You are on page 1of 70

WAPCOS Limited

Ministry of Water Resources, River Development & Ganga


Rejuvenation

BID DOCUMENT
FOR
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Institute of
Ayurveda, Yoga & Naturopathy (NIAY&N), Panchkula, Haryana
for Ministry of AYUSH.

(TENDER NO. –WAP/RD/NIAY&N/ARCHITECTURAL/PANCHKULA/2018)

WAPCOS Limited (A Govt. of India Undertaking)


76-C, Institutional Area, Sector 18, Gurugram
Haryana - 122015

August-2018
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-I
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Notice Inviting Tender
Panchkula, Haryana for Ministry of AYUSH

SECTION-I
NOTICE INVITING TENDER
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-I
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Notice Inviting Tender
Panchkula, Haryana for Ministry of AYUSH

WAPCOS LIMITED
Notice Inviting e-Tender (NIeT)
E-tender on Lump Sum basis are hereby invited on behalf of WAPCOS Limited from the Reputed,
Resourceful and Experienced Agencies for the work as per the following details:

Tender No WAP/RD/NIAY&N/ARCHITECTURAL/PANCHKULA/2018
Tender Invitation date 20th August, 2018
Providing Comprehensive Architectural & Engineering Consultancy
Name of Work Services for Establishment of “National Institute of Ayurveda, Yoga &
Naturopathy (NIAY&N), Panchkula, Haryana for Ministry of AYUSH”.

Client / Owner Ministry of AYUSH

Providing Comprehensive Design and Engineering Consultancy Services for


Brief Scope of Work Establishment of “National Institute of Ayurveda, Yoga & Naturopathy
(NIAY&N), Panchkula, Haryana to be developed over an area of about 20 Acres.

Time for Completion


24 Months or completion of the project whichever is later
of Work

Defect Liability 12 Months from the date of completion of the project as certified by the
Period Engineer-in-Charge
i. The Bidder must be a Reputed, Resourceful and Experienced Company/ Firm
/ partnership firm / joint venture in India and shall operate in conformity with
the provisions of laws in India.
ii. The Bidder must have registration of Architects with Council of Architecture
or any other License, GST Registration Certificate, PAN card and Company
Registration Certificate.
iii. The average annual turnover of the bidder shall not be less than Rs. 160 Lakhs
(Rupees Sixty lakhs only) for last three financial years, ending March 2017.
Audited Balance Sheet for 5 (five) years ending financial year 2016-17 are to
be enclosed.
iv. The Bidder must not have been blacklisted by any Government agency or
Public Sector Undertaking. A certificate shall be attached in this respect.
v. The Bidder should not have incurred any loss (Profit after tax should be
Eligibility Criteria
positive) in more than two years during the last Five financial years ending on
the financial year 2016-17.
vi. The bidder should have experience of having successfully completed at least
250-bedded hospital building having G+3 storeys plus one basement.
vii. The bidder should have experience of having successfully completed similar
works during the last 07 (seven) years ending last day of the month previous
to the one in which Tenders are invited:
a) At least one work having Built up Area (BUA) of 42,000 Sqm
or
b) At least two works having Built up Area (BUA) of 32,000 Sqm
or
c) At least three works having Built up area (BUA) of 21,000 Sqm

1
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-I
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Notice Inviting Tender
Panchkula, Haryana for Ministry of AYUSH

Similar works means: Comprehensive Architectural and Design Engineering


Services of Residential /Non-residential Buildings / Hospital Complex /
Commercial Buildings / Shopping Arcade.
Note:
a) Experience of Infrastructure works, Industrial Structures etc. will not be
considered.
The past experience should be supported by completion certificates indicating
completion cost, date of commencement and date of completion, built up area etc. /
“Submission Drawing” showing area details as submitted to the statutory
authorities.

viii. In case experience is for the work executed outside India, the bidder will get
the documents attested by the Indian Embassy/consulate / High Commission
in the respective country or from the High Commission of the respective
country in India.

Allowed. Bid may be submitted under a Joint Venture.


In case of a joint venture, the lead partner should fulfil the financial criteria at
Joint Venture
his own and should have experience of similar works having built up area
(BUA) of at least 32,000 Sq.m. The other eligibility criteria remain same.
Estimated Cost of
Rs. 3.20 Crores (Rupees Three Crore Twenty Lakhs only)
Works
Commencement of
Starts from the date of issue of Letter of Award of work.
Work
Rs.6,40,000/- (Rupees Six lacs forty thousand only) to be deposited through
RTGS/ NEFT
(Name of Bank: Indian Overseas Bank)
Bank Account Number: 193502000000028
IFSC Code: IOBA0001935)
Branch Name: National Horticulture Board (NHB) Building, G-85,
Industrial Area, Sector-18, Gurugram-122015, Haryana
& Rs. 10,000/- (Rupees Ten Thousands only) as Tender processing fee
Earnest Money WAPCOS to be Deposited through RTGS/ NEFT in the bank account as per the
details:
Deposit (EMD)
Name of Bank: Indian Overseas Bank
& Bank Account Number: 193502000000028
Tender processing fee IFS Code: IOBA0001935
Branch Name: National Horticulture Board (NHB) Building, G-85,
Industrial Area, Sector-18, Gurugram-122015, Haryana
The bidder registered with Micro, Small & Medium Enterprises (MSME) and
National Small Industries Corporation (NSIC) and having single point
registration are exempted from payment of EMD and Tender processing fee of
WAPCOS to the extent of Monetary Limit stated in their Registration Certificate.
The TCIL processing charges shall be paid directly on TCIL portal without any
exemption.

2
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-I
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Notice Inviting Tender
Panchkula, Haryana for Ministry of AYUSH

Rs. 1.28 Crore (Rupees One crore twenty eight lakhs Only) in original from a
Solvency Certificate Nationalized Bank/any Scheduled Bank. The Certificate shall have been issued
after the publishing of NIT.

Offer Validity 90 days from the date of submission of Bid

Pre Bid Meeting 27.08.2017 at 14:00 hours


Last Date of Tender
Document 06.09.2018 by 17:00 hours
Procurement
Last date of EMD
10.09.2018 by 16:00 hours
submission
Last date of Online
11.09.2018 by 17:00 hours
Submission of Bid
Last date of Physical
12.09.2018 by 14:00 hours
submission of Bid
Date & Time of
12.09.2018 at 15:00 hours
opening of Bid
Separate sealed envelopes for the pass phrases shall be submitted by the Bidder
Pass Phrases
on or before opening of Bid.

The Bidders must read all the terms and conditions of this bid document carefully and only submit the
bid if eligible and in possession of all the documents required.

The Bidders must ensure that the quoted rate shall be inclusive of all indirect costs i.e. Logistics,
Accommodation, TA/DA of personnel, Communication, Documentation, Transportation, Travel,
Insurance etc., and other necessary and relevant taxes.

The e-tender document downloaded from the website: www.wapcos.co.in, www.eprocure.gov.in and
https://www.tcil-india-electronictender.com

The tenders shall be uploaded on https://www.tcil-india-electronictender.com

Further, any information or any issuance of corrigendum/addendum/amendment related to this tender


will be available only on the website mentioned above.

S/d

(Deputy Chief Engineer)

WAPCOS Ltd.
Plot No.-76-C, Institutional Area,
Sector-18, Gurugram, Haryana-122015

3
SECTION-II
INSTRUCTIONS TO BIDDERS
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

1. Introduction:

Ministry of AYUSH, Govt. of India has appointed WAPCOS ltd. as a Project


Management Consultant for implantation of “Establishment of National Institute of
Ayurveda Yoga & Naturopathy (NIAY&N), Panchkula, Haryana”.
It is proposed to Establish NIAY&N hospital with 250 beds and IPD and catering to over
500 students every year offering UG, PG, PHD degrees. Ayurveda will have a 100 beds
facility; Naturopathy IPD will have 150 beds. Yoga facility will have Diabetic Clinic,
Chronic ailment care, including specialized Yoga therapy rooms for 30 patients, institute
will include medical college for Ayurveda, Naturopathy and Yoga which will have hostel
facility for 67 rooms (Single occupancy) for Doctors and 91 rooms (Triple occupancy)
for 273 students. The institute will have pre-Ayurveda wing for UG students for
facilitating 10+2 qualified students opting for Ayurveda studies.
Ayurveda department will have 10 consultancy rooms for doctors. The institute will also
have a shopping Centre. Institute will also have limited accommodation for staff and
faculty within the campus.

In order to quickly take up the implementation of the project it is proposed to appoint


suitable Architect agency to plan, designs, liaison and supervise and get the work done
as per requirement laid down in the tender documents as per Section 5.

The Architect agency with proven relevant experience in implementing projects of a


similar nature and size will be appointed for building planning, designing, liaisoning and
construction supervision of the building project. The agency may submit their proposals
considering the above-mentioned components.

1. Definitions

For the purpose of the agreement, following words and expressions shall have
the meaning hereby assigned to them except where the context otherwise
requires:

a) Approved means approved by WAPCOS’ Engineer-in-Charge i n writing


with subsequent confirmation of client and ‘Approval’ means approval by
WAPCOS’ Engineer-in-Charge in writing as above said.

b) Applicable Law means the laws and any other instruments having the
force of law in India.

c) Architect agency /Consultant means any private or public entity that


will provide the Services to WAPCOS under the Contract.

d) Building shall mean the Construction of proposed building.

e) Contract means the documents forming the tender and acceptance


thereof and the formal agreement executed between WAPCOS and the
consultant/architectural agency, together with the documents referred to therein
including these conditions, the specifications, design brief, basic drawings and
instructions issued from time to time by the Engineer-in-Charge and all these
documents taken together, shall be deemed to form one contract and
shall be complementary to one another.

f) Contract Price means the price to be paid for the performance of the
Services, in accordance with Section-4.

4
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

g) Engineer-in-Charge means the Engineer as may be duly appointed and


authorized in writing by WAPCOS to act as “Engineer-in-charge” on his
behalf for the purpose of the contract, to perform the duty set forth in this
General condition of contracts and other contract documents.

h) Estimated Cost means estimated cost put to tender for inviting financial bid
from the Architect firms/Consultant for Architectural planning, designing and
detailing.

i) Effective Date means the date on which this Contract comes into force
and effect pursuant

j) In writing means communicated in written form with proof of receipt.

k) Language means all documents and correspondence in respect of this


contract shall be in English Language.

l) Letter of Award (LOA) shall mean WAPCOS’s letter or notification


conveying his acceptance of the tender subject to such conditions as
may have been stated therein.

m) Month means English Calendar month ‘Day’ means a Calendar day of 24


hrs. each.

n) WAPCOS LIMITED (hereinafter called WAPCOS) is a company registered


under the Indian Company Act 1956, with its registered office at WAPCOS,
Kailash 5th Floor, 26 Kasturba Gandhi Marg, New Delhi-110001 or its
Administrative officers or its engineer or other employees authorized to
deal with any matter with which these persons are concerned on its behalf.

o) Owner/Client means Ministry of AYUSH, Govt. of India which has awarded


the work/ project to WAPCOS and on whose behalf WAPCOS is
entering into this contract and getting the work executed.

p) Site shall mean the site of the contract/Architectural works including any
building and erection thereon and any other land adjoining thereto
(inclusive) as aforesaid allotted by WAPCOS or the Engineer for the
contract’s use.

q) Services means the work to be performed by the Architect agency pursuant


to this Contract, as described in Bid Document.

r) Sub-Consultants means any person or entity to whom /which the


Consultant subcontracts any part of the Specialized Services.

s) Writing means any manuscript typed written or printed statement under or


over signature and/or seal as the case may be.

t) Words imparting the singular meaning only also include the plurals and
vice versa where the context requires. Words importing persons or
parties shall include firms and corporations a n d organizations having
legal capacities.

u) The headings in the clauses/conditions of contract are for convenience only and
shall not be used for interpretation of the clause/ condition.

5
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

2. SCOPE OF WORK

2.1 The brief scope of work of Architect agency shall be as described below but not
limited to the followings:

(i) Preparation Master plan, concept plan, architectural design & drawing, structural design &
drawings with calculations duly approved by third party, site development e.g. roads,
boundary wall, parking, security services, rain water harvesting & landscaping, plumbing,
firefighting including smoke detectors and fire alarms, drainage & waste management,
PHE, Medical Waste Disposal external development, Public Address System, Fire Alarm,
Internal and external electrification, IT, HVAC, HIS and HMIS, Medical/ lab/process
equipment, web portal, Logo, furniture planning and procurement of medical or other
equipment, kitchen, laundry, CSSD, furniture specifications, layout, planning, and
procurement.
(ii) Preparation of tender documents with detailed Bill of Quantities and detailed specifications,
etc.
(iii) Preparation of Detailed Project Report based on geo technical survey, topographical
survey (to be provided by WAPCOS), detailed design & drawings, detailed bill of quantities
(BOQ), and invite the tender on item rate basis.
(iv) Provide construction supervision, Project Management, Quality Control and Assurance
during the implementation of works.
(v) Ensure that high quality construction is achieved and all works are executed in full
compliance with the engineering design, technical specifications and other stipulations of
the contract documents and within the specified time.
(vi) The scope also includes pre and post construction approvals from local authorities and
statutory bodies.

2.2 The detailed scope of work of Architect agency shall be as described below but not
limited to the followings:

a. Preparation of Master Plan and concept plan


b. Preparation of list of spaces in consultation with Project Management Consultant
 Preparation of master plan of whole area including area statements
 Preparation of Building wise Floor plans
 Preparation of Elevations and Sections
 Preparation of details required to execute the work smoothly and timely.
 Preparation of Room wise furniture(including Hospital and Lab) medical equipment’s
planning and layout
 Structural details.

c. Preparation of Structural, Drawings with Calculations & third party approval.


d. Electrical systems including power sanctions, transmission from the nearest point
supply as approved by the electricity board, electrical substation with constant voltage
supply distribution and complete internal and external lighting, lifts, fire detection,
firefighting and alarm system, intercom system, acoustic and public address system,
closed circuit television, Nurse Calling system, channel music, Solar panels and
other electrical / electronic control and display systems including metering facilities,
power generators, PA, FDA, U.P.S. stabilized power conditioners, air conditioning, air
cooling, heating and ventilation system.
e. Locational, architectural and structural planning of specialized services such as all
HVAC systems, gas pipelines, water treatment, Sewage treatment, rain water
harvesting systems etc.
f. Sanitary, Water pumping &storage, bore well, water supply from local bodies, supply
(chilling/heating/RO) and sewerage, plumbing and firefighting systems including fire
protection.
g. Signage, Graphic and landscaping meeting green building certification as per GRIHA
6
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

-3 Star Rating.
h. Any or all services not specifically mentioned herein but required for the proper and
successful completion of the project in accordance with international standards,
including however, medical and non-medical furniture and medical equipment and
instruments.
i. Preparation of Tender Document including detailed specifications & Bill of Quantities.
j. Services Concept Planning (Isometric drawings)
 Planning services like HVAC, Electrical, plumbing, Firefighting, Lifts, Gas Manifold and
other services as per scope of work including Computerization, Communication,
Public address, Security (CCTV and Access Control), Building Management system,
Solar Panels, PA, FDA etc.
 Planning of coordination of various services to avoid overlapping / rework/ over
budgeting / time over run.
k. Presentations and Models
 Preparation of Models and Walkthroughs. A physical scale model for display in the
Ministry of AYUSH.
 Preparation of 3D views and blow ups of typical and critical areas Medical and other
Equipment, furniture, CSSD, Kitchen laundry, manifold etc. Planning and specs,
 Preparation of Room wise equipment layout and specs for major areas.
l. External Services Schematic Planning
 Planning of additional services including buildings for electric Sub-stations, DG sets,
UPS, AC plant etc.
 Planning and preparing layouts for external services like water supply, drainage,
ETP/STP including Recycling, Rain water Harvesting, Landscaping including
programmable drip and sprinklers for irrigation of green areas
 Schematic design of all other services like CSSD, Laundry, Medical gas system,
Incineration, Autoclaving, Handling of Bio-medical waste etc.
 Traffic movement for services, staff, public and also incorporation of parking norms as
per building byelaws.
 BMS, HMIS, ICT requirements including servers, Data and voice cabling, Wi-Fi,
EPBX, WEB portal with on line facilities for Academic and IPD admissions(Student
and Patient life cycle management), Institute Logo, Portal along with 200 Mbps
bandwidth for external connectivity
 Video Conferencing and video surveillance for perimeter and internal security
 TV for IPD and OPD including Reception area
 LED displays for information and announcements
 Access control

2.2.1 Approval from Local Authorities

Obtain all approvals and statutory Clearances from local bodies, Explosive Department,
State Government, Water Authority, Ground Water Authority, Pollution Control Board,
Urban Development Ministry, Fire Department etc. from concerned statutory authorities of
that area for construction of the buildings and services proposed under the project to
enable to start the construction and also to enable client to occupy and commission the
building with services.
The Statutory fee, if any shall be paid by Architect agency in order to get clearances from
the concerned departments. However, the same shall be reimbursed by the WAPCOS
Limited on production of documentary evidence, without any overhead & profit.

