Rera DTP
Rera DTP
Government of Gujarat
1|Page
Index
1 (A) INFORMATION 3
3 (C) Presentation 11
2|Page
(A)
INFORMATION
3|Page
INFORMATION SHEET
The bidder is expected to provide comprehensive architectural, engineering, interior
design, and project management services for the construction of the new Gujarat RERA Bhavan in
Gandhinagar. This encompasses interior and exterior development, HVAC, electrical, water supply,
drainage, fire protection systems, and landscaping, all in compliance with green building guidelines.
Location : 23°11'38.5"N 72°36'53.8"E (23.194038, 72.614946) Gandhinagar
1. Procedure : Two Bid System
2. Selection Procedure : Quality cum Cost Based System(QCCBS)
3. Programme : Deposited Programme
4. Financing : Funded by RERA, Govt. of Gujarat
5. Client : EXECUTIVE ENGINEER,
CAPITAL PROJECT DIVISION 4
Roads and Buildings Department,
Government of Gujarat, Gandhinagar.
6. Contract description:
i. The overall comprehensive Project includes planning of Master Plan including Architectural,
Engineering Design Services for Construction Of Office Building Of Gujarat Real Estate
Regulatory Authority (RERA) at Gandhinagar, Detailed architectural and engineering designs
of buildings and all allied engineering services, preparation of working drawings, interior design
estimates, bill of quantities, specifications, draft tender paper, tenders evaluation, supervision
and reporting of work, testing of materials and all execution of the project as directed by
Engineer – in – charge complete. Also consultant has to take approval of all above mentioned
services from respective authorities. Consultant’s services also include consultancy, supervision,
inspection and rectification of works with methodology of R & B department or as directed by
concern Engineer-in-charge / Superintending Engineer.
ii. Compliance to latest requirements as stipulated in the Guidelines & Statutory Regulations laid
down by the other government authority as responsibility on the part of the Consultant under this
Contract to facilitate the Client in resolving objections, observations, comments on the design
and space appropriations & requirements successfully.
iii. To achieve stipulated standards of Quality of DPR, Correctness and Completeness of Designs
and Drawings, High-grade Workmanship, Conformity to Codal provisions under latest versions
of Indian Standards, Specification Standards and Systems towards error-free production in
4|Page
construction processes and allied activities including completion on time as scheduled in Project
Programme with applications of ‘State of The Art’ methods and techniques adopted in Project
Implementation.
iv. All designs, drawings, detailing in architectural and structural designs & drawings are subject to
Technical Verification & Validation Executive Engineer, Roads & Buildings Department,
(CLIENT) now invites proposals from competent, experienced and well-resourced Consultants
to provide consulting services as per terms and conditions laid down herewith.
v. Preparation of financial statements relevant to Project work in process and under completion
etc., to support and satisfy the Client including other Consultants officially assigned by the
Client.
vi. To perform and carry out all the obligations and responsibilities as envisaged in the contract
documents for the work contracted under Tender Document of the aforesaid Contract.
viii. To certify excess saving proposal according to work contract. To guide and opine on planning
and structural design and technical verification and validation.
ix. To carry out structural stability evaluation and engineering condition survey including proof
checking with design R&B Circle required in scope.
Signed statements of exclusivity and availability (using the template included with the
tender submission form), one for each Key Expert, the purpose of which are as follows:
Each Key Expert and Senior Experts must also undertake to be available, able and
willing to work for all the period foreseen for his/her input during the implementation of
the contract as indicated in the Terms of reference and/or in the Organisation and
methodology. Any Employee of EXECUTIVE ENGINEER, CAPITAL PROJECT
DIVISION 4 AND COMMITTEE who, Retired or terminated or Self-Resigned before two
years from the last date of submission shall be permitted except where written “No
Objection Letter” is issued by the Client.
