You are on page 1of 10

Ujjain Development Authority, Ujjain

Tender ID No.: UDA/ET/22/40 Date 27-12-2022


Portal website https://mptenders.gov.in/nicgep/app

Request for Proposal (RFP) for


Empanelment of Consultants and
Architects for various works of UDA

Ujjain Development Authority, Ujjain


Vishala Bhawan Bhartpuri Adminstrative Zone,
Dewas Road Ujjain (M.P.) Pin – 456010
Email: udaujjain@gmail.com
Website- www.udaujjain.org

1
Ujjain Development Authority,Ujjain
Vishala Bhawan Bhartpuri Adminstrative Zone,
Dewas Road Ujjain (M.P.) Pin – 456010
Email: udaujjain@gmail.com
Website- www.udaujjain.org

NIT NO.: UDA/ET/22/40 DATE: 27-12-2022

Request for Proposal (RFP)


Ujjain Development Authority (UDA) invites Online request for Proposal (RFP)
for Empanelment of Consultants and Architects for various works of UDA.
Help manual to the contractors can be seen on the portal of e-procurement
system.

Cost of RFP
S.No. Bid Security Eligibility
Name of work Document + GST
(Rs.) criteria
(Rs.)
Request for Proposal (RFP)
1 for Empanelment of
Consultants and Architects for 50000/- 5900/- As specified in
various works of UDA (Non-Refundable) RFP documents

Note:
Tender Documents can be purchased online from 28.12.2022-10:30. up to 13.1.2023-17:30 from website
https://mptenders.gov.in/nicgep/app
1. The Bid data should be filled in all the envelopes and the documents which are to be uploaded by the bidders
should be submitted online between 28.12.2022 10:30 upto 13.1.2023 17:30 The Contractors shall submit the
qualification information in the prescribed proforma for assessment of eligibility in online with separate online
Envelope –A & Envelope- C.
2. Since, the bids for the tender are required to be digitally signed using Class III digital certificate (Web based) of
the authorized representative of the firm, Contractors are advised to obtain the same at the earliest. Further
information on the same may be obtained from, Executive Engineer Ujjain Development Authority (UDA), Ujjain
3. The Earnest Money Deposit Envelope (Envelope - A) shall be opened online after 16.1.2023 - 10.30 in the
presence of any intending contractors or their representatives, if they choose to be present. After assessment of
eligibility of the tenderers by the competent authority, Envelope – ‘C’ (Price Bid in Envelope – ‘C’) of only
qualified Contractors shall be opened online after 16.1.2023 10.30
4. Online Earnest Money Deposit of 50000/-. in favour of Ujjain Development Authority A/c …………………..(Tenderer)
shall only be accepted.
5. The date of Prebid meeting is 5-1-2023, 15:00

1. Amendments to NIT, if any, would be published on website only, and not in newspaper.
2. Any type of exemption in Tender Form Fees / EMD will not be allowed and Tender without
Tender form Fees / EMD shall be rejected prima-facie.
3. If you have any Technical query regarding this tender please write to Shri KC patidar, Exceutive
Engineer Mobile no. 98265795595 and Shri Mahesh Chandra Gupta, A.E. Mobile no.
9407125756.

(KC Patidar)
Exceutive Engineer
Ujjain Development Authority Ujjain
Mobile no. 98265795595

2
Note :

I. The Proposals shall be filled in English and all entries must be typed and written in
blue/black ink. Initials of the Authorized Representative of the Applicant must attest all erasures
and alterations made while filing the Proposal. Failure to comply with any of these conditions
may render the Proposal invalid. (Information to Applicants)
II. The Proposal shall be valid for a period of not less than 120 days from the Proposal Due Date
(the “PDD"). In exceptional circumstances, prior to the expiry of the original proposal
validity period, the authority may request the firms to extend the period of validity for a
specified additional period. The request for the extension shall be made in writing. However,
Firms will not be permitted to modify their proposals.
III. Pre-bid Conference
A Pre-Bid conference will be held in Conference Hall of Ujjain Development Authority, Ujjain as mentioned in key
dates. Applicants may send their queries in writing either by email to udaujjain@gmail.com or send them by post /
courier to the address below at least 48 hours prior to the Pre-bid meeting Dated 07-12-2022 at 3.00 P.M. Intending
bidders shall also furnish names and designation of their persons attending the pre-bid meet.
Executive Engineer
Ujjain development authority
Vishala Bhawan Bhartpuri Administrative Zone,
Dewas Road Ujjain (M.P.) Pin – 456010