2.2.2 Specifications for all equipment’s and services in the scope of work

 Preparation of Data sheet showing Room wise and Building wise finishing, flooring and
Door window, and other high end Inventory schedule
 Preparation of detailed Technical Specification for civil, electrical, IT, HVAC, kitchen,
laundry, CSSD, Manifold, Hospital Furniture & Equipment, Lab Equipment etc. works and
7
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

services for major items


 Specifications to be broadly based on BIS, MSR, NABH and CPWD specifications
 Approval for all specs to be accorded by the client

2.2.3 Estimate and Costing for all services in the scope

 Preparation of Area statement floor wise


 Preparation of detailed cost estimate based on CPWD - schedule of rates as
applicable and in market rates for non-schedule items
 Preparation of cost estimate during execution of work as per actual site requirement
enabling client to keep the cost within the approved amount.

2.2.4 General

 Concept report to be submitted


- Detailed Project report.
- Drawings of Floor plans
- Typical part details
- System diagrams for services to be prepared
- Equipment layout drawings for major areas
- Energy efficiency and Green concept to be adopted and explained
 Drawings and models required by Statutory bodies will be prepared by the Consultant
according to the sizes/scales required by them
 Six sets of all drawings and a CD of the same will be furnished by the Consultant free of
cost.

2.2.5 Architectural Services

i. Preparation of Master Plan


ii. Ensure that the various building engineering services are suitable and economically
designed without any discrepancies between the structure and finishes, and the
requirements of service installation.
iii. Ensure that the nature, position, and appearance of all controls of piped services and
electrical installation satisfy user and aesthetic requirements, and ensure that adequate
coordination drawings are included.
iv. Develop the landscaping details separately.
v. Develop the interior details as per requirement and the type of equipment(s) planned.
vi. Obtain information required for statutory applications under planning and building acts and
any other statutory requirements.
vii. Prepare production information including drawings, schedules and specification of
materials and workmanship; bills of quantities etc. in sufficient detail to enable.
viii. Prepare construction / Working drawings.
 Site Plan
 Co-ordination of the proposed building.
 Room layout in co-ordination with various services and levels.
 Blow up of road junction / parking area and other such area as required.
 Detailed Building Services
 Floor plans (fully coordinated with all services/disciplines)
 Elevations
 Sections
 Wall profiles
 Doors & Window details
 Stairs/Ramps/Lifts details
 Details of building parts/ Areas with special treatment
 Toilet details
 Kitchen, laundry/CSSD etc. details
8
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

 Flooring pattern and details


 Dado details
 False ceiling details
 Details of furniture and equipment layout
 Furniture details
 Signage (Internal and External)
 Landscape & Horticulture
 Detailed drawings of landscape including blow up of critical area/ landscapes / plants capes
/ detail coordination with all external services.
 Horticulture details including sprinklers and drip irrigation.

2.2.6 Civil & Structural Engineering Services

1. The Consultant shall perform all the Civil & Structural design work necessary by utilizing
the most economical, effective and widely accepted engineering concepts and shall at all
times show a high degree of professionalism in his work. All the structural design to be got
vetted from third party i.e. IIT/ NIT/ Govt. Institutes.

2. The Consultant shall be fully responsible for the design and third party approval of all the
Civil & structural engineering works. The payment for vetting of design & drawings from
third party (IIT/ NIT/ Govt. Institutes) shall be made by Architect agency and the same shall
be reimbursed by WAPCOS Ltd. at actual basis on submission of documentary evidence.

The services to be provided by them shall include but not be limited to the following:
a. Design basis
 Planning for the structural arrangements with the architectural design
 Co-ordination & finalization of arrangements plans
 Beam & Column size finalization
 Beam & Column location
 Slab sunk & projections
 Equipment load estimation
 Any other misc. characteristics of the buildings
 Finalization of design basis & structural systems
b. Design development
 Structural framing for Analysis in a structural Analysis software
 Design of beams & columns based on structural Analysis output of the software
 Workout of support reactions for the design of foundations from the structural analysis
software
 Design of foundations
 Design of slabs
 Design of staircases/ramps etc.
c. Drawing stage
 Foundation plans & details
 Column layout plans
 Framing plans (fully coordinated with all disciplines)
 Floor slab structural details
 Column & beam structural details
 Staircases/ramps/lifts etc. details

2.2.7 Quantity Surveying Services

The Consultant shall provide all the work and duties in relation to the field of Quantity
Surveying and shall at all time show a high degree of professionalism in his work. The
services to be provided by the Consultant shall comprise of, but not limited to the following:
2.2.8 Cost estimating & financial services
9
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

a. Initial Cost planning for the project based on CPWD plinth area rates, including the cost of
associated design services, site development, landscaping, furniture and equipment; cash
flow requirements for design cost, construction cost, statutory and third party certification
cost, etc.
b. Carry out inspections and surveys; prepare estimates for the buildings, services, electrical,
PHE, HVAC and all components of the building based on DSR items and rates plus market
rates for items not available in DSR,
c. Cost justification based on market rate analysis after opening of tender for all the items as
per current market rates and trends.
d. Prepare and submit cost estimates for the project at outline scheme design,
preliminary design stage and final design stage.
e. Cost planning, cost monitoring and cost reporting during the various stages of design to
ensure that there is no over-run in project cost and to take appropriate measures to achieve
it.
f. Prepare a projected cash flow for the contract at start of construction and at any time as
required by the Client.
g. Prepare complete tender documentation including specifications, detailed Bill of
Quantities, Conditions of Contract etc. Technical specs, approved makes, BOQ formats,
contract documents formats and clause to be approved by client /consultant
h. Identification & monitoring of quantities of execution
i. Advise on any aspect that can influence the project’s cost and measures that can be taken
in order to ensure that the budget for the project is not exceeded.
j. Preparation of contract documentation.
k. Prepare and submit contract documents for signature, if required.
l. Carry out such other duties as may be required of the Consultant in the pre-contract stage
on this project.
m. Site meeting, coordination meetings and any other meetings as and when required.
n. Assist the Client in replying queries from audit/internal control departments and other
technical committees of statutory authorities like CTE/CVC. Attend meetings in
connections when requested to do so by the Client and audit/internal control departments.
Prepare and submit reports to the Client in connection with queries from audit / internal
control departments.
o. Carry out such other duties as may be required of the Consultant in the post – contract
stage on this project.

2.2.9 Preparation of Detailed Project Report

Preparation of Detailed Project Report including Preparation of list of spaces in


consultation with WAPCOS/Client, Master plan of whole area including area statements,
Building wise Floor plans, Elevations and Sections, Master plan, concept plan, architectural
design & drawing, specifications/ drawings of each and every item/ make having equal
rating/ quantity, site development e.g. roads, boundary wall, parking, security services, rain
water harvesting & landscaping, plumbing, firefighting including smoke detectors and fire
alarms, drainage & waste management, external development, Fire Alarm, Internal and
external electrification, IT, HVAC, including all statutory and local bodies approvals/
clearances to start, occupy and commission the buildings and services, layout, planning.
Preparation of tender documents showing detailed specifications, plans showing all
dimensions etc. and selection of executing agency and procurement vendors, contract
documentation etc. The DPR shall include but not limited to the following:
a) Detailed Layout of Scheme of a particular Length/ Section/ sector showing various
components of (related to present work) will be shown on drawings.
b) Report of topographical survey & Geo Technical investigation, collection of required
data from the concerned department, if required.
c) Ultimate disposal point, intermediate rain water harvesting system etc.
d) Technical Parameters covering the followings:
 Detailed Architectural, structural, & flowchart drawings.
10
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

 Designs details duly certified by WAPCOS /Vetting Agencies. The design details shall
be got proof checked from any of the IITs/ nominated by Owner.
 Detailed specifications of each work.
 Quality assurance scheme giving details of equipment and tests to be carried out with
their frequency keeping IS Codes in view.
 Format for monitoring progress during construction stage.
 Bills of quantities duly priced. All estimates shall be prepared on the basis of Delhi
schedule of rates, norms wherever applicable and on the basis of market rate analysis
where Delhi Schedule of rates etc. are not applicable. These estimates should be
comprehensive and should include for all items. Detailed analysis for the item not included
in DSR shall have to be submitted. In case of Market rate items, detailed analysis along
with quotations from manufacturers/authorized dealers is to be submitted.
 To update the Survey/preliminary estimates/concept/detailed estimates
incorporating suggestions and missing details/facilities etc.
 To prepare & submit required set of Tender Documents, Tender Drawings, BOQ,
Estimates, Specifications etc.
 To prepare & submit good for construction drawings & visit the sites of work regularly
as per requirement of Ministry of AYUSH/WAPCOS.
 Design Calculations for all the components of the schemes including getting approvals
from the concerned authorities.
 Detailed Structural Drawings/Design Calculations for all the components of the scheme
including getting proof checking if required by WAPCOS/Owner.
 Electrical/Mechanical Drawings/Design Calculations for all the components of the
schemes including getting approvals from the concerned authorities. Detail load
calculations for Electric Power & HVAC loads are to be submitted.
 Detailed Technical specifications for all the non-scheduled items proposed in the schemes.
 Project/Buildings has to be conceptualized & designed following Green Building Norms.
 Any other drawings/information‟s/details required for completion of preliminary
estimates/concept/detailed estimates for execution of work but not mentioned above.
 Justification of rates for all the items (Schedule and non-schedule) on the basis of market
rates in the area of subject site supported with quotations.
 After finalization of Concept plan One number model of minimum size of 1 0ft x 5 ft.
showing Master plan & various components of Buildings is to be provided free of charge
at the location asked by the MINISTRY OF AYUSH/WAPCOS.

2.2.10 Electrical Engineering Services


2.2.10.1 General
The Consultant shall be responsible, amongst others, at site for:
 Design of electrical installations including all electrical fittings/fixtures etc., as necessary.
Only LED lighting system to be considered
 Power Supply & Distribution system (including emergency and backup supply, sub-station
etc.) including mandatory solar panels of requisite capacity
 Telephone system, intercom communications facilities.
 Data and Voice cabling in conduits
 Sound diffusion system as necessary.
 Fire detection and Alarm System
 Lifts, escalators, water pumps etc.
 Cable TV/dish antenna system with LED panels of requisite sizes for different locations
 Nurses Call System
 Lightning protection and Earthing system.
 External Lighting including street lighting, Sky lights, perimeter security lighting, backlit
panel lights of signage
 UPS back up for sensitive / critical equipment, including requisite cabling
 LED Panel display system for public information
Building/Energy Management system controlling all essential services: This system should
allow switching off particular areas for e.g. Operation Theatres when not in use. A manual
bypass shall also to be provided which will allow bypassing / overriding the building/ Energy
management System when necessary.
11
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

2.2.10.2 Services
To carry out basic and detailed designs of comprehensive electrical power distribution
scheme, indoor and outdoor lighting, lightning protection and earthling systems of all the
buildings in accordance with the relevant Indian regulations and Standards. The work shall
include, but not limited to, the following services:
a. Design and draw up preliminary schemes on the electrical requirements and on the rating
of all the apparatus/ equipment that will be installed in the buildings.
b. Design the distribution systems and prepare single line diagrams with details of
accessories and equipment.
c. Specify the details and capacities of HT panels, Transformers, LT panels, standby diesel
generators and fuel intake, and to specify the type of supply arrangement for incoming
power supply, interlocking arrangement between HT panel, transformer, LT panel & DG
sets.
d. Design the Sub-station comprising of the HT panel room, transformer room, LT panels
room, and generator room to specify the necessary switchgear and control/ changeover
panels, capacitor banks, and bus duct, essential and non-essential panels as necessary
with the appropriate load shedding.
e. Make detailed specifications of all electrical items, including outdoor / indoor
equipment, essential and non – essential panels, power control centres, capacitor
panels and the corresponding bill of quantities for the various items.
f. Design and prepare detailed layout drawings for the individual power. Indoor and outdoor
lighting, lighting protection and earthling system with separate earthling for the computer
network and for other equipment as required.
g. Telephone, Intercom & Communication system
 Telephone layout and telephone equipment including conduit and accessories layout for
the telephone system and any protective devices battery back-up required.
 Design the EPABX room. Prepare conduit layout of cables and terminals inclusive of a
fiber optic or other special data transmission cables for system required
 Intercom layout and intercom equipment including conduit, cabling and accessories layout
for the intercom system and any protective devices required.
 Investigate the needs of each site in terms of communication facilities and call bells
required and to specify same and the corresponding equipment and accessories together
with preparation of conduit and accessories layout necessary.
 Prepare the specifications and bills of quantities.
 Check and approve detailed drawings of the suppliers and manufacturers
 Check and approve the suppliers’ / manufacturers’ drawings / documents.
h. Sound Diffusion and Visual display System
Carry out basic and detailed design for the sound diffusion and visual display systems
required and this shall be inclusive of, but not limited to, the following:
 Plan showing the routing of conduit, wiring, position of speakers, LED TV panels, central
console etc. indicating block diagram of PA/Video system
 Cable and conduit layout, sound equipment and visual display system together with any
protective devices required;
 Prepare specifications and bills of quantities;
 Check and approve detailed drawings of the suppliers and manufacturers;
i. Fire detection & Alarm System
 Design the FDA control room layout.
 Prepare working drawings (Floor wise) indicating the zones, location of the fire alarm
sensors, Response Indicator, Manual call points, Hooters, their conduits and wiring and
location/details of FDA control panels.
j. Lifts, escalators, water pumps
 Specify the capacity and type of lifts / escalators to be provided and prepare layout for the
necessary machine areas.
 Specify the type / system for hot water supply to showers, kitchen and other areas (use of
12
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

solar water heater shall be incorporated in the design)


