You are on page 1of 82

MADHYA PRADESH URBAN DEVELOPMENT COMPANY LIMITED

URBAN DEVELOPMENT & HOUSING DEPARTMENT, GOVERNMENT OF MADHYA PRADESH

REQUEST FOR PROPOSAL


FOR

Selection of Consultant for Architectural Services, Design, Supervision and


Quality Control for Construction of Office Building at Arera Hills, Jail Road,
Bhopal
Located At
ARERA HILLS, BHOPAL - M.P.

RfP. No: MPUDC/WB/ 2018/ 2887 Dated 26 -06-2018

First Floor, MP Rajya Krishi and Gramin Sahkari Bank, 8, Jail Road, Arera Hills, Bhopal -462011
Phone No.: 0755-2763060, Email: einc@mpudc.co.in, kbhatnagar@mpurban.gov.in
MADHYA PRADESH URBAN DEVELOPMENT CO. LTD.
(URBAN DEVELOPMENT AND HOUSING DEPARTMENT, GOVERNMENT OF MADHYA PRADESH)
First Floor, MP Rajya Krishi and Gramin Sahkari Bank, 8, Jail Road, Arera Hills, Bhopal -462011
Phone No.: 0755-2763060, Email: einc@mpudc.co.in, kbhatnagar@mpurban.gov.in

SECTION 1

NIT No. MPUDC/WB/ 2018/ 2887 Dated 26 -06-2018

Request for Proposal

M.P. Urban Development Company Limited invites Request for Proposal for
"Selection of Consultant for Architectural Services, Design, Supervision and Quality
Control for Construction of Office Building at Arera Hills, Jail Road, Bhopal" from
all eligible consulting firms. The detailed format for Request for Proposal (RfP) and all
other relevant information is available on http://www.mpeproc.gov.in (Madhya Pradesh
Urban Development Co. Ltd.- Tender No. 133).

The interested consultants/ architects can download / purchase the RfP document
online from 30-06-2018 at 10:30 hours to 15-07-2018 at 17:30 hours. The deadline for
submission of RfP online is 16-07-2018 at 14:00 hours. The bids will be opened on 16-
07-2018 at 16:00 hours.

Consultants are advised to note the required criteria and the outline Terms of
Reference specified in the document. Interested consulting firms may participate in the
process as per instructions given in the documents. Any addendum/ corrigendum in future
will be uploaded on above website only.

The undersigned reserve the right to accept or reject any or all RfP or withdraw the
notification without assigning any reason thereof.

--sd—
(R.K. Vyas)
Engineer in Chief
Madhya Pradesh Urban Development Co. Ltd.,
E-mail: einc@mpudc.co.in
Telephone: 0755-2763060,61

Page 1 of 82 
 
For Section 1-NIT

Clause
Particulars Data
reference
1 Key dates Annexure A
2 Portal fees As Applicable
3 Cost of bid document Rs 5,000/- (Rs Five Thousand)
4 Affidavit format Annexure B
5 Pre-qualifications required YES
If Yes, details Annexure III
6 Special Eligibility YES
if Yes, details Annexure I (1-6)

For Section 2 - ITC

Name of Work- Architectural Services, Design, Supervision and Quality Control


1
(ASQC) for Construction of Office Building at Arera Hills, Jail Road, Bhopal

2 Specifications Annexure – VIII (Section 5)


3 Procedure for participation in e-tendering Annexure - II
4 Whether J.V. is allowed NO
if J.V. is allowed, requirement for Joint Venture -
5 Pre bid meeting to be held NO
N.A.
If Yes,

Envelope-A containing :

6 i. Cost of Bid Document


ii. EMD
iii. An affidavit duly notarized should reach in
physical form
7 Envelope-B Technical Bid (Proposal) Annexure V(Section 3 A-H)
8 Envelope-C Financial Bid (Proposal) Annexure VII (Section 4 A-B, II)
9 Materials to be issued by the department N.A.
10 Period of Validity of Bid 120 Days from the date of opening
11 Earnest Money Deposit Rs.1,20,000 /-
12 i. FDR/e-FDR ii. Demand draft of
Forms of Earnest Money Deposit
scheduled commercial bank iii. Interest
bearing securities of post office.
EMD valid for a period of not less than 180 days from the date of
opening of Financial Bid
13 Letter of Acceptance (LoA) Annexure VI
14 Amount of Performance Security 5% of bid/contract Amount
15 Additional Performance Security, if any As per Rules

Page 2 of 82 
 
16 Performance security in the format Annexure IV

The amount will be 5% of the contract


value; this will be provided as 100%
Performance security Tool Bank Guarantee from a Scheduled
17
Bank. The validity of the bank
guarantee shall last till 180 days after
the completion of the project.

18 Managing Director, Madhya Pradesh


Performance security in favour of
Urban Development Company
Limited

Page 3 of 82 
 
CONTENTS

SECTION TITLE PAGE NO.

SECTION 1 NOTICE INVITING BID 1


SECTION 2 INSTRUCTION TO CONSULTANTS (ITC)
2-3
DATA SHEET 3
Letter of Invitation 7-9
Instruction to Consultants 10-17

ANNEXURE – I Broad Qualification, Experience and Estimated 18-19


Number Professional Staff Required

ANNEXURE II – e -Tendering Guidelines 20-21

ANNEXURE – III Two Stage Evaluation Criteria (for Technical


Proposal)
22-23

ANNEXURE -IV- Format for BG for Performance Security 24

SECTION 3 TECHNICAL PROPOSAL- STANDARD FORMS 25-36

3A Technical Proposal submission form 26

3B Firm’s references 27-28

3C Consultant’s Annual Turnover from Consultancy Services. 29

3D Comments and suggestions on the Terms of Reference (ToR). 30


3E Description of the methodology and work plan for performing the
assignment
31
3F Team composition and task assignments
32

3G Format of Curriculum Vitae of proposed professional staff 33-35

3H Activity (work) schedule. 36


SECTION 4 FINANCIAL PROPOSAL- STANDARD FORM 37-41
SECTION 5 TERMS OF REFERENCE (ToR) 42-51
SECTION 6 FORM OF CONTRACT 52-54

Page 4 of 82 
 
SECTION 7 GENERAL CONDITIONS OF CONTRACT 55-60

SECTION 8 SPECIAL CONDITIONS OF CONTRACT 61-67

SECTION 9 APPENDICES
APPENDIX 1 - Project Background 68
APPENDIX 2 - Project Location 69
APPENDIX 3 - Project Land Detail/Khasra Map 70-73

APPENDIX 4- Project Requirements and Estimated cost of the project 74

APPENDIX 5 – Detail Instructions for Preparation of DPR 75-76

APPENDIX 6- Standard Template for Name Plates 77

Appendix 7-A Statutory Submission Drawings 78

Appendix “7-B” Working Drawings 79

Appendix “7-C” Detail Drawings 80

Appendix “7-D” Structural Design and Structural Drawings 81

Page 5 of 82 
 
Annexure – A

KEY DATES

Purchase of Bid Start Date: 30/06/2018 Pre-Bid meeting Date and Time: NA
10:30 hrs

Purchase of Bid End Date: 15/07/2018 Online Bid Submission End Date: 16/07/2018
17:30 hrs 14:00 hrs

Physical Submission End Date: 16/07/2018 Mandatory Submission (Envelope A) 16/07/2018


15:30 hrs Open Date: 16:00 hrs

Technical Proposal (Envelope A) 16/07/2018 Financial Bid (Envelope C) Open 23/07/2018


Open Date: 16:00 hrs Date: 15:00 hrs

Note: Original term deposit receipt of earnest money deposit and affidavit shall be submitted by the
consultant so as to reach the office as prescribed in NIT for e-Tenders by “Physical Submission End
Date” mentioned above.

Page 6 of 82 
 
MADHYA PRADESH URBAN DEVELOPMENT CO. LTD.
(URBAN DEVELOPMENT AND HOUSING DEPARTMENT, GOVERNMENT OF MADHYA PRADESH)
First Floor, MP Rajya Krishi and Gramin Sahkari Bank, 8, Jail Road, Arera Hills, Bhopal -462011
Phone No.: 0755-2763060, Email: einc@mpudc.co.in, kbhatnagar@mpurban.gov.in

NIT No. MPUDC/WB/ 2018/ 2887 Dated 26 -06-2018

LETTER OF INVITATION (LOI)

1. The Government of Madhya Pradesh (GoMP) has leased a plot to Press Trust of India, New
Delhi at Mother Teresa Road, Arera Hills, Bhopal. The total area of the plot is 4046 sqm. The
Press Trust of India (PTI) has requested the GoMP to fund the construction of “Office
Building” at the said plot and has offered the GoMP to share the office space. GoMP has
appointed the Madhya Pradesh Development Company Limited (MPUDC) as the
implementing agency of the Government of Madhya Pradesh. MPUDC intends to construct
the Office Building on the above plot of Press Trust of India.

2. MPUDC (Employer) invites proposals to engage Consultants of repute with proven


experience for "Architectural Services, Design, Supervision and Quality Control for
Construction of Office Building at Arera Hills, Jail Road, Bhopal". The Consultancy
assignment is broadly divided into the following two major phases. The Consultant shall
function as:

(A) Architect to perform detailed engineering survey including boring/trial pit and obtain
geotechnical report, obtain approval from competent authorities for any permission related
to the work, prepare detailed layout plan (master plan) of complete project, prepare
concept design and obtain approval, prepare architectural working drawings, detailed
drawings & other allied services, , prepare structural design and drawings, prepare detailed
cost estimate, Bill of Quantities (BOQ), bid documents and technical specifications for all
works.

(B) Supervision and Quality Control (SQC) as the ‘Engineer’ which involves Project
Management Consultancy in terms of detailed planning, monitoring, coordination with
other department/agencies, supervision of work, contract management, quality assurance,
timely engineering decision and approval thereof from the employer, recording of
measurement/bills, assisting in arbitration & litigation cases and all other necessary
steps/decision required for timely completion of the project.

More details on both above services to be provided are given in the attached Terms of
Reference (ToR).

3. CONSULTANTS PROPOSAL SUBMISSION

The Consultants are advised to understand fully the specific requirements of the assignment
for the work. The Consultants are also advised to inspect the concerned project site and
acquaint themselves with the ground realities.

Page 7 of 82 
 
The Consultant submission should be focused to the project requirements as per ToR details.
The methodology to be submitted should address to the project site requirements. All
specific issues for which references have been made in the various paras of the ToR should
be addressed effectively. General nature descriptions should be avoided. Details of the
services are provided in the attached Terms of Reference (ToR).

4. The RfP includes the following documents:

Section 1 – Letter of Invitation


Section 2- Instruction to Consultant with Data Sheet & Annexure
Section 3 – Technical Proposal -Standard Forms
Section 4- Financial Proposal – Standard Forms
Section 5- Terms of Reference
Section 6- Draft Form of Contract
Section 7- General Conditions of Contract
Section 8- Special Conditions of Contract
Section 9- Annexure

5. The RFP is available online at www.mpeproc.gov.in. The eligible consultants are required to
register on this website at no cost and prior to the submission of proposals. Consultant is also
required to have a Digital Signature (DSC) from one of the Government of India authorized
Certifying Authorities in order to submit a proposal on line at the web address indicated
above. The list of the authorized Certifying Authorities can be found at
www.mpeproc.gov.in.

6. The aspirant consultants are required to purchase the RfP document by making online
payment as given in Section 1 NIT (Table) plus the portal charges, as applicable. This is
clarified that this amount is non-refundable in any circumstances.

7. The consultant is also required to submit EMD as stated in the table for Section 2-ITC.

8. A firm will be selected under Quality cum Cost Based Selection (QCBS) Method procedures
as described in this RFP.

9. Details on the proposal’s submission date, time are given in the Key dates.

10. Bid Submission:

Technical bid: - Bidders must positively complete online e-tendering procedure at


www.mpeproc.gov.in. They shall have to submit the documents as prescribed in the RfP
online in the website.
 Hard copies of technical offer, (uploaded in the website) must be submitted in a
separate sealed envelope super scribing “Envelop-B technical bid for Bid
No:_________” . Only those physically submitted documents regarding technical
bids will be acceptable and considered, if, same are uploaded in the website along
with the Financial Bid.

Page 8 of 82 
 
Price bid: - Bidder shall have to submit the Price bid document as per the format given in
RfP and uploaded as per instructions therein. Physical submission of price bid will not be
considered. The price of technically qualified bidder shall be opened online at the notified
date. The bidder can view the price bid opening date by logging into web-site.

11. On the due date of e-tender opening, the technical bid of bidders will be opened online.
MPUDC reserves the right for extension of due date of opening of technical bid.

12. MPUDC reserves the right to accept or reject any or all bids without assigning any reason
what so ever.

13. In case, due date for submission & opening of bid happens to be a holiday, the due date shall
be shifted to the next working day for which no prior intimation will be given.

14. Any change/modifications/alteration in the documents by the consultant shall not be allowed
and such bid shall be liable for rejection.

15. For amendment, if any, please visit www.mpeproc.gov.in web site regularly. In case of any
amendment and clarification, the responsibility lies with the consultant to note the same from
web site. MPUDC shall have no responsibility for any delay/omission on part of the bidder.

Yours sincerely,
-sd-
(R.K.Vyas)
Engineer-in-Chief,
MP Urban Development Company Limited, Bhopal

Page 9 of 82 
 
SECTION 2

INSTRUCTIONS TO CONSULTANTS (ITC)

1. INTRODUCTION

Definitions (a) “Client/Employer” means the person who invited this Request for Proposal and whose name
is mentioned in the Data Sheet.
(b) “Consultant” means any entity or person that may provide or provides the Services to the
Client under this Contract.
(c) “Contract” means the Contract signed by the Parties and all the attached documents listed in
its Clause 1, that is the General Conditions (GC), the Special Conditions (SC), Terms of
Reference and the Appendices.
(d) “Contractor” means the agency selected by the Client/Employer for executing the civil
works.
(e) “Data Sheet” means such part of the Instructions to Consultants used to reflect specific
assignment conditions.
(f) “Day” means calendar day.
(g) “Government” means the Government of Madhya Pradesh.
(h) “Instructions to Consultants” (Section 2 of the RfP) means the document which provides
Consultants with all information needed to prepare their Proposals.
(i) “LOI” (Section 1 of the RfP) means the Letter of Invitation.
(j) “Personnel” means professionals and support staff provided by the Consultant and assigned
to perform the Services or any part thereof;
(k) “Proposal” means the Technical Proposal and the Financial Proposal.
(l) “RfP” means the Request For Proposal prepared by the Client for the selection of
Consultants.
(m) “Services” means the work to be performed by the Consultant pursuant to the Contract.

(n) “Terms of Reference” (ToR) means the document included in the RfP as Section 5 which
explains the objectives, scope of work, activities, tasks to be performed, respective
responsibilities of the Client and the Consultant, and expected results
and deliverables of the assignment.
1.1 The Client/Employer named in the “Data Sheet” will select a firm among those invited as per the Letter
of Invitation in accordance with the method of selection indicated in the Data Sheet.

1.2 The consultants are invited to submit Technical Proposals and Financial Proposals for consulting services
required for the Assignment named and location in the Data Sheet. The last date of sale of document is
specified in the Data Sheet. The Proposal will be the basis for contract negotiations and ultimately
signing of a contract with the selected firm. 1

1.3 The Consultants should familiarize themselves with Local Conditions & Bylaws and take them into
account in preparing their Proposals. To obtain first hand information on the assignment and on the local
conditions, consultants are encouraged to pay a visit to the Client’s/Employer’s office and project site
before submitting a Proposal, and to attend a Pre-bid meeting if one is specified in the Data Sheet.
Attending the Pre-bid meeting is optional. The Consultant’s representative should contact the officials
named in the Data Sheet to arrange for their visit or to obtain additional information on the Pre-bid
meeting. Consultants should ensure that these officials are advised of the visit in adequate time to allow
them to make appropriate arrangements.

                                                            
Section ‐1 Letter of Invitation (LOI) 
Section‐2 Instruction to Consultant (ITC) 

Page 10 of 82 
 
1.4 The Client may provide the additional inputs in the Data Sheet in addition to the following data:-

1.4.1 PROJECT BACKGROUND: Back ground information of the Project such as history,
necessity, schemes, source of funding, purpose etc are given in Appendix 1.
1.4.2 PROJECT LOCATION/INDEX PLAN: Project Location/Index Plan on topo sheet
showing approach of the project by road and other means of transport from
surrounding/adjoining and other towns etc, enclosed as Appendix 2.
1.4.3 PROJECT LAND DETAILS/KHASRA MAP: Details of Project Land on Khasra Map
showing land area, boundaries of the project land, survey number of the land and adjoining
land, enclosed as Appendix 3
1.4.4 PROJECT REQUIREMENTS: Details for project requirements broadly indicating
amenities required to be added or buildings to be constructed, estimated cost of the project
enclosed as Appendix 4
2

1.5 Consultant shall bear all costs associated with the preparation and submission of their proposals and
contract negotiation. The 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
Consultant.
1.6 The client requires that consultants provide professional, objective, and impartial advice and at all times
hold the Client’s interest paramount, without any consideration for future work, and strictly avoid
conflicts with other assignments or their own corporate interests.

