You are on page 1of 36

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LTD

RITZ ANNEXE, SHIMLA-171 001

Tel. No: (0177) 2652704-06 Email: project.2@hptdc.in


Website: www.hptdc.in

Expression of Interest
HPTDC intends to invites sealed bids through e-procurement system from
Architect/Architect firms/ consultant/consultancy firms having experience in designing water
based structure for inhabitation of visitors, having registered with Council of Architecture (CA)
or with appropriate registering Govt. authority for preparation and submission of DPR which
includes concept and detailed architectural & structural drawings & designs, plumbing
layouts, electrical layout drawings, interior design drawings, estimate, BOQ, power point
presentation, showing all the components and master plan for the overall development of
Tourism Infrastructure at Tattapani having restaurant capacity (25 AC sittings plus 25 non
AC sittings) swimming pool, single cottage, approach jetty and protection arrangement of the
structure from flooding of river Satluj, public convenience etc. in all respect. The proposed
area will be selected after visit to Tattapani by the intending bidders. The bids shall reach in
the office of Executive Engineer-II, HPTDC Shimla on or before 22.03.2022 till 2.00 P.M.
(Through E-procurement) and hard copies till 22.03.2022 up to 2.00 P.M. The bids shall be
opened on the same day at 02.30 P.M. in the presence of Architect/ Architect firm
consultants/ consultancy firm or their representatives.

Other terms and conditions may kindly be downloaded from our website
https://hptenders.gov.in.

Executive Engineer

1
HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LTD.
RITZ ANNEXE, SHIMLA-171 001
Tel. No: (0177) 2652704-06 Fax No: (0177) 2652206
Email: project.2@hptdc.in
Website: www.hptdc.in

Expression of Interest

for

SELECTION/ APPOINTMENT OF ARCHITECTS/CONSULTANTS FOR


THE PREPARATION OF DETAILED PROJECT REPORT (DPR) FOR
DEVELOPMENT OF TOURISM INFRASTRUCTURE AT TATTAPANI
HIMACHAL PRADESH

E.O.I. Notice No. Proj/2-8/20-70

2
EOI SCHEDULE
Name of Authority Issuing EOI H P Tourism Development Corp. Ltd.
The Ritz Annexe, Shimla-171001

Date of Release of EOI 24.02.2022

Document download start date 24.02.2022 till 4.30 P.M.

Document download end date 22.03.2022

Bid submission start date 24.02.2022 at 4.00 A.M. onwards

Bid submission end date 22.03.2022 at 10.20 A.M.

Pre-bid Meeting 08.03.2022 11.00 A.M. to 1:30 P.M.

Last date for Submission of Bid in 22.03.2022, 2.00 P.M.


hard copies
Mode of Submission Online at hptenders.gov.in
Hard Copies to Executive Engineer-II on or before
22.03.2022 till 2.00 P.M.

Place of submission of Hard Copies Executive Engineer-II,


Himachal Pradesh Tourism Development Corporation Ltd.,
The Ritz Annexe, Shimla-171001 H.P.

Date of opening of bids 22.03.2022

Contact Information Executive Engineer-II,


Himachal Pradesh Tourism Development Corporation Ltd.,
The Ritz Annexe, Shimla-171001 H.P.
Phone: +0177-2652704-06
Email:- Project.2@hptdc.in
Website: http://www.hptdc.in

3
TABLE OF CONTENTS

No. Contents Page


SECTION – I : INVITATION OF EOI

1 Background 6
2 Contact Information 6
3 Pre-bid Meeting 6
4 Document Fee 7
5 How to Apply 7
6 How to Send the Proposal 9
7 Validity of EOI 9
8 Last Date for submission of EOI Documents 10
9 Opening of EOI Documents 10
SECTION – II: CONDITION OF EOI

1 Stipulated Time Duration of Services 11


2 Eligibility Criteria 11
3 Evaluation Criteria 14
4. Letter to qualified applicants 16
5. Dispute Resolution 17
6. Compensation of Delay 17
7. Termination of Agreement 18

8. Transfer of Interest 18

4
9. Proposal preparation of DPR-Payment Mechanism 19
10. Quality checks 20
11. Basis of DPR rates 20
12. Appointment of technical person at site by consultant 21
SECTION – III: SCHEDULE OF REQUIREMENTS

1 Invitation of Expression of Interest for design from Consultants/ 22


Consultancy Firms
2 The Assignment 22
3 Design concept 23
4 Zoning 23
5 Requirements 23
6 General Guidelines for DPR preparation 24
7 Internal Engineering Utilities Design Work 27
Annexures

A Covering Letter 29
B Letter of Authority 30
C Organizational Structure 31

D Details of Personnel 33
E Curriculum Vitae (CV) of Key Professionals 34
F Letter of Transmittal 35

