0% found this document useful (0 votes)
53 views102 pages

HLL Infra - Hospitals

Uploaded by

M Singh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
53 views102 pages

HLL Infra - Hospitals

Uploaded by

M Singh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 102

HLL INFRA TECH SERVICES LTD.

(HITES)

Invites Request for Proposal (RFP)


For

“Appointment of Architectural Consultant for preparation of Master


Plan & Concept Designs and Detailed Project Reports for
Redevelopment of Hospital Project in New Delhi”

RFP Document
Volume – I
Volume – II
Volume – III

(Subsidiary of HLL Lifecare Ltd., A Government of India Enterprise)


B-14A, Sector – 62, NOIDA (UP) -201307
Phone no: 0120-4071500, Fax no: 0120-4071513
TABLE OF CONTENT

Sr. Items Page No.


No.

Volume-I 2

1. Press Notice and Detailed Notice Inviting (RFP) 3

2. Disclaimer 4

3. Definitions 5

4. Section-1(Detailed Notice Inviting Request for Proposal 7

5. Section-2 (Instructions to Bidder) 15

6. Section-3 ( Scope of Work and Terms of Payment ) 28

7. Section-4(Evaluation Process and Criteria) 42

FORMATS and ANNEXURES

8. Form of Bid 52

9. Form-B(Format of Bid Security) 55

10. Form-C(Format of Performance Security) 57

11. Form-D (For Power of Attorney) 59

12. Form-F (Form of Contract Agreement) 60

13. Integrity Pact 62

14. Integrity Agreement 63

15. Appendix-1 (Formats for Technical Bid) 68

Volume-II (General Conditions of Contract) 80

Volume-III (Financial Bid (To be submitted online) 95

User Requirements 102

1|Page
HLL INFRA TECH SERVICES LTD. (HITES)

Invites Request for Proposal (RFP)


For

“Appointment of Architectural Consultant for preparation of Master Plan &


Concept Designs and Detailed Project Reports for Redevelopment of Hospital
Project in New Delhi”

RFP DOCUMENT: VOLUME – I

Section 1-Notice Inviting Bid


Section-2-Instruction to Bidders
Section-3- Scope of Work and Terms of Payment
Section-4-Evaluation Process and Criteria

(Subsidiary of HLL Lifecare Ltd., A Government of India Enterprise)


B-14A, Sector – 62, NOIDA (UP) -201307
Phone no: 0120-4071500, Fax no: 0120-4071513

2|Page
HLL INFRA TECH SERVICES LTD. (HITES)

NOTICE INVITING

REQUEST FOR PROPOSAL (RFP)

No. HITES/IDN/RFP-Redevelopment-RMLNDL/2023-24 Dated 15.03.2024

HLL Infra Tech Services Ltd. (HITES) invites online RFP from eligible
Architect (s) / Architectural Firms for “Appointment of Architectural Consultant for
preparation of Master Plan & Concept Designs and Detailed Project Reports for
Redevelopment of Hospital Project in New Delhi” in line with the scope of work of
Architectural Consultant.

The prospective bidders may download RFP document from the e-tender portal
www.etenders.gov.in. and www.hllhites.com. The last date of submission of
RFP is 18.04.2024 at 11.30Hrs
For Corrigendum’s / Amendments, if any issued subsequently will be notified in
the above website only.

Vice President (ID)


HLL Infra Tech Services Ltd

3|Page
DISCLAIMER

HLL Infra Tech Services Ltd. (HITES) has prepared this “Request for Proposal‟
(RFP) document for “Appointment of Architectural Consultant for preparation of
Master Plan & Concept Designs and Detailed Project Reports for Redevelopment
of Hospital Project in New Delhi” in line with the scope of work of Architectural
Consultant.
The purpose of this RFP is to provide interested parties with information to assist in
preparation of their bid.
While HITES has taken due care in the preparation of the information contained
herein, and believe it to be complete and accurate, neither they nor any of their
authorities or agencies nor any of their respective officers, employees, agents or
advisors give any warranty or make any representations, expressed or implied as to
the exhaustiveness/ completeness or accuracy of the information contained in this
document or any information which may be provided in association with it.
Respondents to this RFP are required to make their own inquiries/surveys with
respect to the subject of this RFP and will be required to confirm, in writing, that
they have done so and that they did not rely solely on the information in RFP.
This RFP is neither an agreement, nor an offer or invitation to perform work of any
kind to any party.
HITES reserves the right not to proceed with the Project or to change the
configuration of the Project, to alter the time-table reflected in this document or to
change the process or procedure to be applied. It also reserves the right to decline
to discuss the Project further with any respondent.
No reimbursement of cost of any type on any account will be paid to persons or
entities submitting their Bid in response to this RFP.

4|Page
DEFINITIONS
In this RFP the words and expression defined below shall have the meaning assigned to
them respectively, except where the context requires otherwise:

1. “Project” shall mean Preparation of Master Plan and Concept Designs and Detailed
Project Reports in line with the scope of work of Architectural Consultant.
1. “RFP” shall mean this Request for Proposal and shall have the same meaning as
Notice Inviting Bid (NIB) / Notice Inviting Tender (NIT)/ Notice Inviting Bid for RFP.
2. “Site” shall mean the place where the institute for which the services as mentioned
under the scope of work for the Project are to be carried out and the details of which
are provided in this RFP. Institute may be located on one or more parcel(s) of land.
3. “Assignment Fee” shall mean the fee to be paid by HITES to the Architectural
Consultant for providing the services for the Project as per the scope of works
mentioned in the Contract.
4. “Bid”/“Proposal” shall mean the signed Technical and Financial offer submitted by
the Bidder in response to this RFP.
5. “Bidder (s)” shall mean all parties participating in the bidding process pursuant to
and in accordance with the terms of the RFP.
6. “Client” shall mean Atal Bihari Vajpayee Institute of Medical Sciences and
Dr. Ram Manohar Lohia Hospital, New Delhi
7. “HITES” shall mean HLL Infra Tech Services Ltd. (Subsidiary of HLL Lifecare Ltd.,
A Government of India Enterprise) having its office at B-14A, Sector – 62, NOIDA (UP)
-201307 who will supervise the work of Architectural Consultant for which this RFP has
been invited.
8. “Architect(s)/Architectural Firms” shall have the same meaning as Successful
Bidder /Tenderer/ Architectural consultant and with whom the Contract Agreement
has been signed.
9. “Scope of Work” /"Client's Requirements" means the document named Scope of
Work, attached in the Volume III of RFP.
10. “Evaluation Committee” shall mean the committee constituted by HITES / Client for
the evaluation of the bids.
11. “Tender Processing Fee” shall mean the amount to be paid by the Bidders with the
Bid. “Tender Processing Fee” is synonymous with “Cost of RFP Documents”
12. “Bid Security” or “Earnest Money Deposit” shall mean the amount to be deposited
by the Bidders with the Bid.
13. “Bid Validity” shall mean the period for which the Bids shall remain valid.
14. “LOA”/“Letter of Award” shall mean the letter issued by HITES to the Successful
Bidder inviting him to sign the Contract Agreement.
15. “Start of Work” shall mean the date of commencement of works by the Architectural
Consultant as defined in Notice Inviting Bid.
16. “Contract Agreement” shall mean the agreement to be signed between the
Successful Bidder and HITES for Architectural and Engineering Consultancy
Services for the project.
17. “Performance Security” shall mean the amount to be paid by the Successful Bidder
for satisfactory performance of the Consultancy Services as per Terms and
Conditions of the Contract.

5|Page
SECTION-1

DETAILED NOTICE INVITING

‘REQUEST FOR PROPOSAL (RFP)’

No. HITES/IDN/RFP-Redevelopment-RML/2023-24 Dated 15.03.2024

1.1 HLL Infra Tech Services Ltd. (HITES), invites Request for Proposal (RFP) on
Lumpsum / Percentage fees basis from eligible Architect(s)/Architectural
Firms for the Architectural and Engineering Consultancy Services for
preparation of Master Plan & Concept Designs and Detailed Project
Reports for Redevelopment of Atal Bihari Vajpayee Institute of Medical
Sciences and Dr. RML Hospital, New Delhi” in line with the scope of work
of Architectural Consultant.

RFP NIT No. No. HITES/IDN/RFP-Redevelopment-RML/2023-24


Name of the work Preparation of Master Plan & Concept Designs
and Detailed Project Reports for
Redevelopment of Atal Bihari Vajpayee
Institute of Medical Sciences and Dr. RML
Hospital, New Delhi”

Part A: Preparation of Preliminary Project


Report and Master Plan of
Redevelopment

Part B: Preparation of Concept Designs


and Detailed Project Reports,
Tendering etc. as per detailed
scope of work on EPC Mode for
Project (s) Under Phase(s) with
Estimated Cost of Construction
work up to Rs. 1000 Cr.

Part C: Preparation of Concept Designs and


Detailed Project Reports,
Tendering etc. as per detailed
scope of work on EPC Mode for
Project (s) Under Phase(s) with
Estimated Cost of Construction
work from Rs. 1000 Cr up to Rs.
2000 Cr.

Part D: Preparation of Concept Designs and


Detailed Project Reports,
Tendering etc. as per detailed
scope of work on EPC Mode for
Project (s) Under Phase(s) with
Estimated Cost of Construction
work above Rs. 2000 Cr.
6|Page
After approval of Part A by Client/
HITES subsequent Parts B, C & D
shall be carried out as per discretion
of Client / HITES.

Client/Owner Atal Bihari Vajpayee Institute of Medical


Sciences and Dr. Ram Manohar Lohia Hospital,
New Delhi
Bid security / Earnest Rs. 5.0 Lakhs
Money Deposit
Time for Part A: 3 (Three) Months or till receipt of all
Completion of statutory approvals.
work Part B/C/D: 6 (Six) months or upto receipt of
clearances required for commencement of
construction work under relevant Phases.
Non-refundable cost of Rs.20,000/- + GST @ 18% (Total Rs. 23,600) *in
tender / Biddocument the shape of DD/PO in favour of HLL Infra Tech
Services Ltd.payable at Noida.
Bank details for preparation Bank Details of HITES (For the purpose of BG)
of BG Name of Beneficiary: HLL Infra Tech
Services Ltd.
Bank: HDFC Bank Limited, Sector-18, Noida
Current Account No.: 57500000119955
IFSC Code: HDFC0000088
Issue of RFP document Documents shall be available online at CPP
Portalhttp://www.etenders.gov.in from 15.03.2024

Last date for submission of 28.03.2024 at 11:00 hrs


queries
Pre Bid Conference 28.03.2024 at 11:30 hrs
Last Date and time of 18.04.2024 at 11.00 hrs
Submission of online
Bids (Bid due date)
Date and time of opening of 19.04.2024 at 11.00 hrs
Bids
Dates for Bidders to make To be intimated later.
presentations to the
Evaluation Committee
Date and time of 7 days from issue of LOA
submission of Performance
security
Date and Time of 15 days from issue of LOA
signing of Contract
Agreement
Commencement of work From the date of issue of Letter of Award

7|Page
Bid Validity 120 days from the last date of submission of bid or
any extension thereof.

Obtaining GRIHA Required at least 3 Star

Opening of Financial Bids of Shall be intimated later on (Financial Bids of only


Technically qualified those bidders will be opened who qualify as per
bidders laid down parameters in Technical Package Part-I
and Technical Package Part-II
Address for Communication Vice President (ID), HLL Infra Tech Services Ltd.
B-14A, sector 62, Noida (UP).
The tender document (Two Stage) can be downloaded from the websites
https://hllhites.com and www.etenders.gov.in “Corrigendum, if any, would appear only on
the above web site and not be published”.
Note: Earnest Money Deposit and Cost of tender / Bid document is to be obtained from
the bidders except Micro and Small Enterprises (MSEs) as defined in MSE Procurement
Policy issued by Central Purchase Organization or the concerned Ministry of Department
or Startups as recognized by Department of Industrial Policy and Promotion (DIPP).
1.2 Significant Points
1.2.1 RFP document consists of:
Volume – I
- Section 1-Notice Inviting Bid (NIB)
- Section-2-Instruction to Bidders (ITB)
- Section-3- Scope of Work and Terms of Payment
- Section-4-Evaluation Process and Criteria
Volume – II
- General Conditions of Contract (GCC)
Volume – III
- Financial Bid
1.2.2 All Bidders are hereby cautioned that Bids containing any material deviation
or reservation as described in the “Instructions to Bidders” shall be
considered as non-responsive and shall be summarily rejected.
1.2.3 HITES reserves the right to accept or reject any or all Bids without
assigning any reasons. No Bidder shall have any cause of action or claim
against HITES for rejection of their Bid.
1.3 Minimum Eligibility Criteria:
The interested bidders should meet the following minimum eligibility criteria:
1.3.1 Work Experience:
i) The bidder should have an experience of minimum 7 years in the same
name and style in the field of providing Architectural and Engineering
Consultancy services ending initial stipulated last date of submission of
tenders.
ii) Experience of having provided Architectural and Engineering Consultancy
services including preparation of Master Planning and DPR for
successfully completed similar works during the last 7 years ending initial
8|Page
stipulated last date of submission of tenders:-
a. Three similar works each costing not less than Rs. 400 Crores of
the estimated cost of the project
OR
b. Two similar works each costing not less than R s . 500 Crores of
the estimated cost of the project
OR
c. One similar work costing not less than R s . 800 Crores of the
estimated cost of the project.

“Similar works” shall mean Preparation of Master Plan and Concept


Designs of following:

One 1000 bedded Super-Specialty/ Multi-Specialty Hospital/General


Hospital in India.
Or

Two 750 bedded Super-Specialty/ Multi-Specialty Hospital/General


Hospital in India.
Or

Three 500 bedded Super-Specialty/ Multi-Specialty Hospital/General


Hospital in India.

iii) The past experience in similar nature of work should be supported by


certificates issued by the client’s organization. In case the work
experience is of Private sector, the completion certificate shall be
supported with copies of the Letter of Award/ Contract Agreement and
Corresponding TDS Certificates. Value of work will be considered
commensurate with the value of fee received as per TDS Certificates
compared to agreed consultancy fee with client.
iv) The value of executed works shall be brought to the current level by
enhancing the actual value of work done at a simple rate of 7% per
annum, calculated from the date of completion to previous day of initial
stipulated last date of submission of Request for Proposal as per NIT.
v) Joint-venture / consortium of firms / companies and foreign bidders are
not eligible to quote for the tenders.
vi) The bidders submitting experience certificate for the works done in joint
venture (JV)/consortium with other firms/companies, their proportionate
experience to the extent of its share in the JV/consortium or work done by
them shall only be allowed on submitting the valid proof of their share/
work done.
vii) Certificates in the name of other companies:
a. Certificates of Subsidiary/Group Companies:
Any company/firm while submitting tender can use the work experience
9|Page
of its subsidiary company to the extent of its ownership in the subsidiary
company. However, the companies/firms which intend to get qualified on
the basis of experience of the parental company/group company/Own
works, shall not be considered. Further, the financial parameters of the
subsidiary or Parental Company cannot be used by the other one for
qualification.
b. Merger/ Acquisition of Companies:
In case of a Company/firm, formed after merger and/ or acquisition of
other companies/firms, past work experience and Financial
parameters of the merged/ acquired companies/firms will be considered
for qualification of such Company/firm provided such Company/firm
continues to own the requisite assets and resources of the merged /
acquired companies / firms.
1.3.2 Financial Strength:
(a) Turnover: Average annual financial turnover should be at least Rs. 5
Crores during the immediate last three consecutive financial year
ending 2022-23.
(b) The turnover should be of the Bidding Company and not for Group
Company or subsidiary company etc. ITRs for the last three years to
be submitted.
(c) The multiplication factor of 7% per annum simple interest is applicable
on the Annual financial turnover figures. This should be duly certified
by the Chartered Accountant.
(d) Profit/loss: The bidder should not have incurred any loss (profit after
tax should be positive) in last Five years ending FY 2022-23. This
should be duly certified by the Chartered Accountant. Further, ITRs
for the last Five years to be submitted in support of this certificate.
(e) The bidders are required to upload page of summarized Balance
sheet (Audited), summarized Profit and Loss Statement (Audited) and
Income Tax Return Acknowledgement for immediate last five years.
1.4 The intending tenderer(s) must read the terms and conditions of this RFP
document carefully. He should only submit his bid if eligible and in possession of
all the documents required.
1.5 Information and Instructions for tenderers posted on website shall form part of bid
document.
1.6 The bid document consisting of scope of work and the set of terms and conditions
of the contract to be complied with and other necessary documents can be seen
and downloaded from website https://hllhites.com or www.etenders.gov.in free of
cost.
1.7 The intending tenderer(s) must have valid class-III digital signature to submit
the bid.
1.8 On opening date, the Architect(s)/Architectural Firms can login and see the bid
opening process. After opening of bids he will receive the competitor bid sheets.
1.9 Architect(s)/Architectural Firms should upload documents in PDF format.

10 | P a g e
1.10 Architect(s)/Architectural Firms must ensure to quote rate due diligently as per
instructions given in the bid document. The rate shall be quoted upto 2 (two)
Decimals.
1.11 If any cell is left blank and no rate is quoted by the tenderer, rate of such item shall
be treated as “0” (ZERO) and the bid submitted by him shall be categorized as
unresponsive and be ignored.
1.12 Notwithstanding anything stated above, HITES reserves the right to assess the
capabilities and capacity of the tenderers to perform the contract in the overall
interest of HITES.
1.13 The Architect(s)/Architectural Firms is/are required to quote strictly as per the
terms and conditions, specifications, standards given in the tender documents
and not to stipulate any deviations.
1.14 Architect(s) / Architectural Firms have to give Design concept presentation on the
basis of the available data and after collecting information regarding site details,
plot area, local heritage, plot connectivity with main road/rail/air, etc. by visiting the
site. Missing link, if any, may be assumed by the bidders with best possible option
for presentation since this stage is meant to assess and evaluate the overall
understanding of bidder about subject matter and the Project in particular.
1.15 HITES reserves the right to reject any or all tenders or cancel/withdraw the
Invitation for Bids without assigning any reason whatsoever and in such case no
tenderer / intending tenderer shall have any claim arising out of such action.
1.16 Integrity Pact as per Annexure-III under Section-6 (For all contracts having
estimated consulting fees valuing Rs. 50.00 Crores and above):
Integrity Pact duly signed by the tenderer shall be submitted. Any bid without
signed Integrity Pact shall be rejected.
1.17 Independent External Monitors

(i) In respect of this consultancy assignment, the Independent External Monitors


(IEMs) would be monitoring the bidding process and execution of contract to
oversee implementation and effectiveness of the Integrity Pact Program.
(ii) The Independent External Monitor(s) (IEMs) have been appointed by
HITES, in terms of Integrity Pact (IP)-Section 6, which forms part of the
tenders/Contracts.
(iii) This panel is authorized to examine / consider all references made to it under
this tender in terms of Integrity Pact. The Independent External Monitors
(IEMs) shall review independently, the cases referred to them to assess
whether and to what extent the parties concerned comply with the obligations
under the Integrity Pact entered into between HITES and
Architect(s)/Architectural Firms.
(iv) The Independent External Monitors (IEMs) has the right to access without
restriction to all Project documentations of HITES including that provided by
the Architect(s)/Architectural Firms. The Architect(s)/Architectural Firms will
also grant the Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his Project Documentations. The
same is applicable to Sub-consultants. The IEM(s) is under contractual
obligation to treat the information and documents of the Bidder / Architect(s)/
11 | P a g e
Architectural Firms/ Sub-Consultants etc. with confidentiality.
1.18 Earnest Money Deposit:
Earnest Money Deposit of amount as mentioned in “NIT of Tender” required to be
submitted along with the tender shall be in the form of Demand Draft payable at
place as mentioned in NIT in favour of HITES from any of the Scheduled
Commercial Banks in India. The Bank Guarantee towards EMD is also acceptable
(in the prescribed format as per Section-6) issued from any of the Scheduled
Commercial Banks in India. EMD shall be submitted in the prescribed Performa.
The EMD shall be valid for a minimum period of 180 (One Hundred Eighty) days
from the original last day of submission of bid as per NIT. The EMD shall be
scanned and uploaded to the e-Tendering website within the period of bid
submission and original should be deposited in office of HITES.
1.19 List of Documents to be scanned, and uploaded on the e-tender website
within the period of bid submission:
a. Demand Draft/ Pay Order or Banker’s Cheque or Bank Guarantee of any
Scheduled Commercial Bank against EMD (Form-B).
b. Demand Draft/Pay order or Banker’s Cheque of any Scheduled
Commercial Bank towards cost of Bid Document.
c. Form of Bid- (Form A)
d. Power of attorney for person authorized for signing /submitting the RFP (Form
D)
e. Integrity Pact and Agreement duly filled and signed by the authorized
signatory on behalf of the bidder (Form G)
f. Copy of Initialed RFP Documents
g. Documentation of Experience of successfully completing projects of similar nature
in the form T-I(A)
h. Details of Healthcare Projects completed in the Last Seven Years meeting the
eligibility criteria as per Clause 2.2 in the form T-1(B)
i. Performance Report certificate issued by client T-1(C)
j. Financial Information in Form T-I(D).
k. Undertaking that Bidder is not blacklisted / debarred, Form T-1(E)
l. Corrigendum / Addendum / Other documents, if any
m. Annexure-I: Affidavit dully notarized by notary public on Non-Judicial stamp
paper of Rs. 100 for correctness of document/information.
n. Annexure-II: Unconditional letter of acceptance of tender conditions (in
original) (duly signed on letter head of the applicant/ bidder).

