You are on page 1of 23

--

Bid Document
For
Selection of Architect for “Providing Comprehensive
Architectural & Engineering Consultants for
development of various projects in Bodoland Territorial
Council Area in the state of Assam”

TENDER No: TCIL/CIVIL/PD(NE)/2021-22/BTC/02

Date of Issue: 04.01.2022

VOLUME I: TECHICAL BID


Issued By:
Anoop Sharma
General Manager (Civil) / Project Director (NE)
House of Rumila Goswami, RNB Road,
Opp MEM Woodland School, 1st Floor
Kokrajhar, Assam - 783370
Phone : +91-7340051887
https://www.tcil.net.in/

Telecommunications Consultants India Ltd.


(A Govt. of India Enterprise)
TCIL Bhawan, Greater Kailash-I
New Delhi – 110048 (India)
Telephone no.:011-26202020, Fax:011-26241865,
website: https://www.tcil.net.in/
Email:tcil@tcil-india.com
CIN No.:U74999DL1978GOI008911

Page 1 of 23
TABLE OF CONTENTS

SECTION TITLE PAGE NO.

1. Notice Inviting E-Tender

2. Instructions to Bidders

3. Special Conditions of Contract

4. Scope of Work & Technical Specifications

5. Project Experience Form

Page 2 of 23
TENDER No: TCIL/CIVIL/PD(NE)/2021-22/BTC/02 04.01.2022

SECTION-1

NOTICE INVITING E-TENDER

Online E-Tenders under two bid system are invited from eligible bidders for selection of Architectural &
Engineering Consultancy Services for “Providing Comprehensive Architectural & Engineering Consultants
for development of various projects in Bodoland Territorial Council Area in the state of Assam” against
client’s letter no BTC/IBA-689/2020/34 dated 06.10.2021 who are ready to work in the following project for
TCIL on exclusive basis for providing all architectural related services.

(1) Construction of Highway in the name of Banasur from Mazbaat to Holongi (Sonitpur) to be
implemented by Govt. of India (Estimated Construction cost Rs. 134.53 Cr)
(2) Construction of Bridges on river Sankosh (Kokrajhar) and Dhansiri at Bhairabkunda to be
implemented by Govt. of India (Estimated Construction cost Rs. 134.53 Cr)
(3) Flyover at crossings at Goreswar, Tangla and Udalguri to Holongi (Sonitpur) to be implemented by
Govt. of India (Estimated Construction cost Rs. 403.59 Cr)
(4) Overbridge on NH-31 at Chapaguri (Chirang District) to be implemented by Govt. of India
(Estimated Construction cost Rs. 89.69 Cr)

Total estimated cost of construction is Rs. 762.33 Cr (inclusive of all charges, costs, taxes, levies etc. including
GST)

Submission of Online Bids is mandatory for this TENDER. Prospective bidders need to submit their bids
with the most competitive Techno-commercial offer for the aforesaid work. TENDER document is available
on TCIL website (https://www.tcil-india.com/nit.php) & GePNIC portal (www.etenders.gov.in).The
important dates are as given below:-

1.1 IMPORTANT DATES

Date of Posting of TENDER: 04.01.2022


Start Date of downloading/viewing TENDER: 04.01.2022
Last date & time for seeking clarification, if any: 22.01.2022, [15:00]
Start date & time for Online submission of Bids: 04.01.2022, [18:00]
Last date & time for Online submission of Bids: 24.01.2022, [15:00]
Online Opening of Technical Bid (Part-I): 25.01.2022], [15:00]
Online Opening of Financial Bid (Part-II): To be notified later

Bids shall be submitted on GePNIC Portal (http://etenders.gov.in). Bidders are advised to visit
GePNIC portal (http://etenders.gov.in) and/or TCIL website regularly for updates/amendments, if any.
Bidders can contact NIC for Telephonic Help Support on Toll Free Help Desk Number- 1800 3070
2232 for requisite queries regarding registration, training, demonstration, minimum system
requirements etc. of Government e-Procurement System of NIC (GePNIC).

1.2 ESTIMATED VALUE

Total project cost as per Client letter no BTC/HFW-03/2019/Pt-II/1 dated 06.07.2021 is for above
mentioned project is Rs. 762.33 Cr (Construction cost). Consultancy cost of is Rs. 7.62 (inclusive of
all charges, costs, taxes, levies etc. including GST)

1.3 ELIGIBILITY CRITERIA

a) The bidder should be an Indian Registered Company under Companies Act 1956 or 2013
Proprietorship/ Partnership firm. Copy of Certificate of Incorporation/ Registration/ Partnership
Deed or any other relevant document, as applicable, should be submitted along with a copy of
address proof

Page 3 of 23
b) The Bidder should have valid PAN and GST registration

c) The director of the company, if bidder is a company / partner of the firm in case of partnership
firm / proprietor in case of the proprietorship, should be registered with Council of Architecture,
India and should have minimum experience of 10 years after obtaining architectural degree

d) Bidder is required to submit the EPF registration certificate along with the bid,

e) Labour License and EPF: The bidder will also be required to furnish copy of applicable licenses/
registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC
and BOCW Welfare Board including Provident Fund Code No. etc.

f) Experience

The bidder should have provided Comprehensive architectural & engineering consultancy
services for similar work as a prime consultant for satisfactory execution of the project as
specified below during last 7 (Seven) years will mean 7 years from bid submission date

3 (Three) similar works with each costing not less than 40% i.e Rs. 3.048 Cr (30% for MSE’s
and startups i e. Rs. 2.286 Cr) of the estimated cost of consultancy works

OR

2 (Two) similar works with each costing not less than 50% i.e. Rs. 3.81 Cr (40% for MSE’s
and startups i.e. Rs. 3.048 Cr) of the estimated cost of consultancy works/

OR

1 (One) similar work with costing not less than 70% i.e. Rs. 5.334 Cr (60% for MSE’s and
startups i.e. Rs. 4.572 Cr) of the estimated cost of consultancy works

Note: As per user division Similar work would mean providing architectural &
engineering consultancy for completed Construction of Highway & Bridge works in the last 7
year for the Government/Semi Government/ Government autonomous bodies/PSUs only

g) Bidder should have successfully completed 80% completed at least one similar work of value of
Rs. 2.048 Cr (Project Cost) for Architectural & Engineering Consultancy Services.

h) Bidder’s average annual financial turnover from consultancy only, during the last three financial
years ending on 31.03.2021, should not be less than 30% of the estimated cost (Rs 7.62 Cr) of
consultancy i.e. Rs. 2.286 Crore. (For MSEs and SMEs, it is 20% of the estimated cost (Rs 7.62
Cr) of consultancy i.e Rs. 1.524 Cr).

i) Bidder should have positive net worth in last financial year ending 31.03.2021. Profit of last 02
financial year should be positive.

j) Solvency: Solvency of the amount equal to 40% of the Estimated Cost put to tender (ECPT).
The Solvency Certificate shall not be older than 6 (Six) months from the Last date of submission
of the bids. (As desired by committee Finance member)

k) Bidder Should Not Have Been Restricted / Banned / Blacklisted / Debarred By Any Union
Government / State Government / Semi Government Department / Psu In India Or Abroad As On
Date Of Submission Of Bid, The Bidder Shall Submit An Undertaking On Bidders Letter

l) Bid by Consortium is NOT ALLOWED.