5
SECTION – I: (INVITATION OF EOI)

1. Background:
The Himachal Pradesh Tourism Development Corporation Ltd., Ritz Annexe Shimla
Himachal Pradesh is a nodal agency that plays a pro-active role in the promotion of tourism
and facilitating the tourists visiting the State. This is done through a wide range of literature
and publicity material, participation in National and International fairs/meet, by
creating/upgrading infrastructure and transport amenities in the tourist places/destinations
and also creating new tourist destinations in the State. Govt. of Himachal Pradesh. HPTDC
Ltd. Ritz Annexe, Shimla intends to development Tourism Infrastructure at Tattapani
Himachal Pradesh in the reservoir of back water of Koldam on river Satluj. Therefore
HPTDC invites Expressions of Interest (EOI) from qualified & reputed Architect/ Architect
firms/ Consultant/ Consultancy Firms having experience in designing water base structures
for inhabitation of visitors, as per requirements given in Section – III of this document.
Contact Information:-
EXECUTIVE ENGINEER, DIVISION NO. 2
HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LTD.
RITZ ANNEXE, SHIMLA-171001
Tel. No: (0177) 2652704-06 Fax No: (0177) 2652206
Email: project.2@hptdc.in Website: www.hptdc.in

2. Pre-bid Meeting:-
The Pre-bid meeting will be held at address given at Sr. No. 1 above, on 08.03.2022 at
11.30 A.M. to sort out/ resolve queries raised by the prospective consultants regarding
the scope, conditions, terms and conditions etc. The prospective consultants/Architects
requiring any clarification on the EOI document may send their queries in writing or
through e-mail to the Executive Engineer-II, (project.2@hptedc.in) “Himachal Pradesh
6
Tourism Development Corporation Ltd., Ritz Annexe, Shimla-171001 (HP)” and will
be responded to these queries during the pre- bid meeting. The queries/doubts
/clarifications etc. must reach at least two days prior to the date of Pre-bid meeting. No
quarries will be accepted after pre-bid meeting i.e. on 08.03.2022
3. Document Fee:-
The EOI documents must be submitted along with Earnest Money Rs. 15,000.00 and
Tender Cost/document fee of Rs. 5000.00 inclusive GST (non-refundable) in the form of
Demand Draft drawn on a Nationalized Bank in favour of Managing Director, Himachal
Pradesh Tourism Development Corporation Ltd, Ritz Annexe, Shimla.
4. How to Apply:-
The documents as listed below should be submitted online at hptenders.gov.in as well
as in hard copies before last date of time of submission of bids. For participating in the
above e-tendering, the bidders shall have to get themselves registered with
https://hptenders.gov.in and get user ID & password. Digital Signature Certificate (DSC) is
mandatory to participate in the e-tendering process. In case of any discrepancy between
online and offline documents, only online documents will prevail without the hard copy
the document submitted online will not accepted. The bids are to be submitted in the
form of hard copy in the three respective SEALED envelopes, as given below.
a) Envelope – 1:

Demand Draft towards Document Fee and Earnest Money.

b) Envelope – 2:

i. Cover letter as per Annexure – A.


ii. Authority letter as per Annexure – B.
iii. Information about Organizational Structure, as per Annexure – C.
iv. Details of personnel, as per Annexure – D.
v. Curriculum Vitae (CV) of Key Professionals, as per Annexure – E.

7
vi. Letter of Transmittal, as per Annexure – F.
vii. The copy(ies) of valid registration/incorporation certificates of the firm(s) along
with the copies of relevant documents.
viii. Copy of PAN Card.
ix. Copy of GST registration.
x. The document establishing that Architect/Architect Firm/consultant/Consulting
firm or any Director or associate of the consultancy firm has a work
experience of 10 years (minimum) in the area of providing consultancy
services.
xi. An undertaking as per the following on an official letter head of the firm (or the
sole applicant).

I/We have read the EOI conditions and having accepted all the terms
and conditions and send herewith all the required documents for being
considered for appointment as Consultant (Design& Supervision). In the
event of getting selected, I /We undertake to carry out the full scope of
work as per the terms and conditions of the client.

Signature

(Name and seal of the firm)

xii. A write-up on the Design Philosophy (not more than 5 pages) adopted by the
firm in similar works completed and proposed Design Philosophy for this
assignment.
xiii. Details of work executed for previous works of similar nature with names,
addresses and other contact details; drawings, sketches, photographs etc. in
hard copies as well as soft copies (for projection purposes should be
included). Submit the copies of work order and completion certificates.
xiv. Details of work order or award letter for design of a project of value one work
of equal or more than Rs. 4.00 Crores or 2 works of 2.50 Crore of each work
in last 10 years for any State/ Govt. Institution/ reputed trusts/organization
water based projects.

8
xv. Details of global presence, if any.
xvi. Details of various personnel employed/engaged by consultancy firm–
architect, landscape designers, graphic designers and historians of national
repute and environmental/ botanical expert.

c) Envelope-3:
Financial Proposal

The financial proposal/financial bid shall be opened only of the bidder i.e.
Architect/ Architect Firms/ Consultants/ Consultancy Firms, who will secure
60% marks in technical qualification.

6. How to send the Proposal


All bids must be uploaded at www.hptenders.gov.in and send hard copies to the
address as given in the EOI schedule. The applications should be in a sealed envelope.
The outer cover of the envelope should be super scribed the following:-
PROPOSAL FOR TATTAPANI
Himachal Pradesh Tourism Development Corporation Ltd.
Ritz Annexe, Shimla-171001.

E.O.I. Notice No. Proj/2-8/20-TDC Dated 23.03.2022

(Bids must also include a soft copy (in Pen drive) of the complete documents. This
submission should reach the Department on or before the last date and time of submission
of EOI as given in the EOI schedule. The Himachal Pradesh Tourism Development
Corporation Ltd. will not take any liability for applications received after the due date and
time, for any reasons.