NOTE:
(1) The documents i.e. Cost of bid document in the form of Demand Draft/Pay
order or Banker's Cheque and EMD in the Form of Demand Draft/Pay order
or Banker's Cheque or Bank Guarantee of any Scheduled Commercial Bank
and unconditional letter of acceptance duly signed on letter head, Notarized
Affidavit for correctness of document/information) are required to be
12 | P a g e
submitted in original in hard copy also within the period of Bid submission.
(2) In case of non-submission of Cost of bid document in the form of Demand
Draft/Pay order or Banker's Cheque and EMD in the Form of Demand
Draft/Pay order or Banker's Cheque or Bank Guarantee of any Scheduled
Commercial Bank, the bid shall be rejected out rightly without seeking any
further clarification
(3) Unconditional Letter Of Acceptance duly signed on letter head, Notarized
Affidavit for correctness of document/information are mandatory documents
and are need to be checked carefully for its correctness (strictly as per
prescribed format) before submission of bid. The bid shall be rejected out
rightly in case of its non-submission without seeking any further
clarification/document. No claim of the Architect(s)/Architectural Firms
whatsoever shall be entertained by HITES on this account.
(4) The bidders are advised to submit complete details with their bids. The
Technical Bid Evaluation will be done on the basis of documents uploaded
on e-tendering web site(s) by the bidders with their bids.
(5) The information should be submitted in the prescribed Proforma. Bids with
Incomplete/Ambiguous information are liable to be rejected.
(6) Demand Draft/Pay order or Banker's Cheque or Bank Guarantee of any
Scheduled Commercial Bank against EMD submitted by the bidders shall be
strictly in the format prescribed in GCC. In case, Bank Guarantee for EMD is
not found verbatim in the prescribed format, the bid will be liable for rejection.
(7) All the uploaded documents duly sealed and signed by the Power of Attorney
holder should be in readable, printable and legible form failing which the
Bids are liable for rejection.
1.20 The envelope containing requisite bid documents should also indicate clearly the
name of the tenderer and his address. In addition, the left hand top corner of
the envelope should indicate the name of the work, name of the document in the
envelope with bid opening date and time and addressed to address mentioned
above.
Online technical bid documents submitted by intending tenderers shall be opened
only of those tenderers, whose Demand Draft/Pay order or Banker's Cheque or
Bank Guarantee of any Scheduled Commercial Bank against Earnest Money
Deposit, Cost of Bid Document, Unconditional letter of acceptance and Affidavit for
correctness of documents/information are submitted along with the bid.
The bid submitted shall become invalid, if:
i) The tenderer is found ineligible.
ii) The tenderer does not upload all the documents as stipulated in the bid
document.
iii) Tenders in which any of the prescribed conditions are not fulfilled or found
incomplete in any respect are liable to be rejected.
1.21 The bid for the works shall remain open for acceptance for a period of 120 days
from the last date of submission of bid including the extension there of given, if
any. In case any tenderer withdraws his bid before the said period or issue of
letter of acceptance, whichever is earlier, or makes any modifications in the terms
13 | P a g e
and conditions of the bid which are not acceptable to HITES, then HITES shall,
without prejudice to any other right or remedy, be at liberty to forfeit the EMD as
aforesaid. Also the bid once withdrawn shall not be considered again upon receipt
of any subsequent request by the bidder. Further the tenderers shall not be
allowed to participate in the re-bidding process of the same work.
1.22 The acceptance of any or all tender(s) will rest with HITES who does not bind
itself to accept and reserves to itself the right to reject any or all of the tenders
received without assigning any reason thereof.
1.23 On acceptance of tender, the name of the accredited representative(s) of the
Architect(s)/Architectural Firms who would be responsible for taking instructions
from Engineer-in-Charge or its authorized representative shall be intimated within
15 days of issue date of Letter of Award (LOA) by HITES.
1.24 The bidder shall fully comply with the Department of Industrial Policy and
Promotion, Ministry of Commerce, Govt. of India (DIPP‟s) PPP-MII order no P-
45021/2/2017/E II dated 15.06.17 and any further revision at any later date as
applicable during the entire tenancy of the contract.
Note: In case of procurement for a value in excess of Rs. 10 crore, above
undertaking shall be provided from a statutory auditor or cost auditor of the
company(in the case of companies) or from a practicing chartered accountant (in
respect of tenderer other than companies) as applicable.
1.25 The bidder shall ensure that all approved makes for each respective items
to be used in the works proposed are Make in India(MII) only as per the norms of
minimum local content required as defined in the public procurement (preference
to Make in India) order 2017 of Ministry of Commerce, Govt. of India or any
subsequent revision as applicable.

In case, where reputed Make in India makes are not available, names of any
imported/foreign makes shall not be specified, instead requisite specifications of
the materials shall be given in the tender.
1.26 The bidder shall fully comply with the Ministry of MSMED Act, 2006 and MSME
Order 2012 or any further revision at any later date (as per applicability under
clause 1.11 of Instruction to Bidders) during the entire tenancy of the contract as
applicable.
1.27 HITES reserves the right to accept or reject any Request for Proposal without
assigning any reason or incurring any liability whatsoever. Prospective bidders are
advised to regularly scan through e-tender Portal www.etenders.gov.in and
www.hllhites.com as corrigendum/ amendments etc., if any, will be notified on
these websites only and separate press advertisement will not be made for this.

Vice President (ID)


HLL Infra Tech Services Ltd

14 | P a g e
SECTION 2
INSTRUCTIONS TO BIDDERS
2.1 Introduction
The Architect(s)/Architectural Firms are invited to submit a Technical bid together
with a financial bid.
Architect(s)/Architectural Firms should familiarize themselves with local
conditions and take them into account in preparing their Proposals. To obtain
first-hand information on the assignment and local conditions,
Architect(s)/Architectural Firms should visit the site before submitting a proposal.
Architect(s)/Architectural Firms through their authorized representative should
contact the following regarding site specific information and site visit enquiry.
Contact : 0120-4071500
Address : B-14A, Sector 62, Noida
Email ID : [email protected]
HITES shall provide the available relevant information to the
Architect(s)/Architectural Firms. However, HITES shall not be responsible for any
loss or financial damages on account of use of such information by
Architect(s)/Architectural Firms and Architect(s)/Architectural Firms are advised
to collect their own information for preparation and submission of bids. The
Architect(s)/Architectural Firms shall be responsible for obtaining licenses and
permits to carry out the required services. Architect(s)/Architectural Firms shall
bear all costs associated with the preparation and submission of their proposals,
site visits etc.
HITES / Client is not bound to accept any proposal, and reserves the right to
annul the selection process at any time prior to Contract award, without thereby
incurring any liability to the Architect(s)/Architectural Firms.
2.2 Eligibility Criteria and Disqualification:
The eligibility Criteria is as at Section- I. It may be noted that even if a Bidder
meets the eligibility criteria, the HITES may, at their discretion and at any stage
during the selection process or execution of the Consultancy work, order
disqualification of the Architect(s)/Architectural Firms if the
Architect(s)/Architectural Firms has been blacklisted/debarred by HLL Lifecare
Ltd. and it’s subsidiaries, Ministry of Health and Family Welfare or Ministry of
Finance, Govt. of India from participating in the present tender and if the
blacklisting/debarment subsists on the due date of bid submission, such bidder
shall not be eligible to submit the bid.
Even if a Bidder meets the above criteria, HITES may disqualify the Bidder if:
a. The Bidder has:
i. Made misleading or false representations in the forms, statements and
attachments submitted; or
ii. Submitted more than one Bid for the same work.

15 | P a g e
2.3 RFP Documents
2.3.1 Contents of RFP Documents
RFP Document shall consist of the documents listed in Notice Inviting Bids
along with any schedules, addendum or corrigendum etc. issued by HITES
for the purpose.
2.3.2 Pre-Bid Conference
HITES may conduct a pre-bid conference at the time and venue
mentioned in Notice Inviting Bid to answer any queries that the Bidders
may have in connection with the proposed work.
2.3.3 Clarifications
Bidders can seek clarifications to the RFP document by writing at the
mailing address of HITES or during pre-bid conference. The clarifications
shall be uploaded on CPP e-tender Portal - http://www.etenders.gov.in.
and www.hllhites.com.
2.3.4 Amendments to the RFP Document
i. At any time prior to the deadline for the submission of Bids, HITES
may, for any reason, whether at its own initiative or in response to a
clarification or query raised by a prospective Bidder, modify the RFP
by an amendment notice.
ii. The addendum/ corrigendum will be available on CPP e-tender Portal
- http://www.etenders.gov.in and www.hllhites.com. Separate
notification/advertisement will not be made for this in the print media.
iii. In order to allow Bidders reasonable time for preparing their Bids after
taking into account such amendments, HITES may, at its discretion,
extend the deadline for the Submission of Bids.
2.4 Preparation of Bid
2.4.1 Bidders responsibility
i. The Bidder is solely responsible for the preparation of Bids and details
therein.
ii. The Bidder should examine carefully all the contents of RFP as
mentioned in Notice Inviting Bids including instructions, conditions,
forms, terms, Client’s requirements etc. and factor the same into his
Bid. Failure to comply with the requirements as detailed in these
documents shall be at the Bidders‟ own risk. Bids which are not
responsive to the requirements of RFP will be rejected.
iii. The Bidder shall be deemed to have inspected the Site and its
surroundings and taken into account all relevant factors pertaining to
the Site in the preparation and submission of the Bid.
iv. The Bidder shall bear all costs associated with the preparation and
submission of his Bid and HITES will in no case be responsible or liable
for these costs, regardless of the conduct or outcome of the Bidding
process.

16 | P a g e
2.4.2 Project Inspection and Site Visit

i. The Bidder should visit and examine the Site and its surroundings at
his/their cost and obtain all information that they may deem necessary
for preparing the Bid. Bidder can obtain information from HITES
regarding site and contact persons for site visit.
ii. Any expenditure towards preparation of bids and presentations etc. shall
be borne by the bidder at his/ their own cost. HITES shall not be liable
for such costs, regardless of the outcome of the selection process and
no reimbursement of whatsoever nature in this regard shall be made by
HITES.
2.4.3 Documents Comprising the Bid
The Bidders shall submit their bids in two parts i.e., (i) Technical Package
and (ii) Financial Package /Bid.
(I) Technical Package/Bid shall contain the following:
Technical Package Part-I
a) Form of Bid, as per Form A
b) Checklist for the enclosed documents as per the format
attached as Annexure 1
c) E-Tender Fee/ Processing Fee: Interested Bidder who
wishes to participate in the bid has to make payment, specified
in NIT above, towards the e-tender Fee/Processing Fee in the
form of Demand Draft / Pay order or Banker’s Cheque of any
Scheduled Bank drawn in favour of “HLL Infra Tech Services
Ltd” Payable at Noida and the relevant Demand Draft / Pay
order or Banker’s Cheque to be scanned and uploaded on the
e-Tendering website before the due date and closing time of
submission of bids as notified and original should be deposited
in the office of The VP (ID), HITES, Noida, before the Date
and time for submission of Bids. E-tender Fee / Processing
Fee is non–refundable.
d) Bid Security
i. Bid Security/ Earnest Money Deposit (EMD): Bid shall be
accompanied with Earnest money, as mentioned in NIT
above, in the form of demand draft of a scheduled bank
issued in favour of “Hll Infra Tech Services Ltd.”, Payable at
Noida or Banker’s cheque or Bank Guarantee in favour of “
HITES.” having validity for 180 days from the original last
day of submission of bid as per NIT.
ii. The Bid Security shall be endorsed /pledged in favour of
HITES and shall be submitted in a separate envelope super
scribed “Bid Security for “ Appointment of Architectural
Consultant for Preparation of Master Plan and Concept
Designs and Detailed Project Reports. The Bid Security/
Earnest Money Deposit in the form of demand draft or pay
order or Banker’s cheque or Bank

17 | P a g e
Guarantee shall be scanned and uploaded to the e-
Tendering website within the period of bids submissions
and original should be deposited in the office of The VP
(ID), HITES, Noida on or before the Date and Time for
submission of Bids.
iii. Online bid documents submitted by intending bidders shall
be opened only of those bidders, whose E-Tender Fee/
Processing Fee and EMD and other documents placed in
the Technical Package envelope are found to be in order.
iv. Power of Attorney as per format given (in favor of the
authorized signatory of the Bidder) to submit Bid.
v. Integrity Pact and Agreement duly filled and signed by the
authorized signatory on behalf of the bidder.
e) Initialed RFP document as listed of Notice Inviting Bids
f) Documentation of Experience of successfully completing
projects of similar nature in the meeting the eligibility criteria
as per above, with certificate issued by the Client
Organization for the said works as per for each work.
g) Details of similar Projects completed in the Last Seven Years
ending initial stipulated last date of submission of bid meeting
the eligibility criteria as per with certificate issued by
client as per format given for each work.
h) Financial Information.
i) Undertaking against blacklisting/debarred.
The Bidder is required to submit certificate of completion of assignment
issued by the respective Client Organization as a proof of meeting the
Eligibility Criteria stipulated in the tender. Self-Certification by the firms for
their works shall not be considered for prequalification.
However, HITES reserves the right to seek any clarification from bidders
for details submitted with this package of Bid. Wherever sought, during
evaluation by HITES, the Bidder should validate the data provided as
above using suitable documentary evidence such as client certificates,
audited balance sheets, annual reports etc. clearly giving the reference to
the evidence against the relevant portion.
a) Technical Bid – All such documents which are required to
substantiate technical criteria are to be submitted in this part.
b) Organizational Capability – Proposed team for the assignment
i) Academic qualifications and Relevant work experience of the
Team Leaders and Key Resource Personnel of the staff along
with copies of supporting documents duly signed by the Team
Leader and Key Resource Personnel of staff.
ii) CV‟s recently signed and dated by the proposed Key Resource
Personnel (in original) to be made available. Key information
should include number of years with the bidder firm, and degree
18 | P a g e
of responsibility held in various assignments during the last
Seven (7) years. In addition to the above, following information
shall also be furnished in Technical Package:
iii) An organization chart for the present Consultancy Assignment
with roles and responsibilities of each key staff member
(identified by name), within the overall work program.
Technical Package Part-II
The Bidder with their Team Leader will be required to make
presentations w.r.t the Preparation of Master Plan and Concept
Designs prepared by him for this project considering but not limited
to the following:
1) Demonstration of bidder’s competence for providing required
services for Preparation of Master Plan and Concept Designs
and Detailed Project Reports for this project based on previous
project / projects
2) Proposed Approach and methodology for Preparation of Master
Plan and Concept Designs and Detailed Project Reports for this
project
3) Design approach for creation of state of the art facility and
advances in healthcare architecture for this project
4) Preparation of Master Plan and Concept Designs and Detailed
Project Reports for this project. The Architect(s)/Architectural
Firm has to submit space planning (area allocation to each
facility, floor plate, relative positioning of the departments and
its connectivity, etc.) and Stack diagram along with the concept
design
5) The Architect(s) /Architectural Firm have to prepare 3D
presentation, physical model or walkthrough from all the
directions with precise detailing for the proposal.
6) All designs, drawings and other documents prepared by the
Architect(s)/Architectural Firm shall conform prevailing relevant
Indian Standards (for ex: NBCI for building design and NABH
for hospital design, etc), MCI norms and statutory requirements
such as municipal authorities, PCB, fire and safety, electrical
inspectorate, airport authority, environment and forest etc.
However, all designs should be safe, efficient and cost
effective.
7) Architect(s)/Architectural Firm’s perception with respect to
Landscaping, external services and green building parameters
for Hospital.
8) Flow diagram in respect of Patient, staff, student, traffic etc
Note:
a. The list of documents has been prepared mainly for the convenience of
the Bidders and any omission on the part of HITES shall not absolve
the Bidder of his responsibility of reading and understanding the
various clauses in the RFP including the specifications and to submit all
the details specifically called for (or implied) in those clauses.
19 | P a g e
b. All documents issued for the purpose of bidding as described in Notice
Inviting Bids and any amendments issued in accordance with
Clause 2.5.4 shall be deemed as incorporated in the Bid.
(II) FINANCIAL PACKAGE /BID Shall comprise the following:
FINANCIAL BID: The financial bid should be submitted online only.
Physical submission of financial bid will not be accepted and tender
shall be rejected. The financial package should include all costs
associated with the Project including any out of pocket / mobilization
expenses, taxes, charges, levies, Cess, etc. including Goods and
Services Tax as applicable till the date of NIT. In case Government
levies/modifies any tax subsequently the same will be adjusted
plus/minus as the case may be. The Bidder must ensure to fill up
price against each item of Price bid. If any cell is left blank then value
of that cell shall be treated as “0” (ZERO). Bids containing any
conditions in Financial Bid shall be summarily rejected.
Bidders may note that the price should not be indicated in any of the
document enclosed in Technical Package. Non-compliance shall
entail rejection of the bid. Any addition, modification, alteration etc. if
observed in any of the bid documents containing all volumes (all
parts) at any stage then the bid shall be summarily rejected.
2.4.4 Language of Bid
The Bid and all related correspondence and documents relating to the
Project shall be written in the English language. Supporting documents
and printed literature furnished by the Bidder, if any, may be in another
language provided they are accompanied by an accurate English
translation. Any material that is submitted in a language other than English
and which is not accompanied by an accurate English translation may not
be considered.
2.4.5 Currency of Bid
All payments for the project shall be made in Indian Rupees only.
2.4.6 Bid Security/Earnest Money Deposit (EMD)
i. The Bidder shall furnish, as Bid Security, an amount as mentioned in
Notice Inviting Bids.
ii. Any Bid not accompanied by an acceptable Bid Security shall be
treated as non-responsive and shall be summarily rejected.
iii. The EMDs of unsuccessful bidders in technical evaluation shall be
returned within 30 days of declaration of technical evaluation
results. Further, after opening of the Financial Bids, the EMDs of
technically qualified other than successful bidder will be return
within 15 days after opening of the Financial Bids.
iv. The EMD of the successful Architect(s)/Architectural Firms will be
returned after the Architect(s)/Architectural Firms has furnished the
required acceptable Performance Security and executed the
Contract Agreement.
v. No interest shall be paid by HITES on the EMD.
vi. The Bid Security shall be forfeited:
20 | P a g e
a. If a Bidder withdraws his Bid during the period of Bid Validity, or
b. If, any unilateral revision in the offer is made by the bidder
during the validity of the offer. or
c. In the case of the Successful Bidder,:
i. The necessary Performance Security for performance is not
furnished as per Clause 3.5 and/or
d. the Contract is not signed within the time limit specified
e. The Bidder tries to influence the Bid process/ employees of
HITES/ members of Evaluation Committee in any manner or
breaches standards of ethics as per Clause 2.11
f. If the bidder furnishes any incorrect or false statement
/information/document
g. If bidder commits any breach of Integrity Pact
2.4.7 Bid Validity
Bids shall be valid for a period as specified in Notice Inviting Bids.
2.4.8 Extension of Bid Validity
Prior to the expiry of the original Bid Validity Period, HITES may request
Bidders to extend the Bid Validity Period for a specified additional period.
In case the bidder extends the bid validity, the bidder shall also extend the
validity of the Bid Security accordingly.
2.4.9 Format and Signing of Bid
i. Bid documents (technical package and financial package/ bid) shall be
digitally signed by a person duly authorized to sign the Bid documents.
The Bidder shall also submit a power of attorney authorizing the
person signing the documents.
ii. Entries to be filled in by the Bidder shall be typed or written in indelible
ink and to be scanned and uploaded in the e-tender portal.
iii. The Bid shall be without alterations, overwriting, interlineations or
erasures except those to accord with instructions issued by HITES, or
as necessary to correct errors made by the Bidder. All
amendments/corrections shall be digitally signed by a person duly
authorized to sign the Bid documents and to be scanned and uploaded
in the e-tender portal.

iv. All witnesses and sureties shall be persons of status and probity and
their full names, occupations and addresses shall be written below
their signatures.
2.4.10 Sealing and Marking of Bids
i. The Bid shall be submitted along with documents and as per the mode
of submission mentioned above in this section and also mentioned in
the Checklist at Annexure - I of this volume I.
ii. Please note that the price should not be indicated in any of the
documents uploaded in Technical package part. Non-compliance
shall entail rejection of the Bid. The contents of Technical Package
21 | P a g e
shall be as detailed under Clause2.4.11 herein.
iii. Architect(s)/Architectural Firms must ensure to quote rate in Lumpsum
/ Percentage. The rate shall be quoted upto 2 (two) Decimals.
2.4.11 Submission of Bids:
a. The last date for submission of completed RFP is given in Notice
Inviting Tender. HITES may, at their discretion, extend this date, in
which case all rights and obligations of the CLIENT/ HITES and the
Bidder shall thereafter be subjected to the new deadline as extended.
If such nominated date for submission of RFP is subsequently
declared as a public holiday, the next official working day shall be
deemed as the date for submission of RFP.
b. The documents which are required to be submitted in original as per
mode defined in Checklist at Annexure I, appended to this document
shall be submitted by hand or through registered post or courier
service at the address mentioned above. CLIENT/ HITES shall not
take any cognizance and shall not be responsible for delay/loss in
transit or non-submission of said documents in time.
c. After the evaluation of Technical Bids is complete, HITES shall notify
the eligible bidders indicating the date and time set for submission and
opening the Financial Bids
d. The Financial Package / Bid should be submitted ONLINE only.
Physical submission of financial bid will not be accepted and RFP
shall be rejected.
2.4.12 Modifications/ Substitution/ Withdrawal of Bids
i. No modification or substitution of the submitted Bid shall be allowed
after last date of submission of bids.
ii. A Bidder may withdraw its submitted Bid, provided that written notice
of the withdrawal is received by HLL Infra Tech Services Limited,
before the last date for submission of Bids.
iii. Only a single copy of the withdrawal notice shall be prepared and
each page of the notice shall be signed and stamped by the
authorized signatory. The notice shall be duly marked
“WITHDRAWAL”. This withdrawal notice will be opened at the time of
opening of bid and not earlier. The signature of GPA holder will be
verified and withdrawal shall be considered only in case both are
same.
2.4.13 Bid Due Date

i. Bids should be submitted on or before the stipulated date and time as


specified in Notice Inviting Bids.
ii. HITES may at its sole discretion, extend the Bid due date by
issuing an addendum.
2.4.14 Power of Attorney
Bidders shall submit, along with Technical Package, a power of
attorney, on a stamp paper of appropriate value, in favour of the
person signing the Bid documents authorizing him to sign the Bid
22 | P a g e
documents, make corrections/ modifications thereto and interacting
with HITES and act as the contact person. The format for the power of
attorney shall be as per form D of Bid Document Volume-I. In case
bids are signed by Managing Director/ Partner/Proprietor himself,
Power of Attorney is not required.