Page 4 of 23
1.4 Certification of Genuineness: - The bidder should give an undertaking on the company’s letter
head that all the documents/ certificates/ information submitted by them against the tender are
genuine. In case any of the documents/ certificates/ information submitted by the bidder is found to
be false or forged, TCIL shall immediately reject the Bid of such bidder (s) or cancel / terminate the
Contract and forfeit performance security submitted by the bidder and debar them from participation
in future TENDERs / Tenders of TCIL for two years.

1.5 Clause by Clause compliance: Bidder should submit a statement showing Clause-by-Clause
compliance to all Terms & Conditions of all the Sections of the tender on the Letter Head of their
Organization along with its Technical Bid

1.6 The MOU with BTC dated 22.02.2021 and Clients subsequent order no BTC/IBA-689/2020/34
dated 06.10.2021 forms an integral part of this TENDER.

1.7 BID SECURITY (EARNEST MONEY DEPOSIT)

Rs. 3,04,800/- i.e approx. 0.4% of estimated consultancy cost. EMD of unsuccessful bidder shall
be refunded after submission of PBG by successful bidder or 30 days after expiry of bid validity
whichever is later

Note:- Bids received without Bid Security Declaration form shall be summarily rejected.

1.8 TENDER FEES

By debit card / UPI / NEFT / Demand Draft / Bankers Cheque etc. in favor of “Telecommunications
Consultants India Limited” payable at New Delhi. The tender fee is Non-refundable. The tender fees
for total construction cost of Rs. 762.33 Cr (Construction cost) with consultancy cost of Rs. 7.62 Cr,
the tender fees shall be Rs. 5900/- (Rs. 5000 + 18% GST)

Details of Accounts are as under


(a) Name of Account: Telecommunications Consultants India Limited
(b) Account No : 0901102000038438
(c) Bank Name : IDBI Bank, C-22, Hotel Conclave Executive, Kalkaji (Opp Paras Cinema), Delhi -
110019
(d) IFSC Code:IBKL0000901

TENDER responses received without Bid Security Declaration shall be summarily rejected.

1.9 PRICE BID

The bidder shall quote their rates of percentage on estimated construction cost, however the
payments shall be done on the same percentage as quoted by the bidder on approved estimated /
awarded / actual executed cost, whichever is lower

1.10 EVALUATION

(A) Evaluation of Technical Bid: To become eligible for Technical Bid Evaluation, the
bidder must meet the minimum eligibility criteria as prescribed in clause no. 1.2.

Marks system for the evaluation of technical bid is as under: (100 Marks)

1(a) Work Experience: Experience of Architectural Planning and Engineering 20 Marks


Consultancy Services works for similar nature of works i.e. Nuilding works in
related works etc.
i) 60% marks for minimum eligibility criteria as per Clause 1 above
ii) 100% marks for twice the minimum eligibility criteria or more

Page 5 of 23
1(b) Experience for Architectural Planning and Engineering Consultancy Services for 10 Marks
any building Project (Completed/Ongoing) for similar nature of works in India
costing not less than 40% of the estimated cost of construction
i) 5 0 % marks for one project
ii) 100% Marks for two or more projects
1(c) Experience Architectural Planning and Engineering Consultancy Services 10 Marks
for related Project (Completed/Ongoing) for any building Project
(Completed/Ongoing) for similar nature of works in India
i) 1 0 0 % marks for one no completed project
ii) 40% Marks for one no ongoing project
iii) 80% Marks for one no ongoing project
2 Financial strength : Average annual financial turnover 16 Marks
i) 60% marks for meeting minimum eligibility criteria
ii) 100% marks for twice the minimum eligibility criteria or more
iii) In between (i) & (ii) – on pro-rata basis

iii) In between (i) & (ii) – on pro-rata basis

3 Manpower (to be supported with CVs): All the CVs should also contain 14 Marks
photograph of person and should also be signed by concerned person. Mobile
and E-mail of person shall also be mentioned in the submitted CVs. TCIL may
be its liberty to contact and call the persons named through submitted CVs for
verification, as deemed fit necessary, for assessing the manpower strength of
bidder
i) Architects : B Arch With Minimum 15 years of experience in the Consultancy 4
and registered with Council of Architecture on roll, 2 Marks for each
person
ii) Architects : B Arch With Minimum 04 years of experience in the Consultancy 2
and registered with Council of Architecture on roll, 1 Mark for each
person
iii) Structural Engineer : B. Tech (Civil) with minimum 10 year Experience or 2
M. Tech in Structural Engineering with minimum 05 Year Experience in
Structural Engineering Practice
iv) Graduate Mechanical/Electrical/Plumbing (MEP) Engineer, 1 Mark for each 6

4. Design Concept Presentation: The concept design presentation shall have 30 Marks
all the parameters as mentioned below under Evaluation Criteria and shall
be evaluated by a committee who would assign the marks independently by
each committee member and then the assigned marks would be averaged
out. The bidder shall have no right to challenge the marks assigned by the
individual member of the committee and, individual member of the
committee shall have no liability to bidder in this regard. No correspondence
w o u l d 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. (40
Marks)

a. Master Planning & Zoning 10 Marks

Page 6 of 23
i) Site visit and analysis, effective Site Utilization & Grouping of 4
Functions, Economical design .

ii Site Orientation : Massing (Compactness), Circulation (integration), Landscape 6


) blending with existing profile
b. Design Concept Planning 20 Marks

i) Aesthetics, Environmental friendly considerations like use of 5


environment friendly materials etc., Green Building Features, Disaster
resistant methods / Technologies, Infrastructure for persons with disabilities.

ii) New Technologies (other than conventional Technologies) and New/ Materials 3
& Finishes (other than conventional m a t e r i a l s ) p r o p o s e d to be used in
the Project. The proposed new technology (ies) should demonstrate the time
and /or cost effectiveness.

iii) Innovative Modern and/or Contemporary, State of the Art 2


Architectural features .
iv) Knowledge of Building Bylaws and Statutory Requirements of respective local 4
bodies/Municipalities, etc for which the bidder should visit the site (s) before
submission of Bid.

v) Overall Presentation, Interpretation of Design Concept, understanding of the 6


project and financial modeling and approval mechanism/methodology/strategy
for the project
Total Marks 100 Marks

The bidders securing 70 % & above marks in aggregate in Stage-I will b e declared successful
in technical bid evaluation and will qualify for Opening of t h e i r Financial Bid. Technical score
of Stage I shall be t e r m e d a s “St”.