1.6.1 A Consultant (including its Personnel) or any of its affiliates shall not be hired for any
assignment that, by its nature, may be in conflict with another assignment of the Consultant to be
executed for the same or for another Client. For example, a Consultant hired to prepare
engineering design for an infrastructure project shall not be engaged to prepare an independent
environmental assessment for the same project.
1.6.2 A Consultant (including its Personnel) that has a business or family relationship with a member
of the Client’s staff who is directly or indirectly involved in any part of (i) the preparation of the
Terms of Reference of the assignment, (ii) the selection process for such assignment, or (iii)
supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from
this relationship has been resolved in a manner acceptable to the client throughout the selection
process and the execution of the Contract.

1.7 A Consultant (including its Personnel) or any of its affiliates shall not be hired for any assignment that,
by its nature, may be in conflict with another assignment of the Consultant to be executed for the same or
for another Client. For example, a Consultant hired to prepare engineering design for an infrastructure
project shall not be engaged to prepare an independent environmental assessment for the same project.

1.8 A Consultant (including its Personnel) that has a business or family relationship with a member of the
Client’s staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of
Reference of the assignment, (ii) the selection process for such assignment, or (iii) supervision of the
Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been
resolved in a manner acceptable to the client throughout the selection process and the execution of the
Contract.
1.9 Consultants have an obligation to disclose any situation of actual or potential conflict that impacts their
capacity to serve the best interest of their Client, or that may reasonably be perceived as having this
effect. Failure to disclose said situations may lead to the disqualification of the Consultant or the
termination of its Contract.

                                                            
Section‐2 Instruction to Consultant (ITC) 

Page 11 of 82 
 
1.10 It is the Client’s policy that the consultants observe the highest standard of ethics during the selection
and execution of such contracts. In pursuance of this policy, the Client:

(a) defines, for the purpose of this paragraph, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of a public official in the
selection process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to
influence a selection process or the execution of a contract;
(iii) “collusive practices” means a scheme or arrangement between two or more consultants
with or without the knowledge of the Client, designed to establish prices at artificial,
noncompetitive levels;
(iv) “coercive practices” means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in a procurement process, or
affect the execution of a contract.
(b) will reject a proposal for award if it determines that the Consultant recommended for award has,
directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in
competing for the contract in question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a
contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices
in competing for, or in executing, a domestic financed contract; and
(d) will have the right to require that, in contract, a provision be included requiring consultant to
permit the Client to inspect their accounts and records relating to the performance of the contract
and to have them audited by authorized representatives of Client.
1.11 The Consultant shall be aware of the provisions on fraud and corruption 3
1.12 The Consultant shall furnish information on commissions and gratuities, if any, paid or to be paid to
agents relating to this proposal and during execution of the assignment if the Consultant is awarded the
Contract, as requested in the Financial Proposal submission form (Section 4).
1.13 The Data Sheet indicates how long Consultant's Proposals must remain valid after the submission
date. The Client will make its best effort to complete negotiations within this period. Should the need
arise; however, the Client may request Consultant to extend the validity period of their proposals.
Consultants who agree to such extension shall confirm extension of validity of the Proposal.
Consultants who do not agree have the right to refuse to extend the validity of their Proposals.
2. CLARIFICATIONS AND AMENDMENT OF RfP DOCUMENTS
2.1 Consultants may request a clarification of any of the documents up to the number of days indicated in the
Data Sheet before the Proposal submission date. Any request for clarification must be sent in writing by
paper, mail, cable, telex, facsimile, or electronic mail to the Client’s address indicated in the Data Sheet.
The Client will respond by cable, telex, facsimile, or electronic mail to such requests and will send copies
of the response (including an explanation of the query but without identifying the source of inquiry) to all
invited consultants who intend to submit proposals.

2.2 At any time before the submission of Proposals, the Client may for any reason, whether at its own
initiative or in response to a clarification requested by an invited firm, modify the RfP documents by
amendment. Any amendment shall be issued in writing through addenda. Addenda shall be sent by mail,
cable, telex, facsimile or electronic mail to all invited consultant and will be binding on them. The Client
may at its discretion extend the deadline for the submission of Proposals.
3 PREPARATION OF PROPOSAL

3.1 Consultants are requested to submit a Proposal (para 1.2) written in the language(s) specified in the Data
Sheet.
Earnest Money Deposit:
                                                            
Section‐2 Instruction to Consultant (ITC) 

Page 12 of 82 
 
The applicant shall have to deposit an Earnest Money Deposit of amount specified in the Data Sheet,
in the form of Demand Draft / Fixed Deposit Receipt of any Scheduled Commercial Bank pledged in
the name mentioned in the Data Sheet. This should be kept in a separate envelop. If EMD is not found
proper then the proposal shall be treated as non responsive and shall not be evaluated further and
hence shall be rejected.
Technical Proposal
3.2 In preparing the Technical Proposal, consultants are expected to examine the documents comprising this
RfP in detail. Material deficiencies in providing the information requested may result in rejection of a
Proposal.
3.3 While preparing the Technical Proposal, consultants must give particular attention to the following:
i. Consortium or Joint ventures is not allowed for this work.
ii. For part of assignments on a staff time (man month) basis, the estimated number of
professional staff is given in the Data Sheet.4
iii. On issue of the letter for contract negotiation, successful consultant shall submit the
curriculum vitae (CV) of staff of ASQC Services during the contract negotiation as
mentioned in Annexure-I ‘Broad Qualification, Experience and Estimated Number
Requirement of Professional Staff’;
iv. Documents to be submitted by the Consultants as part of this assignment must be in
the language(s) specified in the Reference Paragraph 3.1 of the Data Sheet.
3.4 The Technical Proposal should provide the following information using the attached Standard Forms
(Section 3).
i. Technical Proposal submission form in original latter head only. (Section 3A).
ii. A brief description of the Consultants’ organization and an outline of experience in
last 3 financial years. For each assignment, the outline should indicate duration of the
assignment, contract amount, and Consultant’s fee, completion date etc. Information
should be provided only for those assignments for which the Consultant was legally
contracted by the Client. Assignments completed by individual Professional staff
working privately or through other consulting firms cannot be claimed as the
experience of the Consultant, or that of the Consultant’s associates, but can be
claimed by the Professional staff themselves in their CVs. Consultants must
substantiate his experience by submitting the requisite experience certificate from the
client. Experience certificate issued by the Principal Employer shall only be accepted.
(Section 3B).
iii. Financial details Turnover through consultancy business, etc, as required through
format annexed in this regard (Section 3C).
iv. Any comments or suggestions on the Terms of Reference (Section 3D).
v. A description of the methodology and work plan for performing the assignment
(Section 3E)
vi. The list of the proposed staff team by specialty, the tasks that would be assigned to
each staff team member, and their timing (Section 3F).
vii. CV’s of Professional Staff (Section 3G).
viii. Activity Schedule (Section 3H).

3.5 Audio visual presentation by Qualified Consultants showing master plan of the campus and plan,
elevation and 3 dimensional view of external/internal arrangement of proposed buildings.
3.6 Audio visual Presentation by Qualified Consultants for best illustrated completed design consultancy /
building project of same type & nature.
3.7 The Technical Proposal shall not include any financial information. A Technical Proposal containing
financial information may be declared non responsive.

                                                            
Section‐2 Instruction to Consultant (ITC) 

Page 13 of 82 
 
Financial Proposal

3.8 In preparing the Financial Proposal, Consultants are expected to take into account the requirements and
conditions of the RfP documents. The Financial Proposal should follow Standard Form (Section 4). It
shall include all costs associated with the Assignment, including remuneration for staff and other
incidental expenses; which is a major component of the assignment. The rates to be quoted shall be
inclusive of all taxes, duties, cess, service tax etc. The rates are to be filled in Indian National Rupees
only.
3.9 The Financial Proposal should clearly identify as a separate amount, the local taxes , duties, fees, levies
and other charges imposed under the applicable law, on the Consultants and their personnel (other than
nationals or permanent residents of the Employer’s country); unless the Data Sheet specifies otherwise.
3.10 The Consultant is required to quote rates, including all taxes and duties but excluding service tax as
below:

a. Architectural and Design Services: - In terms of Lump sum fees based on the project indicated
in this RfP. This shall include all office expenditure, traveling charges of experts/staff to project
site, offices of other departments in Bhopal or outside to obtain any type of
permissions/clearances, MPUDC office at Bhopal, all perks payable to experts/staff, out of pocket
expenses and any other charges payable to experts/staff.

b. Supervision and Quality Control Services: - In terms of remuneration of professional field staff
designated at S. No. 6 to 11 in Table 1 given in Annexure-I on Man month basis. Remuneration
shall include Salary, all type of perks to be paid by the firm to the staff, any type of taxes and all
other incidental expenses to be borne by the staff.

3.11 The Financial Proposal should be submitted online only and shall not be considered by any other mode.
Detail procedure and guidelines for participating in e biding are given in Annexure II.

4. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS


4.1 The original proposal (Technical Proposal) shall be prepared in indelible ink. It shall contain no inter-
lineation or overwriting, except as necessary to correct errors made by the firm itself. Any such
corrections must be initiated by the person or persons who sign(s) the Proposals.
4.2 An authorized representative of the firm shall initials all pages of the Proposal. The representative’s
authorization in original/notarized is confirmed by a written power of attorney accompanying the
Proposal.
4.3 For each Proposal, the consultant should prepare the number of copies indicated in the Data Sheet.
Each Technical Proposal should be marked “Original”. If there are any discrepancies between the
original and the copies of the Proposal, the original governs. 5
4.4 First envelop shall contain Earnest Money Deposit. The original and all copies of the technical
proposal shall be placed in a sealed envelope clearly marked “Technical Proposal” The envelopes
containing the EMD and ‘Technical Proposal’ shall be placed into an outer envelope and sealed. This
outer envelope shall bear the submission address, reference number and be clearly marked “Do Not
Open, Except in Presence of the Official Appointed, before [insert the time and date of the
submission deadline indicated in the Data Sheet]”. The Client shall not be responsible for
misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as
stipulated. This circumstance may be case for Proposal rejection. If the Financial Proposal is
submitted physically, this will constitute grounds for declaring the Proposal non-responsive. The
completed Technical Proposal must be delivered at the submission address on or before the time and
date stated in the Key Dates (Physical Submission of EMD and Technical Bids shall be submitted at
MPUDC Office at Bhopal). Any Proposal received after the closing time for submission of proposals
shall be returned unopened.
4.5 At the time of opening of proposals in the presence of intended bidders, outer envelope shall be
opened and the envelope containing the EMD shall be opened first and if found in order the
Technical Proposal shall be opened by the evaluation committee. The date and time of opening the

                                                            
Section‐2 Instruction to Consultant (ITC) 

Page 14 of 82 
 
Technical Proposal is specified in the Data Sheet/Key Dates. Online Financial offers of the
technically qualified firms shall be publicly opened.

5. PROPOSAL EVALUATION

General

5.1 To assist in the examination, evaluation, and comparison of the Technical and Financial Proposals, the
Client may, at its discretion, ask any Consultant for a clarification of its Proposal. Any clarification
submitted by a Consultant that is not in response to the request by the Client shall not be considered.
The Client’s request for clarification and the response shall be in writing. No change in the substance
of the Technical Proposal or Financial Proposal6 shall be sought, offered, or permitted, except to
confirm the correction of arithmetic errors discovered by the Client in the evaluation. Any effort by the
firm to influence the Client in the Client’s proposal evaluation, proposal comparison or contract award
decisions may result in the rejection of the consultant’s proposal.
5.2 Evaluators of Technical Proposals shall have no access to the Financial Proposals until the technical
evaluation is completed and finalized.

Evaluation of Technical Proposals

5.3 First Stage Evaluation:- The evaluation committee will evaluate the proposals on the basis of their
responsiveness to the Terms of Reference, applying the Evaluation Criteria given in Annexure III
and minimum point (score) system specified in the Data Sheet. A proposal shall be rejected at this
stage if it does not respond to important aspects of the Terms of Reference or if it fails to achieve the
minimum technical score indicated in the Data Sheet. Qualified consultant shall be considered for the
Second stage evaluation. EMD of unsuccessful consultant shall be returned. Each responsive proposal
will be given a technical score based on the following criteria.
5.3.1 Consultant’s relevant experience for same type and nature of Institutional Building Works.
5.3.2 Consultants Turnover from consultancy services of similar nature of works during the
preceding three financial years.
5.3.3 The Approach and methodology proposed including Work Plan

5.4 Second stage Evaluation: - Qualified consultants are required to demonstrate Audio Visual
Presentation for the proposed building and the best illustrated completed project of same type & nature
before the high power committee appointed by the Govt. of M.P./Client along with the submission of
the hard copy of presentation on the date and time mention in the Data Sheet. Submissions done by
the consultants (Soft and Hard copy) shall be the property of employer.
The High Power Committee will evaluate the proposals on the basis of their presentation and qualified
consultant shall be invited for opening of their financial offer.

5.5 The date and time of online opening of the financial proposal is mentioned in the Key Dates.

Public Opening of All Technically Qualified Consultants and Evaluation of Financial


Proposals:

5.6 The opening date should allow Consultants sufficient time to make arrangements for attending the
opening. The financial proposals of non qualified firms will not be opened.
5.7 The Financial Proposals shall be opened on line publicly in the presence of the consultants’ representatives
who choose to attend. The name of the consultant, the proposed prices shall be read aloud and recorded
when the Financial Proposals are opened. The Client shall prepare minutes of the public opening.
5.8 The Evaluation Committee will correct any computational errors. When correcting computational errors, in
case of discrepancy between a partial amount and the total amount, or between word and figures the
formers will prevail. In addition to the above corrections, as indicated under para. 3.6, activities and items
described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other
                                                            
Section-2 Instructions to Consultants (ITC) 

Page 15 of 82 
 
activities or items. In case an activity or line item is quantified in the Financial Proposal differently from
the Technical Proposal, (i) if the Time-Based form of contract has been included in the RFP, the
Evaluation Committee shall correct the quantification indicated in the Financial Proposal so as to make it
consistent with that indicated in the Technical Proposal, apply the relevant unit price included in the
Financial Proposal to the corrected quantity and correct the total Proposal cost, (ii) if the Lump-Sum form
of contract has been included7 in the RFP, no corrections are applied to the Financial Proposal in this
respect. The evaluation shall exclude those taxes, duties, fees, levies, and other charges imposed under the
applicable law;

5.9 Final Evaluation of BID

5.9.1 The Architect firm/consultant should secure minimum 75% out of total marks in the design
evaluation. Those securing 75% & above marks in aggregate in Stage-II only will qualify for Final
Evaluation of Technical Bids & Evaluation of Financial Bid.

Final Evaluation of Technical Bids: technical score of Stage II shall be “St” as under:

St = Total marks of bidder in Stage-II out of total of 100 based on criteria given in the para-2 of
Annexure-II. In case total marks at stage-II are more than 100 than the marks obtained In Stage –II
competition shall be converted in percentage so as to represent technical score.

5.9.2 Evaluation of Financial Bid

The final selection shall be based on QCBS i.e Quality and Cost based Selection.

The cost indicated in the Financial Bid shall be deemed as final and reflecting the total cost of services
and should be stated in INR only. The evaluation shall be inclusive of all taxes, duties, levies and also
including Service Tax under the Applicable Law of the land.

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

Sf = 100 x Fm/F;

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

Bids will be finally be ranked in accordance with their combined technical (St) and financial (Sf)
scores:

S = St x Tw + Sf x Fw;

Where S is the combined score, and Tw and Fw are weights assigned to Technical Bid and Financial
Bid that will be 70 : 30 respectively. The bidder achieving the highest combined technical and
financial score will be considered to be the successful Applicant and work shall be awarded to them."