2.5 Bid Opening and Evaluation


2.5.1 Bid Opening
i. The Bids will be opened at the office of Vice President(ID) HITES,
B-14A, SEC-62, NOIDA, U.P-201307 in the presence of the Bidders
or their representatives who choose to attend on the date and time as
mentioned as per Clause 1.2 of Notice Inviting Bids through e-tender
portal. If such nominated date for opening of the Bid is subsequently
declared as a public holiday, the next official working day shall be
deemed as the date of opening of the Bid.
ii. The bids which do not comply with one or more of the foregoing
instructions may not be considered.
iii. On opening of Bid, the Bids will be examined to see if they are
complete, and contain all documents as mentioned in the
documents do not meet the requirements of the RFP, a note will be
recorded accordingly by HITES and the said Bidder’s Proposal will not
be considered for further processing/evaluation.
iv. The Bidders name, the presence or absence of the requisite Bid
Security and such other details as HITES or their authorized
representative, at his discretion, may consider appropriate will be
announced at the time of Bid opening.
v. The proposals shall be valid for a period of 120 days from the last date
of its submission or any extension thereof. During this period, the
bidder shall keep available the professional staff proposed for the
assignment.
2.5.2 Determination of Responsiveness
i. Prior to the detailed evaluation of the Bids, HITES will determine
whether each Bid is responsive to the requirements of the RFP.
ii. For the purpose of this Clause, a responsive Bid is one which:
a. Is received by the Bid due date as per Notice Inviting Bids
including any extension thereof, if any.
b. Is accompanied by the Power(s) of Attorney as specified
c. Contains all the information as requested in the RFP and in the
required formats same as those specified in this RFP.
d. Is valid for the validity period as set out
e. Is accompanied with required cost of tender / bid.
f. Is accompanied with the Bid Security/EMD
g. Conforms to all the terms, conditions and specifications of RFP
without material deviation or reservation. “Deviation” may include
exceptions and exclusions. A material deviation or reservation is
one which affects in any substantial way the scope, quality,
performance or administration of the works to be undertaken by the
Bidder under the Contract, or which limits in any substantial way,
23 | P a g e
HITES‟s rights or the Bidders obligations under the Contract as
provided for in the RFP and/or is of an essential condition, the
rectification of which would affect unfairly the competitive position of
other Bidders presenting substantially responsive Bids at
reasonable price.
iii. If a Bid is not substantially responsive to the requirement of the RFP, it
will be rejected by HITES. The decision of HITES as to which Bids are
not substantially responsive shall be final and binding.
2.5.3 Evaluation of Bids
i. CQCCBS (Combined Quality Cum Cost Based Selection), with
separate marking for Technical and Financial bids, would be done for
the proposals received against the RFP. HITES would examine and
evaluate Bids in accordance with the criteria set out in Section 4.
ii. HITES reserves the right to reject any Bid if:
a. At any time, a material misrepresentation is made or found out;
or
b. The Bidder does not respond within the stipulated time to
requests for supplemental information required for the
evaluation of the Bid.
2.5.4 Clarification of Bids
Evaluation of technical packages submitted by Bidders shall be
undertaken based on the details submitted in the technical package only.
Bidder shall not be allowed to submit, on their own, additional information
or document subsequent to the date of submission and such document if
submitted will be disregarded. It is therefore essential that all the details
are submitted by the Bidder accurately and specifically in their technical
proposal avoiding ambiguous answers. However, HITES reserves the
right to seek any clarification from Bidders for details submitted with
technical package.
2.5.5 Confidentiality
i. Except the public opening of Bid, information relating to the
examination, clarification, evaluation and comparison of Bids and
recommendations concerning the award of the Contract shall not be
disclosed to Bidders or other persons.
ii. Any effort by a Bidder to influence the employees of Client / HITES /
members of Evaluation Committee in the process of examination,
clarification, evaluation and comparison of Bids and in decisions
concerning award of contract, shall result in the rejection of their Bid.
2.6 Award of Contract
2.6.1 Letter of Award
i. Prior to the expiry of the period of Bid Validity, HITES will notify the
successful Bidder, to be confirmed in writing by registered post/ by
courier. This letter (hereinafter and in the Conditions of Contract called
„the Letter of Award‟) shall mention the sum which, HITES will pay to the
Architect(s)/Architectural Firms in consideration of the work performed
by the Architect(s)/Architectural Firms as prescribed by the Contract
(hereinafter and in the conditions of Contract called „the Assignment
24 | P a g e
Fee‟) to the satisfaction of HITES. No correspondence will be
entertained by HITES from the unsuccessful Bidders.
ii. The Letter of Award shall constitute a part of the contract.
iii. Upon submission of Performance Security by the successful Bidder,
HITES will promptly notify the unsuccessful Bidders and discharge /
return their Bid securities.
iv. The competent authority of HITES reserves to himself the right of
accepting the whole or any part of the tender and the bidder shall be
bound to perform the same at the rate quoted.
v. HITES reserves the right to proceed and award the work for Part-A &
Part-B, Part C and Part D together or Part–A & Part-B, Part C and Part D
separately and issue Letter of Award (s) (LOA) on these bases as per
the procedure mentioned in the Bid Document and terms and conditions
set out in this Bid document.

2.6.2 Signing of Agreement


i. HITES shall prepare the Agreement in the Proforma (Form F) included in
this Document, duly incorporating all the terms of agreement between
the two parties. Within 15 days from the date of issue of the Letter of
Award the successful Bidder will be required to execute the Contract
Agreement.
ii. the Successful Bidder shall submit Performance Security within a period
of 7 days from the date of issue of the Letter of Award
iii. One copy of the Agreement duly signed by HITES and the Architectural
Consultant through their authorized signatories will be supplied by HITES
to the Architectural Consultant.
iv. In case Successful Bidder does not sign the Contract Agreement with
HITES, HITES reserves the right to forfeit EMD.
v. The agreement may be suitably amended with the mutual consent during
currency of the contract.
vi. In case, the HITES award the work under Part-A initially and Part-B, Part
C and Part D separately at a subsequent dates, then for the Part-B, Part
C and Part D of the contract shall be executed through a supplementary
agreements with HITES at appropriate stages.

2.7 Conflict of Interest


2.7.1 HITES requires that Architectural Consultant provides professional,
objective, and impartial advice and at all times hold HITES‟s interests
paramount, strictly avoid conflicts with other Assignment/jobs or their own
corporate interests and act without any consideration for future work.
2.7.2 Without limitation on the generality of the foregoing, Architectural
Consultant, and any of his affiliates, shall be considered to have a conflict
of interest and shall not be hired, under any of the circumstances set forth
below:
(i) Conflicting activities; A firm that has been engaged by HITES to
25 | P a g e
provide goods, works or Assignment/job other than consulting
assignment/job for a project, and any of its affiliates, shall be
disqualified from providing consulting assignment/job related to those
goods, works or Assignment/ job. Conversely, a firm hired to provide
consulting assignment /job for the preparation or implementation of a
project, and any of its affiliates, shall be disqualified from
subsequently providing goods or works or assignment/job other than
consulting assignment/job resulting from or directly related to the
firm‟s consulting assignment/job. Other than consulting
assignment/job are defined as those leading to a measurable
physical output, for example surveys, exploratory drilling, aerial
photography, and satellite imagery etc.
(ii) Conflicting assignment/job; An Architectural Consultant (including
its Personnel and Sub- Consultants) or any of its affiliates shall not
be hired for any Assignment/ job that, by its nature, may be in conflict
with another Assignment/job of the Architectural Consultant to be
executed for the same or for another Client/HITES.
(iii) Conflicting relationships: An Architectural Consultant (including its
Personnel and Sub-Consultants) that has a business or family
relationship with a member of HITES‟s staff who is directly or
indirectly involved in any part of (i) the preparation of the Terms of
Reference of the assignment/job, ii) the selection process for such
assignment./job, or (iii) supervision of the Contract, may not be
awarded a Contract, unless the conflict stemming from this
relationship has been disclosed and thereafter resolved in a manner
acceptable to HITES throughout the selection process and the
execution of the Contract.
2.8 Employment of Officers/ Retired Officers of Client / HITES
The Bidder(s), either at Proposal stage or during the execution stage shall not
employ or attempt to employ any staff from current or past employees including
retired employees of Client /HITES in any capacity unless such employee has
completed at least One year post retirement/ resignation or had obtained a „No
Objection Certificate‟ specific to this effect from Client.
/HITES as the case may be.
2.9 Standards of ethics:
HITES desires that the Architectural Consultant shall observe the highest
standard of ethics during the currency of this contract.
(a) In pursuance of the above objective, this policy defines, the terms set forth
below as follows:
“Corrupt practice” means the offering, giving, receiving, or soliciting of
anything of value to influence the action of a public official in the selection
process or in contract execution; and
“Fraudulent practice” means a misrepresentation or omission of facts in
order to influence a selection process or the execution of a contract,
“Collusive practice” means a scheme, arrangement or understanding
between two or more Architectural Consultants, with or without the
knowledge of HITES, designed to establish prices at artificial
noncompetitive levels.
26 | P a g e
“Coercive practice‟ means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a
selection process, or affect the execution of a contract.
(b) It is further provided that :-
(i) HITES will reject a proposal for award if it determines that the
Architectural Consultant recommended for award has engaged in
corrupt or fraudulent or collusive or coercive activities in competing
for the contract in question;
(ii) HITES will declare an Architectural Consultant ineligible, either
indefinitely or for a stated period of time, to be awarded a
Government contract if it at any time determines that the
Architectural Consultant has engaged in corrupt or fraudulent
practices in competing for, or in executing this contract.
2.10 HITES‟s right to accept any Bid and to reject any or all Bids
Notwithstanding anything above, HITES reserves the right to accept or reject any
Bid at any time prior to award of Contract without thereby incurring any liability to
the affected Bidder or Bidders or any obligations to inform the affected Bidder or
Bidders about the grounds for HITES‟s action.
HITES reserves the right to cancel/annul the selection process, at any stage prior
to the award of the Contract, in larger public interest, on account of the following:
i. In case no Bid is received.
ii. occurrence of any event due to which it is not possible to proceed
with the selection process
iii. an evidence of a possible collaboration/mischief on part of Bidders,
impacting the competition, objectivity and transparency of the selection
process,
iv. it is discovered that Bidders have breached standard of ethics
v. Any other reason, which in the opinion of HITES necessitates the
cancellationof the selection process.
On occurrence of any such event, HITES shall notify all the Bidders within 7
days of such decision. HITES shall also promptly return the Bid Security
submitted by the Bidders within 15 days of issue of such notice. HITES is not
obligated to provide any reason or clarification to any Bidder on this account.
HITES‟s liability under this clause is restricted to returning the Bid Security
and no other reimbursements of costs/ expenses of any type shall be mad`e
by HITES on this account.
HITES further reserves the right to abandon the project or to retender or get
the work done by a Government agency or Quasi Government agency if the
bids received are not acceptable due to reasons in sub clauses (a) to (d)
above or for any other reason.

27 | P a g e
SECTION 3
SCOPE OF WORK and TERMS OF PAYMENT

3.1 Purpose of the Assignment


HITES intends to Appoint Architectural Consultant for preparation of
Master Plan & Concept Designs and Detailed Project Reports for
Redevelopment of ABVIMS and Dr. RML Hospital, New Delhi” as per
detailed scope of work.
The Architectural Consultant shall be associated with HITES and shall
be responsible for services as mentioned in the scope of work as given
below.
The site is scattered in different land parcels and total plot areas of all
parcel is 44.38 Acres (approx.) details are tabulated below:

Sl. No. Plot Area Description


(in Acres)
(Tentative)
Main Campus (Plot between Shankar Road ,
1 26.65 Baba Kharak Singh Road & Old Ramakrishna
Ashram Marg)
New proposed Medical College Building (This plot
2 3.01
is not part of redevelopment scheme)
Existing Nursing College and Hostel (On Baba
3 1.96
Kharak Singh Road)
4 0.79 Land used for staff parking and storage sheds
Jhuggis are on this plot and same are under the
5 2.20
process of rehabilitation (On Kali Bari Marg)
Vacant land in front of Birla Mandir (On Kali Bari
6 8.80
Marg)
7 0.97 Existing Dharamshala Building
HITES/Client would furnish the requirements and area schedule for
various functions to the Architectural Consultant, the Architectural
Consultant shall, there upon, render the following services and deemed
to be included in their quoted price unless mentioned otherwise.
There is a need for a Master Plan to be drawn up for the entire existing
campus of ABVIMS and Dr. RML Hospital, New Delhi. The new Master
Plan shall be a blue-print for the redevelopment of the entire area
locating Hospital and Allied building blocks complete with building design,
engineering services design, site development infrastructure, landscape,
lighting amongst other components. The Master Plan shall also provide
intelligent and sustainable solutions for present issues pertaining to
inefficient land use, traffic congestion, pollution etc. The new Master Plan
shall identify and detail out all works including building design,
engineering services and infrastructure design, site development,
28 | P a g e
landscape design, mobility plan, lighting design etc.

The work of preparation of the Master Plan shall involve understanding


the present context, shifting – relocation - phasing strategy, identifying
programmatic requirements of each building, preparing a zoning and
blocking plan, infrastructure routing plan, mobility plan, landscape and
greening plan. The Master Plan shall also identify strategies for
development / redevelopment, retrofitting / refurbishment, demolition of
existing buildings, minimum disruption to Hospital/institute functioning,
minimum damage to environment especially air quality, use of
sustainable/resource efficient technologies and energy efficient buildings
as well as related infrastructure and site development works. The design
shall also address the security concern of the area and individual
buildings.
The Master Plan shall also culminate in a program brief for detailed
design of buildings, engineering services, site and infrastructure, hard &
soft landscape, street networks, pathways & parking and other details
specified in the detailed Scope of Work.
Based on the master plan the Consultant shall establish a detailed
program brief and finalise the detailed scope for development /
redevelopment works, retrofitting / refurbishment works, construction of
new buildings, demolition of existing buildings as well as related
infrastructure and site development works. This detailed program brief
shall be based on the present built-up areas, future requirements,
additional building facilities, special and common amenities, engineering
services, site utilities, common infrastructure facilities etc. as assessed
by consultants based on requirements of Client.
The Architectural Consultant shall present the Master Plan along with the
programmatic requirements and categories of works to be taken up for
Concept Design to Client and seek approval on the same. Upon receipt
of Client’s approval, the Consultant shall proceed with Comprehensive
Concept Design of all components of the work as per Scope of Work and
Stages of Work.
The Total Work is divided in the Parts as given below:

Part A: Preparation of Preliminary Project Report and Master


Plan of Redevelopment

Part B: Preparation of Concept Designs and Detailed Project


Reports, Tendering etc. as per detailed scope of work on
EPC Mode for Project (s) Under Phase(s) with Estimated
Cost of Construction work up to Rs. 1000 Cr.

Part C: Preparation of Concept Designs and Detailed Project


Reports, Tendering etc. as per detailed scope of work on
EPC Mode for Project (s) Under Phase(s) with Estimated
Cost of Construction work from Rs. 1000 Cr up to Rs.
2000 Cr.

29 | P a g e
Part D: Preparation of Concept Designs and Detailed Project
Reports, Tendering etc. as per detailed scope of work on
EPC Mode for Project (s) Under Phase(s) with Estimated
Cost of Construction work above Rs. 2000 Cr.
After approval of Part A by Client/ HITES subsequent Parts B, C & D
shall be carried out as per requirements.

3.2 Scope of Work:


The scope of work shall be as follows:

Part A: Preparation of Preliminary Project Report and


Master Plan of Redevelopment
Part B/ Part Preparation of Concept Designs and Detailed
C/ Part D: Project Reports, Tendering etc. (for Buildings &
allied Services & Infrastructure) as per detailed
scope of work on EPC Mode for Project (s) under
Phase(s)

3.2.1 Part A: Preliminary Project Report and Master Plan


The services to be provided by the Architectural Consultants
shall interalia include the following:-
a) Interaction with Client/HITES, Assessment of client’s
requirements and Finalization of User requirements.
b) Conducting Structural Audit of the existing buildings in the
Campus.
c) Conducting Fire Audit of the existing buildings in the
Campus.
d) The Architectural Consultant shall carry out of Traffic Survey.
Carry out volumetric study and urban form recommendations
including pedestrian/ vehicular movement and parking, bulk
services systems and their impact to be identified and
conceptual schemes suggested. Based on the above, the
external ingress egress shall also be conceptualized.
e) The Architectural Consultant shall carry out detailed
Topographical Survey and Soil Investigation of the total site
where buildings have to be constructed, bore hole numbers
and depth should be as per relevant IS codes, calculation of
safe bearing capacity etc. all complete.
f) The Architectural Consultant shall also conduct a survey
regarding number and type of existing trees at site. The
master plan/ layout of buildings/ amenities shall be prepared in
such a way that the maximum number of existing trees can be
retained at site. The Architectural Consultant shall provide
above details along with tree planting and transplanting
scheme as per the requirement of the project site.

30 | P a g e
g) Prepare Design Brief Report with functional requirements of
all project parameters.
h) Prepare and submit a report on site evaluation, state of
existing buildings and analysis and impact of existing and/ or
proposed development.
i) Furnish a site evaluation and analysis report with basic
approach to Circulation, activity, distribution and interaction
and external linkage.
The Architectural Consultant shall be responsible for collection
of any data/information as required for design from any
relevant source including (but not limited to) statutory bodies,
Power Distribution companies etc.
j) Report on identification of Ultimate disposal point, intermediate
rain water harvesting system and Source/availability of
electricity, water and other services.
k) Collection of all data regarding existing services in the area
like Sewer, Power, Water supply, Metro, Rail/ Roads.
l) Preparation of preliminary strategies for re-development, up-
gradation/retrofitting, refurbishment, new construction, site and
infrastructure development
m) Preparation of demolition plan and suggestion on demolition
method.
n) Preparation of Conceptual Master Plan including affected
area/buildings, circulation, land use, proposed building blocks,
type of works, phasing etc.
o) Preparation of final Master Plan based on final topographical
and contour survey and feedback received from client/HITES
in conformity with the local and statutory bye laws for obtaining
approval of Master Plan from Client/HITES
The Architectural Consultant shall prepare and give
presentations on the schemes as and when required by
HITES/Client and shall incorporate the changes desired by
HITES / Clients without any extra cost.
Site inspections for finalization of above details shall be
conducted by the Architectural Consultant at their own cost

p) All Statutory permissions required for the project shall be the


responsibility of the consultant including Construction and
Building permissions, DUAC,NDMC/DDA, CFO, DJB, Director
General of Civil Aviation(DGCA), Unified Traffic And
Transportation Infrastructure (Planning & Engineering) Centre
(UTTIPEC), Environment Impact Assessment (EIA), ASI,
NMA, AAI, Metro, Pollution Control Board, heritage
conservation committee, Forest department etc. as required
for the project.

31 | P a g e
The fee, if any payable to Govt. bodies/authorities shall be
paid by HITES and/or /reimbursed to the Architectural
Consultant after receipt of payment receipt towards the proof
of payment made to such Govt. bodies/authorities as per
rules.
The Architectural Consultant shall prepare Preliminary Project
Report considering all above parameters, Estimated Cost of
the project as per CPWD PAR for all proposed phases with
O&M Cost during DLP etc. and Final Master Plan. After
approval of Master Plan, Architectural Consultant shall
prepare Concept Designs and Detailed Project Reports,
Tendering etc. (for Buildings & allied Services &
Infrastructure) as per detailed scope of work on EPC
Mode for Project (s) under Phase(s) as detailed below.

