You are on page 1of 27

JHARKHAND URBAN INFRASTRUCTURE DEVELOPMENT COMPANY

LIMITED

Request for Qualification for Empanelment of Architect for


preparation of comprehensive Architectural Design and
Drawing/Detailed Project Report in the field of various Urban
Development Projects under JUIDCO Ltd, UD&HD, Govt. of Jharkhand

NIT No: JUIDCO/EoA/2017/68

April-2017
Jharkhand Urban Infrastructure Development Company Ltd,
3rd Floor, Pragati Sadan, near Kutchery Road
Ranchi, Jharkhand- 834001
DISCLAIMER

1. Though adequate care has been taken while issuing this Offer Document,
the Architect/Firm should satisfy himself that the document is complete in
all respects. Intimation of any discrepancy shall be given to this office (as
mentioned below) immediately. If no intimation is received by this office
within 3 days from the date of issue of the Offer Document, then this office
shall consider that the document received by the Architect/Firm is complete
in all respects and that the Architect/Firm is satisfied that the Offer
Document is complete in all respect.

2. JUIDCO reserves the right to change any or all of the provisions of this
Offer Document before date of submission. Such changes would be
intimated to all parties procuring this Offer Document before date of
submission.

3. JUDICO reserves the right to reject any or the entire offer without assigning
any reasons whatsoever. No correspondence will be entertained on this
account.

Sd/-
Project Director (Tech)
JUIDCO Ltd. Ranchi.
Notice Inviting Tender
NIT No.: JUIDCO/EoA/2017/68 Date: 01.04.2017

Request for Qualification for Empanelment of Architect for


preparation of comprehensive Architectural Design and
1. Name of the Work Drawing/Detailed Project Report in the field of various Urban
Development Projects under JUIDCO Ltd, UD&HD, Govt. of
Jharkhand

2. Mode of submission of Bid Offline

Processing fees – 10,000.00 (Rs. Ten thousand only) (in form of Non-
3. Processing fee (In INR) refundable Demand Draft)

Time period of empanelment is for 2 years from the date of publication


4. Total time Period of RFQ (i.e. 2017-18, 2018-19)

5. Date of Publication of RFQ 01.04.2017 at 10:00 Hrs

Last date of submission of pre-


6. bid queries 07.04.2017 till 17:00 Hrs at (juidcolimited@gmail.com)

7. Date of Pre Bid Conference 08.04.2017 at 15:00 Hrs

Date of Starting of Submission of


8. Bid 03.04.2017 from 10:00 Hrs

Last Date/Time for submission of


9. Bid 24.04.2017 up to 15:00 Hrs

10. Date of Bid Opening 25.04.2017 at 15:00 Hrs

Jharkhand Urban Infrastructure Development Company Ltd,


11. Bid submission address 3rd Floor, Pragati Sadan, near Kutchery Road
Ranchi, Jharkhand- 834001

12. Helpline no. 0651-2225878

Note :- Only offline Bid will be accepted .


Further detailed RFQ can be seen on http://www.jharkhand.gov.in/tenders and http://juidco.jharkhand.gov.in
(under tender section)

Sd/-
Project Director (Tech),
JUIDCO Ltd.
Jharkhand Urban Infrastructure Development Company Ltd,
NIT No.: JUIDCO/EoA/2017/68 Date: 01/04/2017

Request for Qualification for Empanelment of Architect for preparation of comprehensive


Architectural Design and Drawing/Detailed Project Report in the field of various Urban Development
Projects under JUIDCO Ltd, UD&HD, Govt. of Jharkhand