3
Disclaimer
1. The information contained in this Request for Proposal document ("RFP") or subsequently
provided to Applicants (Firms), whether verbally or in documentary or any other form by or on behalf
of Ujjain Development Authority, Ujjain (herein after referred to as UDA / The Client) or any of their
employees, is provided to Applicants on the terms and conditions set out in this RFP and such other
terms and conditions subject to which such information is provided.

2. This RFP is not an agreement or an offer by the Client to the prospective Applicants or any other person.
The purpose of this RFP is to provide interested parties with information that may be useful to
them in the formulation & submission of their Proposals pursuant to this RFP.

3. This RFP includes statements, which reflect various assumptions and assessments arrived at by
the Client in relation to the Consultancy. Such assumptions, assessments and statements do not purport
to contain all the information that each Applicant may require.

4. This RFP may not be appropriate for all persons, and it is not possible for the Client and its
employees to consider the objectives, technical expertise and particular needs of each party who reads
or uses this RFP. The assumptions, assessments, statements and information contained in this RFP,
may not be complete, accurate, adequate or correct. Each Applicant should, therefore, conduct its
own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments and information contained in this RFP and obtain
independent advice from appropriate sources.

5. Information provided in this RFP to the Applicants may be on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Client accepts no responsibility for the accuracy or otherwise for
any interpretation or opinion on the law expressed herein.

6. The Client and its employees/advisors make no representation or warranty and shall have no
liability to any person including any Applicant under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which
may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise,
including the accuracy, adequacy, correctness, reliability or completeness of the RFP and any
assessment, assumption, statement or information contained therein or deemed to form part of this RFP
or arising in any way in this Selection Process.

7. The Client also accepts no liability of any nature whether resulting from negligence or otherwise
however caused arising from reliance of any Applicant upon the statements contained in this RFP.

8. The Client may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in this RFP.

9. The issue of this RFP does not imply that the Client is bound to select an Applicant or to appoint the
Selected Applicant, as the case may be, for the Consultancy Work and the Client reserves the right to
reject all or any of the Proposals without assigning any reasons whatsoever.

4
Table of Contents

Contents
1. Information to Applicants .................................................................................................................... 7
2. Instructions to Applicants .................................................................................................................... 8
3. Category of Empanelment ................................................................................................................... 9
4. Minimum Eligibility Criteria ................................................................................................................. 9
5. Evaluation Criteria ............................................................................................................................. 11
6. Period of Empanelment ..................................................................................................................... 12
7. Allotment of Work ............................................................................................................................. 12
8. Litigation History ................................................................................................................................ 12
9. Dispute or differences arising on account of this RFP ....................................................................... 12
10. Broad Scope of Services to be Performed by the Consultant /Architects ..................................... 13
11. General Scope of Work .................................................................................................................. 14
12. Payment Stages and Schedule ....................................................................................................... 16
Covering letter format ........................................................................................................................... 19
Application Form for Empanelment ...................................................................................................... 20
Organizational Details ............................................................................................................................ 21
Details of Directors /Partners /Proprietors ........................................................................................... 22
List of Projects/ Consultancy Assignments Completed in Last 5 Years ................................................. 23
Details of Projects/ Consultancy Assignments Completed in Last 5 Years ............................................ 24
Financial Status ...................................................................................................................................... 25
Checklist of Categories Applied for by the Bidder ................................................................................. 26
List of Equipments Available With the Firm .......................................................................................... 27
Litigation/Arbitration ............................................................................................................................. 28
Affidavit.................................................................................................................................................. 29
Joint Venture ........................................................................................................................................30
Affidavit.................................................................................................................................................. 31

5
Part – 1

Pre-Qualification in General

6
1. Information to Applicants

1.1 The application shall be submitted online only as per the enclosed format(s) along with all the
Annexure. Self-attested documentary proof(s) in respect of the details furnished in the
application form shall be submitted along with the application.