(B) Final Evaluation of Bid

The f i n a l s e l e c t i o n shall b e b a s e d o n Q C B S i . e . Quality and Cost based Selection


process. The Financial bid of those bidders who will qualify in Stage-I of Technical bid
evaluation, shall be opened at a later date and time duly notified to them in writing separately.

The lowest Financial Bid (Fm) will be given a financial score (Sf) of 100 points. The
financial scores (Sf) of the other Financial Bids will be determined using the
following formula:

Sf = 100 x Fm/F;

In which Sf is the financial score, Fm is the lowest Financial Bid, and F is the Financial
Bid under consideration.

Bids will finally be ranked in accordance with their combined technical (St) and financial (Sf)
scores: S = St x Tw + Sf x Fw;

Where S is the combined score, and Tw and Fw are weights assigned to Technical Bid
and Financial Bid that will be 80:20 respectively.

Page 7 of 23
The bidder achieving the highest combined technical and financial score will be considered
to be the successful b i dd e r and work shall be awarded to the s u c c e s s f u l bidder.

1.11 VALIDITY PERIOD OF BID

Bid shall remain valid for 180 days [or as per Client’s requirement] after the date of Financial bid
opening. The bid valid for a shorter period shall be rejected as non-responsive.

In exceptional circumstances, TCIL may request the bidder for an extension to the period of bid
validity if same is extended by end client and accordingly, the bid security shall also be suitably
extended by the bidder.

1.12 INTEGRITY PACT - Bidder to submit Integrity Pact as per enclosed format

1.13 SIGNING OF NON-DISCLOSURE AGREEMENT – NOT APPLICABLE

1.14 POWER of ATTORNEY

The bidder need to submit Power Of Attorney in physical mode on Rs. 100 stamp paper as per
law in India or extract of Board resolution (in Original) authorizing the signatory to act on behalf
of the bidder with offline documents to be submitted with bid. The bidder should ensure that the
Digital Signature used for uploading the tender document in GePNIC portal should be of the
authorized person mentioned in Power of Attorney/ Board Resolution only. The format of Power
Of Attorney is as given in Section-10 of this TENDER.

1.15 MOU/AGREEMENT

Selected bidder will have to sign MoU with TCIL before TCIL submits bid to the end client.

1.16 SUBMISSION OF FORGED DOCUMENTS

Bidders should note that TCIL may verify authenticity of all the
documents/certificate/information submitted by them against the TENDER. In case at any stage
of this process, if it is established that bidder has submitted forged
documents/certificates/information towards fulfillment of any of the TENDER/contract
conditions, TCIL shall immediately reject the bid of such bidder(s) or cancel/terminate the
contract and forfeit bid security / Performance Security submitted by the bidder and debar them
from participation in future tenders of TCIL for two years.

1.17 CLARIFICATION FROM BIDDERS

A prospective bidder requiring any clarification of the bidding documents may notify the
Employer in writing or by E-mail/ fax to the employer through its authorized representative,
if any on or before the prescribed date. A Pre Bid Conference shall be held on the specified
date as per section -1. All efforts will be made to reply the clarifications, if any, during the
Pre Bid Conference, however, unanswered queries will replied through corrigendum on
TCIL website at the earliest possible. Also the prospective bidders may make suggestions
which shall be considered during the Pre Bid Conference. On conclusion of the Pre Bid
Conference, no further queries shall be entertained.

1.18 REGISTRATION OF MSE VENDORS

All MSE bidders may be registered on TReDS platform (www.rxil.cin) and MSME-
SAMADHAAN portal. Participating MSE bidders shall submit an undertaking regarding the
same.

1.19 The bidder must ensure that their bid is complete in all respects and conforms to TENDER terms
and conditions, TENDER specifications etc. including client specifications, failing which the

Page 8 of 23
bids are liable to be rejected without seeking any clarifications on any exception/deviation taken
by the bidder in their bid.

1.20 TCIL reserves the right to accept or reject any or all the TENDERs without assigning any
reason.

1.21 CONTACT INFORMATION

Project Division: Anoop Sharma, GM (CIVIL)


Telephone: +91- 7340051887
E-mail: Anoop.Sharma@tcil.net.in , pdnortheast1603@gmail.com

(Kaushik Hazarika, AGM (C)


Tele: +91-9936631979
Email: kaushik.hazarika@tcil.net.in, civilnemizoram@gmail.com

END OF SECTION-1

TENDER No: TCIL/CIVIL/PD(NE)/2021-22/BTC/02 04.01.2022

SECTION-2

GENERAL TERMS & CONDITIONS OF THE CONTRACT

2.1 FINANCING OF TRADE RECEIVABLES OF MSE’S THROUGH TRADE RECEIVABLES


DISCOUNTING SYSTEM (TREDS) PLATFORM

a) Based on the initiatives of government of India to help MSME vendors get immediate access to
liquid fund based on TCIL’s credit rating by discounting MSE’s trade receivables through an
auction mechanism where multiple financers can participate and bid, TCIL registered itself on
TReDS platform with M/s RXIL.
b) Micro and Small Enterprise (MSE) bidders / vendors can avail this benefit by registering
themselves with M/s RXIL providing e-discounting/electronic factoring services on its TReDS
platform and following the procedures defined therein.
c) All costs relating to availing the facility of discounting on TReDS platform including but not
limited to Registration charges, Transaction charges for financing, Discounting Charges, Interest on
financing, or any other charges known by any name shall be borne by MSE Bidders / Vendor.
d) MSE Bidders / Vendor hereby agrees to indemnify, hold harmless and keep TCIL and its affiliates,
Directors, officers, representatives, agents and employees indemnified, from any and all damages,
losses, claims and liabilities (including legal costs) which may arise from Sellers submission,

Page 9 of 23
posting or display, participation, in any manner, on the RXIL’s TReDS Platform or from the use of
Services or from the TCIL’s breach of any of the terms and conditions of the Usage Terms or of
this Agreement and any Applicable Law on a full indemnity basis.
e) TCIL shall not be liable for any special, indirect, punitive, incidental or consequential damages or
any damages whatsoever (including but not limited to damages for loss of profits or savings,
business interruption, loss of information), whether in contract, tort, equity or otherwise or any
other damages resulting from using facilities on RXIL’s TReDS platform.