1. JUIDCO ltd. invites offers from leading Architects/firms for Constituting a Panel for
preparation of comprehensive Architectural Design and Drawing/Detailed Project
Report including preparation of plans, designs, interior designs, estimates of cost,
tender documents, survey of land, soil test site supervision etc. in the field of various
Urban Development Projects under JUIDCO Ltd, UD&HD, Govt. of Jharkhand.
2. The State of Jharkhand has currently 45 Urban Local Bodies at present and JUDICO ltd.
under the Administrative control of UD&HD, Govt. of Jharkhand is bound to provide
planned and systematic development of such urban areas to provide basic civic
amenities to the local populace. Such urban areas require efficient transport
management system, drainage system, better civic amenities for urban poor, pro-active
slum control and development strategy, beautification initiatives of pond lakes and
river, energy efficient street lighting systems, City Plans (Sanitation, Development,
Management), Electrical crematoria, modern abattoirs, convention centers, Preparation
of Master Plan etc. with a focus on pollution abatement, better environment
management and providing the citizens of the state a better place to live in.
3. The State Government has a firm belief that development of urban development sector
would not only provide better living place to the urban populace but would also ensure
planned, systematic and sustained growth of the urban sector.
4. Accordingly sealed proposals/offers are invited from experienced and well qualified
Architect/Firms of international / national repute having adequate experience of similar
projects in India and abroad, and capable in preparing Architectural Design and
Drawing/Detailed Project Report(DPR) for planned and comprehensive urban
development of Jharkhand.
5. Details with respect to submission of such proposal can be downloaded from
www.jharkhand.gov.in or juidco.jharkhand.gov.in under tender section.
6. The last date for submission of offers is 24.04.2017 upto 15:00 hrs.
7. All communications including the submission of Offer Document should be addressed
to:
Project Director (Technical)
Jharkhand Urban Infrastructure Development Company Ltd,
3rd Floor, Pragati Sadan, near Kutchery Road
Ranchi, Jharkhand- 834001
Email: juidcolimited@gmail.com
8. The technical part of this offer shall be opened on 25.04.2017 at 15:00 hrs. in the office
of JUIDCO ltd. before the duly constituted committee. The Architect/Firm or his duly
authorized representative may be present during opening of the technical bid.
9. Later also, the offers from eligible Architects for such empanelment can be submitted
on any working day during office hours along with all relevant supporting documents,
the technical part of which would be opened before the duly constituted committee at
suitable time, date and place under intimation to such interested firms/Architect.
10. JUIDCO reserves the right to accept or reject in part or as a whole any of the proposal
received without assigning any reason thereof.
11. Name of the work and processing fess is defined in Table 1.1.
Table 1.1

S.
Name of the Work Processing Fees
No.
1 2 3
1. Request for Qualification for Empanelment Rs. 10,000/-in form of Demand
of Architects/Architect/Firm to provide Draft of any Nationalized or
comprehensive Architectural & Engineering
Consultancy services in the field of various
Scheduled Indian Bank in favor
Urban Development Projects under JUIDCO of “Managing Director, JUIDCO
Ltd, UD&HD, Govt. of Jharkhand ltd. Ranchi, Jharkhand” payable
at Ranchi
12. Initially, Period of availability of tender date & time/pre-bid meeting/date of
submission/opening of tender papers are as given in Table 1.2.
Table – 1.2
Date & Time
S. Procurement Place of Availability of tender of Bid
Pre Bid Conference
No. Agency opening document Opening
(Offline)
1 2 3 4 5 6
1. JUIDCO Ltd. Project Starting of Bid 08.04.2017 at 25/04/2017 at
Director sale of Bid submission 15:00 Hrs at 15:00 Hrs
(Technical) Document last date JUIDCO ltd, office
JUIDCO, 03/04/2017,
24.04.2017,
3rd Floor, 10:00 Hrs
Pragati Sadan, 15:00 Hrs
near Kutchery
Road
Ranchi
Jharkhand-
834001

13. The Bidder shall furnish Processing fees for the amount as mentioned in column 3 (as shown in
table – 1.1). Will be in form of Demand Draft drawn on a Nationalized/Scheduled Bank, in favor
of “Managing Director, JUIDCO ltd. Ranchi, Jharkhand” payable at Ranchi
14. Envelop should contain the NIT No. and be addressed to the Project Director (Technical)
JUIDCO, 3rd Floor, Pragati Sadan, near Kutchery Road Ranchi Jharkhand- 834001with detail
of bidder’s addresses as well.