1.2 The intending applicants shall also submit the list of such projects where due to any
disputes, litigation/arbitration was invoked and / or the consultancy services were
abandoned/suspended by the Client. Suppression of any information in this regard may lead to
cancellation of empanelment of the Firm/Consultant(s)/Architect(s) concerned, if such
information comes to the notice of UDA, Ujjain after empanelment.

1.3 Incomplete applications will be summarily rejected without any notice, no


correspondence will be made in this subject and applicant will entirely responsible for the same.

1.4 The application shall comprise a single package containing Two separate sealed
envelopes. Envelope - A containing Scanned copy of portal receipt of online payment of
Tender form fees and EMD, Envelope – B containing Pre– qualification documents along with
all mentioned Annexure.

1.5 An applicant can apply for empanelment in any or all of the categories stipulated herein. In case
an applicant wishes to apply for more than one category, document(s)
/annexure(s) relevant to each of the categories, as stipulated, shall be submitted separately
for evaluation.

1.6 UDA, Ujjain reserves the right to reject any or all applications without assigning any reason
thereof.

1.7 The empanelment will be valid for a period of 3 (Three) years or till fresh empanelment is done
whichever is earlier. The period of empanelment can be extended for a further period depending
upon the requirement & performance of the consultants / architects.

1.8 Pre-qualification/Empanelment does not necessarily mean that a job will be assigned to the
Consultant/Architects.

1.9 Clarifications if necessary will be sought from the applicants before empanelment. All
information submitted by the applicants during the process of empanelment will be the property
of UDA, Ujjain and will not be returned.

1.10 Based on the assessment of the applicant firm, the list of empanelled firms / consultants will be
prepared and the applicants will be informed by UDA Ujjain based on the recommendations
of the evaluation committee constituted by UDA.

1.11 At any time before the submission of Proposals, UDA, Ujjain may for any reason modify the
documents by amendment. Any amendment shall be issued in writing through addenda.
Addenda will be uploaded in UDA, Ujjain website and will be binding on intending parties.
UDA, Ujjain may at its discretion extend the deadline for the submission of Proposals.

7
2. Instructions to Applicants
2.1 General

a) All information requested for in the enclosed forms should be furnished against the respective
columns in the format. Applicants are cautioned that non-submission of complete information as
per the required formats or making any change in the prescribed forms may result in the application
being summarily rejected.
b) The application shall be type written. The applicant’s name, signature and stamp shall appear on each
page of the application form.
c) Copies of the References, information, work orders and completion certificates from the respective
clients certifying the suitability, technical know-how, experience or capability of the applicant shall
be submitted by the applicant, which could be verified by UDA Ujjain, if and when required.
d) The applicants are advised to attach any additional information which he thinks fit and necessary in
regard to proving his capabilities. No further information will be entertained after submission of the
application unless it is called for by the UDA, Ujjain.
e) The application must be in proper & in sequence as per RFP.
f) The cost incurred by the applicants in preparation & submission of this application, providing
clarifications or attending discussions in connection with process of empanelment shall
be borne by the applicant. UDA, Ujjain in no case will be responsible or liable for these costs
regardless of the outcome of the process.

2.2 Definitions

In the document, the following words and expressions shall have the meaning hereby
assigned to them except where the context otherwise requires:

a) "Employer/Client” means office of UDA within its jurisdiction, and includes the employer's
representatives or successors.

b) “Applicant” means proprietary firm, Partnership firm, Private Limited Company, Limited
Company whose application has been received by the employer and includes the
applicant’s personal representatives, successors and permitted assigns.

2.3 Method of Applying

a) If the application is made by a proprietary firm, it shall be signed by the Proprietor above his full
typewritten name and full name of his firm with the current address.

b) If the application is made by a firm in partnership, it shall be signed by all the partners of the
firm above their full typewritten names and current addresses or alternatively by a partner
holding Power of Attorney for signing the application, in which case a certified copy of
Partnership Deed shall accompany the application.

c) If the application is made by a Limited Company, it shall be signed by a duly authorized person
holding the Power of Attorney for signing the application.