NOTE: Submittals will not be returned to the Applicants and shall become the property
of the Himachal Pradesh Tourism Development Corporation Ltd. For any further
clarification, the applicants can contact the Executive Engineer-II HPTDC Ltd. Ritz Annexe,
Shimla. (As per the contact details given in the EOI schedule).

7. Validity Of EOI
The EOI shall be valid for a period of 120 days from the last date of submission.
9
1. Last Date for submission of EOI Documents
Last date for submission of EOI documents is given in the EOI schedule. The hard
copy of documents can be submitted in person or can be sent through speed post/courier,
so as to reach on or before the last date and time stipulated in this document. Himachal
Pradesh Tourism Development Corporation Ritz Annexe, Shimla-171001 Ltd. shall not
be responsible for postal / courier delays, if any, or any other reason for non-receipt of
document in the specified time and it will result in disqualification/rejection of the bid. In case
of damage of Pen drive during postal/ courier, the firm is entirely responsible for his/their
rejections.

2. Opening of EOI Documents


The EOI Documents will be opened by the committee, in the presence of the
applicants or their authorized representatives (maximum two with an authority letter from the
applicant), who choose to attend on 23.03.2022 at 02.30 P.M. at the address given at para
2 above.

(END OF SECTION – I)

10
SECTION – II: CONDITIONS OF EOI)

1. Stipulated Time Duration of Services:-


The designs and allied consultancy services that are required for commencement
of work should be provided within one month from the date of award of contract. However,
the selected consultants/consultancy firm are required to provide the detailed survey,
architectural design, structure design, consultancy services for supervision, preparation of
DPR, preparation of BOQ and allied consultancy such as to short list the contracting firm/
contractor for execution (such as in process of call of NIT, etc as/ if required by client
department). The selected consultants are required to associate within client department till
the defect liability period of completion of work by contractor or contracting firm. The
consultant/consultancy firms are require to prepare power point presentation to be shown
during technical evaluation or as required by client department.

2. Eligibility Criteria:-
The firm should clearly indicate, who will take the responsibility for all the
deliverables and with whom the Authority will deal with and make payments to. Only those
who satisfy the stipulated criteria given below shall qualify for next stage and will be
considered for further processing of financial bids.
The following criteria are applicable to the applicant firm/partners/directors
consultants/ the consultancy firms:
1) The applicant firm/partners/directors must be an Indian entity, having an office in
India and should be registered firm or individual with the Central Govt. or any State
Govt. bodies.
2) The applicant firm/partners/directors should have a valid GST registration.
3) The applicant firm/partners/directors should not be a loss-making Firm and shall
submit proof in its support.

11
4) The applicant firm/partners/directors should be experienced in the field of designing
water based projects. Its Principal(s) (i.e. partners, directors etc.) should have
necessary registrations and must be full time with the firm as on the date of floating
of EOI. They should also be registered practitioner in the field for at least last 10
years in the area of providing consultancy services for architectural design, structural
design, also in water based structure works.
5) The applicant firm/partners/directors should submit the details of completed works.
6) The applicant firm/partners/directors should have work order award letter for projects
by government or govt. bodies or reputed trusts/ organization. The applicant should
submit the work done certificate in this regard from the office of Executive Engineer
or equivalent competent authority after with the seal of his office in original to
authenticate their claim.
7) The applicant/ firm/partners/Directors should have executed consultancy work order
for design and preparation of DPR either one project of value equal or more than Rs.
4.00 Crore or two projects of 2.5 Crore each that for water based projects from
Government or Govt. bodies or reputed trusts/ organization for the last 10 year.
8) The applicant firm/partners/directors should have sufficient qualified staff such as
Architect, Structural Engineers, Environment list/Botanical expert in the panel with
relevant qualification and experience.
a. Curriculum Vitae of the Experts:
The Bidder shall provide the CVs of the Experts as follows:
Chief Architect– 01 Nos.
o Should have B. Arch degree from a reputed college/ university.
o Should have an experience of minimum 10 years.
o Should have an experience of designing of at least two number of Tourism
related infrastructure.

12
Architect– 02 Nos.
o Should have B. Arch degree from a reputed college/ university.
o Should have an experience of minimum 5 years.
o Should have an experience of designing of at least one number of Tourism
related infrastructure.

Civil Engineers– 02 Nos.


o Should have B. Tech. degree from a reputed college/ university.
o Should have an experience of minimum 10 years in Civil Engineering
Design, Cost Estimation and Construction.
Structural Engineers– 01 Nos.
o Should have M. Tech. degree from a reputed college/ university in Structural
Engineering.
o Should have an experience of minimum 10 years in structural designing of
Residential and Non Residential Buildings/ Tourism related infrastructure.
9) The applicant firm/partners/directors should have experience in Design and Modeling
software.
10) The bidder/ applicant firm/partners/directors required to submit PPP (power point
presentation) during the submission of documents in hard copy of project showing all
the components of the project including entries and exist with proposed Master Plan.
11) The bidder/ applicant firm/partners/directors shall furnish affidavit in support of
correctness of all the documents.
12) The bidder /applicant firm/partners/directors should have audited average annual
financial turnover of Rs. 15.00 lacs or above for last five financial year.
13) HPTDC, however reserves the right to restrict the list of such qualified bidders to any
number deemed suitable by it.

