybeeligibleforStage–III-detailedpresentationoftheproposals.
Stage–III–DetailedpresentationofTechnicalproposal
ShortlistedapplicantofStage–II asperclause4.2shallbecalledfordetailedpresentationoftheirtechnicalproposals.
3.14. EMDshallhavetobedepositedonlyatStageIIlevelbythoseApplicantswhogetshortlisted
inStage-I.Thefollowingundertakinginthisregardshalltobesubmittedbythe
intendingApplicant/Applicants:-“TheEMDshallbedepositedbyme/uswiththeRegistrar
IISERTIRUPATIatStageIIlevel,failingwhichtheInstitutemayrejecttheBidandalsobar
me/usfromparticipatinginallfuturebidsinIISERTIRUPATI.
3.15. ThescopeandtypeofworksandassignmentsaregiveninEOICUMELIGIBILITYBIDonlyin
brief.Detailed scopeand typeofworksandassignments tobeexecutedand setof terms
andconditionsofthecontracttobecompliedwithandothernecessarydocumentswillbe
specified in the RFP document which will be issued at Stage –II level only to those
ApplicantswhoareshortlistedinStage-I.
9
3.16. IntendingApplicantsareadvisedto inspectandexaminethesiteand itssurroundingsand
satisfythemselvesbeforesubmittingtheirbids.SubmissionofabidbyanApplicantimplies
that he/she has read this notice and all other contract documents and has made
himself/herself aware of the scope and specifications of the work to be done and local
conditionsandotherfactorshavingabearingontheexecutionofthework.
3.17. IISER TIRUPATI reserves its right to reject any or all the prospective Applications/ bids
without assigning any reason thereof and to restrict the list of qualified Applicant to any
numberdeemedsuitablebyit,iftoomanybids/applicationssatisfyingthelaiddowncriteria
arereceived.
3.18. Theapplicantshouldsummitthedetailsofsimilarprojects/workscompletedbyhim/them
intheprescribedProforma.
3.19. Theapplicantshouldsummitthedetailsofsimilarprojects/worksinhis/theirhandandin
progressintheprescribedProforma.
3.20 TheapplicantwhogetsshortlistedintheEOICUMEBDwillhavetosubmittheoriginal
documentsintheformofcertifiedtruecopiestotheofficeoftheRegistrarIISERTIRUPATI
forverificationwithin7daysofintimationofshortlisting.
3.21 ItisherebydeclaredthattheIndianInstituteofScienceEducationandResearch,TIRUPATIis
committedtofollowtheprincipleoftransparency,equityandcompetitivenessinpublic
procurement.
ThesubjectNoticeInvitingEOICUMEBDisaninvitationtooffermadeonthecondition
thatthesuccessfulApplicantwillsigntheIntegrityAgreement(FormatattachedwithEOI
cumEBD),whichisanintegralpartoftender/biddocuments,failingwhichthetenderer/
Applicantwillstanddisqualifiedfromthetenderingprocessandthebidsubmittedbythe
Applicantwouldbesummarilyrejected.
3.22. Thebidsubmittedshallbecomeinvalidif:
3.22.1 TheApplicantisfoundineligible.
3.22.2 TheApplicantdoesnotuploadscancopiesofallthedocumentsasstipulatedinthebid
DocumentincludingtheundertakingaboutdepositionofEMDatStage-II-TechnicalBid.
10
3.22.3 Bidsonwhichanyoftheprescribedconditionsisnotfulfilledoranyconditionincludingthat
ofconditionalrebateisputforthbytheApplicant.
3.22.4 TheApplicanthidesanymaterialfactsandfurnishesfalseinformationanddetails.
3.22.5 TheApplicantnotcompliedwithanyoftheEOICUMELIGIBILITYBIDDocumentconditions.
3.22.6 Incaseanydiscrepancyisnoticedbetweencopiesoftheuploadeddocumentsone-portal
andtheHardcopiesofthesamesubmittedphysically/byposttotheofficeoftheRegistrar,
IISERTIRUPATI,thenthebidsubmittedshallbecomeinvalid.Further,theApplicantshallnot
beallowedtoparticipate/tenderforanyoftheworksinIISERTirupati.
3.22.7IftheEOIcumeligibilityBidDocumentisnotuploadedbytheApplicantonorbeforethe
lastdateandtimeofuploadingthebiddocumentone-portalspecifiedintheEOI.
3.23Apre-bidmeetingwillbeheldon16/8/2016at1100hoursattheofficeofTheDirector,
IISER Tirupati, Transit Campus at Sree Rama Engineering College Building, Karakambadi
Road,Mangalam(B.O),Tirupati-517507Ph+91(0877)2500400/6561515/9890082202
toclarifytheissuesandtoanswerquestionsonanymatterthatmayberaisedatthatstage.
3.24 Pre-bidmeeting3.24.1 The Applicant or his officially authorized representative is invited to attend a pre-bid
meeting, which will take place as referred in clause 3.23 of EOI cum EBD. Applicant/Applicant representativewhowish to attendPre-bidmeeting should carry a valid identityproofcertifyinghisdesignationwithsaidfirm.
3.24.2 Thepurposeofthemeetingistoclarifyissuesandtoanswerquestionsonmattersthatmayberaisedatthatstage.
3.24.3 The Applicant is requested to submit their questions/ queries/ clarifications by email toreach the Superintending Engineer, IISER PuneMob No 98900 82202 before the pre bidmeeting date and time. Applicant can send Pre-bid queries on their letter head referringtendernumberbySpeedpostonabovesaidaddresssoastoreachIISERTirupatione-mailaddressysrajput@iiserpune.ac.inbeforeupto1100Hourson1682017.
3.24.4Minutesofthemeeting,includingthetextofthequestionsandtheresponsesgivenwillbe
Uploadedone-portal.AnymodificationoftheEOIcumEBDwhichmaybecomenecessaryas
aresultofthepre-bidmeetingshallbemadebytheIISER,TirupatiandshallformpartofEOI
cumEBD.
IISERTirupati
11
SECTION-I
2:Projectbriefs:
2.1BackgroundandLocation
INDIANINSTITUTEOFSCIENCEEDUCATIONANDRESEARCHTIRUPATI(IISERTIRUPATI)isthe
7th IISER ( others IISERs located at Pune (Maharashtra),Mohali ( Punjab), Bhopal (M.P.),
Kolkatta(WB),Tiruvantpuram(Kerala),Bharampur(Orissa))beingsetupbytheMinistry
ofHumanResourcesDevelopment,Governmentof Indiaand started functioning from the
Academicyear2015-16.Govt.ofANDHRAPRADESHhasallottedabout250acreoflandfor
developing PERMANENT CAMPUS FOR IISER TIRUPATI at Jaganpalli village on Yerpedu –
Venkatagiri Road about 25 Km from Tirupati and about 5 km from Tirupati – Yerpedu –
Kalahastimainroad,TIRUPATIAndhraPradesh.
Present Transit campus of IISER Tirupati is located at Transit Campus at Sree Rama
Engineering College Building, Rami Reddy Naga, Karakambadi Road, Mangalam (B.O),
Tirupati-517507
FordetailsabouttheInstitutepleasevisitthewebsitewww.iisertirupati.ac.in
Permanent IISER Tirupati campus is required to bedevelopedona 256 acres of land at a
sceniclocationneartheJaganpallivillageonYerpedu–VenkatagiriRoadabout25Kmfrom
Tirupati andabout5 km fromTirupati – Yerpedu–Kalahastimain road, TIRUPATIAndhra
Pradesh.
Intending Applicant should visit websites of all IISERs to understand the features of the
existingcampuses.
2.2VISION:
2.2.1.ProposedpermanentcampusofIISERTirupatiwillbedevelopedasafullyresidentialeducational campus in Phases with a master plan for future expansion plan for bothacademicaswellasresidential.
Under Phase-I, Initially academic campus shall cater to about 2000 students in differentacademicstreamsandthis figuremay increaseasandwhennewprogrammesarestarted.AspertheapprovednormstheInstituteshallhavefacultystrengthofabout200andadminstaffofabout150Nos.Takingintoaccountstafffamilyandothersupportstaffthecampusshallcatertoabout4000persons.
12
ItisenvisagedwhenfullydevelopedinsubsequentPhases,thecampusshallhaveastudentand research fellow of about 4000 to 5000 and thus Institute shall have a campuscommunityofabout10000peoplebytheendof20years.
2.2.3.IISERTIRUPATIisdesirousofmeetingitsacademicmissioninamannerthatissocially,economicallyandenvironmentallysustainable.
2.2.4.Torealizethis,andtoprovideacompellingmodelforfuturecommunities,thecampusof IISER TIRUPATI is to be developed as a “Sustainable-Intelligent-Environment FriendlyCampus”.Additionally,thecampus is intendedtoserve itsstudentsandthe largercampuscommunity as a “Living Laboratory”, its purpose being to demonstrate, embed, explore,invent,researchandrefinesystems,devicesandtechnology.
2.2.5.Asaneco-campus,sustainabilityandenvironmentalsensitivityshallbeemphasizedatall levels. The design will keep in consideration, to the extent possible use of availablenatural resources for renewable energy. This eco-campus shall function24x7, 365daysoftheyear.InadditiontoaGreenZonetobesetapartasanurbanforest,partofthecampusisintendedtobeecologicallydeveloped,nurturedandutilisedforawiderangeofactivities,including meditation zone, horticulture, floriculture, fruit orchards, herbs and medicinalplants,taichi,openexercisespaceetc.
2.2.6.Whereverrequired,possibleandfeasible,solarpanels,microwindturbinesandothersuchrenewableenergysourcesshallbeusedtocatertothebasicneedsofthecommunitynotonlytakingit"offthegrid"but,perhaps,reversingthedirectionoftheresourceflow.
2.2.7. The Institute expects to be a “sustainable-intelligent-environment friendly campus”connected throughascalable, smartnetworkbuilt for superiorperformanceandability toadjusttofuturechangesinhandlingandoperability.
2.2.8. The final goal is tohavea campus that is “net zerowaste” and “100%wastewaterrecirculation”,thusreachingfullrangeself-sufficiencyattheendoftheprojectperiod.Thesewill be based on global best-practices and technologies, including respect for localconstraints, resources and skills, and the requirements of the Government of India’sprocurementsystems.