6. NEGOTIATIONS
6.1 Negotiations will be held at the date and address indicated in the Data Sheet.
6.2 All the experts shall be physically present during negotiations.
6.3 Negotiations will conclude with a review of the draft Contract. To complete negotiations the
Client and the Consultant will initial the agreed Contract. If negotiations fails, the Client may
invite the Consultant to negotiate a Contract whose Financial Proposal is the second highest.
Negotiations will include a discussion of the Technical Proposal, the proposed technical approach
and methodology, work plan, and organization and staffing, and any suggestions made by the
Consultant to improve the Terms of Reference. The Client and the Consultants will finalize the
                                                            
Section-2 Instructions to Consultants (ITC) 

Page 16 of 82 
 
Terms of Reference, staffing schedule, work schedule, logistics, and reporting. These documents
will then be incorporated in the Contract as “Description of Services”. Special attention will be
paid to clearly defining the inputs and facilities required from the Client to ensure satisfactory
implementation of the assignment. The Client shall prepare minutes of negotiations, which will be
signed by the Client and the Consultant.
6.4 It is the responsibility of the Consultant, before starting financial negotiations, to contact the local
tax authorities to determine the local tax amount to be paid by the Consultant under the Contract.
The financial negotiations will include a clarification (if any) of the firm’s tax liability in the
Client’s country, and the manner in which it will be reflected in the Contract; and will reflect the
agreed technical modifications in the cost of the services. Unless there are exceptional reasons, the
financial negotiations will involve neither the remuneration rates for staff nor other proposed unit
rates.
6.5 Having selected the firm on the basis of least cost, the Client expects the submission of CVs of the
experts designated in the Proposal at the time of contract negotiation. During contract
negotiations, the Client will require assurances
7 AWARD OF CONTRACT
7.1 After completion of negotiations with the consultants, the Client shall award the Contract to the
selected Consultant. Within 15 days from the date of issue of Letter of Acceptance (Annexure
VI) and before signing the agreement, the selected consultant has to submit a Performance
Guarantee as mentioned in the General Conditions of the Contract. The selected consultant shall
have to deposit a Performance Security of an amount specified in the Data Sheet, in the form of
Demand Draft/Fixed Deposit Receipt of any Scheduled Commercial Bank favoring the name
mentioned in the Data Sheet. Alternatively the performance Security may be in the form of a
Bank Guarantee (BG) as per Annexure IV. If the selected Consultant fails to submit the
Performance Guarantee within the time prescribed above, the EMD of the selected consultant will
be forfeited and the proposal of selected consultant will be rejected. Once the agreement is signed
with the successful agency the EMD of all agencies shall be refunded.
7.2 The firm is expected to commence the assignment on the date and at the location as instructed by
the client.
8 CONFIDENTIALITY
8.1 Information relating to evaluation of proposals and recommendations concerning awards shall not
be disclosed to the consultants who submitted the proposals or to other persons not officially
concerned with the process, until the winning firm has been notified that it has been awarded the
contract.8

[End of ITC]

                                                            
Section-2 Instructions to Consultants (ITC) 

Page 17 of 82 
 
Annexure-I

BROAD QUALIFICATION, EXPERIENCE & ESTIMATED NUMBER

OF PROFESSIONAL REQUIRED

Broad qualifications and experience of the professionals given below are clients' perception in respect of the
specific requirement of the project. Consultants are advised to prepare the CVs of their proposed personnel
specifically highlighting the qualification and experience in the related area of expertise as per requirements.
The CVs should also highlight higher education, training and publication of technical papers etc., by the
personnel in the related field as well as their experience in providing training in the related fields. The CVs of
the proposed personnel should reflect size of the project handled in terms of costs, duration for which services
were provided, type of contract document used etc. Broadly speaking, qualification and experience higher than
the minimum requirement will be given higher weightage.

TABLE – 1
S Particulars No. of Minimum Qualification Minimum Duration Deduction
No. Persons Experience Requirement per day for
non
deployment
A. Professionals

1 Principal 01 Bachelors in Architecture 15 years Full duration -


Architect Cum and (5 yrs in Building (Intermittentl
Team Leader Membership in Council Projects) y)
of Architecture or Indian
Institute of Architects
2 Structural Design 01 M.Tech/ME in Structural 10 years Full duration -
Engineer Engineering ( 7 yrs in Building (Intermittentl
Projects) y)
3 HVAC Design 01 B.E. Mechanical 10- years As and when -
Expert (5 yrs in the field required
of HVAC design (Intermittentl
y)
4 Design Electrical 01 B.E. Electrical 10- years As and when -
Engineer and ( 5 yrs in the field required
BMS Expert of Electrical (Intermittentl
design of y)
Buildings
5 Fire Fighting 01 B.E./B.Tech 10- years As and when -
Expert (Fire/Electrical/Mechanic ( 5 yrs in the field required
al Engineering) of Electrical (Intermittentl
design of y)
Buildings
B Staff for ASQC Services
1 Resident 01 B.E./ B.Tech. (Civil) 10-Years Full duration
Engineer (7 yrs in Building of
Projects) Construction

Page 18 of 82 
 
S Particulars No. of Minimum Qualification Minimum Duration Deduction
No. Persons Experience Requirement per day for
non
deployment
2 Assistant 01 Bachelors Degree in 5 years Full duration 1.25 times the
Engineer (Civil) Civil ( 3 yrs in Building of Remuneration
Projects) Construction quoted9
3 Assistant 01 Bachelors Degree in 5 years Full duration 1.25 times the
Engineer Electrical (3 yrs in Building of Remuneration
(Electrical) Projects) Construction quoted
4 Assistant 01 Bachelors Degree in 05 years Full duration 1.25 times the
Architect Architecture (3 yrs in Building (Intermittentl Remuneration
Projects) y) quoted
5 Field Engineer 01 Diploma in Civil 5 years Full duration 1.25 times the
(3 yrs in Building of Remuneration
Projects) Construction quoted
6 Lab Technician 01 Diploma in Civil/BSc 5 years Full duration 1.25 times the
(3 yrs in the field of Remuneration
of Material Construction quoted
Testing)

Note:
1. It is desirable that the majority of the professional staff proposed shall be permanent
employees of the firm or have an extended and stable working relation with it.
2. The CVs for each proposed staff for ASQC services shall be submitted at the time of
contract negotiation. The staff securing 750 or more marks shall be called for personal
interview with all original documents. If, for any designation, no staff secures 750 or more
marks, new CVs shall be submitted. The staff selected in interview can only be deployed for
his respective assignment on this project.
Each expert / staff is to be evaluated against the tasks assigned in accordance with following three main
criteria:
(i) General qualification: (20%)
(ii) Total, Relevant Task and Project related experience: (75%)
(iii) Permanent Employment: (5%) Only if they have worked for the current employer on a
regular/ permanent full-time basis continuously for the last 12 months.
3. Maximum age limit for all professionals is 65 Years.
4. Input of Professional Staff shall be for full duration during the Design Consultancy period and
thereafter intermittently as and when required during the execution of their related work.
5. Remuneration of Professional Staff and any other Professional expert, in addition to above mentioned,
shall be included in the Fee quoted for Design Consultancy.
6. Professional Staff are expected to visit the Project Site at regular interval during the execution of their
related work to ensure the execution of work as per specification.
7. Professional Staff is expected to be present during the inspection of Employer’s authority.10

                                                            
Annexure‐I broad Qualification, Experience and Estimated Number Professional Staff Required
 
 
Page 19 of 82 
 
Annexure II

E- Tendering - Guidelines

01. Guidelines These conditions will over-rule the conditions stated in the tender/RFP
documents, wherever relevant and applicable.

02. Registration All the Bidders (Contractors/Consultants) are required to register on the
e-Procurement System on the website www.mpeproc.gov.int o get
tender forms online.
For more details please contact: - 11
Tata Consultancy Services, 5th Floor, D.B. Mall, M.P.Nagar, Bhopal
(M.P). Tel.: 18002748484,18002745454 08965065346, 08965022417,
0755-6500102 email: eproc_helpdesk@mpsdc.gov.in
03. Digital Certificate The Bids submitted online should be signed electronically with a Class
III Digital Certificate to establish the identity of the Bidder submitting
the Bid online. The Bidders may obtain Class III Digital Certificates
issued by an approved Certifying Authority authorized by the Controller
of Certifying Authorities, Government of India.
A Class III Digital Certificate is issued upon receipt of mandatory
identity proofs along with an Application Form. Only upon the receipt of
the required documents, a Digital Certificate can be issued.
Note: It may take up to 10-12 working days for issuance of Class III
Digital Certificate, hence the bidders are advised to obtain them at
the earliest.
The Bidders may obtain more information and the Application Forms
required to be submitted for the issuance of Digital Certificate from the
Tata Consultancy Services, 5th Floor, D.B. Mall, M.P. Nagar,
Bhopal (M.P). Tel.: 18002748484,18002745454 08965065346,
08965022417, 0755-6500102 email: eproc_helpdesk@mpsdc.gov.in
Important Note: Bid for a particular bid can be submitted during
the ONLINE BID SUBMISSION stage only using the Digital
Certificate that is used to encrypt the data and sign the bid during
the SUBMISSION stage.
In case, during the process of a particular bid, the bidder loses his Digital
Certificate because of any problem (such as misplacement, virus attack,
hardware problem, operating system problem, etc.); he may not be able
to submit his bid online.
Hence, the bidders are advised to keep their Digital Certificates in a safe
place under proper security to be used whenever required.
The digital certificate issued to the Authorised User of a Partnership firm
/ Private Limited Company / Public Limited Company / Joint Venture
and used for online bidding will be considered as equivalent to a no-
objection certificate / power of attorney to that user.
In case of Partnership Firm, majority of the Partners have to authorize a
specific individual through Authority Letter signed by majority of the
Partners of the firm.
In case of Private Limited Company, Public Limited Company, the
Managing Director / any other Person (having designated authority to
authorize a specific individual) has to authorize a specific individual
through Authority Letter.
Unless the certificate is revoked, it will be assumed to represent
adequate authority of the specific individual to bid on behalf of the
Organisation for online bids as per Information Technology Act 2000.
This Authorized User will be required to obtain a Digital Certificate. The
Digital Signature executed through the use of Digital Certificate of this
Authorized User will be binding on the firm. It shall be the responsibility

                                                            
Annexure‐II – e‐Tendering Guidelines

Page 20 of 82 
 
of Management / Partners of the concerned firm to inform the Certifying
Authority, if the Authorized User changes, and apply for a fresh digital
certificate for the new Authorized User.
04. Setup of Bidders Computer In order for a Bidder to operate on the e-Procurement System, the
System Computer System of the Bidder is required to be set up for Operating
System, Internet Connectivity, Utilities, Fonts, etc. A help file on setting
up of the Computer System can be obtained from the website:
www.mpeproc.gov.in.
05. Publishing of NIT For the Bids processed using the e-Procurement System, only a brief
Advertisement related to the Bid shall be published in the newspapers
and the Detailed Notice shall be published only on the e-Procurement
System. The contractors can view the Detailed Notice and the time
schedule for all the Bids processed using the e-Procurement System on
the website www.mpeproc.gov.in.

06. Key Dates The Bidders are strictly advised to follow the time schedule (Key Dates)
of the Bid for their side for tasks and responsibilities to participate in the
Bid, as all the stages of each Bid are locked before the start time and date
and after the end time and date for the relevant stage of the Bid as set by
the concerned Department Official.12

07. Purchase of Bid Documents The Bid/RFP documents can be purchased/downloaded free of cost.
However, at the time of submission, the bidder has to pay
Processing Fee/Portal Fee online. The Bid shall be available for
purchase/download to concerned eligible contractors immediately after
online release of the Bid and up to scheduled date and time as set in the
key dates. Arrangements have been made for the Bidders to make
payments online via Debit Card /Credit Card, Internet Banking. In case
of online biding, the application form for the purchase of bid documents
shall not be required.
The cost of the Bid processing Fee/portal fee and Bid Document will not
be refunded.
08. Submission of Bid The Bidders have to prepare their Bids online, encrypt their Bid Data in
the Bid Forms and submit Bid in the envelope and documents required to
be uploaded related to the Bid as per the time schedule mentioned in the
key dates of the Notice Inviting Bids after signing of the same by the
Digital Signature of their authorized representative.
The Bidder shall submit the following envelopes online:
1. Financial Bid Envelope
Only Financial Bids are to be submitted Online. Financial Bid shall
not be considered by any other mode.
09. Withdrawal, Substitution, and Bidder can withdraw, substitute or modify the bids after submission till
Modification of Bids the bid submission end date and time by the Contractor.
10. Opening of Bid The Financial bid of only first three top ranking consultants in second
stage of evaluation shall be opened online.

                                                            
Annexure‐II – e‐Tendering Guidelines

Page 21 of 82 
 
ANNEXURE-III

Two Stage Evaluation Criteria

(for Technical Proposal)

1. FIRST STAGE EVALUATION:-

Table 2

S. No. Description Max. Points

1 (a) Consultant’s relevant experience Architectural Services, Design and 200


Supervision and Quality Control / Project Management Consultancy
services for same type and nature of Building Works

(b) Qualifications and Competence of the Key Technical Personnel 450

(c) Extra points for winner of national /international award in 50


Architectural planning

2 Consultants Turnover from consultancy services 150

3 The Approach and methodology proposed including Work Plan 200

Total 1000

1(a) CONSULTANT’S RELEVANT EXPERIENCE – (Maximum 200 Points)

Firms Experience in the Architectural Services, Design and Supervision and Quality Control /
Project Management Consultancy services for same type & nature of Building work in last 5
years shall only be considered. The minimum requirement for applicant shall be that it should have
completed Design Consultancy Services for at least one of same type & nature of Building work for an
amount of Rs. 15.00 Crores or two works of same type and nature for an amount of Rs.10.00 Crores
each in preceding last 5 financial years.

Higher scores will be given to a firm which has more experiences for projects with relevant nature.
Same type of work shall be the Successful completion of Design Consultancy work for an office
building projects/other commercial projects which inter-alia include construction/renovation/re-
construction/ of Civil, Mechanical, Electrical, Interior, Exterior, Air conditioning, Firefighting, Lifts,
Communication system, IBMS work, Horticulture and all other appurtenant jobs required for smooth
functioning of the building. 13
Work such as Factory premises, Highway/Road projects, Bridges and Flyovers Projects will not be
considered as similar works.

1.(b) Qualification and Competence of the Key Technical personnel (maximum 450
points)

1.(c) Extra points for winner of national /international award in Architectural planning
(maximum 50 points)

Completed Building Project which has been submitted by the Consultant in the
National/International Competition and has been declared as Winner shall be given extra
                                                            
Annexure‐III – Two Stage Evaluation Criteria (for Technical Proposal) 

Page 22 of 82 
 
marks. Higher scores will be given to a firm which has more awards for national
/international award in Architectural planning.

Note: More than one awards for a single project shall be treated as one award only.

1 Consultants Turnover from consultancy services of building work : (Maximum 150 Points)
The Average of Annual Turnover from consultancy services of building works for the preceding 3
financial years of the consultant should be minimum Rs.2.50 crore (Two point Five Crore). Only
Certified copy of audit report should be furnished in support of the details without which evaluation
shall not be done.

III. APPROACH AND METHODOLOGY (200 Points)


A. Understanding of Objectives (40 points)
Criteria: General understanding of the project requirements; coverage of principal
components as requested in ToR; and site visit assessment.

B. Quality of Methodology (60 points)


Criteria: The degree to which the consultant presented written methodology/approach
addresses the requirements of the ToR.

C. Innovativeness/Comments on Terms of Reference (20 points)


Criteria: Suggestions, which could improve the quality of the project.

Factors to consider: Points will be given for workable suggestions proposed. No


innovativeness will be given zero points.

D. Work Program (40 points)


Criteria: A work program showing graphical presentation of activities (bar chart); an
organization chart showing the relationship of the Client, the Consultant and the Civil Works
contractor.

E. Personnel Schedule (40 points)


Criteria: Relationship between required person-months and proposed work program.

2. SECOND STAGE EVALUATION:- Qualified consultant (who have secured at least 75% score
in stage I evaluation) shall be invited for following presentation at second stage of the
competition:
I. PRESENTATION ON PROPOSED BUILDING (Maximum 300 points)

II. PRESENTATION ON BEST ILLUSTRATED COMPLETED BUILDING PROJECT (200


points)

Financial Bid of only Qualified consultant (securing more than 75% in the combined stage I and
Stage II evaluation) shall be opened.14

                                                            
 
Page 23 of 82 
 
Annexure IV

(Refer Article 6 GCC)

FORMAT FOR BANK GUARANTEE FOR PERFORMANCE SECURITY

Bank Guarantee no. ………………. Date …………………


Name of Beneficiary:

WHEREAS ___________________ [Name and address of Consultants] (hereinafter called “the


1

consultants”) has undertaken, in pursuance of Contract No._________________ dated _________ to provide


the services on terms and conditions set forth in this Contract ___________________ [Name of contract and
brief description of works) (hereinafter called the “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Consultants shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with
his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Consultants such a Bank Guarantee; NOW THEREOF
we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Consultants up to a total of
___________ [amount of Guarantee] ____________________[in words], such sum being payable in the types
and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your
first written demand and without cavil or argument, any sum or sums within the limits of
__________________[amount of Guarantee] as aforesaid without your needing to prove or to show grounds or
reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding
the said debt from the Consultants before presenting us with the demand. We further agree that no
change or addition to or other modification of the terms of the Contract or of the services to be
performed there under or of any of the Contract documents which may be made between you and the
Consultants shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification. The liability of the Bank under this Guarantee shall
not be affected by any change in the constitution of the consultants or of the Bank. Notwithstanding
anything contained herein before, our liability under this guarantee is restricted to Rs.__________
(Rs.__________________) and the guarantee shall remain valid till ________. Unless a claim or a
demand in writing is made upon us on or before ____________ all our liability under this guarantee
shall cease. This guarantee shall be valid until 365 days after the date of issue of the Defects Liability
Certificate.