13
14) The consultant or his associates appointed through this EOI will not be allowed to
participate in the bidding process for the execution of this project directly or
indirectly if found so he/ she will be punished under law of land

15) Even though any bidder may satisfy the above requirements, however he would be
liable to disqualification if he has:

(a) Made misleading or false representation or deliberately suppressed


the information in the forms, statements and enclosures required in the
eligibility criteria document,
(b) Record of poor performance such as abandoning work, not properly
completing contract, or financial failures/weakness etc.
(c) In case the conditions mentioned above is found violated at any time after
opening of tender, the tender shall be summarily rejected and HPTDC shall,
without prejudice to any other right remedy, be at liberty to forfeit the Earnest
Money Deposit as specified above.
3. Evaluation Criteria:-
Minimum Qualifying Criteria: Following parameters shall be used for the technical

evaluation:-

No. Parameters Marks


1. Experience of Designing project ( for the last 10 years) of similar nature 20
(water based projects)
One work = 4.00 Crore or above
Or two work 2.5 Crore each

14
2. Technical qualified staff (Permanent staff) or in panel. (Qualified personnel
with adequate experience in Design work, Coordinating and integrating all
Engineering utilities such as Architects, Environmentalist Expert, Graphic
Designers, Structural Engineer and persons having experience in the field of
designing of water based structure considered for evaluation) (As per Section-II
Clause-7)
(a) Less than 5 0 marks 20
(b) 5-10 10 marks
(b) 10-20 & above 20 marks

3. Average Annual Turn Over (For the last Three Financial Years)
Less than Rs. 14.99 Lacs 0 Marks
Equal or More than Rs. 15.00 lacs and above ---- 15 marks 15

4. Presentation regarding “Water based structure to be built at


Tattapani” in PPT presentation showing all the components of the
project.
1. Understanding of the project. 15
2. Concept Master Plan of Tattapani project 15
3. Innovativeness of the project concept
15
(Soft copy to be submitted along with proposal)
TOTAL MARKS 100

Evaluation will be carried out independently & different firms will be selected on their
composite scores of technical evaluation. The applicant(s) securing minimum marks as
given below will only qualify for further processing:-

Minimum 60% aggregate marks in technical evaluation and atleast 50%


marks in each parameter of evaluation criteria Sr. No. 1 to 4 above.

I) The applications for the EOI received within the due date time will be scrutinized by a
Committee, specially constituted for this purpose by the Government/ Managing Director
HPTDC. Merely fulfilling all the requirements shall not entitle the firm(s) to qualify in the

15
EOI. Out of the short listed firm(s) final selections shall be based on presentation as
mentioned in Sr.No.4.
II) The Committee will scrutinize the bids and applications and will shortlist the applicants
as according to the criteria.
III) The applicant firm/partners/directors will be evaluated following as described below:
a) Step 1: The committee will scrutinize the demand drafts submitted by each bidder
towards document fee and earnest money. The bids without document fee and
earnest money will be rejected and bids will declared as non-responsive. Merely
fulfilling the eligibility criteria shall not entitle the application for next step.
b) Step 2: The applicants will be awarded marks based on various parameters as per
the procedure outlined in Evaluation Criteria and other conditions of EOI. Only
financial proposal of the bidders will be opened who will qualify in the in technical
evaluation.
4. Letter to Qualified Applicants:-
a) Those firm(s) shortlisted on the basis of above criteria, after the scrutiny by the
Committee would only be issued a separate letter or email by Himachal Pradesh
Tourism Development Corporation ltd. Ritz Annexe, Shimla-171001 to participate in
the further process of financial opening.
b) The bidders are advised to be ready with the necessary documentation for the same and
to furnish their detailed proposals (drawings, sketches, PPT details, photographs and
video graphical walk-thru presentation of project showing all the components of the
project in presentation etc.) within the due date specified.
c) No travelling allowance etc. would be admissible nor would any other expenditure be
reimbursable for this purpose.
d) The discretion and decision of the Committee Constituted with respect to proposals
and short listing of the consultant(s) shall be final and not open to challenge in any court
of law or arbitration panel. Himachal Pradesh Tourism Development Corporation

16
Ltd. reserves the right to accept or reject any or all the proposals without assigning any
reason.
e) The successful Bidder would be required to enter into an Agreement with the Himachal
Pradesh Tourism Development Corporation Ltd. within the period of 15 days from
the date of issue of letter of intent (LOI or letter of award).
5. Dispute Resolution:-
The Himachal Pradesh Tourism Development Corporation Ltd will designate
Executive Engineer, as Engineer-in-charge for the construction of “Development of
tourism Infrastructure at Tattapani”. In case, a dispute arising between the
Consultant(s) and Engineer-In-charge, it will be referred for resolution to the dispute
resolution body which shall have consent of both the parties. If the dispute persists
Managing Director, HPTDC Ltd. will refer the matter to a Sole Arbitrator who shall be
nominated by the Government and proceedings will be as per Arbitration and
Conciliation Act 1996 (with latest amendments). For any appeal to legal authorities, the
jurisdiction will be that of the Hon’ble Courts situated at Shimla.
6. Compensation for Delay:-
A time schedule fixing the timelines for various milestones of the design process
will be as per the award letter issued. This will also be linked to the release of
installments of fees. Compensation at the rate of 0.25% of the relevant fee amount per
week shall be recovered for delay in completing the stages of assigned work as per
milestone chart, subject to a cumulative maximum of 5% of the total fees payable. If any
delay of the Consultant was due to delay in issue of approvals by Himachal Pradesh
Tourism Development Corporation Ltd. or any other statutory authorities, it will be
taken into account while deciding on the levy of compensation. The decision of the
Engineer in-charge in deciding the compensation will be final and binding.