 Finalize the design for lifts and escalators installation as per the Statutory / local
regulations.
 Prepare specifications and bills of quantities.
 Check and approve the suppliers’/ manufacturers drawings / documents.
 All lifts to have smart card operation for security
k. Cable TV/Dish Antenna System
 Prepare working drawings indicating the locations of TV points, Central panel / racks of
dish antenna.
 Fixing details of dish antenna.
 Prepare specifications and bills of quantities.
 Check and approve the suppliers’ / manufacturers drawings / documents.
l. Nurses Call system (As part of HMIS)
 Assess the requirement of nurses call system at different locations (ICU, ICCU, wards etc.).
 Prepare the plan indicating the location of the console panels, wiring diagram, conduit
layout etc.
 Prepare specifications and bills of quantities;
 Check and approve detailed drawings of the suppliers/ manufacturers;
m. Lightning Protection and earthing System
Lighting protection system shall be an advanced integrated lighting protection system and
it shall consist of a dynamic air dynamic air termination which acts as a preferred strike
point, a surge conductor to minimize side flashing, an earthling system, protection from
power surges at point of electricity line into the facility and protection from surges and
transients on oncoming telecommunications and signal lines. The work shall include, but
not limited to, the following
 Prepare plans showing internal / external earth grid, earth electrodes and lightning
protection with size of conductors and details of each electrical and lightning arrestors
along-with details of earthling pits.
 Earth system shall be as per relevant Indian Standards and Indian Electricity rules.
n. External Lighting
 Assess the external lighting requirement for roads, parking, buildings, perimeter security
etc. LED based system to be deployed
 Prepare plans indicating the road lighting with circuit details, typical pole detail with type of
fixture, cabling, earthling etc.
 Prepare the specifications and bills of quantities;
 Check and approve detailed drawings of the suppliers and manufacturers;
o. UPS backup
 Identify the sensitive / critical equipment and plan a detailed power back-up programme
through centralized or localized system.
 Prepare the plan indicating the locations of UPS rooms in the buildings, UPS room layout,
and Single line diagram/Power flow diagram.
 Prepare specifications and bills of quantities including laying cabling for the conditioned
power supply
 Check and approve detailed drawings of the suppliers / manufacturers
p. Mortuary and Ambulance services

2.2.11 IT Services

The Consultant shall prepare an information system strategy plan carrying the IT needs of
the Institute and Hospital. Prepare system requirement specifications document including
up- gradation / expandability strategies for the future.
The Consultant shall carry out the basic and detailed design specifications of the
application of IT / computerization system / network related to scope, system architecture,
application systems (e.g. outpatient management system, inpatient management system,
13
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

clinical services system, diagnostics aid services system, clinical support services system,
common services system, materials management system, executive information and
external communication system, research cum teaching system, telemedicine, tale /
video conferencing system, library including e-library system, cost management system,
PACS, e-governance, interconnectivity with leading National / International Institutions for
continuing education / research etc.) for each Institute inclusive of, but not limited to, the
following:
a. Software / hardware in respect of all the systems / sub systems including web interface for
access and inputs etc.
b. Assess the requirement of servers / nodes / terminals, hubs etc. at different locations.
c. Power cabling and conduit layout and UPS facilities together with any protective
devices required for the IT / Computerization system;
d. Data transmission cables layout and equipment for the system;
e. Prepare specifications and bills of quantities;
f. Check and approve detailed drawings / specifications of suppliers / manufacturers /
implementing agency;
g. Project implementation, including project plan, priorities and phasing, system
installation supervision, acceptance procedures, training and documentation etc.
h. LAN/WAN & Wi-Fi coverage for entire Institute and hospital
i. Access Control and video surveillance
j. Video Conference facility
k. Preparation of the Logo of the Institute and WEP portal for the Institute for Patient and
Student life cycle management
l. Bandwidth requirement for external connectivity
Part - A
a. Patient Registration (As part of HMIS)
A unique patient Identifier or Central Registration Number is assigned to a patient for future
reference
b. Outpatient Department (As part of HMIS)
In out-patient Service, patient’s data should be captured as per the guidelines specified in
Electronic Patient record overview. Access to patient’s data shall be based upon the
access policy for that particular record. This should also have patient appointment and
scheduling.
c. In-patient Department (As part of HMIS)
This process is a part of the HIS and handles in-patient activities which include Admitting
a patient, Bed management, Transferring a patient, discharging a patient, Entering a
patient on leave, Entering Compensable details, Entering new born details etc.
d. Laboratory Services
The processing of transactions in the laboratory can be summarized as follows:
e. Register a patient (Part of patient Module)
f. Order Lab tests (Order Entry, Order details, questionnaires and Answers)
g. Specimen Collection and Reception
h. Result Processing
i. Result Display, hard copy as well as on-line access
j. Patient Billing (As part of HMIS)
Payments are collected on different accounts i.e. registration charges, ICU & OT charges,
diet charges, lab charges, bed / room charges, miscellaneous charges like issue of blood
bag units, day care, newly born baby care, etc.
k. Blood Bank (As part of HMIS)
Concerned with blood collection and issue of blood / components (e.g. platelets,
plasma and red cells).
Record of inventory and life cycle management of Blood bank

Part - B
a. Procurement & Online Inventory(As part of HMIS)
The Procurement and Online Inventory mainly deals with the procurement and
14
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

management of stock of various consumables or non-consumable items required by the


different departments through a Web interface as well as direct log-in to the URL with
secure access with password and hardware lock protection
b. Hospital Equipment Maintenance / Infrastructure Maintenance (As part of HMIS)
This module provides the status of various equipment’s installed in the hospital. It also
provides information about infrastructure and equipment maintenance related issues
through web interface.
c. Administration (Human Resource Planning) (As part of HMIS)
Management of the Human resource activities has the functionality to address all employee
related activities as planning of employee requirements, obtaining approvals, the initiation
and completion of the recruitment process and promotion.
d. Accounts (As part of HMIS)
This deals with the accounting procedures such as Payroll, GPF, Loans and advances,
House rent, Pension, Contributory Pension schemes etc. whereas second category deals
with the Budget, Non-plan & Plan Expenditure, Processing Payments, Compilation of
Accounts.
e. Duty Roster (As part of HMIS)
Duty Roster Module handles information related to duty allocation of various staff for
hospital as well as academic functions

2.2.12 Mechanical Engineering Services


2.2.12.1 General
The Consultant shall be responsible, for all mechanical services including HVAC, medical
and other equipment’s, kitchen, laundry, CSSD, manifold etc.
a. Design of Heating, Ventilation & Air-conditioning systems as necessary (Central and/or
individual air- conditioning Systems) including pressurization of lift wells, ventilation of
toilets, basements and other areas etc. The work shall include design of specialized air
conditioning, ventilation and air filtration systems for the hospital i.e. Operation theatre,
ICU, ICCU, Diagnostics, Burns Ward, wards, OT support area etc.
b. Design of Kitchen, Laundry, Central Sterile & Supply Department (CSSD), Bulk Oil
Handling unit, Hospital waste Management System, Mortuary, Cold rooms etc. Laundry
chutes and food distribution lifts to be planned
c. Steam, Compressed air, Medical Gases Manifold installation and other Mechanical
Services as required for the Institutes.

2.2.12.2 Services
The Consultant shall carry out basic and detailed design of the required Heating,
Ventilation & Air conditioning system for all necessary areas for each of the six sites. This
shall include, among others, but not limited to the following services:
a. Preliminary and detailed design and prepare drawings indicating the details as mentioned
below:
i. Heat Load calculations
a. Summer
b. Monsoon
c. Winter
ii. Air Quantity calculation
iii. Equipment selection details
iv. Layout drawings for equipment, Air Handling units and ventilation fan rooms etc.
v. Layout drawings of ducting, piping distribution, electrical distribution
b. Specify the type of systems appropriate and to calculate the capacities of the A.C. plants
and units required and according to specific requirement of the areas to be air- conditioned,
taking into account, the necessary number of air changes that may have to be applied for
certain specific/critical areas.
c. Design and specify the type of special air conditioning, ventilation and high efficiency air
filtration system as required for the operation theatres and associated areas.
d. Design ducting, piping and A.C. Plant room layouts floor wise and to specify all electrical
15
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

requirements of the A.C. systems.


e. Prepare A.C. system details in plans and sections.
f. Design pressurization system for lift lobby and ventilation system for toilets, basement and
other areas and according to the specific requirements of the areas to be ventilated.
g. Design and specify the cold rooms in the Pharmacy and Kitchen and also all necessary
Kitchen equipment.
h. Design and specify the appropriate mortuary cold room with all necessary ventilation
facilities.
i. Steam, Compressed air, medical gases manifold installation for each site.
Design medical gas, compressed air, steam (to laundry, labs, pharmacy, kitchen,
disinfections and sterilization as required) including PNG and supply system inclusive of
but not limited to the following:
i. Medical gas piping system to the Operation Theatre, I.C.U., C.C.U., wards etc. as required
with all necessary security valves, conduits, access panels, control valves, outlet
coupling etc.
ii. Centralized bulk storage system ideally located to allow easy access for recharge.
iii. Ensure that the system is economically designed and satisfies aesthetic
requirements.
iv. Design and prepare working drawings including piping from the bulk gas storage tank to
the individual kitchen equipment, medical gas piping from the gas rooms to the operation
theatres and to other areas etc.
v. Prepare specifications and bill of quantities
vi. Check and approve detailed drawings of suppliers/ manufacturers.
j. Design centralized Kitchen, CSSD, Bulk oil handling system (for supply to pharmacy,
incinerator, Boilers, D.G. sets etc. as required), Hospital Waste Management System, but
not limited to, the following:
i. Plan the kitchen set-up and identify the different equipment’s along-with their
specifications, bill of quantities as required.
ii. Plan the CSSD set-up to cater to the entire hospital with provision for future expansion and
identify the different equipment’s along-with their specifications, bill of quantities as
required.
iii. Centralized bulk oil storage system ideally located to allow easy supply of fuel to
incinerators, boilers, and diesel generators sets etc.
iv. Detailed planning regarding handling of hospital waste and their safe
disposal/treatment. Identify and prepare the specification of equipment
v. Needed for this purpose. Liaise with Central Pollution Control Board, Local Pollution
Control Board and other statutory authorities/bodies for obtaining the necessary
license/permission.
vi. Ensure that all the systems mentioned above are economically designed and satisfy
aesthetic requirements.
vii. Design and prepare working drawings for all the services mentioned above.
viii. Prepare specifications and bill of quantities
ix. Check and approve detailed drawings of suppliers/ manufacturers.

2.2.13 Public Health Engineering


2.2.13.1 General:
The Consultant/Architect shall be responsible, amongst others, for:
a. Design of Public Health & Engineering services taking into account various topographical,
meteorological, Hydrological etc. reports, identify the source and quality of water,
conduct survey of existing water supply system, Sewerage system including STP/ETP,
Drainage system, Fire-fighting system, other site development works etc. for planning of
services
b. All the design and drawings should be well coordinated with Architecture, structure and
other services drawings.
c. All designs shall be as per the latest Indian Standards, Local bye-laws and statutory norms.
d. Ensure that the design meets the requirements with regard to future extensions and needs.
16
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

The services shall include following major components:


i. Water Supply System
ii. Sewerage System
iii. Drainage System, including storm drainage & Rain Water Harvesting
iv. Fire-fighting & Fire Suppression System
v. Other site development works.

2.2.13.2 Services

a. Water Supply System


i. Calculation of water requirements for domestic, non-domestic and hospital services.
ii. Design and prepare working drawings of internal and external water supply system
including Underground tank, Overhead tank, Water treatment plant, Pumping stations,
rising mains, distribution system and internal plumbing, recycling of treated waste water
etc. including revision of drawings as per local authority requirement , resubmission and
approval.
iii. Design of hot water supply system consisting of centralized/ localized hot water supply
system (Solar/Boiler/Geyser etc.)
iv. Obtain approval from local bodies for Municipal water supply connections, drilling of tube
wells etc. for each of the six sites.
v. Prepare specifications and bill of quantities.
vi. Check and approve detailed drawings and data sheets of suppliers /
manufacturers.

b. Sewerage System
i. Calculation for quantity of waste water generated from different sources and design waste
water treatment plant
ii. Design and prepare working drawings for internal and external soil/waste disposal systems
including revision if any as per requirement of local authority, resubmission and approval.
iii. Obtain approval from statutory and local bodies for waste disposal for each of the six sites.
iv. Prepare specifications and bill of quantities.
v. Check and approve detailed drawings and data sheets of suppliers/
manufacturers.

c. Drainage
i. Design and prepare working drawings for storm water drainage including roof drainage,
service area drainage and surface drainage including revision if any as per requirement of
local authority, resubmission and approval.
ii. Design and prepare working drawings for rain water harvesting system.
iii. Obtain approval from statutory and local bodies for drainage connections and rainwater
harvesting scheme etc. for each of the six sites.
iv. Prepare specifications and bill of quantities.
v. Check and approve detailed drawings and data sheets of suppliers /
manufacturers.

d. Fire Fighting & Fire Suppression System


i. Design and prepare working drawings for internal and external fire protection and
suppression system including hydrant, sprinkler system, CO2
ii. Flooding system, pressurization system, fire extinguisher system, UG tanks, fire pump
rooms etc. in line with the statutory requirements including revision if any as per
requirement of local authority, resubmission and approval. .
iii. Size all equipment required and prepares detailed specifications and bill of quantities.
iv. Obtain necessary license/permissions from the statutory/ local fire
authority/bodies etc. as required
v. Check and approve detailed drawings and data sheet of suppliers/
manufacturers.

17
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

e. Other site development works


i. Design and prepare working drawings (longitudinal & cross section) for roads/ footpaths/
parking areas etc. including revision if any as per requirement of local authority,
resubmission and approval.
ii. Design and prepare working drawings of irrigation system for horticulture.
iii. Design and prepare working drawings for water bodies.
iv. Design and prepare working drawings for recreational facilities like swimming pool etc.
v. Prepare specifications and bill of quantities.
vi. Check and approve detailed drawings of suppliers/ manufacturers.

2.2.14 Hospital Waste Management System

i. Prepare design, specifications, and bill of quantities for Hospital Waste


Management System in line with the latest guidelines of CPCB & Ministry of Environment
& Forest notification.
ii. Check and approve detailed drawings of suppliers/ manufacturers.
iii. Site supervision including testing, commissioning and Handing over of the Hospital
Waste Management system
iv. Obtaining clearances from the statutory bodies and imparting training to the client’s
representatives.

Supervisory, Monitoring, Quality Control consultancy and Payment for


implementation

1. Day to day field activities including comprehensive suggestions and supervisory


consultancy and monitoring the implementation of project.
2. Firm shall deploy following personnel for project monitoring, construction supervision
and field related activities on regular basis for day to day works, having relevant experience
in related fields as per the commencement of the related works at the site:

Construction Engineer- 1 No.; B.TECH (Civil) having atleast 5 years of experience in


construction of non-residential/ residential buildings
Civil Engineer- 2 Nos.; B.TECH (Civil) having at least 5 years of experience
Graduate Mechanical, Electrical, Plumbing (MEP) Engineer- 3 Nos. (1
Mechanical + 1 Electrical+1 Plumbing); BTECH having alteast 10 years of experience
Quality Control Expert-3 Nos (3 civil). B.TECH with
10 years of experience
Quantity Surveyor- 2 Nos.; Degree/ Diploma in Civil Engineering with
5 years of experience
Supervisors- 2 Nos.; Degree/ Diploma in Civil Engineering with 5 years of experience
Expert in Medical Equipment- 1 No.; BMET with 5 years of experience

NOTE: Architectural Firm/ consultant shall open local site office wherein above mentioned
personnel shall be deployed.

3. The Architectural firm/ consultant will ensure that all the executed at the site has been
entered the MB by the Contractor. The architectural firm/ consultant will check the quantity
executed at site and as per the provisions made in drawings/design. He will be fully
responsible for all the payments being recommended for release. He will ensure that all
works including reinforcement details are also entered in the MB as per work executed at
site.
4. The architectural firm/ consultant will deploy suitable WEB based project monitoring
tools/ software for checking/ reviewing the progress report to be submitted by Contractor
& facilitate remote log-in for the project monitoring team. The log-in is to be password
protected
5. Architectural Firm/ Consultant shall check/review the Periodic reports
(weekly/fortnightly/monthly/annually) to be submitted by the Contractor on the progress of
18
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

the project. Format and type of the report would be worked out by Consultant in
consultation with WAPCOS/Ministry of AYUSH prior to the commencement of the contract.
6. The Architectural firm/ consultant will carry out the inspection of various electrical,
mechanical, IT, Medical and other relevant equipment at the factory premises on behalf of
WAPCOS.