15. Processing fees in original shall be submitted in the Office of JUIDCO Ltd. office on all working
days between 03/04/2017, 10:00 Hrs to 24/04/2017, 15:00 Hrs either by registered
post/Speed post or by hand. Only those bids will be entertained whose Processing fees is
received before 15:00 Hrs, dated 24/04/2017. JUIDCO will not be held responsible for the
postal delay, if any, in the delivery of the document or non-receipt of the same.

16. The interested bidders should confirm their participation and must submit their queries through
post or email juidcolimited@gmail.comin writing before 07/04/2017 at 17.00 Hrs. Queries
received after the set time limit shall not be considered in the pre bid conference.

17. Pre-bid Conference will be held at 15:00 Hrs on 08/04/2017 at JUIDCO Ltd, office to clarify the
pre-bid queries. All the bidders who are interested in being empanelled, are requested to
attend the pre bid meeting.
18. JUIDCO will not bind to take all the works under JUIDCO with the empaneled Architects/firm, all
the rights regarding procurement of services will be reserved by JUIDCO.

19. The undersigned reserves the right to accept or reject all proposals without assigning any
reason. It also reserves the right to postpone or to cancel the invitation and pre-bid meeting.
20. Other details can be seen in the RFQ document and Instructions to Bidders.

Sd/-
PROJECT DIRECTOR (T)
JUIDCO Ltd, Ranchi.
Section-1
Instruction to Bidders
Instruction to Bidders

1. MINIMUM ELIGIBILITY CRITERIA

1.1 Technical capabilities:

1.1.1 Architect/Firm must have experience of preparation of Detailed Design and


Drawing/Detailed Project Report (DPR) of atleast one projects of project cost not less than
100 lakhs in any Government, Semi Government/PSU, International body in any sectors of
the Urban Development/Infrastructure.

1.2 Financial capabilities:

1.2.1 Architect/Firm should have an average minimum turnover of INR 10 Lakhs in last three
financial years from the date of publication of the RFQ. (Last 3(three) financial years read as
2013-14,2014—15,2015-16).
1.2.2 Architect/Firm should have a positive net worth in last three years from the date of
publication of the RFQ.

2. ELIGIBLE BIDDERS

2.1 The Architect must possess valid registration with Council of Architect.
2.2 The Architect Firm registered under any one of the following may also apply:
2.2.1 A Company registered under Company’s Act 1956 or 2013.
2.2.2 Sole Proprietorship.
2.2.3 Limited liability partnership act 2008

3. LANGUAGE OF THE OFFER

3.1 Architect/Firms are required to furnish all information and documents, as called for in this
Document, in English Language. Any printed literature furnished by the Architect/Firm may be
in another language, provided that this literature is accompanied by an English translation, in
which case, for the purpose of interpretation of the document, the English version duly
authenticated will prevail.
4. SIGNING OF THE RFQ Document

4.1 RFQ Document and the Technical Proposal must be page numbered and signed by the Architect
or by firms duly authorized person holding power of attorney for signing the offer document. A
copy of registered power of attorney shall accompany the offer.
5. COST OF OFFER

5.1 The Architect/Firm shall bear all costs associated with the preparation and submission of its
Offer, including cost of presentation for the purposes of clarification of the Offer, if any.
5.2 All costs towards site visits, conference and submission of documents etc. shall be borne by the
Architect/Firm themselves.
5.3 All payments to the Architect/Firm shall be made in INR in accordance with the provisions.

6. JUIDCO’S RIGHT TO ACCEPT ANY OFFER AND TO REJECT ANY OR ALL OFFERS

6.1 The decision of the CMD JUIDCO Ltd regarding the opening of offers, evaluation and acceptance
of the offer shall be final and binding on all the Architect/Firms.
6.2 JUIDCO reserves the right to accept or reject any offer, and to annul the offer process and reject
all offers at any time prior to award of Offer, without thereby incurring any liability to the
affected Architect/Firm or any obligation to inform the affected Architect/Firm of the grounds
for the JUIDCO’s decision.