Signature and Seal of the Guarantor ____________


In presence of
Name and Designation 1._____________________ 2. __________________
Signature

Name, address, seal, Phone & Fax no. of the Bank _________________________
Date ______________________________________
1
Give names of all partners if the Consultants is a Joint Venture. 15

                                                            
Annexure‐IV– Format for BG for Performance Security 

Page 24 of 82 
 
Annexure V
SECTION 3

TECHNICAL PROPOSAL STANDARD FORMS


S.No. Particulars Page No. of Technical Proposal
Submitted by Architect
From To
1 3A Technical Proposal submission form
2 3B Firm references

3 3C Consultants Turnover from Consultancy Services.


4 3D Comments and suggestions on the Terms of Reference.
5 3E Description of the methodology and work plan for
performing the assignment
6 3F Team composition and task assignments
7 3G Format of Curriculum Vitae of proposed professional
staff (one each for each professional staff )
8 3H Activity (work) schedule.

Authorised Signatory
Name and Title of Signatory:
Name of Firm:
Address:16

                                                            
Section‐3 Technical Proposal Standard Forms 
Page 25 of 82 
 
3A. TECHNICAL PROPOSAL SUBMISSION FORM

(on letter head of the firm)

To,

The Managing Director,


Madhya Pradesh Urban Development Company Limited,
8, Arera Hills, Jail Road
Bhopal - 462011

Subject: Technical proposal for “Architectural Services, Design, Supervision and Quality Control for
Construction of Office Building at Arera Hills, Jail Road, Bhopal”

Respected Sir,

We, the undersigned, offer to provide the consulting services for “Architectural Services,
Design, Supervision and Quality Control for Construction of Office Building at Arera Hills, Jail Road,
Bhopal” in accordance with your Request for Proposal dated 26/06/2018. We are hereby submitting our
Proposal, which includes Technical Proposal and a Financial Proposal sealed under a separate envelope. All
documents enclosed and duly page numbered and indexed also.

If negotiations are held during the period of validity of the Proposal, we undertake to negotiate
on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting
from contract negotiations.

We understand you are not bound to accept any Proposal you receive.

We remain,

Encl. :- Technical Proposal.

Yours sincerely,

Authorised Signatory
Name and Title of Signatory:
Name of Firm:
Address:17

                                                            
Section‐3 Technical Proposal Submission Forms 

Page 26 of 82 
 
3B-FIRM’S REFERENCES
Relevant Services Carried out in the Last Five Years
Which Best Illustrate Qualifications

Using the format below, provide information on each reference assignment for which your firm/entity, either
individually as a corporate entity or as one of the major companies within an association/JV, was legally
contracted.

Assignment Name:

Country with location:

Assignment Period :

Cost of Project (Construction) in


INR:

Name of Employer :

Address with Telephone No. & Fax


No.:

Actual Start (Date /Month / Year)

Value of Consultancy Services


Received (In INR):

No. of Staff Provided by the Firm:

No. of Staff Months Provided by


the Firm:

Name of Association Firm(s) if any


:

Address with Telephone No. & Fax


No of the Association Firm.:18

No. of Professional Staff


provided by Associated Firm(s)
                                                            
Section‐3B Firms References 

Page 27 of 82 
 
No. of Staff Months Provided by
the Associated Firm:

Approx. Value of Services given


by the Consultant (In INR) :

Approx. Value of Services given


by the Associated Firm (In INR) :

Name of Senior Staff (Engineer in


Chief / Coordinator, Team Leader,
etc.) of the consultant involved and
functions performed:
Narrative Description of Project :

Description of Actual Services


Provided by the consultant’s Staff :

Signature of Authorized Representative


(Certificate from Principal Employer regarding experience should be furnished)19

                                                            
Section‐3B Firms References 

Page 28 of 82 
 
3C. CONSULTANTS ANNUAL TURNOVER

ANNUAL TURNOVER DATA FOR THE PRECEDING THREE FINANCIAL YEARS

Year Amount (in INR)

2015-2016

2016-2017

2017-2018

Average

Note: In support of the Annual Turnover, copy of the Audited Financial Statement/Turnover Certificate duly
certified by a Registered Chartered Accountant should be enclosed.

Signature of Authorized Representative20

                                                            
Section – 3  3C‐ Consultant's Turnover from Consultancy Services. 

Page 29 of 82 
 
3D. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF REFERENCE

On the Terms of Reference

CONSULTING FIRM’s NAME:21

                                                            
Section – 3  3D‐ Comments and suggestions on the terms of reference (TOR) 

Page 30 of 82 
 
3E. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING THE
ASSIGNMENT22

                                                            
Section – 3  3E‐ Description of the methodology and work plan for performing the assignment 

Page 31 of 82 
 
3F. TEAM COMPOSITION AND TASK ASSIGNMENTS

1. Personnel:

S. No. Name Position Task

1. Principal Architect Cum Team Leader

2 Structural Design Engineer

3 HVAC Design Expert

4 Design Electrical Engineer and BMS Expert

5 Fire fighting Expert

6 Resident Engineer

7 Assistant Engineer (Civil)

8 Assistant Engineer (Electrical)

9 Assistant Architect

10 Field Engineer

11 Lab Technician23

                                                            
Section – 3  3F‐ Team composition and task assignment 

Page 32 of 82 
 
3G. FORMAT OF CURRICULUM VITAE (CV)*

(FOR PROPOSED PROFESSIONAL STAFF)

Proposed Position:__________________________________________________

Name of Firm: ______________________________________________________

Name of Staff;______________________________________________________

Professional Qualification:_____________________________________________

Date of Birth________________________________________________________

Nationality_______________________

Years with Current Firm/Entity _________________________

Membership in Professional Societies _____________________________________

Detailed Tasks Assigned _______________________________________________

24

Key Qualifications:

(Give an outline of staff member’s experience and training most pertinent to tasks and assignment. Describe
degree of responsibility held by staff member on relevant previous assignments and give dates and locations.
Use about half a page).

Education

                                                            
Section – 3  3G‐ Format of Curriculum Vitae of proposed professional staff 

Page 33 of 82 
 
(Summarize college/university and other specialized education of staff member, giving names of schools, dates
attended ,proof of degrees obtained and documentary evidence of age proof)

Employment Record

(Starting with present position, list in reverse order every employment held). List all positions held by staff
member since graduation, giving dates, names of employing organizations, titles of positions held, source of
funding (World Bank, ADB, JBIC, UN etc.) for the projects handled, types of activities performed and client
reference, where appropriate.)

Languages:

(For each language indicate proficiency – excellent, good fair or poor, in speaking reading and writing)

Summary of the CV

(Furnish a summary of the above CV. The information in the summary shall be precise and accurate. The
information in the summary will have bearing on the evaluation of the CV).

A) Education:

i. Field of Diploma/Graduation and year

ii. Field of Graduation/Post graduation and year

iii. Any other specific qualification

B. Experience

Total experience in Building Project: ____________ Yrs

Responsibilities held : 25

S.No. Position Held Period Assignment period

From To

Undertaking :

                                                            
Section – 3  3G‐ Format of Curriculum Vitae of proposed professional staff 

Page 34 of 82 
 
I, the undersigned certify that to the best of my knowledge and belief, these data correctly describe me, my
qualifications, and my experience. Further I certify that I am available for the assignment and shall be willing
to work for the client for the entire duration of the position. I have also not left any ongoing project of the
client without its approval and have not been debarred by the client in past.

Date (Day/Month/Year) :________26

Signature of staff member Signature of Authorized representative of the Firm

Full name of staff member Full name of authorized representative

Note:- CVs should be originally signed in blue ink on each page by both the proposed professional staff and
the authorized representative of the firm along with the proof of age and qualification. Key information should
include number of years working for the firm/entity, and degree of responsibility held in various assignments.
Photocopy or unsigned CV shall not be considered.

                                                            
Section – 3  3G‐ Format of Curriculum Vitae of proposed professional staff 

Page 35 of 82 
 
3H. ACTIVITY (WORK) SCHEDULE

A Field Investigation and Study Items

S. Item of Activity Month wise Program (in form of Bar


No. (work) Chart)

[1 , 2 , etc. are months from the start of


st nd

assignment]

1 st
2 nd
3 rd
4 th
5 th
6 th

Reports (for each Work contract package) Frequency

1. Monthly Progress report Every month

By 10 of following Month (3 copies)


th

2. Quarterly Progress Report Every Quarter

By 10 day of April, July, October and January


th

(3 copies)

3. Supervision Manual At commencement time (3 copies)

4. Completion report On completion of construction (3 copies)

5. Final Completion Report & CD Once

On completion of Defect Liability Period(3 copies)27

                                                            
Section – 3  3H‐ Activity (Work) schedule 

Page 36 of 82 
 
Annexure VII

SECTION 4

FINANCIAL PROPOSAL (STANDARD FORM)

(On letter head of the firm)

(Location, Date)

To, Online Submission Only


The Managing Director,
MPUDC
8, Arera Hills, Jail Road
Bhopal – 462011

Subject: Financial Proposal for Consultancy services for “Architectural Services, Design,
Supervision and Quality Control for Construction of Office Building at Arera Hills, Jail
Road, Bhopal”
Sir/Madam,

We, the undersigned offer to provide the services “Architectural Services, Design,
Supervision and Quality Control for Construction of Office Building at Arera Hills, Jail Road, Bhopal”
in accordance with your Request for Proposal dated18/04/2018 and our proposal (technical & financial).

Our Total financial quote for this job is as under:

Particular Amount Amount in


Word

Total Cost for Architectural Services, Design, Supervision and Quality Control
for Construction of Office Building at Arera Hills, Jail Road, Bhopal including all
taxes, duties, cess etc. but excluding Goods and Services Tax (GST)

Our financial proposal shall be binding upon us subject to the modifications resulting from contract
negotiations, up to expiration of the validity period of the Proposal i.e. [Date]. 28

We understand that the Goods and Services Tax (GST), if applicable shall be paid by us to the tax
authorities and the MPUDC shall reimburse the same to us.

We undertake that in competing for (and, if the award is made to us, in executing) the above contract,
we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of
Corruption Act 1988”. No commission or gratuity of any kind is included in the proposal as it is not allowed.

We understand that you are not bound to accept any Proposal you receive.

Yours sincerely,

Signature Authorised Person


Name and Title of Signatory:
Name & address of Firm:
                                                            
Section – 4  Financial Proposal – Standard Form 

Page 37 of 82 
 
29

4A. SUMMARY OF COSTS

No. Description Amount Amount in Word

I Architecture and Design Consultancy Fee

II Supervision and Quality Control Consultancy Fee (Remuneration for


professional Staff)

TOTAL COST (Including all Taxes except GST)

Note: The Payments will be made as per stipulations of the Special Conditions of Contract.

(Signature of Authorized Signatory)30

                                                            
Section – 4  Financial Proposal – Standard Form 
 
Page 38 of 82 
 
4B BREAKUP OF COSTS

I Architecture and Design Consultancy:-

Particular Amount in figures (Rs) Amount in words

Architecture and Design Consultancy Fee31

Note :-

1. The Fee shall be calculated on the basis of Probable Amount of works initially. Any increase/decrease in
Probable Amount of works in comparison to the awarded value shall subsequently be regulated in line with
awarded value of works.

2. This shall include the cost which Design and Project Management Consultancy firm have to incur to
prepare the architectural plan, design and drawings of Civil, Electrical, Mechanical, Air Conditioning,
Intelligent Building Management System, Fire fighting/Security System, Landscaping and all other allied
services required to complete the work in all respect including preparation of BOQ, Bid Document,
Technical Specification etc. including cost of engaging specialist Consultants for any of these services.
Firm has to submit detailed schedule of payment, on award of work, based on different services required to
be rendered and get approval of the Employer for reimbursement of claim under this head. The payment
will be regulated according to the approved schedule of payment subjected to satisfactory completion of
particular services.

3. This shall also include expenditure likely to be incurred on office furniture*, office equipment**,
electricity, other equipments necessary for site and required for executing the job, water supplies, vehicles
for office and field visits, office support staff, all traveling expenses of all personnel, stationery required
for regular office use, reporting, documentation etc.

* Office furniture shall comprise to run the Consultant’s office items like desks, chairs, computer table,
cupboards, filing cabinet, meeting table with chairs, white boards, sofa set etc.

** Office equipments shall comprise Consultant’s office items like plotter, laser printer, photo copy machine,
external CD writer, lap top, camera, SLR, generator, refrigerator etc.

                                                            
Section – 4  Financial Proposal – Standard Form 

Page 39 of 82 
 
II. SUPERVISION AND QUALITY CONTROL CONSULTANCY FEE (REMUNERATION FOR
PROFESSIONAL STAFF)

S No Designation of Man months Remuneration Total Total


Professional Staff Rate per Man Remuneration Remuneration
month in INR Amount (INR) Amount (INR

in figure in words
1 Resident
Engineer
2 Assistant Engineer
(Civil)
3 Astt. Engineer
(Electrical)
4 Assistant Architect
5 Field Engineer
6 Lab Technician
Subtotal for
Professional
staff (B)32

Name & Signature


of Authorized Signatory
With Seal of the Firm

                                                            
Section – 4  Financial Proposal – Standard Form 

Page 40 of 82 
 
Form in which bills for monthly payment are to be presented

Percentage/No. Rate in Amount (in


(INR) INR)

I Architecture and Design Consultancy Fee

II Supervision and Quality Control Consultancy


Fee (Remuneration for professional Staff)

Total
Minus Advance
Repayment

Total Payment
due

Accumulated
Total

Name & Signature


of Authorized Signatory
With Seal of the Firm 33

[End of Financial Proposal]

                                                            
Section – 4  Financial Proposal – Standard Form 

Page 41 of 82 
 
Annexure VIII

SECTION 5

TERMS OF REFERENCE (ToR)

1. PROJECT BACKGROUND
The Government of Madhya Pradesh (GoMP) has leased a plot to Press Trust of India,
New Delhi at Mother Teresa Road, Arera Hills, Bhopal. The total area of the plot is 4046
sqm. The Press Trust of India (PTI) has requested the GoMP to fund the construction of
“Office Building” at the said plot and has offered the GoMP to share the office space.
GoMP has appointed the Madhya Pradesh Development Company Limited (MPUDC) as
the implementing agency of the Government of Madhya Pradesh. MPUDC intends to
construct the Office Building on the above plot of Press Trust of India.

1.1 Building Location

Existing adjoining building/structures/landmark are: as per Data Sheet attached with this RFP.
Details of project location/index map is given in Appendix 2 . Details of the project land
boundaries, area, khasra map survey number, adjoining land etc is given in Appendix 3.

1.2 Building Requirement: Tentative requirement of the amenities to be created / buildings to be


constructed are given in the Appendix 4.

1.3 The EMPLOYER will be the Executing Agency for this project. The work will be executed as
deposit work by MPUDC or through budgetary support from state funds.

2. CONSULTANT

2.1 It is proposed to engage highly qualified Consultants with proven relevant experience for re-
construction of situated at. The proposed work may also involves re-construction/dismantling
of adjusting structure and sorting of material of existing building for reuse/auction and in that
case the consultant is expected to engage experts who have the experience in dismantling of
big structure of this nature during planning/execution stage.

I. Requirement of Minimum services to be rendered by the Consultant.

(i) To carryout geotechnical investigation including at least one bore up to 10 meter depth,
carry out survey of the site, prepare detailed layout plan of complete scheme, design
and prepare conceptual and working drawings for Architectural, Structural Design &
other allied services, specifications, detailed cost estimates, Bill of Quantities (BOQ),
Bid documents etc for all works.
(ii) Obtain all approvals from statutory authorities.
(iii) To suggest plan & execute safe dismantling of existing building and sorting of useful
material for reuse/auction.
(iv) To assist MPUDC in Bid Invitation, appointment of contractor.34
(v) To act as representative, supervise and monitor the construction/renovation/re-
construction work with a view to ensure quality and timely completion of work(s).35

                                                            
Section‐5 Terms of Reference (TOR) 
Section‐5 Terms of Reference (TOR) 

Page 42 of 82 
 
II. Broad construction/renovation/re-construction requirements:- 36

The consultant has to design the building taking into account the maximum height limitations
and maximum FSI (floor space index) at the existing building locality in accordance with the
prevailing bylaws/development plans.

2.5 Broad Scope of Work of the Professional firm:-

The consultant is expected to prepare the dismantling plan, if required, of existing building in
the same campus and side by side re-construction of new facilities, so as to have minimum
disturbance in functional utilization of existing buildings such as residential quarters, offices,
hospital, and hostel etc. The appointed consultant is requirement to prepare the plan of
dismantling and re-construction taking above parameters to on accounts.