2.2.9. IISERTirupatiCampusshallbedesignedasFiveStarRatedcampuswithearthtunnelcoolingsystemforhostelforallbuilding.
2.3PROJECTOBJECTIVE:
“TobuildaGreen,sustainableCampuswith infrastructures,stateofartacademicteaching
and research facilities, ambience conducive for achievement of the Vision and surpass
successively.”
13
2.4BriefdetailsofSite:
ThepermanentcampusofINDIANINSTITUTEOFSCIENCEEDUCATIONANDRESEARCH
TIRUPATIistobedevelopedinanareaoflandmeasuringabout250acresatJaganpalli
villageonYerpedu–VenkatagiriRoadabout25KmfromTirupatiandabout5kmfrom
Tirupati–Yerpedu–Kalahastimainroad,TIRUPATIAndhraPradesh.
Topographyofthesiteisalmostevenandsoilstrataishardsoilandportionofitishaving
surfacerock.Theplotareaismostlyfreefromtree.
2.5BRIEFREQUIREMENTS:
FacilitiesproposedtobeplannedanddevelopedinthepermanentcampusunderPhase-I
FacilitiesApproximateBuilt-uparea:
AcademicZoneBuildings:40,000sqm
Student'sHostels&SportFacilities:60,000sqm
ResidentialZoneBuildings:Faculty&Staff:20,000sqm
Totalapprox.Plintharea:1,20,000sqm
Common facilities, Sport facilities (Outdoor & Indoor), Roads, Walkways & Paths, Cycle
tracks,Street lighting,Utilities,Landscaping,Watertreatment,Seweragetreatment,Waste
Management(collection,recycling&disposal),SiteDevelopmentandBulkServicesetc.
Approximatetotaloverallplinthareaofbuildingsandstructuresproposedtobebuiltinthe
permanentcampusunderPhase-Iisabout1,20,000sqmandoutofwhichapproximatetotal
overallplinthareaofbuildingsandstructureproposedtobebuilt in theAcademiczone is
about40,000sqm.
TheApplicantwhogetsshortlistedintheSTAGE-I “EOICUMEBD”willbeallowedtosee,
inspect and peruse the copies of sketch plan of site, reports of surveys of sitewhich are
availablewith IISERTIRUPATIduringtheofficehoursafterobtainingpriorpermissionfrom
theRegistrarof IISERTIRUPATI.Thecopiesofsketchplanofsite,reportsofsurveysofsite
whichareavailablewithIISERTIRUPATIwillbedisplayedintheofficeoftheRegistrarIISER
TIRUPATIforthispurpose.TheApplicant/Consultant(s)hastoverifyandassessthedetails
himself/ themselves for its completeness, accuracy and correctness, and also the actual
contours,features,servicesandfacilitiesavailableatsiteandcollectthemissingdetailsand
14
carryingoutsuchandotheraswellasfurthersurveysandinvestigationsasmayberequired
forcarryingouttheassignedworkandcollectnecessarydetailsandinformationetc.,ofhis/
theirownandathis/theirowncostandrisk.
2.6BRIEFSCOPEOFWORK
Preparationofmasterplan&ArchitecturalandStructuralDesignconsultancyservicesshall
consistofthefollowing:
2.6.1:BroadScopeofServicesforPreparationofCampusMasterPlan,Architecturaland
structuraldesigningofthebuildings.
i)PreparationofDetailedMaster-planandlayoutofthewholecampusindicatingallocation
of areas and spaces, zoning, and showing layout of roads, entrance arch & gate and
reception, all the proposed buildings, structures including sports, recreation and common
facilities,infrastructures,utilities,bulkservices(civil&elect)andbulkdevelopments(civil&
elect),landscapingetc.underPhase-Iandalsomakingprovisioninthescopeofmasterplan
anddesignforthelikelyfuturegrowthanddevelopmentofcampusinphasesoveraperiod
of20to50yearsand;
ii) Inorder to realize this visionofa sustainableeco-campusdevelopment, IISERTIRUPATIintendstodevelopaCampusMasterPlanafterexaminingthecarryingcapacityofthelandavailable and ecological analysis. The applicant will be required to prepare a needassessmentstudyduringRFPprocess.TheCampusMasterPlanwill consider incorporatingthefollowing,butnotlimitedto:
a) Provide sustainability policies to promote sustainable design and operation of campusfunctions;
b)Maximizethepotentialofthesite;
c)Minimizetheenergyandresourceconsumption;
d)Useenvironment-friendlyproductsandmaterials;
e)Enhanceindoorenvironmentalquality;
f)Optimizeoperationalandmaintenancepractices;
g)Suggestastrategywhereintheperformanceofalloftheabove(and,perhaps,anyothers)canbecontinuouslymonitoredandevaluated.
15
2.6.2. The CampusMaster Planmustmeet the best practices / standards / provisions asapplicable to ecologically-sustainable design in arid and semi-arid geo-climatic conditions,andwhichresultintheefficientuseofenergy,waterandothernaturalresources.
2.6.3.Sustainability initiatives shouldbeperformance-basedandmustbedesignsuch thattheycanbecontinuouslymonitoredtoensurethattheyprovidegoodvalueforinvestments.
2.6.4.TheCampusMasterPlanmustproposewater-sensitivedesignthatusesthecompletewatercycle. Itmustalsopromotetheuseofwasteproductstosatisfyenergyandmaterialresource needs. The ecosystems and the scale on which they would deliver the services,mustbemandated,attheMasterPlanlevel.
2.6.5. As a corollary to the above expectations, the Campus Master Plan shall need toproposeasitedevelopmentplan,withalong-termbiodiversityandlandhealthmanagementplan,besides land zoning, landcoverand land-useplan formassing thevarious functionalareas. These include, but are not limited to, built spaces and their interconnections viz.instructional facilities, libraries and museums, research labs and workshops, auditoria,housingandhostels,playingfields,walkingtrailsandjoggingtracks,indoorsportsfacilities,swimming pool, recreation facilities, parks and community greens (including vegetable &fruit gardens and similar agro-forestry systems), community facilities, health centre,institutionalandstudentsupportservices,etc.
2.6.6.TheCampusMasterPlanshallbeacomprehensivereferraldocumentforsustainabledevelopmentofinfrastructureandbuildingsasarerequiredtofullfilltheacademicmissionof the Institute. This plan must provide orientation, guidance and inspiration, to allstakeholdersforalltimestocome.
2.6.7TheCampusMasterPlannershallalsoneedtoproposeanInfrastructureandServicesPlan for transport systems including circulation and parking; ecological services includingwater, water harvesting systems, waste water and recycling, waste water agro-systems,drainageandconjointsurfaceandgroundwatermanagement,solidwastemanagementandrecycling, soil conservation and improvement; climate control using passive and activesystems; energy systems,waste to energy systems and all necessary low voltage systemsandnetworksthatmayberequiredforthedevelopmentandfunctioningofsuchcampus.
2.6.8.TheCampusMasterPlan shallneed toproposea flexible/modular informationandcommunication ‘Smart Network’ architecture which would facilitate adding more (orreallocating existing) resources. The Smart Network’s primary goal shall be to deliverinformation to users, where and when it is needed. This information shall include voice,plaintext,richtext,graphicsandimages,forthenearfuture.Inthelongterm,thenetworkmayexistasanextremelylargescalenetworkwithdiversetrafficcharacteristicsconnectinghuman users and non-human devices everywhere on the campus (home appliances,scientific devices, communications devices, wearable computers, small devices andautonomous devices)with other similar external domains. The CampusMaster Planmustarrive at an urban form, density and development guidelines that reduce the adverse
16
impacts of dependence on fossil fuels, and provides for photosynthetic spaces (as part ofgreen infrastructure development) to expand renewable sources of energy. Further, theurbanformmustbesuitableforhot,aridclimaticconditions.
2.6.9. TheCampusMasterPlanwill proposeplanning anddevelopmentphases asper thesuggestedstrengthofstudentsandstaffandlongtermdevelopmenthorizonof40-50years.These shall include campus-level and zone-wise architectural, landscape and servicesguidelines; architectural and landscape design goals and strategic framework fordevelopment, sustainability, alternative energy, materials and finishes, site elements andsitefurniture,exterior lighting,signage&way-finding,engineeringandalliedservices,real-estate future use policy and management procedures that strive to maintain thecommitmenttointegratedsustainabilitythroughouttheprocessofdesign,developmentandoperation.
2.6.10BroadScopeofServicesforArchitecturalDesignofBuildingsandits
comprehensiveservices:
a) Academic Buildings: i) Lecture Halls, Tutorial/ Class room, Virtual Studio ii) UnderGraduate&PostGraduateLabs,CentralResearchFacilities,ComputerCenter,Workshops,Research & Development Labs. iii) Faculty Chambers and department office, Seminar/Interaction rooms. iv) Design of Science Research labs and Advance Research Lab,Cleanrooms,NMRLabs,Animalhousefacility.
b) Residential Buildings: i) Students Residential Complex: Student hostels for Boys, Girls,Married Accommodation for Research scholars. ii) Staff Residential Complex: Residentialfacilityforfaculty,officers&staffoftheInstitute.
c)Other : Administrativeblock and Special buildings like Stateof theArt Sports Complex,Convocation Center/ Auditorium, Library building, CentralWorkshop,GuestHouse,DiningHalls,Canteens,School,SecurityBarracks,Utilitybuildings,othercampusamenities,etc.
2.6.11TheBuildingsshouldabidebythebasicthreedimensionalconfigurationsoffacilitieson the site, including land-base planning, pedestrian and traffic planning, open spaceplanning,skylineguidelines,andlayout,sizeandmassingofmajorbuildingsfinalizedintheMasterPlan.
2.6.12. The building should be designed with the concept of “Sustainable-Intelligent-EnvironmentFriendlyCampus”astheseshallbethebuildingblocksofthecampus.
2.6.13. Thebuildings shouldbe in conformitywith theecoandgreenbuildingphilosophy.The building should comply with GRIHA – 5 star requirements. The consultant firm is toobtainGRIHAratingfromappropriateauthorities.