3.2.2 Part B/ Part C/ Part D: Preparation of Concept Designs and


Detailed Project Reports, Tendering etc. (for Buildings &
allied Services & Infrastructure) as per detailed scope of work
on EPC Mode for Project (s) under Phase(s) as approved by
HITES / Client.
1. Concept Designs (New buildings proposed to be taken up
under various Phases):
i. Development of Building concept design/plans based on
functional analysis and workflow analysis including
preparation of space programming, design concept
(Architectural and Structural), concept for all MEP and allied
services including equipment, interiors and exteriors,
finishes etc. as per the requirements of stake holders.
ii. Architectural Planning and Design for the Hospital and
allied structures.
iii. Interior design of various spaces including furniture.
iv. Prepare Demolition plan of existing old buildings at the
proposed site
v. Planning and design for Main Gates along with Boundary
wall of the campus
vi. Planning and design for Landscaping (inside and outside
buildings), horticulture etc. A detailed study of storm water
flow patterns of the site.
vii. Basic structural design of all buildings and infrastructure in
correlation with the relevant architectural and service
drawings
viii. The concept designs should conform to relevant codes,
standards, legislations and statutory norms and shall be
prepared considering the latest green building technologies,
GRIHA rating etc.
ix. Prepare a Report of Requisite Compliances, identifying + all
32 | P a g e
applicable regulations, development guidelines such as FSI
applicability, ground coverage, set-backs, building heights,
development constraints, environment controls etc.
x. Internal and External Utility Services:
The Architectural Consultant shall coordinate with various
statutory agencies and other stakeholders in order to
incorporate requirements and considerations. The
Architectural Consultant shall coordinate preliminary design
of all components of proposed structures with other
agencies.
The Architectural Consultant shall engage an experienced
MEP Consultant, having experience in planning and design
of similar works, for carrying out planning and design of all
internal and external utility Services. The MEP Consultant
shall be engaged by Architectural Consultant only after prior
approval of Client/ HITES.
The Architectural Consultant shall carry out planning and
design of all internal and external utility Services like:
• Electrical Substations
• DG Sets and HSD Tank Yards
• Internal Electrification, Sandwich Bus ducts and
Rising Mains
• UPS System
• HVAC (Heating, Ventilation and Air-conditioning)
• Lifts and Dumb Waiters
• Fire Alarm System
• Fire Fighting System
• Public Address System
• Telephone/ Voice IPABX System
• Data and Wi-fi System
• Access Control System
• Close Circuit TV System
• MATV System
• Information Display System
• Building Management System and SCADA
System
• External Street/ Compound Lighting
• Building Façade Lighting
• Electrical Vehicle Charging System
• STP/ ETP/ WTP System
• RO Water System

33 | P a g e
• Solar PV System
• Solar Hot Water System
• Solid Waste Management System
• Door Frame Metal Detector System
• Baggage Scanning System
• Driver Face and Automatic Number Plate
Recording System
• Car Parking System
• Motorized Steel Gates and Boom Barriers
• Raw/ Domestic/ Flushing/ Fire Water Supply
System
• Sewerage, Storm Water Drainage System, Drip/
Sprinkler Irrigation system, Landscaping, Rain
Water Harvesting system
• External development plans showing roads,
paths, parks, paved areas, drains, culverts,
compound walls, external lighting etc
• Interior design and graphic signage,
• Acoustics System for Building
• Any other component needed for project
implementation during planning
The Architectural Consultant shall work out and provide
equipment capacity and quantity, technical specifications,
Estimated and Justified Costs separately of above items.
The scope of work of Architectural Consultant shall be as
defined above.
Note: During planning and design, the Architectural
Consultant shall adhere and comply with the latest norms
and guidelines as applicable viz.:
- National Medical Commission
- CPWD Norms and Guidelines
- relevant BIS and IEC Codes
- NBC 2016
- Local Bye Laws/ Municipal Corporation Norms
- DUAC Norms
- Fire Department
- Forest Department
- Central/ State Ground Water Authority
- Civil Aviation Norms and Air Port Authority Norms
- ECBC, GRIHA/ IGBC norms
- Indian Road Congress (IRC)
34 | P a g e
- Ministry of Road and Transport Highways
(MORTH) Norms
- AERB (Atomic Energy Regulation Board)
- ASHRAE/ ISHRAE, ASME, AMCA, AHRI,
SMACNA,CTI, NABH,NABL, NFPA
- Central and State Electricity Regulatory
Commission
- Central/ State Electrical Inspector Authorities
- Central/ State Pollution Control Board
- Central /State Environment Impact Assessment
Authority
- Lift Inspector authorities
- Electricity Supply Codes and Rules of respective
State ElectricityBoards
- Power Distribution Companies
- PESO (Petroleum and Explosives Safety
Organization) norms
- Bio Medical Waste Management Rules 2016
- GFR 2017 Norms, CVC Norms
- Minister of Finance Norms for Procurement of
Works and Goods
- Any other prevalent statutory rules and regulations
as applicable

2. Detailed Project Report:


Prepare the DPR covering the following:
i. Detailed Architectural and flowchart drawings.
ii. Design Basis Report for all components including
services that are part of this agreement. The
Consultant shall identify necessary existing
conditions, soil condition, climatic condition and
usage requirement in considerations while
formulation the design basis report.
3. After approval of Master Plan/ Concept Designs / DPR by
HITES/Client, the Architectural Consultant shall submit the
proposal to local bodies / statutory authorities complete as per
requirement including preparation of Model/ Presentation of
Model etc. if any.
4. Obtain the approval of layout plan and drawing from the
competent authority, statutory body, if necessary, according to
the local Acts, laws, Regulations etc. and make any changes
desired by such authorities. The approved/modified layout plan
and drawings are to be submitted to HITES.

35 | P a g e
5. Preliminary Electrical, Low Voltage Works and Mechanical
Drawings for all the components of the schemes including
getting approvals from the concerned authorities.
6. The Architectural Consultant shall prepare and submit detailed
Design Calculations for following:
i. Electrical Load Calculations and Substation equipment
capacity
ii. HVAC Heat Load and Ventilation Calculations and High
Side equipment capacity
iii. Water Demand Calculations and Water Balance Chart
iv. Solar PV System calculations
v. Solar Hot Water System calculations
vi. Lift Traffic Analysis
vii. STP/ETP/WTP/RO Design and Capacity Calculations
viii. Underground Water Tank capacity calculations for Fire,
Raw, Domestic, Flushing, Irrigation and Soft Water for
Cooling Tower makeup
ix. Overhead Water Tank capacity calculations for all
buildings for Fire, Domestic, Flushing, and Soft Water for
Cooling Tower makeup
x. Solid Waste Generation Calculation and capacity of Solid
Waste Handling Equipment
xi. Any other design calculations required for project
implementation
7. Detailed Project Planning: Detailed Project planning and
design shall be carried out by the Architectural Consultant
considering the area/ space requirements, civil, plumbing,
drainage, electrical, HVAC, solid/ liquid waste, location and
other statutory requirements of various Hospital Services and
Medical Equipment required in Hospital.
8. Tender Documents for works to be undertaken in Phases:
i. To prepare and submit required set of Tender
Documents to call tender on EPC/ Design and Build
basis for appointment of Contractor, Scope of work,
Tender Drawings for Architectural and Engineering
Services, Bill of Quantities (BoQ), Estimates, Technical
Specifications, Design Basis Report, Stage Payment
schedule, Schedule of Finishes, List of makes etc.
ii. While preparing Tender documents, interaction and
coordination with Client / HITES team on preliminary
designs and tender documents etc.
iii. The stage payment schedule shall include all the items
of work which are required to be executed as per the
scope of work of the Project.

36 | P a g e
iv. Preliminary designs must be consistent with system
designs and be good for tender document. This will
cover complete scope of work as defined in tender
documents including Estimation of cost of all
packages/works.
v. The Architectural Consultant shall provide Detailed
Technical Specification of each items of work.
vi. The Architectural Consultant shall prepare the Cost
estimates and BOQ for the purpose of assistance in
tendering process for Contractor(s). The Consultant shall
be responsible for accuracy of the BOQ items.
vii. Architectural Consultant shall ensure that all the
approved makes for each respective items to be used in
the works are proposed by them shall be in compliance
to Make in India (MII) only as per the norms of minimum
local content required as defined in public procurement
(preference to make in India) order 2017 or any
subsequent revision. In case, where reputed Make in
India makes are not available, names of only
imported/foreign makes shall not be specified, instead
requisite specifications of the materials shall be given in
the tenders.
viii. Justification of rates/ processing of tenders: Assist in bid
evaluation by providing/supplying market rate analysis
and quotations, wherever required for scheduled and
non-scheduled item of the work in prescribed manner

9. Statutory Approvals/NOCs for Redevelopment Master Plan and


works to be undertaken in Phases:
The Architectural Consultant shall prepare drawings/ documents
ensuring compliance with relevant codes, standards (if any
standard is not available in Indian standards, suitable International
standards shall be adhered to) and legislation and obtain required
statutory approvals from Local Bodies/ Statutory authorities, as
applicable:
i. Obtaining approval of all the competent authorities and other
statutory bodies like Ministry of Environment and Forests,
State Pollution Control Board, Civil Aviation, Railways and
Local Development Bodies etc. as applicable necessary
according to the Local Acts, Laws, Regulations, etc. and make
any changes desired by such authorities at no extra cost. The
original documents of approval shall be submitted to the
HITES/Client.
ii. Obtaining approval of the Architectural drawings from relevant
Local Statutory body and obtain Commencement Certificate
from local bodies leading to commencement of construction of
the project if required.
iii. Obtaining NOCs (no objection certificates) from Fire
37 | P a g e
Department, Storm Water Drainage and Sewerage Department,
Municipal Corporation / Local Bodies, Civil Aviation, Railways
etc. as per the requirement.
iv. Obtaining approval of Electrical drawings from Central / State
Electrical Inspectorate, as applicable if required.
v. Obtaining approval of AERB as per requirement.
vi. Prepare a three dimensional model of suitable scale as and
when required by the HITES/Client / local authority at no extra
cost.
All required documents, reports and drawings etc. for obtaining
these approvals shall be prepared and submitted by the
Architectural Consultant. The architectural consultant shall pay the
required fees/charges to the statutory authorities/ local bodies and
the same shall be reimbursed by HITES on submission of
documentary proof and payment receipt from the relevant
statutory authorities/ local bodies.
The Architectural Consultant shall be solely responsible to comply
with all norms, as applicable under the jurisdiction of appropriate
authorities. The compliance to the statutory requirements shall be
inherent to the design and solutions. For the obligations related to
Client/HITES, the Architectural Consultant shall provide the
required inputs and documents to HITES well in advance.

NOTE: Planning and Designing in purview of Vulnerability Atlas of


India
Vulnerability Atlas of India (VAI) is a comprehensive document
which provides existing hazard scenario for the entire country and
presents the digitized State/Union Territory-wise hazard, maps
with respect to earthquakes, winds and floods for district-wise
identification of vulnerable areas. It also includes additional
digitized maps for thunderstorms, cyclones and landslides. The
main purpose of this Atlas is its use for disaster preparedness and
mitigation at policy planning and project formulation stage.
This Atlas is one of its kind single point source for various
stakeholders including policy makers, administrators, municipal
commissioners, urban managers, engineers, architects, planners,
public etc. to ascertain proneness of any city/location/site to multi-
hazard which includes earthquakes, winds, floods thunderstorms,
cyclones and landslides. While project formulation, approvals and
implementation of various urban housing, buildings and
infrastructures schemes, this Atlas provides necessary information
for risk analysis and hazard assessment.
The Vulnerability Atlas of India has been prepared by Building
Materials and Technology Promotion Council under Ministry of
Housing and Urban Affairs, Government of India and available at
their website www.bmtpc.org.
It is mandatory for the bidders to refer to Vulnerability Atlas of

38 | P a g e
India for multi- hazard risk assessment and includes the relevant
hazard proneness specific to project location while planning and
designing the project in terms of:
1) Seismic zone for earthquakes,
2) Wind velocity,
3) Area liable to floods and Probable maximum surge height,
4) Thunder storms history,
5) Number of cyclonic storms/ severe cyclonic
storms and maximum sustained wind specific to coastal
region,
6) Landslides incidences with Annual normal rainfall, and
7) District-wise Probable Maximum Precipitation
3.3 Terms of Payment

3.3.1 Assignment Fee:


HITES shall pay to the successful Architectural Consultant, an
Assignment fee equivalent to a sum of their quoted Lumpsum /
Percentage of payable fee in the Financial Bid / Proposal for providing
the services as required under the scope of work mentioned in the
Contract Agreement. The said fee is inclusive of all the direct and
indirect taxes, GST, duties/ cess, to be paid by the Architectural
Consultant, any other fee/ expenditure incurred by the Architectural
Consultant. No extra cost shall be admissible for any modification in
design as per site requirement or HITES requirement.
Unless otherwise explicitly stated in the Contract, the payment shall be
as per accepted schedule of payment mentioned in RFP. The payment
shall be subject to deductions as per Indian tax laws. The payment of fee
to the Architectural firm/consultant shall be based on the DPR
/preliminary cost approved by HITES/Client excluding the following
components:
1. Cost of land, if any.
2. Payment to statutory bodies/local authorities /
Green Building Certification Authorities/State/Central
Government.
3. Any fee, deposit and payment towards services rendered by
local Authorities/State/Central Govt.
4. HITES agency charges.
5. Contingencies charges
6. Escalation in tendered cost of work due to variations in the cost
of labour, material, specifications etc. shall not be paid
7. Extra/substituted items, deviations (plus/minus)
8. Arbitration / Litigation and other misc expenses incurred w.r.t
the project.

39 | P a g e
3.3.2 Payment Terms
Payments shall be made as per Clause-8 of Volume-II of the RFP. All
the stage payments as below shall be done after acceptance and
approval of deliverables by HITES.

Sl. Key Deliverables Time Stage Wise Cumulative


No. Schedule Payment Payment
(from date
of Start)
PART A : Preparation of Preliminary Project Report and Master Plan of
Redevelopment
1. Preliminary Project Report 15 days 25% 25%

2 Preparation & approval of Draft Master 60 days 25% 50%


Plan
3 Final Master Plan and its approval 75 days 30% 80%

4 Submission of 3-D Models, Walkthrough, 90 days 20% 100%


Videos as per requirements

Sl. Key Deliverables Time Stage Wise Cumulative


No. Schedule Payment Payment
(from date
of Start)
PART B/ PART C/ PART D : Preparation of Concept Designs and Detailed
Project Reports, Tendering etc. (for Buildings & allied Services &
Infrastructure) as per detailed scope of work on EPC Mode for Project (s)
under Phase(s)
1 Finalization & Approval of Concept 15 Days 15% 15%
Designs
2 Finalization & Approval Detailed Project 30 Days 15% 30%
Report including Cost Estimates
3 Submission of Site Plan, Concept 60 Days 20% 50%
Designs, Design Basis Report, 3-D
Model, Walkthrough, cost estimates &
other documents/ drawings/ reports,
tender drawings etc. as per scope of
work.
4 Obtaining statutory approvals 120 Days 20% 70%
5 On completion of assistance incl. site 150 Days 10% 80%
visits till approval of statutory clearances
required up to commencement of
construction work under Phase(s)
6 Obtaining NOC by EPC contractor and 180 Days 20% 100%
completion of all contractual obligations

Note: The part payment against above stages on part completion of


required scope of work under a particular stage can be released as per
decision of Engineer in-charge by mentioning the reasons for the same.
The size and scale of all the deliverables, drawings, models, models to
be prepared will be as per the requirement of that particular item, best
industry norm and/or as decided by HITES or as decided by a statutory
40 | P a g e
body.
The time period includes the time required for giving approval by HITES
to the deliverables for the respective activity.
3.3.3 Retention Money:
5% of the fee payable to the Architectural Consultant shall be retained
from each running bill as “Retention Money”, in addition to the
performance security. The retention money will be discharged by HITES
and returned to the Architectural Consultant after 6 (Six) calendar
months from the date of start of work or till receipt of all statutory
approvals and clearances required up to commencement of construction
work and other deliverables as per Scope of work.

41 | P a g e
SECTION 4
EVALUATION PROCESS AND CRITERIA
4.1 Evaluation Process
4.1.1 The Technical Package Part I, of those bidders, whose Bid Security and
Tender Processing Fee are found in order, shall be evaluated as per criteria
mentioned in Clause 1.3 (Minimum Eligibility Criteria) in respect of experience
of similar class of works completed and financial turnover etc. These will first
be scrutinized and bidder‟s eligibility for the work will be determined.
4.1.2 The Bidders who are found eligible in the Technical Package Part I,
evaluation i.e. they meet the Minimum Eligibility Criteria as per NIT shall be
considered and invited to make a presentation to the Evaluation Committee
demonstrating the Methodology as given in of Clause 4.2, on the date to be
intimated later to them.
4.1.3 The Technical Proposal (Technical Package Part II) shall be evaluated by the
Evaluation Committee for the parameters based on the evaluation criteria
mentioned below in Clause 4.2 below and given a technical score.
4.1.4 Bidders securing minimum 70% marks overall shall be declared as technically
successful bidders.
4.1.5 The Technically successful bidders shall be ranked according to the technical
score given by the Evaluation Committee with the Bidder scoring the highest
technical score ranked T-1, Bidder scoring the next higher Technical Score
ranked T-2 and so on.
4.1.6 In case of a tie, the bidder getting higher marks in the presentation will be
ranked higher for Technical Evaluation.
4.2 Technical Evaluation Criteria (Maximum marks 100)

Sl. ATTRIBUTES EVALUATION Marks


No. Awarded
1. Financial Capability ( 5Marks)
Average Turnover in last 2 Marks if - Rs. 5 cr. ≤ TAV< Rs.
a 3 Financial Years, (TAV) 5 Marks 15 cr.
4 Marks if - Rs. 15 cr. ≤ TAV< Rs.
30 cr
5 Marks if - TAV ≥ Rs. 30 cr .
 This Turnover should be from Consultancy Fee only.
2. Achievement of having designed Certified Green Building (5 Marks)
a Achievement of having designed Certified 5-Marks for achievement of
Green Building (for any Architectural work) Platinum Rating (as per
LEED/IGBC) or GRIHA - 5 Star
Rating in Green Building designs
4- Marks for achievement of Gold
Rating (as per LEED/IGBC) or
GRIHA - 4 Star Rating in Green
Building
designs
42 | P a g e
Sl. ATTRIBUTES EVALUATION Marks
No. Awarded
3- Marks for achievement of
Silver Rating (as per
LEED/IGBC) or GRIHA – 3 Star
Rating in Green Building
designs
2 b Awards for any Architectural Project work (5 Marks )
Award from any of following
Recognized Professional bodies
1) AIA (The American Institute of
Awards for any Architectural Project work Architects )
2) IIA ( The Indian Institute
of Architects)
3) RIBA ( Royal Institute of British
Architects)
4) IBC (Indian Building Congress)
5) Aga Khan Award in Architecture
3 Marks for achievement of 1
Award
4 Marks for achievement of 2
Awards
5 Marks for achievement of 3 or
more Awards
3. Methodology and Understanding of Scope of Work (70 Marks)
Note – This would be based upon presentations to be made by bidder
considering the following but not limited to: –
i. Demonstration of bidder’s competence for providing required services for
Master planning and Concept designing for this project based on previous
project / projects
ii. Proposed Approach and methodology for Master planning and Concept
designing and integration of Teaching , Research and Healthcare facilities
for this project
iii. Design approach for creation of state of the art facility and advances in
healthcare Architecture for this project
iv. Master planning and Concept designing for this project. The Architect has to
submit space planning (area allocation to each facility, floor plate, relative
positioning of the departments and its connectivity, etc.) and Stack diagram
along with the concept design
v. The Architects have to prepare 3D presentation or walkthrough from all the
directions with precise detailing for the proposal
vi. All designs, drawings and other documents prepared by the architects shall
conform prevailing relevant Indian Standards (for ex: National Building Code
of India (NBC) for building design and NABH for hospital design, etc.) and
statutory requirements. However, all designs should be safe, efficient and
cost effective
vii. Architect’s perception with respect to Landscaping, external services and
green building parameters for Medical College
43 | P a g e
Sl. ATTRIBUTES EVALUATION Marks
No. Awarded
viii. Flow diagram in respect of Patient, staff, student, traffic etc.
The Percentage (%) Marking parameters for the total 70 Marks w.r.t.
Methodology and Understanding of TOR is given below:

Sl. Attributes Marks


No. (%)
Conceptual approach and
1. Methodology: 6

General overview of health care


facilities in Indian context. Holistic and
healing considerations
2. Planning:

a Location and land utilization 4


(Macro Zoning)
Schematic Flow Diagram. Zoning of
b Departments (Micro Zoning) 6

Space Programming 4
c
Planning grid and work grid (modules) 4
d
Activity relationship including placing 4
e of departments floor wise, horizontally
or vertically

Circulation and walking distances for 4


f doctors, technicians and material.