The scope of work of the Consultant may include but not limited to the following.
i. Carry out land survey (contour survey) for preparation of site plan and geo-technical
investigation and obtain geotechnical report required for structural design and other
purposes.
ii. Preparation of Inception reports
iii. Preparation of development proposals for various schemes.
iv. Preparation of Concept/Master Plan
v. Preparation of Detailed Project Report (DPR) on the basis of various proposed
schemes in a prescribed format (volumes) only.
vi. The consultant has to prepare sections and elevation drawings of all items, 3D
view/model/computer walk through etc.
vii. The consultant shall prepare drawing required for statutory submission, working
drawings, detail drawings; structural drawings in accordance with the requirement
laid down in this RFP document in prescribed format and submit in volumes as
required.
viii. Preparation of budget estimates for review and administrative approval
ix. Preparation of detailed Bill of Quantities, detailed estimates and drawings for review
and approval.
x. Rate analysis of all the items on the basis of CPWD / MPPWD / MORTH and latest
MPUDC schedule of rates and for items not covered by MPUDC SOR, on the basis
of market rate with supporting documents.
xi. Preparation of tender documents including tender drawings, BOQ, technical
specification, furnishing copies in sufficient numbers to enable MP MPUDC , call for
tenders.
xii. Evaluation of tenders and preparation of tabulation, taking up clarification and
submitting recommendation to MP MPUDC , for award of work.
xiii. Issue of good for construction drawings to the contractor after award of work.
xiv. Site Management and supervision of work at site and quality control by engaging
qualified and experienced site personnel.
xv. Taking joint measurement of works completed and certification of
xvi. Bills for payment by MP MPUDC ,.
xvii. Progress monitoring, reporting and preparing / advising action plan for expediting
the work.
xviii. Advising on safety measures.
xix. Preparation of time lines and programme for project implementation.
xx. Liaising with Government and local bodies.
xxi. Providing all assistance for statutory approvals.

2.6 EMPLOYER now invites proposals to engage Consultants of repute with proven experience for
Architectural Consultancy and Supervision and Quality Control/ Project Management
Consultancy for the above work.

                                                            
 
Page 43 of 82 
 
3. SCOPE OF WORK:

The scope of consultancy services for each major areas includes, but shall not be limited to following
activities broadly divided into the following two major phases. The Consultant shall function as 37

(1) Architect to do detailed Engineering Survey including Boring (at least one Bore up to 20 meter
depth)/Trial pit, obtain approval from competent authorities for any permission related to the work,
preparation of detailed layout plan of complete scheme, design and prepare conceptual/working drawings
for Architectural, Structural & other allied services, preparation of Detailed Cost Estimate, Bill of
Quantities (BOQ), Bid Documents and Technical Specifications for all works.

(2) Supervision and Quality Control Consultant as the ‘Engineer’ which involves Project Management
Consultancy in terms of Detailed Planning, Monitoring , Coordination with other department/agencies,
Supervision of Work , Contract Management, Quality Assurance, Timely Engineering decision and
approval thereof from Employer, Recording of Measurement/Bills, Assisting in arbitration & litigation
cases and all other necessary steps/decision required for timely completion of Project.

3.1. ARCHITECTURAL SERVICES


1. Preparation of three alternative concept design of the proposed work.
2. Preparation of final architectural drawing and submission of drawing.
3. Obtaining statutory approval of local/govt. authorities i.e. corporation Electricity board Fire
department, Lift safety etc. Payments shall be made to local/govt. by MPUDC.
4. Prepare of stage-I and detailed estimate, Bill of Quantities and specification and also tender
document in the approved tender forms of MP UDC.
5. Assist MPUDC in pre-qualification and selection of bidder. The consultant is required to furnish
technical clarification/explanation on specific quarries of bidder during pre-bid meeting.
6 Preparing working drawing and detailing of entire work including detailing for interior design,
furniture design, electrification, plumbing, sanitary, acoustic, Lift, HVAC, IBMS, CCTV, Access
Control, PA System, Fire fighting, Water harvesting, Landscaping, Graphic signage and Sewage
and garbage disposal systems.
7. Maintain periodical site visit and monthly site meeting.
8. Preparation of time schedule for completion of project.
9. Obtain completion certificate from local authorities.

Detailed Instructions for Preparation of DPR in prescribed format are as per Appendix 5.

3.2. DESIGN / TECHNICAL

1. The scope of work shall include preparation of detailed structural design of Building and other
services. All structural design shall be got vetted by IIT/NIT/ Government Engineering College. The
Consultant shall ensure that all design and drawing are prepared in accordance with relevant by-laws
of statutory authority, Indian Electricity act and Indian standard specification.

All structural drawings shall be provided to the contractor/employer after vetting by the IIT/NIT/
Government Engineering College followed by MPUDC and with specific certificate that the
“design being provided is economical, optimum and safe and is in accordance with the up to
date and relevant ‘IS Code”. However, the consultant shall be fully responsible for the
correctness and accuracy of structural/ services and drawings notwithstanding the approval by the
employer. Adequate scope for future expansion, in case of possible improvement in building
bylaws in due course, must be included in the design before finalization.

                                                            
Section‐5 Terms of Reference (TOR) 

Page 44 of 82 
 
3. 3 QUALITY CONTROL

1. To finalize construction related procedures such as Technical Specifications, Construction Practices


and Quality Assurance.38

2. To prepare, submit and implement a system of Quality Assurance of works; ensure quality of materials
and sources of materials; formulate and implement sampling and testing procedure and Quality
Control measures to ensure required standards and consistency in quality.

3. Supervise & approve the setting up of laboratory (including calibration of equipment’s) and field tests
carried out by the Contractor. Consultant has to get conducted 100% of the field test in their presence.

4. Undertake special tests of materials and/or completed works, undertake removal and substitution of
improper materials and /or works as required.

5. To issue orders for stoppages of part of work or removal of any unapproved / rejected work or
materials and also covering work which has not been inspected for acceptance or rejected as
unacceptable from site forthwith, recording reasons for rejection etc.

6. To advise Employer on progress and quality of the works being executed by the contractor on Monthly
basis in the form of Monthly Progress Report, to the satisfaction of employer.

7. Inspect and approve the materials at site as per specifications before they are used in work.

8. Inspect the execution and performance of the work with regards to workmanship compliance with
specifications and all other testing required for acceptance any item of Work.

3.4. CONSTRUCTION SUPERVISION

1. To supervise and monitor that the construction works are in accordance with the approved technical
specifications, Environmental provisions and other stipulation of contract documents. The
construction methods proposed are in compliance with the stipulations particularly, in relation to
construction equipment and other resource deployment.

2. To scrutinize and certify whenever required, contractor’s materials reconciliation statements prepared by
contractor.

3. To supervise all site work, to approve the actions taken by the contractor and works executed by the
contractor. Employer shall take suitable action on the suggestions deemed fit/all deviations, in terms
of, as pointed out by the Consultant.

4. A detailed list of pending defects to be carried out by the Contractor will be handed over to Employer
before withdrawal of manpower by the Consultant, in case of fore closure of the Consultant/contract
agreement.

5. Whenever final measurements are to be made, the Consultants Team Leader will inform the contractor and
Employer 7 days in advance, the Employer may authorized his representative who will be empowered
to participate and check, if so wishes, any measurements.

6. Getting the rectification of defects (if any) in the works carried out through the respective contractor till
payment of Final Bill.

7. Defect Labiality Period after the completion is as per Data Sheet.

8. During the Defect Liability Period, the Principal Architect cum Team Leader, Structural Engineer of
Consultant has to inspect the Building quarterly and submit the report along with the remedial
                                                            
Section‐5 Terms of Reference (TOR) 

Page 45 of 82 
 
measures. Consultant will ensure for rectification of the defects by the Contractor during the defect
liability period and issue Defect Liability Certificate.

9. Shall be responsible for obtaining good workmanship with respect to lines, levels, plumb, finish, etc. Shall
check all centerlines, dimensions, levels and plumb at all stages of work with reference to working
drawings and shall ensure correct dimensions of all elements.

10. Inspection and certification of equipment at manufacturer’s works for HVAC, Electrical,
Communication, Fire fighting systems or any other equipment will be planned in coordination with the
officer designated by the Employer who may depute his representative for the inspection

3.5 PROJECT MANAGEMENT, SUPERVISION AND QUALITY CONTROL

1. To approve construction schedule, method statements material sources, manpower/machinery deployment


plans submitted contractor and review the same periodically as per PERT.39

2. CONSULTANT shall provide manpower at site timely and only experienced persons will be provided at
site.

3. Review and approve contractors proposed personal for positions nominated in contract.

4. Approve/suggest modification in contractors work programme, method statement and material sources etc.

5. To prepare manual for maintenance and operation of the facilities during and after execution of the project
submitted by the contractor.

6. To prepare and issue working drawings timely at site or requisition new/supplementary drawings, which
are not provided.

7. Check contractor setting out for conformance with the good for construction/working drawing.

8.1 To work out the savings on material and ensure that this benefit/tax concession passes on to the
Employer.

8.2 To maintain necessary record like measurement book including taking all measurement as per MPUDC
system.

9. Prepare variations calculated by appropriate rate analysis for non-priced works, using prevailing schedule
of Rates as far as possible. The variations proposed to employer for approval shall have proper
reasoning justifying its necessity along with expected financial implication on the project.

10. Identify Construction delays and recommend to the contractor the remedial measure to expedite the
progress under intimation to EMPLOYER.

11. To monitor Project for compliance to the Plans and Designs as detailed in the estimates, for timely
completion and within the Cost Estimates.

12. To monitor and check the day to day work/activities and certify for payment when the quality of the
works is satisfactory and the quantities are correct

13. To take measurements required for the purpose of Bill Payments and carry out all calculation in a manner
that Interim Payment Certificate is submitted to the employer on monthly basis. The IPC shall reach
the employer for payment by First week of every month.

14. Consultant has to take prior approval of Employer in issuing / approving variation in quantity. 15. To
maintain a site order book issued by Employer in duplicate at site for the issuance of time to time
                                                            
Section‐5 Terms of Reference (TOR) 

Page 46 of 82 
 
instructions and compliance reports which shall be the property of Employer and shall be duly
certified by the Consultant. A copy of site order book should accompany the IPC along with the copy
of the test reports relevant to IPC.

16. Maintain record such as good for construction /working /as built drawing, test data, details of variation,
correspondence and diaries in format approved / specified by Employer. They should also keep
measurement record including measurement books issued by the Employer.

17. Update cost estimates till completion (25%, 50%, 75% and 100%) of the project period and submit
variation statements as and when required.

18. To certify and recommend extension to be given to the contractor for delay in contract for reasons not
attributable to the contractor, or else. After approval from the employer, the Consultant shall issue
necessary orders for time extension.

19. To issue on behalf of Employer, notes, damages, claims, claims of interest, penalty etc. wherever
applicable to the contractor for Contract Administration.

20. Any other activity as per provision of the Agreement.

21. Analyze, any claims submitted by contractor, and prepare report based on contractual documents
addressing technical & financial issues, and propose recommendations. Also prepare reply on behalf
of Employer. 40

22. To mediate and assist in resolving disputes between EMPLOYER and contractor during constructions
and also after completion.41

23. Assisting in Arbitration and Litigation cases with contractors/suppliers including preparation of replies
etc.42

24. Submit all relevant details including replies and assist the Employer with respect to arbitration, litigation
etc., and to mediate in resolving disputes between Employer, Consultant & Contractor.

25. Assist in replying audit queries and also suggest interpretations of technical specifications and other
contract documents.

26. Shall preserve field books and measurement books supplied by Employer in safe custody and shall return
the same to Employer after completion of project or as advised by Employer.

27. Shall ensure safety of structure by taking all necessary precautions and by not allowing excessive
construction loads such as dumping of excessive materials, overcrowding on floors and shall avoid
such other factors which will endanger the safety of structure during construction.

28. Shall ensure that safety of personnel working at site/ inspecting the site by taking precautions by putting
barricades, night lamps, near trenches, pits, open shafts, lift shafts, edge of floors, terraces and such
other places and to insist on compliance of safety code such as use of helmets, etc, on work site.

29. The CONSULTANT shall see that advance action is taken by the builder to make suitable provisions for
inserts during construction of civil works for various services like electricity, air conditioning, water
supply, sewage system ventilation etc.

30. Shall ensure that work proceeds smoothly and not hampered for want of decisions/ drawings/
clarifications.

                                                            
Section‐5 Terms of Reference (TOR) 
Section‐5 Terms of Reference (TOR) 
 
Page 47 of 82 
 
31. A detailed Contract Completion/ Final Report in 6 copies are to be submitted to the Employer. The
Consultant will prepare a comprehensive final completion report of the construction contract package
after completion of the work. The report shall incorporate summary of the method of construction, the
construction supervision performed, as built construction drawings, problems encountered and
solutions undertaken thereon and recommendations for future projects of similar nature to be
undertaken by the employer. The Consultant shall submit the self appraisal report within the
prescribed time summarizing the following details:
a. Details of Personnel including substitution made during the assignment.
b. Details of variation orders issued.
c. Details of extension of time granted to the Contractor.
d. Details of Quality Assurance System.
e. Quality observed at site by the Consultant.
f. Details of claims.
g. Special preventive measures for maintenance suggested by the Consultant.
31.1 A Quality Assurance Manual in 6 copies, detailing all QA/QC procedures, to be submitted within 30
days of commencement of services.

31.2 A Maintenance Manual, detailing routine and periodic maintenance tasks that will be required to
maintain the completed Project.

32. Certify completion of part or all of the work and submit it to Employer.

33. Obtain completion plans and “As Build” Drawings with all certificates of the Completion from
Contractor and approve them.

34. If the Consultant desires an extension of time for the completion of the work on the grounds of
CONSULTANT having been unavoidably hindered in its execution or any other ground,
CONSULTANT shall apply in writing to the officer designated by the Employer within 7 days of the
date of the hindrance on account of which CONSULTANT desires such extensions as aforesaid and
the Officer designated by the Employer shall, if in his opinion reasonable (Which shall be final) there
after authorize such extension of time, if any, as may in his opinion be necessary or proper.

3.6 GENERAL

1. To approve specifications of Materials required for the Project and to conduct Market Survey
and carry out Rate Analysis to arrive at Fixed Rates (Floor Price) of any specific Materials
required for the Project not covered in BOQ.43
2. Shall attend periodic site meetings/ meetings in Employer office and discuss site conditions
bottlenecks faced likely hindrances, time overruns, cost overruns and any other important
matter along with solutions proposed. CONSULTANT will be required to submit periodic
reports concerning quality standard and progress of the project and also prepare Minutes of
Meeting and submit immediately.
3. Shall ensure that contractors have complied with registration under Contract Labour
(Regulation and Abolition) Act and abide by laws pertaining to labour including payment as
per Minimum Wages Act (Consultant should ensure a submit a certificate to MPUDC , with
each IPC that payment to laborers has been done in compliance with Minimum Wages Act)
and any other Act or enactment relating thereto and rules framed there under from time to
time. The CONSULTANT shall ensure compliance by the contractors of all labour laws and
relevant Statutory Acts including Labour License, Minimum Wages Act, etc. and also monitor
the status of contractor compliance with HIV, AIDS/Child Labour, Labour Laws and equal
payment to equal work provision in Civil Contract.
4. Shall ensure that contractors have taken requisite “All Risk Insurance Policies” to cover
workman under Workman Compensation Act, loss/ damage caused by natural calamities/
accident/ accidental collapse of partially completed work, materials and plant at site and for

                                                            
Section‐5 Terms of Reference (TOR) 
Page 48 of 82 
 
third party claims for injury/ damages. CONSULTANT shall ensure that all such policies
remain in force throughout the execution of project.
5. Shall take custody of objects of value and antiquity found on site during excavation or
otherwise and hand over to Employer official.
6. The Employer undertakes no responsibility in respect of any life, health, accident, travel and
any other insurance for the personnel deployed by CONSULTANT.

7. The CONSULTANT shall be responsible for any damage or loss on account of neglect of
professional duty or conduct on the part of such staff or Engineers or others. To this effect, the
CONSULTANT shall indemnify Employer.

8. The Employer shall not be liable for any injury/ death, caused to any official, employee,
representative or agent of the CONSULTANT or their Consultants working at the site or
damage to their properties for any reason whatsoever and Employer shall not entertain any
claim from any person on that behalf. It would be the responsibility of the CONSULTANT to
get their officials, employees, representatives, agents or their Consultants insured against the
possible risks involved in the discharge of their duties at the work site.

9. CONSULTANT shall make their own arrangements facilities in the site office for their staff
like furniture, telephone/ fan, Computer, e-mail facility, Fax etc. The CONSULTANT at
their cost will install PCs with requisite software's for Project Management on site.
Electricity for lights, Fan, PC etc. for the site office will have to be arranged by
CONSULTANT.

10. The CONSULTANT shall not have any objection to Employer maintaining any Engineering
staff at its own cost at the site of work to carry out work and duties allotted to them by
Employer, in respect of all the work at site or other areas outside the scope of
CONSULTANT works for overall surveillance, security and verifications.

11. Except with the prior written consent by the Employer, the CONSULTANT and their
representatives shall not any time communicate to any person or entity any confidential
information disclosed to them for the purpose of the services. The CONSULTANT shall not
publicize any information pertaining to Employer which is discussed with them during course
of execution of work in the interest of project completion.

3.7 TIMING OF SERVICES

It is anticipated that the consulting services defined under this TOR will commence two months after
invitation of notice. The actual commencement date will be confirmed during negotiations and will
be dependent upon progress towards award of contract with the Contractor(s) for construction of the
Project.