2.6.14.While planning, prevailing Local/State/District/Corporation/Municipal Bye-laws etc.shouldbestrictlyfollowedincludingtheFloorAreaRatio(FAR)andheightstipulation,etc.It
17
isdesirable tousemaximumpermissibleFAR. It is tobring to thenoticeof theconsultingfirmsthateveryrelaxation/modificationissuedbytheLocalorTownplanningAuthorityforpermitting additional coverage etc. should be fully utilized while planning the scheme.Further,thebuildingsshouldcomplywithstipulationsofcodeslikeNationalBuildingCode,etc.
2.6.15. The exterior finish of the buildings should be in line and compliment the designtheme finalized in the CampusMaster Plan,whichwould preferably bemaintenance freeand the same time be able to use locally available construction materials in order toeconomizeonthecostofthework.
2.6.16. In general the buildings should be aesthetically sound, prudent circulation area,havingpleasingeffect,aesthetic look,disable friendly,costeffectiveness,allowingefficientuse of natural light, having minimum footprint, Building like administrative block shouldallowmodular/phaseddevelopment.Buildingsshouldbesensitiveandresponsive to localcultural,historicandarchitecturalprecedentsofAndhraPradesh
2.6.17Constructionagency for theprojectwillbeappointedseparatelyby IISERTIRUPATI.Thearchitecturalconsultantshallprovideallnecessarydrawings,detailswithinhisscopeofworkasrequiredtotheconstructionagencyforsmoothexecutionoftheproject.
2.6.18 Finally selected architectural and structural consultant shall have to het theenvironmental ImpactAssessmentandEcologicalStudiesdonefromtheexternalApplicantdulygotapprovedfromIISERTirupati.
2.6.19 Before structural designing of the buildings, soil exploration of the soil strata isrequiredtobegotconductedfromtheapprovedspecialisedagencydulyapprovedbyIISERTirupatibythearchitecturalandstructuralconsultantathiscost.
2.6.20IISERTirupatireservetherighttoassignthearchitecturalandstructuraldesigningofbuildingasper the requirementof the Institute.Architectural consultant shallprovide thearchitectural,structuralservicesfortheassignbuildingsonly.
2.7BUDGET:
Approximate total estimated Budget cost for the proposed Infrastructure of permanent
campus over a period of five to seven years will be about Rs. 700 Cr. (Approx.) The
estimatedbudgetcostoftheprojectmentionedabove isonlyasroughguideforguidance
andactualbudgetandestimatedcostmayvary.IISERTIRUPATIreservesitsrighttovarythe
estimatedcostandBudgetoftheprojectatitssolediscretion.
18
2.8EstimatedTimeperiod:
EstimatedTimeperiodforcompletionofalltheproposedInfrastructure,buildingsand
servicesofPermanentcampusshallbeaboutFiveyearsfromthedateofacceptanceof
bids.
IISERTIRUPATIplantoshiftitsfunctioningcompletelytothepermanentcampusfromthe
beginningofAcademicyear2020-21.i.e.withinThree(3)years.Therefore,alltheessential
Infrastructure,buildingsandservicesrequiredtostartfunctioningfromPermanentcampus
willhavetobeplannedandconstructedwithinthreeyears’period.
PriorityandphasingofplanningandconstructionwillbedecidedbyIISERTirupati.
2.9ModeofInvitation&SubmissionofBids[EOICUMEBD]:
2.9.1MethodofsubmissionEOIcumEBD:
ScancopiesoftherequireddocumentsasperEOIincludingalleligibilitydocuments
shallbeuploadedone-portalhttps://eprocure.gov.in/eprocure/apponorbefore
thelastdateofuploadingtheEOIcumEBD.
Hard copies of the uploaded documents ‘Expression of Interest cum Eligibility Bid
Document” along with Certified true copies of Registration with Council of Architects,
Certificates ofWork experience of similarworks and other documents as specified in the
invitation of bid shall be placed in sealed envelope super-scribedwith the name of work
aftereachandeverypagesofEOIcumEBDdulysignedbytheApplicantshallbesubmitted
insealedconditiontotheofficeoftheRegistrarIISERTIRUPATIforverificationwithin7days
ofintimationofhis/her/theirshortlisting.
The intending Applicant should submit his/their bid only if she/he/they consider(s)
himself/themselves eligible and she/he/they is/are in possession of all the documents
required.
19
SECTION-II
GENERALINFORMATION&INSTRUCTIONFORAPPLICANT
3.0GENERAL:
3.1LetteroftransmittalandformsfordecidingeligibilityaregiveninSectionIII.
3.2Allinformationcalledforintheenclosedformsshouldbefurnishedagainsttherelevant
columns in the forms. If forany reason, information is furnishedona separate sheet, this
fact should be mentioned against the relevant column. Even if no information is to be
providedinacolumn,a“nil”or“nosuchcase”entryshouldbemadeinthatcolumn.Ifany
particulars / query is not applicable in case of the Applicant, it should be stated as “not
applicable”.
3.3 The Applicant are cautioned that not giving complete information called for in the
application forms or not giving it in clear terms or making any change in the prescribed
forms or deliberately suppressing the information may result in the Applicant being
summarilydisqualified.Bidsmade/receivedbyemailorFaxandthosereceivedlatewillnot
beentertained.
3.4Overwritingshouldbeavoided.Correction,ifany,shouldbemadebyneatlycrossingout,
initialing, dating and rewriting. Pages of the eligibility criteria document are numbered.
Additionalsheets,ifany,addedbytheconsultantshouldalsobenumberedbytheApplicant.
Itshouldbesubmittedasapackagewithsignedletteroftransmittal.
3.5References,informationandcertificatesfromtherespectiveclientscertifyingsuitability,
technical knowledge or capability of the Applicant should be signed by Head of the
Department/Organizationorhisdulyauthorizedrepresentativeofanofficernotbelowthe
rankofExecutiveEngineerorequivalent.
3.6 The Applicant should not have been blacklisted or debarred by any State/Central
Department or PSU or Autonomous bodies. The applicant must submit a duly notarized
affidavit to this effect in Form ‘I’ as specified in under Section III and the same shall be
submitted alongwith Bid at the time of submission of EOI cum EB. Applications received
withoutthisdeclarationinoriginalshallstandautomaticallyrejected.
20
3.7 The Applicant may furnish any additional information which he/she/they think(s)
necessarytoestablishhis/her/theircapabilitiestosuccessfullycompletetheenvisagedwork.
TheApplicant is,however,advisednot to furnish superfluous information.No information
shall be entertained after opening of EOI cum Eligibility Bids unless it is called for by the
RegistrarIISERTirupati.
3.8 After opening of the EOI cum Eligibility bid, IISER Tirupati shall prepare a list of
deficiencies found inthebidsofeachApplicantvis-à-visrequirementsasperEOIcumEBD
and send the lists to individual Applicant by Speed Post/e-mail with a request to furnish
requireddocumentswithinSeven(7)daysofreceipt,failingwhichitwillbepresumedthat
they do not have any further documents to furnish and decision on bids will be taken
accordingly.
3.9AnyinformationfurnishedbytheApplicantiffoundtobeincorrecteitherimmediately
orat a laterdate, itwould renderhim liable tobedebarred from tendering/ takingupof
workinIISERTirupati.IfsuchApplicanthappenstobeenlistedconsultantorintheapproved
listofApplicant/consultantsofanyclassinanyoftheIITs,OrganizationsorDepartmentof
Govt. of India, the factwill be reported to them for necessary action to remove his/their
namefromtheenlistment/approvedlist.
3.10DEFINITIONS
ForthepurposeofthisAgreement,thefollowingwordsandexpressionsshallhavethe
meaningherebyassignedtothemexceptwherethecontextrequiresotherwise.
3.10.1 “Director”meanstheDirectorofIISERTirupati
3.10.2 “Registrar”meanstheRegistrarofIISERTirupati
3.10.3 “Engineer-in-Charge”shallmeantheEngineeringOfficerwhoshallsupervise&bein
chargeofthework.
3.10.4 “Consultant”shallmeanthe individual, firmorcompany,whether incorporatedor
not, undertaking the architectural consultancy work and shall include the legal
personal representative of such individual or the persons composing such firm or
company,orthesuccessorsofsuchfirmorcompanyandthepermittedassigneesof
suchindividual,firmorcompany.
3.10.5The“Client”shallmeantheIISERTirupati.
3.10.6 “Approval”shallmeanapprovalgrantedbytheDirector/Registrar,IISERTirupatiin
21
writingoracceptedbyhimforincorporationintheworks/offer.
3.10.7 “Contractor” shall mean a person/firm/company engaged by the Registrar IISER
Tirupatiforexecutingtheworks.
3.10.8 “ProofConsultant”shallmeanareputedfirm/Institution likeIITs/NITs/GovtEngg.
College engaged by the Consultant or IISER Tirupati as the case may be for
undertaking independent proof checking/ vetting of drawings and designs etc.
carriedoutbytheconsultant.
3.10.9 “Institute”/IISERTirupatimeansIISERTirupatiwhichinvitestenders/bidsunless
otherwisespecified.
3.10.10“SubConsultant”meansanIndividualoraFirmspecializedinothercorrelatedfields.
3.10.11“Employer”meanstheDirectorIISERTirupati,actingthroughtheRegistrar,IISER
Tirupati.
3.10.12 “Applicant”(includingtheterm‘tenderer’,‘consultant’,bidder”)meansanyeligible
person/individual,proprietaryfirm,firminpartnership,Jointventure,limited
companyprivateorpublicorcorporation,shouldbeofanArchitect/Planner/
ArchitecturalConsultantregisteredwithCouncilofArchitectsofIndia,whosubmits
thebid.
3.10.13“Year”means“financialyear”unlessstatedotherwise
3.10.14“IISERTirupati”IndianInstituteofScienceEducationandResearchTirupati
/representedbydesignatedauthorityappointedbyDirectorIISERTirupati/
DirectorIISERTirupati.
3.10.15“e-Procurement”meansuseofInformationandcommunicationTechnology(ICT)in
conductingtheprocurementprocesswithbiddersforacquisitionofconsultancy
services/proposalswithanaimofopenandefficientprocurementthrough
transparentprocedures.