In addition the architect will perform the following duties:

a) Carrying out all modifications /deletions /additions / alterations /in design/drawing/


documents as required by Local Bodies Authorities/State / WAPCOS /Central Govt. or any
other authorities as applicable for proper execution of works at site till completion and
handing over of the project to the Client.

b) Undertaking site visits or to attend meetings during execution of the project to ensure
adherence of execution as per detailed drawings and specifications, including sorting out
problems and issue necessary clarifications at site including modifications required in
existing drawings if any, preparation & submission of additional drawings and details for
proper execution of work at site shall have to be borne by the Architect agency and shall
be covered within his quoted/negotiated fees and nothing extra shall be payable on this
account.

After each site visit the Architect agency should confirm that the work is being executed as
per drawings & specifications and deviations if any shall be brought to the notice of
WAPCOS Ltd.

c) Assist WAPCOS Ltd. in Arbitration/Litigation case(s) that may arise out of the contract
entered into, in respect of above work, regarding clarifications/interpretations, supply of
drawings, designs, specifications as and when required. The Architect agency’s role will
be limited to these clarifications only and unless specifically required by Arbitrator/Court,
he shall not be required to participate in actual Arbitration/Litigation proceedings.

WAPCOS Ltd. shall have the right to request in writing for additions, alterations,
modifications or deletions in the design (s) and drawing (s) of any part of the work and to
request in writing for additional work in connection therewith and the Architect agency shall
comply with such requests without any extra cost.

No extra payment shall be made to Architect agency by WAPCOS Ltd. on account of such
Additions & Alterations as enumerated above, provided the total built up area remains
same.

2.2.15 Institute LOGO & Portal

Institute portal will facilitate on-line facilities for Hospital and Academic admissions. Portal
will have linkage to a payment gateway for payments through credit/debit cards.

2.2.16 Video Monitoring

Video monitoring and surveillance with a dedicated war-room for the security for 24X7
operations.

2.2.17 Access Control

All area of the project will be clearly defined in different security zones and rule based
access to be provided to all users. Security logs to be generated for all control points.

19
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

2.3. Period of Completion


The completion of the project is envisaged as 24 Months or completion of the project
whichever is later. The defect liability period shall be 12 months from the completion of
the project.

2.4. Eligible Bidders


i. The Bidder must be a Reputed, Resourceful and Experienced Company/ Firm / partnership
firm / joint venture in India and shall operate in conformity with the provisions of laws in India.
ii. The Bidder must possess valid License, GST Registration Certificate, PAN card and
Company Registration Certificate.
iii. The average annual turnover of the bidder shall not be less than Rs. 160 Lakhs (Rupees One
Crore Sixty Lakhs only) for last three financial years, ending March 2017. Audited Balance
Sheet for 5 (five) years ending financial year 2016-17 are to be enclosed.
iv. The Bidder must not have been blacklisted by any Government agency or Public Sector
Undertaking. A certificate shall be attached in this respect.
v. The Bidder should not have incurred any loss (Profit after tax should be positive) in more than
two years during the last Five financial years ending on the financial year 2016-17.
vi. The bidder should have experience of having successfully completed at least one building
having G+3 storeys plus one basement.
vii. The bidder should have experience of having successfully completed similar works during the
last 7years ending last day of the month previous to the one in which Tenders are invited:
a) At least one work having Built up Area (BUA) of 42000 Sq.m
or
b) At least two works having Built up Area (BUA) of 32000 Sq.m
or
c) At least three works having Built up area (BUA) of 21000 Sq.m

Similar works means: Comprehensive Architectural and Design Engineering Services of


Residential /Non-residential Buildings / Hospital Complex / Commercial Buildings / Shopping
Arcade.
Note: Experience of Infrastructure works, Industrial Structures etc. will not be considered.

viii. The past experience should be supported by completion certificates indicating completion
cost, date of commencement and date of completion, built up area etc. / “Submission
Drawing” showing area details as submitted to the statutory authorities.
ix. In case experience is for the work executed outside India, the bidder will get the documents
attested by the Indian Embassy/consulate / High Commission in the respective country or
from the High Commission of the respective country in India.
x. In case of a joint venture, the lead partner should fulfil the financial criteria at his own and
should have experience of similar works having built up area (BUA) of at least 32,000
Sq.m. The other eligibility criteria remain same.

2.5. No. of Bid per Bidder


Each Bidder shall submit only 1 (one) Bid either as individual or as JV. A Bidder who
submits or participates in more than one Bid will cause all the proposals with the Bidder’s
participation to be disqualified.

20
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

2.6. Site Location and Site Visit


The Site location of the project area is shown in the location map as attached.
The bidder shall satisfy regarding all aspects of site conditions such as rainfall,
temperature, humidity, accessibility etc., of the area before submission of the bid. No claim
will be entertained on the plea that the information supplied by WAPCOS is insufficient.
The Bidder at his own expense, interest, responsibility and risk, must visit and examine the
site of works and its surroundings and obtain all information that may be necessary for
preparing the Bid and entering into a contract.

2.7. Cost of Bidding


The Bidder shall bear all the costs associated with the preparation and submission of Bid
and WAPCOS in no case will be responsible or liable for those costs, regardless of the
conduct or outcome of the Bidding process.

2.8. Estimated Cost of Project


The approximate cost for providing Architectural and Design Engineering Services for the
said projects is estimated at Rs. 3,20,00,000/- (Rupees Three Crore Twenty Lakhs
Only).

II – BIDDING DOCUMENTS
2.9. Contents of Bid Documents
The bid documents are as stated below and should be read in conjunction with any
corrigendum/modification issued on these documents:
i. Notice Inviting Tender (NIT)
ii. Instructions to Bidders (ITB)
iii. Formats/Annexures
iv. Financial Part.
The Bidder is expected to examine carefully the contents of all the above documents.
Failure to comply with the requirement of Bid submission will be at Bidders own risk. Bids
which are not substantially responsive to the requirement of the bidding document will be
rejected.

Clarification of Bid Documents


A prospective Bidder requiring any clarification of the Bidding Documents may notify the
Deputy Chief Engineer, WAPCOS who will respond to any request for clarification, if
necessary. The queries may be sent to: rsd@wapcos.co.in, amg@wapcos.co.in

2.10. Amendment of Bid Documents


At any time prior to the deadline for submission of bids, WAPCOS may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective
bidder, modify the Bidding Documents by the issuance of a Corrigendum/Addendum. No
modification of Bid shall be permissible after last date of submission, whatever may be the
reason. WAPCOS may at its discretion extend as necessary the deadline for submission
of Tender/ Bid, if considered necessary.
The Corrigendum/Addendum will be sent to all prospective Bidders who have purchased
the Bidding Documents and will be binding upon them. Prospective Bidders shall promptly
acknowledge receipt thereof to WAPCOS.

21
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

III – PREPARATION OF BIDS


2.11. Language of Bid
The Bid prepared by the Bidder and all correspondence and documents relating to the Bid
exchanged between the Bidder and WAPCOS shall be written in the English language
only.
2.12. Documents Comprising the Bid
The Bid to be prepared and submitted by the Bidder for consideration shall comprises of
the following:
i. Signed & scanned copy of duly filled Bid Acceptance Letter as per Annexure-I.
ii. Documentary evidence of having deposited the Bid Processing Fee as well as EMD
quoting UTR of RTGS/NEFT as per Annexure-III
iii. Integrity Pact Annexure-IV
iv. Signed & scanned copy of duly filled Bidder Information as per Annexure-V.
v. CVs of the experts proposed to be engaged for the project by the Bidder as per Annexure-
VII.
vi. Signed & scanned copy of duly filled statement of details of work experience/operations as
per Annexure-VIII.
vii. Signed & scanned copy of Certificate of registration of Company/ Firms.
viii. Signed & scanned copies of documents for GST Certificate, PAN, Registration /
Incorporation Certificate.
ix. Signed & scanned copy of Audited Balance Sheets for the last five years as a proof of
turnover and profit details.
x. Signed & scanned copy of Letter of Award/ Work Order regarding experience/ operations
in similar types of works.
xi. Signed & scanned copy of construction drawings submitted by the bidder showing the total
built up area of the projects.
xii. Signed & scanned copy of the notarised Power of Attorney on Stamp Paper from the Bidder
in respect of Authorized Signatory for the Bid.
xiii. Signed & scanned copy of the declaration of the Bidder regarding Blacklisting.
xiv. Solvency certificate as per NIT in original.
xv. Joint Venture Agreement, if applicable
The Bid Processing Fee, Bid Security/EMD/ Documentary Proof for waiver of the same,
shall be submitted by the Bidder before the date & time of submission of Bid, failing which
the Bid shall be summarily rejected and the Bid shall not be opened. Completed Bidding
documents, Annexures etc., used thereto shall be duly filled in and signed wherever
required without altering the formats.

2.13. Bid Prices

The Bid shall include the complete scope of the tender.


Prices quoted by the Architect agency shall include all Materials, Manpower, Supervision
of Work, profit; other levies together with all general risks, liabilities and obligations set out
or implied in the contract, payments like PF, ESI, all applicable tax liabilities like Income
Tax & Surcharges, etc. Any other taxes /cess as per Government directives shall be
deducted from each bill paid to the Architect agency, from time to time. The GST as
applicable shall be payable extra on submission documentary evidence.

The Architect agency shall issue Tax Invoices to WAPCOS Limited showing (i) Basic
Amount (ii) GST Amount separately in each bill and the payment of GST amount shall be

22
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

reimbursed to Architect agency only after uploading of GST amount by Architect agency
on GST portal to avail input benefit of GST by WAPCOS Ltd.

The WAPCOS Ltd. shall be performing all its duties of deducting TDS and other deductions
on payments made to Architect agency as per applicable legislation in force on the date
of submission of Bid or to be newly/amended introduced during the execution of the
Contract.

The Architect agency shall keep the contents of his tender and rates quoted by him
confidential.

The prices shall be submitted by the Architect agency as per the Financial Bid as per
Section-IV.

2.14. Currency of Bid and Payment


The payment shall be made in Indian Rupees only.

2.15. Bid Validity Period


Bids shall remain valid for acceptance for a period of 90 days (Ninety days) from the date
of opening of Bids.

2.16. Bid Security / Earnest Money and Bid Processing Fee:


The Bidder who wish to participate in the bid needs to make following payment within the
period of Bid submission.

Rs.6,40,000/- (Rupees Six lacs forty thousand only) to be deposited through RTGS/ NEFT
(Name of Bank: Indian Overseas Bank
Bank Account Number: 193502000000028
IFSC Code: IOBA0001935)
Branch Name: National Horticulture Board (NHB) Building,
G-85, Industrial Area, Sector-18, Gurugram-122015, Haryana
and
Rs. 10,000/- (Rupees Ten Thousands only) as Tender processing fee of WAPCOS shall
be Deposited through RTGS/ NEFT in the bank account as per the details:
Name of Bank: Indian Overseas Bank
Bank Account Number: 193502000000028
IFS Code: IOBA0001935
Branch Name: National Horticulture Board (NHB) Building,
G-85, Industrial Area, Sector-18, Gurugram-122015, Haryana

The bidder registered with Micro, Small & Medium Enterprises (MSME) and National Small
Industries Corporation (NSIC) and having single point registration are exempted from
payment of EMD and Tender processing fee of WAPCOS to the extent of Monetary Limit
stated in their Registration Certificate.
The TCIL processing charges shall be paid directly on TCIL portal without any exemption.

The Bidder registered with Micro, Small & Medium Enterprises (MSME) and National Small
Industries Corporation (NSIC) and having single point registration are exempted from
23
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

payment of EMD and Tender Processing Fee of WAPCOS to the extent of Monetary Limit
stated in their Registration Certificate. In case the bid value exceeds the monetary limit,
the Bidder shall furnish EMD for the difference. Such MSME’s should need to produce
documentary evidence showing that the firm is registered with NSIC for the work tendered
for. Exemptions from submitting Earnest Money Deposit shall also available to all startups
(recognized by DIPP).

The Unique Transaction Reference (UTR) of RTGS/ NEFT shall have to be uploaded by
the Bidder in the e-tendering system by the time of submission of Bid.

The EMD shall be payable to WAPCOS without any condition(s), recourse or reservations
i. The Bid will be rejected in case EMD is not submitted (In case EMD is not exempted).
ii. The EMD of unsuccessful Bidders will be returned not later than 45 (forty five) days after
the expiry of Bid validity without any interest.
iii. The EMD of the successful Bidder will be discharged after the Bidder has furnished the
required acceptable Performance Security.
iv. The EMD shall be forfeited:
a) If a Bidder withdraws the Bid after Bid opening during the period of validity;
b) In the case of a successful Bidder;
i. fails to Sign the Agreement within the 15 days from the date of issue of LOA.
ii. fails to furnish the required Performance Security .
iii. fails to commence the work within the stipulated time period prescribed in the contract.
c) If a Bidder Hides/ mis-represents facts.
d) If a Bidder Refuses to accept Letter of Award.
e) If a Bidder Tampers/ modifies Price Bid Template in any manner.
f) If a Bidder Gets involved in any corrupt, collusive, coercive or fraudulent practices.

2.17. Bidding Condition


The Bidder shall submit offers which comply fully with the requirements of the Bid
Document. Any deviation in submitted Bid for the Bidding Documents shall be liable for
rejection.

2.18. Format for Submittal


Format for submittal of related information for Bid shall be as per the Annexures of Section-
III and shall be strictly adhered to.

IV – SUBMISSION OF BIDS
2.19. Online submission of Bid
The Bidder shall submit the bid electronically, through the TCIL portal (https://www.tcil-
india-electronictender.com). The Technical Bid shall also be submitted physically at the
address mentioned in NIT however Financial Bid shall be submitted online only.
This Tender/ Bid shall follow a SINGLE STAGE TWO ENVELOPE BID SYSTEM i.e.
Technical Bid and Financial Bid as given below.
a. Technical Bid
The Technical bid may be declared non responsive / invalid, if the Bid is not
accompanied by the requisite documents as stipulated in clause 2.12 and EMD as per
clause 2.15 of ITB of Bid document. The Technical Bid should not contain any financial
information related to Financial Bid.

24
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

b. Financial Bid
The Financial Bid shall not include any Commercial or Technical conditions/ information.
Financial offers shall be submitted as per prescribed format given in Section-IV of Bid
document in a lump sum amount.

The Bidder is requested to submit any queries by e-mail to concerned official of WAPCOS
not later than 4 (four) days before the last date of submission of Bid.

2.19.1. Broad Outline of Activities from Bidder’s Perspective:


1. Procure a Digital Signing Certificate (DSC).
2. Register on Electronic Tendering System® (ETS).
3. Create Marketing Authorities (MAs), Users and assign roles on ETS. It is mandatory
to create at least one MA.
4. View Notice Inviting Tender (NIT) on ETS.
5. For this Bid -Assign Tender Search Code (TSC) to an MA.
6. Download Official Copy of Tender/ Bid Documents from ETS. Note: Official copy of
Tender/ Bid Documents is distinct from downloading ‘Free Copy of Tender/ Bid Documents’.
To participate in a Tender, it is mandatory to procure official copy of Tender/ Bid Documents
for the Tender.
The interested Bidders who wish to participate has to click on the link of “Procure Tender
Document” located on ETS Home Page of the portal https://www.tcil-india-
electronictender.com after making the payment on or before the last date & time of
procurement.
7. Clarification to Tender Documents on ETS (if applicable)
8. Bid-Submission on ETS
9. Attend Public Online Tender Opening Event (TOE) on ETS
For participating in this Tender online, the following instructions are to be read carefully.
These instructions are supplemented with more detailed guidelines on the relevant screens
of the ETS.

2.19.2. Digital Certificates


For integrity of data and authenticity/ non-repudiation of electronic records, and to be
compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC)
also referred to as Digital Signature Certificate (DSC), issued by a Certifying Authority (CA)
licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].