7. SIGNING OF AGREEMENT
7.1 The empanelled Architect/Firms would from time to time be requested to make concept
presentation before the designated committee at the JUIDCO level, based upon which, in light of
para 12 of this document, the most suitable firm will be selected for providing services for which it
shall have to execute a contract agreement with the JUIDCO, for which a Letter of Intent (LOI) shall
be issued to the successful Architect/Firm.
7.2 On receipt of the letter of intent (LOI), the successful Architect/Firm will report in the office of the
JUIDCO with required non-judicial paper of appropriate amount, to be purchased from the state of
Jharkhand only, within 07 (Seven) days, for signing the formal agreement between the parties.

8. TIME SCHEDULE OF CONSULTANCY SERVICES

8.1 The technically qualified and selected Architect/Firms would be expected to submit subject specific
concept papers/presentation and financial bids with respect to such projects under consideration
as directed by the JUIDCO from time to time.
8.2 The Project Specific background note shall comprise of all the Deliverables and time schedule, that
the technically qualified empanelled Architect/Firm should be followed.
8.3 The Architect/Firms, thus selected, would be expected to provide consultancy services within the
time frame as finalized by the JUIDCO.
9. INFORMATION FOR ARCHITECT/FIRMS FOR SUBMITTING THE OFFERS

9.1 The Submission of Offers:


9.1.1 Each submitted Offer should be complete in all the respects, including the processing fee,
which must accompany each submitted Offers. The Offers should enclose duly filled forms as
annexed along with.
9.1.2 The Offers should include description of the firm / organization, the firm’s general
experience in the field of assignment, the qualification and competency of the personnel
proposed for the assignment and the proposed work plan methodology and approach in
response to suggested terms of reference. Necessary document in support of technical
capabilities in annexed format (T-1, T-2,T-3,T-4,T-5 and T-6) must be submitted along with
the proposal.
9.1.3 An affidavit swearing the correctness of technical data furnished also must be submitted as
per the annexed format (T-5).
9.1.4 Thus the offers should be annexed with form T-1,T-2,T-3,T-4,T-5,T-6.
9.1.5 The Technical Proposal shall not include any financial information relating to the Financial
Proposal.
9.1.6 The offer should be deposited offline. The offer document and processing fees as described
in Procurement notice should be in a sealed cover which will be received in the office of:
Jharkhand Urban Infrastructure Development Company Ltd,
3rd Floor, Pragati Sadan, near Kutchery Road
Ranchi, Jharkhand- 834001

10. OPENING OF PROPOSAL

10.1 The technical proposals will be opened by the duly constituted committee in the office of JUIDCO
Ltd. at 15:00 hrs. On 25/04/2017. In presence of such Architect/Firms/Architects or their authorized
representative, who may choose to be present.

11. EVALUATION OF THE OFFER


11.1 The offers submitted will be evaluated using the following criteria:
S. No. Criteria Maximum
Marks
1 Architect Date, Month, Year of registration at Council of 10
Architecture/Firms Date, Month, Year of Incorporation
2 Firm’s general experience of preparation of Architecture Design 45
and Drawing/DPR in the field of various Urban
Development/Infrastructure Projects.
3 Turnover of the Firm 15
4 No. of full time technical personnel who are in the payroll of the 30
firm for at least one year as on date 01.03.2017
Total Points - 100

11.2 The sub-criteria for the marks to be awarded on each criteria as mentioned in Clause 11.1 to the
Architect/Firms are as follows:

S. No. Criteria Marks


1 Architect Date, Month, Year of registration at Council of Architecture/Firms 10
Date, Month, Year of Incorporation (10 or more year of
registration/incorporation will fetch full marks and less will be marked
proportionally)
2 Architect/Firm having an experience of preparation of Architecture Design 30
and Drawing /Detailed Project Report (DPR) in any Government, Semi
Government/PSUs of the project cost not less than 100 lakhs in any sectors
of the Urban Development/ Infrastructure. (3 marks will be awarded for
each completed project, Architect/Firm submitted more than Ten (10)
project will fetch full marks )
2 Architect/Firm having an experience of preparation of Architecture Design 15
and Drawing /Detailed Project Report (DPR) for any International Body
(Outside India) of the project cost not less than 100 lakhs in any sectors of
the Urban Development/ Infrastructure. (5 marks will be awarded for each
completed project, Architect/Firm submitted more than Three (3) project
will fetch full marks )
3 Average Annual Turnover of the firm during last 3 years (Rs.150 lakhs will 15
fetch full points and less will be marked proportionately). (The last three
Financial years should be read as F.Y.: 2014-15,2015-16,2016-17)
4 No. of full time technical personnel who are in the payroll of the firm for at
least one year as on date 01.03.2017 with following qualification and
experience.
i. Architect/Urban Planner (Masters Degree with minimum 2 years of 10
experience or B.Arch degree with minimum 5 years of experience)
ii. Design Engineer/Structural Engineer (Masters Degree (Structure) with 10
minimum 2 years of experience or Graduate degree with minimum 5
years of experience)
iii. Graduate Engineer (Graduate Civil Engineer) 5
iv. Draftsman (Diploma in Engineering/Architecture) 5
Total Marks (1+2+3+4) - 100

11.3 The Architect/Firm may in addition, procure the services of Electric/Mechanical Engineer/
Specialist etc. as per the requirement of particular nature of services.

12. DECIDING AWARD OF OFFER

Quality and competence of the consulting service shall be considered as paramount requirement. The
decision of the award of the offer would be as defined:

12.1 Evaluation of Quality

12.1.1 Technical proposals scoring not less than 60% of the total Marks as per procedure for
evaluation will be selected and constituted into an expert Architect/Firm panel.

12.2 Evaluation of Cost

12.2.1 After the evaluation of quality is complete, the selected Architect/firms would be
constituted into an expert panel. The panel would then submit financial bids in providing
Services for the project (s) under consideration as decided by the JUIDCO from time to time
in various sectors like Buildings, Parks, Lake Beatifications etc as per the requirement.

12.2.2 The Architect/Firms would be offered to make concept presentation and submit financial
offers before the designated committee of the JUIDCO.

12.2.3 The designated committee shall on the basis of concept presentation, award marks to the
Architect/Firms out of a total of 100 marks. Subsequently the financial proposals shall be
opened publicly, in the presence of representatives of the Architect/Firms.

12.2.4 The proposal with the lowest cost shall be given financial score of 100 points and other
proposal shall be given financial score that are inversely proportional to their prices.
12.2.5 The total score for any firm shall be arrived at by weighing the technical score, concept
presentation and cost scores and adding them. The weight of the technical score shall be 50
points, that of the concept presentation shall be 25 points and the weight of the cost shall be
25 points.
12.2.6 The firm securing the highest total score will be then selected for providing Services, for
which, it shall have to execute a contract agreement with the JUIDCO.
12.2.7 Please note that JUIDCO is not bound to select any of the firms submitting proposals. As
quality is the principal selection criterion, JUIDCO does not bind itself in any way to select a
firm offering the lowest price.

13. PRE-PROPOSAL/OFFER CONFERENCE

13.1 Applicants requiring any clarification on the RFQ may send their queries to the JUIDCO in
writing before the date mentioned. The queries should be sent to juidcolimited@gmail.com.The
JUIDCO shall endeavor to respond to the queries within the period specified therein.

13.2 Pre-Proposal/Offer Conference of the Architect/Firms shall be convened at the designated date,
time and place. Only those Architect/Firms, who have downloaded the RFQ from the Official
Website of JUIDCO, shall be allowed to participate in the Pre-Proposal/Offer Conference.
13.3 During the course of Pre-Proposal/Offer Conference, the Architect/Firms will be free to seek
clarifications and make suggestions for consideration of JUIDCO. The JUIDCO shall Endeavour to
provide clarifications and such further information as it may, in its sole discretion, considered
appropriate for facilitating a fair, transparent and competitive Process.
13.4 JUIDCO will post the reply to all such queries on the Official Website of JUIDCO, and JUIDCO
reserves the right not to respond to any questions or provide any clarifications, in its sole
discretion, and nothing in this Clause, shall be construed as obliging JUIDCO to respond to any
question or to provide any clarification.