The period of services has been derived on the basis of the consulting services commencing two
months prior to commencement of construction and extending twelve months beyond completion i.e.
up to the end of the Defect Liability Period. However, neither the commencement nor completion of
construction work shall be construed as necessary conditions of either commencement or completion
of services.44

3.7.1 Staffing

Consultants are required to deploy at least following personnel:


S. Particulars
No.
1 Principal Architect cum Team Leader

                                                            
Section‐5 Terms of Reference (TOR) 

Page 49 of 82 
 
2 Structural Design Engineer

3 HVAC Design Expert

4 Design Electrical Engineer and BMS Expert

5 Fire fighting Expert

6 Resident Engineer
7 Assistant Engineer (Civil)

8 Assistant Engineer (Electrical)

9 Assistant Architect

10 Field Engineer

11 Lab Technician

3.7.2 The total implementation period for Construction Supervision and Project Management Consultancy
Services will consist of (i) the construction period and (ii) a Defect Liability Period, as per Data
Sheet. The site supervision team would be mobilized on the date of actual commencement of works by
the Consultant as decided by the Employer. During the defect liability period, the Principal Architect
cum Team Leader along with other staff will be required to inspect the work quarterly.

3.7.3 After award of the contract the Employer expects all the proposed personnel to be available during
implementation of the contract as per the agreed staffing schedule. The Employer will not consider
substitutions during contract implementation except under compelling circumstances (such as death
and/or extreme nature of ailment for which Medical Certificate shall be produced from
Hospital/Nursing Home). In case of such replacements, the Consultant will ensure that there is a
reasonable overlap between the staff to be replaced and replacement wherever feasible/possible.
Replacement of Professional staff /personnel shall invite penalty. The new personnel/professional staff
shall be paid @ 90% of the agreed billing rates.

3.8. DEFICIENCY OF SERVICES:

Deficiencies in the services on part of supervision Consultants may attract penal provisions in the form
of fines, up to a maximum amount of 10% of contract price and/or debarment etc. by the client.
Sample deficiencies include but are not limited to the following:
1. Not acting impartially or acting in collusion with contractor in award of variation, fixation of
new rates, etc.
2. Not keeping proper records regarding quality control, inspection, rejection/ rectification of
work, etc.
3. Failure to give proper and timely advice to client/contractor to enable correction during
execution.
4. Delay in design and withholding approvals, etc.
5. Recommending extension to the contractor with a view to extending duration of supervision
services.
6. Refusing to give reasons for decisions when called for by the client.
7. Not being fully conversant with manuals, specifications, standards, client's/ Ministry's
guidelines and requirement of the project to be followed during construction.
8. Certifying substandard work for payment.
9. Not exercising required scrutiny/non approval of temporary stretch/works.
10. Lack of proper coordination with contractors and Project Manager/ client's representative to
ensure smooth implementation of projects.
11. Permitting subletting of any part/ major works without authorisation.
12. Delay in mobilisation of required staff at any stage of the contract.

Page 50 of 82 
 
13. Indulging in corrupt, fraudulent, coercive or collusive practices.45

3.9. SUPPORT FROM EMPLOYER

1. The Employer shall provide assistance to the Consultant wherever deemed necessary, in the form of
issuing letters to concerns.

4. CONSULTANTS PROPOSAL SUBMISSION

4.1 The Consultants are advised to understand fully the specific requirements of the Architectural
Consultancy and Project Management Consultancy Services for the work. The Consultants are
also advised to inspect the concerned project site and acquaint themselves with the ground realities
also verify the drawing and design available.

4.2 The Consultant submission should be focused to the project requirements as per the TOR details. The
methodology to be submitted should address to the project site requirements. All specific issues for
which references have been made in the various paras of this TOR should be addressed effectively.
General nature descriptions should be avoided.46

[End of TOR]

                                                            
Section‐5 Terms of Reference (TOR) 
Section‐5 Terms of Reference (TOR) 

Page 51 of 82 
 
Section: 6

FORM OF CONTRACT

CONTRACT FOR CONSULTANT’S SERVICES

Between

MADHYA PRADESH URBAN DEVELOPMENT COMPANY LIMITED

(Name of Client)

And

___________________________

(Name of Consultant)

Dated:

In case of any ambiguity, the provisions of TOR / RFP will prevail while framing the Contract Agreement.47

                                                            
Section‐6 Form of Contract 

Page 52 of 82 
 
1. FORM OF CONTRACT

COMPLEX TIME BASED ASSIGNMENTS

This CONTRACT (hereinafter called the “Contract”) is made the _____day of the

Month of _________, 20 ____, between, on the one hand _______________(hereinafter

Called the “Client) and, on the other hand, ______________(hereinafter called the

“Consultants”).

[Note* : If the Consultants consist of more than one entity, the above should be partially amended to read as
follows:

“…(hereinafter called the “Client”) and, on the other hand, a joint venture consisting of the following entities,
each of which will be jointly severally liable to the Client for all the Consultants’ obligations under this
Contract, namely, _____________________and ________________________(hereinafter called
“Consultants”)]

WHEREAS

a. the Client has requested the Consultants to provide Architectural Consultancy and Project
Management Services as defined in the General Conditions of Contract attached to this Contract (hereinafter
called the “Services”);

b. the Consultants, having represented to the Client that they have the required professional skills,
personnel and technical resources, have agreed to provide the Services on the terms and conditions set forth in
this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part of this Contract:

a. Notice Inviting Bid

b. Letter of Invitation

c. Letter of acceptance (LOA);

d. Addendum/Corrigendum;

e. RFP Document;

f. Technical Submissions.

g. Financial Submissions.

h. Copy of Performance Bank Guarantee.48

2. The mutual rights and obligations of the Client and the Consultants shall be as set forth in the Contract; in
particular49
                                                            
Section‐6 Form of Contract 
Section‐6 Form of Contract 

Page 53 of 82 
 
a. The Consultants shall carry out the Services in accordance with the provisions of the Contract; and

b. The Client shall make payments to the Consultants in accordance with the

Provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective names
as of the day and year first above written.

Authorized Signatory Authorized Signatory

For and on behalf of the For and on behalf of

M/s ……………………………….

(………………………….) (……………………)

Authorized Signatory

Witness

1. Signature 2. Signature

Name Name 50

                                                            
 
Page 54 of 82 
 
SECTION 7

GENERAL CONDITIONS OF CONTRACT

ARTICLE - 1: DEFINITIONS & INTERPRETATIONS

In this Document, as hereunder defined, the following terms and expressions shall have the meaning
hereby assigned to them except where the context otherwise requires:

1.1. "AGREEMENT" means the 'Agreement' concluded on 'non-judicial stamp paper' of 'Madhya Pradesh
State', between 'MPUDC ,' and the 'Consultant' for services as per this RFP Document.

1.2. " MPUDC" shall mean ‘MADHYA PRADESH URBAN DEVELOPMENT CO. LIMITED, M.P.,
BHOPAL .

1.3. " MPUDC’S REPRESENTATIVE" means the person appointed or authorized from time to time by
Engineer in Chief MPUDC Bhopal for execution of the Contract.

1.4. "CONSULTANT'S REPRESENTATIVE" means the person appointed from time to time by
CONSULTANT for execution of the Contract.

1.5. "ENGINEER-IN-CHARGE"/"EXECUTIVE-IN-CHARGE" shall mean the person designated


from time to time by MPUDC and shall include those who are expressly authorized by him to act for
and on his behalf for operation of the Contract.

1.6. "SIGN-OFF" means a recorded statement for completion of a milestone / major activity by Consultant
as envisaged in this document and accepted by MPUDC.

1.7. "CONTRACT" shall mean the "Agreement" and all attached exhibits and documents referred to
therein and all terms and conditions thereof, together with any subsequent modifications thereto.

1.8. "SERVICES" mean the duties to be performed and the services to be rendered by the Consultant
according to the terms and conditions of the Contract.

1.9. "HEADINGS" the headings appearing herein are for convenience only and shall not be taken
in consideration in the interpretation or construction of the Contract.

1.10 "SINGULAR & PLURAL WORDS" importing the 'singular' only also include the 'plural' and vice-
versa, wherever the context so requires.51
2. ARTICLE - 2: PERFORMANCE OF DUTIES & SERVICES BY CONSULTANT

2.1. Consultant shall perform its services in full accordance with the terms and conditions of the Contract
and any applicable local laws and regulations, and shall exercise all reasonable professional skills,
care and diligence in discharge of said work. Consultant shall in all professional matters act as a
faithful advisor to MPUDC, and will provide all the expert commercial / technical advice and
skills which are normally required for the class of services for which it is engaged. Consultant, its
staffs, employees shall carry out all its responsibilities in accordance with the best professional

                                                            
Section‐7 General Conditions of Contract 

Page 55 of 82 
 
standards. Consultant shall prepare and submit the documents / reports, etc. in due time and in
accordance with the Bid conditions.

2.2. Consultant will maintain for the performance of the Contract, personnel as determined to be
responsible for carrying out this job and such persons shall not be replaced or substituted without
written approval of MPUDC.

3. ARTICLE - 3: MPUDC REPRESENTATIVE

3.1 MPUDC shall nominate its representative(s) who shall be entitled to act on behalf of MPUDC with
respect to any decision it is empowered to make. The bill / invoice of Consultant will be certified
for payment by such representatives.52

4. ARTICLE - 4: CONSULTANT'S REPRESENTATIVE

4.1. Consultant shall nominate a qualified and experienced person as its representative who will be the
contact person between EMPLOYER and Consultant for the performance of the Contract. This
nomination shall be done within ‘ten [10] days' after the coming into force of the Contract.
Consultant shall notify EMPLOYER in writing prior to the appointment of a new representative.
Consultant's representative may be replaced only with EMPLOYER’s consent after getting approved
his CV's from EMPLOYER. EMPLOYER shall be at liberty to object to any nomination and to
require the Consultant to remove any Consultant’s representative for good causes. Consultant shall
replace immediately such person by a competent substitute at no extra cost to EMPLOYER.

4.2. Consultant's representative shall be entitled to act on behalf of the Consultant with respect to any
decisions to be made under the Contract.

5. ARTICLE - 5: PAYMENT TERMS

5.1. EMPLOYER shall pay for the services rendered as per stipulation in the Bid only. All bank-charges of
the Consultant's Bankers shall be to Consultant's account.

5.2. Consultant will invoice EMPLOYER according to the terms and conditions provided in the Bid.

5.3. Payment terms shall be as detailed in "Special Conditions of the Contract".

5.4. In case of disputes concerning Invoice(s), EMPLOYER shall return said invoice(s) to the Consultant
within 'fifteen [15] days' from its/their receipt specifying, in writing, the reasons for its / their
rejection.

i. EMPLOYER shall pay the undisputed amount of the invoice(s) according to Article-5.3
hereof.

(ii) The disputed amount, if any, shall be paid after mutual settlement between EMPLOYER and
Consultant.

(iii) Total or partial rejection of the invoice(s) shall not release the Consultant from any of its
obligations under the Contract.

6. ARTICLE - 6: PERFORMANCE GUARANTEE:

Consultant shall be required to submit acceptable Bank Guarantee for an amount equal to 5.00% of the
consultancy cost towards Performance Security before signing the agreement. The validity of the
Bank Guarantee (s) shall cover entire duration of consultancy period. The format of the Bank
Guarantee (s) shall be as per ANNEXURE IV. The Bank Guarantee (s) shall be released after
satisfactory completion of the assignment and defect liability period.
                                                            
Section‐7 General Conditions of Contract 

Page 56 of 82 
 
7 ARTICLE - 7: CONFIDENTIALITY:

1. Consultant/ MPUDC shall treat all matters in connection with the Contract as strictly
confidential and undertakes not to disclose, in any way, information, documents,
technical data, experience and know-how given to him by MPUDC / Consultant without the
prior written consent of the later.

2. Consultant further undertakes to limit the access to confidential information to those of


its employees, implementation-partners who reasonably require the same for the proper
performance of the Contract provided however that Consultant shall ensure that each of
them has been informed of the confidential nature of the confidentiality and non-
disclosure provided for hereof.

8. ARTICLE - 8: TAXES & DUTIES

8.1. Consultant shall pay any and all taxes, duties, levies, etc. which are payable in relation to the
performance of the Contract. The quoted price shall be inclusive of all such taxes, duties etc.

8.2. Statutory variation in taxes [C.S.T., L.S.T., W.C.T., Withholding Tax, Service Tax, etc.] and
duties, if any, within the contractual 'Completion Period' shall be borne by MPUDC. No
variation in taxes, duties or levies, other than statutory taxes and duties, shall be payable.

8.3. MPUDC shall deduct 'Income Tax' at source at applicable rates.

9. ARTICLE - 9: RESOLUTION OF DISPUTES/ARBITRATION

9.1. MPUDC, and Consultant shall make every effort to resolve amicably by direct informal
negotiations any disagreement or dispute arising between them under or in connection with the
Contract.

9.2. All disputes, controversies, or claims between the parties [except in matters where the
decision of the "Managing Director" is deemed to be final and binding] which cannot be mutually
resolved within a reasonable time shall be referred to Arbitration. Disputes shall be settled by
arbitration in accordance with the provisions of Madhya Pradesh Madhyastham Adhikaran
Adhiniyam, 1983 and as amended up to date.

10. ARTICLE - 10: LEGAL CONSTRUCTION

10.1 Subject to the provisions of this Article, the Contract shall be, in all respects, constructed
and operated as an Indian Contract and in accordance with Indian Laws as in force for the time
being and is subject to and referred to the Court of Law situated at Bhopal (M.P.), India.

11. ARTICLE - 11: SUSPENSION OF THE PERFORMANCE OF DUTIES AND SERVICES

11.1 MPUDC may suspend, in whole or in part, the performance of services of Consultant any time
upon giving not less than a fifteen [15] days' notice.

11.2 Upon notice of suspension, Consultant shall suspend immediately the services and reduce
expenditure to a minimum to be agreed upon by both the parties.53

11.3 Upon suspension of the performance of services, Consultant shall be entitled to reimbursement of
the costs which shall have been actually incurred prior to the date of such suspension. However, the
total reimbursement shall be restricted to the Contract Price.54

                                                            
Section‐7 General Conditions of Contract 
Section‐7 General Conditions of Contract 

Page 57 of 82 
 
11.4 By fifteen [15] days' prior notice, MPUDC may request Consultant to resume the performance of
the services, without any additional cost to MPUDC.

11.5 If the suspension of the duties and services exceeds 'six [06] months', either party shall be entitled to
terminate Contract according to Article-16, hereafter.

12. ARTICLE - 12: PRICE REDUCTION SCHEDULE [PRS]

12.1 In case, the Consultant fails to complete the services within the stipulated period, then unless such
failure is due to force Majeure, as defined in Article-19 hereinafter, or due to MPUDC ,'s default,
there will be a reduction in the Contract Price @1/2% for each week of delay or part thereof, subject
to a maximum of 10 % of the Contract Price.

12.2 MPUDC may, without prejudice to any methods of recovery, deduct the amount of such 'PRS' from
any money due or which may at any time become due to Consultant from its obligations and
liabilities under the Contract or by recovery against the 'Performance Guarantee'. Both Consultant
and MPUDC agree that the above percentage of price reduction are genuine pre- estimates of the
loss / damage which MPUDC would have suffered on account of delay / breach on the part of
Consultant and the said amount will be payable on demand without there being any proof of the
actual loss or damage caused by such breach / delay. A decision of MPUDC in the matter of
applicability of price reduction shall be final and binding.

13. ARTICLE - 13: ASSIGNMENT

13.1 Consultant shall not have the right to assign or transfer the benefit and obligations of the Contract or
any part thereof to a third party without the prior expressed approval in writing of MPUDC, which it
shall do at its discretion. However, in event of that, all legal / contractual obligations shall be binding
on Consultant only.

14. ARTICLE - 14: INDUSTRIAL & INTELLECTUAL PROPERTY

14.1 In order to perform the services, Consultant must obtain at its sole account, the necessary
assignments, permits and authorizations from the titleholder of the corresponding patents, models,
trademarks, names or other protected rights and shall keep MPUDC harmless and indemnified from
and against claims, proceedings, damages, costs and expenses [including but not limited to legal
costs] for and/or on account of infringements of said patents, models, trademarks, names or other
protected rights.

14.2 All documents, report, information, data, etc. collected and prepared by Consultant in
connection with the scope of work submitted to MPUDC, will be the property of MPUDC.

14.3 Consultant shall not be entitled either directly or indirectly to make use of the documents, reports
given by MPUDC for carrying out of any services with any third party.

14.4 Consultant shall not, without the prior written consent of MPUDC, be entitled to publish studies or
descriptive article with or without illustrations or data in respect of or in connection with the
performance of services.

15. ARTICLE - 15: LIABILITIES

15.1 Without prejudice to any express provision in the Contract, Consultant shall be solely responsible
for any delay, lack of performance, breach of agreement and/or any default under this Contract.