2.19.3. Registration
To use the Electronic Tender® portal https://www.tcil-india-electronictender.com, Bidder
need to register on the portal. Registration of each organization is to be done by one of its
senior persons who will be the main person coordinating for the e-tendering activities. In ETS
terminology, this person will be referred to as the Super User (SU) of that organization.
For further details, please visit the website/portal, and click on the ‘Supplier Organization’
link under ‘Registration’ (on the Home Page), and follow further instructions as given on
the site. Pay Annual Registration Fee as applicable.

2.19.4. Instructions for Online Payment of Registration Fee


After successful submission of Registration details and Annual Registration Fee, please
contact TCIL/ ETS Helpdesk (as given below), to get your registration accepted/activated.

25
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

Important Note: To minimize teething problems during the use of ETS (including the
Registration process), it is recommended that the user should peruse the instructions given
under ‘ETS User-Guidance Center’ located on ETS Home Page, including instructions for
timely registration on ETS. The instructions relating to ‘Essential Computer Security
Settings for Use of ETS’ and ‘Important Functionality Checks’ should be especially taken
into cognizance.
Please note that even after acceptance of your registration by the Service Provider, to
respond to a tender you will also require time to complete activities related to your
organization, such as creation of users, assigning roles to them, etc.
TCIL/ ETS Helpdesk
Telephone/ Mobile Customer Support: +91-11-26241790 (Multiple
Lines)
Emergency Mobile Numbers: +91-9868393775,
9868393717, 9868393792
E-mail ID ets_support@tcil-india.com

WAPCOS Contact
WAPCOS Contact Radheshyam Debnath (Deputy Chief Engineer),
Person 08383885351, 0124-2399830
E-mail ID rsd@wapcos.co.in

2.19.5. Special Note on Security and Transparency of Bids


Security related functionality has been rigorously implemented in ETS in a multi-
dimensional manner. Starting with 'Acceptance of Registration by the Service Provider',
provision for security has been made at various stages in Electronic Tender's software.
Specifically for Bid Submission, some security related aspects are outlined below:
As part of the Electronic Encrypter® functionality, the contents of both the ‘Electronic
Forms®’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the
Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with
spaces between words (e.g. I love this World). A Pass-Phrase is easier to remember, and
more difficult to break. It is mandatory that a separate Pass-Phrase be created for each
Bid-Part. This method of bid-encryption does not have the security and data-integrity
related vulnerabilities which are inherent in e-tendering systems which use Public-Key of
the specified officer of a Buyer organization for bid-encryption. Bid-encryption in ETS is
such that the Bids cannot be decrypted before the Public Online Tender Opening Event
(TOE), even if there is connivance between the concerned tender-opening officers of the
Buyer organization and the personnel of e-tendering service provider.
CAUTION: All bidders must fill Electronic Forms® for each bid-part sincerely and carefully,
and avoid any discrepancy between information given in the Electronic Forms® and the
corresponding Main-Bid. For transparency, the information submitted by a bidder in the
Electronic Forms® is made available to other bidders during the Online Public TOE. If it is
found during the Online Public TOE that a bidder has not filled in the complete information
in the Electronic Forms®, the TOE officer may make available for downloading the
corresponding Main-Bid of that bidder at the risk of the bidder. If variation is noted between
the information contained in the Electronic Forms® and the ‘Main-Bid’, the contents of the
26
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

Electronic Forms® shall prevail. Alternatively, the Buyer organization reserves the right to
consider the higher of the two pieces of information (e.g. the higher price) for the purpose
of short-listing, and the lower of the two pieces of information (e.g. the lower price) for the
purpose of payment in case that bidder is an awardee in that tender.
There is an additional protection with SSL Encryption during transit from the client-end
computer of a Supplier organization to the e-tendering server/ portal.

Public Online Tender Opening Event (TOE)


ETS offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender
Opening Officers, as well as, authorized representatives of bidders can simultaneously
attend the Public Online Tender Opening Event (TOE) from the comfort of their offices.
Alternatively, one/two duly authorized representative(s) of bidders (i.e. Supplier
organization) are requested to carry a Laptop with Wireless Internet Connectivity, if they wish
to come to WAPCOS office for the Public Online TOE.
Every legal requirement for a transparent and secure ‘Public Online Tender Opening
Event (TOE)’, including digital counter-signing of each opened bid by the authorized TOE-
officer(s) in the simultaneous online presence of the participating bidders’ representatives,
has been implemented on ETS.
As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted by the
bidder himself during the TOE itself or as per alternative methods prescribed in the Tender
Documents, salient points of the Bids (as identified by the Buyer organization) are
simultaneously made available for downloading by all participating bidders. The tedium of
taking notes during a manual ‘Tender Opening Event’ is therefore replaced with this
superior and convenient form of ‘Public Online Tender Opening Event (TOE)’.
ETS has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as
each online bid is opened. The format of the chart is based on inputs provided by the Buyer
for each Bid-Part of a tender. The information in the Comparison Chart is based on the
data submitted by the Bidders. A detailed Technical and/ or Financial Comparison Chart
enhances Transparency. Detailed instructions are given on relevant screens.
ETS has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening
Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This
is available to all participating bidders for ‘Viewing/ Downloading’.
There are many more facilities and features on ETS. For a particular tender, the screens
viewed by a Supplier will depend upon the options selected by the concerned Buyer.

Other Instructions
For further instructions, the Bidder should visit the home-page of the portal
https://www.tcil-india-electronictender.com, and go to the User-Guidance Center.

The help information provided through ‘ETS User-Guidance Center’ is available in three
categories – Users intending to Register / First-Time Users, Logged-in users of Buyer
organizations, and Logged-in users of Supplier organizations. Various links (including links
for User Manuals) are provided under each of the three categories.

2.20. Deadline for Submission of Bids.


WAPCOS may, at its discretion, extend the deadline for submission of Bids by issuing an
amendment, in which case all rights and obligations of WAPCOS and the Bidders
previously subject to the original deadline shall thereafter be subject to the new deadline
as extended.

27
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

2.21. Modification and Withdrawal of Bids


The Bidder may modify or withdraw his Bid prior to deadline for submission of Bid by giving
modification or withdrawal notice in writing to WAPCOS.
The Bidder’s modifications or notice of withdrawal shall be prepared, sealed and clearly
marked as “Modification” or “Withdrawal” as appropriate and delivered prior to deadline for
submission of Bid in accordance with ITB Clause-2.20.
No Bid will be modified after the deadline for submission of the Bid. Withdrawal of Bid
between deadline for submission and expiry of Bid validity will result in forfeiture of Earnest
Money Deposit (EMD) pursuant to ITB Clause-2.16.

2.22. Bidding Documents


Entire set of Bid Document shall be submitted after filling it wherever required & signing
each page as a token of acceptance of all terms & conditions of the Bid.

2.23. WAPCOS’s Right to accept any Bid and to reject any or all Bids
WAPCOS reserves the right to accept or reject any Bid, and to annul the bidding process
and reject all Bids, at any time prior to award of Contract, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or
Bidders of the grounds for WAPCOS’s action.

V – BID OPENING AND EVALUATION


2.24. Bid Opening
WAPCOS shall open the Bids as per “Electronic Bid Opening Procedures” specified in
https://www.tcil-india-electronictender.com. The Bidder will be at liberty to be present
either in person or through an authorized representative at the time of opening of the Bid
or they can view the Bid opening event online at their remote end. WAPCOS will open the
Bids in the presence of Bidders’ representative who wish to attend on the time, date and
venue as mentioned in NIT. The physical Bid shall also be opened on the day of Tender
opening.
2.25. Evaluation of Bid
WAPCOS reserves the right to reject the bid under any of the following
circumstances:
i. Bid is incomplete and/ or not accompanied by all required documents.
ii. Bid is not in conformity with the terms and conditions of tender document.
iii. Specifications stipulated in Technical Specifications are not met by the bidder.

Any other reasons due to which WAPCOS finds that the bidder in not eligible.
i. WAPCOS will examine the Bids to determine their completeness in all respect as per the
requirements of this Tender/ Bid document. WAPCOS may waive off any minor non-
conformity or irregularity in a Bid, which does not constitute a material deviation, provided
such waiver does not prejudice to affect the relative ranking of any Bidder.
ii. WAPCOS shall evaluate the Bid based on the documents submitted by the Bidder.
Evaluation shall be done based on the Quality & Cost Based Selection (QCBS).
iii. Evaluation of the Bids shall be based on the overall experience of the bidders, their
understanding of scope of work and approach and methodology of the works to be
undertaken.
iv. Distribution of Marks
Stage- 1 (Technical criteria – 60 marks)

28
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

SI.No. Description Marks


1 Technical Strength

Similar Experience:
a) If the bidder has provided Architectural and
5 Marks
Design Engineering for a total built up area of
42,000 Sq.m.
b) If the bidder has provided Architectural and
i) 7.5 Marks
Design Engineering for a total built up area of
85,000 Sq.m.
c) If the bidder has provided Architectural and
10 Marks
Design Engineering for a total built up area of
1,30,000 Sq.m or more.

No. of Works
If the bidder has experience of providing
Architectural and Design Engineering services for
the project of not less than 21,000 sqm.
ii)
No. of Projects 1-2 2.5 Marks
No. of Projects 3-5 5 Marks
a) No. of Projects 6-7 7.5 Marks
b) No. of Projects 8 or More 10 Marks
Organizational Experience
a) If the bidder is of experience of minimum
5 years
iii) b) If the bidder is of experience of 10 years 5 Marks
or more 10 Marks
Note: The marks for Experience from 5 to 10
years will be calculated on Pro-Rata basis.
Organization structure 20 Marks
a. Team Leader 2 Nos. (1.5 marks each) 3 Marks
b. Architects 4 Nos. (1.5 marks each) 6 Marks
c. Structural Engineer 2 No. (0.5 mark each) 1 Mark
d. Graduate Mechanical/Electrical/Plumbing 3 Nos.
3 Marks
(1.0 mark each)
2 e. Quality Control Experts/Construction Engineers 3
3 Marks
Nos. (1.0 mark each)
f. IT Experts 1 No. (1.0 mark each) 1 Mark
g. Civil Engineer 2 Nos. (1.0 mark each) 2 Marks
h. Hospital Equipment Expert 1 No. (1.0 mark each)
1 Mark

Approach & Methodology


 Understanding the TOR
 Methodology of Planning and Design
3.  Use of Green Building Concepts in Design 10 Marks
 Team Composition
 Timelines
 Approvals from Statutory bodies

29
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

To become eligible for short listing in stage-I i.e. Technical Bid Evaluation, the bidder
must secure at least 75% marks in aggregate. The bidders securing 75% & above
marks in aggregate in Stage-I only will qualify for stage-II, Design Concept
Presentation.

Stage – II: Design Concept Presentation (40 marks)

Under this stage, the tenderers short listed after Stage-I, shall be invited for participating
in the design concept competition by way of presentation before the Committee constituted
for the purpose by WAPCOS.

The Architectural firm/Consultant shall bring Soft & hard copy of their Design concept
and related details at the time of presentation. The concept design shall incorporate all
the parameters as mentioned below under Evaluation Criteria. The time and venue for
presentation will be intimated separately.

The committee shall evaluate the presentation on design concept and would assign
the marks independently and then the assigned marks would be averaged out.

The consultant shall have no right to challenge the marks assigned by the individual
member of the committee a n d, individual m e m b e r o f the committee shall have no
liability to applicant in this regard. No correspondence would be entertained
challenging or contesting the marking by the individual member of the committee. The
committee shall evaluate the design concept of consultants by applying the evaluation
criteria, sub-criteria, and point system as stipulated here in under.

Evaluation Criteria of the Design Concept Presentation is as outlined below:

1. Master Planning & Zoning


 Cost effective Site Utilization & Grouping of Functions.
 Site Orientation (Massing, Circulation and Landscape blending with existing
profile)

2. Design Concept Planning


 Aesthetics & Environmental friendly considerations
 Energy efficient building design
 Disaster resistant methods / technologies
 Innovative Modern Global and Contemporary
 Architectural features
 Economical design

Presentation
 Overall Presentation
 Over all understanding , Planning & Design of Project
 Interpretation of Design Concept, Interaction on concept and response to queries
of the committee members
The Architect agency/consultant should secure minimum 75% marks in Stage- I and
Stage- II each. The bidders securing 75% & above marks in Stage-I & Stage-II only will
qualify for Final Evaluation of Technical Bids & Evaluation of Financial Bid.

Procedure for marking of Technical Bids as well as Financial Bids and Selection of
Successful Bidders
(i) Total Marks for Technical Evaluation (t) = 100
(ii) The marking of Technical Bids will be carried out as under:

30
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

a. For the minimum eligible experience in each category, the bidder will get the minimum
marks. The bidder will get higher marks for higher experience.
b. The bidder shall also give a detailed presentation showcasing overall experience of the
firm/ joint venture, areas of expertise, experience of the team to be deployed for the job,
and understanding of ToR etc., the date of presentation shall be intimated to all the bidders
by email / fax / post.
c. The minimum Technical Score (St) required to qualify for financial bid opening is 75.
However, the bidder shall score the minimum eligible marks in each stage/category also.
d. The Technical Bids of the Bidders scoring 75 and above marks as explained above, will be
considered as Responsive and their Financial Bids would be opened and considered for
evaluation.
(iii) The lowest evaluated Financial Proposal (Fm) will be awarded the maximum financial score
(Sf) of 100.
(iv) The formula for determining the financial scores (Sf) of all other Proposals will be calculated
as follows:
Sf = 100 x Fm/ F, in which “Sf” is the financial score, “Fm” is the lowest price, and “F”
the price of the proposal under consideration.
(v) The weights given to the Technical (T) and Financial (P) Proposals are: T= 80, and P = 20
(vi) Bids shall be final ranked according to their combined Technical (St) and Financial (Sf)
scores using the weights (T = the weight given to the Technical Proposal; P = the weight
given to the Financial Proposal; T + P = 1) as following: S = St x T% + Sf x P%.
The bidder achieving the highest combined Technical & Financial score will be considered
to the successful applicant and work shall be awarded to them by WAPCOS through letter
of Award.

Final Evaluation of Technical Bids: combined technical score of Stage I & I shall be “St”
as under:

WAPCOS reserves the right to reject the Bid under any of the following
circumstances:
i. Bid is incomplete and/ or not accompanied by all required documents.
ii. Bid is not in conformity with the terms and conditions of Tender/ Bid Document.
iii. The Qualifications and Experience of the Bidder as well as the Manpower/ Personnel are
not met by the Bidder.
iv. Any other reasons due to which WAPCOS finds that the Bidder in not eligible.

2.26. Shortfall Documents


WAPCOS may ask the Bidder for submission of additional documents, if required, in case
of shortfall documents during the evaluation of the Bids. These documents shall not be
relating to submission of EMD. Request for documents and the response shall be in writing
and no changes in the prices of the Bid shall be sought, offered or permitted. No
modification of the Bid and any form of communication with WAPCOS or submission of
any additional documents, not specifically asked for by WAPCOS, will be allowed and even
when submitted, they will not be considered by WAPCOS.

2.27. Confidentiality of Bids


After the public opening of Bids, information relating to the examination, clarification,
evaluation and comparison of Bids and recommendations concerning the Award of
Contract shall not be disclosed to Bidders or other persons not officially concerned with
such process.
31
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

Any effort by a Bidder to influence WAPCOS in the process of examination, clarification,


evaluation and comparison of Bids, and in decisions concerning Award of Contract, may
result in the rejection of his Bid.

2.28. Clarification of Bids


To assist in the examination, comparison and evaluation of Bid, WAPCOS may ask Bidders
for clarification of the Bids, if any. But no change in price or substances of Bid will be
sought, agreed or permitted. The request for clarification and its response shall invariably
be in writing.