14. OTHER TERMS AND CONDITIONS

14.1 The Architect/Firm shall abide by the instructions issued by the JUIDCO to him from time to
time for the timely completion of the assigned services.
14.2 Any entity which has been barred by the Central Government, any State Government, a
statutory authority or a public sector undertaking, as the case may be, from participating in any
project, and the bar subsists as on the date of Proposal, would not be eligible to submit a Proposal
either by itself or through its Associate.
14.3 An Architect/Firm should have, during the last three years, neither failed to perform on any
agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Architect/Firm or its Associate, nor been expelled
from any project or agreement nor have had any agreement terminated for breach by such
Architect/Firm or its Associate.
14.4 No Architect/Firm shall submit more than one Application for the Consultancy. An
Architect/Firm applying individually or as an Associate shall not be entitled to submit another
application either individually or as a member of any consortium, as the case may be.

14.5 Amendment of RFQ:

14.5.1 At any time prior to the deadline for submission of offer, JUIDCO, for any reason, whether at
its own initiative or in response to clarifications requested by an Architect/Firm, modify the
RFQ document by the issuance of Addendum/ Amendment and posting it on the Official
Website.

15. FEES, COST OF CONSULTANCY AND PAYMENT SCHEDULE

15.1 Towards consideration for the role performed, the Architect/Firm shall be entitled to receive
Cost of Consultancy and other payments as per the project specific Background note, that cover
detailed TOR, Output and Deliverables, Payment Schedule.
Section -2
Term of Reference
TERMS OF REFERENCE (TOR) FOR ARCHITECT/FIRMs

1. SCOPE OF WORK
1.1 Preparation of Detail Project Reports (DPR)

The general scope of work under DPR stage that a firm should be aware of are as follows:

1.1.1 Be responsible for survey, investigation and detailed engineering of works as per the
directions of JUIDCO;
1.1.2 Make site visits, undertake necessary reconnaissance survey and examine the potential and
scope for taking up urban development activities in a particular urban area.

1.1.3 Interact with the Govt. designated concerned engineers/their authorized representatives
and assist in getting approval as per the requirement before proceeding with the detailed
surveys leveling sub soil explorations and designs;
1.1.4 Discuss and finalize with the Government designated engineer preliminary drawings and
designs of various urban related infrastructures. It is expected that the Architect/Firm
would utilize all possible creative ideas to promote and boost urban development activities
in and around the selected urban area.
1.1.5 Review departmental schedule of rates / market rates / transportation cost royalty carriage
/ minimum wages and suggest changes in any scheduled item for the approval of Govt.
designated engineer and further adoption in the estimates;
1.1.6 Prepare detailed designs, drawings and estimates, 3-D rendered view drawings, GFC
Drawings following the latest schedule of rates, etc. for works involved for obtaining Govt.
sanction;

1.1.7 Prepare bill of quantities as indicated by the Govt. designated engineer and prepare
detailed working drawings of RCC structures in all cases;
1.1.8 Prepare land use Master Plan for the structures proposed at the selected urban area
wherever required.
1.1.9 Assist in DPR approval by competent government authority at state as well as centre level
as required.

2. DELAYS IN THE PERFORMANCE

2.1 Timely implementation of the project shall be as per the provision mentioned in the agreement.
2.2 In case of delay in the implementation of the project and/or any delay in performance during
the contract period, the Architect/Firm shall be liable to any or all of the following actions:

(i) Imposition of Liquidated Damages.


(ii) Termination of the Contract for default.
2.3 If at any time with respect to commencement of the project as required under sub clause 2.2 or
during performance of contract the Architect/Firm may face difficulties impeding timely
completion of the project under the contract and/or performance of services, the
Architect/Firm shall promptly inform the JUIDCO in writing of the fact of the delay within 24
hours and its causes and likely duration.
2.4 As soon as practicable, after receipt of the Architect/Firm notice, the JUIDCO shall assess the
situation and may at its discretion extend the time for commencement and/or performance
with or without Liquidated Damages.