5|Page
In cases where a key / senior expert will not be available at the expected start of his/her
activities, the corresponding tender may be rejected and the expert concerned will be
excluded from this tender and might be subject to exclusion from other EXECUTIVE
ENGINEER, CAPITAL PROJECT DIVISION 4 AND COMMITTEE tenders and
contracts
Having selected a firm partly on the basis of an evaluation of the key experts presented in
the tender, the Client expects the contract to be executed by these specific experts. As the
expected date of mobilisation is given in the tender documents, the Client will only
consider substitutions after the deadline for the submission of tenders in cases of
unexpected delays in the commencement date beyond the control of the Consultant, or
exceptionally because of the incapacity of a key expert for health reasons or due to force
majeure or other circumstances which may justify a replacement and which would not have
any effect on the selection of the most economically advantageous tender. The desire of a
tenderer to use an expert on another project or a change of mind on the part of an expert
about the contract will not be accepted as a reason for substitution of any of the key experts.
A signed declaration from each legal entity identified in the tender submission form,
using the format attached to the tender submission form.
A completed Financial Identification form (see Annex VI-A of the draft contract) to
nominate the bank account into which payments would be made in the event that the tender
is successful.
Organisation and methodology (To become Annex III of the Contract), to be drawn up
by the tenderer using the format in Annex III of the draft contract. Also please refer to
‘Evaluation matrix’
Key Experts & Senior Experts (To become Annex IV of the contract). The key experts
are those whose involvement is considered to be instrumental in the achievement of the
contract objectives. Their positions and responsibilities are defined in the Section 6 of the
Terms of reference in Annex II of the draft contract and they are subject to evaluation
according to the evaluation matrix of this tender documents. The Evaluation Committee
may have option to conduct interviews of Key Experts, at the Tenderer’s cost, to verify
their bonafides and competence of their participation in the Project.
6|Page
8. The technical and financial bid shall be evaluated and selection of consultant by the committee.
The committee as below:
The proposal shall be evaluated on the basis of CQCCBS (Combined Quality cum Cost Based
Selection) for which maximum 80% marks for Technical proposal and maximum 20% marks for
Financial proposal have been assigned. Consultant has to score a minimum of 70% in the Technical
Evaluation process as per evaluation matrix for consideration of their Price Bid.
The Consultant who scores highest marks on addition of Technical evaluation and Price evaluation
marks shall be declared as successful.
The Joint Venture/ consortium shall not be allowed.
7|Page
(B)
Mandatory
Pre- qualification
Criteria
8|Page
The Bidders shall be a Single Entity with following eligibility criteria. The Joint Venture/ consortium
shall not be allowed.
a) The Bidder shall be a registered Company.
- Documents to Submit
- Sole Proprietor or Partnership firm registered under the Partnership Act. OR Certificate of
Incorporation/ Registration under Companies Act, 1956
- Memorandum and Articles of Association.
b) The Bidder shall have been in operation for a period of at least 15 years in India, prior to the last
date of submission of bid.
- Documents to Submit
- Sole Proprietor or Partnership firm registered under the Partnership Act. OR Certificate of
Incorporation/ Registration under Companies Act, 1956
- Memorandum and Articles of Association.
- Property Tax bill or similar document proof.
c) The Bidder shall have an average annual turnover As per attached SBD (Standard Bidding
Document)
d) The Bidder shall have experience for a one Completed New Building Project of Government
Complex of value not less than INR 100 /- Cr (Construction Cost) with Comprehensive
responsibility of Detail Design Services including Architecture, Interiors, MEP, Structure, Site
Infrastructure, Landscape Design, Data & Security Network in last 10 years.
Documents to Submit
- Work Order/ Client Certificate/Project Photography and Other Supporting documents to
substantiate the experience.
e) The Bidder shall have experience for a one Completed or ongoing Building Project of Green
Building for Government or other public organization Complex of value not less than INR 50 /-
Cr (Construction Cost) with Comprehensive responsibility of Detail Design Services including
Architecture, Interiors, MEP, Structure, Site Infrastructure, Landscape Design, Data & Security
Network.