2.29. Determination of Responsiveness


Prior to detailed evaluation of Bid it will be determined whether each Bid:
I. has been properly signed.
II. is accompanied by required securities.
III. is substantial responsive to the requirement of Bidding document.
IV. provides necessary clarification or substance.
A Substantially Responsive Bid is one which conforms to all the terms, conditions &
specifications without material deviation or reservation which
i) affects in any substantial way the quality or scope of the work.
ii) limits in any substantial way the scope of work
iii) is inconsistent with the Bidding document
iv) affects unfairly the competitive position of other Bidder.
Bids not found Substantially Responsive are liable to be rejected. Conditions if added by
the Bidder, which have adverse bearing on the cost and scope of tendered work shall make
the Tender/ Bid liable to disqualification.

2.30. Corrections of Errors in Bids


Bids will be checked for any arithmetical error and will be corrected by WAPCOS
irrespective of concurrence of the Bidder. If the Bidder does not accept the corrected
amount of Bid, his Bid will be rejected and the Bid Security will be forfeited.

2.31. Evaluation and Comparison of Bids


WAPCOS will only evaluate and compare the Bids determined to be Substantially
Responsive.
In evaluating Bids, WAPCOS will determine, for each Bid, the Evaluated Bid Price by
adjusting the Bids Price as follows:
i. making any correction for errors.
ii. making an appropriate adjustment for any discount and
WAPCOS reserves the right to accept or reject any variation, deviation or alternative offers.
Variations, deviations, alternative offers and other factors which are in excess of the
requirements of the Bidding Documents or otherwise result in the accrual of unsolicited
benefits to WAPCOS shall not be taken into account in Bid evaluation.

VI – AWARD OF CONTRACT
2.32. Award Criteria
WAPCOS will award the Contract to the Bidder whose Bid has been determined to be
Substantially Responsive to the Bidding Documents and who has gained the Highest
Evaluated Score based on QCBS System.

32
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

2.33. Notification of Award


Prior to the expiry of the period of Bid validity prescribed by WAPCOS or any extension
thereof, WAPCOS will notify the successful Bidder by email and confirmed in writing by
registered letter that his Bid has been accepted. This “Letter of Award” shall contain the
Man Month rates in respect of the various categories of Manpower/ Personnel payable to
the successful Bidder in consideration of the completion of the Contract by the successful
Bidder prescribed in the Contract (hereinafter and in the Conditions of Contract called “the
Contract Price”). The notification of Award will constitute the part of the Contract
agreement.

2.34. Signing of the Contract


Within 10 (ten) days of receipt of the Letter of Award, on a date and time mutually agreed
upon, or as specified in the Letter of Award, the successful Bidder or his authorized
representative shall attend the office of the Chief Engineer (River Development), D-14,
WAPCOS Limited, Plot No-76C, Institutional Area, Sector-18, Gurgaon-122015,
Haryana for signing of the Contract Agreement. Failure on the part of the successful Bidder
to comply with the above requirements will constitute sufficient grounds for the annulment
of the Award and forfeiture of the Bid Security.

2.35. Performance Security


Within 10 (Ten) days of the receipt of the notification of Award from WAPCOS, but not later
than the date of the signing of the Agreement, the successful Bidder shall furnish to
WAPCOS, a Performance Security in the form of a Bank Guarantee for an amount of 10%
(Ten percent) of the Contract Price in accordance with the Conditions of the
Contract.

The Performance Security provided by the successful Bidder in the form of a Bank
Guarantee, from a Nationalized Indian bank drawn in favour of WAPCOS LIMITED
payable at Gurgaon. The Bank Guarantee shall be on the Performa given in Annexure-II
of Section-III. Failure of the successful Bidder to comply with this requirement shall
constitute sufficient grounds for the annulment of the Award and forfeiture of the Bid
Security.

The performance security will be released by WAPCOS and returned to the


architectural firm/agency within one month after successful completion of the project as
certified by the WAPCOS Ltd.

WAPCOS reserve the right of forfeiture of the performance guarantee in additions


to other claims and penalties in the event of the consultant’s failure to fulfil any of the
contractual obligations or in the event of termination of contract as per terms and
conditions of contract.

Should the stipulated time for completion of work, for whatever reason be extended, the
consultant, shall at his own cost, get the validity period of Bank Guarantee in respect of
performance security furnished by him extended and shall furnish the extended / revised
Bank Guarantee to WAPCOS before the expiry date of the Bank Guarantee originally
furnished.

33
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

2.36. Income Tax


Income tax shall be deducted as per relevant section of Income Tax Act applicable under
the rules of Govt. of India. Deduction towards income tax shall be made from gross amount
of every interim payment certified by the Project Manager.

2.37. Execution and Completion of Works


The Contractor shall execute, complete within the stipulated period of time and also in
accordance within the provision of Contract and maintain till acceptance by WAPCOS.

Minimum Manpower
No. of Key
SI. No. Designation Qualification & Experience
Personal
B.Arch With Minimum 15 years of
experience in the Consultancy
1. Team Leader 02
and registered with Council of
Architecture
B.Arch With Minimum 10 years
of experience in the
2. Architects 04
Consultancy and registered with
Council of Architecture
B.Tech with minimum10 year
Experience or M.Tech in Structural
3. Structural Engineer Engineering with minimum 05 02
Year Experience in Structural
Engineering Practice
Graduate
(MEP) Engineer with atleast 10
4. Mechanical/Electrical/Pl 03
years of experience
umbing
Quality Control
Diploma/ Degree in Civil with 10
5. Experts/Construction 03
years of experience
Engineers
B. Tech (IT) with alteast 5 years of
6. IT Experts 01
experience
B.E/B. Tech (Civil) with atleast 5
7. Civil Engineer 02
years of experience
B.E/B. Tech (Civil) with atleast 5
years of experience in
8. Construction Engineer 01
construction of residential/non-
residential buildings
Hospital Equipment Degree of BMET with atleast 5
9. 01
Expert years of experience
Degree/Diploma in Civil
10. Quantity Surveyor Engineering with 05 years of 02
experience
Degree/Diploma in Civil
11. Supervisors Engineering with 05 years of 02
experience

3. DELIVERABLES
The Architect a g e n c y o n r e c e i p t o f l e t t e r o f A w a r d f r o m WAPCOS L t d. s h a l l
render the services within the timelines as mentioned below:-

34
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

Sl. No. Deliverables Timelines

Stage 1 : Pre-Construction Stage


Submission of Draft Concept
15 days or earlier from the date
1. Plan/Layout plan (Soft and 3 hard
of receipt of Work Order
copies).
Submission of Final Concept Plan (Soft 5 days or earlier from the date of
2.
and 3 hard copies). approval of Concept plan
Submission of Draft Architectural,
Structural, Plumbing, Electrical & other 25 days or earlier from the date
3.
details (Soft and 3 hard copies) along of approval of Concept plan
with DPR and Detailed Estimate

15 days or earlier from the date


Submission of Final Architectural,
of approval of draft Architectural,
Structural, Plumbing, Electrical & other
4. Structural, Plumbing, Electrical
details (Soft and 3 hard copies) along
& other details, DPR and
with DPR and Detailed Estimate
Detailed Estimate
Tender documents for the above works
80 days or earlier from the date
5. (3 copies and soft copy)
of receipt of work

Obtaining the clearances and approvals


90 days or earlier from the date
6. from statutory Bodies and submission of
of receipt of work
approved Drawings

Submission of Structural drawings after 120 days or earlier from the date
7.
vetting from 3rd party (IIT etc.) of receipt of work

Stage 2: Construction Stage

Initial construction drawings


shall be submitted within 15
Submission of Construction drawings
days from the date of
comprising Architectural, Structural
appointment of Contractor. The
1. Mechanical, Electrical & Plumbing
balance drawings shall be
(MEP) details and any other drawings
submitted atlesat 4 months prior
required during the construction.
to the start of each activities by
the Contractor

As per manpower requirement.


Engagement of manpower for
However, additional manpower
2. construction supervision and quality
if required shall be provided
assurance
without any extra cost

Submission of monthly and quarterly


3. Monthly and quarterly
progress Reports.

Assisting Contractor for obtaining post


To be taken up on completion of
4. construction clearances and approvals
construction works
from the various local & statutory bodies

As-Built drawings and Completion


5. On Completion
Report (soft and 5 hard copies).

35
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

4. PAYMENT TERMS

Cumulative
percentage
Stage SI. No. Milestone % payment
payment

Stage-1 Pre – construction stage

Non-recoverable Mobilization
Advance against Bank Guarantee.
I. The validity of the Bank Guarantee 10 10
shall be upto the actual completion of
preconstruction stage.
On Approval of concept plan,
II. Master plan & Detailed architectural 5 15
design
On Submission of Detailed Estimate,
III. DPR along with tender document 5 20
and Drawings
On Checking and approval of
IV. 5 25
Detailed Estimate & DPR

On Submission of application for


clearances and approvals from
V. 5 30
statutory bodies and submission of
approved drawings
On submission of structural
VI. drawings after vetting from architect 5 35
and third party
On Award of work to
VII. 5 40
implement/construction agency.
Construction stage (on pro-rata
Stage- 2
basis)
I. Up to Plinth 5 45
II. Up to Superstructure 5 50

Upto finishing works, all services,


III. 10 60
horticulture and landscaping

IV. Testing and commissioning 10 70

Taking over, obtaining of occupancy


certificate, clearances from Fire
V. 10 80
Department and all other statutory
bodies

Stage- 3 Post construction stage

On completion of post construction


I. 10 90
works

36
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

II. After completion defect liability period 10 100

Note:-
a. No claim /additional fees on account of any price variation/Escalation on whatsoever
ground shall be entertained at any stage of works. Quoted fees shall be firm and fixed for
entire contract period as well as extended period for completion of the works.
b. Architect shall submit his bill along with full description about service provided, separately
for both of the works.
c. Architect shall not claim payment against pending services or incomplete stages of work.
d. All payments paid to Architect are advance payments in the form of running account bills
& it can be adjusted at any stage as well as during finalization of final bill.
e. WAPCOS reserves the right to carry out the services independently from the Structural
Consultant if desired & payment will be made to structural consultant.
f. In case only a part of the project is continued beyond any stage, on further payment shall
be made to the Architect for the part not executed. Further payments shall be released
proportionate to the part continued beyond the above stage
g. The cost of references to be made by the Architect to his in house professional experts or
outside professional experts are included in Architect’s fees and nothing extra will be paid
by WAPCOS on this account.
h. Payment will be made to the Architect on back to back basis after received from the Client.

5. Taxes
a. Prices quoted by the Architect agency shall include all Materials, Manpower, Supervision
of Work, profit; other levies together with all general risks, liabilities and obligations set out
or implied in the contract, payments like PF, ESI, all applicable tax liabilities like Income
Tax & Surcharges, etc. Any other taxes /cess as per Government directives shall be
deducted from each bill paid to the Architect agency, from time to time. The GST as
applicable shall be payable extra on submission documentary evidence.

b. The Architect agency shall issue Tax Invoices to WAPCOS Limited showing (i) Basic
Amount (ii) GST Amount separately in each bill and the payment of GST amount shall be
reimbursed to Architect agency only after uploading of GST amount by Architect agency
on GST portal to avail input benefit of GST by WAPCOS Ltd.

6. Consultancy period:
a. The overall completion period for the execution of this project from the date of
commencement of work shall be 24 months or completion of the project whichever is
later. Time is the essence of the contract.
b. If at any stage, the Project has been delayed by the acts of Client/funding
authorities or by the deployed contractor for the work, nothing extra shall be payable
to the consultant. However suitable extension of time for completion of work shall be
granted accordingly.

7. Escalation/ Price Variation

37
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

No claim/additional fees on account of any price variation/Escalation on whatsoever


ground shall be entertained at any stage of works. Quoted fees shall be firm and fixed
for entire contract period as well as extended period for completion of the works.
8. Consultancy fee:
The consultancy fee includes planning, designing, review, deployment of adequate
manpower at site, periodical supervision and monitoring during construction of the
project, travel expenses for attending meetings with WAPCOS/Clients, site visit, third
party inspection for procurement of equipment etc.
9. Compensation for Delay
9.1. Architect hereby agrees to complete the work within the scheduled time frame specified
and no extension will be granted. However, in case of delay in completion of the work due
to reasons beyond control of Architectural firm/ consultant, the Architectural firm/ consultant
will make a request to WAPCOS for suitable extension of time. If the reasons for delay
specified by the Architect are found to be fair & reasonable, suitable extension of time may
be granted by WAPCOS, without any suitable financial implication to WAPCOS.
9.2. For any delay attributable to Architectural Firm/ consultant compensation will be made to
the WAPCOS by the Architectural Firm @ 0.5% of the total value of work per week of
delay, subject to a maximum of 10% of total value of work.
10. Retention Money
10.1. The retention money shall be deducted from each running bill of the agency @5%
(Five percent only) of the gross value of the Running Account bill. No interest shall be
paid on amount so deducted.
10.2. The retention money of the agency shall be released/ adjusted after one month from
completion of Defect Liability Period.
10.3. WAPCOS reserves the right of part or full forfeiture of retention money in addition to
other claims in the event of agency’s failure to fulfill any of the contractual obligations or
in the event of termination of contract as per terms and condition of contract.
11. RESPONSIBILITIES/ OBLIGATIONS:
1. ARCHITECTURAL FIRM/ CONSULTANT RESPONSIBILITY/ OBLIGATION:-

a) The Architect shall, in providing the services exercise skill and care in conformity
with the normal standards of the Architect’s profession.
b) The Architect shall act on behalf of WAPCOS in the matters set out or necessarily
implied in the appointment. The Architect shall at those points and/ or dates referred
in the timetable obtain the authority of WAPCOS before proceeding with the services.
c) The Architect shall make no material alteration to, or additions to or omission
from the services without the knowledge and consent of WAPCOS expect in
case of emergency when the Architect shall inform WAPCOS without delay.
d) The Architect shall inform WAPCOS upon its becoming apparent that there is any
incompatibility between any of WAPCOS requirements the budget and the timetable
or any need to vary any part of them.

The Architect shall inform WAPCOS on its becoming apparent that the services
and/or the fees and/or any other part of the appointment and/or any information or
approval need to be varied.

38
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

a) The Architect shall not assign the whole or any part of the benefit or in any way
transfer the obligation of the appointment to any other agency without the consent in
writing of WAPCOS.
b) If any deviation or deficiency in the work done by the contractor is noticed during this
inspection and visits he shall ensure that all such defects or faults or lacunas are
rectified to the full extent and work is made good as per the tendered specifications
and quality. Architect shall comply and report the action being taken by him in this
regard. Architect shall ensure that no payment of such work is made to the contractor
till entire rectification to the fullest extent.
c) Signing this agreement, it has been considered that the Architect has No Objection
in case of withdrawal of services or under termination of services of this agreement.

2.WAPCOS RESPONSIBILITIES /OBLIGATIONS

a) Providing broad requirements of the works.


b) Advising condition to the Architect of the relative priorities of WAPCOS’ requirement,
the budget, and the time table and inform the Architect of any variations to any of
them.
c) WAPCOS shall give such decisions and approvals as are necessary for the
performance of the services and at such times as to enable the Architect to comply
with the time table.

12.DISQUALIFICATION FOR FURTHER ASSIGNMENTS TO THE ARCHITECT AND


WITHDRAWL OF WORK/ ASSIGNMENT

If the Architect fails to act in conformity with the practices and ethics of the profession
and/or his work /services are not found satisfactory, he will not be eligible to assignment of
any further works of WAPCOS thereafter, and services for such work of remaining stage
shall be liable to be withdrawn from him with 15 (fifteen) days’ notice.