4
g Waiting areas, service areas and
distribution of services and systems,
parking- central or distributed at
various places
4
h Light and ventilation, solar heating and
conservation of water and waste
management system and
maintenance.
6
i Innovation In Design

j Eco-friendly, sustainable architecture ( 4


Adoption of Best Practices)

3. Construction, Design:

44 | P a g e
Sl. ATTRIBUTES EVALUATION Marks
No. Awarded
a Structural modules 3

b Building materials
-Construction system / techniques for 5
efficiency.
-Finishes
-Local architectural features (if any)
Services modules Flexibility of
c Services systems for alterations 3
/additions during functional periods
Services for efficiency of
operation, maintenance.
Architectonic statement - visual 4
expression and quality of design

4. Environment:

a Quality of functional spaces for


 Visitors
 Doctors
 Others
4

b Light, Ventilation aspects 2

c Landscaping (internal and External) 3

d Roads, Pavements and Parking 3


Provisions
e Signage 3

5. Area analysis
 Utilization of FAR
10
 Direct use / functional spaces
 Circulation
 Services
Cost Economics:
6.  Buildings
 Services (internal) 5
 Site Development,
external services
7. Expansion Provisions (Future) 5

Total Marks (%) 100

45 | P a g e
Sl. ATTRIBUTES EVALUATION Marks
No. Awarded
4.
Suitability of the Key Resource Personnel for the assignment (15 Marks)
(a)
Team leader- Architect (5 Marks)
(i) Education 2 Marks 1- Mark if Graduate
Architect
2 - Marks if
Post- Graduate
Architect
Experience in Designing of 1- Mark if one
(ii) Hospitals/ Medical College as 2 Marks hospital is designed
Team leader (Hospital having at
least 500 beds shall be 2- Marks if two or
considered) more H ospitals are
designed
(iii) Overall Experience in field of ½ Mark for having at
Architecture 1 Mark least 15 years‟
experience
1 Mark for having 20
years‟ or more
experience
(b)
Domain Specialist ( 10 Marks) (Outsourced or In-house),
1. For employees on Bidder’s payroll: Submit form 16/16A
2. For Technical / Subject Expert/ Consultant not on bidder’s payroll:
An undertaking/Consent Letter on Technical / Subject Expert/
Consultant’s letter head is to be submitted.
Specialist Marks Post Graduate Experienc
or equivalent eof 15
recognized yearsor
qualification more
(i) Structural Engineers 2 1 1
(ii) MEP Engineers 2 1 1
(iii) Quantity Surveyors 1 1/ 2 1/ 2
(iv) Bio-Medical Specialist 1 1/ 2 1/ 2
(v) Medical/ Hospital Consultant 1 1/ 2 1/ 2
(vi) Lighting Consultant 1/ 2 1/4 1/4
(vii) Interior Designer 1 1/ 2 1/ 2
(vii) Landscape Consultant 1 1/ 2 1/ 2
(ix) Life and Fire Safety Expert) 1/ 2 1/4 1/4

46 | P a g e
Note –
i. In case of a firm, credentials of the owner or deputed team leader
for the proposed project would be considered
ii. Projected professional should possess recognized relevant
qualifications in the corresponding domain
iii. For Quantity Survey, MRICS will be treated equivalent to PG
Out of 100 Final Marks Awarded

4.3 Technical Bid


4.1.1 In preparing the technical Bid, the bidders are expected to examine all terms
and instructions included in the documents. Failure to provide all requisite
information shall be at their own risk and may result in rejection of their Bid.
4.1.2 The technical Bid should provide the following and any additional information,
using the formats attached in Appendix-1. Submission of the wrong type of
Technical Bid will result in the Bid being deemed non-responsive:
i) Corporate Qualifications: Describe the firm‟s specific corporate
qualifications, i.e. its full range of capabilities, specific relevant
experiences and the role of the firm in rendering the required services,
qualified personnel and resources that will be brought to bear in
undertaking this assignment. The bidder should demonstrate the relevant
work experiences clearly indicating actual services rendered in Planning
of world-class healthcare institutes. For each assignment, the outline
should indicate, inter alia, the profiles of the staff provided, duration,
contract amount and firm‟s involvement, start date, completion dates etc.
ii) Approach and Methodology: Submit a comprehensive description of the
approach and methodology (work plan) that the bidder proposes to
undertake the Consultancy services.
iii) Assignment of Professional Team: The Bidder shall present the
composition of the proposed staff team, the tasks, which would be
assigned to each of them, their timing and prior relevant experience. (Any
alternate to key professional staff proposed should have equivalent or
higher qualifications and experience).
CV‟s recently signed and dated by the proposed key professional staff (in
original) to be made available. Key information should include number of
years with the bidder firm, and degree of responsibility held in various
assignments during the last twelve (12) years.
4.1.3 Bidder shall submit the Financial Information as per Form T-1 D
4.1.4 The technical Bid shall include all information as required and shall not include
any information related to their financial Bid.

4.4 Financial Bid


The financial bid should be submitted online only. Physical submission of
financial bid will not be accepted and tender shall be rejected. The financial
package should include all costs associated with the Project including any
out of pocket / mobilization expenses, taxes, charges, levies, Cess, etc.
47 | P a g e
including Goods and Services Tax as applicable till the date of NIT..
4.5 BID EVALUATION
Evaluation of bids shall be carried out by the Evaluation Committee appointed
by HITES by allocating marks to the Technical Bid as per clause 4.2.
The bidders shall be invited to make a presentation to the evaluation
committee on:
1) Demonstration of bidder’s competence for providing required services for
Master planning and Concept designing for this project based on previous
project / projects
2) Proposed Approach and methodology for Master planning and Concept
designing and integration of Teaching , Research and Healthcare
facilitiesfor this project
3) Design approach for creation of state of the art facility and advances in
healthcare architecture for this project
4) Master planning and Concept designing for this project. The Architect has
to submit space planning (area allocation to each facility, floor plate,
relative positioning of the departments and its connectivity, etc.) and Stack
diagram along with the concept design
5) The Architects have to prepare 3D presentation or walkthrough from all the
directions with precise detailing for the proposal
6) All designs, drawings and other documents prepared by the architects shall
conform prevailing relevant Indian Standards (for ex: NBCI for building
design and NABH for hospital design, etc) and statutory requirements.
However, all designs should be safe, efficient and cost effective
7) Architect’s perception with respect to Landscaping, external services and
green building parameters for Hospital.
8) Flow diagram in respect of Patient, staff, student, traffic etc.

After the evaluation of Technical Bids is complete, HITES shall notify the
eligible bidders indicating the date and time set for submission and opening the
Financial Bids.
Opening of Financial Bids of Technically qualified bidders : Financial Bids of
only those bidders will be opened who qualify as per laid down parameters in
Technical Package Part-I and Technical Package Part-II and shall be intimated
later on.
The Financial Bids shall be opened in the presence of the eligible Bidders
representatives who choose to attend. The name of the Bidders and the
proposed prices shall be read aloud and recorded when the Financial Bids are
opened.
a. Financial Bid: As already mentioned the Financial Bid should be
submitted online

48 | P a g e
b. The financial Bid shall be submitted by the bidders in conformity with
uploaded format. Financial Bid submitted in any other format will stand
disqualified and rejected. Lowest financial Bid (Fm), which is arithmetic
total of Fees quoted for Part A, B, C & D, shall be given a financial score
(Sf) of 100 points. The financial score of the other financial Bids (Fo)
shall be computed as follows:
Sf = 100 x Fm (Lowest financial Bid) / Fo (Other financial Bid)
c. The representative’s authorization shall be confirmed by written power of
attorney accompanying the Bid.
d. Bids determined to be substantially responsive will be checked by HITES
for any arithmetical errors in computation and summation. Errors will be
dealt by the Engineer as follows :

i. Where there is discrepancy between rates indicated in figures and


in words, rates in words will govern.
ii. Incorrectly added totals will be corrected.
iii. In case of any clerical error between the rates indicated in figures
and words, the rate in words would prevail. In case there is any
inconsistency between the rate and the value extended (after
multiplication with the tender quantity), the rate quoted shall prevail
e. The Bid shall contain no interlineations or overwriting except as
necessary to correct errors made by the bidder themselves. Any such
correction shall be initialed by the authorized person.
4.6 Final Ranking:
Bids shall finally be ranked according to their combined technical (St) and
Financial (Sf) scores using the weights (T=the weightage given to the technical
Bid=70%; F=the weightage given to the financial Bid=30%; Total T+F = 100)
indicated below.
Total Score (S) = St x T + Sf x F
The bidder securing the highest total score (S) shall be declared successful
and considered for award of work. In case of a tie, bidder with higher
technical score will be considered for award of work
The Successful Bidder would be notified in writing by HITES by issuing the
Letter of Award (LOA) in favor of the Bidder.
HITES reserves the right to proceed and award the work for Part-A & Part-B,
Part C and Part D together or Part–A & Part-B, Part C and Part D separately
and issue Letter of Award (s) (LOA) on these bases as per the procedure
mentioned in the Bid Document and terms and conditions set out in this Bid
document.
In case, the HITES award the work under Part-A initially and Part-B, Part C and
Part D separately at a subsequent dates, then for the Part-B, Part C and Part D
of the contract shall be executed through a supplementary agreements with
HITES at appropriate stages.
49 | P a g e
4.7 HITES reserves the right to accept any Bid or reject any or all the Bids without
assigning any reasons and any liability whatsoever including financial liability.
HITES also reserves the right to close or cancel the entire process of
appointment at any point without assigning any reasons whatsoever and without
any liability whatsoever.

50 | P a g e
ANNEXURE 1 - CHECK LIST OF DOCUMENTS TO BE SUBMITTED WITH
THE BID
Sl. Document Mode of Page
No. submission no.

TECHNICAL PACKAGE

1.0 Form of Bid- (Form A) Online

2.0 Tender Processing Fee Online


and Hard
Copy
3.0 Bid Security (Form B) Online
and Hard
Copy
4.0 Power of attorney for person signing the Online
Bid (Form D)

Integrity Pact and Agreement duly filled Online


7.0 and signed by the authorized signatory on
behalf of the bidder (Form G)

8.0 Initialed Bid Documents Online

Documentation of Experience of Online


9.0 successfully completing projects of similar
nature in the form T-I(A)

Details of Healthcare Projects completed Online


10.0 in the Last Seven Years meeting the
eligibility criteria as per Clause 2.2 in the
form T-1(B)

11.0 Performance Report certificate issued by Online


client T-1(C)

12.0 Financial Information in Form T-I(D). Online

13.0 Undertaking that Bidder is not blacklisted / Online


debarred, Form T-1(E)

14.0 Form T-2 – Details of the Team Leader Online


and Team members (Form 16/16A of
Employees on payroll and Undertaking
from outsourced employees)
FINANCIAL PACKAGE

15.0 Financial bid Online

51 | P a g e
FORMATS and ANNEXURES

52 | P a g e
Form A
To, FORM OF BID

(RFP Inviting Authority)


(HITES Address)
1. Having visited the Site, ascertained the Site conditions and examined the
Conditions of Contract, Client’s requirements, Scope of Work and Terms of
Payment, Notice Inviting Bids, Instructions to Bidders and addenda for the
execution of above named works, we the undersigned, offer to execute and
complete such works and remedy defects therein in conformity with the said
Conditions of Contract, Client’s Requirements, Scope of Work and Terms of
Payment, Notice Inviting Bids, Instruction to Bidders and addenda for
Preparation of Master Plan and Concept Designs and Detailed Project
Reports for ------------------------------------------------------------------..
2. While preparing this Bid, we have gathered our own information and conducted
our own inquiry/survey to our satisfaction and we do not rely solely on the
information provided in this RFP. We shall not hold HITES responsible on any
account in this regard.
3. We acknowledge that the Appendix forms an integral part of the Bid.
4. We undertake, if our Bid is accepted, to commence the works within the
stipulated time and to complete the whole of the works comprised in the
Contract within the stipulated period to be calculated from the date of issue of
the Letter of Award, as indicated in the Appendix.
5. If our Bid is accepted, we will furnish a bank guarantee, within 07 days of issue
of Letter of Award as Performance security for the due performance of the
Contract.
6. We agree to abide by our bid in response to this RFP for a minimum period of
120 days from the last date fixed for receiving the same and it shall remain
binding upon us and may be accepted at any time before the expiry of that
period or any extended period mutually agreed to.
7. We agree to abide by the modifications/ amendments by HITES in the terms
and conditions of the RFP.
8. We declare that the submission of this Bid confirms that no agent, middleman
or any intermediary has been, or will be engaged to provide any services,
or anyother item of work related to the award and performance of this Contract.
We further confirm and declare that no agency commission or any payment,
which may be construed as an agency, commission has been, or will be,
paid and thatthe Bid price does not include any such amount. We acknowledge
the right of HITES, if it finds to the contrary, to declare our Bid to be non-
compliant and if the Contract has been awarded to declare the Contract null
and void.
9. We understand that you are not bound to accept the lowest or any Bid you may
receive.
10. If our Bid is accepted we understand that we are to be held solely responsible
for the due performance of the Contract.
53 | P a g e
11. We enclose;
a. All documents as per the checklist
b. Bank guarantee for Rs. (Rupees only) issued by (name
of the bank) valid until towards Bid Security
Note: (i). The Appendix forms part of the Bid
(ii) Bidders are required to fill up all the blank spaces in this form of Bid and
Appendix.

Dated this…………day of………….2024 Signature


…………………………………
Name………………..……………… in the capacity of ............. duly
authorized to sign Bids for and on behalf of ..........................................Address
……………………………………………………
………………..……….. Telephone / Mobile No:
…………………………………………..………..
Witness – Signature …………………………….
Name ……………………………………………..
Address
…………………………………………………………………
……………
Occupation
…………………………………………………………
…………………
Telephone / Mobile No:
…………………………………………..………..

54 | P a g e
APPENDIX TO THE FORM OF BID

i. Amount of bank guarantee as Three percent (3%) of the Total


Performance Security Contract Price (Assignment Fee).

ii Date of commencement of work From the date of issue of Letter


of Award

iii Time for completion from the date of  PART A: 90 days from the
issue of the Letter of Award date of start of work
 PART B/ PART C/ PART D:
Concept Designs and DPR
180 days from the date of
start of work

iv. Period of validity of Performance 60 days


Security from the date of completion
of all contractual obligation of
Architectural Consultant

Signature (Authorized Signatory)

Date …………… Name …………………….

Place ………….. ………. Address ………………….

55 | P a g e
Form B
Format for Bid Security (BANK GUARANTEE)
KNOW ALL MEN by these presents that we ........................................................ (Name
of Bank) having our registered office at ……………………… (Name of
country) (hereinafter called “the Bank”) are bound unto HLL Infra Tech Services Limited
(hereinafter called “HITES”) in the sum of Rs.------------(Rupees---------------------------
---------------------------------------only) for which payment will and truly to be made to
the said HITES, the bank binds itself, its successors and assigns by these presents.
WHEREAS ................................... (Name of Bidder) (hereinafter called “the Bidder”) has
submitted its Bid dated for providing ---------------------------------------------------------------
-----------------------------
AND WHEREAS the Bidder is required to furnish a bank guarantee for the sum of Rs.
(Rupees only) as Bid Security against the Bidder‟s offer as aforesaid.
AND WHEREAS (Name of Bank) have, at the request of the Bidder,
agreed to give this guarantee as hereinafter contained.
1. We further agree as follows:
a. That HITES may without affecting this guarantee grant time or other
indulgence to or negotiate further with the Bidder in regard to the conditions
contained in the said Bid and thereby modify these conditions or add thereto
any further conditions as may be mutually agreed upon between HITES and
the Bidder.
b. That the guarantee hereinbefore contained shall not be affected by any
change in the constitution of our bank or in the constitution of the Bidder.
c. That any account settled between HITES and the Bidder shall be conclusive
evidence against us of the amount due hereunder and shall not be questioned
by us.
d. That this guarantee commences from the date hereof and shall
remain in force till------ (date to be filled up) (up to 180 days from the
original last day of submission of bid as per NIT).
e. That the expression „the Bidder‟ and „the Bank‟ herein used shall, unless such
an interpretation is repugnant to the subject or context, include their
respective successors and assigns.
2. The conditions of this obligation are:
a. if the Bidder withdraws his Bid during the period of Bid Validity, or
b. if the Bidder does not accept the correction of his Bid Price as corrected by
the Evaluation Committee
c. if the Bidder having been notified of the acceptance of his Bid by HITES
during the period of Bid Validity :
(i) fails or refuses to furnish the required Performance Security for the
amount equal to 3% of the Contract price (Assignment Fee)
(ii) fails or refuses to enter into a Contract within15days of notification of the
acceptance of his bid by HITES

56 | P a g e
We undertake to pay to HITES upto the above amount upon receipt of his first written
demand, without HITES having to substantiate his demand provided that in his demand
HITES will note that the amount claimed by him is due to him owing to the
occurrence of any one or more of the conditions (a), (b), (c) mentioned above,
specifying the occurred condition or conditions.

Signature of the witness


………………………
……………. Name of the
Witness
………………………
……………. Address of the
Witness
…………………………………….

Signature of ………………………….
Authorized official of the Bank
Name of official …………………….. Designation
…………………………..
Stamp/Seal
of the Bank ……………………………

57 | P a g e
Form-C
Format for Performance Security (BANK GUARANTEE)
This deed of guarantee made this day of between Bank of
(hereinafter called the “Bank”) of the
one part, and HLL Infra Tech Services Ltd.(HITES) (hereinafter called “HITES” and
the Client) of the other part.
WHEREAS HLL Infra Tech Services Ltd.(HITES), ---------------------------- has awarded
the Contract for providing ----------------------------------------------------- to (hereinafter
called the Architectural Consultant). (Name of the Architectural Consultant)
AND WHEREAS the Architectural Consultant is bound by the said Contract to
submit to HITES, a Performance Security for a total amount of Rs. ).
1. Now we the undersigned (Name of the Bank)
being fully authorized to sign and to incur obligations for and on
behalf of and in the name of (Full name of Bank),
hereby declare that the said Bank will guarantee HITES the full amount of
Rs. as stated above.
2. On or before, the Architectural Consultant has signed the aforementioned
Contract with HITES, the Bank is engaged to pay HITES, any amount up to
and inclusive of the aforementioned full amount upon written order from HITES
to indemnify HITES for any liability of damage resulting from any defects or
shortcomings of the Architectural Consultant or the debts he may have incurred
to any parties involved in the works under the Contract mentioned above,
whether these defects or shortcomings or debts are actual or estimated or
expected. The Bank will deliver the money required by HITES immediately on
demand without delay without reference to the Architectural Consultant and
without the necessity of a previous notice or of judicial or administrative
procedures and without it being necessary to prove to the Bank the liability or
damages resulting from any defects or shortcomings or debts of the
Architectural Consultant. The Bank shall pay to HITES any money so
demanded notwithstanding any dispute/disputes raised by the Architectural
Consultant in any suit or proceedings pending before any Court, Tribunal or
Arbitrator/s relating thereto and the liability under this guarantee shall be
absolute and unequivocal.
3. This guarantee is valid for a period of sixty days beyond the successful
completion of all contractual obligation of Architectural Consultant.
4. At any time during the period in which this guarantee is still valid, if HITES
agrees to grant a time extension to the Architectural Consultant or if the
Architectural Consultant fails to complete the Works within the time of
completion as stated in the Contract, or fails to discharge himself of the liability
or damages or debts as stated under Para 5, above, it is understood that the
Bank will extend this Guarantee under the same conditions for the required
time on demand by HITES and at the cost of the Architectural Consultant.
5. The guarantee hereinbefore contained shall not be affected by any change in
the Constitution of the Bank or of the Architectural Consultant.
6. The neglect or forbearance of HITES in enforcement of payment of any
moneys, the payment whereof is intended to be hereby secured or the giving
58 | P a g e
of time by HITES for the payment hereof shall in no way relieve the bank of
their liability under this deed.
7. The expressions “HITES”, “the Bank” and “the Architectural Consultant”
hereinbefore used shall include their respective successors and assigns.
In witness whereof I/We of the bank have signed and sealed this guarantee on
the ----------- day of --
--------- (Month) 2024
being herewith duly authorized.
For and on behalf of
The ................................... Bank.
Signature of authorized bank official
Name: ……………………………..
Designation: …………………………...…
Stamp/Seal of the Bank: …………………….………..
Signed, sealed and delivered for and on behalf of the Bank by the above
named in the presence of :
Witness 1
Signature ……………………….
Name …………………………
Address ……………………………
Witness 2
Signature ………………………
Name …………………………..
Address ………………………..

59 | P a g e
Form D
FORMAT FOR POWER OF ATTORNEY FOR AUTHORIZED SIGNATORY
Know all men by these presents,
We………………………………………………….(Name of the
Bidder and address of their registered office) do hereby constitute, appoint and
authorize Mr / Ms………………………………(name and residential
address of Power of Attorney holder) who is presently employed with us and
holding the position of
…………………………………………….as our attorney, to do
in our name and on our behalf, all such acts, deeds and things necessary in
connection with or incidental to our bid for providing
---------------------, including signing and submission of all documents and providing
information / responses to HITES, representing us in all matters before HITES, and
generally dealing with HITES in all matters in connection with our Bid for the said
Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said
attorney pursuant to this Power of Attorney and that all acts, deeds and things done
by our aforesaid attorney shall and shall always be deemed to have been done by
us.
Dated this ……Day of …….2024
………………………………… (Executants)
Note:
 The mode of execution of the Power of Attorney should be in accordance with
the procedure, if any, laid down by the applicable law and the charter documents
of the executant(s) and when it is so required the same should be under common
seal affixed in accordance with the required procedure.
 This Power of Attorney should be provided on non-judicial stamp paper
duly notarized of appropriate value.