Documents to Submit
9|Page
- Work Order/ Client Certificate/Project Photography and Other Supporting documents to
substantiate the experience.
f) The bidder must have maintained their office in Gujarat for the past three consecutive years.
Documents to Submit
- Property tax bill/ Electricity bill of similar document.
Note:
- Mandatory pre-qualification criteria mention about from serial no. (a) to (f).
- Agency not fulfilling any of the above mention mandatory qualification criteria shall be
disqualified.
- Form-3A issued by employer to substantiate successful experience of similar work. When form
3A issued by Government or Semi Government, the certificate has to be signed not below rank
of Executive Engineer.
- During technical evaluation stage the nominated representatives of EXECUTIVE ENGINEER,
CAPITAL PROJECT DIVISION 4 AND COMMITTEE officers will visit the executed project
to assess the capabilities and quality without any extra cost to the department. During the time
of inspection, inspection team may visit the project and interact with certificate issuing officer.
If any misleading or wrong information found during visit, the department will disqualify the
bidder and permanently banned to tendered. . The cost towards the transportation, boarding
and lodging for EXECUTIVE ENGINEER, CAPITAL PROJECT DIVISION 4 AND
COMMITTEE officers visit will be borne by the bidder. The expense will be to and fro
Economy Airfare, Local Conveyance, Boarding and Lodging of the inspection team for the
inspection period
- Any clarification and additional documents can be asked by competent authority on submitted
documents for evaluation stage.
10 | P a g e
(C)
Presentation Details
11 | P a g e
Presentation Details
Presentation of The architect should include Following information:
Architect's Background and History
- Brief introduction to the architectural firm, emphasizing its history, expertise, and
commitment to excellence.
- Highlight any significant achievements, awards, or recognitions received by the
firm.
Completed Projects (2 minutes)
- Showcase a quick overview of notable projects completed by the architectural firm,
demonstrating expertise and versatility.
- Briefly discuss any projects that align with the scale and complexity of the RERA
Bhavan.
Financial Overview (3 minutes)
- Provide a snapshot of the firm's financial standing, including the annual turnover
and financial stability.
- Highlight any financial achievements or milestones that showcase the firm's
capability to handle a project of this magnitude.
Vision for RERA Bhavan (5 minutes)
- Explanation of the vision: Creating a centralized hub for real estate regulatory
activities in the region.
- Importance of accountability and transparency in the real estate ecosystem.
- Overview of the administrative offices, regulatory bodies, and infrastructure housed
in the new facility.
Location overview (5 minutes)
13 | P a g e
- Preparation of tender documents, including drawings, bill of quantities, technical
specifications, and conditions of contract.
14 | P a g e
(D)
Technical Evaluation
15 | P a g e
Technical Evaluation Criteria
Only those bidders fulfilling the minimum eligibility criteria shall be further evaluated based on
following criteria stated in the table:
Sr. Documents Sub Max
Technical Evolution Criteria Grading Criteria
No. Required Mark Marks
A. Financial Strength (10 Marks)
1 The Bidder shall have an (a) Fulfilling minimum CA’s certified 2
average annual turnover of INR criteria Audited
5 Crore from consultancy (b) INR 5 Cr to INR 10 Cr Financial 3
services (in India operations - Statement
only) and a positive Net Worth, Additional 1 Mark
from last three financial years Statutory
05
(Financial years 2020-21,2021- More than 10 Cr - auditor’s
22 and 2022-23). Additional 2 Mark certificate OR
. certificate from
Company
Secretary
16 | P a g e
Sr. Documents Sub Max
Technical Evolution Criteria Grading Criteria
No. Required Mark Marks
3 The Bidder shall have (a) fulfilling minimum Work Order/ 8
experience for a one Completed criteria Client
New Building Project of (b) Beyond 1st project – 3 Certificate/ 6
Government / Semi Marks for every similar Project
Government Complex of value additional project. Photography
not less than INR 100 /- Cr Max 6 Marks and Other
(Construction Cost) and one Supporting
20
Building with Comprehensive (c) Additional 3 Marks if documents to 6
responsibility of Detail Design Ongoing/ completed green substantiate the
Services including Architecture, building project experience shall
Interiors, MEP, Structure, Site Max 6 Marks be submitted by
Infrastructure, Landscape the bidder.