15.2 Consultant shall remain liable for any damages due to its gross negligence for the period of assignment
mentioned in the Data Sheet after the issuance of the provisional acceptance certificate of the
Contract. The amount of liability will be limited to 25% of the Contract value

Page 58 of 82 
 
15.3 The amount of liability may be increased up to 100 % of the Contract value for dishonesty / fraud of
Consultant.

16. ARTICLE - 16: TERMINATION OF CONTRACT55

16.1 Termination for Default:

MPUDC reserves its right to terminate / short close the Contract, without prejudice to any other
remedy for breach of Contract, by giving one [01] month's notice if Consultant fails to perform any
obligation(s) under the Contract, and if Consultant, does not cure his failure within a period of 'thirty
[30] days' [or such longer period as MPUDC may authorise in writing] after receipt of the default
notice from MPUDC.

16.2. Termination for Insolvency:

MPUDC may at any time terminate the Contract by giving written notice without compensation
to Consultant, if Consultant becomes bankrupt or otherwise insolvent, provided that such
termination will not prejudice or affect any right of action or remedy which has accrued or will
accrue thereafter to MPUDC.

16.3. Termination for Convenience:

MPUDC may by written notice sent to Consultant, terminate the Contract, in whole or part,
at any time for its convenience. However, the payment shall be released to the extent to which
performance of work executed as determined by MPUDC till the date upon which such termination
becomes effective.

17. ARTICLE - 17: MODIFICATION

17.1 Any modification of or addition to the Contract shall not be binding unless made in writing and agreed
by both the parties

18. ARTICLE - 18: CONTRACT AGREEMENT

18.1 The notification of award along with 'Agreement' on non-judicial stamp paper [of Madhya Pradesh
State, only] of appropriate value as per Performa, within 'fifteen [15] days' from the date of receipt of
"LOA", the cost of stamp-paper is to be borne by Consultant, and its enclosures shall constitute the
Contract between the parties and supersedes all other prior agreements, arrangements and
communications, whether oral or written, between the parties relating to the subject matter hereof.

19. ARTICLE - 19: FORCE MAJEURE : Shall mean and be limited to the following:

(a) War / hostilities

(b) Riots or Civil commotion

(c) Earthquake, flood, tempest, lightening or other natural physical disasters

(d) Restrictions imposed by the Government or other statutory bodies, which prevents or delays the
execution of the Contract by Consultant

19.1 Consultant shall advise MPUDC by a registered letter, duly certified by the local Chamber of
Commerce or statutory authorities, the beginning and end of the above causes of delay within 'seven
[07] days' of the occurrence and cessation of such Force Majeure conditions. In the event of delay
lasting over 'one [01] month', if arising out of causes of Force Majeure, MPUDC reserves the right
to cancel the Contract and the provisions governing termination stated under Article-16 shall apply.
                                                            
Section‐7 General Conditions of Contract 

Page 59 of 82 
 
19.2 For delays arising out of Force Majeure, Consultant shall not claim extension in completion date for a
period exceeding the period of delay attributable to the causes of Force Majeure and neither
MPUDC nor Consultant shall be liable to pay extra costs provided it is mutually established that
Force Majeure conditions did actually exist.56

19.3 Consultant shall categorically specify the extent of Force Majeure conditions prevalent in their
works at the time of submitting their Bid and whether the same have been taken into consideration
or not in their quotations. In the event of any force majeure cause, Consultant or the MPUDC shall
not be liable for delays in performing their obligations under this order and the completion dates will
be extended to Consultant without being subject to price reduction for delayed completion, as stated
elsewhere.

20 ARTICLE - 20: RECTIFICATION PERIOD

20.1 All services shall be rendered strictly in accordance with the terms and conditions stated in the
Contract. No deviation from such conditions shall be made without MPUDC 's agreement in writing
which must be obtained before any work against the order is commenced. All services rendered by
Consultant pursuant to the Contract [irrespective of whether engineering, design data or other
information has been furnished, reviewed or approved by MPUDC] are guaranteed to be of the
best quality of their respective kinds. Consultant shall rectify at his own cost any mistake in
assumption of any data in the study or use of wrong data or faulty study observed within 'twelve [12]
months' of the acceptance of his report and will submit the rectified report incorporating the changes
wherever applicable within 'thirty [30] days' of observance of mistake.

21 ARTICLE - 21: SUB-CONTRACT

21.1 Any sub-Contract to be made by the Consultant relating to the services shall be made only to such
extent and with such duly qualified specialists and entities as shall be approved in writing in advance
by MPUDC. Upon the request of MPUDC, the consultant shall submit for MPUDC 's prior
approval, the terms of reference or any amendment thereof for such sub- Consultant's services.
Notwithstanding such approval, the Consultant shall remain fully responsible or the performance of
services under the Contract.

22 ARTICLE - 22: NOTICES

22.1 Any notice given by one party to the other pursuant to the Contract shall be sent in writing or by
telegram or fax, email, telex/ cable confirmed in writing.

22.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later.

23 ARTICLE - 23: ACQUISITION OF DATA

1. If required, Consultant shall be responsible for carrying out any surveys and acquisition of all
data from necessary sources. MPUDC, if requested in writing by Consultant, may assist
the consultant in the said acquisition by way of issue of recommendatory letters only.
All requisite clearances, coordination, fees, charges, etc. & compliance to the local laws
required for completion of the job shall be the responsibility of the Consultant.57

[End of GCC]

                                                            
Section‐7 General Conditions of Contract 
Section‐7 General Conditions of Contract 

Page 60 of 82 
 
SECTION: 8

SPECIAL CONDITIONS OF CONTRACT

1. GENERAL INFORMATION

The "Scope of Work and Special Conditions of Contract [SCC]" shall be read in conjunction with the
"General Conditions of Contract [GCC]", "Financial Proposals" and any other document forming part
of the Contract, wherever the context so requires. Notwithstanding the sub-divisions of the documents
into separate sections, each part shall be deemed to be supplementary of every other part, and shall be
read with and into the Contract so far as it may be practicable to do so. Where any portion of the GCC
is repugnant to or at variance with any provisions of the SCC, unless a different intention appears the
provisions of the SCC shall be deemed to override the provisions of GCC, and shall to the extent of
such repugnancy or variations, prevail. In case of any contradiction, the decision of the
"Employer/Engineer-in-Charge [EIC]" will be final and binding on the Contractor.

2.0 ORDER OF PRECEDENCE

In the case of ambiguity in Financial Proposal, Special terms, General Conditions of Contract, Scope of
work etc., the following order of precedence will prevail:

a) Fax of Intent / detailed Letter of Award along with statement of agreed variations and its
enclosures and any corrigendum / addendum.

b) Special terms in conjunction with Scope of Work.

c) General Conditions of Contract.

3.0 LOCATION

The proposed location of project is as mentioned in the Data Sheet. The bidders are requested to visit
the site and accustom themselves with the actual site conditions.

4.0 COST OF CONSTRUCTION OF THE WORKS

This shall mean the amount(s) of bid(s) that may be accepted by the employer for award of work.

4.1 COST OF CONSTRUCTION OF WORKS SHALL NOT INCLUDE THE FOLLOWING:

a) Any escalation on any account whatsoever in the amount(s) of the said bid(s) for the construction
of the works that may be paid by EMPLOYER/ MP MPUDC ,.

b) The amount of any deductions from the Contractor(s) bill(s) on account of defective work or for
other reasons.58

c) Any payment to local authorities and any other expenditure for or in connection with obtaining
approval of plans, sanction of electrical loads etc.

d) Cost of advertisement for invitation of Bid.

e) Cost of any extra items necessitated due to any faulty planning and / or designs of the Architects.
                                                            
Section‐8  Special Conditions of Contract 

Page 61 of 82 
 
f) The fees quoted for the Design Consultancy will be applicable up to a variation of + 10% of the
estimated cost of construction. Consultant shall neither be paid any extra fees nor will the fees be
deducted up to a variation of + 10% of the estimated cost as compare to executed cost. However,
if the executed cost of each bid package has more than + 10% variation in comparison to the
estimated cost of construction, the additional fees will be paid / deducted at the quoted rate of fee
on pro-rata basis on the amount beyond + 10% of the estimated cost of construction subject to a
ceiling limit of + 25% of the estimated cost of construction.59

In case, if the work is not executed / abandoned / stopped during any stage of work then
the Architectural / Construction Supervision fees shall be paid up to the stage of work done as
per Clause 9.0, “Terms of Payment” of special conditions of contract of the bid on the basis of the
awarded cost (if the work has not been awarded then on the basis of the approved estimated cost).

g) The quoted fees shall be inclusive of charges for visit to site, local transportation and other
expenses & all types of taxes, etc. excluding Service Tax.

5.0 TIME SCHEDULE

The following time schedule will be applicable for the bid package.

Table 2
Activity Sheet
Stage Activity Period Elapsed

1a Preparation of Conceptual Plan (various Within 15 days of notification of award.


options), Sketch Design / Sketch Drawing.
1b Preparation of Various layout plans after Within 45 days of notification of award.
necessary instructions / approval of MPUDC
, and preparation of preliminary cost
estimate and submission to MPUDC ,.
2 Submission for the approval of Statutory Within 45 days of notification of award.
Authorities (if required) including
coordinating/ liaison for getting necessary
approval.
3 Preparation of final detailed drawing and Within 75 days of notification of award.
detailed estimate including quantity take off
sheets and market rate analysis after
approval of MPUDC , against S. No. 1b.
This activity may run concurrently with
activity 2
4a Preparation of Bid Documents or Within 90 days of notification of award.
inviting bids from pre-qualified / open bid.

4b Scrutiny of bids received and submitting Within 07 days after price bid opening, if
recommendations for award of work after required by Employer.
analysis of bids
5 Issue of detailed working / Good For To be issued along with award of work
Construction Drawings for necessary and to be revised as per the progress of
execution of work at site including schedule work and as per the requirement at site.
for carrying out the work.

                                                            
Section‐8  Special Conditions of Contract 

Page 62 of 82 
 
6 Construction Management and supervision Within 07 days of the award of the
by deploying necessary technical manpower work and till completion of the work
to ensure planned progress. and closure of contracts.60

7a Completion of project, issue of Within 60 days after completion of


Completion Certificate, submission of “As the work.
Built Drawings”, finalization of Contractor’s
final bill & closing of contract.

7b Obtaining completion certificate and Within 60 days after completion of


occupation certificate from local authority the work.
(if required)

NOTE:

The above time schedule will be strictly adhered. However, the same may deviate on account of
authentic valid reasons to be recorded and approved by MPUDC.

In case of delay in any of the above stage, the Price Reduction Schedule shall be applicable on the
corresponding stage payment to be paid as per clause 9.0

6.0 FINANCIAL PROPOSAL

6.1 The "Financial Proposal" shall be read in conjunction with "Scope of Work and SCC", GCC and any
other document forming a part of this Contract.

6.2 EMPLOYER agrees that fees quoted by Consultant and accepted by EMPLOYER shall be paid to them.
In case, any activity, though specifically not covered in the Financial Proposal, but the same is covered
under "Scope of Work and SCC", etc., no extra claim on this account shall be entertained [as Financial
Proposal is to be read in conjunction with other documents forming part of the Contract].

7.0 VALIDITY OF QUOTED RATES

The 'quoted / accepted rates' shall remain valid for the entire duration of the Contract, and no
escalation, for whatsoever reason, shall be permissible after award of Contract.

8.0 TAXES AND DUTIES

8.1 The rates quoted in the Financial Proposal shall include all taxes [except GST], duties, W.C.T., cess,
other levies, etc., Employer's share of Provident Fund, insurance charges, all other levies, etc., as
applicable. MPUDC, shall not entertain any such claim, whatsoever, on this account [except GST] at a
later date. The MPUDC shall reimburse the GST as applicable and as admissible. The amount of
applicable GST will be paid separately to the Consultant with each bill at the time of payment.

8.2 The rates quoted in the Financial Proposal shall be inclusive of all equipments [if any], supervision,
transportation, overheads, profits, etc.

9.0 TERMS OF PAYMENT

9.1 The Architect’s quoted professional fee for “ Architectural and Design Consultancy Services” will be
paid based on the awarded cost of the work as accepted by MPUDC for award of work.

The following are the mode of payment for various stages (As defined in clause no. 5 of SCC) of work
for different sections of work. The stage-wise percentage (%) payment will be applicable as and when
the stage-wise service is completed in all respect.61
                                                            
Section‐8  Special Conditions of Contract 

Page 63 of 82 
 
Table 3
Professional Fee Payment Schedule
No. Stage as per para 5 stages mentioned in Table 2 %age payment of quoted
Professional Fee
I On completion of Item No: 1 a and 1b 10 %
II On completion of Item No: 2. 5%
III On completion of Item No: 3 and upon getting 20 %
Administrative Approval.
IV On completion of Item No. 4a 10%
V On completion of Item No. 4b 10%
VI On completion of Item No. 5 30%
VII On completion of Item No. 6 5%
VIII On completion of Item No: 7a & 7b 10%

Note:-

1. %age of fees initially release on the basis of Probable amount of Construction Work. The fees so paid on
the basis of Probable amount of Construction work will subsequently be regulated in line with awarded
value of work.

2. If approval is not required from the Statutory Authorities then payments (Fee) for stage 5.1.02 &
5.1.07 (b) shall be paid on completion of stage 5.1.07 (a).

3. Payment against at Sr. No. VI shall be released in monthly installments as per the progress of work
in proportion to IPC of the contractors.

4. If the proposal is only for renovation the payment at Sr. No. I. above shall be released along with
the payment at Sr. No. II only.

9.2 Payments shall be released electronically only within fifteen (15) days of submission of documentary
proof/ certification against completion of work, duly certified by representatives of MPUDC.

9.3 The bidder should give the details of his bank account to facilitate payment, if payment is done through
e-banking.

9.4 Necessary recoveries and all statutory deductions shall be made as per the relevant rates [as per
rules & regulations of Government] from the payments to the Contractor.

9.5 PAYMENT TO STATUTORY AUTHORITIES: Any payment / fee required to be deposit / paid to
the Statutory Authority in connection with any statutory permission / approval, the same shall be borne
by MPUDC. In case the fee / deposit was made by the architects, the same shall be reimbursed to
Architects on production of documentary evidence having paid / deposit the fee to statutory authorities
in connection with work.

9.6 Remuneration of Professional Staff will be paid on man month basis.

9.7 During Defect Liability Period Principal Architect cum Team Leader and Assistant Engineer (Civil) have
to visit the site, as required by Employer for which remuneration will be made @ Rs. 10000/- (Ten
Thousand Only) per visit and @ Rs. 2000/- (Two Thousand Only) per day respectively.

                                                                                                                                                                                                
Section‐8  Special Conditions of Contract 

Page 64 of 82 
 
10.0 TAX LIABILITIES

10.1 The prices quoted in the Financial Proposal should be inclusive of all expenses of transportation,
overheads, profits, etc. The same should also be inclusive of all taxes [except Service Tax, and
cess thereon], duties, levies, statutory payments, license fees, etc., imposed by the Government of
MP Works Contracts, etc. While quoting the prices, the Bidder shall take into account all these aspects
and no separate payment on any account shall be payable to the Consultant at a later date.

10.2 Consultant shall be liable for timely payment of all taxes, duties & levies imposed by any
Government / Government Department / Agency / Body including local autonomous bodies from
time to time without any extra claim from EMPLOYER/ MPUDC. However, Service Tax payable by
the Consultant, if any, shall be reimbursed on production of receipt thereof. EMPLOYER/ MPUDC
shall have no liability on62 these accounts if Consultant informs EMPLOYER / MPUDC for such
liability after closing of the agreement.63

10.3 Income Tax deductions shall be made from all payments to the Consultant as per rules and regulations
in force in accordance with the "Income Tax Act" prevailing from time to time. However, Consultant
shall be entitled to get the "TDS Certificate" for the amount so deducted in the format prescribed by the
'Income Tax Department'.

11.0 DEVIATION

Bid must be submitted without making any additions /alterations. The bidders shall submit quotation
based strictly on terms and conditions and specifications contained in the Bid Document and not to
stipulate any deviations. Deviations in any manner against any clauses of this bid document are not
allowed and any such deviation if indicated any where will render the offer non- responsive
and shall liable to be rejected .

NOTE: The right to accept the offer will rest with the EMPLOYER. EMPLOYER /MPUDC. MPUDC,
however, does not bind himself to accept the lowest offer and reserves to itself the Authority to reject
any / all the offers received without assigning any reason whatsoever.

12.0 LIABILITIES

The Consultant shall be responsible for any discrepancies, errors or omissions in the drawings,
prepared and supplied by them whether the same shall have been approved by Employer or
not. Upon employer’s request, Consultant shall promptly rectify the deficiency by
amending/ replacing/supplementing the deficient drawings/documents as appropriate at their own
expense.

13.0 AGREEMENT: The Architect / Consultant shall enter into an Agreement with EMPLOYER/ MPUDC.
The Performa for Agreement is enclosed. This will be on a non-judicial stamp paper of appropriate
value the cost of which will be borne by Architect / Consultant.

14.0 FAULTY DESIGN

In case there is any loss or collapse of structure due to the faulty design, drawings, calculations and
specifications, the Architect shall make good these losses from the total fees payable. The decision of
owner in this regard shall be final and binding.