60 | P a g e
Form F
FORM OF CONTRACT AGREEMENT
This agreement is made at ----------------------- on the day
of 2024 Between HLL Infra Tech Services Ltd.(HITES) hereinafter called
“HITES” of the one part and (Name of the Architectural
Consultant) (Address of the Architectural Consultant) of
hereinafter called “the Architectural
Consultant” of the other part.
WHEREAS HITES is desirous that certain Services should be provided and certain
works should be executed for
-------------------------------- and has accepted a Bid by the Architectural Consultant for
providing such services as well as guarantee of such services and the remedying of
defects therein.
NOW THIS AGREEMENT WITNESSETH as follows:
1. In this agreement words and expression shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred
to.
The following documents shall be deemed to form and be read and construed
as part of this agreement, viz:
a. Notice Inviting Bid
b. Instructions to Bidders (Including Annexure)
c. Scope of Work and Terms of Payment
d. General Conditions of Contract (GCC)
e. Bid submitted by the Architectural Consultant.
f. Form of Bid with Appendix
g. Letter of Award (LOA)
h. Addendums/corrigendum issued, if any
2. In consideration of the payments to be made by HITES to the Architectural
Consultant as hereinafter mentioned, the Architectural Consultant hereby
covenants with HITES to execute and complete the Project by .
3. HITES hereby covenants to pay the Architectural Consultant in consideration
of the execution and completion of the Project and the remedying of defects
therein, the total Contract Price (Assignment Fee) of Rs. being
the sum stated in the Letter of Award subject to such additions thereto or
deductions there from as may be made under the provisions of the Contract
at the times and in the manner prescribed by the Contract.
4. Obligation of the Architectural Consultant
The Architectural Consultant shall ensure full compliance with tax laws of
India with regard to this Contract and shall be solely responsible for the same.
The Architectural Consultant shall keep HITES fully indemnified against
liability of tax, interest, penalty etc. of the Architectural Consultant in respect
thereof, which may arise.
61 | P a g e
IN WITNESS WHEREOF the parties hereto have caused their respective common
seals to be hereunto affixed / (or have hereunto set their respective hands and seals)
the day and year first above written.
For and on behalf of the Architectural Consultant For and on behalf of HITES
Signature of the authorized official Signature of the authorized official
Name of the official Name of the official
Stamp/Seal of the Architectural Consultant
Stamp/Seal
SIGNED, SEALED AND DELIVERED
By the said By the said
Name Name

on behalf of the Architectural Consultant in the presence of:


Witness
Name
Address

on behalf of HITES in the presence of:


Witness
Name
Address
Note:
To be made out by HITES at the time of finalization of the Form of Agreement.
** Blanks to be filled by HITES at the time of finalization of the Form of Agreement.
*** To be deleted if not applicable

62 | P a g e
FORM-G INTEGRITY PACT
To,

Sub: Submission of Bid for the .


Dear Sir,
I/We acknowledge that HLL Infra Tech Services Ltd.(HITES) is committed to follow the
principles thereof as enumerated in the Integrity Agreement enclosed with the
tender/bid document.
I/We agree that the Notice Inviting RFP is an invitation to offer made on the condition
that I/We will sign the enclosed integrity Agreement, which is an integral part of tender
documents, failing which I/We will stand disqualified from the tendering process. I/We
acknowledge that the making of the bid shall be regarded as an unconditional and
absolute acceptance of this condition of the RFP.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and
spirit and further agree that execution of the said Integrity Agreement shall be separate
and distinct from the main contract, which will come into existence when tender/bid is
finally accepted by HLL Infra Tech Services Ltd. (HITES). I/We acknowledge and accept
the duration of the Integrity Agreement, which shall be in the line with Article 1 of the
enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, HLL Infra Tech Services Ltd.(HITES) shall
have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and
reject the tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

63 | P a g e
To be signed by the bidder and same signatory competent / authorized to sign
the relevant contract on behalf of the HITES

INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this ......... day of 20....
BETWEEN
HLL Infra Tech Services Ltd.(HITES), represented through, the --------------------------------
--------------------------------------------, HLL Infra Tech Services Ltd.(HITES) ------------------
----------------------- for this project (Hereinafter referred as the -------------------- which
expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)
AND
.......................................................................(Name and Address of the
Individual
/firm /Company) Through….......................................... (Details of duly authorized
signatory) ………… (Hereinafter referred to as the “Bidder/ Architectural
Consultant” and which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns)
Preamble
WHEREAS the ----------------------- has floated the RFP (Tender No )
(Hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for ...............................................................(Name of
work) hereinafter referred to as the “Contract”.
AND WHEREAS the Executing Agency values full compliance with all relevant laws of
the land, rules, regulations, economic use of resources and of fairness/transparency in its
relation with its Bidder(s) and Architectural Consultant (s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter
into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the
terms and conditions of which shall also be read as integral part and parcel of the
Tender/Bid documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the
parties hereby agree as follows and this Pact witnesses as under:
Article 1: Commitment of the Executing Agency
The Executing Agency commits itself to take all measures necessary to prevent
corruption and to observe the following principles:
(a) No employee of the Executing Agency, personally or through any of his/her
family members, will in connection with the Tender, or the execution of the
Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.
(b) The Executing Agency will, during the Tender process, treat all Bidder(s) with
equity and reason. The Executing Agency will, in particular, before and during
the Tender process, provide to all Bidder(s) the same information and will not
provide to any Bidder(s) confidential / additional information through
64 | P a g e
whichthe Bidder(s) could obtain an advantage in relation to the Tender process or
the Contract execution.
(c) The Executing Agency shall endeavor to exclude from the Tender process
any person, whose conduct in the past has been of biased nature.
(2) If the Executing Agency obtains information on the conduct of any of its
employees which is a criminal offence under the Indian Penal code
(IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the
principles herein mentioned or if there be a substantive suspicion in this regard,
the Executing Agency will inform the Chief Vigilance Officer of the Executing
Agency and in addition can also initiate disciplinary actions as per its internal laid
down policies and procedures.
Article 2: Commitment of the Bidder(s)
It is required that each Bidder/Architectural Consultant (including their respective
officers, employees and agents) adhere to the highest ethical standards, and report to
the Government/ Department all suspected acts of fraud or corruption or Coercion or
Collusion of which it has knowledge or becomes aware, during the tendering process
and throughout the negotiation or award of a contract.
(1) The Bidder/ Architectural Consultant commit himself to take all measures
necessary to prevent corruption. He commits himself to observe the following
principles during his participation in the Tender process and during the Contract
execution:
(a) The Bidder/ Architectural Consultant will not, directly or through any other
person or firm, offer, promise or give to any of the Executing Agency’s
employees involved in the Tender process or execution of the Contract or to
any third person any material or other benefit which he/she is not legally
entitled to, in order to obtain in exchange any advantage of any kind
whatsoever during the Tender process or during the execution of the
Contract.
(b) The Bidder/ Architectural Consultant will not enter with other Bidder(s) into
any undisclosed agreement or understanding, whether formal or informal.
This applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
(c) The Bidder/ Architectural Consultant will not commit any offence under the
relevant IPC/PC Act. Further the Bidder/ Architectural Consultant will not use
improperly, (for the purpose of competition or personal gain), or pass on to
others, any information or documents provided by the Executing Agency as
part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted electronically.
(d) The Bidder/ Architectural Consultant of foreign origin shall disclose the
names and addresses of representatives in India, if any. Similarly Bidder/
Architectural Consultant of Indian Nationality shall disclose names and
addresses of foreign representatives, if any.
(2) The Bidder/ Architectural Consultant will not instigate third persons to commit
offences outlined above or be an accessory to such offences.

65 | P a g e
(3) The Bidder/ Architectural Consultant will not, directly or through any other person
or firm indulge in fraudulent practice means a willful misrepresentation or
omission of facts or submission of fake/forged documents in order to induce
public official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to influence
the procurement process to the detriment of the Government interests.
(4) Bidder/ Architectural Consultant will not, directly or through any other person or
firm use Coercive Practices (means the act of obtaining something, compelling
an action or influencing a decision through intimidation, threat or the use of force
directly or indirectly, where potential or actual injury may befall upon a person,
his/ her reputation or property to influence their participation in the tendering
process).
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Executing Agency under
law or the Contract or its established policies and laid down procedures, the
Executing Agency shall have the following rights in case of breach of this Integrity
Pact by the Bidder/ Architectural Consultant and the Bidder/ Architectural Consultant
accepts and undertakes to respect and uphold the Executing Agency’s absolute right:
(1) If the Bidder/ Architectural Consultant, either before award or during execution of
Contract has committed a transgression through a violation of Article 2 above or
in any other form, such as to put his reliability or credibility in question, the
Executing Agency after giving
14 days‟ notice to the Bidder/ Architectural Consultant shall have powers to
disqualify the Bidder/ Architectural Consultant from the Tender process or
terminate/determine the Contract, if already executed or exclude the Bidder/
Architectural Consultant from future contract award processes.
The imposition and duration of the exclusion will be determined by the severity of
transgression and determined by the Executing Agency. Such exclusion may be
forever or for a limited period as decided by the Executing Agency.
(2) Forfeiture of EMD/Performance Security: If the Executing Agency has
disqualified the Bidder(s) from the Tender process prior to the award of the
Contract or terminated/determined the Contract or has accrued the right to
terminate/determine the Contract according to Article 3(1), the Executing Agency
apart from exercising any legal rights that may have accrued to the Executing
Agency, may in its considered opinion forfeit the entire amount of Earnest Money
Deposit, Performance Security of the Bidder/ Architectural Consultant.
(3) Criminal Liability: If the Executing Agency obtains knowledge of conduct of a
Bidder/ Architectural Consultant, or of an employee or a representative or an
associate of a Bidder or Architectural Consultant which constitutes corruption
within the meaning of IPC Act, or if the Executing Agency has substantive
suspicion in this regard, the Executing Agency will inform the same to law
enforcing agencies for further investigation.
Article 4: Previous Transgression
(1) The Bidder declares that no previous transgressions occurred in the last 5 years
with any other Company in any country confirming to the anticorruption approach
or with Central Government or State Government or any other Central/State
66 | P a g e
Public Sector Enterprises in India that could justify his exclusion from the Tender
process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the Tender process or action can be taken for banning of business dealings/
holiday listing of the Bidder/ Architectural Consultant as deemed fit by the
Executing Agency.
(3) If the Bidder/ Architectural Consultant can prove that he has resorted / recouped
the damage caused by him and has installed a suitable corruption prevention
system, the Executing Agency may, at its own discretion, revoke the exclusion
prematurely.
Article 5: Equal Treatment of all Bidders
(1) The Bidder/Architectural Consultant undertake(s) to demand from all his sub-
consultants’ commitment in conformity with this Integrity Pact. The Bidder/
Architectural Consultant shall be responsible for any violation(s) of the principles
laid down in this agreement/Pact by any of his sub-consultants.
(2) The Executing Agency will disqualify Bidders, who do not submit, the duly signed
Pact between the Executing Agency and the bidder, along with the Tender or
violate its provisions at any stage of the Tender process, from the Tender
process.
Article 6- Duration of the Pact
This Pact begins when both the parties have legally signed it. For successful
bidder/architectural consultant, it shall be valid upto 12 months after the completion
of work under the contract and for all other bidders, the validity shall be till the
Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue
to be valid despite the lapse of this Pacts as specified above, unless it is
discharged/determined by the Competent Authority.
Article 7- Other Provisions
(1) This Pact is subject to Indian Law, place of performance and jurisdiction is New
Delhi.
(2) Changes and supplements need to be made in writing. Side agreements have not
been made.
(3) If the Bidder/Architectural Consultant is a partnership, this Pact must be signed
by all the partners or by one or more partner holding power of attorney signed by
all partners. In case of a Company, the Pact must be signed by a representative
duly authorized by board resolution.
(4) Should one or several provisions of this Pact turn out to be invalid; the remainder
of this Pact remains valid. In this case, the parties will strive to come to an
agreement to their original intensions.
(5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action
taken by the Executive Agency in accordance with this Integrity Agreement/ Pact
or interpretation thereof shall not be subject to arbitration.

67 | P a g e
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other
legal rights and remedies belonging to such parties under the Contract and/or law
and the same shall be deemed to be cumulative and not alternative to such legal
rights and remedies aforesaid. For the sake of brevity, both the Parties agree that
this Integrity Pact will have precedence over the Tender/Contact documents with
regard any of the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact
at the place and date first above mentioned in the presence of following witnesses:
...............................................................
(For and on behalf of Executing Agency)
................................................................
(For and on behalf of Bidder/Architectural Consultant)
WITNESSES:
1. ..............................................
(Signature, name and address)
2. ...............................................
(Signature, name and address) Place:
Dated :

68 | P a g e
APPENDIX 1
Formats for Technical Bid
FORM –T-1(A)
DETAILS OF THE ASSIGNMENTS OF SIMILAR NATURE MEETING THE
ELIGIBLITY CRITERIA AS PER CLAUSE 1.3 COMPLETED IN THE LAST SEVEN
YEARS

S. Name of Project/ Name and Assignment Services Start Date Completion


No. Location Address of Provided Date
Value
Client

69 | P a g e
FORM T-1(B)
Details of -------------------- Projects completed in the Last Seven Years meeting the
eligibility criteria as per Clause ----------
(More similar pages may be added in case qualifying projects are more than one)

Page No. of RFP


Name of assignment for cross
andlocation referencing and
Verification of
information

Project detail No. Of beds Area

Commencement date Scheduled Actual

Completion Date of Scheduled Actual


Physical completion of work
at site
Reasons for delay, if any

Master
Planning
Concept
Services Provided
Designing
Architectural
designs
Structural
designs
MEP designs
Quantity
Surveying
Any other
Services
Name of Associated firm(s),
if any

Services provided by the Master


Associated firm(s) Planning

Concept
Designing

Architectural

70 | P a g e
designs
Structural
designs
HVAC
designs
Electrical
designs
Quantity
Surveying
Equipment
planning
Any other

Name of Senior Staff


Project Director, Team
leader involved and
functions performed

Narrative description of Use up to a quarter page


project including size,
features etc.

Description of actual Use up to a quarter page


services provided

Proof of having completed


the work to the satisfaction
of Client

Name, Contact details and


address of Clients Officer to
whom reference may be
made

Signature
Note:
1. Bidders are required to page no. their Bid document and for cross referencing
and verification of information mention in the above matrix the page no. at which
the details are enclosed in their Bid
2. Use separate sheet for each project/ for each member as is appropriate
3. Only physically complete projects shall be considered for evaluation for which the
letter of award and successful completion certificate issued by the Owner/Client
are enclosed.
4. The evaluation shall be based on the qualitative aspects of the bidders work,
therefore, please indicate the salient features of the work undertaken including all
such factors like time/ Cost / quality aspects. You may enclose photographs etc.
to substantiate on the same

71 | P a g e
FORM T-1(C)
FORMAT OF WORK EXPERIENCE CERTIFICATE (issued by Client)

01. Name of Agency

02. Name of Client and Address

03. Name of work / Project


and Location

04. Agreement No.

05. Scope of work / services Scope Service provided


provided (Yes/No)

Master Planning

Concept Designing

Architecture
Designs

Structural Designs

MEP Designs

Quantity Surveying

Any other Services

06. Whether Work is physically YES / NO


completed at site

07. Date of Start

Date of physical completion of


08. all work at site :
i) Stipulated date of
completion

ii) Actual date of completion

09. Amount of compensation


levied for delayed completion,
if any

10. i) General /Super-


specialty/ Multi-specialty
hospital

72 | P a g e
ii) No of Beds in Hospital

iii) Teaching Facility


applicable (with details of
admissions per year)

11. Overall Performance Report : (Satisfactory / Not Satisfactory)

12. Name of Associated firms Name of Firm Service provided


andServices provided by
them, i any

Dated:
Signature :
Name :
Designation :
Contact No. :
Email-id :
Executive Engineer or Equivalent

73 | P a g e
FORM T-1(D)
Financial Capacity of the Bidder
(Rs. In lacs)

Financial Year {Details to be Financial turn over from consultancy


provided for immediately assignments/professional fee of bidder
preceding 3 years}

FY 2020-21

FY 2021-22

FY 2022-23

Average Annual Turnover


over the past three years

Financial Year {Details to Net Profit after Tax, Interest and Depreciation of bidder
be provided for
immediatelypreceding 5
years}
FY 2018-19

FY 2019-20

FY 2020-21

FY 2021-22

FY 2022-23

Certificate from the Statutory Auditors


This is to certify that ....................(name of the Bidder) has received the payments
shown above against the respective years on account of professional fees.
Name of the Auditor firm:
Seal of theaudit firm
FRN No.
(UDIN)

In case the Bidder does not have a statutory auditor, it shall provide the certificate from
its chartered accountant that ordinarily audits the annual accounts of the Bidder. In
such case, the bidder should mandatorily include supportive proof in the form of
relevant extracts of the certified/audited balance sheet(s), etc. The audited financial
statements along with Form T-1(D) should be certified by Chartered accountant /
Certified public accountant/ Registered Accounts Practioner.
74 | P a g e
Notwithstanding anything stated above or elsewhere in the document, HITES reserves
the right to seek any supplementary information from the bidder in support of the data
mentioned in the Forms submitted by the bidders with their bids.

75 | P a g e
Form T-1(E)

UNDERTAKING
(Should be provided on non-judicial stamp paper duly notarized of appropriate
value)

1. I, the undersigned, do hereby certify that all the statements made in the
required attachments are true and correct.
2. The undersigned also herby confirmed M/s
have not been blacklisted/ debarred by HLL Lifecare Ltd. and it’s
subsidiaries, Ministry of Health and Family Welfare or Ministry of Finance,
GOI from participating in the present tender on the bid due date
3. The undersigned hereby authorize (s) and request (s) any bank, person,
form or corporation to furnish pertinent information deemed necessary and
requested by the Department to verify this statement or regarding my (our)
competence and general reputation.
4. The undersigned understands and agrees that further qualifying information
may be requested, and agrees to furnish any such information at the
request of HITES.

Signed by an Authorized Officer of the Bidder

76 | P a g e
FORM T-2
QUALIFICATIONS OF THE TEAM LEADER / TEAM MEMBERS

S. Specialist Proposed Total Educational Remarks


No. Staff/Domain Experience Qualifications
specialist
name

1 Team Leader

2 Structural
Engineers
3 MEP Engineers

4 Quantity
Surveyors
5 Bio-Medical
Specialist
6 Medical/ Hospital
Consultant
7 Lighting
Consultant
8 Interior Designer

9 Landscape
Consultant
10 Life and Fire
Safety Expert)
Detailed Summary of above Staff/Domain Specialist should be as per
format below:

Name of the Staff and Designation

Proposed position for this Project as :For Example: Team Leader/Structural


per 4.2 Technical Evaluation Criteria Engineer…etc”

Total Number of Experience

Name of the firm presentlyemployed

Years with the firm

Details of task assigned

77 | P a g e
Key Qualifications
(Give an outline of staff member’s experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff members on relevant
previous assignments and give dates and locations)

Education
(Summarize college/university and other specialized education of staff member,
giving names of institutions dates admitted, degrees obtained etc.)

Employment Record

Client Name and Location

Brief description of work(to include all critical tasks carried out in the assignment)

Note: Use separate sheet for each client

Name: Designation:
(To be signed by authorized signatory)

78 | P a g e
ANNEXURE – I

AFFIDAVIT
(To be submitted by bidder on non-judicial stamp paper of Rs.
100/- (Rupees Hundred only) duly attached by Notary Public)
(To be submitted in Envelope-1)

Affidavit of Mr.........................................S/o.............................................
R/o ..........................................................................................................
I, the deponent above named do hereby solemnly affirm and declare as under:

1. That I am the Proprietor/Authorized signatory of M/s


…………………………….
Having its Head Office/Regd. Office at
………………………………………………………
…..

2. That the information/documents/Experience certificates/Bank


Guarantee(s) submitted by
M/s…………………………. along with the tender for
……………………
(Name of work)…………To HLL Infra Tech Services Ltd. are
genuineand true andnothing has been concealed.

3. I shall have no objection in case HITES verifies those from issuing


authority (ies). I shall also have no objection in providing the original
copy of the document(s), in case HITES demand so for verification.

4. I hereby confirm that in case, any document, information and / or


certificate submitted by me found to be incorrect / false / fabricated,
HITES at its discretion may disqualify / reject / terminate the
bid/contract and also forfeit the EMD / All dues as per HITES policy.

I, ....................................., the Proprietor / Authorised signatory of


M/s....................................... do hereby confirm that the contents of
the above Affidavit are true to my knowledge and nothing has been
concealed there from .................... and that no part of it is false.

Verified at ................this.................day of .....................

DEPONENT

ATTESTED BY (NOTARY PUBLIC)

79 | P a g e
ANNEXURE-II

ACCEPTANCE OF RFP CONDITIONS

From: (To be submitted in ORIGINAL on the letter head of the company


by the authorized officer having power of attorney/as per Board Resolution)

To,
(RFP Inviting Authority)

Sub: Name of the work and RFP No.:

Dear Sir,

1 This has reference to above referred tender. I/We have read/viewed


all the tender terms and conditions and are pleased to submit our
tender for the above work and I/We hereby unconditionally accept
the tender conditions and tender documents in its entirety for the
above work.