Design, Data & Security
Network in last 10 years.
C. Key Expert – Design Team (20 Marks)
5 Details of Key Personnel to be assigned as part of Project Team
5.1 Master Architect (a) Fulfilling minimum Education 3
Certificates,
(Minimum overall 15 years of criteria
Curriculum Vitae
experience and employed with (b) Experience of Similar 2
(CVs)
the Bidder for a minimum project – 0.5 Mark for each 05
period of 5 years) additional Similar project
Master in Architecture / Urban subject to a maximum of 1
Planning / Urban Design marks.
5.2 Team Leader (a) Fulfilling minimum 2
(Minimum overall 15 years of criteria
experience and employed with (b) Experience of Similar 1
the Bidder for a minimum project – 0.5 Mark for each 03
period of 5 years) Graduate in additional Similar project
Architecture / Urban Planning / subject to a maximum of 1
Urban Design marks.
17 | P a g e
Sr. Documents Sub Max
Technical Evolution Criteria Grading Criteria
No. Required Mark Marks
5.3 Project Manager – Key (a) Fulfilling minimum 2
Coordination criteria
(Minimum overall 15 years of (b) Experience of Similar 1
experience and employed with project – 0.5 Mark for each
03
the Bidder for a minimum additional Similar project
period of 5 years) Graduate in subject to a maximum of 1
Civil Engineering / marks.
Construction Management
5.4 Senior Architect (a) Fulfilling minimum 2
(Minimum overall 10 years of criteria
experience and employed with (b) Experience of Similar 1
the Bidder for a minimum project – 0.5 Mark for each 03
period of 05 years) Graduate in additional Similar project
Architecture subject to a maximum of 1
marks.
5.5 Structural Engineer (a) Fulfilling minimum 2
Post Graduate in Structural and criteria
15 years of experience (b) Experience of Similar 1
project – 0.5 Mark for each 03
additional Similar project
subject to a maximum of 1
marks.
5.6 MEP Engineer (a) Fulfilling minimum 2
Graduate in electrical/ criteria
Mechanical and 15 years of (b) Experience of Similar 1
experience project – 0.5 Mark for each 03
additional Similar project
subject to a maximum of 1
marks.
D. Approach and Methodology (40 Marks)
18 | P a g e
Sr. Documents Sub Max
Technical Evolution Criteria Grading Criteria
No. Required Mark Marks
7 The bidder’s need to submit (a) Similar Past Projects Comprehensibly 5
A&M submission. executed by the firm to demonstrate ability to
execute similar works
The A&M submission shall (b) Project understanding and Approach 40
have detailed proposal as per (c) Work Plan & Schedule 5 50
Scope of Work and
understanding shall include
submission as stated alongside
only
Notes:
Bidders who score more than 70 Marks in section A, B, C & D (Out of 100 Marks) shall qualify
for opening and evaluation of the financial proposal.
Above List of Project team members is for Technical Grading only however additional Experts
and support staffs shall be taken into consideration for proposed fee estimation.
It is desirable that the majority of the key professional staff proposed should preferably be
permanent staff.
19 | P a g e
(E)
Quality Cum Cost Based
system (QCCBS)
Method of selection of
consultants
20 | P a g e
Quality Cum Cost Based system (QCCBS)
Method of selection of consultants
1. Evaluation of Financial proposals: After completion of technical evaluation, the bidders who have
been found qualified under all parameters of the eligibility criteria set out for evaluation of Technical
proposals will be considered technically qualified. The Financial proposals of the technically qualified
bidders will be opened and contract shall be awarded by following the below mentioned procedure:
The evaluation of bids shall be carried out by the EXECUTIVE ENGINEER, CAPITAL PROJECT
DIVISION 4 AND COMMITTEE adopting Quality cum Cost Based system (QCCBS) on highest
point’s basis. Under QCCBS, the technical proposals will be allotted weightage of 80% while the
financial proposals will be allotted weightages of 20%. The proposal with the lowest cost may be given
a financial score of 100 and other proposals shall be given financial scores that are inversely
proportional to their prices. The total score, both technical and financial, shall be obtained by weighing
the quality and cost scores and adding them up.