3. LIQUIDATED DAMAGES

3.1 In the event of failure of the implementation of the project by the Architect/Firm as per the
provision mentioned in the agreement, JUIDCO reserves the option to recover liquidated
damages, for late implementation from the Architect/Firm in the following manner: -

Liquidated Damage to be
S.No. Details of delay
charged
(i) For delay upto 25% of the implementation 2.5% of the offer price
period
For delay of more than 25% and upto 50% of 5.0% of the offer price
(ii)
the implementation period
For delay of more than 50% and upto 75% of 7.5% of the offer price
(iii)
the implementation period.
For the delay more than 75% of the 10% of the offer price
(iv)
implementation period (maximum)

3.2 The aforesaid chargeable liquidated damages, if not paid by the Architect/Firm, would be
recoverable under the relevant provisions of Public Damage Recovery Act’1914 by the JUIDCO.

4. NEGATION OF CORRUPT PRACTICES


4.1 JUIDCO under the Administrative control of UD&HD GoJ requires to serve honestly,
diligently and timely. The Architect/Firm would be the assisting agency of the JUDICO;
therefore, he is also required to maintain highest standards of honesty and ethics.
The Architect/Firm is advised to refrain from the corrupt and fraudulent practices during the
execution of the contract. Corrupt and fraudulent practices are defined as follows:-
4.1.1 “Corrupt Practice” means behavior of Architect/Firm including his personnel by which they
improperly and unlawfully enrich themselves and/or those close to them, or induce others to do
so, by misusing the position in which they are placed, and it includes the offering, giving,
receiving, or soliciting of anything of value.
4.1.2 “Fraudulent Practice” means a misrepresentation of facts in order to influence, and collusive
practices of the Architect/Firm.

5. SUSPENSION

5.1 JUIDCO may, by a written notice to the Architect/Firm, suspend the agreement if the
Architect/Firm fails to perform any of its obligations under this agreement, including the
carrying out of the services. Provided that such notice of suspension:
(i) Shall specify the nature of the failure, and
(ii) Shall direct the Architect/Firm to rectify such failure within a specified period from the date of
receipt of such notice of suspension.
5.2 No payment shall be made to the Architect/Firm for such suspended period and no
damage shall be claimed on account of this suspension

6. TERMINATION OF THE CONTRACT

6.1 JUIDCO shall have a right to cancel the agreement if the Architect/Firm commits breach of any
condition. Breach of agreement include, but are not limited to, the following:
6.1.1 It is found that the time schedule of implementation of the scheme is not being adhered
to,
6.1.2 The Architect/Firm stops work & such stoppage has not been authorized by JUIDCO.
6.1.3 The Architect/Firm may become bankrupt or goes into liquidation,
6.1.4 JUIDCO gives notice to correct a particular defect/irregularity and the Architect/Firm fails
to correct such defects/irregularity within a reasonable period of time determined by the
JUIDCO,
6.1.5 The Architect/Firm fails to deliver any or all of the obligations within the time period(s)
specified in the agreement, or any extension thereof granted by JUIDCO.
6.1.6 The Architect/Firm fails to perform any other obligation(s) under the agreement.

6.2 Because of breach of agreement by the Architect/Firm for any of the above reasons, JUIDCO
shall have the right to terminate the agreement.
7 DISPUTE RESOLUTION
7.1 JUIDCO and the Architect/Firm shall make every effort to resolve amicably by direct
negotiations, any disagreement or dispute, arising between them under agreement.

7.2 If after 30 days from the commencement of such direct negotiations, the dispute is not resolved
it shall be referred to CMD JUIDCO-cum-Principal Secretary/Secretary, Urban Development and
Housing Department, Govt. of Jharkhand, where decision shall be final and binding upon both
parties.

7.3 JUIDCO may terminate this agreement, by giving a written notice of termination of minimum 30
days, to the Architect/Firm, if the Architect/Firm fails to comply with any decision delivered by
CMD JUIDCO -cum -Principal Secretary/Secretary, Urban Development and Housing
Department, Govt. of Jharkhand.
Form T – 1
Architect/ Firm DETAILS

1. Name of Architect/Firm

2 (a) Address of Architect/Firm

(b) Phone no:


(c) Fax no.