2.2 PRICE PREFERENCE TO MICRO AND SMALL ENTERPRISES


(Price Preference to MSEs shall be extended as per GOI guidelines applicable from time to
time).

a) If items mentioned in TENDER are non-splittable/non-dividable


The purchase/work order shall be given to L1 bidder (whether L1 is MSE or non-MSE)
b) If items mentioned in TENDER are splittable/dividable and MSE is neither L1 nor within L1+15%
The purchase/work order shall be given to L1 bidder.
c) If the items mentioned in TENDER are splittable/dividable and MSE is not L1 but within L1+15%
25% of total procurement shall be made from MSE, subject to their matching of L1 price. In case of
more than such eligible MSEs who are within L1+15% range, procurement will be shared equally
among such MSEs with a minimum 5% procurement from SC/ST MSEs, subject to their matching
of L1 price. In event of failure of SC/ST MSEs to participate in TENDER process or meet
TENDER requirements and L1 price or none of these SC/ST MSEs are in L1+15%, then this 5%
sub-target shall be met from other MSEs. Minimum 3% reservation within above mentioned 25%
reservation shall be applicable for women-owned MSEs.

2.3 RESTRICTIONS ON PROCUREMENT FROM A BIDDER OF A COUNTRY WHICH


SHARES A LAND BORDER WITH INDIA (TCIL Circular No. TCIL/15/1910/I/20-MM dated
05.02.2021 ) - DELETED

2.4 RISK PURCHASE

1. In case, the sub-contractor/ Supplier/Architect firm is not performing its obligations under the
contract, the notice shall be sent as per law to the sub-contractor informing that in case of non
performance by a particular date/period, the contract shall be terminated and the work/project
will be executed (through a third party) at the risk and cost of the said sub-contractor/ supplier
as per the terms of the contract.
2. On completion of the specified period/date, the notice of termination shall be issued clearly
specifying that the remaining work shall be executed (through a third party) at the risk and cost
of the sub-contractor/supplier. Along with this notice of termination, intimation shall be sent to
the said sub-contractor/supplier for joint preparation of inventory of the works performed/
supplies already undertaken by him. If the sub-contractor/supplier fails to turn up on an
appointed date for joint preparation of inventory, in that situation he shall be proceeded ex
parte and the inventory shall be prepared by TCIL/Employer and the same be sent to the sub-
contractor/supplier.
3. Further at the time of award of work to another sub-contractor/ Supplier, if the work is awarded
at an additional cost than the original sub-contractor/ Supplier, another notice may be issued to
the original sub-contractor/ Supplier specifying that the work has been awarded to another
agency at the additional cost of such and such amount, and he is liable to pay that amount to
TCIL.
4. Demand notices may be sent to the original sub-contractor/ Supplier from time to time.

2.5 GENERAL LIEN / SET-OFF

a) Whenever under this contract, any sum of money is recoverable from and payable by the supplier,
the purchaser shall be entitled to recover such sum by appropriating in part or in whole the
security deposit of the supplier, if a security is taken from the supplier. In the event of the security
being insufficient or if no security has been taken from the supplier, the balance or the total sum
recoverable, as the case may be, shall be deducted from any sum due to the supplier or which at

Page 10 of 23
any time thereafter may become due to the supplier under this or any other contract with the
purchaser. Should this sum be not sufficient to cover the full amount recoverable, the supplier,
shall pay to the purchaser on demand the remaining balance due.

b) Any some of money (including refundable security deposit) due and payable to the supplier,
under this contract or any other contract entered between the parties herein whether continuing or
completed may be appropriated by TCIL and set off against any claim of TCIL of any nature
whatsoever, arising under this contract or any other contract entered into between the parties,
herein whether continuing or completed.

2.6 REPEAT/ADD-ON ORDER

a) In exceptional situation where the requirement is of an emergent nature, the purchaser reserves the
right to place repeat order up to 50% of the value of goods and services contained in the running
tender/contract within a period of twelve months from the date of commissioning/ commercialization
of the project (date of acceptance of APO of the items procured in case where no installation,
commissioning is involved) at the same rate or a rate negotiated (downwardly) with the existing
venders considering the reasonability of rates based on prevailing market conditions and the impact
of reduction in duties and taxes etc.

b) Further if required, an additional order for 50% of the value of the goods & services limited to 100%
of the value of goods and services contained in the running tender/contract may be placed within a
period of twelve months from the date of commissioning/ commercialization of the project (date of
acceptance of APO of the items procured in case where no installation, commissioning is involved)
on the existing vendors at the same rate or a rate negotiated (downwardly) considering the
reasonability of rates based on prevailing market conditions and the impact of reduction in duties
and taxes etc.(with due approval of the Board).

Add-On order upto 50% quantity shall be placed with approval of concerned Director and Add-On
order for more than 50% quantity shall be placed with approval of CMD TCIL.

2.7 PURCHASERS RIGHT TO VARY QUANTITIES

TCIL will have the right to increase or decrease up to 25% of the value of goods and services
specified in the schedule of requirements without any change in the unit price or other terms and
conditions at the time of award of contract.

2.8 FORCE MAJEURE

The supplier shall be exempted from the responsibility for any non-performance arising from a case
of force majeure or act of God, hereinafter called force majeure (a) war and (b) earthquake. If such
circumstances should arise, the supplier shall inform the purchaser within 72 hours in writing of the
existence of the fact before suspending work without penalty on either side from the period of such
suspension not exceeding 3 months. Likewise, it must proceed to inform the end of such fact. As
soon as the facts constituting a force majeure cease in their effects, the supplier shall restart or
continue the fulfillment of its obligations agreed upon. Should suspension of work as explained
above exceed three months, the contract shall be violable at the option of either party without
penalty on either side.

2.9 ARBITRATION

All disputes or differences whatsoever arising among the parties under and/or in connection with
and/or in respect of this tender shall be referred to and decided by a sole arbitrator, who shall be
nominated by the CMD, TCIL. The arbitration shall be conducted in accordance with Arbitration
and Conciliation Act of 1996 as amended from time to time and the venue of the arbitration shall be
in New Delhi.

Page 11 of 23
For Public Sector Undertaking / Government Departments: “In the event of any dispute or difference
relating to the interpretation and application of the provisions of this contract, such dispute or
difference shall be taken up by either party for resolution through AMRCD as mentioned in DPE
OM No. 4(1)/2013-DPE (GM)/FTS-1835 dated 22.05.2018.