17
7. Termination of Agreement:-
The agreement may be terminated at any time by either party by giving a written
notice of 30 days. In the event of the termination of the agreement by Himachal
Pradesh Tourism Development Corporation Ltd., the Consultant(s) shall not be
entitled to any compensation or damages by reason of such termination but only to the
fees for the milestones of assigned work actually achieved (Based on actual
submissions) up to the date of notice. In case of termination by Himachal Pradesh
Tourism Development Corporation Ltd. for non performance by the Consultant or the
Consultancy firm terminating on his/their own, the security deposit will be forfeited.
8. Transfer of Interest:-
So long as the agreement subsists, the consultant shall not assign, sublet or transfer
its interest in this agreement, without the written consent of the HPTDC.

• The HPTDC shall have the right to modify/change the concept drawings &
design as per its requirements at the time of finalization of architectural, working
drawings and DPR.
• The Architects shall have to furnish the complete architectural/structural
drawings, working drawings, estimates and bid document within 30 days after
the approval of concept design.
• The Architects/Consultant should ensure site visits whenever required by the
HPTDC so that the work does not suffer due to delay on the part of Architects/
Consultants. The HPTDC will not make any payment to the
Architects/Consultant for the visits of the site in connection with the normal
supervision of the project.
• Whenever the Architects/Consultants/Structural Engineers are called by the
HPTDC for providing technical services, it is mandatory to provide technical
services at site.

18
9 Proposal Preparation of DPR-Payment Mechanism Preparation of DPRs and
bidding documents will be on deliverable basis. Review and subsequent changes in
design reports only due to change of client’s decision, preferences for construction
supervision in the field will be on input based services. Accordingly, payment for DPR
and other services will be considered as under:

For the preparation of DPRs and bidding documents manpower costs, all
travel costs, Office Establishment, Equipments and Consumables, Printing &
Stationary, Communication, Utilities, Boarding & Lodging, staff allowances, etc. – all
related to consultancy team.

Absence of any member of team during urgent nature of work as required at


site will cause deduction on pro-rata basis, except for absence during Sunday and
Holidays.

The cost for preparation of project report, site images, detail


architectural/structural drawings/designs, detail estimation/BOQ, NIT, bid document,
assistance in bid evaluation and DPR preparation will be paid by HPTDC as per
following schedule for the quoted amount:-

1 On approval of site images, Concept drawings/design and 25%


project report. (Timeline for consultant to supply above
documents is 10 days after award.)
2 On Final Detail architectural & structural drawing/Design, 20%
specifications + 60% GFC Drawings, cost estimation and
BOQ. (Timeline for consultant to supply above documents is
20 days after award)
3 On preparation DPR and Bid Documents. (Timeline for 20%
consultant to supply above documents is 30 days after
award).
4 Left out architectural & structural drawings/design, colour 20%
scheme etc. and support during Execution Period
5 Completion drawings (Timeline for consultant to supply within 15%
15 days after completion).

19
This fee shall include all costs related to DPR finalization, manpower costs,
normal site visits, lodging & boarding, equipments & consumables, copying, printing &
stationary, communication, utilities, staff allowances, etc. no reimbursable of expenses
shall be allowed.

If, for any reason whatsoever, it is necessary to drop project/subproject


Architect/Consultant shall accept the client’s decision in this regard. If any inputs have
been provided by Architect/Consultant for such works, it shall be paid on the pro-rata
basis for the services rendered by consultant.

No additional compensation shall be granted if the works cannot be


completed within the contract duration. No escalation on account of contract award
price of variation due to extra/excess items or inflation shall be considered.

The part of your payment in the Design Stage is scheduled against “Support
during Execution Period”. In this stage, payment to the consultant will be made in
proportion to the payment made to the contractor.

The expenses incurred by you on your Supervision Team with Support Staff
such as Design Engineer, Architect, Draughtsman, Surveyor, etc. Vehicle/Local
Transport, Office Establishment, Utilities, Boarding & Lodging, staff allowances, etc. –
all related to Supervision Team during normal site visit shall be borne by the
Architect/Consultant/consultancy firm and nothing shall be paid by HPTDC.

10. QUALITY CHECKS: For quality checks of material consultant/ consultancy firm
should proactive to get check all the equipments as per the specification and
certificate to this effect of quality shall be submitted by the selected consultant during
construction. After completion of project consultant will issue certificate to
authenticate the quality and design of the project.

11. BASIS OF DPR RATES:- The DPR may be prepared first on the basis of HPSR, if
any items not included in HPSR , DSR or CPWD schedule of rates may be followed.
In case of extra items which are not mentioned in above schedule of rates, may be
incorporated on the basis of prevailing market rates with supporting documents, such

20
as quotations and analysis of rates. All the DPR items should be supported by
analysis of rates as prevailing in the market.
12. Appointment of technical person at site by consultant: The consultant will
require to appoint regular technical person at site who is well versed with the naval
technicalities of commissioning and smooth execution of the project and will assist
HPTDC’s engineer to surprise the work as per the clause of the agreement during
the execution of project.