(d) E mail

(e) 3 Website
(a) Name of authorized signatory to bid

(b) Designation
(c) Phone (Landline)
Phone (Mobile)

(d) Fax
(e) Email

4 NAME, address, Tel No. Fax, email at


which communication to be sent in
respect of bid
5 Names of the present Proprietors/
Partners/Board of Directors
Form T – 2
The Architect/Firm experience in the field of assignment (Please also enclosed the supporting
documents)

S. No. Name of Nature Name of the Total Cost Date of Status of Remarks
the Project of the Department of the commencement the about the
project Project of the Project Project completion
of the
project by
the
concerned
Department
1 2 3 4 5 6 7 8

(Signature of Architect/Firm and seal)


Form T – 3
The qualification & Competence of the personnel proposed for the assignment.

Sl. No. Name of the Academic Experience in the Remarks


person concerned Qualifications respective field
1 2 3 4 5

(Signature of Architect/Firm and seal)


Form T – 4
FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY STAFF
1. Proposed Position:
2. Name of Staff: ………………………………………………………………………….
3. Date o f Birth: ………………………………………………………………………….
4. Nationality: ………………………………………………………………………….
5. Educational Qualification:
6. Membership of professional societies:
7. Publications:
8. Employment Record:
(List all positions held by staff member since graduation, giving dates, names of employing
organization, title of positions held and location of assignments. For experience period of
specific assignment must be clearly mentioned along with certificate for the Team Leader).
9. Summary of the CV
(Furnish a summary of the above C.V. The information in the summary shall be precise and
accurate. The information in the summary will have bearing on the evaluation of the CV.)
9.1 Education:
(i) Field of Graduation and Year
(ii) Field of post-graduation and year
(iii) Any other specific qualification
9.2 Experience
(i) Total experience: …………………...…..Years.
9.3 Permanent Employment with the Firm (Yes/No):
If yes, how many years:
If no, what is the employment:
Certification:
1. I am willing to work on the project and I will be available for entire duration of
the project assignment and I will not engage myself in any other assignment
during the currency of his assignment on the project.
2. I, the undersigned, certify that to the best of my knowledge and belief, this bio-
data correctly describes myself, my qualification and my experience.
Signature of the Candidate ____________
Place ___________________
Date _________________
Signature of the Authorized Representative of the firm __________________
Place ______________________
Date ________________________

Note: Each page of the CV shall be signed in ink by both the staff member and the Authorized
Representative of the firm/Architect.
Form T – 5
AFFIDAVIT

I, …………………………………………. S/o ……………………………………………… Director of


………………………………………… having its registered office at …………………………………………………… do
hereby solemnly affirm and declare as follows:
1. That I have been authorized to execute this affidavit on behalf of this company/Sole by
the Board of Directors vide its resolution passed on ……….
2. That the JUIDCO vide NIT No ………………………. had invited offers from Architect/Firms to
constitute a panel of Architect.
3. That in response to the said advertisement as stated in paragraph (2) above, our firm
has submitted its proposal to the JUIDCO.
4. That the proposals of ……………………………………….. containing necessary information and
particulars furnished as per given Performa, detailing therein :
a. Firm’s general experience in the field of assignment / work.
b. The qualification and Competency of the personnel.
5. That our firm have neither failed to perform on any contract, neither Blacklisted or as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
authority or a judicial pronouncement or arbitration award against our firm, nor our
firm have been expelled from any project or contract by any public authority nor have
had any contract terminated by any public authority for breach of our part.
6. That our firm during the last three years, neither failed to perform on any agreement,
as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against us.
That the statements made in paragraph 1 to 6 of the foregoing affidavit as above are true to
my knowledge and belief and if anything is found contrary, I stand liable to be prosecuted
under appropriate Act / laws in force.
Solemnly affirmed by the said ………………………………. at …………………….. on this the
…………………………… day of …………………… 2017.
Deponent :
Identified by me :
Form T-6

CERTIFICATE

I undertake to abide by the terms and conditions as laid down in the offer
documents by JUIDCO and also follow the instructions given by the JUIDCO (to be
read with Terms and Conditions).

Signature :

Name of the person :


with Designation

Name of the Firm :

You might also like