15.0 ENGINEER-IN-CHARGE [EIC]

15.1 “EMPLOYERMD / ENGINEER IN CHIEF MPUDC" shall nominate the "Engineer-in-Chief of


MPUDC" for the work under the Contract.64
                                                            
Section‐8  Special Conditions of Contract 
 
Section‐8  Special Conditions of Contract 

Page 65 of 82 
 
15.2 The EIC shall look after general supervision and directions of the work. He will be authorized to stop
the work with due permission of MPUDC, whenever such stoppage may be necessary to ensure proper
execution of the Contract. He shall also have authority to reject all works, which do not conform to the
specifications.

15.3 The Engineer-in-Charge EIC, with due permission of EMPLOYER/ MPUDC, reserves the right to
suspend the work or part thereof at any time and no claim whatsoever on this account shall be
entertained. In case of any dispute, the Contractor may appeal to EMPLOYER/ MPUDC, whose
decision shall be final and binding on the Consultant/Contractor.

15.4 The decision of EMPLOYER/ MPUDC for determining the category of work with reference to material
of an item not mentioned in the Financial Proposal shall be final and binding on the Consultant.65

16.0 SUPERVISION OF WORK

The Architect shall be fully responsible for the soundness of the design of the works including that of
specialized Consultants engaged by him and also for the progress and quality of works carried out by
various contractors at site. They shall ensure by continuous supervision and inspection of works, as
may be necessary, that the works are carried out strictly in accordance with the approved drawings and
specifications issued by them and as per owner’s instructions issued in writing from time-to-time.

17.0 WORKING HOURS

Work may be carried out on all days of the week, including Sundays & Holidays (excluding
restricted Holidays), and extra hours including nights. If contractor carried out work in shifts to
achieve the project completion schedule, Consultant has to arrange staff, deployed for the work,
accordingly. Consultant should ensure that all the safety precautions have been followed by the
contractor during the execution of the work.

18.0 LODGING, BOARDING & TRANSPORTATION: Lodging, Boarding & Transportation shall be
arranged by the Consultant at his own cost.

19.0 IDENTITY CARDS

The Consultant shall issue ‘Identity-Cards' of their personnel to be deployed inside premises,
which shall be required to display prominently during the period of their stay within the premises and
the 'Identity- Cards' shall have the information as demanded by EMPLOYER/ MPUDC authorities.

19.0 COMPLETION CERTIFICATE & FINAL BILL

19.1 The "Engineer-in-Chief" shall normally issue to the Contractor, the "Work Completion Certificate"
within one (01) month after receiving an application through Consultant thereof from the Contractor
after verifying from the completion documents and satisfying himself that the work has been completed
in all respect in accordance with the instructions, specifications of the Contract documents. However, it
is the responsibility of the Consultant to recommend for issuing the certificate after ensuring the
completion work in all respect.

20.0 ADHERENCE TO SAFETY REGULATIONS

20.1 All the Contractor's personnel as well as the personnel of Consultant, who would be deployed inside the
workplace, should strictly follow all safety rules and regulations. They should be well-conversant with
the safety precautions to be followed in the workplace. The Consultant shall abide by the advice
and guidance of the Safety-Officer in the workplace. In addition, the Contractor/ Consultant shall
follow all Safety-Codes framed from time to time. Smoking inside the workplace premises is strictly
prohibited. No Contractor's/ Consultant’s personnel are allowed to possess match boxes, lighters,
cigarettes, biddies, transistors, or any other material which may cause fire hazards.
                                                            
Section‐8  Special Conditions of Contract 

Page 66 of 82 
 
20.2 Contractor/ Consultant shall also ensure that all existing and amended Fire & Safety rules / policies of
MPUDC are strictly observed in the services rendered by him. Contractor/ Consultant have to strictly
adhere to guidance, instructions issued from time to time in this regard. Any violation on this account
shall be the Contractor's/ Consultant’s responsibility.

20.3 EMPLOYER/ MPUDC will not be responsible for any accident / mishap with the Contractor's/ /
Consultant’s employees. The Contractor/ Consultant shall take necessary action for his employees in
case of any incidents.

20.4 EMPLOYER/ MPUDC shall not provide any medical assistance and shall have no other liability
whatsoever except as expressly provided under the Contract.66

21.0 TERMINATION OF AGREEMENT

The Agreement with Architect / Consultant may be terminated at any time on one month’s notice by
EMPLOYER/ MPUDC without assigning any reason, therefore, such termination notwithstanding, the
Consultant shall be entitled to remuneration in accordance with Clause No.5 for works actually done
by them prior to such termination and shall be liable to pay to the EMPLOYER/ MPUDC all damages
which, EMPLOYER/ MPUDC may have become entitled to for omission or commission on their part
upon termination of the Agreement subject to maximum of 25% of the total fee payable.

22.0 OTHER SERVICES AND CONDITIONS

22.1 If due to any reason on the part of the Employer, the work is abandoned/extended the
Architect/Consultant shall be paid for such a period for which services are rendered/are to be rendered
by them as per the Clause-9.1work done as per Terms of Special Conditions of Contract. Payment
stages specified in Clause 9.0. For any incomplete stage, suitable payment based on pro-rata efforts put
in by the consultant shall be payable. The decision of the Employer Engineer-in-Charge in this matter
shall be final and binding.

22.2 The Architect/ Consultant shall be fully responsible to the Employer with regard to the designs,
specifications and soundness of the works executed by the Contractor as per plans.

22.3 If at any time during the currency of this Contract, the performance in whole or part by the Architect, or
any obligation under this Contract is prevented or delayed by reasons of any destructive acts
of country’s enemy, Civil commotion, sabotage, fires, floods, explosion, epidemic or acts of
God and provided notices of the happening or any such event are given to the Employer by the
Architects within 21 days from the date of occurrence thereof, the Architects shall not be held
responsible for delay occurring due to the above mentioned events and shall be paid as per 22.1 above.

22.4 If the Employer deviates substantially from the approved scheme which involves for its proper
execution then extra services, expenses and extra labour/efforts on the part of the Architects for making
changes and additions to the drawings, specifications of other documents, the Architects shall be
reasonably compensated on the basis of man-hour or man-days spent by the Architects. The
decision of the Engineer-In-Charge in finalizing such payments shall be final and binding.

23.0 ALL OTHER TERMS & CONDITIONS OF THE CONTRACT SHALL BE AS PER
"GENERAL CONDITIONS OF CONTRACT (GCC)67

[End of Special Conditions]

                                                            
Section‐8  Special Conditions of Contract 
Section‐8  Special Conditions of Contract 

Page 67 of 82 
 
SECTION: 9
Appendix 1

Project Back Ground

The Chief Administrative Officer, the Press Trust of India has requested GoMP to tie up with Madhya
Pradesh Government regarding 4,046 sqm plot at Mother Teresa Road, behind the District Court, Arera
Hills, Bhopal that has been allotted to the Press Trust of India.

The Press Trust of India requested the Government of Madhya Pradesh to fund the entire building project.
The Government of Madhya Pradesh after construction will share the space with the Press Trust of India
on the ratio that could be mutually agreeable to both.

The Press Trust of India will occupy its share of the space while the rest will be occupied by the
Government of Madhya Pradesh. The Government of Madhya Pradesh will have the liberty to rent out
their share and the maintenance of that space with also be the Government of Madhya Pradesh's
responsibility.

The plan, construction, timelines as well as inputs on construction aspects for the building project will be
jointly arrived at by the Press Trust of India and the Government of Madhya Pradesh.

GoMP has appointed the Madhya Pradesh Development Company Limited (MPUDC) as the
implementing agency of the Government of Madhya Pradesh. MPUDC intends to construct the
Office Building on the above plot of Press Trust of India.

Page 68 of 82 
 
Appendix 2

PROJECT LOCATION/INDEX PLAN

Google Map

Page 69 of 82 
 
Appendix 3

PROJECT LAND DETAILS/KHASRA MAP

Page 70 of 82 
 
Page 71 of 82 
 
Page 72 of 82 
 
Page 73 of 82 
 
Appendix 4

Project Requirements & Estimated cost of the project.

68

An Office Complex of G+4 stories

Office Halls

Rooms of Senior Officers with toilet facility

Meeting Halls

FAR/ MOS shall adhere to the prevailing Bhoomi Vikas Niyam in MP, Bhopal Development
Plan and laws and regulations prevailing in the State.

                                                            
Section‐9  Appendix ‐IV ‐ Project Requirements and Estimated cost of the project 

Page 74 of 82 
 
Appendix 5

Detailed Instructions for Preparation of DPR

1. The appointed Consultant shall be responsible for getting geotechnical investigation done and
obtaining geotechnical report by engaging a geotechnical consultant from amongst a empanelled
with MP PWD or MP Chief Architect Office or any of the Govt. Engineering college/university.
Payment to the Geotechnical Consultant/Engineering College for geotechnical report shall be
made by the Consultant. The Consultant shall be jointly and severally responsible for accuracy of
geotechnical report.
2. Structural design done/got done by the Architect may be got proof checked by the department by
an independent structural engineer (proof checking) empanelled with MP MPUDC for which
payment to the structural engineer (proof checking) shall be done by the department or proof
checking of structural design shall be done by the Chief Architect..
1. All drawings shall have name plates in standard template (format) only as per Appendix 7
Standard Template for Name Plates.
2. The Architect shall submit all architectural drawings of all stages to the Chief Architect MP
MPUDC, Bhopal for acceptance and approval. The Chief Architect MP MPUDC will duly sign,
stamp and assign a number to the drawings while accepting and approving the same.
3. The Architect shall prepare cost estimate/BOQ/DPR only on the basis of accepted and approved
architectural drawings only.
4. The Architect shall prepare structural drawings based on architectural drawings accepted by
Chief Architect MP MPUDC.
5. The structural design and drawings prepared by the Architect shall be submitted to the Chief
Architect MP MPUDC for acceptance and approval of SE (Design Cell) in the o/o Chief Architect
MP MPUDC.
6. The Architect shall submit DPR in two parts as below:-

DPR Part - I (Reports, All Final Plans and Concept Design, Estimates, Design
Analyses, and BOQ)

DPR Part – II (Drawings and Structural Design)

7. DPR Part – I (Reports, All Final Plans, Concept Design, Cost Estimates, Rate Analysis and
BOQ) shall have Index in beginning. Index shall be prepared on the basis of page numbers. BOQ
appended with DPR Part -I shall comprise of two parts, A -Standard SOR Items and B - Non SOR
items. Rates of all Non SOR items shall be supported by rate analyses or proof of inclusion in any
other SOR.

8. DPR Part –II (Drawings and Structural Design) shall further be in four volumes as below:

DPR Part –II


(Volume 1)– Statutory Submission Drawings as per Appendix “7-A”69

DPR Part –II


(Volume 2 - Architectural Working Drawings as per Appendix “7-B”)

DPR Part –II

                                                            
Section‐9  Appendix ‐V – Detail Instructions for Preparation of DPR 

Page 75 of 82 
 
(Volume 3 – Detail Drawings as per Appendix “7-C”)

DPR Part –II


(Volume 4 - Structural Design and Structural Drawings as per Appendix “7-D”)

Note:

a. All four volumes of DPR Part – II shall have index in beginning.


b. Index shall be based on drawing numbers. Each drawing shall have a
drawing number assigned to it with a series denoting serial number of
volume on left side of decimal. In case of revision drawing number shall
have (R1), (R2)…. as suffix.
c. All drawings shall have name plates and be in standard template (Format)
only as per Appendix “6”.
d. Name Plates of all drawings shall be signed by the authorized persons
only with their names.
e. Name plates shall always display Work Project Number (WP Number), a
unique number given to the work by the Engineer in Chief, MPUDC,
Bhopal (MP).

9. Six site visits by the Architect during different status given in table-2 of the Special Condition of
Contract of construction (Layout, 20%, 40%, 60%, 80%, 100%) as mentioned in stage-5 of the
Activity Sheet, are mandatory without which the construction stage fee payment shall not be
released. The Architect shall also ensure that the geotechnical consultant engaged by him also
visit the site at the time of foundation excavation and finalization of the foundation level.
Geotechnical consultant shall record his observations. Site visit after passing of the earlier
designated stage shall not entitle the Architect to claim fee of the stage that has passed. Default in
this regard shall also form part of the deficiency of the services provided by the Architect.

10. The Architect shall furnish his observation during each site visit. The Architect shall also record
his visit on site order book and the same shall also be the basis for release of payment for stage-5
of professional fee.

[End of Appendix 8]70

                                                            
Section‐9  Appendix ‐V – Detail Instructions for Preparation of DPR 

Page 76 of 82 
 
Appendix ''6"

Standard Template (format) for Name Plate in the Drawing

JOB NO DRAWING NO. :


(ALLOTTED BY MP MPUDC):
DATE:

PROJECT NAME:

SHEET TITLE:

NORTH SCALE :

SPACE (Variable) FOR SPECIFICATIONS/SCHEDULE OF


OPENINGS/NOTES/REVISIONS ETC.

SPACE FOR DRAWING

NAME OF ARCHITECT/FIRM/COMPANY/LLP
(VARIABLE SPACE)

CONTACT NUMBER:

REG. NO. OF KEY PERSON IN EMPANELMENT NO:


COUNCIL OF ARCHITECTURE: ( ALLOTTED BY MP
MPUDC)

SIGNATURE, NAME AND SEAL OF KEY PERSON:

APPROVAL /NOTES71

                                                            
Section‐9  Appendix ‐VI – Standard Template for Name Plates 

Page 77 of 82 
 
Appendix "7-A"

Preliminary Working Drawings Required for Approval by Statutory Bodies:-

1. Lay-out plan
2. All floor plans
3. Roof/terrace plan
4. All elevations
5. Minimum four sectional elevation
6. Schedule of Areas, doors and windows
7. Any other drawing/information required

NOTE:- All Preliminary Working Drawings shall be submitted as DPR Part II (Volume 1)72

                                                            
Section‐9  Appendix – 7 A – Statutory Submission Drawings 

Page 78 of 82 
 
Appendix "7-B"
Architectural Working Drawings Required:-

1. Lay-out plan
2. All floor plans with schedule of areas, doors, windows, ventilators, and specifications
3. Roof/terrace plan
4. All elevations
5. Minimum four sectional elevation
6. Schedule of finishes
7. Any other drawings/information as and when required/desired by the Client.

NOTE:- All Architectural Working Drawings shall be submitted as DPR Part II (Volume 2)73

                                                            
Section‐9  Appendix – 7 B – Architectural Working Drawings 

Page 79 of 82 
 
Appendix "7-C"
Detail Drawings Required:-

1. Layout plan for internal and external electrical services with design and details
2. Layout plan for mechanical services with design and details
3. Layout plan for communication services with design and details
4. Layout plan for electronics services with design and details
5. Layout plan for roof drainage with, water proofing, slopes, spout and rainwater pipe
details
6. Layout plan for rainwater harvesting with design details
7. Layout plan for fire fighting with design details
8. Layout plan for water supply & plumbing, storage tanks design details
9. Layout plan for sanitary fittings & sewerage, septic tanks, inspection chamber details
10. Solid waste management details and incinerator details, if any
11. Tentative layout plan for furniture
12. Tentative layout plan for landscaping
13. Layout plan for parking and details
14. Details of doors, windows, ventilators, grills, railing, glazing
15. Details of staircases, ramps with railing and handrails, lift
16. Layout plan for kitchen and details
17. Layout plan for flooring and details
18. Layout plan for ceiling and details
19. Detail of dado, sill, skirting
20. Detail of special elevation features
21. Layout plan for acoustical treatment and details
22. Layout plan for arboriculture and details
23. Details of graphic signage
24. Layout plan for labs and details
25. Colour scheme
26. Boundary wall, main gates, cowcatchers, wicket gates, other gates
27. Details of plinth protection
28. Solar panels, solar water heating
29. Security system
30. Expansion joint details
31. Any other details as provided in the DPR and as and when required/ desired by the Client.

NOTE: - All structural design shall be submitted as DPR Part II (Volume 3)74

                                                            
Section‐9  Appendix – 7 C – Details Drawings 

Page 80 of 82 
 
Appendix "7-D"

Structural Design and Drawings Required:-

1. Setting-out (grid plan) plan


2. Column index plan
3. Details of column, footing/foundation, piles/pile caps
4. Plinth beams, curtain walls and retaining walls
5. Ramps (internal/external), stair, stair cases and tower
6. Porch/ /lintel/chhajjas
7. Floor beams and slabs at different level
8. Lifts block including well and machine room
9. Septic tank, sump well, overhead tank
10. Any other structural design drawing provided in the DPR and as and when required/
desired by the Engineer in Chief

NOTE:-

1. All structural design and drawings and analysis shall be submitted as DPR
Part II (Volume 4).
2. Structural design, drawing, calculation analysis ( In STAAD PRO or equivalent
software) shall be duly signed by a structural Engineer .

[End of Appendix “7 D”]75

                                                            
Section‐9  Appendix – 7 D– Structural Design and Structural Drawings 

Page 81 of 82 
 

You might also like