(END OF SECTION – II)

21
SECTION – III: SCHEDULE OF REQUIREMENTS

1. Invitation of Expression of Interest from Architects Consultants/ Consultancy


Firms for Design:-
HPTDC intends to invites sealed bids through e-tendering system from
Architect/Architect firms/ consultant/consultancy firms registered with Council of
Architecture (CA) or with appropriate registering Govt. authority having experience in
designing water based structure for designing of restaurant having capacity 25 AC sitting
and 25 non-AC sitting, swimming pool, single cottage, jetty and protection arrangement
for whole structures from the floods in the river Satluj, public conveniences and complete
anchoring arrangement of whole structure, submission of DPR which includes concept
and detailed architectural & structural drawings & designs, plumbing, electrical layout
drawings, interior design drawings, estimate, BOQ, power point presentation, walk-thru
presentation of projects showing all the components and master plan for the overall
Development of Tourism Infrastructure at Tattapani (HP) proposed to be executed
by HPTDC. It is envisaged that the campus will be developed in phased manner. Master
Plan should be self explaining about the proposed components and for future expansion
to be developed in later stage such as staying places (approach paths and public
conveniences etc. The entries to the all the components should be barrier free.
2. The Assignment :-
Designing, Planning, Structural and Internal Engineering Utilities (IEU) designs;
Specifications presentations for the approval for the Govt., PPT, video graphical
walk-thru presentation of project showing all the project components. Soft and hard
copies of detail architectural, structural calculations and Bill of Quantities (BOQ) etc. for
facilities (indoor and outdoor) and other amenities for the development of the project and
preparation of Detailed Project Report (DPR) including architectural drawings and
estimates and other related documents (both of hard as well as in soft copy) for

22
designing restaurant having capacity 25 AC sitting and 25 non-AC sitting, swimming
pool, single cottage, jetty and protection arrangement of whole structures from the floods
in the river Satluj, public conveniences and complete anchoring arrangement of whole
structures.

The whole structure should be safe during the variation in water level of the
reservoir as well as during flood situation in river Satluj.
Design Concept:-
The Master Plan will be prepared by the Consultant appointed by the Himachal
Pradesh Tourism Development Corporation Ltd.; and all the facilities should be
designed within the reservoir of Koldam on river Satluj after paying the visit at site
3. Zoning:-
• The zones should be within the reservoir allocated in the Master Plan, each with its
own area for future expansion with an optimum economy use of the area available. The
approach to “above complex” should be clearly shown on Master Plan with indicative
signs.
• Circulation within each zone should be pleasant, safe and barrier free.
4. Requirements:-
1) Providing consultancy with preparation of DPR and other related documents.
2) The design assignment for the development of the “restaurant, swimming pool
and approach path
3) Supervising the project till its completion.
4) Any other work related to the project as per the direction of Himachal Pradesh
Tourism Development Corporation Ltd.
5) Master Plan showing the components to be developed in future expansion and
planning in phase wise as required.
6) Protection arrangement around proposed structures from floods occurring in river.

23
5. General Guidelines for DPR Preparation

a) Structure and Content of DPR


A typical structure of DPR is shown below in structure of detailed project
report. This may be modified based on specific project requirements. It is important
that the DPR covers all aspects related to the project comprehensively. Content of
the DPR is also presented. Under each topic, proper, systematic and detailed
coverage of all relevant items must be included to avoid any errors and omissions.
The DPR shall include descriptive texts, tables, sketches, graphs, figures, maps,
etc.

b) Quality of DPR
The DPR shall include inputs from all relevant experts, consultations basis of
design formulation and adoption of compliance with all applicable
standards/norms/polices/guidelines/regulations/ codes etc. Acceptance of the DPR
by the client does not absolve the consultants of their responsibility of completeness
and correctness of any content of the DPR.
c) Inputs to DPR
Inputs to DPR shall include:-
o Client’s requirements,
o Any other stakeholders’ requirements,
o Conditions imposed by any rules/ regulations/ policies/ clearances/
approvals etc.
o Site-specific features
o Any other.
d) Output of DPR

Outputs of DPR shall include drawings, bid documents, specifications, etc.


essential for contract award and execution of works at site. Additional outputs
during execution may be required in form of balance GFC drawings, additional
design details, clarifications, any corrections.

e) Approval of DPR

DPR approval process may involve a number of experts as required by the


client. This may also include representatives of any other public/private agency.
24
DPR approval process may require multiple stage submissions, presentations,
discussions.

STRUCTURE OF DETAILED PROJECT REPORT (DPR)

VOLUME I:- DETAILED PROJECT REPORT

1. Table of Contents
2. List of Tables
3. List of Figures
4. List of Annexure
5. Abbreviations
Executive Summery
1. Introduction
1.1 Project Background
1.2 Project Objectives
1.3 Location Map & Context
1.4 Existing Situation/Characteristics/Features (including physiography,
topography, hydrology, climate,
1.5 Scope of Work
1.6 Approach & Methodology.
2. Preliminary Investigations and Surveys
2.1 Primary Data collection
2.1.1 Other Investigations
2.2 Secondary Data Collection from Documents /Departments
2.2.1 Existing Maps/Records
2.2.2 Past Studies/Literature Review
2.2.3 Other published data (such as census/hydrological/ climate etc.)
3. Assessment of the Project Requirements
3.1 Design Parameters/Standards/Norms/Polices/Bye-laws/ Regulations
etc.
3.2 Demand Calculations
3.2.1 Area/Building/Component of Development-quality of work.
3.2.2 Infrastructure Development-size/capacity/length.