Any party aggrieved with the decision of the committee at the Ist level (tier) may prefer an appeal
before the Cabinet Secretary at the Second level (tier) within 15 days from the date of receipt of
decision of the committee at First level, through its Administrative Ministry/ Deptt in terms of para
4, 5 and 7 of above DPE OM dated 22.05.2018, whose decision will be final and binding on all
concerned.”

Further following may be noted

(1) The bidder fully understands and is aware that the project is being executed for the ultimate benefit
of the Client / owner who is the principal employer and that TCIL has awarded the work / contract
on back to back basis or as PMC of executing agency at terms & conditions as per MOU /
Agreement with the Client. The vendor agrees and understands that the vendor is executing the work
of the Client as per the terms, conditions and specifications of the tender floated by the Client or
where TCIL is working as PMC or Executing Agency, as per terms & condition of the tender floated
by TCIL on behalf of the Client or by Client as the case may be.The Vendor fully understand and
agrees the the role of TCIL is of PMC / Executing Agency only or to supervise the execution of the
Contract only whereas the actual execution is to be done by the vendor.
(2) The vendor expressly agrees that the Client is ultimately liable for timely payments or releasing
funds timely and it shall not make TCIL responsible or liable for any default of Client in this regard.
TCIL shall only endeavor its level best to request the Client to release the payments of the vendoror
make funds available for such payments in time as per agreement.
(3) Any delay or default on the part of the Client in making timely payments or releasing funds timely
or any omission or commission of any action by the Client shall not make TCIL liable for either the
payments of the principal amount, wholly or in part, as the case may be, or towards any payment of
interest or other amounts, whatsoever, which shall otherwise be payable by TCIL to the vendor in its
normal liability to pay to the vendor for the execution of the Contract.
(4) In case of any dispute between the parties, the parties expressly agree that the award passed by
Arbitral Tribunal / Sole Arbitrator shall not carry any interest on the awarded amount from the date
of cause of action till the date of award.
The vendor agrees that the whole cost of arbitration would be borne by the vendor since the vendor
agrees that TCIL is not responsible for the payment of the dues of the vendor, if corresponding
payment has not been made by Client or funds for the payments of their dues are not received from
Client.

2.10 FALL CLAUSE

(a) The prices once fixed will remain valid during the scheduled delivery period.
Further, if at any time during the contract
 It comes to the notice of purchaser regarding reduction of price for the same or similar equipment/
service;
And/or
 The prices received in a new tender for the same or similar equipment/service are less than the
prices chargeable under the contract.
The purchaser, for the purpose of delivery period extension/during rate contract, if any, will
determine and intimate the new price, taking into account various related aspects such as quantity,
geographical location etc., and the date of its effect for the balance quantity/ service to the vendor. In
case the vendor does not accept the new price to be made applicable during the extended delivery
period and the date of its effect, the purchaser shall have the right to terminate the contract without
accepting any further supplies. This termination of the contract shall be at the risk and responsibility
of the supplier and the purchaser reserves the right to purchase the balance unsupplied quantity/
service at the risk and cost of the defaulting vendor besides considering the forfeiture of his
performance security.

Page 12 of 23
(b) The vendor while applying for extension of time for delivery of equipment/services, if any, shall
have to provide an undertaking as “We have not reduced the sale price, and/ or offered to sell the
same or similar equipment/ service to any person/organization including Department of central/state
Government or any central/state PSU at a price lower than the price chargeable under the contract
for scheduled delivery period.”
In case under taking as in (b) above is not applicable, the vendor will give the details of prices, the
name(s) of purchaser, quantity etc. to the purchaser, while applying extension of delivery period.

2.11 OFFLINE DOCUMENTS

The bidder is requested to submit the following documents offline (i.e. physically) either to the o/o
[Head of User Division], TCIL Bhawan, 4th Floor, Greater Kailash-I, New Delhi-110 048 or by post
to as reach O/o Head of User Division TCIL before the due date & time of submission in a Sealed
Envelope, the envelope shall bear, the Tender No. & Description and the words ‘DO NOT OPEN
BEFORE’ (due date & time).

 Copy of Certificate i.e. Udyog Adhar Memorandum / NSIC certificate/ Udyam Certificate
etc (for MSEs) /DIPP (for SME’s) for Tender items in hard copy along with covering letter by
bidder for claiming relaxation for Tender Fees.
Non submission of requisite proof will be treated as bid without Tender Fees and shall be
summarily rejected.
MSE bidders need to submit certificate from their Statutory Auditors for ascertaining investment
in plant and machinery or equipment in accordance with provisions of MSMED Act 2006 to be
read with notifications No SO 2119(E) dated 26.06.2020.
 Power of Attorney in physical mode on stamp paper as per law in India or extract of Board
resolution (in Original) authorizing the signatory to act on behalf of the bidder with offline
documents to be submitted with bid. The bidder should ensure that the Digital Signature used for
uploading the tender document in GePNIC portal should be of the authorized person mentioned
in Power of Attorney/ Board Resolution only. The format of Power Of Attorney is as given in
the tender. The power of attorney should reach the O/o [Head of User Division], TCIL New
Delhi before the due date & time of submission (as per Section-1) in a Sealed Envelope. The
envelope shall bear the Tender No. & Description. If the envelope is not marked as specified
above, TCIL will not assume any responsibility for its misplacement etc.

ALL OTHER DOCUMENTS ARE TO BE SUBMITTED ONLINE.

2.12 Rescinding of contract:

In the event of failure on the part of the Architect / Consultant / Consultancy firm to complete work
in time or to the complete satisfaction of Client or in the event of committing breach of any one or
more of terms and conditions of the agreement, TCIL shall be entitled to rescind this contract
without prejudice to right to claim damages or remedies under the law. The period of notice to be
given to rescind contract will be 15 days and in the event of such termination, Architect / Consultant/
Consultancy firm shall be liable to return the excess payment, if any made to them over and above
due to them on the date of termination and employer as well as TCIL will be entitled to make full
use of all or any of the drawings/ documents prepared by Architect / Consultant/ consultancy firm. In
such case TCIL shall have power to engage another Architect / Consultant/ consultancy firm and/or
carry out the work at the risk and cost of the Architect / Consultant/ consultancy firm. Architect /
Consultant/ consultancy firm shall pay to TCIL such excess expenditure within 30 days of issue of
notice failing which Architect / Consultant/ consultancy firm shall be debarred from Architect or
Engineering consultancy services of TCIL in future besides taking other course of action to recover
such amount.