13.GENERAL CONDITIONS OF THE AGREEMENT

13.1 All the stages of work shall be completed by the Architect and the necessary approval
shall be given by WAPCOS according to the time schedule mutually agreed upon.
The works throughout he stipulated period of contract will be carried out with due
diligence.
13.2 In the event of the failure on the part of the Architect to complete their work in time or the
Architect committing a breach of any one or more of the terms and conditions of the
agreement, WAPCOS shall be entitled to rescind this Agreement without prejudice to
its rights to claim damages or remedies under the law. The period of notice to be given
to rescind the contract will be 15 days from the date of issue of letter by WAPCOS then
the Architect shall be bound to give N.O.C, if required.
13.3 Architect shall examine, modify and monitor the “time and progress chart” prepared by
the contractors and/or Project Management Consultant for the completion of the work.
13.4 The Architect shall assume full responsibility for the professional requirements and
correctness of the designs and specification for all the items of work described in the
scope of work. WAPCOS will have full access to the details of the calculations and the
structural designs for purpose of scrutiny.
13.5 The Architect shall advise officers of WAPCOS regarding the work under execution
during their visits to the site and submit reports on their observations. Architect shall
invariably remain present at site of work during such inspection of WAPCOS or his
representative.

39
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

13.6 The Architect shall check/verify the necessary revisions made by Contractor as may be
required by WAPCOS in the drawings and other documents submitted by them free of
cost.
13.7 No changes shall be made in the approved drawings and specifications at site by the
Architect without the prior consent of WAPCOS.
13.8 WAPCOS shall have the liberty to potstone or not to execute any work and the
Architect shall not be entitled to any compensation or damage for such postponement
or non – execution of the work except the fees which are payable to the Architect up to
stage of services then completed.
13.9 The executive control of the work, as far as this agreement is concerned, shall be with
WAPCOS or any other officer so designated by WAPCOS.
13.10 The Architect shall ensure that the contractor is furnished with approved drawings and
plan/plan(s) at the time/time(s) appointed and specified in the contract to be made
between WAPCOS and the contractor. If the Architect fails or neglects or omits to
furnish drawings or plans to the contractor accordingly the Architect shall pay to
WAPCOS compensation for any loss or damage arising from such neglect, failure or
omission, particularly to meet with the claim or demand if any, presented by the
contractor against WAPCOS for loss or damage suffered in consequence of the
delayed supply of drawings to the contractor.
13.11 It is hereby agreed and declared that the contract herein is intended to be job oriented
and not time oriented and the Architect shall not be entitled to claim any compensation
in the event of the time estimated for the completion of the job being extended other than
the extensions given to the contractor for completion of the work or enlarged for any
reason whatsoever.
13.12 Copyright of all documents and drawings prepared by the Architect and for in any work
executed from those documents and drawings of the project shall remain the property of
WAPCOS.
13.13 The Company of Architect is a partnership firm or private/ public limited, Proprietary
Company, on change in the constitution of such partnership or no change in the
constitution of Board of Directors of the company shall be made without the express
written consent of WAPCOS during the currency of the contract with WAPCOS.

14. TERMINATION
14.1 In the event of WAPCOS not satisfied with the work done by the Architect, WAPCOS shall
give 15 (fifteen) days’ notice in writing to rectify the defects and or complete the work.
If WAPCOS is not satisfied with reply of aforesaid notice, WAPCOS can terminate this
Agreement and the Architect shall be liable to pay damages which shall be calculated
by WAPCOS or professional expert of WAPCOS.
14.2 In the event of the Architect through death or incapacity is unable to provide the
services the appointment shall thereby be terminated.
14.3 In the event of the Architect’s firm closing its business, the appointment shall be
there by terminated and WAPCOS shall have the power to employ any other agency to
complete the work irrespective of settling of dues of the Architect by the Project Co-
ordination Committee.
14.4 The termination of the appointment of the Architect shall be without prejudice to the
accrued rights and remedies of WAPCOS.
14.5 Architects who are not registered with the Council of Architecture or who fail to renew
his/her their registration for the current calendar year shall be terminated on the
happening of such event.
14.6 In the event of failure to comply with or abide by the general conditions of this
agreement.
14.7 In the event of liquidated damages/ penalty imposed on Architect equal or exceeding
10% of the total fees payable.

40
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

15.RECOVERY OF COMPENSATION AND PENALTY IMPOSED


15.1 Architect will be subjected to recovery of compensation in the form of liquidated damages
and penalty imposed in the following events:
a) In the event of failure to comply with the instructions of WAPCOS.
b) If the faults in planning, designing and execution are noticed by WAPCOS at any time.
c) If there is over payment to the contractor due to wrong certification of the bills.
d) If the perfunctory approach towards the work is noticed by WAPCOS at any stage.

16. DEFECT LIABILITY PERIOD (DLP) OF THE PROJECT.

Defect Liability Period shall be 12 months from the date of handover of the project. During
defects liability period, if it is found that certain risk or damage or loss has occurred due to
the defective execution of the work, delay in execution of assignment, non-compliance of
the instructions pertaining to the project work, negligence in supervision, over payment to
the contractor due to wrong certification of bills or errors in recommending payments etc.
WAPCOS will be entitled to recover the amount of such loss from the Architect by en-
cashing the performance bank guarantee submitted by him as above.

17. ARBITRATION
In the event of any dispute(s) or difference relating to the interpretation and application of
the provisions of the contracts, such dispute or difference which are not resolved amicably
maybe referred by either party to sole arbitrator appointed by CMD, WAPCOS. The
arbitration shall take place as per the provisions of Indian Arbitration & Conciliation Act
1996. The seat of arbitration will be Delhi and language used will be English. The award
rendered by the sole arbitrator shall be final & binding on both parties.

18. NO RESPONSIBILITY TO WAPCOS


18.1 WAPCOS shall not be responsible or accountable to the Architect for the employees,
agents, technicians and laborer employed by the Architect who shall work on the project
site and its premises and the Architect shall be exclusively responsible for all such
personnel engaged, on the works for such matters as payment of salary, wages, bonus,
compensation and compensation in the event of death and accident.

19. FORCE MAJEURE CLAUSE


WAPCOS shall not be held responsible for the delays/stoppage of work due to force
majeure conditions like natural calamities, war, etc. and for losses suffered if any, by the
Architect on this account. WAPCOS shall also not be able in any way to bear such losses
and no compensation of any kind whatsoever will be payable by WAPCOS to the Architect.
Suitable force majeure clause shall be incorporated in all the agreements entered in to by
WAPCOS with the contractors/agencies.

41
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of “National Section-II
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Instructions to Bidders
Panchkula, Haryana for Ministry of AYUSH

20.BID SUBMISSION
The Bid submission address is

Mr. Radheshyam Debnath, Deputy Chief Engineer,


Room No. - D 14, WAPCOS LTD.
76-C, Sector-18, Institutional Area, Gurgaon -122015 (Haryana)
E-mail: rsd@wapcos.co.in
Bids must be sealed properly and must be submitted no later than the following date
and time:
Date: 11.09.2018
Time: 17:00 hours local time

The proposal of the firms will be opened at 12.09.2018 hours on 15:00 at above address.
The Tenderers are advised in their own interest to be present at the time of opening of the
Technical Bid on the said date, time and venue. The financial bids will be opened on another
date with prior intimation to the firms. WAPCOS reserves the right to accept or reject any
or all the tenders without assigning any reason whatsoever.

42
Section-III
Formats & Annexures
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

Annexure-I

FORMAT FOR BID ACCEPTANCE LETTER


(To be given on Company Letter Head)

Date:_________
TO,
Deputy Chief Engineer
WAPCOS LIMITED,
76-C, INSTITUTIONAL AREA,
SECTOR-18, GURGAON, HARYANA-122015

Subject: Acceptance of Terms & Conditions of the Tender Document.

Name of work:

Tender No.:

Dear Sir,

1. I/We have downloaded / obtained the tender document for the above mentioned
‘Tender’ from the web site namely:
_________________________________________________________ as per your
advertisement, given in the above mentioned website.

2. I/We hereby certify that I / we have read the entire terms and conditions of the tender
document from Page No. _______ to ______ (including all documents like annexures,
Drawings etc., which shall form part of the contract agreement and I / we shall abide by
the terms / conditions / clauses contained therein.

3. The corrigendum/Addendum issued from time to time by your department/organization


too has been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the conditions of above mentioned tender


document(s)/corrigendum/Addendum in its totality/entirety.

5. I/We do hereby declare that our Company has not been blacklisted/ debarred by any
Govt. Department/Public Sector Undertaking.

6. I/We certify that all information furnished by the our Firm/Company is true & correct and
in the event that any information is found to be incorrect/untrue or found violated, then
your department/ organization shall without giving any notice or reason therefore
summarily reject our bid or terminate the contract (if awarded), without prejudice to any
other rights or remedy including the forfeiture of the full said Bid Security/EMD deposit.

Yours Faithfully,

(Signature & Seal of the Bidder)

43
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

Annexure-II

FORMAT OF PERFORMANCE SECURITY


(To be executed on a non-judicial stamp paper of requisite value)

To
WAPCOS LIMITED
76-C, INSTITUTIONAL AREA,
SECTOR-18, GURGAON, HARYANA-122015

In consideration of (Employer’s name) (hereinafter referred to as


"the Employer") expression shall, unless repugnant to the context or meaning thereof include
its successors, administrators and assigns) having awarded to
(Architectural Agency/Firm’s name & address) (hereinafter referred to as "the Architectural
Agency/Firm “ which expression shall unless repugnant to the context or meaning thereof,
include its successors, administrators, executors and assigns) a contract, by issue of
Employer’s Notification of Award No._______________________________ dated______
and the same having been unequivocally accepted by the Architectural Agency/Firm,
resulting into a contract valued at Rs. (Rupees only)
for (name of work) (hereinafter called “the contract”) and the Architectural Agency/Firm having
agreed to provide a Contract Performance Security for the faithful performance of the entire
contract equivalent to Rs._________(Rupees only) (10
% of the said value of the Contract to the Employer). We, (name &
address of bank) (hereinafter referred to as "the Bank" which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators, executors
and assigns) do hereby guarantee and undertake to pay the Employer, on demand any or,
all monies payable by the Architectural Agency/Firm to the extent of Rs.__________ (Rupees
______________only) as aforesaid at any time upto without any demur,
reservation, contest, recourse or protest and/or without any reference to the Architectural
Agency/Firm. Any such demand made by the Employer on the bank shall be conclusive and
binding notwithstanding any difference between the Employer and the Architectural
Agency/Firm or any dispute pending before any Court, Tribunal, Arbitrator or any other
authority. The Bank undertakes not to revoke this guarantee during its currency without
previous consent of the Employer and further agrees that the guarantee herein contained
shall continue to be enforceable till the Employer discharges this guarantee.
We the said Bank further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Contract and
that it shall continue to be enforceable till all the dues of the Employer under or by virtue of
the said contract have been fully paid and its claims satisfied or discharged or till the Employer
certifies that the terms and conditions of the said Contract have been fully and properly carried
out by the said Architectural Agency/Firm and accordingly discharges the guarantee.
The Employer shall have the fullest liberty without affecting in any way the liability of the Bank
under this guarantee, from, time to time to extend the time for performance of the Contract by
the Architectural Agency/Firm. The Employer shall have the fullest liberty without affecting
this guarantee, to postpone from time to time the exercise of any powers vested in them or of
any right which they might have against the Architectural Agency/Firm and to exercise the
same at any time in any manner and either to enforce or to forbear to enforce any covenants,
contained or implied, in the Contract between the Employer and the Architectural
Agency/Firm or any other course or remedy or security available to the Employer. The bank
shall not be released of its obligations under these presents by any exercise by the Employer
of its liberty with reference to the matters aforesaid or any of them or by reason of any
other act or forbearance or other acts of omission or commission on the part of the

44
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

Employer or any other indulgence shown by the Employer or by any other matter or thing
whatsoever which under law would but for this provision, have the effect of relieving the Bank
. The guarantee shall not be affected by a change in the constitution of the bank or of the
employer.
The bank also agrees that the Employer at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance, without proceeding
against the Architectural Agency/Firm and notwithstanding any security or other guarantee
that the Employer may have in relation to the Architectural Agency/Firm's liabilities.
We The Said Bank do hereby declare that we have absolute and unconditional power to issue
this guarantee in your favour under the Memorandum and Articles of Association or such
other constitutional documents of the Bank and the undersigned have full power to execute
this guarantee under the Power of Attorney/ Post Approval Authorization dated of the
bank granted to him / us by the Bank.
We the said bank do hereby declare and undertake that your claim under the guarantee shall
not be affected by any deficiency or other defect in the powers of the bank or its officials and
the guarantee shall be deemed to have been issued as if the bank and its officials have all
the powers and authorization to give this guarantee on behalf of the bank.
We the said bank do hereby certify the genuineness and appropriateness of the Stamp paper
and stamp value used for issuing the guarantee. We the said bank do hereby declare and
undertake that your claim under the guarantee shall not be affected by any deficiency or other
defect in the stamp paper or its stamp value.
We the said bank do hereby declare that our payments hereunder shall be made to you , free
and clear of and without and deduction, reduction on account of any reasons including any
and all present and future taxes, levies, charges of withholding whatsoever imposed or
collected with respect thereto.
Notwithstanding anything contained hereinabove our liability under this guarantee is
restricted to Rs.____________(Rupees____________ only) and it shall remain in force
upto and including and shall be extended from time to time for such period as
may be desired by WAPCOS Limited on whose behalf this bank guarantee has been given.
Notwithstanding anything contained herein
i. Our liability under this guarantee shall not exceed Rs. (Rupees____________ only)
ii. This bank guarantee shall be valid upto and till only being the date of expiry of the
guarantee; and
iii. We are liable to pay up to the guaranteed amount only and only if we receive from you a
written claim or demand within the claim period not later than 12 months from the said expiry
date relating to default that happened during the guarantee period and shall your rights under
this Bank Guarantee shall be extinguished and our liability under the Bank Guarantee shall
stand discharged unless such written claim or demand is received by us from you on or before
being the date of expiry of the claim period. (Indicate a date one year after validity of
guarantee).

Dated this day of at _____________.

45
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

Annexure-III

FORMAT FOR BID SECURITY / EMD


(To be given on Company Letter Head)

To,
WAPCOS LIMITED,
76-C, INSTITUTIONAL AREA,
SECTOR-18, GURGAON, HARYANA-122015

Subject- Submission of Bid Security / EMD

Reference-_________________________________________________________________

Sir,
With reference to the tender under reference we would like to participate in the tender. As per
the instruction given in tender document, we are forwarding herewith the prescribed Earnest Money
Deposit (EMD) as detailed below along with duly filled tender documents.
DETAILS OF EMD SUBMITTED
1 Amount of EMD as per NIT
2 Amount of EMD submitted through RTGS/NEFT
3 Unique Transaction Reference of RTGS/NEFT

OR

As we are registered with NSIC/MSME certificate firms for the work we have quoted, we may please
be exempted from submission of Earnest Money Deposit (EMD). Copy of NSIC/MSME certificate is
forwarded herewith as instructed in the tender.

DETAILS OF NSIC/MSME CERTIFICATE:


1 Registered with NSIC / MSME certificate
2 Registration Certificate No. & Date
3 Registration Certificate valid up to
We hereby certify that the offered/quoted product against your tender under reference is covered
under above registration (List of items attached) and entitled for EMD exemption
(Copy of documentary evidence of having deposited EMD or copy of valid NSIC/ MSME
certificate should be uploaded in the appropriate cover while submitting the tender)

SIGNATURE OF BIDDER WITH SEAL

46
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

Annexure-IV

FORM FOR INTEGRITY PACT


To,
WAPCOS Limited,
………………………..,
………………………..

Sub: Submission of Tender for the work of ………………………....……………....