2 I/we are eligible to submit the bid for the subject tender and I/We are
in possession of all the documents required.

Yours faithfully,

Dated

(Signature of the tenderer)


With rubber stamp

80 | Page
HLL INFRA TECH SERVICES LTD. (HITES)

Invites Request for Proposal (RFP)


For

“Appointment of Consultant for Preparation of Master Plan and Concept Designs and
Detailed Project Reports for Redevelopment of ABVIMS and Dr. RML Hospital, New
Delhi”

Volume II
General Conditions of Contract

(Subsidiary of HLL Lifecare Ltd., A Government of India Enterprise)


B-14A, Sector – 62, NOIDA (UP) -201307
Phone no: 0120-4071500, Fax no: 0120-4071513

81 | Page
Volume II
General Conditions of Contract
1. DEFINITIONS
For the purpose of this Agreement, unless otherwise specified or repugnant to
the subject or context, the following terms shall be deemed to have the
following meanings:
1.1. “Assignment” means the work to be performed by the Architectural
Consultant pursuant to the Contract.
1.2. "Authorized Representative" shall mean the representatives of "HITES"
and/or Architectural Consultant" as the case may be who are duly
empowered and authorized by their respective organizations to act for and on
their behalf.
1.3. “Contract” means the Contract signed by the Parties and all the attached
documents including Notice Inviting Bid, Instruction to Bidders, Scope of
Work and Payment Terms, Client’s Requirements, Architectural Consultant’s
Bid Proposal, General Conditions of Contract and the Appendices,
amendments to tender documents if any, and schedules.
1.4. “Day” means calendar day.
1.5. “Architectural Consultant” shall have the same meaning as Successful
Bidder/Tenderer and with whom the Contract Agreement has been signed.
1.6. “Government” means the Government of India.
1.7. “Client” shall mean Atal Bihari Vajpayee Institute of Medical Sciences
and Dr. Ram Manohar Lohia Hospital, New Delhi
1.8. “HITES” shall mean HLL Infra Tech Services Ltd. (Subsidiary of HLL
Lifecare Ltd., A Government of India Enterprise) having its office at B-14A,
Sector – 62, NOIDA (UP) -201307
1.9. "Parties" means HITES and Architectural Consultant, each one individually
referred to as Party.
1.10. “NIT” or “Notice Inviting Tender” (Section 1 of RFP) means the Notice
Inviting Tender issued by HITES which provides bidders with information
needed to prepare their bids.
1.11. “Bid”/“Proposal” shall mean the signed Technical and Financial offer
submitted by the Bidder in response to this RFP
1.12. “Project Monitoring Committee” means the Committee set up by HITES
for the purpose of Monitoring of progress of the Project
1.13. “Project” shall mean (Brief of services with Name of project) in line with the
scope of work of Architectural Consultant.
1.14. “RFP” means the Request for Proposal prepared by HITES for the Selection
of Architectural Consultants.
1.15. “Services” shall mean the services to be provided by the Architectural
Consultant as per the scope of work for the Project
1.16. “Start of Work” shall mean the date of commencement of works by the
Architectural Consultant.

82 | Page
.
2. INTERPRETATION
The titles and headings of the sections in this Agreement are inserted for
convenient reference only and shall not be construed and limiting or extending
the meaning of any provisions of this Agreement.
3. SERVICES TO BE PERFORMED
Architectural Consultant shall perform the Services as per the Scope of Work
mentioned in the tender documents (RFP) as per the terms and conditions and
within time frame specified in the Agreement.
4. DRAWINGS AND DOCUMENTS
All copyright and other proprietary rights in the Works shall vest and stand
assigned to HITES/Client and HITES/Client shall consequently own, absolutely
and exclusively on a worldwide basis, the whole of property, rights, title and
interest including all copyright in the Works, present or future, vested or
contingent, generally and without limitation, for the whole term of the copyright,
including the right to modify and/or make any alterations to the Works and all
the above rights shall not lapse even if such rights are not exercised by
HITES/Client during the terms of the copyright and the Architectural Consultant
shall be required/obliged to execute any deeds/ documents, as may be required
or considered necessary, by HITES/Client to give effect to and secure the
above mentioned rights of HITES/Client in the Works. For the purpose of this
clause, the term “Works” shall include all “works” covered by the copyright 1957
including the design, DPR or documents prepared by the Architectural
Consultant at the inception of, during the course of and until the completion of
the Project and also includes any work created directly or indirectly in the
performance of the obligations of the Architectural Consultant in connection with
the Project.
The Architectural Consultant shall not use or allow anyone to use these
drawings, designs, documents and software without the prior written permission
of HITES and any such act without the permission of HITES shall constitute
violation of Intellectual Property Rights.
Even in the event of stoppage/ cancellation of the selection process, all
documents /designs/ drawings submitted by the Bidders to HITES on or before
the cancellation of the selection process shall become the property of HITES
and the Bidders shall have no claim on such documents/design.
5. GUARANTEES AND LIABILITIES
5.1. General
The Architectural Consultant shall render the services in accordance with the
Standards for Fitness for Purpose.
Architectural Consultant covenants that the Services as specified/described
under the scope of work in this Agreement, and technical documents to be
developed by Architectural Consultant shall be in accordance with sound and
established engineering practices, using Indian Codes and Regulations and,
wherever applicable, International Standards, for the purpose(s) specified, free
from Design and Architectural defects and suitable for respective uses intended.
5.2. Liability of the Architectural Consultant
The Architectural Consultant shall be liable to HITES for the performance of
83 | Page
design services in accordance with the provision of this Agreement and for loss
suffered by HITES as a result of default of the Architectural Consultant in such
performance due to his negligence..
5.3. Performance Security
i. The Architectural Consultant shall submit an irrevocable Performance
Security of 3% (three percent) of the agreed contracted amount
(Assignment Fee) in addition to any other deposits mentioned elsewhere in
the contract for his proper performance of the contract agreement,
(notwithstanding and/or without prejudice to any other provision in the
contract) within 7 days of issue of letter of Award. This period can be further
extended by HITES upto a maximum period of seven days on written
request of the Architectural Consultant stating the reason for delay in
procuring the Bank Guarantee, to the satisfaction of HITES. This Security
shall be in the form of Insurance Surety Bonds/ Deposit at Call receipt of
any Schedule bank/Banker‟s Cheque of any schedule bank/ Demand Draft
of any scheduled/ Pay Order of any scheduled bank (in case guarantee
amount is less than Rs. 1,00,000/-) or Government Securities or Fixed
Deposit Receipts or Guarantee Bonds of any Schedule Bank or the State
Bank of India in accordance with the form-C annexed hereto. In case a
fixed deposit receipt of any Bank is furnished by the Architectural
Consultant to the Government as part of the performance security and the
bank is unable to make payment against the said fixed deposit receipt, the
loss caused thereby shall fall on the Architectural Consultant and the
Architectural Consultant shall forthwith on demand furnish additional
security to the Government to make good the deficit.
ii. The Performance Security shall be initially valid up to the stipulated date of
Completion of all contractual obligations of the Architectural Consultant plus
60 days beyond this date. In case the time for this completion of gets
enlarged, the Architectural Consultant shall get the validity of Performance
Security extended to cover such enlarged time for completion. The
performance Security shall be returned to the Architectural Consultant,
without any interest on approval of completion drawings by the local bodies
and completion of his all contractual obligation.
iii. HITES shall not make a claim under the Performance Security except for
amounts to which HITES is entitled under the contract (notwithstanding
and/or without prejudice to any other provisions in the contract agreement)
in the event of:
a) Failure by the Architectural Consultant to extend the validity of the
Performance Security as described herein above, in which event
HITES may claim the full amount of the Performance Security.
b) Failure by the Architectural Consultant to pay HITES any amount
due, either as agreed by the Architectural Consultant or determined
under any of the Clauses/Conditions of the agreement, within 15
days of the service of this effect by HITES.
iv. In the event of the contract being determined or rescinded under provision
of any of the Clause/Condition of the agreement, the performance security
shall stand forfeited in full and shall be absolutely at the disposal of HITES.
6. ABANDONMENT OF WORK
6.1. If the Architectural Consultant abandons the work for any reasons
84 | Page
whatsoever or becomes incapacitated from acting as Architectural Consultant
as aforesaid, HITES may make full use of all or any of the drawings prepared
by the Architectural Consultant and that the Architectural Consultant shall be
liable to pay such damages as may be assessed by HITES subject to a
maximum of 10% (Ten percent) of the total fee payable to the Architectural
Consultant under this agreement. In addition to this, Bank Guarantee for
Performance Security/ EMD shall be forfeited. HITES may make full use of all
or any of the drawings prepared by the Architectural Consultant and proceed
from the stage from where the Architectural Consultant left the work.
6.2. If at any time after acceptance of offer of consultancy, HITES decides to
abandon or reduce the scope of work for any reason whatsoever, HITES
shall give notice to the Architectural Consultant in writing to that effect and he
shall act accordingly. The Architectural Consultant have no claim to any
payment of compensation or otherwise whatsoever. The Architectural
Consultant shall be entitled to all such fee for the services rendered and
liable to refund the excess payment, if any made to him over and above what
is due in terms of this agreement.
7. ASSIGNMENT FEES
HITES shall pay to the Architectural Consultant, an Assignment fee of a sum of
the quoted LumpSum / Percentage of fee for providing the services as required
under the scope of work mentioned in the Contract Agreement. There shall be
no change in the Assignment Fee for the Project on any account for the scope
of work as mentioned in the Contract Agreement. The said fee is inclusive of all
the direct and indirect taxes, duties/ cess, Goods and Services Tax as
applicable. No extra cost shall be admissible for any modification in designs as
per site requirement or HITES requirement. No variation in contract price
(Assignment Fee) shall be admissible whatsoever may be the reason. All the
stage payments w shall be done after approval of deliverables by HITES as
defined in the Clause 3.3.1, under Section 3, Vol-I, of RFP.
8. DELIVERABLES, TIME AND PAYMENT SCHEDULE:
a. The overall completion period for the execution of this project from the date
of commencement of work shall be as mentioned in NIT.
b. If at any stage, the Project has been delayed by the acts of Client/funding
authorities or by the deployed contractor for the work, nothing extra shall be
payable to the consultant. However suitable extension of time for completion
of work shall be granted accordingly.
c. Escalation/Price Variation
No claim / additional fees on account of any price variation/Escalation on
whatsoever ground shall be entertained at any stage of works. Quoted fees
shall be firm and fixed for entire contract period as well as extended period for
completion of the works.
9. Taxes and duties
i. The contract price is inclusive of all taxes, duties, cess and statutory levies
payable under any law (as applicable on the date of submission of bid) by
the contractor in connection with execution of the contract.
The contract price will be adjusted prospectively for any increase / decrease
in the GST rate on works contract notified by Government of India.
ii. Notwithstanding anything contained in clause 6.1 the Architectural
Consultant shall ensure payment of appropriate tax on the supplies made
85 | Page
under the contract. The Architectural Consultant shall take registration
under the applicable enactment levying tax on supply of goods or services
under the contract and issue invoice having all the particulars prescribed
under the applicable provisions of the law, including description of
goods/services, rate and amount of tax paid or payable on the supplies
made under the contract, so that HITES can avail credit of such tax,
wherever applicable. The Architectural Consultant shall comply with all
applicable provision of Goods and Service Tax (GST) levied by Union
Government and State Governments (CGST, UTGST, SGST and IGST).
The Architectural Consultant shall get himself registered and discharge his
obligations for payment of taxes, filing of returns etc. under the appropriate
provisions of law in respect of all the tax, duties, levies, cess, etc. HITES
would have right to seek necessary evidence that the Architectural
Consultant is registered under the law and duly discharging its obligations
under the tax law, enabling HITES to avail input tax credit.
iii. In case any law requires HITES to pay tax on the contract price on reverse
charge basis, the amount of tax deposited by HITES would be considered
as paid to the Architectural Consultant and, accordingly, the price payable
to the Architectural Consultant would stand reduced to that extent.
iv. In case the Architectural Consultant does not deposit the tax payable on
execution of the contract, or has not provided the tax invoice to HITES
showing the amount of tax, or has not uploaded the document in
computerized tax network as per prevailing law, leading to non-availability of
inputs credit of the tax to HITES, the amount equivalent to such tax shall be
deducted from the contract price.
v. Stamp duty and registration charges, if any, payable on the executed
contract document, shall be borne by the consultant.
vi. Tax deduction at source, if any, shall be made by HITES as per law
applicable from time to time from the amount payable to the consultant.
vii. The Architectural Consultant has to register himself in GST Act as per
applicable law and submit the details as per annexure-XIII under Section-6.
viii. If the Bidder has opted for a composition levy under Section 10 of CGST, he
should declare the fact while bidding along with GSTIN and GST
registration certificate.
ix. Exemption from Registration: If a bidder is not liable to take GST
registration, i.e., having turnover below threshold, he shall submit
undertaking/ indemnification against tax liability. Bidder claiming exemption
in this respect shall submit a valid certificate from practicing Chartered
Accountant (CA)/ Cost Accountant with Unique Document Identification
Number (UDIN) to the effect that Bidder fulfils all conditions prescribed in
notification exempting him from registration. Such bidder/ dealer shall not
charge any GST and/ or GST Cess in the bill/ invoice. In such case,
applicable GST shall be deposited under Reverse Charge Mechanism
(RCM) or otherwise as per GST Act by the Procuring Entity directly to
concerned authorities. Bidder should note that his offer would be loaded
with the payable GST under the RCM. Further, Bidder should notify and
submit to the Procuring Entity within 15 days from the date of becoming
liable to registration under GST.
x. Break up of different price elements, i.e., as per GST Act, shall be indicated
separately, along with its associated HSN code and GST rate
86 | Page
xi. It shall be the responsibility of Bidder to ensure that they quote the exact
HSN Code and corresponding GST rate for each activity of the Services
being offered by them
xii. As per the GST Act, the bid and contract must show the GST Tax Rates
(and GST Cess if applicable) and GST Amount explicitly and separate from
the bid/ contract price (exclusive of GST). If the price is stated to be
inclusive of GST, the current rate included in the price must be declared by
the bidder.
xiii. In case of profiteering by the contractor relating to GST tax, the contractor
shall treat it as a violation of the Code of Integrity in the contract and avail
any or all punitive actions there under, in addition to recovery and action by
the GST authorities under the Act
10. LIQUIDATED DAMAGES
The time allowed for carrying out the work as specified in Section-1 Detailed
Notice Inviting ‘Request for Proposal shall be strictly observed by the
consultants and shall be deemed to be the essence of the contract on the part
of the consultants. The work shall throughout, the stipulated period of the
contract, be processed with all diligence.
The Architectural Consultant will be required to complete the entire job within
stipulated time. No extension of time for completing the same shall be given
owing to any variations made in the works by the orders of the clients, unless
the clients in consequences of such variations extends the time allowed to
HITES for the completion of the works.
In case the Architectural Consultant fails to complete the work within the
Contract period or extended period as above owing to reasons attributable to
Consultant, liquidated damages @ 1% per week of the total fees subject to a
maximum of 10% of the total fees payable shall be levied on the Consultant.
HITES shall be entitled to deduct such damages from the dues that may
become payable to the consultant. If the work is held up at site due to non-
availability of Drawings/Specifications/Other Details as per mutually agreed
schedule penalty, proportionate to the value of the work which is held up, shall
be imposed on the consultant.
11. EXTENSION OF TIME
If the Architectural Consultant is unavoidably hindered in carrying out the
designs/ drawings on account of delayed decision or the approval by HITES
which are necessary to carry out further work, he shall be allowed suitable
extension of time by HITES, whose decision shall be final and binding on the
Architectural Consultant. No claim by the Architectural Consultant shall be
made against HITES for such delayed approvals/ decisions by HITES, except
for grant of suitable extension of time.
12. VARIATION CLAUSE
The work shall be awarded on LumpSum / Percentage of Fee basis. Any
variation to attain fitness for purpose within the scope of works shall be met by
the Architectural Consultant without any extra cost.
HITES reserves the right to reduce the facilities required to be created and the
fee will be adjusted downward on pro-rata basis.
13. INDEMNITY
13.1. Architectural Consultant, without prejudice to any other remedy in the
87 | Page
Contract, shall hold harmless and indemnify HITES and its agents, against
any claims or liability because of personal injury or death of any employee of
Architectural Consultant and arising out of or in consequence of the
performance of this Agreement.
13.2. HITES shall not be responsible for any loss or damage to property of any
kind belonging to Architectural Consultant or its employees, servants or
agents.
13.3. Architectural Consultant shall hold harmless and indemnify HITES against
any claim or liability arising in respect of injury to or death of Architectural
Consultant’s employees, agents and Project Implementation Agency or any
other persons howsoever caused; and
13.4. HITES undertakes no responsibility in respect of any life, health, accident,
travel and other insurance which may be necessary or desirable for the
personnel of Architectural Consultant, sub consultants and specialists
associated with them for the Project.
14. INDEMNITY FOR CLAIM AGAINST PATENTS
Architectural Consultant shall indemnify and hold HITES harmless from all
costs, damages, and expenses arising out of any claim, action or suit brought
against HITES by third parties in respect of any infringement of any patent or
registered design or any similar rights resulting from the use of any technical
information, data or process or design belonging to Architectural Consultant and
furnished to HITES.
15. CONFIDENTIALITY
Architectural Consultant shall not disclose to any third party, any information,
data, design, drawings, plans, specifications, etc. at any time either in whole or
in part, shall take all reasonable steps to preserve the confidentiality of the
above information and shall not use the same for any other purpose.
16. FORCE MAJEURE
16.1. For the purposes of this Agreement, “Force Majeure” means War, invasion,
revolution, riots, sabotage, lockouts, strikes, work shut-down imposed by
Government Acts or legislature or other authorities, stoppage in supply of
materials, fuel or electricity, breakdowns of machinery, act of God,
epidemics, fires, earthquakes, floods, explosions, accidents, sea navigation
blockades or any other acts or events whatsoever which are beyond
reasonable control and which shall directly or indirectly prevent completion of
the project within the time specified in the agreement, will be considered
Force Majeure.
16.2. Any delay in or failure of performance by a Party shall not constitute default
hereunder or give rise to any claims for damages against said Party if and to
the extent caused by reasons arising out of Force Majeure.
16.3. The Architectural Consultant shall be granted necessary extension of time to
cover the delay as caused by Force Majeure without any financial

88 | Page
repercussions.
16.4. Both Parties shall keep a record of the circumstances referred to above
which are responsible for causing delays in the execution of the project.
16.5. Should one or both parties be prevented from fulfillment of the contractual
obligations by a state of Force Majeure, the two parties shall consult each
other and decide regarding the future execution of the contract
17. STATUTORY REQUIREMENTS
During the tenure of this Agreement nothing shall be done by the Architectural
Consultant in contravention of any law, Act and/or Rules/Regulations, there
under or any amendment thereof governing interalia customs, taxes, foreign
exchange etc.
18. CHANGES AND ADDITIONS IN ARCHITECTURAL CONSULTANT‟S SCOPE OF
WORK
HITES shall have the right to request Architectural Consultant, in writing, to
make any changes, modifications, and/or additions to Architectural Consultant's
Scope of Work as defined in the RFP. Architectural Consultant shall on such
written requests carry out the consequential work on account of such changes/
modifications or addendums etc. without any additional payment from HITES.
19. CONTRACT PERIOD
On signing by HITES and Architectural Consultant, this Agreement shall be
deemed to have come into force from the date of Commencement of works as
mentioned in Request for Proposal and shall remain in force, upto the end of
the project as mentioned in NIT.
20. PUBLICATION
Unless otherwise specified in the Agreement, Architectural Consultant either
alone or jointly with others can publish material relating to the Design and
services rendered under this agreement. Publication, however, shall be subject
to approval of HITES if it is within 2 years of completion of the services.
21. SUSPENSION and TERMINATION
21.1. Suspension
HITES shall have right to suspend partly or as a whole at any time the
performance of Services under this agreement, in such event, HITES shall pay
to Architectural Consultant any such amount that may be determined by HITES
and such determination shall be binding on the Architectural Consultant.
21.2. Termination
21.2.1. Termination on account of Force Majeure
If as a result of Force Majeure, the Architectural Consultant is unable to
perform Service for a period of more than 60 days, HITES shall have the
right to terminate this Agreement on account of Force Majeure, as set forth
in clause 15.0
21.2.2. Termination on account of insolvency
In the event the Architectural Consultant at any time during the term of this
Agreement becomes insolvent or makes a voluntary assignment of its
assets for the benefit of creditors or is adjudged bankrupt, then HITES
shall, by a notice in Writing have the right to terminate this Agreement and
all the Architectural Consultant’s rights and privileges hereunder, shall
89 | Page
stand terminated forthwith.
21.2.3. Termination for unsatisfactory performance
If HITES considers that the performance of the Architectural Consultant is
unsatisfactory or, not up to the expected standard, HITES shall notify the
Architectural Consultant in writing and specify in detail the cause of such
dissatisfaction. HITES shall have the option to terminate this Agreement
by giving 30 days‟ notices in writing to the Architectural Consultant, if
Architectural Consultant fails to comply with the requisitions contained in
the said written notice issued by HITES.
21.2.4. Time is the essence of the Contract
21.2.5. Architectural Consultant shall be required for the commencement of
Services under this agreement immediately after date of Letter of
Award. If the Architectural Consultant fails to mobilize as above, the
Agreement shall automatically stand terminated unless HITES has
extended the period for commencement of Services in writing.
21.2.6. Consequences of termination
21.2.7. In all cases of termination herein set forth, the obligation of HITES to
pay for Architectural Consultant’s performance shall be limited to the
period up to the date of termination. Notwithstanding the termination of
this Contract, the parties shall continue to be bound by the provisions of
this Agreement that reasonably require some action or forbearance
after such termination.
21.2.8. In the event of the Termination of the Agreement, the Architectural
Consultant shall be obliged to withdraw from the site(s) along with his
personnel, equipment etc. within 15 days of such termination; failing
which losses or damages which may be suffered by HITES on account
of non- withdrawal from the site(s), shall be to the account of the
Architectural Consultant.
22. ASSIGNABILITY
The Contract and benefits and obligations thereof shall be strictly personal to
the Parties and shall not on any account be assignable or transferable by the
Parties under any circumstances.
23. SETTLEMENT OF DISPUTES, JURISDICTION and APPLICABLE LAW
All disputes and differences arising out of this agreement may be resolved
through discussions between the HITES and the Architectural Consultant within
the purview of the agreement. If such discussions are not fruitful, the disputes
shall be settled only by the Court of law.
This Agreement shall be governed by the laws of India for the time being in
force. Notwithstanding any other Court or Courts having jurisdiction to decide
the disputes forming the subject matter of the reference, any/all actions and
proceeding arising out of or relative to the Agreement shall lie only in the Court
of Competent Civil Jurisdiction in this behalf at New Delhi and only the said
Court(s) shall have jurisdiction to entertain and try any such action(s) and/or
proceeding(s) to the exclusion of all other Courts.
24. NOTICES
(a) Subject to any provisions in the Contract Documents to the contrary, any
notice, or communication sought to be served by the Architectural
90 | Page
Consultant on HITES with reference to the Agreement shall be deemed
to have been sufficiently served upon HITES (notwithstanding any
enabling provisions under any law to the contrary) only if delivered by
hand or by Registered Post to the Authorized Representative of HITES
as defined in the Conditions of Agreement.
(b) Without prejudice to any other mode of service provided for in the
Contract Documents or otherwise available to HITES, any notice, order
or other communication sought to be served by HITES on the
Architectural Consultant with reference to the Agreement, shall be
deemed to have been sufficiently served if delivered by hand or through
Registered Post to the Authorized Representative of Architectural
Consultant as defined in the Conditions of Agreement.
(c) Date of notice of instruction shall be the day on which said notice or
instruction is received.
(d) Any Party may change its notice address at any time by so advising the
other Party thereof in writing.
25. INDEPENDENT AUDIT
Architectural Consultant shall maintain up-to-date records and be responsible
and liable for all technical audits at no extra costs as required under the law.
26. LANGUAGES and LAW
This Agreement and the Services performed herein-under shall be in English
language. This Agreement shall be subject to Indian Laws as in force from time
to time.
27. ASSIGNMENT and SUB-CONTRACTS
27.1. The Architectural Consultant shall not, without the written consent, of HITES
assign/sub-contract the complete/part work to any other consultant/agency .
27.2. The Architectural Consultant shall not without the written consent of HITES
initiate or terminate any sub-contract for performance of all or part of the
Services.
28. ARCHITECTURAL CONSULTANT‟S ACTION REQUIRING HITES‟S PRIOR
APPROVAL.
Architectural Consultant shall obtain HITES‟s prior approval before taking any
actions wherever required.
29. ARCHITECTURAL CONSULTANTS‟ PERSONNEL
29.1. Removal and/or Replacement of Personnel
a) Except as HITES may otherwise agree, no changes shall be made in the
Key Personnel. If, for any reason beyond the reasonable control of the
Architectural Consultant, it becomes necessary to replace any of the Key
Personnel, the Architectural Consultant shall provide as a replacement a
person of equivalent or better qualifications.
b) If HITES finds that any of the Personnel have (i) committed serious
misconduct or have been charged with having committed a criminal
action, or (ii) have reasonable cause to be dissatisfied with the
performance of any of the Personnel, then the Architectural Consultant
shall, at HITES‟s written request specifying the grounds therefore,
provide as a replacement a person with qualifications and experience