25
3.3 Other influencing/relevant factors (including constraints, relocation of
utilities/activities/uses, material availability, etc.)
4. Compliances, Detailed Design of Project Components
4.1 Comments
4.1.1 Design Objectives
4.1.2 Design Considerations/Basis
4.1.2.1 Geotechnical and Topographical Considerations
4.1.2.2 Functional Considerations
4.1.2.3 Any other Considerations (such as dead/live/wind loads,
seismic factor, environmental criteria, etc.)
4.1.2.4 Stability analysis against wind and tidal forces.
4.1.2.5 Provision of sanitation tank to hold sewage or any other
methodology to be adopted for handling the sewage and
solid waste.
4.1.2.6 Measures to be taken for increase the durability of structure
resulted due to the presence of harmful
chemical/environmental factors.

4.2 Design Alternatives


4.3 Comparative Evaluation and Recommendation
4.4 Detailed Design with applicable BIS Code, CPWD Specifications, etc.
4.5 Specific Construction/Implementation Guidelines
4.6 Specific Operation & Maintenance Guidelines
4.7 Turn-key Components (Specifications/Performance Requirements,
Technology Alternatives).

5. Cost Estimates
5.1 Rate of Analysis shall be based on HPSR/CSR/DSR/Market Rates and
rates notified by the State Govt.
5.2 Specifications for Materials and Works-References/Specific
Considerations only.
5.3 Bill of Quantities -Approach/Specific Considerations only.
5.4 Cost Estimates - Component-wise - Approach/Specific Considerations
only (including costs of relocation of utilities/activities/uses, land
acquisition, etc.).
26
5.5 Summary Cost Estimates.
6. Project Implementation
6.1 Project Implementation Schedule
6.2 Implementation Guidelines
6.3 Clearances/Approvals will be obtained by client Department
6.4 Coordination with Line Agencies
6.5 Specific Requirements of Contractor’s Eligibility (experience, staff,
equipment, etc.)

VOLUME II: - DRAWINGS

Drawings shall be printed in colour on ISO A1 size paper for submission. All
drawings shall be marked ‘TENDER DRAWINGS’. However, at least 60% of these
shall be ‘Good for Construction’ level covering all important work components.
VOLUME III:- Detailed Specification of works and Items.
VOLUME IV:- Detailed BOQ /Abstract Of Cost Along With Detail Analysis
Of Rate /Detail Of Measurement.
VOLUME V:- Safety Manual
VOLUME VI- Quality Manual
7. Internal Engineering Utilities Design Work:-
• Campus design and details.
• Schedule of finishes (flooring, walls internal and external, ceiling).
• Structural design and detailed calculations in Soft and Hard copies.
• Electrical design including circuit layout of lights, fitting and fans, condition layout,
layout of 5A,15A,32A and other power outlets. Schematic layout of furniture for
provision of power points. Routing and method of carrying IT cables and identifying
Hub rooms/areas.
• Layout of washbasins, WCs, urinals for toilets other water points and drains
arrangements for sinks, design of STP if required.
• Sewer lines from toilets up to the last disposal point.
• Built-in-fire-fighting systems including sprinkles, water piping and storage tanks on
terraces with down comers etc. wherever applicable or required.
• Layout of typical false ceiling where necessary (Appropriate systems for Air-
conditioning like VRF/VRV, local Split units etc. as directed).
• Sound system for Amphitheatre.

27
• Lighting protection system where applicable.
• BMS where applicable.
• Diesel Generators where applicable.
• Detailed specification and BOQ’s for all the above. For non-SR items, rate analysis
supported by market quotations should be submitted.

(END OF SECTION – III)

28
ANNEXURE – A
Covering Letter

(To be submitted in original on letterhead)

Date:

To:

The Managing Director,


HPTDC Ltd.
RITZ ANNEXE, SHIMLA-171001

Subject: EOI Notice No. Proj/2-8/20-70

Dear Sir/ Madam,

We, the undersigned, offer to provide theme, design and allied services to
response to your EOI notice No. Proj/2-8/20-70. We are hereby submitting our proposal
for the same.

We hereby declare that all information and statements made in this proposal
are true and we understand and accept that any misinterpretation by us, may lead to our
disqualification.

We agree to abide by all terms and conditions of the EOI document. We


would hold the terms of our proposal valid for 120 days as stipulated in the EOI document.

We understand you are not bound to accept any Proposal you receive. The
undersigned is authorized to sign this bid document. The authority letter to this effect is
enclosed.

Yours sincerely,

Authorized Signatory:
Name and Tile of Signatory:
Email:
Mobile No:

29
ANNEXURE – B
Letter of Authority
(To be submitted in original on letterhead)
Date:

To

The Managing Director,


HPTDC Ltd.
RITZ ANNEXE, SHIMLA-171001

Subject: Letter of Authority for EOI

Dear Sir/ Madam,

We, M/s ----------------------------- (Name of the bidder) having registered office at -------
----------(address of the bidder) herewith submit our bid against the said EOI notice.