3.10.16“Bid”(Includingterm‘tender’,‘Offer’,‘application’or‘proposal’incertain
contexts)meansanoffertosupplyservicesmadeinaccordancewiththeterms
andconditionssetoutinthisdocumentinvitingoffers.
3.10.17“Consultancyservices”coversarangeofservicesthatareofadvisoryor
professionalnatureandareprovidedbytheconsultant.
3.10.18“CompetentAuthority”meanstheOfficer(s)whofinallyapprovesthedecision.
22
3.11METHODOFAPPLICATION:
3.11.1 TheApplicant should signeachpageof theBiddocuments.Overwriting shouldbeavoided. Correction, if any, should be made by neatly crossing out, writing andinitiallingwithdate.
3.11.2 IftheApplicantisanindividual,theapplicationshallbesignedbyhimabovehisfulltypewrittennameandcurrentaddress.
3.11.3 If the Applicant is a proprietary firm, the application shall be signed by theproprietor above his full typewritten name and the full name of his firmwith itscurrentaddress.
3.11.4 If theApplicant is a firm inpartnership, theapplication shall be signedbyall thepartners of the firm above their full typewritten names and current addresses oralternativelybyapartnerholdingpowerofattorneyforthefirm.Inthelattercaseacertified copyof the power of attorney should also be submitted. In both cases acertifiedcopyofthepartnershipdeedandcurrentaddressofallthepartnersofthefirmshouldaccompanytheapplication.
3.11.5 If the Applicant is a limited company or a corporation, the application shall besigned by a duly authorized person holding power of attorney for signing theapplicationaccompaniedbyacopyofthepowerofattorney.TheApplicantshouldalsosubmitacopyoftheMemorandumofArticlesofAssociationdulyattestedbyaPublic Notary. The Applicant should sign each page of the Bid documents.Overwritingshouldbeavoided.Correction,ifany,shouldbemadebyneatlycrossingout,writtenandinitialwithdate.
3.11.6 Scanned copies of all the required eligibility documents shall be uploaded by theapplicantonthehttps://eprocure.gov.in/eprocure/app
3.12FINALDECISIONMAKINGAUTHORITY
IISERTirupatireservestherighttoacceptorrejectanybidandtoannulthebiddingprocessandrejectallbidsatanytime,withoutassigninganyreasonorincurringanyliabilitytotheApplicant.
3.13PARTICULARSPROVISIONAL
TheparticularsoftheworkgiveninSection-Iareprovisional.TheyareliabletochangeandmustbeconsideredonlyasadvanceinformationtoassisttheApplicant.
3.14SITEVISITTheApplicantisadvisedtovisitthesiteathisowncost,andexamineitanditssurroundings,tohimselfcollectallinformationthatheconsidersnecessaryforproperassessmentoftheprospectiveassignment.TheApplicantshouldbefamiliarandthoroughwithlocal/statutory/mandatorybyelaws,Acts,rulesandordersapplicabletotheproposedprojectworkandtobecompliedandsatisfiedwith.
23
Section-III4)METHODOLOGY&PROCEDUREOFSELECTIONOFARCHITECTURALCONSULATNT
STAGE-I4.1.1 ExpressionofInterestcumEligibilityBidsreceivedarecheckedforsatisfyinginitialeligibility
criteria and thereafter the eligible Applicant are evaluated and shortlisted based on theevaluationcriteriaofStage-IspecifiedinEOIcumEBDunderClause5:“EVALUATIONANDSELECTION CRITERIA”. To become eligible for being shortlisted for Stage-II- RFPparticipation,anapplicantmustsecureminimumSixtyPercent(60%)ofthemarksineachoftheEvaluationCriteriadefinedunderClause5.1 ( i.e.A (i),B (i), (ii), (iii)&C (i), (ii) ) andtotalSeventyPercent(70%)marksinaggregate.
4.1.2 The Technical committee appointed by the Director, IISER Tirupati shall evaluate the EOIcumEBDsubmittedbytheApplicantbasedontheevaluationandselectioncriteriadefinedunderClause5ofStage–IEOIcumEBD.
4.1.3 IISER Tirupati reserve the right to restrict the list of shortlisted applicants to any numberdeemedsuitablebyit(notlessthanthreenumbersandmaximumsixnumbersincasethenumber of eligible applicants are more than six ) based on the top highest gross marksobtainedintheEOIcumEBDevaluation.
4.2 STAGE-II:i)EligibleandshortlistedapplicantsunderStage–IprocessshallbeinvitedtoparticipateinStage-IIofbiddingprocess.REQUESTFORPROPOSAL(RFP)DocumentwillbeissuedonlytoeligibleandshortlistedApplicantsunderSTAGE-IandBidsshallbeinvitedtogether
forTechnicalbid andFinancialBid. TechnicalbidandFinancialBidare tobesubmitted intwo separate sealed covers super scribed with the “Name of work” and indicating“Technicalbid”or“Financialbid”asthecasemaybe.TheamountofEMD,theformandtheduedateforsubmissionEMDwillbespecifiedintheRFPdocument.DetailswithregardtothisstageIIshallbeprovidedintheRFPdocumenttobeissuedlateronlytotheshortlistedapplicantsunderStage-IinvitedforparticipationinStage-IIprocess.Abriefoutlineisgivenbelow.Technical Proposals shall be as per details given in theRFP. These shall include drawings,sketches, diagrams, models and other information that can concisely and yetcomprehensivelyexplaintheapplicant’sdesignphilosophy,conceptandapproachproposedfordevelopingtheSustainable-Intelligent-EnvironmentFriendlyCampusofIISERTirupati.Proposalshallbesubmittedintwopartsasdetailedbelow:
i) MasterPlanitshouldprovideabroadideaof·variouszones,theirlayout,interconnectivity,circulationpatternetc,·Conceptualdesignanddevelopmentofthesezones,·SchematicarchitecturaldesignofimportantbuildingsinvariouszonestheirArchitectural
24
principles,vocabulary,skylineetcproposed.
·AdherencetophilosophyofGreenCampus.
·Conceptualdesignofsitedevelopment,landscape,integrationofvariousservices.
·Adaptabilityofproposedplantophaseddevelopmentofthecampus.
ii) ArchitecturalDesignofBuildings:Itshouldprovideabroadideaof
·Schematicarchitecturaldesignofimportantbuildingsinvariouszones,theirArchitectural
principles,vocabulary,etcproposed.
·Innovativeapproachindesign
·ConformityofbuildingtoGRIHAnorms
·EnergyEfficientfeatures
.ScienceResearchlabsandAdvanceResearchScientificlabsdesignphilosophy
.ClassroomTeachingetc
Thesedocumentsshallnotbearanyidentificationmarksoastoallowfor“blind”evaluation
bytheJurytobeappointedforthispurposebytheDirector,IISERTirupati.
4.3 ParticipantsofStageIIprocess,whosetechnicalproposalsarefoundcomplyingthe
termsandconditionsofRFP by the Jury on thebasisof the requirementsoutlined inRFP
document will be eligible for Honorarium of Rs. 50,000/- (Rs Fifty thousand), after the
successfulcompletionofselectionprocess.OutoftheStageIIparticipantsselectedforstage
IIIwillbegiventheawardasmentionedinStageIIIasspecifiedinclause4.11only.
4.4 TechnicalproposalsshallbeevaluatedbyaJurytobeappointedbytheDirector,IISER
Tirupati.TheJuryshallbe“Blind”totheidentityoftheApplicants/participantsandwillselect
suitable numbers of Applicants/participants (minimum three in case Stage II shortlisted
applicants/participantsaremorethanthree)whomaybeinvitedforparticipationinthenext
StageIIIprocess.
StageIII
4.5InStageIII,ShortlistedApplicants/participantsfromStage–IIprocess,shallsubmitdetailed
proposalssupportedbyscaleddrawings,presentationsgivingthreedimensional
visualisation,technologicalproposals,costsinvolved,timelinesanddeliverablesetc.duly
supportedbydata.Thedetailsofdocuments,drawings,reportandtheprocedurefortheir
submissionandotherrequirementsofthisstageshallbegivenintheRFPdocument.
25
4.6StageIIIapplicants/participantsforMasterPlanoftheCampusshallsubmittheDesign
Proposal (landuse zoning, urban form, ecological plan, etc) for theCampusMaster Plan
along with the Design and engineering philosophy for Allied services and the proposed
frameworkforitsimplementation,monitoringandevaluationandforBuildingsdesignshall
provide the schematic architectural design of important buildings, the architectural
principlesandfinishesproposed,etc.
4.7Thedesignproposalsshallnotbearanyidentificationmarksoastoallowa“blind”evaluationbytheJurytobeappointedbytheDirector, IISERTirupati.TheJurywilldecidethe detailed criteria for the evaluation & award of marks, evaluate design proposals,awardthemmarks.
4.8FinalselectionoftheconsultantfortheprojectwillbedecidedonQualityandCostbased
System(QCBS)withweightagefortechnical(BasedontheGrosstotalmarksawarded
bytheJuryseparatelyforTechnicalproposalunderStageIIandStageIIIplusthemarks
obtainedintheStageI)as80%andweightageofFinancialproposalas20%.Incaseofatie
at theTOPpositionbyoneormoreapplicants,preference shall begiven to theApplicant
whohasbeengivenhighermarksinthedesignproposalsbytheJuryandsuchanapplicant
willberequiredtomatchthelowerpricebid.
4.9TheFinancialProposalsonlyofStage–IIIApplicants/Participantsshallbeopenedonthe
designateddateandtime.
4.10Theprizemoney(StageIIIapplicant/participant)givenshallbeadjustedaspartofthetotal
feepayabletotheApplicant/participantwhoisawardedthework.Furtherdetailsregarding
theawardprocessshallbegivenintheRFPdocument.
4.11Onsuccessfulcompletionofselectionprocess,shortlistedapplicants/participantsofStage–
IIIshallbegivenprizeofRupees1.50Lakheach.Thebidssubmittedforthedesignand
proposalsofalltheparticipantsparticipatinginthebiddingprocessshallliewithIISER
Tirupati.Thereshallnotbeanycopyrightonthesubmitteddesigns/proposalsandIISER
Tirupatireservestherighttomakeuseofany/partofdesign/informationavailableintheRFP
withoutanypermissionorliability/obligation/costtotheapplicants.