In case the agreement between TCIL and Client is terminated, the agreement between TCIL and
Architect / Consultancy firm shall also stand terminated automatically.

2.13 Banning of Non-Performing Vendor

Page 13 of 23
In case any of the vendor’s work/PO/agreement is cancelled/terminated by TCIL after award, due to
non-performance, the vendor may be banned / blacklisted for 3 years or action as deemed fit may be
taken by TCIL

2.14 Professional Liability:

The architect is expected to carry out its works with due diligence and in accordance with prevailing
standards of the profession. The architect’s liability to the Employer will be governed by applicable
law.

2.15 Bidder will quote its rates inclusive of all charges, costs, taxes, levies, Cess etc. inclusive
of GST as applicable

2.16 Site Office cum Transit Camp:-

The Architect will provide at his own cost a fully furnished Site Office cum Transit Camp (i.e. office
tables, chairs, internet facility, beds, cooler etc.) with minimum built up area as 300 sq. ft. and suitably
equipped with electricity, water supply, security and one Motor cycle with fuel & routine maintenance
etc. till completion and handing over of the works.

In case the contractor fails to provide necessary facilities as aforesaid, the Engineer-in-charge shall be at
liberty to make arrangement of the facilities and recover the costs incurred on behalf of the contractor
from his/it’s running bills.

2.17 Technical Personnel:-

i) As per user division the Architect shall provide and employ at his own cost the following technical
staff during the execution of the works till successful completion and handing over of the work to
the client.
ii) The minimum requirement of such technical staff and their qualification & experience shall not be
lower than that specified as under:-

Technical Personnel Numbers Min. Experience Amount to be paid by Bidder


in building to TCIL in case of default of
construction non-deployment of personnel
works

(1) Engineer Degree in Civil /


Electrical / MEP / HVAC etc Rs. 35,000/- per month per
01 5 Years
person
(2) Architect (B. Arch)
01 5 years Rs. 35000/- per month per person

a) The Engineer-in-charge will approve the CV of such engineers to be deployed by the contractor based on
the ability, qualification and experience and any proposed replacement of technical personnel only if
their relevant qualifications and abilities are substantially equal to or better than those of the personnel
stated in the contract data.

b) The engineers deployed by the consultant should be well versed with the codal requirements / prevalent
construction norms and local regulations.

c) If the Engineer-in-charge asks the Architect to remove a person who is a member of the Architect's staff
or work force, stating the reasons, the Architect shall ensure that the person leaves the Site within seven
days and has no further connection with the Works in the Contract

Page 14 of 23
d) The architect, in any case, has to deploy minimum technical staff as mentioned above. For non-
deployment of the technical staff as mentioned in the above table, the recovery of amount as mentioned
above per month per person shall be made from the architect’s running payments and the amount so
deducted on this account shall be final and binding on the architect. The Engineer-in-charge shall be at
liberty to engage suitable staff against the same for the purpose till the successful completion and
handing over of the works to the Client.

NOTE:- In any case, if the technical staff as mentioned above, is not deployed, then suitable action as
deemed fit under the contract, shall be taken against the contractor by TCIL

e) The architect shall not employ any retired Gazetted officer who has worked in any Govt. Engineering
Department before completing the period of Three Years or as per latest Govt. guidelines/ orders etc.
after the date of retirement. The architect shall comply with all the relevant laws/ orders/ guidelines etc.
of Govt. regarding employment after retirement. Any non-compliance of such law/ order/ guidelines etc.
and consequences thereof shall be the sole responsibility of the contractor.

2.18 Selection Of The Bidders


TCIL will evaluate financial Bid of only technically qualified Bidder and select the Bidder with
lowest offer provided acceptance of all terms and conditions

END OF SECTION-2

Page 15 of 23
TENDER No: TCIL/CIVIL/PD(NE)/2021-22/BTC/02 04.01.2022

SECTION – 3

SPECIAL CONDITIONS OF CONTRACT

Note: In case clauses/sub-clauses have any difference mentioned in this TENDER at different places, the
conditions mentioned in this section shall prevail. The terms and conditions of this section shall be on
back to-back basis based on client’s tender Client’s MOU dated 22.02.20218 and Clients letter no
BTC/IBA-689/2020/34 dated 06.10.2021

3.1 PAYMENT TERMS

The payment term with the selected bidder shall be on back to back basis as per TCIL purchase manual. The
bidder have to prepare the concept notes and other related works until the works are awarded to TCIL by
Client i.e. BTC. The payments will be release to the selected bidder only upon receipt of respective payments
from Client as per MOU with BTC and processing time of TCIL. In case the works are not awarded to
TCIL no payment in full or part shall be payable to the bidder in any circumstances.. Payment will
become due only after successful and satisfactory completion of the stages as detailed below:-

SN. Scope of work Payment Schedule

Stage- 1:
30% of the contract
(a) After administrative & financial approval of DPR by BTC/TCIL and
fee
Finalization of Tender for execution by BTC/TCIL.

Stage- II Supply of GFC drawings at the time of issuance LOA to successful


20% of the contract
(b) bidder for construction works in such a manner so that at least 60%
fee
construction activities can be taken up together
Stage-III – After completion of 50% Construction w o r k at site & supply of 15% of the contract
(c)
100% GFC drawings fee
Stage-IV: During execution of works, ensuring works are executed as per
specifications and drawings on monthly basis, preparation of EOT / Deviation 15% of the contract
(d)
cases / Extra items cases and obtaining the approvals from Employer and fee
Owner (if required), etc.
Stage-V- Ensuring 3rd party quality assurance as instructed by TCIL and to
10% of the contract
(e) the satisfaction of Employer and Owner , along with submission of monthly
fee
quality reports

Stage- I V Supply of As built drawings – and release of Final bill from 5% of the contract
(f)
Client, release of PBG etc. fee

Stage- V after ending of DLP and issuance of Performance Certificate by 5% of the contract
( g)
BTC fee

Note: Completion of Scope of work for the Architect will be considered only after the completion of Stage
V, above.

The above stage wise payment shall be finalized once the conditions of payments are finalized with the
Client. The architect shall ensure to complete all the stages 3 month prior then provided time schedule as
Time is the essence of the contract.

Page 16 of 23
3.2 PERFORMANCE SECURITY

The Successful bidder is required to submit a Performance guarantee of 10% of the bid value in the
form of BG in prescribed format / FDR / CDR / DD (As per TCIL circular no TCIL/08/Banking/2021-
22/BG/01 dated 22.04.2021, which shall be valid for a period of 90 days beyond the date of completion
of Defect Liability Period. The PBG shall if submitted in the form of BG as prescribed issued by Delhi
Branch only from a SFMS enabled scheduled commercial Bank through SFMS platform. On due
performance of the works, services and completion of contract in all respects and completion of the
defect liability period up to the satisfaction of Client, the performance guarantee will be returned.