2.4 Final Decision Making Authority

a) The Employer reserves the right to reject or accept any one or all applications and to
annul the process and reject all the applications at any time without assigning any
reason(s) thereof and without thereby incurring any liability to the affected applicant or without
informing the applicants of the grounds for the Employer’s action.

Executive Engineer
UJJAIN DEVELOPMENT AUTHORITY
Vishala Bhawan Bhartpuri Adminstrative Zone,
Dewas Road Ujjain (M.P.) Pin – 456010
Email: udaujjain@gmail.com
Website- www.udaujjain.org

8
3. Category of Empanelment

3.1 Consultants/Architects shall be empanelled for following Categories:

a) Category : General Architectural Services including Designing, Planning, Detailed Project


Report (DPR), Bid Process Management for all type of Building Projects including but
not limited to Residential, Commercial, Govt Offices, Industrial, Health & Education
Facilities (IT Parks/Offices), Auditoriums & Conservation centers, Sports Complex, Clubs
and Recreational Complex, Transport Facilities (bus stations, terminals, parking, logistic
hubs etc) etc

There will be following sub categories corresponding to each category –

a) Sub-category-A – for Projects costing more than Rs. 5.00 Crs. and above

b) Sub-category-B – for Projects Costing up to Rs 5.00 Crs.

A Consultancy firm can submit RFP for any one or all categories mentioned herein the Clause 3.1. The Bidder has
to fulfill technical eligibility criteria mentioned in the Clause 6 (c) for each category (for which he intends to bid
for) separately.

4. Minimum Eligibility Criteria


A Consultancy firm can submit RFP for any or all categories mentioned in the Clause 3.1. The
Consultancy firm must meet the following Minimum Eligibility Criteria:-

a) Bidder should be well-established and professionally organized Consultancy Firm/individuals with at


least 7 years experience in the field of category for which RFP is submitted.

b) Bidder should have an average annual turnover during last 3 (three) Financial years as mentioned
below
i. For Sub Category A – at least Rs. 0.50 Crs.
ii. For Sub category B – at least Rs. 0.15 Crs.
(Note: Annual turnover shall be consultancy fee received from consultancy services provided by the
bidder and it should be demonstrated by submitting certificates issued by Chartered Accountant
along with Audited Balance Sheets)

c) Bidder should demonstrate separate experience for each category (mentioned in the Clause 3.1), for
which he intends to submit RFP for. Bidder should have experience of providing Technical Consultancy
Services, Architectural Planning, Designing & Estimation (DPR) for the Similar Category of Projects
(mentioned in the Clause 3.1) with at least 1 Projects costing more than Rs 5.00 Crs in one or
more/each of various category projects in the last 7 years for a Govt./Semi Govt. Organization where
the work has been physically completed.

(for the purpose of this eligibility criteria the same shall be demonstrated by submitting
certificates issued by the clients)

d) Bidders should have Goods and Service Tax Registration in the category of Consultancy/Architectural
Services.
e)

9
Term of the firm
SI. Position Minimum Education / Qualification / Expertise as Per RFP
N Architect cum Degree in Architecture with minimum 7 years of experience in Planning
1.
Team Leader /Designing/implementation of Residential/ Commercial / Landscaping
/Interior/designing/Layouts, Sites & Services etc.

Note :-
i. Architect should be registered with COUNCIL OF ARCHITECTURE, NEW DELHI .
ii. Architect must have valid PAN number and Valid GST number and Affidaivt as per
Annexure A
iii. In the technical proposal the details of support technical staff proposed for the
assignment shall be provided in a statement format with name, expertise and their role
in the assignment. Under the technical proposal the CVs of the key personnel's are
required to be furnished in the given format and the information furnished therein
must be true and correct. The CV must indicate the work in hand and the duration till
which the person will be required to be engaged in that assignment.
iv. The bidder's must submit genuine CVs of the persons who are actually working with
the consultant. The Consultants should refrain using hired CVs or the CVs without
consent. In case any such incidence, if comes to the notice of the UDA, the same shall be
viewed seriously and may involve termination of contract

10

You might also like