26
5)EVALUATIONANDSELECTIONCRITERIA
5.1EvaluationCriteriaforStage–I
AttributeSrNO
Criteria EachAttributeMaximummarks
Marksawarded
A Organizationalstrengthoftheapplicant(Totalmaximummarks)
30
(i) ProfessionallyQualifiedStaffinfollowingcategorieswithmaximummarksineachcategory:
i) Campus/MasterPlanning–Maximum3marks
ii) Architectural–Maximum3marks
iii) Civil/StructuralEngineersMaximum3marks
iv) MEP/PublicHealthEngineeringMaximum3marks
v) ElectricalExpertsMaximum3marksvi) HVAC/MechanicalExperts
Maximum3marksvii) ITExperts/BAMS
Maximum3marksviii) Fire-fightingexperts/Engineering
Maximum3marksix) Landscapingexperts
Maximum3marksx) Labdesigningexperthavingexperience
indesignofScienceandadvanceResearchLabs,cleanroomsMaximum3marks
Note:a) 1Markforeachin-housegraduate
professionaland½markforeachoutsourcegraduateprofessionalwithfiveyearexperience
b) Extra½markforeach5yearsexperienceorpartthereofformorethaninitialfiveyearsofexperience
c) Extra½markforeachpostgraduateprofessionalmaximummarksMaximumtotalmarksfrom(i)to(X)30marks
30
B Experienceofwork(Totalmaximummarks) 50 (i) Recognitioninplanning&design,designexecution
ofsimilarprojectsi)NationalAwardswonforPlanning,AestheticandInnovationinDesign/Works(anytime)–eachwork
20
27
2marksandmaxMarks4ii)InternationalAwardswonforPlanning,AestheticandInnovationinDesign/Works(anytime)–eachwork3marksandMaxMarks6iii)ThreeStarGRIHA/SilverLEEDcertifiedworks–eachwork2marksandMaximumMarks6iv)FourStarGRIHA/GoldLEEDcertifiedworks–eachwork2marksandMaxMarks8v)FiveStarGRIHA/PlatinumLEEDcertifiedworks–eachwork2marksMaxMarks8vi)PlanningMEPServicesofsimilarworks–eachwork2marksandMaxMarks4vii)PlanningLandscapingworksminimumplotsize100acresandmore–eachwork2marksandMaxMarks4Note:1.Forsl.no(i)&(ii)Theawardshouldbeeitherfromrecognizedregisteredprofessionalbodies/institutionsorfromGovernment(Department/Institutions/Organization).MaximumtotalmarksfromSlNo(i)to(vii)20marks
(ii) ExperienceinPlanning&DesignofbuildingofNationalimportance/signaturebuilding,etc.(i.e.BuildingsofIITs,IISERs,IIMs,Central/StateUniversitycampuses,Researchinstitutions,CentralandstateSecretariatcomplexes,SoftwareTechnologiesParks,War/Peacememorials)Note:5marksforeachworkandmaximumof10marks.
10
(iii) ExperienceofdoingMasterplanandbuildingsofcampushavingareaMasterPlan:i)Landareaabove20acreandupto100acres(2marksforeachprojectsubjecttomaxof6marks).ii)Landareabetweenabove100acreandupto200acre(3marksforeachprojectsubjecttomaxof9marks).
20
28
iii) Landareaabove200acres(6marksforeachprojectsubjecttomaxof12marks)Buildingsbuiltupplintharea:
iv) Similarworksbuildingswithbuiltupplinthareanotlessthan50,000sqm(2marksforeachprojectsubjecttomaxof6marks).
v) Similarworksbuildingwithbuiltupplinthareanotlessthan80,000sqm(3marksforeachprojectsubjecttomaxof9marks).
vi) Similarworksbuildingswithbuiltupplinthareanotlessthan1,00,000sqm(6marksforeachprojectsubjecttomaxof12marks).
Totalmaximummarksfrom(i)to(vi)shallberestrictedtomaximum20marks
C FinancialStrengthandperformanceonworks. 20 (i) GrossAverageFinancialturnoverinlastthreeyears
(a)uptoRs5Crore–5Marks(b)BeyondRs5Crore–1MarkforeveryadditionalRs.1cr(orpartthereof)subjecttoamaximumof5marks.TotalmaximummarksUnder(a+b)10marks
10
(ii) Performaceoncompletedworks:a) Qualityofservicesb) Organisationalstrength,managementand
adherencetodeliveryintimec) Technicalproficiencyindetailing&
complianceswithstandard,rulesandbyelawsinplanning.
d) Resourcefulnesse) Generalbehavior
Outstanding-2marksVerygood-1.50markGood1markFair–0markIncaseofmorethanoneworkaverageofmarksscoredshallbetakenintoaccount.Totalmaximummarksfora+b+c+d+eshallbe10marks.
10
TotalMaximumaggregateMarks(A+B+C)i.e.30+50+20=100
100
29
5.2EvaluationGuidelinesforShortlisting
5.2.1 Sufficientinformationandvalidproofforeachparameter/factorassignedforcalculatingthemarksintheevaluationcriteriashallbesubmitted.
5.2.2 Ifsufficientinformationandvalidproofisnotavailableforanyparameter/factor/criteriaduringevaluation,0marksshallbeassignedtothatparameter/factor/criteria.
5.2.3 Projects/worksinprogresswillnotbeconsideredforEvaluation.
5.2.4 ThecompletedworkwillqualifyforconsiderationofevaluationonlyiftheperformancegradegiveninForm-Eisatleast“Good”forallthecriteriaspecifiedintheform.
5.2.5 TobecomeeligibleforStage-II-RFPApplicantmustsecureatleastSixtypercentmarksin
eachattribute(i.e5.1-A(i),B(i),(ii),(iii)&C(i),(ii))andSeventypercentmarksinaggregate.IISERTirupati,however,reservestherighttorestrictthelistofshortlistedApplicantforStage-II-RFPoutoftechnicallyeligibleApplicanttoanynumberdeemedsuitablebyitbutnotlessthansixnumberApplicantsbasedontophighestgrossmarksobtainedinEOIcumEBDevaluationofbidsprovidedsuchtechnicallyqualifiedApplicantsaremorethansixnumbers.
5.2.6 Evaluation of the Applicants for eligibility shall be done by the Technical committee
constitutedbytheDirector,Tirupati.Alltheeligiblesimilarworksexecutedandsubmittedby
theApplicantmaybegotinspectedbyacommitteewhichmayconsistsclientoranyother
authorityasdecidedbythecompetentauthority.
5.2.7TheDirector,IISERTirupatireservestherighttoalterthepercentagewithoutassigningany
reasonwhatsoever.
5.2.8ThemarksallottedtovariousapplicantsshallbethesoleprerogativeoftheJury/Expert/
Technical Committee appointed by Director IISER Tirupati, based on the submitted
documents.Noexplanationand/orjustificationforanyaspectoftheevaluationprocessshall
begiven;andnocommunicationshallbeentertainedinthisregard.
5.2.9 The decision of theDirector, IISER Tirupati shall be final and binding on all. All applicants
mustprovidetheinformationsoughtinthegivenformatonly.
5.2.10 EventhoughanApplicantmaysatisfytheaboverequirements,hewouldbeliablefor
disqualificationifhehas:
(a)Mademisleadingorfalserepresentationordeliberatelysuppressedtheinformation
intheforms,statementsandenclosuresrequiredintheeligibilitybiddocument.
(b)Recordsofpoorperformancesuchasabandoningwork,notproperlycompletingthe
30
contract,orfinancialfailures/weaknessesetc.
SECTIONIV
LETTEROFTRANSMITTAL
From:-
To:
TheDirectorIISERTirupati.ramesh.srikonda@spav.ac.in
NameofProject:ExpressionofInterestforprocurementofarchitectural,structuraldesignandcomprehensiveservicesdesignconsultancyforestablishmentofIISERTirupatipermanentcampusatTirupati,AndhraPradesh.SH:PreparationofMasterPlan,architectural,structuralandcomprehensiveservices.EOINo:1/IISERTirupati/2017-18
Sir,
HavingexaminedthedetailsgiveninpressnoticeandEOIcumbideligibilitydocumentfor
theabovework,I/We,herebysubmittherelevantinformation.
1. I/We,herebycertifythatallthestatementsmadeandinformationsuppliedintheenclosed
form“A”to“I”accompanyingstatementsaretrueandcorrect.
2. I/Wehavefurnishedallinformationanddetailsnecessaryforpre-qualificationandhaveno
furtherpertinentinformationtosupply.
3. I / We submit the requisite certified solvency certificate and authorize the
Director/Registrar, IISER Tirupati to approach the Bank issuing the solvency certificate to
confirm the correctness thereof. I/We, also authorize Director/Registrar, IISER Tirupati to
approach individuals, employers, firms and corporation to verify our competence and
generalreputation.
4. I/Wesubmitthefollowingcertificatesinsupportofoursuitability,technicalknow-howand
capabilityforhavingsuccessfullycompletedthefollowingworks:-
NameofWork: Certificatefrom
Enclosures:
31
SealofApplicantDateofSubmission SIGNATURE(S)OFAPPLICANT(S)
FORM-A
FINANCIALINFORMATION
NAMEOFTHEFIRM/CONSULTANT:--------
1. FinancialAnalysis-Detailstobefurnisheddulysupportedbyfiguresinbalancesheet/Profit
and Loss account for the last three years duly certified by the Chartered Accountant as
submittedbytheApplicanttotheIncome-TaxDepartment(Copiestobeattached).
FINANCIALYEARS(FiguresinRs.Lakhs)
SRNO PARTICULARS 2014-15 2015-16 2016-17
1 Grossannual
turnover
2 Profit/Loss
2. Financialarrangementsforcarryingouttheproposedwork.
3. SolvencyCertificatefromBankersofApplicantintheprescribedform“B”.
SIGNATURE(S)OFAPPLICANT(S)
SignatureofCharteredAccountantwithSeal
----------------------------------------------------------------------------------------------------------------------
32
FORM“B”
SummaryofSimilarworkexperiencecertificatescompletedduringthelastsevenyearsendingonedaybeforetheLastdateofsubmissionofEOIcumEBD
NameoftheFirm/Consultant…………………………….