2. Highest point’s basis: On the basis of the combined weighted score for quality and cost, the bidder
shall be ranked in terms of the total score obtained. The proposal obtaining the highest total combined
score in evaluation of quality and cost will be ranked as H-1 followed by the proposals securing lesser
marks as H-2, H-3 and so on. The proposal securing the highest combined marks and ranked H-1 shall
be recommended for award of contract.
As an example, the following procedure will be followed. In a particular case of selection of bidder,
it was decided to have minimum qualifying marks for technical bids as 70 and the weightage of the
technical bids and financial bids was kept as 80:20. In response to the RFP, 3 proposals, A, B & C
were received.
3. The client awarded them 75, 80 and 90 marks respectively. The minimum qualifying marks were
70. All the 3 proposals were, therefore, found technically suitable and their financial proposals were
opened after notifying the date and time of bid opening to the successful participants. The price
evaluation committee examined the financial proposals and evaluated the quoted prices as under:
21 | P a g e
B- Rs.100.
C- Rs.110.
Using the formula LEC / EC, where LEC stands for lowest evaluated cost and EC stands for evaluated
cost, the committee gave them the following points for financial proposals:-
In the combined evaluation, thereafter, the evaluation committee calculated the combined
technical and financial score as under:-
The three proposals in the combined technical and financial evaluation were ranked as under:-
Proposal A: 76.60 points: H3
Proposal B: 84.00 points: H2
Proposal C: 90.20 points: H1
Proposal C at the evaluated cost of Rs.110/- will, therefore, be declared as successful and
recommended for approval, to the competent authority.
3 Interviews
The Evaluation Committee does not expect to conduct any interviews. If required, specific request
shall be made with reasons specified. The tenderer’s Experts may have to appear for an interview at
their own expense to demonstrate their competence for the Project as expected by EXECUTIVE
ENGINEER, CAPITAL PROJECT DIVISION 4 AND COMMITTEE on behalf of Client.
4. Presentation
22 | P a g e
Presentation scheduled at RERA office, Gandhiagar. For any changes in venue, all participant
shall communicated by email.
The Consultants shortlisted based on preliminary evaluation done by EXECUTIVE ENGINEER,
CAPITAL PROJECT DIVISION 4 AND COMMITTEE will be given 30 minutes for their
presentation of proposals before the Selection Committee followed by 15 minutes of interaction with
the Committee. The Consultants should understand that their presentation and interaction with the
Client shall also be the basis of marking technical proposal in addition to other parameters. The
tenderer’s Experts may have to appear for presentation at their own expense.
Upon completion of the technical evaluation, the financial offers for tenders which were not
eliminated during the technical evaluation shall be opened On-Line for evaluation. Such bidders will
be intimated about time / venue of opening of financial bids. They may attend this; if they wish.
If two bidders receive the same marks in a tender evaluation process, and there's a stipulation that
the lower financial quoted bidder will be awarded the tender, it means that among the tied bidders, the
one with the lower financial bid will win the contract.
23 | P a g e
(F)
Terms of Reference
24 | P a g e
1. Project Brief
RERA act is in imposed in 2017 for regulating all residential and non-residential real estate
project, presently this office is working in Sahyog Sankul, sector 11 Gandhinagar. The RERA
Bhavan in Gandhinagar is envisioned as a centralized hub that will serve as the nerve center
for real estate regulatory activities in the region. This initiative is a crucial step towards
creating a more robust and accountable real estate ecosystem. The facility will house the
administrative offices, regulatory bodies, and associated infrastructure necessary for the
effective functioning of RERA in the state. The Gandhinagar Urban Development Authority
(GUDA) has allotted a plot of around 3,500 sq. meters near Sargasan Gandhinagar. The
approx. Rs.100/- Core allotted for the project.