3.3 PRICE BASIS

[for architectural services of scope of works prescribed in client tender document]

3.4 PAYING AUTHORITY

[TELECOMMUNICATIONS CONSULTANTS INDIA LIMITED on receipt of payment from


Bodoland Territorial council (BTC) in the state of Assam}

3.5 INSURANCE

Professional Liability Insurance (PLI) including deficiencies / inadequacies in the design of structures
and other components for the minimum period of three years or as per applicable Law if specifies
longer period with minimum coverage equal to consultant’s total quoted fee shall have to obtained by
consultant and proof of obtaining such PLI insurance shall be submitted to TCIL

Employees liability and workman compensation insurance in respect of the personal of the consultant
and any of its sub-consultants, in accordance with the relevant provisions of the agreement and of any
such life, health, accident, level or other insurance as may be appropriate shall have to be taken by
Consultant.

It may please be noted that all insurance policies should start from the date of commencement of
services and remain effective as per relevant requirement of the Contract agreement, or up to
completion of consultancy contract, whichever is longer except PLI which shall be for the period as
prescribed

3.6 DELIVERY / IMPLEMENTATION SCHEDULE

As per User Division, the time period for completion of aforesaid works is to be taken as 36 months
from 10th day of the date of issuance of Letter of Intent (LOI). However completion period may
vary (increase or decrease) as per requirement of Client. The contractor shall ensure to complete all
the works in the provided time period as time is the essence of this contract.

3.7 WARRANTY

The defect liability period of the work shall be 12 months after the completion of work or as decided
by the Client

3.8 PERIOD OF CONTRACT

The time period for completion of aforesaid works is to be taken as 36 months from 10th day of the
date of issuance of Letter of Intent (LOI). However completion period may vary (increase or
decrease) as per requirement of Client. The contractor shall ensure to complete all the works in the
provided time period as time is the essence of this contract.

3.9 TERMINATION OF CONTRACT:

Page 17 of 23
In the event of failure on the part of the Architect / Consultant / Consultancy firm to complete work
in time or to the complete satisfaction of Client or in the event of committing breach of any one or
more of terms and conditions of the agreement, TCIL shall be entitled to rescind this contract
without prejudice to right to claim damages or remedies under the law. The period of notice to be
given to rescind contract will be 15 days and in the event of such termination, Architect / Consultant/
Consultancy firm shall be liable to return the excess payment, if any made to them over and above
due to them on the date of termination and employer as well as TCIL will be entitled to make full
use of all or any of the drawings/ documents prepared by Architect / Consultant/ consultancy firm. In
such case TCIL shall have power to engage another Architect / Consultant/ consultancy firm and/or
carry out the work at the risk and cost of the Architect / Consultant/ consultancy firm. Architect /
Consultant/ consultancy firm shall pay to TCIL such excess expenditure within 30 days of issue of
notice failing which Architect / Consultant/ consultancy firm shall be debarred from Architect or
Engineering consultancy services of TCIL in future besides taking other course of action to recover
such amount.

In case the agreement between TCIL and Client is terminated, the agreement between TCIL and
Architect / Consultancy firm shall also stand terminated automatically

3.10 PENALTY / LIQUIDATED DAMAGES

If the Consultant fails to comply with the time for completion, then the Consultant shall pay the
relevant sum as penalty for such default in the manner as follows:

LD shall be levied at the rate of 2% of the awarded contract value per week of delay for delay in any
of the stages of the works. The total amount of penalty not exceeds 10% (ten percent) of the contract
value as per the agreement or the final executed value, whichever is higher. The amount so deducted
from RA bill(s), shall finally be adjusted while calculating the overall delay in completion of total
work as per the scope.

TCIL may, without prejudice to any other method of recovery, deduct the amount of such damages
from any monies due or to become due to the Consultant. The payment or deduction of such
damages shall not relieve the Consultant from his obligations to complete the Works, or from any
other of his obligations and liabilities under the Contract.

If the intended completion date is extended after penalty have been paid, after accounting for the
valid grounds for the extension of time, if any, the amount so deducted as penalty shall be returned.

[This clause can be modified as per Client’s Terms and conditions.]

3.11 Taxes

The responsibility of applicable statutory taxes in the current date lies with the Bidder. However
change of taxes (increase / decrease) will be on actual basis within the initial scheduled
implementation period. Beyond the initial scheduled implementation period, the benefit will pass to
TCIL while burden shall be on account of the bidder.

The input tax credit of GST shall be payable only on furnishing necessary supporting documents as
per provision of tender and law.

If the bidder fails to furnish necessary supporting document i.e. GST invoice / Customs Invoice etc.
and also fails to upload the information on GSTN in respect of Duties / taxes for which input tax
credit is available, the amounts pertaining to such Duties / Taxes will be deducted from payments
due to the bidder.

Tax amount will be paid to the Bidder only after bidder declares the details of the invoices in GSTR
1 and GSTR 3 up loaded by the bidder and the same is reflected in GSTR-2A of TCIL on GSTN
portal.

Page 18 of 23
The TDS, as applicable from time to time, as per Indian Tax Laws, will be deducted from the
invoices. In case the bidder is exempted from Tax Authority indicating clearly that no tax at source
be deducted from the bidder against the Contract. Such certificates have to be obtained at
commencement of each financial year.

TCIL can adjust / Forfeit Bank Guarantee obtained from the bidder against any loss of input tax
credit to TCIL on account of bidder’s default.

In case TCIL has to pay GST on reverse charge basis, the bidder would no charge GST on its
invoices.

Further the bidder undertakes to comply with the provisions of GST law as may be applicable.

3.14 Banning of Non-Performing Vendor

In case any of the vendor’s work/PO/agreement is cancelled/terminated by TCIL after award, due to
non-performance, the vendor may be banned / blacklisted for 3 years or action as deemed fit may be
taken by TCIL

3.15 Professional Liability:

The architect is expected to carry out its works with due diligence and in accordance with prevailing
standards of the profession. The architect’s liability to the Employer will be governed by applicable
law

END OF SECTION-3

Page 19 of 23
TENDER No: TCIL/CIVIL/PD(NE)/2021-22/BTC/02
04.01.2022

SECTION-4

SCOPE OF WORK & SIMILAR WORKS

4.1 The scope of work shall include following up with Client for the land along with land
documents, Site survey, soil investigation, planning, preparation and submission of Feasibility
report, master layout plan, Concept drawings, Plinth area estimate, DPR, 3D walk through
presentation and other documents required for seeking administrative and financial approval
from concerned state & Central Government ministries / departments / local bodies in
consultation with concerned officials, as required .