SNo Nameofwork Yearof
award
Yearof
completion
Master
Planarea
Built-up
plintharea
Costofthe
project
Certificate
issuedby
1
2
3
4
5
6
Certifiedthattheabovelistofworkiscompleteandnosimilarworkhasbeenleftoutforthe
eligibilityandthattheinformationgiveniscorrecttomy/ourknowledgeandbelief.
SignatureofApplicant(s)
33
FORM“C”
DETAILSOFALLWORKSOFSIMILARCLASSCOMPLETEDDURINGTHELASTSEVENYEARSENDING
ONEDAYBEFORETHELASTDATEOFSUBMISSIONOFEOICUMEBD
Sl.
No.
Nameofwork/
projectandLocation
Owner
orsponsoringOrganization
Built uparea ofthebuildingsinsqm
Andarea ofcampus
(Master
plan) inacres
Cost oftheprojectin(crores)
Totalamountreceivedforconsultancyservices.
Date ofaward &Date ofcompletionofconsultancywork
Litigation/arbitrationpending /inprogresswithdetails*
Nameandaddress /telephoneno ofofficer towhomreferencemay bemade
Details ofdisputes/
Litigations
National/
International/
Awardswon/
Griha/LEEDcertificates/
Withdetails
1 2 3 4 5 6 7 8 9 10
1
2
Certifiedthatlistoftheworkiscompleteandnosimilarworkhasbeenleftoutforeligibilityandthat
theinformationgiveniscorrecttomy/ourknowledgeandbelief.
SIGNATURE(S)OFAPPLICANT(S)
34
*IndicategrossAmountClaimedandAmountAwardedbytheArbitrator.
35
FORM“D”
PROJECTSUNDEREXECUTIONORAWARDED
Sl.
No.
Name ofwork/
projectandLocation
Owner orsponsoringOrganization
Cost oftheprojectin(crores)
Built uparea ofthebuilding
Insqm
Andarea ofmasterplan ofthecampusinacres
Totalamount tobe
received forconsultancyservices.
Date ofaward
& stipulatedcompletionofconsultancywork
Up to datepercentageprogress ofwork.
Name andaddress /telephoneno ofofficer towhomreferencemay bemade.
Details ofdisputes/
Litigations
National/
International/
Awardswon/
Griha/LEEDcertificates/
Withdetails
1 2 3 4 5 6 7 8 9 10
Certifiedthatlistoftheworkiscompleteandnoworkhasbeenleftoutandthattheinformation
giveniscorrecttomy/ourknowledgeandbelief.
SIGNATURE(S)OFAPPLICANT(S)
36
FORM-E
PERFORMANCEREPORTOFWORKSTOBECONSIDEREDFORELIGIBILITYINFORM“C”
Nameofthefirm/consultant…………………………….
1.Nameofwork/Project&Location
2.AgreementNo.,Projectcost&consultancyfee
3.CampusAreainacres:
4.TotalBuiltupplinthareaofbuildingsinsqm
a)Builtupplinthareaofacademicbuildings
b)BuiltupplinthareaofLaboratorybuildings
c)Builtupplinthareaofadministrationbuildings
d)BuiltupplinthareaofHostelbuildings
e)BuiltupplinthareaofResidentialbuildings
f)Builtupplinthareaofotherbuildings/structures
5.DateofStart
6.Dateofcompletion
7.Amountofconsultancyfeepaid
8.Amountofcompensation,ifanylevied.
9.Whetheranylitigation/arbitrationcasepending/inprogressinrespectofthisconsultancywork.10.PerformanceReport
a)QualityofServiceoutstanding/VeryGood/Good/Fair
b)Organizationalstrength&Managementofworkandadherencetodeliveryintimeoutstanding/VeryGood/Good/Fairc)TechnicalProficiencyindetailing&compliancewithstandards,rulesandbyelawsinplanningoutstanding/VeryGood/Good/Faird)Resourcefulnessoutstanding/VeryGood/Good/Fair
e)GeneralBehaviouroutstanding/VeryGood/Good/Fair
11Remarks(ifany):
12ExecutiveEngineerOrEquivalentDatedwithstamp
37
FORM‘F1’
STURCTUREANDORGANISATION
1. NameandaddressoftheApplicant
2. TelephoneNo./TelexNo./FaxNo.
3. Legal statusof theorganization (Attachcopiesoforiginaldocumentdefining the legal
status)
(a) Anindividual
(b) AproprietaryFirm
(c) AfirminPartnership
(d) AlimitedcompanyorCorporation
(e)DETAILSORGANISATIONPLACEOFREGISTRATION-
4. Name,designation&qualificationoftheleadconsultant.
5. Names and designation of the person(s) employed by the organization shall be
submittedintheprescribedPerformaattached(Form-G).
6. Designationofindividualsauthorizedtoactfortheorganization.
7. Has the Applicant or any constituent partner in case of partnership firm, ever
abandonedtheawardedworkbeforeitscompletion?Ifso,givenameoftheprojectand
reasonsforabandonment.
8. Has the Applicant or any constituent partner in case of partnership firm, ever been
debarred/blacklistedfortenderinginanyorganizationatanytime?Ifso,givedetails.
9. Has the Applicant or any constituent partner In case of partnership firm, ever been
convictedbyacourtoflaw?Ifso,givedetails.
10. Anyotherinformationconsiderednecessarybutnotincludedabove.
SIGNATURE(S)OFAPPLICANT(S)
38
FORM–F2
ORGANIZATIONALSTRUCTURE:
1 Name&AddressoftheapplicantwithTelephone
No./FaxNo./EmailID
2a.YearofEstablishment
b.Date&Yearofcommencementofpractice
3 Noofbranchoffices
a)Name&designationofBranchhead
b)Addressofbranchoffice
c)Areaofjurisdiction
d)Areaofspecialisation
4 TotalNo.ofprofessionalstaff(Inhouse):
Campus/MasterPlanning
Architectural
Civil/StructuralEngineers
MEP/PublicHealthEngineering
ElectricalExperts
HVAC/MechanicalExperts
ITExperts/BAMS
Fire-fightingexperts/Engineering
Landscapingexperts
Labdesigningexpert
5 a)NoofSubsidiaries/offices
b)Location&Areaofjurisdiction&specialisation
6 AddressofMain/Branchofficeofapplicantorganisation
nearesttoTirupatianditsdistanceinKm
Signature:
Name:Designation:
Address,TelNo,MobNo,email
39
FORM–F3DETAILSOFSPECIALISTPERSONNELAVAILABLE
(in-house&intieuparrangementsaretobefurnishedseparately)
SrNo Discipline/ser
vicesAvailabilityofIn-houseexperts AvailabilityofOutsourceexperts
Yes/No
Nosofexperts
QualificationGraduate/postgraduate
Yearsofprofessionalexperience
Yes/No Nosofexperts
QualificationGraduate/postgraduate
Yearsofprofessionalexperience
1 Campus/MasterPlanning
2 Architectural
3 Civil/StructuralEngineers
4 MEP/PublicHealthEngineering
5 ElectricalExperts
6 HVAC/MechanicalExperts
7 ITExperts/BAMS
8 Fire-fightingexperts/Engineering
9 Landscapingexperts
10 LabdesigningexperthavingexperienceindesigningscienceLabs
Note:1.PersonnelatSlno.1and2arein-house(givemembershipdetailsofprofessional
Institutions).IncasetheservicesareoutsourcedbyusI/WeundertakefullResponsibilitiesoftimelydeliverieswithoutdeficiencies.
2.IncaseofJointVenturethedetailsofLeadFirmshouldbeindicatedand
CountersignedbytheotherPartnerFirms
Signature
40
FORM–F4FormatofCurriculumVitae(CV)ofKeyProfessionals
Name……………………………………………………………………………………………….
DateofBirth………………………………………....Nationality:………………………………
YearswithFirm:…………………………………………………………………………………...
MembershipinProfessionalSocieties:…………………………………………………………….
Task/Roletobeassignedinthisproject:…………………………………………………………...
KeyQualifications:
[Giveanoutlineofstaffmember’sexperienceandtrainingrelevanttoresponsibilityincontextof
presentassignment.Describedegreeofresponsibilityheldbystaffmemberonrelevantprevious
assignmentandgivedatesandlocation.Useuptohalfapage]
Education:
[Summarizecollege/Universityandotherspecializededucationofstaffmember,givingnamesof
Institutions,datesattendedanddegree(s)obtained.Useuptoaquarterpage]
EmploymentRecord:
[Startingwithpresentposition,listinreverseordereveryemploymentheld.Listallpositionsheldby
staffmembersincegraduation,givingdates,name(s)ofemployingorganization(s),titleofpositions
heldandlocationofassignments.Forexperienceinlasttenyears,alsogivetypeofactivities
performedandclientreferences,whereappropriate.Useuptothreequarterofapage.]
Certification
I,theundersigned,certifythattothebestofmyknowledgeandbelief,thesebio-datacorrectly
describethequalificationsandexperienceofmystaff/orcollaboratorsandmyself.
Date:Signature(s)oftheApplicant(s)withseal
41
FORM–G
DETAILSOFTECHNICALANDADMINISTRATIVEPERSONNELTOBEEMPLOYEDFORTHEWORK
S.No.
Designation
TotalNumber
Numberavailableforthiswork
Name Qualification Professionalexperienceanddetailsofworkcarriedout.
Howthesewouldbeinvolvedinthiswork.
Remarks.
1. 2. 3. 4. 5. 6. 7. 8. 9.
SIGNATURE(S)OFAPPLICANT(S)
42
FORM‘H’
AFFIDAVIT
I/WeundertakeandconfirmthatI/Wehavenotabandonedanyoftheworkentrustedtome/usnor
any of the work entrusted to me/us have been rescinded by any of the Central /State Govt.
Departments, Undertakings, Autonomous institutions, Applicant, Societies, Enterprises and
Companies during last 7 (seven) years ending previous day of last date of submission of EOI cum
EligibilityBID.