Mr./Mrs. ----------------- (Name and designation of the signatory), whose


signature is appended below, is authorized to sign and submit the bid documents on our
behalf against said notice for EOI.

Specimen Signature:

The undersigned is authorized to issue such authorization on behalf of us.

For M/s --------------- (Name of the bidder)


Signature and Company seal
Name
Designation
Email
Mobile No.

30
ANNEXURE – C

Organizational Structure

1 Name and Address of the applicant with


telephone No./Fax No./ Email ID.
2 Year of Establishment:
Date & Year of commencement of
practice.
3 Legal status of the application (attach
copies of original document defining the
legal status):
a) A proprietary firm
b) A firm in partnership
c) A Limited Company or Corporation /
LLP /Joint venture / Consortia
4 Name of Directors (Proprietor, partners
etc.) & other executive with designation

5 Designation of individuals authorized to


act for the organization
6 Total No. of professional staff (In house)
Planners:
Designers:
Structural Engineers:
Quantity Surveyors:
MEP Engineers:\
Environmentalist/ Botanical Expert
Other:
7 Associates

31
8 Has the applicant or its partner in case of
partnership firm, ever abandoned the
awarded project its completion? If so, give
name of the project and reason for
abandonment.
9 Has the applicant or any constituent
partner in case of partnership firm or
consortium, ever been debarred /black
listed for competing in any organization at
any time? If so, give details.
10 Has the applicant or any constituent
partner in case of partnership firm or
consortium, ever been convicted by a court
of law? If so give details.
11 In which field of Consultancy, the applicant
has specialization & interest

12 Address of office nearest to …….

Signature and stamp


along with
Date and Place.

32
ANNEXURE – D

Details of Personnel

This form should provide the details of personnel (both In-house and in tie-up
arrangements) who shall be available for the assignment.
S.No. Services Availability Nos. of staff members with experience
of Services (provide separate numbers for in-house and tie-up
arrangements)

More than 10 Between 5 & 10 Less than 5


years years years

1 Chief Architect Yes/No

2 Architect/Naval Architect/Expert in Yes/No


water based structure designing.

3 Architect/ Designers Yes/No

4 Landscape design Yes/No

5 Structure Engineer Yes/No

6 Public Health Eng. Yes/No

7 Electrical Engineering Yes/No

8 Mechanical Engineering Yes/No

9 HVAC Engineering Yes/No

10 Civil Engineers Yes/No

11 Environmental Engineering/ Yes/No


Botanical Expert.
Signature and stamp

Date and place.

Note:
1. Most of the personnel such as Architect, Planner, Designer etc. services should only be in-house.
2. In case any services are outsourced, the firms must provide an undertaking that the firm shall take full responsibilities of
timely deliveries without deficiencies.

33
ANNEXURE – E

Curriculum Vitae (CV) of Key Professionals

The following need to be provided by applicant for its key professionals.

Name

Date of Birth --------------------------------------Nationality

Years with Firms

Membership in Professional Societies:

Task/ Role to be assigned in this project:

Employment Record:

Certification

I, the undersigned certify that to the best of my knowledge and belief, these bio-data
correctly describe my qualifications and experience of my staff/ or collaborators and
myself.

Date:

Signature(s) of the Applicant(s) with seal

34
ANNEXURE – F

Letter of Transmittal

(The following need to be provided by applicant on its Letterhead.)

To

The Managing Director,


HPTDC Ltd.
RITZ ANNEXE, SHIMLA-171001

Sir/ Madam,

Sub: Your EOI Notice No. ---------------------------------------------------------.

I /We do hereby submit my/our offer and if these offers are accepted
undertake to provide Consultancy services for Design Package comprising of:

• Designing, Planning, Structural and Internal Engineering Utilities (IEU) designs;


Specifications and Bill of Quantities (BOQ) etc. for Facilities (indoor and outdoor) and
other amenities for the development of the Tourism Infrastructure at Tattapani having
restaurant capacity (25 AC sittings plus 25 non AC sittings) swimming pool, single
cottage, approach jetty and protection arrangement of the structure from flooding of river
Satluj, public convenience and preparation of Detailed Project Report (DPR) including
architectural drawings and estimates and other related as per Section-III of EOI.
I/ We fully understand that the written agreement to be entered into between me/us and
Himachal Pradesh Tourism Development Corporation Ltd. shall be the foundation of
the rights and responsibilities of both the parties and the agreement for the Consultancy
services and shall not deemed to come into force until the agreement has been signed
by me/us and then by the officer authorized to enter into contracts on behalf of
Himachal Pradesh Tourism Development Corporation Ltd.

35
I also understand that Himachal Pradesh Tourism Development Corporation
Ltd reserves its rights to appoints consultants for “Tourism Infrastructure at
Tattapani”.
I /We fully understand and agree that for all services outsourced by me/us.
I/We myself/ourselves will have to take full responsibility for the timely delivery without
any deficiencies.
I/We also understand that all designs submitted during the evaluation purpose are only
for the selection of the consultant, and that the final design and detail will have to be
worked out based on addressing and requirements of the Himachal Pradesh Tourism
Development Corporation Ltd

( Signature of the Applicant )


Date:
Name:
Seal:

Signature Not Verified


Digitally signed by R M Sonni
Date: 2022.02.25 11:53:53 IST 36
Location: Himachal Pradesh-HP

You might also like