Key Objectives
25 | P a g e
2. Scope of Work
The scope of the architectural consultant includes detailed architectural design, interior design,
structural design, and its subsequent approval, MEP (Mechanical, Electrical, Plumbing) design,
fire and safety design, landscape design, facade design, green building consultancy, and
technical section development and its approval. Additionally, the consultant is responsible for
drafting tenders in accordance with the norms set by the Roads and Building Department,
seeking approvals as necessary.
The architect is tasked with incorporating provisions for a two-floor future expansion, ensuring
seamless integration with the existing structure both architecturally and structurally. This
includes maintaining aesthetic harmony, robust structural design, compliance with regulations,
and comprehensive documentation
Furthermore, the consultant commits to providing services for any required additions or
alterations in the subsequent five years following the completion of the project. The consultant
should maintain a single tender for all work, encompassing every aspect of the project scope.
In the event of multiple tenders, the consultant is fully responsible for liaising between various
agencies to ensure smooth planning and execution.
26 | P a g e
The architect's scope of work extends to providing a five-year consultation period after
completion of project for potential additions or alterations, ensuring adaptability and
responsiveness to evolving needs. This commitment enhances the building's longevity and
flexibility, allowing for future modifications aligned with the client's requirements.
The consultancy service under this Contract includes topographic survey of existing land with
drone / total station or any other similar method to prepare 3D Models of proposed buildings.
The agency should preplan the relocation of all existing utilities both above and below ground,
coordinating with the relevant department or agencies.
Designing and development of water supply and drainage systems including storm drainage
and fire protection systems as required in present and in future.
The Consultant has to prepare Tender draft for TAQA (Third party Assurance and Quality
Assurance) / Main building construction work including Requirement of Green building,
electrical and fire protection works and other works required for the project.
The Consultant provide activity / head vice project cost in his presentation. It is his
responsibility to execute the work as per the project cost and scope.
The consultant has to ensure to obtained all necessary NOC (No Objection Certificate) (NOCs
for fire, Structural stability certificate, lift, and electricity). For the Prior paper work to obtain
necessary NOCs consultant should provide all the necessary details in required format with
sign and stamp along with coordination to concern department. All NOCs should be counter-
signed by the consultant and notarized.
The scope of work includes Location Planning, Architectural Planning, Structural Design &
Drawings, Design & Drawings for the Water Supply, Sewerage and Storm-water Drainage
Systems, Modular OT, waste disposal, rain water harvesting system, parking facilities, Interior,
fire protection systems and other misc. appurtenant works, Landscaping, Lighting, Power
Supply system, roads, walkways, Boundary/Compound walls with gates etc.
Time Schedule, for completion of different designated parts of the work and rate of liquidated
damages to be paid by the Consultant, if he fails to complete the designated part of work within
stipulated time limit is as detailed in separate sheet.
27 | P a g e
The attached document outlines the minimum base requirement as per regulations from RERA
and the Tribunal office. All planning should adhere to these requirements accordingly.
The minimum staffing requirements and visit frequency during the execution phase are
necessary to ensure that the work aligns with the architect's provided plans
Part 1: Survey of RERA plot Sargasan Gandhinagar Campus and Prepare Buildings Measured
Drawings
Total Station Survey of allotted plot Campus shall include following:
- All Physical features of the site
- Vegetation (trees & shrubs)
- Topographical Maps
28 | P a g e
and broad cost & phasing of development and Implementation strategy. The Detailed Scope of Work
is as per following:
1. Inception Report
The consultant shall submit an inception report incorporating Understanding of Project, Approach
& Methodology, sub consultants, Detail Time and activity schedule, Man-Power deployment,
support required from the client if any etc. after detailed discussion and site visits with client.