I/Weundertakeandconfirmthateligiblesimilarwork(s)has/havenotbeengot
executedthroughanothercontractor/consultantonback-to-backbasis.
Furtherthat,ifsuchaviolationcomestothenoticeoftheInstitutethenI/Weshallbedebarredfor
biddinginIISERTirupatiinfutureforever.AlsoifsuchaviolationcomestothenoticeoftheInstitute
beforedateofstartofwork,theRegistrarIISERTirupatishallbefreetoforfeittheentireamountof
EarnestmoneyDepositandPerformanceGuaranteeamount.
(Notarizedaffidavittobefurnishedatthetimeofsubmissionofbid)
NOTE:Affidavittobefurnishedona‘Non-Judicial’stamppaperworthRs.100/-
SignatureofApplicant(s)or
anauthorizedOfficerofthefirmwithstamp
SignatureofNotarywithSeal
43
FORM‘I’AFFIDAVIT
I/WeundertakeandconfirmthatI/We/ourfirm/company/JVhavenotbeenbarredorblacklisted
byanyoftheCentral/StateGovt.Departments,Undertakings,Autonomousbodies,Institutions,
Applicant,Societies,EnterprisesandCompaniesduringlast7(seven)yearsendingpreviousdayof
lastdateofsubmissionofEOIcumEligibilityBID.Furtherthat,ifsuchinformationcomestothe
noticeoftheInstituteI/weshallbedebarredforbiddinginIISERTirupatiinfutureforever.Also,if
suchinformationcomestothenoticeofInstituteonanydaybeforestartofthework,theRegistrar,
IISERTirupatishallbefreetocancelthe
agreementandtoforfeittheentireamountofEarnestMoneyDeposit/PerformanceGuarantee.
(Notarizedaffidavittobefurnishedatthetimeofsubmissionofbid)
NOTE:Affidavittobefurnishedona‘Non-Judicial’stamppaperworth
Rs.100/-
SignatureofApplicant(s)or
anauthorizedOfficerofthefirmwithstamp
SignatureofNotarywithSeal
44
ForwardingletterforIntegrityAgreement
To,
TheRegistrar,IndianInstituteofScienceEducationandResearchTirupati.Name of Project: Expression of Interest for procurement of architectural, structural design andcomprehensiveservicesdesignconsultancyforestablishmentofIISERTirupatipermanentcampusatTirupati,AndhraPradesh.
SH:PreparationofMasterPlan,architectural,structuralandcomprehensiveservices.
EOINo:1/IISERTirupati/2017-18DearSir,
I/We acknowledge that IISER is committed to follow the principles thereof as enumerated in theIntegrityAgreementenclosedwiththetender/biddocument.
I/WeagreethattheNoticeInvitingEOIisaninvitationtooffermadeontheconditionthatI/WewillsigntheenclosedintegrityAgreement,whichisanintegralpartoftenderdocuments,failingwhichI/Wewill stand disqualified from the tendering process. I/We acknowledge that THEMAKINGOFTHEBIDSHALLBEREGARDEDASANUNCONDITIONALANDABSOLUTEACCEPTANCEofthisconditionoftheNIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit andfurtheragreethatexecutionofthesaidIntegrityAgreementshallbeseparateanddistinctfromthemain contract, whichwill come into existencewhen tender/bid is finally accepted by IISER. I/Weacknowledge and accept the duration of the Integrity Agreement,which shall be in the linewithArticle1oftheenclosedIntegrityAgreement.
I/Weacknowledgethat in theeventofmy/our failuretosignandaccept the IntegrityAgreement,while submitting the tender/bid, IISER shall have unqualified, absolute and unfettered right todisqualifythetenderer/Applicantandrejectthetender/bidisaccordancewithtermsandconditionsofthetender/bid.
Yoursfaithfully
(DulyauthorizedsignatoryoftheApplicant)
45
TobesignedbytheApplicantandthesignatorycompetent/authorisedtosigntherelevantcontractonbehalfofIISERTirupati
INTEGRITYAGREEMENT
ThisIntegrityAgreementismadeat...............onthis...........dayof...........20......
BETWEEN
IISER represented through its Registrar, (Hereinafter referred as the ‘Principal/Owner’, whichexpression shall unless repugnant to the meaning or context hereof include its successors andpermittedassigns)
AND
.............................................................................................................
(NameandAddressoftheIndividual/firm/Company)
through .................................................................... (Hereinafter referred to as the (Details of dulyauthorizedsignatory)
“Applicant/Contractor” and which expression shall unless repugnant to the meaning or contexthereofincludeitssuccessorsandpermittedassigns)
Preamble
WHEREAS thePrincipal /Ownerhas floated theTender (EOINo. ................................) (hereinafterreferredtoas“Bid”)andintendstoaward,underlaiddownorganizationalprocedure,contractfor................................................................................................................................
(Nameofwork)
hereinafterreferredtoasthe“Contract”.
46
ANDWHEREASthePrincipal/Ownervaluesfullcompliancewithallrelevant lawsoftheland,rules,regulations, economic use of resources and of fairness/transparency in its relation with itsApplicant(s)andContractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into thisIntegrityAgreement(hereinafterreferredtoas“IntegrityPact”or“Pact”),thetermsandconditionsofwhich shall alsobe readas integralpartandparcelof theTender/BiddocumentsandContractbetweentheparties.
NOW,THEREFORE, inconsiderationofmutualcovenantscontained inthisPact,thepartiesherebyagreeasfollowsandthisPactwitnessesasunder:
Article1:CommitmentofthePrincipal/Owner
1) ThePrincipal/Ownercommitsitselftotakeallmeasuresnecessarytopreventcorruptionandtoobservethefollowingprinciples:
(a) No employee of the Principal/Owner, personally or through any of his/her familymembers, will in connection with the Tender, or the execution of the Contract,demand, take a promise for or accept, for self or third person, any material orimmaterialbenefitwhichthepersonisnotlegallyentitledto.
(b) The Principal/Owner will, during the Tender process, treat all Applicant(s) withequity and reason. The Principal/Owner will, in particular, before and during theTender process, provide to all Applicant(s) the same information and will notprovidetoanyApplicant(s)confidential/additional informationthroughwhichtheApplicant(s) could obtain an advantage in relation to the Tender process or theContractexecution.
(c) ThePrincipal/OwnershallendeavortoexcludefromtheTenderprocessanyperson,
whoseconductinthepasthasbeenofbiasednature.
2) IfthePrincipal/Ownerobtainsinformationontheconductofanyofitsemployeeswhichisacriminaloffenceunder the IndianPenalcode (IPC)/PreventionofCorruptionAct,1988 (PCAct) or is in violation of the principles herein mentioned or if there be a substantivesuspicion in this regard, the Principal/Ownerwill inform theChief VigilanceOfficer and inaddition can also initiate disciplinary actions as per its internal laid down policies andprocedures.
47
Article2:CommitmentoftheApplicant(s)/Contractor(s)
1) It isrequiredthateachApplicant/Contractor(includingtheirrespectiveofficers,employeesand agents) adhere to the highest ethical standards, and report to the Government /Departmentall suspectedactsof fraudor corruptionorCoercionorCollusionofwhich ithas knowledge or becomes aware, during the tendering process and throughout thenegotiationorawardofacontract.
2) The Applicant(s)/Contractor(s) commits himself to take allmeasures necessary to preventcorruption.HecommitshimselftoobservethefollowingprinciplesduringhisparticipationintheTenderprocessandduringtheContractexecution:a) TheApplicant(s)/Contractor(s)willnot,directlyorthroughanyotherpersonorfirm,
offer, promise or give to any of the Principal/Owner’s employees involved in theTenderprocessorexecutionoftheContractortoanythirdpersonanymaterialorotherbenefitwhichhe/sheisnotlegallyentitledto,inordertoobtaininexchangeany advantage of any kind whatsoever during the Tender process or during theexecutionoftheContract.
b) The Applicant(s)/Contractor(s) will not enter with other Applicant(s) into anyundisclosedagreementorunderstanding,whether formalor informal.Thisappliesinparticulartoprices,specifications,certifications,subsidiarycontracts,submissionor non-submission of bids or any other actions to restrict competitiveness or tocartelizeinthebiddingprocess.
c) The Applicant(s)/Contractor(s) will not commit any offence under the relevant
IPC/PC Act. Further the Applicant(s)/Contract(s) will not use improperly, (for thepurposeofcompetitionorpersonalgain),orpassontoothers,any informationordocuments provided by the Principal/Owner as part of the business relationship,regarding plans, technical proposals and business details, including informationcontainedortransmittedelectronically.
d) The Applicant(s)/Contractor(s) of foreign origin shall disclose the names and
addresses of agents/representatives in India, if any. Similarly,Applicant(s)/Contractor(s)of IndianNationality shall disclosenamesandaddressesof foreign agents/representatives, if any. Either the Indian agent on behalf of theforeignprincipalortheforeignprincipaldirectlycouldbidinatenderbutnotboth.Further, in cases where an agent participates in a tender on behalf of onemanufacturer,heshallnotbeallowedtoquoteonbehalfofanothermanufactureralongwiththefirstmanufacturerinasubsequent/paralleltenderforthesameitem.
e) The Applicant(s)/Contractor(s) will, when presenting his bid, disclose any and all
paymentshehasmade, is committed toor intends tomake to agents, brokersoranyotherintermediariesinconnectionwiththeawardoftheContract.
3) TheApplicant(s)/Contractor(s)willnot instigate thirdpersons to commitoffencesoutlined
aboveorbeanaccessorytosuchoffences.
48
4) TheApplicant(s)/Contractor(s)willnot,directlyorthroughanyotherpersonorfirmindulge
infraudulentpracticemeansawillfulmisrepresentationoromissionoffactsorsubmissionoffake/forgeddocumentsinordertoinducepublicofficialtoactinreliancethereof,withthepurposeof obtainingunjust advantagebyor causingdamage to justified interest ofothersand/ortoinfluencetheprocurementprocesstothedetrimentoftheGovernmentinterests.
5) The Applicant(s)/Contractor(s) will not, directly or through any other person or firm useCoercive Practices (means the act of obtaining something, compelling an action orinfluencingadecisionthroughintimidation,threatortheuseofforcedirectlyorindirectly,wherepotentialoractualinjurymaybefalluponaperson,his/herreputationorpropertytoinfluencetheirparticipationinthetenderingprocess).