91 | Page
acceptable to HITES.
c) The Architectural Consultant shall have no claim for additional costs
arising out of or incidental to any removal and/ or replacement of
Personnel.
30. NUMBER OF DOCUMENTS and COPY RIGHT
30.1. All the documents, designs, reports and any other details envisaged under
this agreement shall be supplied in eight copies. All drawings as required for
submission to all the local bodies and other authorities shall be submitted as
per the requirement of local body. All the drawings for the comments,
discussion and approval of employer shall be submitted in triplicate. The
Architectural Consultant shall supply required sets of each of drawing to
HITES in hard, dwg and PDF Format. Drawings shall be prepared on
AutoCAD. If there is any revision in any drawing/document for any reason,
eight copies of drawing/document shall be re-issued along with soft copy in
CD without any extra charges. All these drawings will become the property of
HITES/ Client.
30.2. The drawings cannot be issued to any other person, firm or authority or used
by the Architectural Consultant for any other project. No copies of any
drawings or documents shall be issued to anyone except HITES and / or his
authorized representative.
31. GENERAL
31.1. The Architectural Consultant shall be fully responsible for the completeness
and technical soundness of the proposal including those of specialists
engaged if any, by him.
31.2. HITES will have the liberty to supervise and inspect the work of
Architectural Consultant and/ or his sub-Consultants at any time by any
officer nominated by him who shall be at liberty to examine the
records/documents.
31.3. All technical Proposals shall be based on and comply with the National
Building Code of India (latest edition) and/or local bye-laws, environmental
regulations and design norms and sound engineering practices and NABH
for hospital design, etc.
31.4. The Architectural Consultant shall render full assistance, guidance and
advise in general to HITES on any matter concerning the technical aspects
of the project.
31.5. The Architectural Consultant shall promptly notify HITES of any change in
the Constitution of his firm. It shall be open to HITES to terminate the
Agreement on the death, retirement, insanity or insolvency of any person
being Director in the said firm, or on the addition or introduction of a new
Director not promptly informed in writing to HITES. But until its termination
by HITES as foresaid, this Agreement shall continue to be in full force and
effect notwithstanding any changes in the constitution of the firm by death,
retirement, insanity or insolvency of any of its Director or addition or
introduction of any new Director. In case of death or retirement, the
surviving or remaining Directors of the firm shall be jointly and severely
liable for the due and satisfactory performance of all the terms and
conditions of this Agreement.
31.6. The Architectural Consultant shall during the period of this assignment, and
till the satisfactory completion of the project, act as Architectural Consultant
92 | Page
and give related advice regarding the project.
31.7. The professional fees of the Architectural Consultant shall be inclusive of all
cost related to visits to the site, attending meetings, and conferences and
making suitable presentations. These shall be governed as detailed in
clause7 of the RFP.
31.8. Architectural Consultant’s professional fees is also inclusive of
responsibilities of carrying out Modification in design and drawings
31.9. The Architectural Consultant shall exercise all reasonable skill, care and
diligence in the discharge of duties hereby agreed to be performed by them.
31.10. Any terms not laid down, which may arise out of this Agreement, will be
dealt with through mutual consultations
31.11. The Architectural Consultant shall inform HITES about the name,
professional qualifications and experience of sub-consultants proposed to
be engaged by him, if any, and obtains prior written approval of HITES for
such engagement. However, the Architectural Consultant shall be
responsible for the correctness and accuracy of designs and drawings
prepared by sub-consultants.
31.12. The Architectural Consultant shall be responsible for technical soundness of
the services rendered by him and/or his sub-consultants.
31.13. It shall be responsibility of the Architectural Consultant and his sub-
consultants to prepare all design and drawings in accordance with the
relevant BIS codes of practice and bye-laws.
31.14. The Architectural Consultant hereby agrees that the fee to be paid as
provided in this agreement shall be in full discharge of functions to be
performed by him and no claim whatsoever shall be made against the
Employer in respect of any proprietary rights or copy rights relating to the
plans, drawings, and specifications on his part or on the part of any other
party.
31.15. The drawings, design, related details, and specifications prepared and
acquired by the Architectural Consultant for the work entrusted to him under
this agreement shall become the property of HITES. The drawings, design,
plans related details, and specifications shall not be issued to any other
person, firm or authority or used by the Architectural Consultant for any
other project without the prior permission of HITES.
31.16. The Architectural Consultant shall not assign, sub-let, transfer any
obligation or right of the Architectural Consultant under this agreement
without the written consent of HITES.
31.17. Without prejudice to any other remedy available in the Contract, the
Architectural Consultant shall indemnify and keep indemnified the Employer
against any claim regarding drawings, designs, plans, related details and
specifications prepared and acquired for the work entrusted to him under
this agreement by any other party and against all costs and expenses
incurred by HITES in defending themselves against such claims.
32. Sub-contracting
The Architectural Consultant shall not subcontract whole of the work. The
Architectural Consultant shall not subcontract any part of the work without
notifying and obtaining prior approval from HITES.

93 | Page
33. Available Information
The Site Survey/Topographical plan shall be made available by HITES to the
Architectural Consultant for assistance in preparation of his Bid.
Any other information available with HITES, which can help the Architectural
Consultant during the Project, shall be shared by HITES with the Architectural
Consultant at their discretion and at the request of the Architectural Consultant.
However, Architectural Consultant may get done the soil investigation or any
other investigation as they may require, at their own costs through their own
agencies. Reports of such surveys/testing shall be shared with HITES.
34. Quality Assurance
The Architectural Consultant shall ensure quality in his work. The documents
and design/drawings prepared by the Architectural Consultant shall correspond
to the international best practices.
35. Ownership of the Designs and Drawings
All copyright and other proprietary rights in the Works under this contract shall
vest and stand assigned to Client /HITES and Client /HITES shall consequently
own, absolutely and exclusively on a worldwide basis, the whole of property,
rights, title and interest including all copyright in the Works, present or future,
vested or contingent, generally and without limitation, for the whole term of the
copyright, including the right to modify and/or make any alterations to the Works
and all the above rights shall not lapse even if such rights are not exercised by
Client /HITES during the terms of the copyright and the Architectural Consultant
shall be required/obliged to execute any deeds/ documents, as may be required
or considered necessary, by Client /HITES to give effect to and secure the
abovementioned rights of Client /HITES in the Works. For the purpose of this
clause, the term “Works” shall include all “works” covered by the copyright 1957
including the design or documents prepared by the Architectural Consultant at
the inception of, during the course of and until the completion of the Project and
also includes any work created directly or indirectly in the performance of the
obligations of the Architectural Consultant in connection with the Project.
The Architectural Consultant shall not use or allow anyone to use these
drawings, designs, documents and software during and after the execution of
this contract without the prior written permission of HITES and any such act
without the permission of HITES shall constitute violation of Intellectual Property
Rights.
Even in the event of stoppage/ cancellation of the selection process, all
documents /designs/ drawings submitted by the Bidders to HITES on or before
the cancellation of the selection process shall become the property of HITES
and the Bidders shall have no claim on such documents/design.

********

94 | Page
HLL INFRA TECH SERVICES LTD. (HITES)

Invites Request for Proposal (RFP)


For

“Appointment of Consultant for Preparation of Master Plan and Concept Designs and
Detailed Project Reports for Redevelopment of ABVIMS and Dr. RML Hospital, New
Delhi”

RFP DOCUMENT: VOLUME – III


FINANCIAL BID

(Subsidiary of HLL Lifecare Ltd., A Government of India Enterprise)


B-14A, Sector – 62, NOIDA (UP) -201307
Phone no: 0120-4071500, Fax no: 0120-4071513

95 | Page
VOLUME III

(To be submitted online only)


Refer e-Procurement System at NIC‟s(CPP Portal)
https://etenders.gov.in/etenders/app

96 | Page
GENERAL INSTRUCTION TO BIDDERS FOR e-TENDERING

1. This tender is an e-Tender and is being published online in Government


procurement portal https://etenders.gov.in/etenders/app.

2. Bid documents including the Bill of Quantities (BoQ) can be downloaded free of
cost from the Central Public Procurement Portal of Government of India (e-portal).
All Corrigendum/ extension regarding this e-tender shall be uploaded on this
website i.e. https://etenders.gov.in/etenders/app.

3. The NIT, corrigendum/extension will also be published in our company website,


URL address: http://www.hllhites.com/tender.

4. The tendering process is done online only at Government procurement portal (URL
address: https://etenders.gov.in/etenders/app). Aspiring bidders may download and
go through the tender document.

5. All bid documents are to be submitted online only and in the designated cover(s)/
envelope(s) on the Government procurement website. Tenders/bids shall be
accepted only through online mode on the Government procurement website and
no manual submission of the same shall be entertained. Late tenders will not be
accepted.

6. The complete bidding process is online. Bidders should be in possession of valid


Digital Signature Certificate (DSC) of class II or above for online submission of
bids. Prior to bidding DSC need to be registered on the website mentioned above.
If the envelope is not digitally signed and encrypted the Purchaser shall not accept
such open Bids for evaluation purpose and shall be treated as non-responsive and
rejected.

7. Bidders are advised to go through “Bidder Manual Kit”, “System Settings” and
“FAQ” links available on the login page of the e-Tender portal for guidelines,
procedures and system requirements. In case of any technical difficulty, Bidders
may contact the help desk numbers and email ids mentioned at the e-tender portal.

8. Bidders are advised to visit CPPP website https://etenders.gov.in regularly to keep


themselves updated, for any changes/modifications/any corrigendum in the Tender
Enquiry Document.

9. The bidders are required to submit soft copies of their bids electronically on the
CPP Portal, using valid Digital Signature Certificates. The instructions given below
are meant to assist the bidders in registering on the CPP Portal, prepare their bids
97 | Page
in accordance with the requirements and submitting their bids online on the
Government procurement Portal.
9.1 Registration
a) Bidders are required to register in the Government e-procurement portal, obtain
„Login ID‟ and „Password‟ and go through the instructions available in the
Home page after log in to the CPP Portal (URL:
https://etenders.gov.in/etenders/app), by clicking on the link “Online bidder
Enrolment” on the CPP Portal which is free of charge.
b) As part of the enrolment process, the bidders will be required to choose a
unique user name and assign a password for their accounts.
c) Bidders are advised to register their valid email address and mobile numbers as
part of the registration process. These would be used for any communication
from the CPP Portal.
d) They should also obtain Digital Signature Certificate (DSC) in parallel which is
essentially required for submission of their application. The process normally
takes 03 days‟ time. The bidders are required to have Class II or above digital
certificate with both signing and encryption from the authorized digital signature
Issuance Company. Please refer online portal i.e. -
https://etenders.gov.in/etenders/app for more details.
e) Upon enrolment, the bidders will be required to register their valid Digital
Signature Certificate (Class II or above Certificates with signing key usage)
issued by any Certifying Authority recognized by CCA India (e.g. Sify /nCode /
eMudhra etc.), with their profile.
f) Bidder then logs in to the site through the secured log-in by entering their user
ID/password and the password of the DSC / e-Token.
g) The Bidder intending to participate in the bid is required to register in the e-
tenders portal using his/her Login ID and attach his/her valid Digital Signature
Certificate (DSC) to his/her unique Login ID. He/ She have to submit the
relevant information as asked for about the firm/contractor. The bidders, who
submit their bids for this tender after digitally signing using their Digital
Signature Certificate (DSC), accept that they have clearly understood and
agreed the terms and conditions including all the Forms/Annexure of this
tender.
h) Only those bidders having a valid and active registration, on the date of bid
submission, shall submit bids online on the e-procurement portal.
i) Only one valid DSC should be registered by a bidder. Please note that the
bidders are responsible to ensure that they do not lend their DSC‟s to others
which may lead to misuse.
j) Ineligible bidder or bidders who do not posses valid and active registration, on
the date of bid submission, are strictly advised to refrain themselves from
participating in this tender.
9.2 Searching for Tender Documents
a) There are various search options built in the CPP Portal, to facilitate bidders to
search active tenders by several parameters. These parameters could include
Tender ID, Organization Name, Form of Contract, Location, Date, Value etc.
There is also an option of advanced search for tenders, wherein the bidders may
combine a number of search parameters such as Organization

98 | Page
b) Once the bidders have selected the tenders they are interested in, they may
download the required documents/ tender schedules. These tenders can be
moved to the respective „My Tenders‟ folder. This would enable the CPP Portal to
intimate the bidders through SMS/ e-mail in case there is any corrigendum issued
to the tender document.
c) The bidder should make a note of the unique Tender ID assigned to each tender,
in case they want to obtain any clarification/help from the Helpdesk.
9.3 Preparation of Bids
a) Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
b) Please go through the tender document carefully to understand the documents
required to be submitted as part of the bid. Please note the number of covers in
which the bid documents have to be submitted, the number of documents -
including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
c) Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender document/ schedule and generally, they can be in PDF /
XLS / RAR /DWF/JPG formats. Bid documents may be scanned with 100 dpi with
black and white option which helps in reducing size of the scanned document.
d) To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a provision
of uploading such standard documents (e.g. PAN card copy, annual reports,
auditor certificates etc.) has been provided to the bidders. Bidders can use “My
Space” or „‟Other Important Documents‟‟ area available to them to upload such
documents. These documents may be directly submitted from the “My Space”
area while submitting a bid, and need not be uploaded again and again. This will
lead to a reduction in the time required for bid submission process.
e) Note: My Documents space is only a repository given to the Bidders to ease the
uploading process. If Bidder has uploaded his Documents in My Documents
space, this does not automatically ensure these Documents being part of
Technical Bid.
10. More information useful for submitting online bids on the CPP Portal may be
obtained at https://etenders.gov.in/etenders/app.

11. Tenderer are required to upload the digitally signed file of scanned documents. Bid
documents may be scanned with 100 dpi with black and white option which helps
in reducing size of the scanned document. Uploading application in location other
than specified above shall not be considered. Hard copy of application shall not be
entertained.

12. Any queries relating to the process of online bid submission or queries relating to
CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The 24x7
Help Desk details are as below: -

For any technical related queries please call at 24 x 7 Help Desk Number:
0120-4001 062, 0120-4001 002, 0120-4001 005, 0120-6277 787
Note:- International Bidders are requested to prefix +91 as country code

99 | Page
EMail Support: For any Issues or Clarifications relating to the published tenders,
bidders are requested to contact the respective Tender Inviting Authority

Technical - [email protected], Policy Related - [email protected]

13. Bidders are requested to kindly mention the URL of the portal and Tender ID in the
subject while emailing any issue along with the contact details.

14. Any queries relating to the tender document and the terms and conditions
contained therein should be addressed to the Tender Inviting Authority for a tender
or the relevant contact person indicated in the tender. Address for communication
and place of opening of bids:
HLL Infra Tech Services Ltd.
B-14A, Sector – 62, NOIDA (UP) -201307
Phone no: 0120-4071500, Fax no: 0120-4071513
(Designation of Tender Inviting Authority and Address of HITES office)
15. The bids shall be opened online at the Office of the Tender Inviting Authority in the
presence of the Bidders/their authorized representatives who wish to attend at the
above address. If the tender opening date happens to be on a holiday or non-
working day due to any other valid reason, the tender opening process will be done
on the next working day at same time and place.

16. More details can be had from the Office of the Tender Inviting Authority during
working hours. The Tender Inviting Authority shall not be responsible for any
failure, malfunction or breakdown of the electronic system while downloading or
uploading the documents by the Bidder during the e-procurement process.

17. A firm/ bidder shall submit only one bid in the same bidding process. A Bidder
(either as a firm or as an individual or as a partner of a firm) who submits or
participates in more than one bid will cause all the proposals in which the Bidder
has participated to be disqualified.

18. Online Tender Process:

The tender process shall consist of the following stages:


i. Downloading of tender document: Tender document will be available for free
download on Government e-procurement portal (URL:
https://etenders.gov.in/etenders/app). However, tender document fees shall be
payable as stipulated in this tender document.
ii. Publishing of Corrigendum: All corrigenda shall be published on Government e-
procurement portal (URL: https://etenders.gov.in/etenders/app) and HITES website
(URL address: http://www.hllhites.com/tender) and shall not be available
elsewhere.
100 | Page
iv. Bid submission: Bidders have to submit their bids along with supporting documents
to support their eligibility, as required in this tender document on Government e-
procurement portal. No manual submission of bid is allowed and manual bids shall
not be accepted under any circumstances.
v. Opening of Technical Bid and Bidder short-listing: The technical bids will be
opened, evaluated and shortlisted as per the eligibility and technical qualifications.
All documents in support of technical qualifications shall be submitted (online).
Failure to submit the documents online will attract disqualification. Bids shortlisted
by this process will be taken up for opening the financial bid.
vi. Opening of Financial Bids: Bids of the qualified bidders shall only be considered for
opening and evaluation of the financial bid on the date and time mentioned in
critical date‟s section.

19. Tender Document Fees and Bid Security (EMD):


Tender fee (Non-refundable) and EMD as per the tender conditions shall be
accepted in the form of Insurance Surety Bonds, Account Payee Demand Draft,
Fixed Deposit Receipt, Banker’s Cheque or Bank Guarantee from any of the
Commercial Banks or payment online in an acceptable form. (To be modified as
per requirement)
Document of the above transactions completed successfully by the bidder, shall be
uploaded separately while submitting the bids online.

Note: Any transaction charges levied while using any of the above modes of
payment has to be borne by the bidder. The bid will be evaluated only if payment is
effective on the date and time of bid opening.

20. HLL Infra Tech Services Limited does not bind themselves to accept the lowest or
any bid or to give any reasons for their decisions which shall be final and binding
on the bidders.
21. HLL Infra Tech Services Limited reserves to themselves the right of accepting the
whole or any part of the tender and bidder shall be bound to perform the same at
his quoted rates.
22. Conditional bids and bids not uploaded with appropriate/desired documents may
be rejected out rightly and decision of HITES in this regard shall be final and
binding.
23. Submission Process:
For submission of bids, all interested bidders have to register online as explained
above in this document. After registration, bidders shall submit their Technical bid and
Financial bid online on Government e-procurement portal (URL:
https://etenders.gov.in/etenders/app) along with tender document fees and EMD.

Note:- It is necessary to click on “Freeze bid” link/ icon to complete the process of bid
submission otherwise the bid will not get submitted online and the same shall
not be available for viewing/ opening during bid opening process.

**********************

101 | Page

You might also like