After obtaining suggestions from RERA the Final Master Plan shall be submitted by consultant.
The consultant is required to obtain the requisite plan approvals from local authorities.
Periodic updation of Master Plan which includes strategies for circulation, redevelopment,
Retrofitting and Refurbishment, blocks & Massing, infrastructure routing, landscape, phasing
based on clients short term & long term requirements & scheduling strategy of the project
Part 3: Comprehensive Architectural Design services for Development of New Building Blocks
30 | P a g e
Part 4: Interior Design
The consultant shall provide interior layout plan with options, detailed architectural drawing, 3D
drawings (if needed), rendered images from various prospective (if needed).
The consultant shall prepare Interior Design of all elements of the building (without building core and
shell) as per following:
a. Interior Works - Concept Design
1. Design brief preparation & Preliminary layout of Interior Works
Preparation of a list of spaces/facilities required in consultation with RERA
An analysis of the architectural drawings and service drawings
2. Preparation of Conceptual Design layouts for –
Bought out / Readymade interior / furniture items and accessories
Custom designed interior works (fixed furniture / interior works at site)
b. Interior Works - Detailed Design
1. Selection of bought – out / Readymade interior/furniture items
Selection and Recommendation of bought-out / readymade interior / furniture items (in
consultation with the RERA) based on market survey and experience of consultants
Finalize item specifications and colour scheme
Providing assistance to the RERA for getting quotations / bids of selected items.
Providing assistance to the RERA for preparation of purchase order for selected items
The scope of work will mainly include the following:
i. Readymade furniture & accessories like fabric, flower pots, clock, toilet accessories, work
table accessories, etc.
ii. Signage, specialized flooring, compact storage systems, Artwork & Mural etc.
iii. Switches, Light fixtures, Fan, LV/AV equipment etc.
32 | P a g e
Note:
The Electrical work and total power requirement for new building campus with electrical
audit done by agency.
Planning, Designing, Preparing Drawing, of underground drainage and water line and
connect with Gandhinagar Smart City Project work of 24 X 7 water line and drainage line.
All other work related to this campus for Repairing, Planning, Designing, Preparing
Drawing, Renovation suggested by higher officer must be carried out without any extra
cost.
Part 6: Preparation of Operation and Maintenance Manual
1. Facilities Management Audit
Preparation an Operations and Maintenance Manual shall include following but not limited to:
- As built-information including drawings, warrantee documents, etc.
- Annual calendar for preventive and predictive maintenance regime.
- SOP for corrective maintenance as well as requirement list for spares, consumables, etc.
- Project Directory for occupancy stage
- Asset mapping strategy
- Contractual arrangements and suggestions for various Annual Maintenance Contracts
- Options and advise on in-house vs. outsourcing of services for post-occupancy stage.
- Narrative and collating advice on post-occupancy evaluation, surveys, regular tests to be
carried out as per manufacturer’s / vendor’s recommendations.
- The Electrical work and total power requirement for building campus with electrical audit done
by agency.
Tender Drawings
- Compilation of Tender Drawings set from working / GFC drawings produced during
Construction Document stage mentioned above
Bill of quantities & Technical Specification
- Preparation of bills of quantities & technical specifications based on the latest CPWD/
R&B schedule of rates / prevailing market rates
Tender documents
33 | P a g e
- Preparation of Pre-Qualification criteria and conditions of contract in consultation with the
Client
Deliverables:
Prepare all remaining detail architectural, structural & services drawings (GFC drawings) in
coordination with necessary specialized sub consultants required at this stage. The drawings shall be
detailed enough for the Contractor to carry out the construction or to further produce shop drawings
conforming to the design intent. Prepare a Design Intent for the Furniture design.