Article3:ConsequencesofBreach
WithoutprejudicetoanyrightsthatmaybeavailabletothePrincipal/Ownerunder lawortheContractoritsestablishedpoliciesandlaiddownprocedures,thePrincipal/Ownershallhave the following rights in case of breach of this Integrity Pact by theApplicant(s)/Contractor(s)andtheApplicant/ContractoracceptsandundertakestorespectandupholdthePrincipal/Owner’sabsoluteright:
1) If the Applicant(s)/Contractor(s), either before award or during execution of Contract hascommittedatransgressionthroughaviolationofArticle2aboveorinanyotherform,suchas to put his reliability or credibility in question, the Principal/Owner after giving 14 daysnoticetothecontractorshallhavepowerstodisqualifytheApplicant(s)/Contractor(s)fromtheTenderprocessorterminate/determinetheContract,ifalreadyexecutedorexcludetheApplicant/Contractorfromfuturecontractawardprocesses.Theimpositionanddurationofthe exclusion will be determined by the severity of transgression and determined by thePrincipal/Owner.Suchexclusionmaybeforeverorfora limitedperiodasdecidedbythePrincipal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner hasdisqualifiedtheApplicant(s)fromtheTenderprocesspriortotheawardoftheContractorterminated/determined theContract or has accrued the right to terminate/determine theContractaccordingtoArticle3(1),thePrincipal/Ownerapartfromexercisinganylegalrightsthat may have accrued to the Principal/Owner, may in its considered opinion forfeit theentireamountofEarnestMoneyDeposit,PerformanceGuaranteeandSecurityDepositoftheApplicant/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Applicant orContractor, or of an employee or a representative or an associate of a Applicant orContractor which constitutes corruption within the meaning of IPC Act, or if thePrincipal/Ownerhassubstantivesuspicioninthisregard,thePrincipal/OwnerwillinformthesametolawenforcingApplicantforfurtherinvestigation.
4) Article4:PreviousTransgression
49
1) TheApplicantdeclaresthatnoprevioustransgressionsoccurredinthelast5yearswithanyother Company in any country confirming to the anticorruption approach orwith CentralGovernment or State Government or any other Central/State Public Sector Enterprises inIndiathatcouldjustifyhisexclusionfromtheTenderprocess.
2) IftheApplicantmakes incorrectstatementonthissubject,hecanbedisqualifiedfromtheTenderprocessoractioncanbetakenforbanningofbusinessdealings/holidaylistingoftheApplicant/ContractorasdeemedfitbythePrincipal/Owner.
3) IftheApplicant/Contractorcanprovethathehasresorted/recoupedthedamagecausedbyhimandhasinstalledasuitablecorruptionpreventionsystem,thePrincipal/Ownermay,atitsowndiscretion,revoketheexclusionprematurely.
Article5:EqualTreatmentofallApplicant/Contractors/Subcontractors
1) The Applicant(s)/Contractor(s) undertake(s) to demand from all subcontractors a
commitment in conformity with this Integrity Pact. The Applicant/Contractor shall beresponsibleforanyviolation(s)oftheprincipleslaiddowninthisagreement/PactbyanyofitsSubcontractors/sub-vendors.
2) ThePrincipal/Ownerwill enter intoPacts on identical terms as this onewith all ApplicantandContractors.
3) The Principal/Owner will disqualify Applicant, who do not submit, the duly signed Pactbetween the Principal/Owner and the Applicant, along with the Tender or violate itsprovisionsatanystageoftheTenderprocess,fromtheTenderprocess.
Article6-DurationofthePact
This Pact begins when both the parties have legally signed it. It expires for theContractor/Vendor 12months after the completion ofwork under the contract or till thecontinuationofdefectliabilityperiod,whicheverismoreandforallotherApplicant,tilltheContracthasbeenawarded.
Ifanyclaimismade/lodgedduringthetime,thesameshallbebindingandcontinuetobevaliddespitethelapseofthisPactsasspecifiedabove,unlessitisdischarged/determinedbytheCompetentAuthority.
Article7-OtherProvisions
50
1) ThisPactissubjecttoIndianLaw,placeofperformanceandjurisdictionistheHeadquartersofthePrincipal/Owner,whohasfloatedtheTender.
2) Changes and supplements need to be made in writing. Side agreements have not beenmade.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all thepartners or by oneormore partner holding power of attorney signedby all partners andconsortiummembers. In caseof aCompany, thePactmustbe signedby a representativedulyauthorizedbyboardresolution.
4) Shouldoneor several provisionsof this Pact turnout to be invalid; the remainder of thisPact remains valid. In this case, the parties will strive to come to an agreement to theiroriginalintensions.
5) It is agreed termand condition that anydisputeordifferencearisingbetween thepartieswith regard to the terms of this Integrity Agreement / Pact, any action taken by theOwner/Principal in accordance with this Integrity Agreement/ Pact or interpretationthereofshallnotbesubjecttoarbitration.
Article8-LEGALANDPRIORRIGHTS
AllrightsandremediesofthepartiesheretoshallbeinadditiontoalltheotherlegalrightsandremediesbelongingtosuchpartiesundertheContractand/orlawandthesameshallbedeemed tobe cumulativeandnot alternative to such legal rights and remedies aforesaid.Forthesakeofbrevity,boththePartiesagreethatthisIntegrityPactwillhaveprecedenceover the Tender/Contact documentswith regard anyof theprovisions coveredunder thisIntegrityPact.
INWITNESSWHEREOFthepartieshavesignedandexecutedthisIntegrityPactattheplaceanddatefirstabovementionedinthepresenceoffollowingwitnesses:
...............................................................
(ForandonbehalfofPrincipal/Owner)
.................................................................
(ForandonbehalfofApplicant/Contractor)
WITNESSES:
51
1...............................................
(signature,nameandaddress)
2................................................
(signature,nameandaddress)
Place:
Dated:
52
Listofdocumentstobeuploadedone-portalbeforethelastdateofuploadingthe
bidspecifiedintheEOICumEBD
i) CertifiedtruecopyofCertificateofRegistrationwithCouncilofArchitectsofIndia/under
Companyact2013asapplicable
ii) CertificateofFinancialTurnoverfromCharteredAccountant.(Form“A”)
iii) CertificatesofSimilarWorkExperience.(Forms“B”“C”,“D”)
iv) PerformanceonSimilarnatureofworks-(Form“E”)
v) DetailsStructureandOrganization(Forms“F1”“F2”)
vi) DetailsofTechnicalandSpecialistsPersonnel&theirCV(Forms“F3”“F4”)
vii) DetailsofTechnicalandSpecialistspersonnelavailabletobedeployedforthis
work(Forms“G”)
viii) NotarizedAffidavitsasperNEOIclause2.1.9,onNon-Judicialstamppaperof
valueRs100/-(Form“H”).
ix) NotarizedAffidavitasperNEOIclause2.1.10ofEOICUMELIGIBILITYonNon-Judicial
stamppaperofvalueRs.100/-(Form“I”).
x) CertifiedtruecopyRegistrationCertificateofServicetax,/GST
xi) CertifiedtruecopyofMemorandumofArticlesofAssociationofCompany/Corporation/JV(if
applicable).
xii) Certifiedtruecopyofpartnershipdeedofthefirm(ifapplicable).
xiii) CertifiedtruecopyofPowerofAttorney(ifapplicable).
xiv) LetterofTransmittal.
xv)UndertakingasperNEOIclause3.14
xvi)Integrityagreementdulysignedcopyontheletterheadofthefirm.
IISERTirupati
1
386
2
1
2
3
387
1
2
3
388
1
2
3
389
1
2
3
4
390
2
1
380
3
1
2
4
399
5
6
1
3
2
54
6
400
1
2
3
4
5
6
7
9
10
8
401
1
2
3
4
5
402
4
3
2
5
1
412
413
1
25
6
9
7
3
4
8
1
2
3
4
5
1
2 3
4 5
67
410
414
1
2
3
4 5
6
1
2
34
5
6
7
409
1
2
3
4 5
6
408
1
2
3
4
5
404
1
3
2
4
5
7
7
8
9
405
1
2
3
4
5
6
7
8
9
10
11
403
1
2
407
406
391
1
2
392
1
2
385
384
383
1
2
3
418
1
2
3
4
419
377
jangala
palli
cheru
382
381
370
COMBINED SKETCH FOR PROPOSED LANDS OF I.S.S.E.R AT PANGUR AND CHINDEPALLI
& SRINIVASAPURAM VILLAGES OF YERPEDU MANDAL(CHITTOOR Dtc)
1
2
3
4
5
6
7
8
9
10
19
20
21
74
75
232
233
234
235
236
237
238
251
Jangallapalli 1/4 m
ile
Durgaperi 3/4 m
ile
1
2
3
2
3
4
1
1
2
1
2
1
2
PROPOSED LANDS OF ISSER
PANGURU
N
FR
OM
Y
ER
PE
DU
T
O
J
A
G
A
L
A
P
A
L
L
I
TO
V
EN
KA
TA
GIR
I
3
0
7
m
2
8
0
m
3
3
1
m
9
9
m
2
1
8
m
268m
4
4
0
m
421m
1
0
6
m
1
3
0
m
41m
1
5
7
m
1
7
7
m
3
7
9
m
232m
2
4
5
m
597m
2
2
3
m
54m
3
6
m
29m
63m
5
0
m
54m
50m
4
0
m
6
3
m
1
8
m
1
1
3
m
5
0
m
104m
8
0
m
4
5
m
63m
9
5
m
1
8
0
m
1
1
2
m
4
6
m
1
0
0
m
1
1
9
m 1
3
9
m
270m
7
9
m
1
0
9
m
9
6
m
6
6
m
ABSTRACT
VILLAGE : EXTENT
PANGUR :
CHINDEPALLI :
SRINIVASAPURAM :
TOTAL :
320m
215m
308m
1
7
9
m
EXISTING ROAD
PROPOSED ROAD
411
CHINDEPALLI
162
4
9
2
8
9
6
TO SRIKALAHASTI
top related