4.2 The estimate should cover all components of convention centre like civil works, architectural
works , electrical works, and water supply, STP works, Sewerage, Rain water harvesting
internal and external electrifications, HVAC systems, IBMS/CCTV data connectivity, Fire
Fighting systems, Signages, Solar System etc required for proper completion of works. As per
directions of Employer and Owner

4.3 The architect while preparing the estimate shall include all the items in accordance with Govt.
of India guidelines so as to encourage “MAKE IN INDIA” and to promote manufacturing and
production of goods and services in India with a view to enhancing income and employment.
(ref.TCIL circular no. TCIL/15/1926/I/20-MM/Add-1 dated 14.09.2021.

4.4 After administrative & financial approval DPR by client and subsequent release of funds,
Consultant will prepare and submit detailed BOQ, technical specifications, tender drawings,
tender documents etc required for calling tenders for the subjected work(s)

4.5 Vetting of Structural drawings before execution from IIT/NIT/reputed Govt. Engg. College

4.6 Supply of GFC drawings at the time of issuance LOA to successful bidder for construction
works

4.7 During execution of works, ensuring works are executed as per specifications and drawings on
monthly basis, preparation of EOT / Deviation cases / Extra items cases and obtaining the
approval from Employer and Owner (if required), etc.

4.8 Ensuring 3rd party quality assurance as instructed by and to the satisfaction of Employer and
Owner

4.9 Supply of As built drawings - Within one month from the certified date of completion
for construction works including all civil & electrical works and associated services like water
supply arrangements, sewerage works, Rain harvesting, signage etc, wherever applicable for
proper completion of the works under the contract as per satisfaction of owner & Employer &
in accordance with local Bye laws and obtaining approval of TCIL & BTC. The consultant is
also to prepare detailed specifications of all activities and items including make and model no.
where applicable.

4.10 This shall include detailed discussions with the TCIL & owner officials, Evaluation of
submitted architectural plans and elevations and ascertaining Local Bye-laws, Ground/design
controls applicable to the site of work. Consultant will also modify the conceptual designs
incorporating required changes by the TCIL/ BTC. All the works should be planned and
designed in accordance with the relevant National Building Code/local Bye laws including 2D
drawings / 3D Modeling at no extra cost and obtaining approval of TCIL.

4.11 The works / buildings shall be designed to withstand static / dynamic loading
Page 20 of 23
(wind/seismic) and the design shall be strictly in accordance with the latest Indian Standard
Code of Practices/National Building Code. The structural analysis and design shall be done by
using latest version of software packages such as STAADPRO or equivalent. The provisions in
various BIS Codes shall override the packages output. The structural drawings shall be got
vetted from any IIT/NIT/Reputed Government Engineering college before issuance for
execution of works at site and consultant bid value will be inclusive of such charges. Nothing
shall be paid extra to consultant on this account.

4.12 The consultant shall supply all design calculations/computer input and output giving
specific reference to BIS/NBC, along with soft copies. The structural drawing showing the
reinforcement details / bar bending schedule shall be prepared as per latest edition of SP: 34
(S&T). All overriding conditions prescribed by IS: 13920 or any other BIS code shall be taken
into account while preparing the structural drawings.

4.13 Preparation of Detailed bill of quantities on latest CPWD/ BTC norms with complete
working details, schedules such as internal and external finishes, hardware sanitary fitting and
tap ware, and electro mechanical services, building specifications including specification for
all trades and services. Also the bill of quantities shall include various services all based on
schedule of rates conforming to specifications and procedures approved and prescribed by the
TCIL to describe the whole project adequately. Supplying details of calculations of such
Schedule of quantities to enable the TCIL to check them before preparation of draft tender
documents.

4.14 During the execution stage, consultant will prepare and issue of working drawings with all
details for proper execution of the work & also revise drawing details and specifications as
required by construction process.

4.15 Role of consultant during execution shall be as under:

(A) In the event of differences relating to the interpretations of drawings / designs /


specifications / any other part of the Consultancy between the consultant and the
contractors, the interpretation and the decision of the Engineer-in-charge, TCIL shall be
final and binding.

(B) Assisting in arbitration and litigation cases that may arise out of the contracts entered into
in respect of any of the works.

4.16 The TCIL shall have the right to make changes, additions, modifications or deletion in the
design and drawings or any part of work and instructions given in writing for any such
additions / alterations, deletions during the progress of the work and the same shall be
complied by the consultant without any extra cost.

4.17 Reference Standards for Services

The Consultant is required to provide services based on extant rules, local bye - laws,
applicable standards and sound engineering practices. The reference of standards is detailed
below for application in services of consultant. The consultant shall refer the standard
documents in case they are not mentioned below in any case:

4.18 Design of structures, Preparation of drawings, detailed estimation etc:

1. National Building Code, 2005


2. IS: 1893 (latest edition)
3. IS: 13920 (latest edition)
4. IS: 13828 (latest edition)
5. Other applicable standards
6. Sound Engineering Practice for detailed estimation

4.19 Preparation of Bill of Quantities etc.

Page 21 of 23
(1) Latest Delhi Schedule of Rate
(2) Latest CPWD Schedule of Rate for Electrical, Fire Fighting items
(3) Latest CPWD Schedule of Rate for HVAC Items (if any)

4.20 Additional Items based on Market Rate Analysis (Non - DSR Items) as per scope of work
for standard materials / items proposed to be used in this work for civil, electrical, fire fighting,
internal roads, horticulture works etc.

4.21 Getting fire NOC, NOC from local authorities for occupancy and environmental clearances
and other statutory approvals for final handing over

END OF SECTION-4

Page 22 of 23
TENDER No: TCIL/CIVIL/PD(NE)/2021-22/BTC/02 04.01.2022

SECTION-5

PROJECT EXPERIENCE

S. No Item Details

General Information

1 Customer
Name/Government Department

2 Name of the Contact Person and Contact details for


the Project

Brief Description of scope of Project

Size of the Project

3 Contract Value of the Project (in crore) excluding


taxes

4 Contract Value of the Project (in crore) including


taxes

Project Details

5 Name of the Project

6 Start Date & End Date

7 Current Status (work in progress in %, completed)

8 Contract Tenure

9 Type of Project

END OF SECTION-5

Signature Not Verified


Digitally signed by ANOOP SHARMA
Date: 2022.01.04 19:40:57 IST
Page 23 of 23 Location: eProcurement System for Central
PSUs

You might also like