Deliverables:
- Co-certification of detailed analysis of extra items claims (if any) forwarded by the Client’s
site supervision team or PMC team
Deliverables
- “As built drawings” will be prepared by the contractor (The contractor to submit a set of original
GFC drawings with deviations as per as-built marked to enable Architect and client for
review) and Design consultant will be certifying and submitting these drawings to client.
35 | P a g e
1.1.1.1.Deliverables
36 | P a g e
(G)
Project Duration, Deliverable
&
Payment Stages
37 | P a g e
Project Duration, Deliverable & Payment Stages
Quoted %
Basis for considering
Approx Fees Cumulative
Sr. No. Work Stages project cost for calculation
Timelines Approved by %
of fees
Dept.
38 | P a g e
Arrangement Drawings - Arch,
Structural, MEP services)
Notes:
1. T1 shall be the date of issuing the WO or signing the Agreement whichever is earlier
3. As the project progresses from Master Plan to concept, to tender, to construction, and finally to completion
stage definition of Project Cost will vary. However final Fee shall be based on total final actual Approved
project Cost and it shall be reconciled in the final bill payment. If any of the project components doesn’t get
constructed, fee for those components shall be based on the cost determined for the last completed stage and
payments shall be made till that stage.
39 | P a g e
(H)
Technical Proposal –
Standard Forms
40 | P a g e
Technical Proposal – Standard Forms
FORM TECH 1
Technical Proposal Submission Form
As per SBD
41 | P a g e
FORM TECH 2
Organization Structure
A- Consultant’s Organization
Provide here a brief description of the background and organization of your firm/entity and each associate for
this assignment. Parameters covering financial strength of the firm, Manpower Details of the firm and
Experience of the firm shall be elaborated
Country:
Duration of assignment (months):
Location within Country:
Approx. Value of the contract(In INR) Total no of staff months of the assignment
42 | P a g e
FORM TECH 3
Approach and Methodology
Technical approach, methodology and work plan are key components of the Technical Proposal. Consultant
need to present their Technical Proposal (inclusive of charts and diagrams) divided into the following three
chapters:
43 | P a g e
FORM TECH 4
TEAM COMPOSITION AND TASK ASSIGNMENT
Professional Staff
Name of Staff Area of Position Task Assigned
Expertise assigned
44 | P a g e
FORM TECH-5
CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF
1. Proposed Position:
2. Name of Personnel:
3. Date of Birth:
4. Nationality:
5. Educational Qualifications:
6. Employment Record:
(Starting with present position, list in reverse order every employment held.)
7. List of projects on which the Personnel has worked
Certification:
I am willing to work on the Project and I will be available for entire duration of the Project assignment as
required.
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me, my
qualifications and my experience.
Notes:
1. Use separate form for each Key Personnel
2. Each page of the CV shall be signed in ink and dated by Personnel concerned or by the Authorized
Representative of the Applicant firm along with the seal of the firm.
45 | P a g e
(I)
SCOPE OF THE WORK &
SERVICES
46 | P a g e
Project description
The consultant shall hold meetings with the user department, EXECUTIVE ENGINEER of CAPITAL
PROJECT DIVISION 4, and the COMMITTEE, and shall obtain detailed requirements as well as
functions of the public building. Based on this, the consultant shall prepare tentative plans/designs and
submit them to the user department and EXECUTIVE ENGINEER of CAPITAL PROJECT
DIVISION 4 AND COMMITTEE, seeking observations/comments. Subsequently, final drawings
shall be prepared, and concurrence from both the user department and CAPITAL PROJECT shall be
obtained. The consultant is also responsible for obtaining office details, green building criteria details,
local authority norms, and necessary approvals for the construction of the office of Gujarat RERA.
The consultant shall design buildings considering the concept of public buildings. Whenever the
consultant is called for meetings/discussions by the EXECUTIVE ENGINEER of CAPITAL
PROJECT DIVISION 4 AND COMMITTEE and the user department, they shall cooperate and attend.
The expected frequency of meetings for the finalization of drawings shall be a minimum of three per
month
47 | P a g e
Special Note:
48 | P a g e