Dear Sir,

I/We acknowledge that WAPCOS LIMITED is committed to follow the principles thereof as
enumerated in the Integrity Agreement enclosed with the Tender/Bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that I/We will sign the enclosed Integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process. I/We
acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and
further agree that execution of the said Integrity Agreement shall be separate and distinct from
the main Contract, which will come into existence when Tender/Bid is finally accepted by
WAPCOS. I/We acknowledge and accept the duration of the Integrity Agreement, which shall
be in the line with Article 6 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,
while submitting the Tender/Bid, WAPCOS LIMITED shall have unqualified, absolute and
unfettered right to disqualify the Tenderer/Bidder and reject the Tender/Bid is accordance with
terms and conditions of the Tender/Bid.

Yours faithfully
(Duly authorized signatory of the Bidder)

47
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

INTEGRITY AGREEMENT

[To be submitted on Stamp paper of minimum Rs.100]

This Integrity Agreement is made at ............... on this........... day of ........... 2018

BETWEEN

WAPCOS Limited, Gurgaon (Hereinafter referred as the Employer which expression shall
unless repugnant to the meaning or context hereof include its successors and permitted
assigns)

AND
...................................................................................................................
...................................... (Name and Address of the Architectural Agency/Firm)
hereinafter referred to as the “Bidder/ Architectural Agency/Firm” (which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted assigns)

(Details of duly authorized signatory)

Preamble

WHEREAS the Employer has floated the Tender (NIT No.


................................) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid
down organizational procedure, Contract
for............................................................................................... (Name of work) hereinafter
referred to as the “Contract”.

AND WHEREAS the Employer values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its
Bidders.

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into
this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid documents
and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Employer

(1) The Employer commits itself to take all measures necessary to prevent corruption and
to observe the following principles:

(a) No employee of the Employer, personally or through any of his/her family members, 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 or immaterial benefit which the person is not legally

48
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

entitled to.

(b) The Employer will, during the Tender process, treat all Bidder(s) with equity and reason. The
Employer will, in particular, before and during the Tender process, provide to all Bidder(s) the
same information and will not provide to any Bidder(s) confidential / additional information
through which the Bidder(s) could obtain an advantage in relation to the Tender process or the
Contract execution.

(c) The Employer shall endeavour to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.

(2) If the Employer obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC
Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in
this regard, the Employer will inform the Chief Vigilance Officer and in addition can also initiate
disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/ Architectural Agency/Firm(s)

(1) It is required that each Bidder/ Architectural Agency/Firm (including their respective officers,
employees and agents) adhere to the highest ethical standards, and report to the WAPCOS
Limited all suspected acts of fraud or corruption or Coercion or Collusion of which it has
knowledge or becomes aware, during the tendering process and throughout the negotiation or
award of a Contract.

(2) The Bidder(s)/ Architectural Agency/Firm(s) commits himself to take all measures necessary
to prevent corruption.

He commits himself to observe the following principles during his participation in the Tender
process and during the Contract execution:

(a) The Bidder(s)/ Architectural Agency/Firm(s) will not, directly or through any other person or
firm, offer, promise or give to any of the Employer’s employees involved in the Tender
process or execution of the Contract or to any third person any material or other benefit
which he/she is not legally entitled to, in order to obtain in exchange any advantage of any
kind whatsoever during the Tender process or during the execution of the Contract.
(b) The Bidder(s)/ Architectural Agency/Firm(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This applies in particular
to prices, specifications, certifications, subsidiary contracts, submission or non-submission of
bids or any other actions to restrict competitiveness or to cartelize in the bidding process.

(c) The Bidder(s)/ Architectural Agency/Firm(s) will not commit any offence under the
relevant IPC/PC Act.

Further the Bidder(s)/ Contract(s) will not use improperly, (for the purpose of competition or
personal gain), or pass on to others, any information or documents provided by the
Employer as part of the business relationship, regarding plans, technical proposals
and business details, including information contained or transmitted electronically.

(d) The Bidder(s)/ Architectural Agency/Firm(s) of foreign origin shall disclose the names and
addresses of agents/ representatives in India, if any. Similarly Bidder(s)/ Architectural
Agency/Firm(s) of Indian Nationality shall disclose names and addresses of foreign
agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the
49
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

foreign principal directly could Bid in a tender but not both. Further, in cases where an agent
participate in a tender on behalf of one Manufacturer, he shall not be allowed to quote on
behalf of another Manufacturer along with the first Manufacturer in a subsequent/parallel
tender for the same item.

(e) The Bidder(s)/ Architectural Agency/Firm(s) will, when presenting his Bid, disclose any and
all payments he has made, is committed to or intends to make to agents, brokers or any
other intermediaries in connection with the award of the Contract.

(3) The Bidder(s)/ Architectural Agency/Firm(s) will not instigate third persons to commit
offences outlined above or be an accessory to such offences.

(4) The Bidder(s)/ Architectural Agency/Firm(s) will not, directly or through any other person or
firm indulge in fraudulent practice means a willful misrepresentation or omission of facts or
submission of fake/forged documents in order to induce public official to act in reliance thereof,
with the purpose of obtaining unjust advantage by or causing damage to justified interest of
others and/or to influence the procurement process to the detriment of the WAPCOS Limited
interests.

(5) The Bidder(s)/ Architectural Agency/Firm(s) will not, directly or through any other person or
firm use Coercive Practices (means the act of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or indirectly, where
potential or actual injury may befall upon a person, his/her reputation or property to influence
their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Employer under law or the Contract
or its established policies and laid down procedures, the Employer shall have the following
rights in case of breach of this Integrity Pact by the Bidder(s)/ Architectural Agency/Firm(s) and
the Bidder/ Architectural Agency/Firm accepts and undertakes to respect and uphold the
Employer’s absolute right:

(1) If the Bidder(s)/ Architectural Agency/Firm(s), either before award or during execution of
Contract has committed a transgression through a violation of Article 2 above or in any other
form, such as to put his reliability or credibility in question, the Employer after giving 14 days’
notice to the Architectural Agency/Firm shall have powers to disqualify the Bidder(s)/
Architectural Agency/Firm(s) from the Tender process or terminate/determine the Contract, if
already executed or exclude the Bidder/ Architectural Agency/Firm from future Contract award
processes. The imposition and duration of the exclusion will be determined by the severity of
transgression and determined by the Employer. Such exclusion may be forever or for a limited
period as decided by the Employer.

(2) Forfeiture of EMD/Performance Security/Security Deposit: If the Employer has disqualified


the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/determined the Contract or has accrued the right to terminate/determine the
Contract according to Article 3(1), the Employer apart from exercising any legal rights
that may have accrued to the Employer, may in its considered opinion forfeit the entire amount
of Earnest Money Deposit, Performance Security and Security Deposit of the Bidder/
Architectural Agency/Firm.

50
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

(3) Criminal Liability: If the Employer obtains knowledge of conduct of a Bidder or Architectural
Agency/Firm, or of an employee or a representative or an associate of a Bidder or Architectural
Agency/Firm which constitutes corruption within the meaning of IPC Act, or if the Employer has
substantive suspicion in this regard, the Employer will inform the same to law enforcing agencies
for further investigation.

Article 4: Previous Transgression

(1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government
or State Government or any other Central/State Public Sector Enterprises in India that could
justify his exclusion from the Tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/ holiday listing of
the Bidder/ Architectural Agency/Firm as deemed fit by the Employer.

(3) If the Bidder/ Architectural Agency/Firm can prove that he has resorted / recouped the
damage caused by him and has installed a suitable corruption prevention system, the
Employer may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/ Architectural Agency/Firms/Sub Architectural


Agency/Firms

(1) The Bidder(s)/ Architectural Agency/Firm(s) undertake(s) to demand from all


SubArchitectural Agency/Firms a commitment in conformity with this Integrity Pact. The
Bidder/ Architectural Agency/Firm shall be responsible for any violation(s) of the principles laid
down in this agreement/Pact by any of its SubArchitectural Agency/Firms/sub- vendors.

(2) The Employer will enter into Pacts on identical terms as this one with all Bidders
and Architectural Agency/Firms.

(3) The Employer will disqualify Bidders, who do not submit, the duly signed Pact between
the Employer and the Bidder, along with the Tender or violate its provisions at any stage of
the Tender process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Architectural
Agency/Firm/Vendor 12 months after the completion of work under the Contract or till the
continuation of defect liability period, whichever is more and for all other Bidders, till the
Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority, WAPCOS Limited.

Article 7- Other Provisions

(1) This Pact is subject to Indian Law, place of performance and jurisdiction is the
Headquarters of the Employer, who has floated the Tender.

(2) Changes and supplements need to be made in writing. Side agreements have not been

51
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

made.

(3) If the Architectural Agency/Firm is a partnership or a consortium, this Pact must be


signed by all the partners or by one or more partner holding power of attorney signed
by all partners and consortium members. In case o f a Company, the Pact must be signed
by a representative duly authorized by board resolution.

(4) Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intensions.

(5) It is agreed term and condition that any dispute or difference arising between the parties
with regard to the terms of this Integrity Agreement / Pact, any action taken by the
Employer in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not
be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be
deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For
the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over
the Tender/Contact documents with regard any of the provisions covered under this Integrity
Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place
and date first above mentioned in the presence of following witnesses:

.......................................................... (For and on behalf of Employer)

.......................................................... (For and on behalf of Bidder/ Architectural Agency/Firm)

WITNESSES:
1............................................... (Signature, name and address)

2. ............................................... (Signature, name and address)

Place: Dated:

52
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

53
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

Annexure-V
GENERAL INFORMATION

1. Name of Applicant/Company
2. Address for correspondence

3. Official e-mail for communication

Contact Person:
Telephone Nos.
4.
Fax Nos.
Mobile
Type of Organization:
a) An individual
b) A proprietary firm
5. c) A firm in partnership
(Attach copy of Partnership)
d) A Limited Company
(Attach copy of Article of Association)
e) Any other (mention the type)

6. Place and Year of Incorporation


Details of Registration of Proprietor/ Partners /
7.
Directors with various Institutions
Name of Directors/Partners in the organization
8.
and their status along with their qualifications.
Name(s) of the persons along with their
qualification and designation, who is authorized
9.
to deal with WAPCOS
(Attach copy of power of Attorney)
10. Organization Chart of Key Personnel
Details of Awards/Appreciations supported with
11.
document to be submitted.

Bank Details
Name of the Bank: Account Number: IFS Code:
12.
Name & Address of the Branch:
MICR Code:

Signature of Bidder with Seal


54
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

Annexure-VI

Organization Setup of the Architectural Agency/firm

(Details to be furnished in the following format)

Professional
Experience in
related field Years
Sl.
Name Designation Qualification and details of with Remarks
No.
work carried firm
out

Note: Certificates of qualification are required to be attached.

Signature of Bidder with Seal

55
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

Annexure-VII

PROFORMA FOR MANPOWER

No. of Years Total


Sl. Name of
Manpower Designation with the Experience in
No. Employee
Company years

Team Leader: Senior


1. Architect having a degree
of B. Arch from a reputed
University and having
atleast 15 years of
experience.
i
ii
Architects: B Arch with
2. minimum
10 years of experience in
related works.
i
ii
iii
iv
Structural Engineer: B.
3. tech with 10 year
experience or M. Tech
with 5 year experience in
structural design.
Graduate Mechanical,
4. Electrical, Plumbing
(MEP) Engineers

i
Ii
iii
Graduate (B.E./ B. Tech.)
5. Civil Engineer

Quality control experts


6. Min. qualification BE.
Civil or equivalent or
regular basis.
I

56
Providing Comprehensive Architectural & Engineering
Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH

ii
IT Expert-1No, having B.
7. Tech from reputed
University and having
relevant experience of 5
years.
8. Hospital Equipment
experts

 Attach Copies of CVs.


 Attach Copies of Qualification.
 Zero marks will be given if CVs and Certificates of Qualification are not found enclosed.

Signature of Bidder with Seal

57
Providing Co mpre hens ive Archit ectural & Enginee ring Co ns ultancy Services for Es tablis hme nt of N ati onal Ins tit ute of Ayurveda, Y oga & N aturopa thy (N IAY&N ), Panchkula, H aryana for Minis try o f AYU SH

Providing Comprehensive Architectural & Engineering


Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH
Section-III
Formats & Ann exures

ANNEXURE- V I I I

DETAILS OF SIMILAR WORKS EXECUTED DURING LAST 07 YEARS

Sl. Name of Name of Date of Date of Date of Consultancy Consultancy Fee Project Cost of Reference and Page No. of
No. work and Client Completion Start Completion Fee of the of the Work on the Work on Documentary Proof of the
its Certificate work on current cost level completion detail missing in completion
location completion certificate

1.

2.

3.

4.

5.

Definition of Similar Works:


Projects of Similar nature will be considered such as Hospitals/ Teaching/Institutions/ residential complex/
commercial complex/ hospitality projects/ infrastructure works with civil/ electrical works as major components.
1. Certified that the Completion Certificates of above works are enclosed with the
Tender Documents.
2. Details mentioned in the above Form are as per Completion Certificates and have not been presumed.
3. If any detail is not mentioned in the Work Completion Certificate, documentary proof of detail is to be submitted with the Completion
Certificate.

Signature of Bidder with Seal


58
Providing Co mpre hens ive Archit ectural & Enginee ring Co ns ultancy Services for Es tablis hme nt of N ati onal Ins tit ute of Ayurveda, Y oga & N aturopa thy (N IAY&N ), Panchkula, H aryana for Minis try o f AYU SH

Providing Comprehensive Architectural & Engineering


Consultancy Services for Establishment of National Section-III
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Formats & Annexures
Panchkula, Haryana for Ministry of AYUSH
Section-III
Formats & Ann exures

Annexure-IX

PROFORMA FOR WORK EXPERIENCE CERTIFICATE FROM CLIENTS


Name of Architectural Agency/Firm: _

1 Name of work/project & Location

2 Name and Address of the Clients


3 Agreement Amount
4 Estimated Cost
4 Tender Amount
5 Cost of the work on completion
6 Date of start
7 Stipulated date of completion.
8 Actual date of completion/ likely
date of completion
9 Amount of compensation levied for
delayed completion, if any
10 Type of Work: Residential/ Non-
Residential
11 RCC Framed Structure or other
type of Structure
12 Maximum Height of any Building of
this work
13 Maximum No. of story of any
Building of this work
14 Performance report Very Good Good Fair Poor
(a) Quality of work. Very Good Good Fair Poor
(b) Resourcefulness Very Good Good Fair Poor
(c) Financial soundness Very Good Good Fair Poor
(d) Technical proficiency Very Good Good Fair Poor
(e) General behavior Very Good Good Fair Poor

Date

Name & Designation of


the Authority

Signature with Seal of the Bidder

59
Section-IV
Financial part
Providing Comprehensive Architectural & Engineering Section-IV
Consultancy Services for Establishment of National
Institute of Ayurveda, Yoga & Naturopathy (NIAY&N), Financial part
Panchkula, Haryana for Ministry of AYUSH

Consultancy fee
SI. (Lump Sum)
Description (In Rs.)
No.
(In fig.) (in words)

The fees for rendering Architectural & Engineering


services for “ESTABLISHMENT OF National
1.
Institute of Ayurveda, Yoga & Naturopathy
(NIAY&N), Panchkula, Haryana”. As per scope of
work, terms and conditions of the bid document.

SUM TOTAL

NOTE:-

a. The payments shall be made on back-to-back basis upon receipt of payment from the Client.
b. Consultant/ Architectural firm shall raise the bills for aforesaid works separately.
c. For any delay attributable to Architectural Firm/ consultant compensation will be made to the
WAPCOS by the Architectural Firm @ 0.5% of the total value of work per week of delay,
subject to a maximum of 10% of total value of works.
d. The retention money shall be deducted from each running bill of the agency @ 5% (Five percent
only) of the gross value of the Running account bill.
e. Architectural firm/ Consultant must ensure to quote rate as lump sum, excluding GST as applicable.

60

You might also like